Plywood Tenders

Plywood Tenders

Municipality Of Sta cruz, Davao Del Sur Tender

Civil And Construction...+4Others, Construction Material, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 711.7 K (USD 12.3 K)
Details: Description Republic Of The Philippines Province Of Davao Del Sur Municipality Of Santa Cruz -ooo- Bids And Awards Committee Invitation To Bid For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Inawayan National High School, Inawayan , Sta. Cruz, Davao Del Sur (itb No. 12-goods-2025) 1. The Local Government Unit Of Sta. Cruz, Davao Del Sur, Through The Special Educational Funds For The 2025 Intends To Apply The Total Sum Of Seven Hundred Eleven Thousand Seven Hundred Seventy Five And 95/100 (711,775.95) Pesos Being The Total Abc To Payments Under The Contract For The Procuremnet Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Inawayan National High School, Inawayan, Sta. Cruz, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Of Issue Item Description Cost Per Item Total Cost Of The Item 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Inawayan National High School 1 54 Bgs Portland Cement (40 Kgs.) 260.00 14,040.00 2 10 M³ Course Sand 1,500.00 15,000.00 3 328 Pcs Chb #4 18.00 5,904.00 4 10 M³ Mountain Mix 1,200.00 12,000.00 5 10 Lngth 4"ø Pvc Pipe S-1000 1,120.00 11,200.00 6 16 Shts 5m X 1.1m Rib Type Roofing ( Roofing) 1,000.00 16,000.00 7 180 Bdft 2" X 3" X 10' Purlins 35.00 6,300.00 8 534 Bdft 2" X 4" X 10' Coco Lumber(truss And Column) 35.00 18,690.00 9 668 Bdft 2" X 2" X 10' Coco Lumber (bracing) 35.00 23,380.00 10 14 Lengths 1 X 1 X 1.2mm Tubular (handwashing) 250.00 3,500.00 11 90 Mtrs Trapal (roofing, Walling, Door) 175.00 15,750.00 12 4 Kls Umbrella Nails 120.00 480.00 13 10 Kls #4 Cwn 120.00 1,200.00 14 10 Kls #3 Cwn 120.00 1,200.00 15 10 Kls #2 1/2 Cwn 120.00 1,200.00 16 10 Kls #1 1/2 Cwn 120.00 1,200.00 17 20 Rolls Lugpet 390.00 7,800.00 18 2 Pcs Gun Tacker With (staple Refill) 750.00 1,500.00 19 24 Pcs Hinges 70.00 1,680.00 20 12 Sets S3way Switch (liso) 182.00 2,184.00 21 12 Pcs Single Gang Plate 55.00 660.00 22 12 Pcs Plastic Switch Box 91.00 1,092.00 23 80 Mtrs Pdx Wire # 14 54.00 4,320.00 24 6 Pcs Pvc J-box W/ Cover 39.00 234.00 25 6 Pcs Pvc Receptacle 2 X 2 58.00 348.00 26 6 Pcs Led Bulb 7w, 230v 312.00 1,872.00 27 2 Pcs Heavy Duty Male Plug 78.00 156.00 28 2 Roll Electrical Tape Big 91.00 182.00 29 4 Lgths 1"ø Ppr Pipe 1,300.00 5,200.00 30 12 Lgths 1/2"ø Ppr Pipe 500.00 6,000.00 31 32 Pcs 1"ø X 1/2"ø Ppr Tee 150.00 4,800.00 32 20 Pcs 1/2"ø Ppr Elbow 70.00 1,400.00 33 4 Pcs 1/2"ø Ppr Tee 220.00 880.00 34 36 Pcs 1/2"ø Ppr Elbow W/ Female Thread Adaptor 215.00 7,740.00 35 4 Pcs Teplon 45.00 180.00 36 12 Pcs Ordinary Faucet 150.00 1,800.00 37 24 Lgths Faucet With Shower Combination 750.00 18,000.00 38 12 Pcs Ordinary Kitchen Sink 550.00 6,600.00 39 12 Lgths 2''ø Pvc Pipe S-1ooo 400.00 4,800.00 40 10 Pcs 2''ø Pvc Elbow S-1000 75.00 750.00 41 12 Pcs 2''ø Pvc Tee S-1000 85.00 1,020.00 42 2 Can Solvent Cement 150.00 300.00 43 120 Pcs Chb #4 18.00 2,160.00 44 15 Lengths Drb 10mmx6m 240.00 3,600.00 45 2 Kls. Tie Wire 16 105.00 210.00 46 2 C.m. Coarse Sand 1,500.00 3,000.00 47 10 Bags Portland Cement (40 Kgs.) 260.00 2,600.00 48 1 Unit Cb Enclosure Single Nema 3r W/ 30a Cb Bolt-on Type 1,120.00 1,120.00 49 1 Box Pdx Wire 14 4,000.00 4,000.00 50 1 Box Staple Wire ¾ 75.00 75.00 51 1 Roll Electrical Tape Big 75.00 75.00 52 1 Pcs. Pvc J-box W/cover & Screws 43.00 43.00 53 5 Pcs. Screw Insulator Big 85.00 425.00 54 1 Lengt Pvc Pipe ¾ Pns14 160.00 160.00 55 5 Length Pvc Pipe ½ Pns14 115.00 575.00 56 5 Pcs. Pvc Clamp ¾ 6.00 30.00 57 15 Pcs. Pvc Clamp ½ 5.00 75.00 58 2 Units Pe Storage Tank 2000 Liters Vertical Mounted 33,200.00 66,400.00 59 1 Unit Stainless Pressurize Tank 82 Gal. 18,850.00 18,850.00 60 1 Unit Water Pump, Shallow,2hp,220v 27,000.00 27,000.00 61 1 Unit Water Pump, Deep Type,1.5 Hp,220v 35,000.00 35,000.00 62 4 Unit Ppr Pipe 1 1,300.00 5,200.00 63 4 Box Ppr Coupling 33.00 132.00 64 10 Box Ppr Elbow 1x 90 Plain 60.00 600.00 65 1 Roll Ppr Tee 1x1 Plain 52.00 52.00 66 1 Pcs. Float Valve 1 Bronze 2,000.00 2,000.00 67 4 Pcs. Ball Valve 1 923.00 3,692.00 68 1 Lengt Ppr Elbow 1x 45 Plain 65.00 65.00 69 1 Length G.i. Nipple 1x5 95.00 95.00 70 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 71 1 Pcs. Pressure Gauge 100psi 300.00 300.00 72 1 Unit Float Switch 2hp,230v 2,000.00 2,000.00 73 1 Pc. G.i. Elbow 1x 45 72.00 72.00 74 2 Pcs. Ppr Union Patente 1 130.00 260.00 75 2 Pcs Check Valve 1 Spring Type (b-b) 663.00 1,326.00 76 2 Pcs. G.i. Coupling 1 40.00 80.00 77 4 Pcs. G.i. Elbow 1x90 72.00 288.00 78 4 Pcs G.i. Nipple 1x3 65.00 260.00 79 4 Pcs G.i. Nipple 1x4 46.00 184.00 80 4 Pcs G.i. Nipple 1x6 111.00 444.00 81 3 Pcs G.i. Nipple 1x12 172.00 516.00 82 3 Pcs Union Patente 1 137.00 411.00 83 1 Pc. G.i. Tee 1x1 78.00 78.00 84 2 Pcs. Bushing Reducer 1 ¼ X1 70.00 140.00 85 2 Pc. G.i. Plug 1 32.00 64.00 86 1 Pc. Bushing Reducer 1x ½ 46.00 46.00 87 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 88 1 Pc G.i. Tee ¼ X ¼ 85.00 85.00 89 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 90 1 Pc G.i. Nipple ¼ X2 33.00 33.00 91 2 Pcs. G.i. Elbow ¼ X 90 65.00 130.00 92 15 Rolls Teflon ¾ 63.00 945.00 93 1 Pc - P.e. Male Adaptor 1 91.00 91.00 94 120 Mts. P.e. Pipe 1 Sdr 11 85.00 10,200.00 95 100 Mts. P.e. Pipe ½ Sdr 11 35.00 3,500.00 96 4 Pcs P.e. Connector 1 150.00 600.00 97 10 Pcs. P.e. Connector ½ 90.00 900.00 98 4 Pcs P.e. End Cap ½ 46.00 184.00 99 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 100 2 Pcs. P.e. Elbow 1x90 163.00 326.00 101 2 Pcs. P.e. Tee 1x1 234.00 468.00 102 10 Pcs. P.e. Coupling ½ 85.00 850.00 103 10 Pcs. P.e. Elbow ½ 90.00 900.00 104 9 Unit Semi-integrated 30w Solar Streetlight Specifications: 150-180lm/w, With 18v, 50w Monocrystalline Solar Panel, W/ Prepainted Arm And Bracket Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v Lipo4, Battery Lifespan 5-8 Yrs, Warranty: 2yrs 20,800.00 187,200.00 105 9 Pcs. 2"ø G.i Pipe S-40 2,900.00 26,100.00 106 45 Lnght Drb 12mmx6m 310.00 13,950.00 107 27 Lnght Drb 10mmx6m 240.00 6,480.00 108 18 Pcs. Tie Wire#16 105.00 1,890.00 109 9 Pcs. 1/2" Thk Ord. Plywood 720.00 6,480.00 110 9 Kls #3 Cwn 120.00 1,080.00 111 9 Kls #2 1/2 Cwn 120.00 1,080.00 112 299.97 Bdft 2" X 2" X 10' Coco Lumber 35.00 10,498.95 113 27 Kls 6013 Electrode 280.00 7,560.00 114 4.5 C.m. Coarse Sand 1,500.00 6,750.00 115 36 Bags Portland Cement (40 Kgs.) 260.00 9,360.00 Total 711,775.95 2. The Local Government Unit Of Sta. Cruz, Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Three (3) Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 Bac Secretariat Office At 2nd Floor, Left Wing, New Municipal Hall Building, Escandor Road, Municipality Of Sta. Cruz, Davao Del Sur And Inspect The Bidding Documents At The Address During Weekdays Starting From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 From The Given Address Below 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 (1000.00) Pesos. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 O’clock In The Morning February 26, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:40 O’clock In The Morning Of February 26, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Of Unit Of Sta. Cruz, Davao Del Sur 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. 10. For Further Information, Please Refer To: Ommi Kharsom L. Buat Bac Secretariat Left Win, 2nd Level, New Municipal Hall Local Government Center, Zone Iii, Sta. Cruz, Davao Del Sur. 09107650089 - E-mail Address:bac5stacruz@gmail.com Engr. Ray R. Sealana Bac Chairperson, Masso

Municipality Of Irosin, Sorsogon Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 1.7 Million (USD 30 K)
Details: Description Republic Of The Philippines Province Of Sorsogon Municipality Of Irosin Bids & Awards Committee Invitation To Bid For Supply & Delivery Of Hardware/materials For The Repair And Maintenance Of Various Municipal Buildings And Other Structures 1. The Local Government Unit Of Irosin, Through The General Fund Intends To Apply The Sum Of One Million Seven Hundred Thirty Eight Thousand Two Hundred Five Pesos (p 1,738,205.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply & Delivery Of Hardware/materials For The Repair And Maintenance Of Various Municipal Buildings And Other Structures, Good-05-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of Contract : Supply & Delivery Of Hardware/materials For The Repair And Maintenance Of Various Municipal Buildings And Other Structures Brief Description: 190 Bags Portland Cement/15 Cu.m. Washed Sand/10 Cu.m. Gravel (pea-size)/ 700 Pcs. 4''thk. Chb/ 125 Pcs. 0.30m X 0.60m Wall Tiles/150 Pcs. 0.30m X 0.30m Wall Tiles/3 Kgs. Tile Grout/ 20 Pcs. 16mm X 6.00 Rsb/38 Pcs. 12mm X 6.00 Rsb/112 Pcs. 10mm X 6.00 Rsb/32 Pcs #16 Tie Wires/6 Pcs. 1/2''thk. Penolic Board/188 Pcs. 1/4''thk. Marine Plywood/520 Pcs. 2''x 2''x 10' Good Lumber/950 Bd.ft. Coco Lumber/67 Kgs. Assorted Cw Nail/23 Pcs. Hacksaw Blade/15 Pcs. Ga. 26 Corrugated G.i. Sheet/930 L.m. Ga# 26 Pre-painted Corr. G.i. Sheet/24 Pcs. Pre-painted Gutter/ 12 Pcs. Pre-painted Flashing/6 Box Self-drilling Screw/4 Ltr. Vulcaseal/5 Pcs. Plain G.i Gutter/5 Pcs. Plain G.i Flashing/5 Kgs. Umbrella Nail/15 Pcs. 1-1/2''diam G.i. Pipe Sched 40/15 Pcs. 1''x 5mm Angle Bar/10 Pcs. 1''x 5mm Flat Bar/ 10 Pcs. 16mm Square Bar/25 Pcs. Steel Matting/12 Pcs.16mm Cylindrical Hinges/12 Pcs. 20mm Cylindrical Hinges/15 Pcs. 4'' Cutting Disc/10 Pcs. 4'' Grinding Disc/15 Kgs. Welding Rod/20 Pcs. 4''diam. Pvc Pipe S-1000/40 Pcs. 4''diam. Pvc Elbow/1 Can Pvc Sealant (500ml)/ 6 Gal. Epoxy Primer Paint/4 Pail Latex Paint/20 Gal. Latex Paint/4 Pail Qde Paint/4 Gal. Qde Paint/6 Gal. Roof Paint/11 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/7 Gal. Paint Thinner/25 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/15 Pcs. 2'' Paint Brush/10 Pcs. Steel Brush/3 Pcs. Spatula/4 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm Height 6 Meters, Top Diameter 3" Bottom Diameter 6", Arm Length-1 Meter Arm Diameter-2", Pole Thickness-3mm Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt-5/8x 12" Finish- Hot Dip Galvanized/6 Pairs 3''x 3'' Hinges/1 Set 0.90m X 2.10m Flash Type Door/1 Set 0.85m X 2.10m Flash Type Door/6 Set 0.60m X 0.90m Sliding Window In Alum. Frame/6 Set Door Knob/5 Set Lavatory Faucet/10 Pcs. 1/2'' Male Plug/10 Pcs. End Cap/10 Pcs. Pvc Faucet/2 Box 2.0mm Thhn Wire/12 Set Downlight/12 Set Spotlight/1 Lot Consumable/6 Pcs. 24''x 60'' Brass Marker Approved Budget For The Contract : P 1,738,205.00 Contract Duration : 30 Calendar Days Delivery Period : 7 Calendar Days After The Issuance Of Notice To Proceed Source Of Fund : General Fund 2. The Local Government Unit Of Irosin Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Seven(7) Calendar Days. Bidders Should Have Completed For The Last 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. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 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 Local Government Unit Of Irosin And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 Until February 19, 2025 From The Given Address And Philgeps Website And Lgu-irosin Website And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting In Person The Official Receipt Of Bid Documents To The Bac Office. 6. The Local Government Unit Of Irosin Will Hold A Pre-bid Conference On February 6, 2025,9:00am At The Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 19, 2025, 8:59 Am At Bac Office, Municipal Compound, San Julian, Irosin, Sorsogon. 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 16. 9. Bid Opening Shall Be On February 19, 2025, 9:00 Am At The Given Address Below At The Conference Room, Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 10. The Local Government Unit Of Irosin Reserves The Right To Accept Any And All Bids, Declare A Failure Of Bidding Or Not Award A Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations(irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Benjamin M. Gabionza,ce Mun. Engineer/mdrrmo Municipal Compound, San Julian, Irosin, Sorsogon Url: Www.irosin.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website And Www.irosin.gov.ph Date Of Publication: January 29, 2025 _____________________ Noel D. Mercado Ii Bac Chairman Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Irosin Invites Bids For The Supply & Delivery Of Hardware/materials For The Repair And Maintenance Of Various Municipal Buildings And Other Structures With Project Identification Number Good-05-2025. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot Hardware/materials, 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 General Fund In The Amount Of One Million Seven Hundred Thirty Eight Thousand Two Hundred Five Pesos (p 1,738,205.00). 2.2. The Source Of Funding Is: General Fund 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 Manual 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 Invitation To Bid 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 Inspected The Site, Determined 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, Coercive, And Obstructive 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: Iii. When The Goods Sought To Be Procured Are Not Available From Local Suppliers; Or B. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 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 At Least Equivalent To: A. For The Procurement Of Non- Expandable 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. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 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: A. Subcontracting Is Not Allowed. 7.2 Subcontracting Is Not Allowed During The Bidding. 7.3 Subcontracting Is Not Allowed During The Contract Implementation Stage. 7.4 Subcontracting Of Any Portion Of The Project Does Not Relieve The Supplier Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference On February 6, 2025, 9:00am At The Office Of The Mayor, Municipal Compound, San Julian, Irosin, Sorsogon. 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 Indicted In Itb Clause 5.3 Should Have Completed Within The Last Two(2) 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 Apostile Convention, Only The Translated Documents Shall Be Authenticated Through The 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 From 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. 3184. 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 Custom 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 The Bds. 13. Bid And Payment Currencies 14.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Adopted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreigh 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. 14.2. Payment Of The Contract Price Shall Be Made In: Philippine Pesos 14. Bid Security 15.1. 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. 15.2. The Bid And Bid Security Shall Be Valid Until One Hundred Twenty(120) Calendar 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. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 16. Deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 17. Opening And Preliminary Examination Of Bids 18.1. 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. 18.2. 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 Entity’s 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 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 14 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: Option 1- One Project Having Several Items That Shall Be Awarded As One Contract. 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 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. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply & Delivery Of Hardware/materials For The Repair And Maintenance Of Various Municipal Buildings And Other Structures Brief Description: 190 Bags Portland Cement/15 Cu.m. Washed Sand/10 Cu.m. Gravel (pea-size)/ 700 Pcs. 4''thk. Chb/ 125 Pcs. 0.30m X 0.60m Wall Tiles/150 Pcs. 0.30m X 0.30m Wall Tiles/3 Kgs. Tile Grout/ 20 Pcs. 16mm X 6.00 Rsb/38 Pcs. 12mm X 6.00 Rsb/112 Pcs. 10mm X 6.00 Rsb/32 Pcs #16 Tie Wires/6 Pcs. 1/2''thk. Penolic Board/188 Pcs. 1/4''thk. Marine Plywood/520 Pcs. 2''x 2''x 10' Good Lumber/950 Bd.ft. Coco Lumber/67 Kgs. Assorted Cw Nail/23 Pcs. Hacksaw Blade/15 Pcs. Ga. 26 Corrugated G.i. Sheet/930 L.m. Ga# 26 Pre-painted Corr. G.i. Sheet/24 Pcs. Pre-painted Gutter/12 Pcs. Pre-painted Flashing/6 Box Self-drilling Screw/4 Ltr. Vulcaseal/5 Pcs. Plain G.i Gutter/5 Pcs. Plain G.i Flashing/5 Kgs. Umbrella Nail/15 Pcs. 1-1/2''diam G.i. Pipe Sched 40/15 Pcs. 1''x 5mm Angle Bar/10 Pcs. 1''x 5mm Flat Bar/ 10 Pcs. 16mm Square Bar/25 Pcs. Steel Matting/12 Pcs.16mm Cylindrical Hinges/12 Pcs. 20mm Cylindrical Hinges/15 Pcs. 4'' Cutting Disc/10 Pcs. 4'' Grinding Disc/15 Kgs. Welding Rod/20 Pcs. 4''diam. Pvc Pipe S-1000/40 Pcs. 4''diam. Pvc Elbow/1 Can Pvc Sealant (500ml)/ 6 Gal. Epoxy Primer Paint/4 Pail Latex Paint/20 Gal. Latex Paint/4 Pail Qde Paint/4 Gal. Qde Paint/6 Gal. Roof Paint/11 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/7 Gal. Paint Thinner/25 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/15 Pcs. 2'' Paint Brush/10 Pcs. Steel Brush/3 Pcs. Spatula/4 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm Height 6 Meters, Top Diameter 3" Bottom Diameter 6", Arm Length-1 Meter Arm Diameter-2", Pole Thickness-3mm Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt-5/8x 12" Finish- Hot Dip Galvanized/6 Pairs 3''x 3'' Hinges/1 Set 0.90m X 2.10m Flash Type Door/1 Set 0.85m X 2.10m Flash Type Door/6 Set 0.60m X 0.90m Sliding Window In Alum. Frame/6 Set Door Knob/5 Set Lavatory Faucet/10 Pcs. 1/2'' Male Plug/10 Pcs. End Cap/10 Pcs. Pvc Faucet/2 Box 2.0mm Thhn Wire/12 Set Downlight/12 Set Spotlight/1 Lot Consumable/6 Pcs. 24''x 60'' Brass Marker B. Completed Within The Last Two(2) Years From The Date Of The Submission Of Bids 7.1 Not Applicable Since Sub-contracting Is Not Allowed. 12 The Price Of Goods Shall Be Quoted Ddp Lgu-irosin, Irosin, Sorsogon. 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. [two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; B. [five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 19.3 Hardware/materials 190 Bags Portland Cement/15 Cu.m. Washed Sand/10 Cu.m. Gravel (pea-size)/ 700 Pcs. 4''thk. Chb/ 125 Pcs. 0.30m X 0.60m Wall Tiles/150 Pcs. 0.30m X 0.30m Wall Tiles/3 Kgs. Tile Grout/ 20 Pcs. 16mm X 6.00 Rsb/38 Pcs. 12mm X 6.00 Rsb/112 Pcs. 10mm X 6.00 Rsb/32 Pcs #16 Tie Wires/6 Pcs. 1/2''thk. Penolic Board/188 Pcs. 1/4''thk. Marine Plywood/520 Pcs. 2''x 2''x 10' Good Lumber/950 Bd.ft. Coco Lumber/67 Kgs. Assorted Cw Nail/23 Pcs. Hacksaw Blade/15 Pcs. Ga. 26 Corrugated G.i. Sheet/930 L.m. Ga# 26 Pre-painted Corr. G.i. Sheet/24 Pcs. Pre-painted Gutter/ 12 Pcs. Pre-painted Flashing/6 Box Self-drilling Screw/4 Ltr. Vulcaseal/5 Pcs. Plain G.i Gutter/5 Pcs. Plain G.i Flashing/5 Kgs. Umbrella Nail/15 Pcs. 1-1/2''diam G.i. Pipe Sched 40/15 Pcs. 1''x 5mm Angle Bar/10 Pcs. 1''x 5mm Flat Bar/ 10 Pcs. 16mm Square Bar/25 Pcs. Steel Matting/12 Pcs.16mm Cylindrical Hinges/12 Pcs. 20mm Cylindrical Hinges/15 Pcs. 4'' Cutting Disc/10 Pcs. 4'' Grinding Disc/15 Kgs. Welding Rod/20 Pcs. 4''diam. Pvc Pipe S-1000/40 Pcs. 4''diam. Pvc Elbow/1 Can Pvc Sealant (500ml)/ 6 Gal. Epoxy Primer Paint/4 Pail Latex Paint/20 Gal. Latex Paint/4 Pail Qde Paint/4 Gal. Qde Paint/6 Gal. Roof Paint/11 Ltr. Assorted Tinting Colors/4 Gal. Lacquer Thinner/7 Gal. Paint Thinner/25 Set 7'' Roller Brush W/ Pan/20 Set 4'' Roller Brush W/ Pan/15 Pcs. 2'' Paint Brush/10 Pcs. Steel Brush/3 Pcs. Spatula/4 Units 55w Solar Streetlights W/ Tampered Lamp Post With Single Bracket Arm Height 6 Meters, Top Diameter 3" Bottom Diameter 6", Arm Length-1 Meter Arm Diameter-2", Pole Thickness-3mm Base Plate- 300x300x16mm With Standard Stiffener Anchor Bolt-5/8x 12" Finish- Hot Dip Galvanized/6 Pairs 3''x 3'' Hinges/1 Set 0.90m X 2.10m Flash Type Door/1 Set 0.85m X 2.10m Flash Type Door/6 Set 0.60m X 0.90m Sliding Window In Alum. Frame/6 Set Door Knob/5 Set Lavatory Faucet/10 Pcs. 1/2'' Male Plug/10 Pcs. End Cap/10 Pcs. Pvc Faucet/2 Box 2.0mm Thhn Wire/12 Set Downlight/12 Set Spotlight/1 Lot Consumable/6 Pcs. 24''x 60'' Brass Marker 20.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: Bir Registration 21.2 Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It: None 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 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 The 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 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. 4. Inspection And Tests The Procuring Entity Or Its Representatives Shall Have The Right To Inspect And/or The Test The Goods To Confirm Their Conformity To The Project. In Addition To Tests In The Scc, Section Vii(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 Identify 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 7.1. In Order To Assure The 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. 7.2. 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 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. 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] “the Delivery Terms Applicable To This Contract Are Delivered [indicate Place Of Destination]. 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 Wilson G. Baliwas. 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; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. F. No Additional Incidental Service Requirements. 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. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: 1. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And 2. In The Event Of Termination Of Production Of The Spare Parts: I. Advance Notification To The Procuring Entity Of The Pending Termination, In Sufficient Time To Permit The Procuring Entity To Procure Needed Requirements; And Ii. Following Such Termination, Furnishing At No Cost To The Procuring Entity, The Blueprints, Drawings, And Specifications Of The Spare Parts, If Requested. The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Costs Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of Ninety (90) Calendar Days. Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within Ninety (90) Calendar Days Of Placing The Order. 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 Any Relevant Hazchem Classifications 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. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 2.2 Partial Payment Is Not Applicable. 4 The Inspections And Tests That Will Be Conducted Are: Inspection Of The Hardware/materials If It Follows The Technical Specification Set By The End-user Unit. 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 Remarks Indicate Here Any Other Appropriate Information As May Be Necessary. Signature Over Printed Name Position Department/division Section Vii. Technical Specifications 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.] Technical Specifications Technical Specifications Item / Service Maximum Quantity Technical Specifications / Scope Of Work 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.] Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents ⬜ (a) Valid Philgeps Registration Certificate (platinum Membership) (all Pages) In Accordance With Section 8.5.2 Of The Irr; (b) Registration From Sec, Department Of Trade And Industry(dti) For Sole Proprietorship And Cda For Cooperatives (c) Valid Mayor’s Permit By The City Or Municipality Where The Principal Place Of Business Is Located (d) Tax Clearance Per Eo 398 (e) Tax Clearance For Collection Purposes Technical Documents ⬜ (f) 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 ⬜ (c) 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 ⬜ (d) 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 ⬜ (e) Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After-sales/parts, If Applicable; And ⬜ (f) 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 ⬜ (g) 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. (h) Audited Financial Statement(afs) Audited Financial Statement Stamped, Received By The Bir Or Its Duly Accredited And Authorized Institutions, For The Immediately Preceding Calendar Year, Showing The Total Assets And Liabilities Which Should Not Be Earlier Than Two(2) Years From The Date Of Bid Submission Class “b” Documents ⬜ (i) 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 ⬜ (j) Original Of Duly Signed And Accomplished Financial Bid Form; And ⬜ (k) Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) ⬜ (l) [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. ⬜ (m) Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.   Omnibus Sworn Statement(revised) 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] 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, By Itself Or By Relation, Membership, Association, Affiliation Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For And In The Uniform Guidelines On Blacklisting; 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) Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquiring Or Securing 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 Of 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 Series Of 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This ___________ Day Of __________________, 2025 At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Republic Of The Philipppines ) City Of Sorsogon ) S.s. X ---------------------------------------------------x Bid Securing Declaration Project Identification No. ______ To: [insert Name And Address Of Procuring Entity] I/we, The Undersigned, Declare That: 1. I/we Understand That, According To Your Conditions, Bids Must Be Supported By A Bid Security, Which May Be In The Form Of A Bid-securing Declaration. 2. I/we Accept That: (a) I Will Be Automatically Disqualified From Bidding For Any Procurement Contract With Any Procuring Entity For A Period Of Two(2) Years Upon Receipt Of Your Blacklisting Order; And, (b) I/we Will Pay The Applicable Fine Provided Under Section 6 Of The Guidelines On The Use Of Bid Securing Declaration, Within Fifteen(15) Days From Receipt Of The Written Demand By The Procuring Entity For The Commission Of Acts Resulting To The Enforcement Of The Bid Securing Declaration Under Sections 23.1(b), 34.2, 40.1 And 69.1(f) Of The Irr Of Ra No. 9184; Without Prejudice To Other Legal Action The Government May Undertake. 3. I/we Understand That This Bid-securing Declaration Shall Cease To Be Valid On The Following Circumstances: (a) Upon Expiration Of The Bid Validity Period, Or Any Extension Thereof Pursuant To Your Request; (b) I Am Declared Ineligible Or Post Disqualified Upon Receipt Of Your Notice To Such Effect, And (i) I/we Failed To Timely File A Request For Reconsideration Or (ii) I/we Filed A Waiver To Avail Of Said Right; And (c) I Am/we Declared As The Bidder With The Lowest Calculated And Responsive Bid And I/we Have Furnished The Performance Security And Signed The Contract. In Witness Whereof, I Have Hereunto Set My Hand This _____ Day Of ________, 2025 At __________________. _____________________________________ Bidder’s Representative/authorized Signatory [insert Signatory’s Legal Capacity] Affiant Subscribed And Sworn To Before Me A Notary Public For And Within The Province/city Pf __________________, On This ________ Day Of _______________, 2025 At __________________________ By The Above Named Affiant With His/her __________________ As The Competent Evidence Of His/her Identity And Avows Under Penalty Of Law That All The Statements Contained On This Instrument Are True And Correct. Doc. No. __________ Page No. __________ Book No. __________ Series Of 2025. Bid Form For The Procurement Of Goods (shall Be Submitted With The Bid) Bid Form Date: _____________________________ Project Identification No.: _____________ To: [name And Address Of Procuring Entity] Having Examined The Philippine Bidding Documents(pbds) Including The Supplemental Or Bid Bulletin Numbers_____, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To (supply/deliver/perform) (description Of The Goods) In Conformity With The Said Pbds For The Sum Of (total Bid Amount In Words And Figures) Or The Total Calculated Bid Price, As Evaluated And Corrected For Computational Errors , And Other Bid Modifications In Accordance With The Price Schedules Attached Herewith And Made Part Of This Bid. The Total Bid Price Includes The Cost Of All Taxes, Such As, But Not Limited To (specify The Applicable Taxes, E.g. (i) Value Added Tax, (ii) Income Tax, (iii) Local Taxes, And (iv) Other Fiscal Levies And Duties), Which Are Itemized Herein Or In The Price Schedules. If Our Bid Is Accepted, We Undertake: A.to Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements Of The Philippine Bidding Documents(pbds); B. To Provide A Performance Security In The Form, Amounts, And Within The Times Prescribed In The Pbds; C. To Abide By The Bid Validity Specified In The Pbds And It Shall Remain Binding Upon Us At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Bid You May Receive. We Certify/conform That We Comply With The Eligibility Requirements Pursuant To The Pbds. The Undersigned Is Authorized To Submit The Bid On Behalf Of (name Of The Bidder) As Evidenced By The Attached (state The Written Authority). We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including, The Attached Schedule Of Prices, Shall Be A Ground For The Rejection Of Our Bid. Name: Legal Capacity: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Contract Agreement For The Procurement Of Goods(revised) __________________________________________________________________________ This Agreement, Made The _________ Day Of _______________, ________ Between [name And Address Of Procuring Entity] Of The Philippines (hereinafter Called The“entity”) Of The One Part And [name Of Supplier] (hereinafter Called The “supplier”) Of The Other Part. Whereas, The Entity Invited Bids For Certain Goods And Ancillary Services, Particularly (brief Description Of Goods And Services) And Has Accepted A Bid By The Supplier For The Supply Of Those Goods And Services In The Sum Of (contract Price In Words And Figures In Specified Currency) (hereinafter Called The “contract Price”). Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents As Required By The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Be Deemed To Form And Be Read And Construed As Part Of This Agreement, Viz.: I. Philippine Bidding Documents(pbds) I. Schedule Of Requirements; Ii.technical Specifications; Iii.bill Of Quantities Iv.general And Special Conditions Of Contract; V.supplemental Or Bid Bulletins, If Any Ii. Winning Bidder’s Bid, Including The Eligibility Requirements, Technical And Financial Proposals, And All Other Documents Or Statements Submitted; Bid Form, Including All The Documents/statements Submitted; Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes, And All Other Documents Submitted(e.g., Bidder’s Response To Request For Clarifications On The Bid), Including Corrections To The Bid, If Any, Resulting From The Procuring Entity’s Bid Evaluation; C. Performance Security D. Notice Of Award Of Contract And The Bidder’s Conforme Thereto; And E. Other Contract Documents That May Be Required By Existing Laws And/or The Procuring Entity Concerned In The Pbds. Winning Bidder Agrees That Additional Contract Documents Or Information Prescribed By The Gppb That Are Subsequently Required For Submission After The Contract Execution, Such As The Notice To Proceed, Variation Orders And Warranty Security, Shall Likewise Form Part Of The Contract. 3. In Consideration For The Sum Of [total Contract Price In Words And Figures) Or Such Other Sums As May Be Ascertained, [name Of Bidder] Agrees To Execute The [state The Object Of The Contract] In Accordance With His/her/its Bid. 4. The [name Of The Procuring Entity] To Pay The Above-mentioned Sum In Accordance With The Terms Of Bidding. In Witness, Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Binding Signature Of The Procuring Entity: Binding Signature Of Supplier: Insert Name And Signature] [insert Name And Signature] [insert Signatory’s Legal Capacity] [insert Signatory’s Legal Capacity] Signed In The Presence Of: ______________________ ________________ Liaison Officer For: For: [insert Procuring Entity] [insert Name Of Supplier] Acknowledgement Before Me, As The Notary Public For And In The City/municipality Of _____________, Personally Appeared _________________, Representing The ________________________ With _____________ Issued On __________ At __________________ And ___________________, _____________________ Representing ________________________ With ______________________ Issued On _________________ At __________________________, Known To Me The Same Persons Who Executed The Foregoing Contract Agreement And They Acknowledged To Me That The Same Are Their True Act And Deed For And In Behalf Of The Parties They Represent. This Instrument Consists Of ____ Pages Including This Page On Which The Acknowledgement Is Written Duly Signed By The Contracting Parties And Their Witnesses. In Witness Whereof, I Have Hereunto Affixed My Signature And Seal This _______ Day _____________, Philippines. Doc. No. ______________ Page No: ______________ Book No. ______________ Series Of 2025. Bill Of Quantities Item No. Item Quantity Unit Unit Price Total Price Prepared By: ______________ Proprietor

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.6 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 1,622,577.91 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City With Project No. Cb(b)-25-002 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Brgy. Health Center, Temp. Room Extension - Iligan Health Center, Brgy. Del Carmen, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Structures And Obstruction • Remove And Replace Ceiling Board At Abtc And Roof Eaves • Demolish Chb Wall Partition At Utility Access And Female Toilet • Remove And Replace Doors And Jambs • Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02 • Demolish Plant Box At Receiving Area For Stairs Earthworks • Excavation Work For Pedestal Footings • Gravel Bedding For Pedestal Footings • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Concrete Work, Formwork & Scaffolding • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Sputum Collection At Injection Area And Laboratory Steel Reinforcements • Pedestal Column And Zocalo For Waiting Area And Receiving Area • Slab For Waiting Area And Receiving Area • Masonry Wall Reinforcement • Sputum Collection At Injection Area And Laboratory Steel Works • Rectangular Tube 50 X 75 X 1.2mm For Purlins At Waiting Area And Receiving Area • Rectangular Tube 50 X 100 X 1.2mm For Rafter And Column At Waiting Area And Receiving Area Masonry & Plastering Works • 100mm Thk. Chb Wall Partition For Counseling Room • 100mm Thk. Chb Wall For Additional Pwd Toilet, Female Toilet And Sputum Collection Ceiling Works • Replace Ceiling Board At Tb Dots/ Is Dots With 4.5mm Thk. Fiber Cement Board • Replace Ceiling Board At Roof Eaves With Pvc Ceiling Panel Dry Wall Partition • Install Drywall Partition At: - File/ Stock Room & Medical Supplies Room - Examination/ Treatment Area - Arv & Supplies Storage Area - Consultation Room And Laboratory Roofing Works • Install 3mm Polycarbonate Solid Sheet For Roofing At Waiting Area And Receiving Area Tile Works • Installation Of 300mm X 300mm Ceramic Floor Tiles (non-skid) At Additional Pwd Toilet Floor And Female Toilet • Installation Of 300mm X 300mm Ceramic Wall Tiles (glossy) At Additional Cr Wall, Female Toilet And Sink Electrical Works • Remove Lighting And Wirings In The Two Rooms To Be Renovated • Installation Of Conduits ,junction Box ,utility Box • Installation Of New Electrical Wire ,switches , Aircon Outlet • Installation Of Lighting Fixture In Its New Location According The Electrical Plan (note Use The Old Lighting Fixture) • Lighting Circuits Must Be Connect In Circuit No. 1 And Circuit No. 5 As Refer To The Electrical Plan • Additional Aircon Outlet Installed Must Be Connected To Electrical Panelboard Spare Plumbing Works • Pipes (water, Waste And Soil) For Additional Pwd Toilet, Female Toilet And Sputum Collection • Replace P-trap In Every Sink • Installation Of Water Closet, Lavatory And Faucet • Install Of Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm, Grab Bar,vertical Wall Support 32mmø Ss304 Painting Works • Repaint Existing Interior Ceiling Board • New Paint For Ceiling Board At Abtc (tb Dots/ Is Dots) • New Paint For Interior Chb Wall Partition At Counseling Room And Additional Pwd And Female Toilet • Paint Steel Rafter, Purlins And Steel Columns • Seal Joints At Drywall And Ceiling Using Gypsum Putty Doors And Windows • W1- 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window • D1- 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories • D2- 1300mm X 2100mm Double Swing Flush Door With Vision Glass ,50 X 150 Mm Door Jamb And Complete Accessories • D3- 1000mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D4- 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories • D5- 1?00mm X 2650mm Analok- Aluminum Framed,6mm Thk. Sliding Glass Door With Complete Accessories • D6- 1600mm X2650mm Accordion Door With Complete Accessories • Dw1- 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw2- 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw3- 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories • Dw4- 4850mm X 2650mm Analok- Aluminum Framed,6mm Thk. Swing Glass Door With Transom & Complete Accessories I. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, Rx 3"x 14" Coco Lumber, 2"x 3"x10" Coco Lumber, 2"x 2" X8" Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) Ii. Removal Of Structures And Obstruction (q = 1.00 Lot) Includes Remove And Replace Ceiling Board At Abtc (new Tb Dots/is Dots) And Roof Eaves, Demolish Chb Wall Partition At Utility Access And Female Toilet, Remove And Replace Doors And Jambs, Demolish Some Chb Wall Partition For Door Opening At Doffing Station Level 01 & 02, Demolish Plant Box At Receiving Area For Stairs. Iii. Earthworks (q = 2.88 Cu.m.) Includes Volume To Be Excavated, Volume Of Gravel Bedding. Iv. Concrete Work, Formwork & Scaffolding (q = 3.45 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, Marine Plywood 12mm Thk. X 4' X 8', 2" X 3" X 8' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. V. Steel Reinforcements (q = 312.42 Kgs.) Includes 10mm Ø Dsb X 6m, 12 Mm Ø Dsb X 6m, No. 16 G.i. Tie Wire. Vi. Steel Works (q = 299.56 Kgs.) Includes Rectangular Tube 50 X 75 X 1.2 X 6000 Mm, Rectangular Tube 50 X 100 X 1.2 X 6000 Mm, Welding Rod (6011), Baseplate 12mm X 8"x16", 1/2" X 4" Expansion Bolt, Stud Anchor M8x75mm, 4" Cutting Disk, 4" Grinding Disk. Vii. Masonry & Plastering Works (q = 43.27 Sq.m.) Includes 4" Chb 700psi, Portland Cement, Washed Sand,injectable Chemical Anchor. Viii. Doors And Windows (q = 37.00 Set) Includes Wl: 2250mm X 1500mm Analok- Aluminum Framed, 6mm Thk. Fixed Glass Window; Dl: 800mm X 2100mm Wooden Panel Door (kiln Dried) With 50 X 150 Mm Door Jamb And Complete Accessories; D2: 1200mm X 2100mm Double Swing Flush Door With Vision Glass , 50 X 150 Mm Door Jamb And Complete Accessories; D3: 900mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; D4: 600mm X 2100mm Wooden Flush Door With Exhaust, 50 X 150 Mm Door Jamb And Complete Accessories; Ds: 1700mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Sliding Glass Door With Complete Accessories; D6: 1600mm X2650mm Accordion Door With Complete Accessories; D7: 900mm X2100mm Wooden Flush Door W/50 X 150 Mm Door Jamb And Ss Lick Plate With Complete Accessories; Dwl: 2200mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw2: 2350mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw3: 2375mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Dw4: 4850mm X 2650mm Analok- Aluminum Framed, 6mm Thk. Swing Glass Door With Transom & Complete Accessories; Ss Lever Type Lockset, Heavy Duty; Ss Knob Type Lockset, Heavy Duty. Ix. Painting Works (q = 372.77 Sq.m.) Includes Skim Coat (20kg/pack), Pennacoat Rat Latex, Masonry Putty, Red Oxide Primer, Quick Drying Enamel, Paint Thinner, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ", Sand Paper (assorted Sizes), Tape Fiberglass Mesh (48mm X 30m), Gypsum Putty (5kg/gal). X. Ceiling Works (q = 177.65 Sq.m.) Includes 4.5mm Thk X 4" X 8" Ficem Board, Blind Rivets, 1000pcs/box; Riveter. Xi. Dry Wall Partition (q = 90.09 Sq.m.) Includes 4.5mm Thk X 4' X 8' Ficem Board; Metal Studs, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Metal Tracks, 0.50mm Thk. X 2" X 3" X 2" X 3.00m; Hardiflex Screw ( Rat Head) #7x 25mm (500 Pcs); Blind Rivets, 1000pcs/box. Xii.roofing Works ( Q = 27.05 Sq.m.) Includes 4' X 8' X 3mm Polycarbonate Solid Sheet, Analok Flat Bar 1/8" X 1" X 16ft, Tek Screw 12 X 65mm (100pcs). Xiii.tile Works (q = 27.71 Sq.m.) Includes 300mm X 300mm Ceramic Floor Tiles (non-skid), 300mm X 300mm Ceramic Wall Tiles, Tile Grout (2kg), Tile Adhessive 25kg (heavy Duty), Portland Cement, Washed Sand, Diamond Cutter Wheel. Xiv. Electrical Works ( Q = 1.00 Lot) Includes Led Panel Light 20w 30x30cm Daylight Recessed Type 230vac; Single Gang Switch 230v; Three Gang Switch 230v; T8 Led Tube Light,18w,43x1220x31mm,g13,single Ended W/ Fixture; Junction Box; Utility Box; Aircon Outlet 20a 230vac; 3.smm2 Thwn-2 Stranded Copper Wire; 8.0mm 2 Thwn-2 Stranded Copper Wire; Electrical Pvc 20mm Schedule 40; Electrical Tape 0.16mmx19mmx16m; Circuit Breaker 50at Bolt On 10kaic. Xv.plumbing Works (q = 1.00 Lot) Includes Stainless Steel Lavatory Faucet, Heavy Duty; Two Piece Water Closet, 705x400x775mm; Lavatory , 500x655x835mm; Stainless Sink, Heavy Duty; Grab Bar Ss 304 L 49 X W 7.5 X H 6 Cm; Grab Bar Vertical Wall Support 32mm0 Ss304; Floor Drain 100x150xx2.7mm; 4" Dia. Pvc Wye; 4" Dia. Pvc Coupling; 4" Dia. Pvc Clean Out; 4" Dia. Pvc Elbow, 1/8 Bend; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. Pvc P-trap; 2" Dia. Pvc Wye; 2" Dia. Pvc Elbow, 1/8 Bend; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. X 10' Pvc Pipe, S-1000; 3 Way Angle Valve; Pvc Cement, 400cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i.tee; 1/2" Dia. G.i. Coupling; 1/ 2" Dia. X 20' G.i. Pipe; Teflon Tape (big). Approved Budget For The Contract (abc): P 1,622,577.91 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Ninety (90) Calendar Days From Receipt Of Notice To Proceed. 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. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 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 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-002 (ceo-infra)

Municipality Of Rizal,palawan Tender

Healthcare and Medicine
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance

Municipality Of Sta cruz, Davao Del Sur Tender

Civil And Construction...+4Others, Construction Material, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 764.4 K (USD 13.2 K)
Details: Description Republic Of The Philippines Province Of Davao Del Sur Municipality Of Santa Cruz -ooo- Bids And Awards Committee Invitation To Bid For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Sta. Cruz Senior High School, Zone Iii, Sta. Cruz, Davao Del Sur (itb No. 14-goods-2025) 1. The Local Government Unit Of Sta. Cruz, Davao Del Sur, Through The Special Educational Funds For The 2025 Intends To Apply The Total Sum Of Seven Hundred Sixty Four Thousand Four Hundred Forty Two And 95/100 (762,442.95) Pesos Being The Total Abc To Payments Under The Contract For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Sta. Cruz Senior High School, Zone Iii, Sta. Cruz, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Of Issue Item Description Cost Per Item Approved Budget For The Item 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Sta. Cruz Senior High School 1 54 Bgs Portland Cement (40 Kgs.) 260.00 14,040.00 2 10 M³ Course Sand 1,500.00 15,000.00 3 328 Pcs Chb #4 18.00 5,904.00 4 10 M³ Course Sand 1,200.00 12,000.00 5 10 Lngth 4"ø Pvc Pipe S-1000 1,120.00 11,200.00 6 16 Shts 5m X 1.1m Rib Type Roofing ( Roofing) 1,000.00 16,000.00 7 180 Bdft 2" X 3" X 10' Purlins 35.00 6,300.00 8 534 Bdft 2" X 4" X 10' Coco Lumber(truss And Column) 35.00 18,690.00 9 668 Bdft 2" X 2" X 10' Coco Lumber (bracing) 35.00 23,380.00 10 14 Lengths 1 X 1 X 1.2mm Tubular (handwashing) 250.00 3,500.00 11 90 Mtrs Trapal (walling, Door) 175.00 15,750.00 12 4 Kls Umbrella Nails 120.00 480.00 13 10 Kls #4 Cwn 120.00 1,200.00 14 10 Kls #3 Cwn 120.00 1,200.00 15 10 Kls #2 1/2 Cwn 120.00 1,200.00 16 10 Kls #1 1/2 Cwn 120.00 1,200.00 17 20 Rolls Lugpet 390.00 7,800.00 18 2 Pcs Gun Tacker With (staple Refill) 750.00 1,500.00 19 24 Pcs Hinges 70.00 1,680.00 20 12 Sets S3way Switch (liso) 182.00 2,184.00 21 12 Pcs Single Gang Plate 55.00 660.00 22 12 Pcs Plastic Switch Box 91.00 1,092.00 23 80 Mtrs Pdx Wire # 14 54.00 4,320.00 24 6 Pcs Pvc J-box W/ Cover 39.00 234.00 25 6 Pcs Pvc Receptacle 2 X 2 58.00 348.00 26 6 Pcs Led Bulb 7w, 230v 312.00 1,872.00 27 2 Pcs Heavy Duty Male Plug 78.00 156.00 28 2 Roll Electrical Tape Big 91.00 182.00 29 4 Lgths 1"ø Ppr Pipe 1,300.00 5,200.00 30 12 Lgths 1/2"ø Ppr Pipe 500.00 6,000.00 31 32 Pcs 1"ø X 1/2"ø Ppr Tee 150.00 4,800.00 32 20 Pcs 1/2"ø Ppr Elbow 70.00 1,400.00 33 4 Pcs 1/2"ø Ppr Tee 220.00 880.00 34 36 Pcs 1/2"ø Ppr Elbow W/ Female Thread Adaptor 215.00 7,740.00 35 4 Pcs Teplon 45.00 180.00 36 12 Pcs Ordinary Faucet 150.00 1,800.00 37 24 Lgths Faucet With Shower Combination 750.00 18,000.00 38 12 Pcs Ordinary Kitchen Sink 550.00 6,600.00 39 12 Lgths 2''ø Pvc Pipe S-1ooo 400.00 4,800.00 40 10 Pcs 2''ø Pvc Elbow S-1000 75.00 750.00 41 12 Pcs 2''ø Pvc Tee S-1000 85.00 1,020.00 42 2 Can Solvent Cement 150.00 300.00 43 120 Pcs Chb #4 18.00 2,160.00 44 15 Lengths Drb 10mmx6m 240.00 3,600.00 45 2 Kls. Tie Wire 16 105.00 210.00 46 2 C.m. Coarse Sand 1,500.00 3,000.00 47 10 Bags Portland Cement (40 Kgs.) 260.00 2,600.00 48 2 Unit Cb Enclosure Single Nema 3r W/ 30a Cb Bolt-on Type 1,120.00 2,240.00 49 2 Box Pdx Wire 14 4,000.00 8,000.00 50 1 Box Staple Wire ¾ 75.00 75.00 51 2 Roll Electrical Tape Big 75.00 150.00 52 2 Pcs. Pvc J-box W/cover & Screws 43.00 86.00 53 10 Pcs. Screw Insulator Big 85.00 850.00 54 2 Lengt Pvc Pipe ¾ Pns14 160.00 320.00 55 10 Length Pvc Pipe ½ Pns14 115.00 1,150.00 56 10 Pcs. Pvc Clamp ¾ 6.00 60.00 57 30 Pcs. Pvc Clamp ½ 5.00 150.00 58 2 Units Pe Storage Tank 2000 Liters Vertical Mounted 33,200.00 66,400.00 59 2 Unit Stainless Pressurize Tank 82 Gal. 18,850.00 37,700.00 60 2 Unit Water Pump, Shallow,2hp,220v 27,000.00 54,000.00 61 4 Unit Ppr Pipe 1 1,300.00 5,200.00 62 4 Box Ppr Coupling 33.00 132.00 63 10 Box Ppr Elbow 1x 90 Plain 60.00 600.00 64 1 Roll Ppr Tee 1x1 Plain 52.00 52.00 65 1 Pcs. Float Valve 1 Bronze 2,000.00 2,000.00 66 4 Pcs. Ball Valve 1 923.00 3,692.00 67 1 Lengt Ppr Elbow 1x 45 Plain 65.00 65.00 68 1 Length G.i. Nipple 1x5 95.00 95.00 69 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 70 1 Pcs. Pressure Gauge 100psi 300.00 300.00 71 1 Unit Float Switch 2hp,230v 2,000.00 2,000.00 72 1 Pc. G.i. Elbow 1x 45 72.00 72.00 73 2 Pcs. Ppr Union Patente 1 130.00 260.00 74 2 Pcs Check Valve 1 Spring Type (b-b) 663.00 1,326.00 75 2 Pcs. G.i. Coupling 1 40.00 80.00 76 4 Pcs. G.i. Elbow 1x90 72.00 288.00 77 4 Pcs G.i. Nipple 1x3 65.00 260.00 78 4 Pcs G.i. Nipple 1x4 46.00 184.00 79 4 Pcs G.i. Nipple 1x6 111.00 444.00 80 3 Pcs G.i. Nipple 1x12 172.00 516.00 81 3 Pcs Union Patente 1 137.00 411.00 82 1 Pc. G.i. Tee 1x1 78.00 78.00 83 2 Pcs. Bushing Reducer 1 ¼ X1 70.00 140.00 84 2 Pc. G.i. Plug 1 32.00 64.00 85 1 Pc. Bushing Reducer 1x ½ 46.00 46.00 86 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 87 1 Pc G.i. Tee ¼ X ¼ 85.00 85.00 88 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 89 1 Pc G.i. Nipple ¼ X2 33.00 33.00 90 2 Pcs. G.i. Elbow ¼ X 90 65.00 130.00 91 15 Rolls Teflon ¾ 63.00 945.00 92 1 Pc - P.e. Male Adaptor 1 91.00 91.00 93 120 Mts. P.e. Pipe 1 Sdr 11 85.00 10,200.00 94 100 Mts. P.e. Pipe ½ Sdr 11 35.00 3,500.00 95 4 Pcs P.e. Connector 1 150.00 600.00 96 10 Pcs. P.e. Connector ½ 90.00 900.00 97 4 Pcs P.e. End Cap ½ 46.00 184.00 98 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 99 2 Pcs. P.e. Elbow 1x90 163.00 326.00 100 2 Pcs. P.e. Tee 1x1 234.00 468.00 101 10 Pcs. P.e. Coupling ½ 85.00 850.00 102 10 Pcs. P.e. Elbow ½ 90.00 900.00 103 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 104 1 Pcs. Pressure Gauge 100psi 300.00 300.00 105 2 Pcs. Union Patente ¾ 130.00 260.00 106 2 Pcs. Union Patente 1 137.00 274.00 107 4 Pcs G.i. Elbow ¾ X 90 68.00 272.00 108 2 Pcs. G.i. Elbow 1x90 72.00 144.00 109 1 Pc. Check Valve 1 Spring Type (b-b) 663.00 663.00 110 1 Pc. Check Valve ¾ Spring Type (b-b) 600.00 600.00 111 1 Pc. Ball Valve 1 923.00 923.00 112 1 Pc. Ball Valve ¾ 850.00 850.00 113 2 Lengths Ppr Pipe ¾ 850.00 1,700.00 114 1 Pc. G.i. Tee ¾ 70.00 70.00 115 1 Pc G.i. Plug ¾ 28.00 28.00 116 1 Pc. G.i. Plug 1 32.00 32.00 117 4 Pcs G.i. Nipple 1x3 65.00 260.00 118 4 Pcs G.i. Nipple 1x4 46.00 184.00 119 4 Pcs G.i. Nipple 1x6 111.00 444.00 120 3 Pcs G.i. Nipple 1x12 172.00 516.00 121 4 Pcs G.i. Nipple 3/4x3 30.00 120.00 122 4 Pcs G.i. Nipple 3/4x4 38.00 152.00 123 4 Pcs G.i. Nipple 3/4x6 45.00 180.00 124 2 Pcs Bushing Reducer 1 X 3/4 60.00 120.00 125 1 Pc Bushing Reducer 1x ½ 46.00 46.00 126 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 127 1 Pc. G.i. Tee ¼ X ¼ 85.00 85.00 128 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 129 1 Pc G.i. Nipple ¼ X2 33.00 33.00 130 2 Pcs G.i. Elbow ¼ X 90 65.00 130.00 131 15 Rolls Teflon ¾ 63.00 945.00 132 1 Pc. P.e. Male Adaptor 3/4 85.00 85.00 133 120 Mts P.e. Pipe 1 Sdr 11 35.00 4,200.00 134 100 Pcs P.e. Pipe ½ Sdr 11 33.00 3,300.00 135 4 Pcs. P.e. Connector 1 150.00 600.00 136 10 Pcs P.e. Connector ½ 90.00 900.00 137 4 Pcs. P.e. End Cap ½ 46.00 184.00 138 5 Pcs P.e. Coupling Reducer 1x1/2 137.00 685.00 139 2 Pcs. P.e. Elbow 1x90 163.00 326.00 140 2 Pcs. P.e. Tee 1x1 234.00 468.00 141 10 Pcs P.e. Coupling ½ 85.00 850.00 142 10 Pcs P.e. Elbow ½ 90.00 900.00 143 3 Lengths G.i. Pipe 2 S-40 2,275.00 6,825.00 144 3 Pcs. France Coupling 2 465.00 1,395.00 145 1 Pc. G.i. Tee 2x2 254.00 254.00 146 2 Pcs. Bushing Reducer 2x1 ¼ 35.00 70.00 147 1 Pc. Straight Elbow 1 ¼ 138.00 138.00 148 1 Pc. G.i. Plug 1 ¼ 46.00 46.00 149 1 Pc. Bushing Reducer 1 ¼ X1 70.00 70.00 150 1 Pc. G.i. Nipple 3/4x12 98.00 98.00 151 2 Pcs. France Coupling ¾ 72.00 144.00 152 1 Pc. G.i. Tee ¾ 54.00 54.00 153 1 Pc. G.i. Plug ¾ 24.00 24.00 154 2 Lengths G.i. Pipe ¾ S-40 806.00 1,612.00 155 1 Pc Foot Valve ¾ Wb Heavy Duty 1,235.00 1,235.00 156 5 Rolls Teflon ¾ 63.00 315.00 157 9 Unit Semi-integrated 30w Solar Streetlight Specifications: 150-180lm/w, With 18v, 50w Monocrystalline Solar Panel, W/ Prepainted Arm And Bracket Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v 20,800.00 187,200.00 158 9 Pcs. 2"ø G.i Pipe S-40 2,900.00 26,100.00 159 45 Lnght Drb 12mmx6m 310.00 13,950.00 160 27 Lnght Drb 10mmx6m 240.00 6,480.00 161 18 Pcs. Tie Wire#16 105.00 1,890.00 162 9 Pcs. 1/2" Thk Ord. Plywood 720.00 6,480.00 163 9 Kls #3 Cwn 120.00 1,080.00 164 9 Kls #2 1/2 Cwn 120.00 1,080.00 165 299.97 Bdft 2" X 2" X 10' Coco Lumber 35.00 10,498.95 166 27 Kls 6013 Electrode 280.00 7,560.00 167 4.5 C.m. Coarse Sand 1,500.00 6,750.00 168 36 Bags Portland Cement (40 Kgs.) 260.00 9,360.00 Total 764,442.95 2. The Local Government Unit Of Sta. Cruz, Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Three (3) Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 Bac Secretariat Office At 2nd Floor, Left Wing, New Municipal Hall Building, Escandor Road, Municipality Of Sta. Cruz, Davao Del Sur And Inspect The Bidding Documents At The Address During Weekdays Starting From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 From The Given Address Below 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 (1000.00) Pesos. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 O’clock In The Morning February 28, 2025. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:40 O’clock In The Morning Of February 28, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Of Unit Of Sta. Cruz, Davao Del Sur 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. 10. For Further Information, Please Refer To: Ommi Kharsom L. Buat Bac Secretariat Left Win, 2nd Level, New Municipal Hall Local Government Center, Zone Iii, Sta. Cruz, Davao Del Sur. 09107650089 - E-mail Address:bac5stacruz@gmail.com Engr. Ray R. Sealana Bac Chairperson, Masso

NATIONAL POLICE COMMISSION REGION VIII Tender

Electrical Goods and Equipments...+3Machinery and Tools, Electrical and Electronics, Furnitures and Fixtures
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 699 K (USD 11.9 K)
Details: Description No. Complete Description Of Item(s) Qty Unit Abc Unit Price Total Price 1 2 In 1 Floor Scrub Brush/glass Scrape W/ Long Handle 2 Pc 1,000.00 2 2 Tier Trolley Cart (no Handle), Wheels With Stopper, Size 15" X 25" 1 Pc 5,000.00 3 6 Gang Extension Board (extension Cord) With Switch, 1m 1 Unit 500.00 4 Acrylic Table Name Stand Holder (3x12) 40 Pc 20,000.00 5 Acrylic Table Name Stand Holder (a4 Portrait) 6 Pc 3,000.00 6 Air Diffuser With Essential Oil 1 Pc 1,500.00 7 "airconditioning Unit Specifications: Split Type, 2.5hp, Inverter+installation" 1 Unit 50,000.00 8 Alcohol, Ethyl, 68%-72% 3 Gal 1,185.00 9 Anti-virus Subscription For 3-5 Users 2 Subscription 6,000.00 10 Ballpen, Black 80 Pc 1,200.00 11 Battery, Aa 10 Pc 2,000.00 12 Battery, Dry Cell Size A, Two (2) Pc Per Blister Pack 10 Pack 820.00 13 Biometric 1 Unit 15,000.00 14 Broom, Soft Tambo 5 Pc 680.00 15 Bulldog Paper Clamp 80mm 3 Box 600.00 16 Cable Tie, 100s, Black, 6 Inches, 4x150mm 1 Pack 35.00 17 Carbon Film, Pe, Blue, Size : 216mmx330mm 4 Pack 956.00 18 Carbon Film, Pe, Black, Size : 210mmx297mm 4 Pack 884.00 19 Carpenter Measurement Tape 1 Pc 500.00 20 Certificate Holder 30 Pc 1,800.00 21 Cleaner, Toilet Bowl And Urinal 10 Bottle 420.00 22 Cleaning Rubber Gloves 2 Box 1,000.00 23 Clear Glue, With Sponge Tip, Atleast 50cc 11 Pc 275.00 24 Clip, Backfold, All Metal, Clamping:19mm (-1mm) 5 Box 50.00 25 Clip, Backfold, All Metal, Clamping:25mm (-1mm) 4 Box 120.00 26 Clip, Backfold, All Metal, Clamping:32mm (-1mm) 10 Box 300.00 27 Clip, Backfold, All Metal, Clamping:50mm (-1mm) 8 Box 448.00 28 Clipboard, Black, Long 1 Pc 60.00 29 Clip, Paper, Vinyl/plastic Coat, Length 50mm Min 5 Box 150.00 30 Correction Tape 31 Pc 372.00 31 Crimping Tool 1 Pc 1,000.00 32 Data Box Filer, Red Color 30 Pc 4,950.00 33 Detergent Powder, 1kl 20 Pack 1,100.00 34 Dishwashing Liquid, 500ml 25 Bottle 4,500.00 35 Disinfectant Liquid 5 Gal 2,000.00 36 Disinfectant Spray, Aerosol Type 440g 20 Bottle 2,800.00 37 Divider Partition/room Divider 5.5ft H X 15" W (4 Panels) 1 Unit 4,000.00 38 Electric Drill 1 Unit 2,000.00 39 Electric Fan, Stand, 18" 3 Unit 7,350.00 40 Electric Fan, Wall Mount 1 Unit 2,500.00 41 Envelope, Expanding, Kraftboard,for Legal Size Doc (brown Color) 1 Box 1,800.00 42 Envelope, Long, Brown 25 Pc 325.00 43 Envelope, Mailing, White, 70gsm 2 Box 866.00 44 Executive Chair, Good Quality/heavy Duty 2 Unit 15,000.00 45 Exhaust Fan, 12 Inches 1 Unit 1,300.00 46 Expanding Folder, Long, Green 100 Pcs 2,000.00 47 Expanding Folder, Long, Orange 1 Box 900.00 48 Extension Wire (5m, 4 Sockets) 5 Pc 1,500.00 49 External Drive 1tb Hard Drive Portable Storage Plug And Play Usb 3.2 Gen 1 Type A To Micro B 4 Unit 12,000.00 50 Fastener, All Metal 3 Box 285.00 51 Fastener, Plastic 6 Box 270.00 52 Flash Drive, 16gb Capacity 6 Unit 1,800.00 53 Floor Matting (toyota Innova) 1 Set 5,000.00 54 Folder, Pressboard, Legal, White 2 Pack 3,780.00 55 Folder, Tagboard, For Legal Size Documents (brown) 1 Pack 322.00 56 Folder, Tagboard, For Legal Size Documents (white) 8 Pack 2,800.00 57 Folder, Tagboard, For Legal Size Documents (white) 50 Pc 750.00 58 Foot Rug, Cotton 24 Pc 2,400.00 59 Glass Cleaner, Spray 500ml 2 Can 400.00 60 Glass Cleaner, Sponge & Wiper Double, Long 2 Pc 500.00 61 Glue, All Purpose, 200g 8 Jar 600.00 62 Hand Sanitizer, 500ml 6 Bottle 2,394.00 63 Hand Soap, Liquid, 500ml 20 Bottle 4,000.00 64 Hand Towel, White 12 Pc 1,200.00 65 Hdmi, 10m 1 Pc 1,500.00 66 Hdmi To Vga, Wire Connector, 5meters 5 Pc 5,000.00 67 Insecticide, Aerosol Type 9 Can 3,150.00 68 Ink Gi-790, Black 4 Bottle 1,400.00 69 Ink Gi-790, Cyan 3 Bottle 1,050.00 70 Ink Gi-790, Magenta 3 Bottle 1,050.00 71 Ink Gi-790, Yellow 3 Bottle 1,050.00 72 Ink Brother, Bt5000c (cyan) 3 Bottle 1,050.00 73 Ink Brother, Bt5000m (magenta) 3 Bottle 1,050.00 74 Ink Brother, Bt5000y (yellow) 3 Bottle 1,050.00 75 Ink Brother, Btd60bk (black) 5 Bottle 1,750.00 76 Ink, Brother, T-420w Dcp, Black 21 Bottle 8,295.00 77 Ink, Brother, T-420w Dcp, Cyan 14 Bottle 5,530.00 78 Ink, Brother, T-420w Dcp, Magenta 14 Bottle 5,530.00 79 Ink, Brother, T-420w Dcp, Yellow 14 Bottle 5,530.00 80 Ink Epson, 003, Black 27 Bottle 9,450.00 81 Ink Epson, 003, Cyan 17 Bottle 5,950.00 82 Ink Epson, 003, Magenta 17 Bottle 5,950.00 83 Ink Epson, 003, Yellow 17 Bottle 5,950.00 84 Laminating Machine 1 Unit 2,750.00 85 Laminating Sheets, Long 1 Ream 500.00 86 "laptop Specifications: • Operating System: Windows 10® • Processor: Intel® Core™ I5 • Memory: 8gb • Storage: 1 Tb 2.5-inch 5400 Rpm • Graphics: Intel® Uhd Graphics, Supporting Opengl® 4.5, Opencltm 2.1, Microsoft® Directx® 12 • Display: 14"" • Optical Drive: N/a • Networking: Gigabit Ethernet 10/100/1000 • Wireless: 802.11a/b/g/n/acr2+ax (pre-standard) Wireless Lan + Bluetooth® 5.0 • Card Reader: Sd Card Reader • Camera: 720p Hd Audio/video Recording; Super High Dynamic Range Imaging (shdr) • Speaker: Four Built-in Stereo Speakers; Two Built-in Microphones • I/o Ports • Usb Type-c Port Supporting: • Usb 3.1 Gen 1 (up To 5 Gbps) • Displayport Over Usb-c • Usb Charging 5 V; 3 A • Dc-in Port 5 Or 9 Or 15 Or 20 V; 60 W • Three Usb 3.1 Gen1 Ports With One Featuring Power-off Usb Charging • Sd Card Reader • Hdmi® Port With Hdcp Support • External Display (vga) Port • Ethernet (rj-45) Port • Dc-in Jack For Ac Adapter • Adapter: 45w • Battery: 3-cell Li-ion Battery; Up To 11 Hours Battery Life • Keys & Controls: • Acer Finetip Keyboard With International Language Support • Multi-gesture Touchpad, Supporting Two-finger Scroll, Pinch And Rotate --with Wireless Mouse --with Headset --bag" 1 Unit 50,000.00 87 "laptop Operating System: Windows 11 Home Single Language, Processor: Intel® Core™ Ultra 5, Model: 125h, Tetradeca-core (14 Core™) Display & Graphics: Intel® Arc™ Graphics, Shared Memory, 35.6 Cm (14"") Lcd, Comfyview (matte), 2240 X 1400 Resolution, 60 Hz Refresh Rate, Memory: 16 Gb Lpddr5x, Memory Card Reader: Yes (microsd), Storage: 512 Gb Ssd (pci Express 4.0), Network & Communication : Ieee 802.11ax Wireless Lan, Gigabit Ethernet, Built-in Devices: Microphone: Yes, Finger Print Reader: Yes, Number Of Speakers: 2, Interfaces/ports: Hdmi: Yes, Usb 3.2 Gen 1 Type-a Ports: 2, Total Usb Ports: 4, Usb Type-c Docking Iii, Usb4 Ports: 2, Input Devices: Touchpad, Keyboard With Backlight, Oceanglass Touchpad, Battery Information: Lithium Ion (li-ion), 65 Wh, 13 Hours Maximum Battery Run Time, Power Description: 100 W Maximum Power Supply Wattage Physical Characteristics Height: 14.90 Mm, Width: 312.9 Mm, Depth: 217.9 Mm, Weight: 1.32 Kg, Product Color: Silver" 1 Unit 47,000.00 88 Laptop, Core I5 1 Unit 34,000.00 89 "laptop Specification: Size 14"" Processor • Intel® Coretm I7 Memory • 8 Gb Of Onboard Dual-channel Lpddr5 System Memory. Storage - 1 Terabyte Display Panel/ Resolution • 14"" Display With Ips (in-plane Switching) • Ultra Slim Design Operating System • Windows 11 Home With Microsoft Office With Bag, Wireless Mouse, Mouse Pad & Speaker" 1 Unit 45,000.00 90 Light Bulb, Led, 3w 25 Pc 3,000.00 91 Light Bulb, Led, 7w 50 Pc 6,000.00 92 Marker, Flourescent, 3 Assorted Colors Per Set 1 Set 43.00 93 Marker, Permanent, Black, Bullet Type 5 Pc 150.00 94 Marker, Permanent, Black, Broad 1 Box 400.00 95 Marker, Permanent, Black, Broad 5 Pc 400.00 96 Marker, Whiteboard, Black 1 Pc 15.00 97 Marker, Whiteboard, Black, Felt Tip Bullet Type 15 Pc 300.00 98 Marker, Whiteboard, Blue 1 Pc 15.00 99 Marker, Whiteboard, Green 1 Pc 15.00 100 Marker, Whiteboard, Red 1 Pc 15.00 101 Micro Sd Memory Card 8 Gb 6 Pc 1,260.00 102 Micro Sd Memory Card 16 Gb 6 Pc 1,770.00 103 "mini Refrigerator Specifications: 2 Door, 2.8 Cu Ft; Gross Capacity - 78l; Net Capacity - 67l" 1 Unit 11,000.00 104 Mouse Pad W/ Cushion & Arm Rest 8 Pc 1,200.00 105 Multi-purpose Printer : Wifi-enabled, With Feeder And Fladbed Scanner, Photocopying Feature, Ink Refillable 2 Unit 20,000.00 106 Note Pad, Stick On Size: 1.3x 4.4 Cm 4 Pc 300.00 107 Note Pad, Stick On Size: 50mm X 76mm 10 Pad 500.00 108 Note Pad, Stick On, 76mm X 76mm (3"x3") Min 21 Pad 1,050.00 109 Note Pad, Stick On 76mm X 100mm (3"x5") 11 Pad 550.00 110 "office Chair Specifications: Width: 65 Cm Depth: 55 Cm Height: 92 Cm Seat Height: 44 Cm Seat & Backrest: Plywood + Foam Covered With Mesh Fabric. Armrest: Polypropylene (pp) Plastic. Frame & Leg: Metal Tube In Chrome Plating Finish." 2 Unit 7,000.00 111 Paper Cutter A4 (210mm X 257mm) 1 Pc 3,000.00 112 Paper, Multicopy, Size: 8.5" X 11" 5 Ream 1,025.00 113 Paper, Multi-purpose, A4 45 Ream 10,350.00 114 Paper, Multi-purpose, Legal, 13", 70 Gsm 17 Ream 3,230.00 115 Paper, Photo, Glossy 10 Pack 1,500.00 116 Paper, Photo, Matte, A4 23 Pack 2,300.00 117 Paper, Specialty, White, Long, 250gsm 1 Pack 163.00 118 Paper, Specialty, (8.5 X 13) 1 Box 1,500.00 119 Paper, Specialty, A4 (cream Color 10s) 25 Pack 3,750.00 120 Paper, Specialty, A4 (cream Color 10s) 3 Ream 3,000.00 121 Paper, Sticker, Glossy 3 Pack 1,140.00 122 Picture Frame, Wall Mount, Wooden Design, A4 Size 4 Pc 396.00 123 Plastic Foot Rug 6 Meter 4,500.00 124 Portable Power Supply , (40,000-60,000mah)150w 2 Unit 11,000.00 125 Puncher, Paper, Heavy Duty, With Two Hole Guide 6 Pc 900.00 126 Rags, All Cotton, 1kilo Per Bundle 3 Bundle 159.00 127 Rechargeable Battery, Aa 6 Pc 600.00 128 Rechargeable Battery, Aaa 4 Pc 800.00 129 Rechargeable Batteries And Charger Nimh 2 Set 2,000.00 130 Rechargeable Wireless Mouse And Keyboard Set 5 Set 7,500.00 131 Record Book, 500 Pages 5 Book 600.00 132 Ribbon Cartridge For Lx310 Epson 2 Cart 1,020.00 133 Rollerball Pen, Black, 0.7mm With Grip 2 Pc 170.00 134 Rubber Band,70mm Min Lay Flat Length (#18) 2 Box 400.00 135 Ruler, Plastic, 12inches 8 Pc 400.00 136 Scissors, Symmetrical, Blade Length: 65mm Min 6 Pair 198.00 137 Sd Card Reader Usb 3.0/usb C Memory Card Reader, Otg Card Adapter, 5gbps Transmission Speed, Fusse Built-in 4 Pc 2,600.00 138 Sign Pen, Liquid/gel Ink, 0.5mm Needle Tip, Black 45 Pc 1,665.00 139 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 1 Box 250.00 140 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Black 21 Pc 777.00 141 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 1 Box 250.00 142 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Blue 11 Pc 1,199.00 143 Sign Pen, Liquid/gel Ink, 0.7mm Needle Tip, Green 2 Pc 78.00 144 Sign Pen, Liquid/gel Ink, 1.0mm Needle Tip, Blue 30 Pc 690.00 145 "smart Tv Specifications: 40 Inch Display, Hdr 10, Full Hd (1080p), Led Display Panel, Dolby Audio, Android 10 Or More Os, Bluetooth 5.0, Hdmi And Usb Compatible, Power Capacity Ac 100-240v 50/60hz, Power Input 36 W" 1 Unit 22,000.00 146 Stamp, Dater, Rubber 3 Pc 300.00 147 Stamp Pad, Blue 2 Pc 200.00 148 Stamp Pad Ink, Purple Or Violet, 50ml (min.) 4 Bottle 500.00 149 Stamp Pad, Violet Small Size 3 Pad 120.00 150 "stapler, Standard Type, Load Cap: 200 Staples Min (with Staple Wire Remover)" 9 Pc 1,800.00 151 Staple Remover, Plier Type 9 Pc 423.00 152 Staple Wire, Standard, (26/6) 4 Box 232.00 153 Steel Cabinet, 3 Layers 1 Unit 10,000.00 154 Tape, Double Adhesive, 12mm X 10m 1 Roll 35.00 155 Tape, Double Adhesive, 19mm X 30m 2 Roll 90.00 156 Tape, Double Adhesive, 24mm 10 Roll 700.00 157 Tape, Masking, 24mm X 50mm 28 Roll 1,960.00 158 Tape, Masking, 48mm 2 Roll 200.00 159 Tape Packaging Width: 48mm X 50m 10 Roll 700.00 160 Tape, Transparent, 24mm X 50m 38 Roll 2,660.00 161 Tape, Transparent, 48mm 5 Roll 350.00 162 Tarpaulin Plain White With Eyelet 3x5 For Standee 3 Pc 900.00 163 Thread (high Quality) For Bookbinding, Black 20 Roll 4,000.00 164 "tissue, Interfold Paper Towel" 81 Pack 4,050.00 165 Trashbag, Small Size 25 Pack 3,750.00 166 Trashbag, Large Size 25 Pack 2,500.00 167 Trashbag, Medium Size 25 Pack 2,000.00 168 Trashbin, Medium 7 Pc 3,500.00 169 Twine Plastic 3 Roll 201.00 170 Usb Signature Pad With Pen 1x5 3 Set 36,000.00 171 Water Dispenser, Bottom Load 1 Unit 15,000.00 -nothing Follows-

Municipality Of Sta cruz, Davao Del Sur Tender

Civil And Construction...+4Others, Construction Material, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 763.8 K (USD 13.2 K)
Details: Description Republic Of The Philippines Province Of Davao Del Sur Municipality Of Santa Cruz -ooo- Bids And Awards Committee Invitation To Bid For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Federico Yap National High School, Astorga, Sta. Cruz, Davao Del Sur (itb No. 09-goods-2025) 1. The Local Government Unit Of Sta. Cruz, Davao Del Sur, Through The Special Educational Funds For The 2025 Intends To Apply The Total Sum Of Seven Hundred Sixty Three Thousand Eight Hundred Sixty Two And 95/100 (763,862.95) Pesos Being The Total Abc To Payments Under The Contract For The Procuremnet Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Federico Yap National High School, Astorga, Sta. Cruz, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Of Issue Item Description Cost Per Item Total Item Cost 1 Lot Construction And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Fedirico Yap National High School 1 54 Bgs Portland Cement (40 Kgs.) 260.00 14,040.00 2 10 M³ Course Sand 1,500.00 15,000.00 3 328 Pcs Chb #4 18.00 5,904.00 4 10 M³ Mountain Mix 1,200.00 12,000.00 5 10 Lngth 4"ø Pvc Pipe S-1000 1,120.00 11,200.00 6 16 Shts 5m X 1.1m Rib Type Roofing ( Roofing) 1,000.00 16,000.00 7 180 Bdft 2" X 3" X 10' Purlins 35.00 6,300.00 8 534 Bdft 2" X 4" X 10' Coco Lumber(truss And Column) 35.00 18,690.00 9 668 Bdft 2" X 2" X 10' Coco Lumber (bracing) 35.00 23,380.00 10 14 Lengths 1 X 1 X 1.2mm Tubular (handwashing) 250.00 3,500.00 11 90 Mtrs Trapal (roofing, Walling, Door) 175.00 15,750.00 12 4 Kls Umbrella Nails 120.00 480.00 13 10 Kls #4 Cwn 120.00 1,200.00 14 10 Kls #3 Cwn 120.00 1,200.00 15 10 Kls #2 1/2 Cwn 120.00 1,200.00 16 10 Kls #1 1/2 Cwn 120.00 1,200.00 17 20 Rolls Lugpet 390.00 7,800.00 18 2 Pcs Gun Tacker With (staple Refill) 750.00 1,500.00 19 24 Pcs Hinges 70.00 1,680.00 20 12 Sets S3way Switch (liso) 182.00 2,184.00 21 12 Pcs Single Gang Plate 55.00 660.00 22 12 Pcs Plastic Switch Box 91.00 1,092.00 23 80 Mtrs Pdx Wire # 14 54.00 4,320.00 24 6 Pcs Pvc J-box W/ Cover 39.00 234.00 25 6 Pcs Pvc Receptacle 2 X 2 58.00 348.00 26 6 Pcs Led Bulb 7w, 230v 312.00 1,872.00 27 2 Pcs Heavy Duty Male Plug 78.00 156.00 28 2 Roll Electrical Tape Big 91.00 182.00 29 4 Lgths 1"ø Ppr Pipe 1,300.00 5,200.00 30 12 Lgths 1/2"ø Ppr Pipe 500.00 6,000.00 31 32 Pcs 1"ø X 1/2"ø Ppr Tee 150.00 4,800.00 32 20 Pcs 1/2"ø Ppr Elbow 70.00 1,400.00 33 4 Pcs 1/2"ø Ppr Tee 220.00 880.00 34 36 Pcs 1/2"ø Ppr Elbow W/ Female Thread Adaptor 215.00 7,740.00 35 4 Pcs Teplon 45.00 180.00 36 12 Pcs Ordinary Faucet 150.00 1,800.00 37 24 Lgths Faucet With Shower Combination 750.00 18,000.00 38 12 Pcs Ordinary Kitchen Sink 550.00 6,600.00 39 12 Lgths 2''ø Pvc Pipe S-1ooo 400.00 4,800.00 40 10 Pcs 2''ø Pvc Elbow S-1000 75.00 750.00 41 12 Pcs 2''ø Pvc Tee S-1000 85.00 1,020.00 42 2 Can Solvent Cement 150.00 300.00 43 120 Pcs Chb #4 18.00 2,160.00 44 15 Lengths Drb 10mmx6m 240.00 3,600.00 45 2 Kls. Tie Wire 16 105.00 210.00 46 2 C.m. Coarse Sand 1,500.00 3,000.00 47 10 Bags Portland Cement (40 Kgs.) 260.00 2,600.00 48 2 Unit Cb Enclosure Single Nema 3r W/ 30a Cb Bolt-on Type 1,120.00 2,240.00 49 2 Box Pdx Wire 14 4,000.00 8,000.00 50 1 Box Staple Wire ¾ 75.00 75.00 51 2 Roll Electrical Tape Big 75.00 150.00 52 2 Pcs. Pvc J-box W/cover & Screws 43.00 86.00 53 10 Pcs. Screw Insulator Big 85.00 850.00 54 2 Lengt Pvc Pipe ¾ Pns14 160.00 320.00 55 10 Length Pvc Pipe ½ Pns14 115.00 1,150.00 56 10 Pcs. Pvc Clamp ¾ 6.00 60.00 57 30 Pcs. Pvc Clamp ½ 5.00 150.00 58 2 Units Pe Storage Tank 2000 Liters Vertical Mounted 33,200.00 66,400.00 59 2 Unit Stainless Pressurize Tank 82 Gal. 18,850.00 37,700.00 60 2 Unit Water Pump, Shallow,2hp,220v 27,000.00 54,000.00 61 4 Unit Ppr Pipe 1 1,300.00 5,200.00 62 4 Box Ppr Coupling 33.00 132.00 63 10 Box Ppr Elbow 1x 90 Plain 60.00 600.00 64 1 Roll Ppr Tee 1x1 Plain 52.00 52.00 65 1 Pcs. Float Valve 1 Bronze 2,000.00 2,000.00 66 4 Pcs. Ball Valve 1 923.00 3,692.00 67 1 Lengt Ppr Elbow 1x 45 Plain 65.00 65.00 68 1 Length G.i. Nipple 1x5 95.00 95.00 69 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 70 1 Pcs. Pressure Gauge 100psi 300.00 300.00 71 1 Unit Float Switch 2hp,230v 2,000.00 2,000.00 72 1 Pc. G.i. Elbow 1x 45 72.00 72.00 73 2 Pcs. Ppr Union Patente 1 130.00 260.00 74 2 Pcs Check Valve 1 Spring Type (b-b) 663.00 1,326.00 75 2 Pcs. G.i. Coupling 1 40.00 80.00 76 4 Pcs. G.i. Elbow 1x90 72.00 288.00 77 4 Pcs G.i. Nipple 1x3 65.00 260.00 78 4 Pcs G.i. Nipple 1x4 46.00 184.00 79 4 Pcs G.i. Nipple 1x6 111.00 444.00 80 3 Pcs G.i. Nipple 1x12 172.00 516.00 81 3 Pcs Union Patente 1 137.00 411.00 82 1 Pc. G.i. Tee 1x1 78.00 78.00 83 2 Pcs. Bushing Reducer 1 ¼ X1 70.00 140.00 84 2 Pc. G.i. Plug 1 32.00 64.00 85 1 Pc. Bushing Reducer 1x ½ 46.00 46.00 86 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 87 1 Pc G.i. Tee ¼ X ¼ 85.00 85.00 88 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 89 1 Pc G.i. Nipple ¼ X2 33.00 33.00 90 2 Pcs. G.i. Elbow ¼ X 90 65.00 130.00 91 15 Rolls Teflon ¾ 63.00 945.00 92 1 Pc - P.e. Male Adaptor 1 91.00 91.00 93 180 Mts. P.e. Pipe 1 Sdr 11 85.00 15,300.00 94 100 Mts. P.e. Pipe ½ Sdr 11 35.00 3,500.00 95 4 Pcs P.e. Connector 1 150.00 600.00 96 10 Pcs. P.e. Connector ½ 90.00 900.00 97 4 Pcs P.e. End Cap ½ 46.00 184.00 98 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 99 2 Pcs. P.e. Elbow 1x90 163.00 326.00 100 2 Pcs. P.e. Tee 1x1 234.00 468.00 101 10 Pcs. P.e. Coupling ½ 85.00 850.00 102 10 Pcs. P.e. Elbow ½ 90.00 900.00 103 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 104 1 Pcs. Pressure Gauge 100psi 300.00 300.00 105 2 Pcs. Union Patente ¾ 130.00 260.00 106 2 Pcs. Union Patente 1 137.00 274.00 107 4 Pcs G.i. Elbow ¾ X 90 68.00 272.00 108 2 Pcs. G.i. Elbow 1x90 72.00 144.00 109 1 Pc. Check Valve 1 Spring Type (b-b) 663.00 663.00 110 1 Pc. Check Valve ¾ Spring Type (b-b) 600.00 600.00 111 1 Pc. Ball Valve 1 923.00 923.00 112 1 Pc. Ball Valve ¾ 850.00 850.00 113 2 Lengths Ppr Pipe ¾ 850.00 1,700.00 114 1 Pc. G.i. Tee ¾ 70.00 70.00 115 1 Pc G.i. Plug ¾ 28.00 28.00 116 1 Pc. G.i. Plug 1 32.00 32.00 117 4 Pcs G.i. Nipple 1x3 65.00 260.00 118 4 Pcs G.i. Nipple 1x4 46.00 184.00 119 4 Pcs G.i. Nipple 1x6 111.00 444.00 120 3 Pcs G.i. Nipple 1x12 172.00 516.00 121 4 Pcs G.i. Nipple 3/4x3 30.00 120.00 122 4 Pcs G.i. Nipple 3/4x4 38.00 152.00 123 4 Pcs G.i. Nipple 3/4x6 45.00 180.00 124 2 Pcs Bushing Reducer 1 X 3/4 60.00 120.00 125 1 Pc Bushing Reducer 1x ½ 46.00 46.00 126 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 127 1 Pc. G.i. Tee ¼ X ¼ 85.00 85.00 128 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 129 1 Pc G.i. Nipple ¼ X2 33.00 33.00 130 2 Pcs G.i. Elbow ¼ X 90 65.00 130.00 131 15 Rolls Teflon ¾ 63.00 945.00 132 1 Pc. P.e. Male Adaptor 3/4 85.00 85.00 133 120 Mts. P.e. Pipe 1 Sdr 11 90.00 10,800.00 134 100 Mts P.e. Pipe ½ Sdr 11 33.00 3,300.00 135 4 Pcs P.e. Connector 1 150.00 600.00 136 10 Pcs. P.e. Connector ½ 90.00 900.00 137 4 Pcs P.e. End Cap ½ 46.00 184.00 138 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 139 2 Pcs P.e. Elbow 1x90 163.00 326.00 140 2 Pcs. P.e. Tee 1x1 234.00 468.00 141 10 Pcs. P.e. Coupling ½ 85.00 850.00 142 10 Pcs P.e. Elbow ½ 90.00 900.00 143 9 Unit Semi-integrated 30w Solar Streetlight Specifications: 150-180lm/w, With 18v, 50w Monocrystalline Solar Panel, W/ Prepainted Arm And Bracket Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v 20,800.00 187,200.00 144 9 Pcs. 2"ø G.i Pipe S-40 2,900.00 26,100.00 145 45 Lnght Drb 12mmx6m 310.00 13,950.00 146 27 Lnght Drb 10mmx6m 240.00 6,480.00 147 18 Pcs. Tie Wire#16 105.00 1,890.00 148 9 Pcs. 1/2" Thk Ord. Plywood 720.00 6,480.00 149 9 Kls #3 Cwn 120.00 1,080.00 150 9 Kls #2 1/2 Cwn 120.00 1,080.00 151 299.97 Bdft 2" X 2" X 10' Coco Lumber 35.00 10,498.95 152 27 Kls 6013 Electrode 280.00 7,560.00 153 4.5 C.m. Coarse Sand 1,500.00 6,750.00 154 36 Bags Portland Cement (40 Kgs.) 260.00 9,360.00 Total 763,862.95 2. The Local Government Unit Of Sta. Cruz, Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Three (3) Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 Bac Secretariat Office At 2nd Floor, Left Wing, New Municipal Hall Building, Escandor Road, Municipality Of Sta. Cruz, Davao Del Sur And Inspect The Bidding Documents At The Address During Weekdays Starting From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 From The Given Address Below 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 (1000.00) Pesos. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 O’clock In The Morning February 26, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:40 O’clock In The Morning Of February 26, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Of Unit Of Sta. Cruz, Davao Del Sur 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. 10. For Further Information, Please Refer To: Ommi Kharsom L. Buat Bac Secretariat Left Win, 2nd Level, New Municipal Hall Local Government Center, Zone Iii, Sta. Cruz, Davao Del Sur. 09107650089 - E-mail Address:bac5stacruz@gmail.com Engr. Ray R. Sealana Bac Chairperson, Masso

Municipality Of Sta cruz, Davao Del Sur Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 717 K (USD 12.3 K)
Details: Description Republic Of The Philippines Province Of Davao Del Sur Municipality Of Santa Cruz -ooo- Bids And Awards Committee Invitation To Bid For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Tuban Elementaryschool, Tuban , Sta. Cruz, Davao Del Sur (itb No. 16-goods-2025) 1. The Local Government Unit Of Sta. Cruz, Davao Del Sur, Through The Special Educational Funds For The 2025 Intends To Apply The Total Sum Of Seven Hundred Seventy One Thousand Sixty Two And 95/100 (717,062.95) Pesos Being The Total Abc To Payments Under The Contract For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Tuban Elementary School, Tuban, Sta. Cruz, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Of Issue Item Description Cost Per Item Approved Budget For The Contract 1 Lot Construction And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) For Tuban Elementary School 1 54 Bgs Portland Cement (40 Kgs.) 260.00 14,040.00 2 10 M³ Course Sand 1,500.00 15,000.00 3 328 Pcs Chb #4 18.00 5,904.00 4 10 M³ Course Sand 1,200.00 12,000.00 5 10 Lngth 4"ø Pvc Pipe S-1000 1,120.00 11,200.00 6 16 Shts 5m X 1.1m Rib Type Roofing ( Roofing) 1,000.00 16,000.00 7 180 Bdft 2" X 3" X 10' Purlins 35.00 6,300.00 8 534 Bdft 2" X 4" X 10' Coco Lumber(truss And Column) 35.00 18,690.00 9 668 Bdft 2" X 2" X 10' Coco Lumber (bracing) 35.00 23,380.00 10 14 Lngth 1 X 1 X 1.2mm Tubular (handwashing) 250.00 3,500.00 11 90 Mtrs Trapal (walling, Door) 175.00 15,750.00 12 4 Kls Umbrella Nails 120.00 480.00 13 10 Kls #4 Cwn 120.00 1,200.00 14 10 Kls #3 Cwn 120.00 1,200.00 15 10 Kls #2 1/2 Cwn 120.00 1,200.00 16 10 Kls #1 1/2 Cwn 120.00 1,200.00 17 20 Rolls Lugpet 390.00 7,800.00 18 2 Pcs Gun Tacker With (staple Refill) 750.00 1,500.00 19 24 Pcs Hinges 70.00 1,680.00 20 12 Sets S3way Switch (liso) 182.00 2,184.00 21 12 Pcs Single Gang Plate 55.00 660.00 22 12 Pcs Plastic Switch Box 91.00 1,092.00 23 80 Mtrs Pdx Wire # 14 54.00 4,320.00 24 6 Pcs Pvc J-box W/ Cover 39.00 234.00 25 6 Pcs Pvc Receptacle 2 X 2 58.00 348.00 26 6 Pcs Led Bulb 7w, 230v 312.00 1,872.00 27 2 Pcs Heavy Duty Male Plug 78.00 156.00 28 2 Roll Electrical Tape Big 91.00 182.00 29 4 Lgths 1"ø Ppr Pipe 1,300.00 5,200.00 30 12 Lgths 1/2"ø Ppr Pipe 500.00 6,000.00 31 32 Pcs 1"ø X 1/2"ø Ppr Tee 150.00 4,800.00 32 20 Pcs 1/2"ø Ppr Elbow 70.00 1,400.00 33 4 Pcs 1/2"ø Ppr Tee 220.00 880.00 34 36 Pcs 1/2"ø Ppr Elbow W/ Female Thread Adaptor 215.00 7,740.00 35 4 Pcs Teplon 45.00 180.00 36 12 Pcs Ordinary Faucet 150.00 1,800.00 37 24 Lgths Faucet With Shower Combination 750.00 18,000.00 38 12 Pcs Ordinary Kitchen Sink 550.00 6,600.00 39 12 Lgths 2''ø Pvc Pipe S-1ooo 400.00 4,800.00 40 10 Pcs 2''ø Pvc Elbow S-1000 75.00 750.00 41 12 Pcs 2''ø Pvc Tee S-1000 85.00 1,020.00 42 2 Can Solvent Cement 150.00 300.00 43 120 Pcs Chb #4 18.00 2,160.00 44 15 Lngth Drb 10mmx6m 240.00 3,600.00 45 2 Kls. Tie Wire 16 105.00 210.00 46 2 C.m. Coarse Sand 1,500.00 3,000.00 47 10 Bags Portland Cement (40 Kgs.) 260.00 2,600.00 48 2 Unit Cb Enclosure Single Nema 3r W/ 30a Cb Bolt-on Type 1,120.00 2,240.00 49 2 Box Pdx Wire 14 4,000.00 8,000.00 50 1 Box Staple Wire ¾ 75.00 75.00 51 2 Roll Electrical Tape Big 75.00 150.00 52 2 Pcs. Pvc J-box W/cover & Screws 43.00 86.00 53 10 Pcs. Screw Insulator Big 85.00 850.00 54 2 Lengt Pvc Pipe ¾ Pns14 160.00 320.00 55 10 Length Pvc Pipe ½ Pns14 115.00 1,150.00 56 10 Pcs. Pvc Clamp ¾ 6.00 60.00 57 30 Pcs. Pvc Clamp ½ 5.00 150.00 58 2 Units Pe Storage Tank 2000 Liters Vertical Mounted 33,200.00 66,400.00 59 2 Unit Stainless Pressurize Tank 82 Gal. 18,850.00 37,700.00 60 2 Unit Water Pump, Shallow,2hp,220v 27,000.00 54,000.00 61 4 Unit Ppr Pipe 1 1,300.00 5,200.00 62 4 Box Ppr Coupling 33.00 132.00 63 10 Box Ppr Elbow 1x 90 Plain 60.00 600.00 64 1 Roll Ppr Tee 1x1 Plain 52.00 52.00 65 1 Pcs. Float Valve 1 Bronze 2,000.00 2,000.00 66 4 Pcs. Ball Valve 1 923.00 3,692.00 67 1 Lengt Ppr Elbow 1x 45 Plain 65.00 65.00 68 1 Length G.i. Nipple 1x5 95.00 95.00 69 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 70 1 Pcs. Pressure Gauge 100psi 300.00 300.00 71 1 Unit Float Switch 2hp,230v 2,000.00 2,000.00 72 1 Pc. G.i. Elbow 1x 45 72.00 72.00 73 2 Pcs. Ppr Union Patente 1 130.00 260.00 74 2 Pcs Check Valve 1 Spring Type (b-b) 663.00 1,326.00 75 2 Pcs. G.i. Coupling 1 40.00 80.00 76 4 Pcs. G.i. Elbow 1x90 72.00 288.00 77 4 Pcs G.i. Nipple 1x3 65.00 260.00 78 4 Pcs G.i. Nipple 1x4 46.00 184.00 79 4 Pcs G.i. Nipple 1x6 111.00 444.00 80 3 Pcs G.i. Nipple 1x12 172.00 516.00 81 3 Pcs Union Patente 1 137.00 411.00 82 1 Pc. G.i. Tee 1x1 78.00 78.00 83 2 Pcs. Bushing Reducer 1 ¼ X1 70.00 140.00 84 2 Pc. G.i. Plug 1 32.00 64.00 85 1 Pc. Bushing Reducer 1x ½ 46.00 46.00 86 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 87 1 Pc G.i. Tee ¼ X ¼ 85.00 85.00 88 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 89 1 Pc G.i. Nipple ¼ X2 33.00 33.00 90 2 Pcs. G.i. Elbow ¼ X 90 65.00 130.00 91 15 Rolls Teflon ¾ 63.00 945.00 92 1 Pc - P.e. Male Adaptor 1 91.00 91.00 93 120 Mts. P.e. Pipe 1 Sdr 11 85.00 10,200.00 94 100 Mts. P.e. Pipe ½ Sdr 11 35.00 3,500.00 95 4 Pcs P.e. Connector 1 150.00 600.00 96 10 Pcs. P.e. Connector ½ 90.00 900.00 97 4 Pcs P.e. End Cap ½ 46.00 184.00 98 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 99 2 Pcs. P.e. Elbow 1x90 163.00 326.00 100 2 Pcs. P.e. Tee 1x1 234.00 468.00 101 10 Pcs. P.e. Coupling ½ 85.00 850.00 102 10 Pcs. P.e. Elbow ½ 90.00 900.00 103 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 104 1 Pcs. Pressure Gauge 100psi 300.00 300.00 105 2 Pcs. Union Patente ¾ 130.00 260.00 106 2 Pcs. Union Patente 1 137.00 274.00 107 4 Pcs G.i. Elbow ¾ X 90 68.00 272.00 108 2 Pcs. G.i. Elbow 1x90 72.00 144.00 109 1 Pc. Check Valve 1 Spring Type (b-b) 663.00 663.00 110 1 Pc. Check Valve ¾ Spring Type (b-b) 600.00 600.00 111 1 Pc. Ball Valve 1 923.00 923.00 112 1 Pc. Ball Valve ¾ 850.00 850.00 113 2 Lengths Ppr Pipe ¾ 850.00 1,700.00 114 1 Pc. G.i. Tee ¾ 70.00 70.00 115 1 Pc G.i. Plug ¾ 28.00 28.00 116 1 Pc. G.i. Plug 1 32.00 32.00 117 4 Pcs G.i. Nipple 1x3 65.00 260.00 118 4 Pcs G.i. Nipple 1x4 46.00 184.00 119 4 Pcs G.i. Nipple 1x6 111.00 444.00 120 3 Pcs G.i. Nipple 1x12 172.00 516.00 121 4 Pcs G.i. Nipple 3/4x3 30.00 120.00 122 4 Pcs G.i. Nipple 3/4x4 38.00 152.00 123 4 Pcs G.i. Nipple 3/4x6 45.00 180.00 124 2 Pcs Bushing Reducer 1 X 3/4 60.00 120.00 125 1 Pc Bushing Reducer 1x ½ 46.00 46.00 126 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 127 1 Pc. G.i. Tee ¼ X ¼ 85.00 85.00 128 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 129 1 Pc G.i. Nipple ¼ X2 33.00 33.00 130 2 Pcs G.i. Elbow ¼ X 90 65.00 130.00 131 15 Rolls Teflon ¾ 63.00 945.00 132 1 Pc. P.e. Male Adaptor 3/4 85.00 85.00 133 120 Mts P.e. Pipe 1 Sdr 11 35.00 4,200.00 134 100 Pcs P.e. Pipe ½ Sdr 11 33.00 3,300.00 135 4 Pcs. P.e. Connector 1 150.00 600.00 136 10 Pcs P.e. Connector ½ 90.00 900.00 137 4 Pcs. P.e. End Cap ½ 46.00 184.00 138 5 Pcs P.e. Coupling Reducer 1x1/2 137.00 685.00 139 2 Pcs. P.e. Elbow 1x90 163.00 326.00 140 2 Pcs. P.e. Tee 1x1 234.00 468.00 141 10 Pcs P.e. Coupling ½ 85.00 850.00 142 10 Pcs P.e. Elbow ½ 90.00 900.00 143 9 Unit Semi-integrated 30w Solar Streetlight Specifications: 150-180lm/w, With 18v, 50w Monocrystalline Solar Panel, W/ Prepainted Arm And Bracket Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v 16,900.00 152,100.00 144 9 Pcs. 2"ø G.i Pipe S-40 2,900.00 26,100.00 145 45 Lnght Drb 12mmx6m 310.00 13,950.00 146 27 Lnght Drb 10mmx6m 240.00 6,480.00 147 18 Pcs. Tie Wire#16 105.00 1,890.00 148 9 Pcs. 1/2" Thk Ord. Plywood 720.00 6,480.00 149 9 Kls #3 Cwn 120.00 1,080.00 150 9 Kls #2 1/2 Cwn 120.00 1,080.00 151 299.97 Bdft 2" X 2" X 10' Coco Lumber 35.00 10,498.95 152 27 Kls 6013 Electrode 280.00 7,560.00 153 4.5 C.m. Coarse Sand 1,500.00 6,750.00 154 36 Bags Portland Cement (40 Kgs.) 260.00 9,360.00 Total 717,062.95 2. The Local Government Unit Of Sta. Cruz, Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Three (3) Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 Bac Secretariat Office At 2nd Floor, Left Wing, New Municipal Hall Building, Escandor Road, Municipality Of Sta. Cruz, Davao Del Sur And Inspect The Bidding Documents At The Address During Weekdays Starting From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 From The Given Address Below 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 (1000.00) Pesos. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 O’clock In The Morning February 28, 2025. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:40 O’clock In The Morning Of February 28, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Of Unit Of Sta. Cruz, Davao Del Sur 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. 10. For Further Information, Please Refer To: Ommi Kharsom L. Buat Bac Secretariat Left Win, 2nd Level, New Municipal Hall Local Government Center, Tuban , Sta. Cruz, Davao Del Sur. 09107650089 - E-mail Address:bac5stacruz@gmail.com Engr. Ray R. Sealana Bac Chairperson, Masso

Municipality Of Sta cruz, Davao Del Sur Tender

Civil And Construction...+4Others, Construction Material, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 787.1 K (USD 13.6 K)
Details: Description Republic Of The Philippines Province Of Davao Del Sur Municipality Of Santa Cruz -ooo- Bids And Awards Committee Invitation To Bid For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Sta. Cruz National High School, Zone Iii, Sta. Cruz, Davao Del Sur (itb No. 15-goods-2025) 1. The Local Government Unit Of Sta. Cruz, Davao Del Sur, Through The Special Educational Funds For The 2025 Intends To Apply The Total Sum Of Seven Hundred Eighty Seven Thousand One Hundred Sixty Two And 95/100 (787,162.95) Pesos Being The Total Abc To Payments Under The Contract For The Procurement Of 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Sta. Cruz National High School, Zone Iii, Sta. Cruz, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Of Issue Item Description Cost Per Item Approved Budget For The Items 1 Lot Electrical And Hardware Materials For The Repair And Maintenance (school Building And Other Facilities) Of Sta. Cruz National High School 1 54 Bgs Portland Cement (40 Kgs.) 260.00 14,040.00 2 10 M³ Course Sand 1,500.00 15,000.00 3 328 Pcs Chb #4 18.00 5,904.00 4 10 M³ Mountain Mix 1,200.00 12,000.00 5 10 Lngth 4"ø Pvc Pipe S-1000 1,120.00 11,200.00 6 21 Shts 2.5m X 1.1m Rib Type Roofing ( Roofing) 1,000.00 21,000.00 7 180 Bdft 2" X 3" X 10' Purlins 35.00 6,300.00 8 534 Bdft 2" X 4" X 10' Coco Lumber(truss And Column) 35.00 18,690.00 9 668 Bdft 2" X 2" X 10' Coco Lumber (bracing) 35.00 23,380.00 10 14 Lengths 1 X 1 X 1.2mm Tubular (handwashing) 250.00 3,500.00 11 90 Mtrs Trapal (walling, Door) 175.00 15,750.00 12 4 Kls Umbrella Nails 120.00 480.00 13 10 Kls #4 Cwn 120.00 1,200.00 14 10 Kls #3 Cwn 120.00 1,200.00 15 10 Kls #2 1/2 Cwn 120.00 1,200.00 16 10 Kls #1 1/2 Cwn 120.00 1,200.00 17 20 Rolls Lugpet 390.00 7,800.00 18 2 Pcs Gun Tacker With (staple Refill) 750.00 1,500.00 19 24 Pcs Hinges 70.00 1,680.00 20 12 Sets S3way Switch (liso) 182.00 2,184.00 21 12 Pcs Single Gang Plate 55.00 660.00 22 12 Pcs Plastic Switch Box 91.00 1,092.00 23 80 Mtrs Pdx Wire # 14 54.00 4,320.00 24 6 Pcs Pvc J-box W/ Cover 39.00 234.00 25 6 Pcs Pvc Receptacle 2 X 2 58.00 348.00 26 6 Pcs Led Bulb 7w, 230v 312.00 1,872.00 27 2 Pcs Heavy Duty Male Plug 78.00 156.00 28 2 Roll Electrical Tape Big 91.00 182.00 29 4 Lgths 1"ø Ppr Pipe 1,300.00 5,200.00 30 12 Lgths 1/2"ø Ppr Pipe 500.00 6,000.00 31 32 Pcs 1"ø X 1/2"ø Ppr Tee 150.00 4,800.00 32 20 Pcs 1/2"ø Ppr Elbow 70.00 1,400.00 33 4 Pcs 1/2"ø Ppr Tee 220.00 880.00 34 36 Pcs 1/2"ø Ppr Elbow W/ Female Thread Adaptor 215.00 7,740.00 35 4 Pcs Teplon 45.00 180.00 36 12 Pcs Ordinary Faucet 150.00 1,800.00 37 24 Lgths Faucet With Shower Combination 750.00 18,000.00 38 12 Pcs Ordinary Kitchen Sink 550.00 6,600.00 39 12 Lgths 2''ø Pvc Pipe S-1ooo 400.00 4,800.00 40 10 Pcs 2''ø Pvc Elbow S-1000 75.00 750.00 41 12 Pcs 2''ø Pvc Tee S-1000 85.00 1,020.00 42 2 Can Solvent Cement 150.00 300.00 43 2 Unit Pe Septic Tank (2000 Liters) 15,000.00 30,000.00 44 120 Pcs Chb #4 18.00 2,160.00 45 15 Lengths Drb 10mmx6m 240.00 3,600.00 46 2 Kls. Tie Wire 16 105.00 210.00 47 2 C.m. Coarse Sand 1,500.00 3,000.00 48 10 Bags Portland Cement (40 Kgs.) 260.00 2,600.00 49 2 Unit Cb Enclosure Single Nema 3r W/ 30a Cb Bolt-on Type 1,120.00 2,240.00 50 2 Box Pdx Wire 14 4,000.00 8,000.00 51 1 Box Staple Wire ¾ 75.00 75.00 52 2 Roll Electrical Tape Big 75.00 150.00 53 2 Pcs. Pvc J-box W/cover & Screws 43.00 86.00 54 10 Pcs. Screw Insulator Big 85.00 850.00 55 2 Lengt Pvc Pipe ¾ Pns14 160.00 320.00 56 10 Length Pvc Pipe ½ Pns14 115.00 1,150.00 57 10 Pcs. Pvc Clamp ¾ 6.00 60.00 58 30 Pcs. Pvc Clamp ½ 5.00 150.00 59 2 Units Pe Storage Tank 2000 Liters Vertical Mounted 33,200.00 66,400.00 60 2 Unit Stainless Pressurize Tank 82 Gal. 18,850.00 37,700.00 61 2 Unit Water Pump, Shallow,2hp,220v 27,000.00 54,000.00 62 4 Unit Ppr Pipe 1 1,300.00 5,200.00 63 4 Box Ppr Coupling 33.00 132.00 64 10 Box Ppr Elbow 1x 90 Plain 60.00 600.00 65 1 Roll Ppr Tee 1x1 Plain 52.00 52.00 66 1 Pcs. Float Valve 1 Bronze 2,000.00 2,000.00 67 4 Pcs. Ball Valve 1 923.00 3,692.00 68 1 Lengt Ppr Elbow 1x 45 Plain 65.00 65.00 69 1 Length G.i. Nipple 1x5 95.00 95.00 70 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 71 1 Pcs. Pressure Gauge 100psi 300.00 300.00 72 1 Unit Float Switch 2hp,230v 2,000.00 2,000.00 73 1 Pc. G.i. Elbow 1x 45 72.00 72.00 74 2 Pcs. Ppr Union Patente 1 130.00 260.00 75 2 Pcs Check Valve 1 Spring Type (b-b) 663.00 1,326.00 76 2 Pcs. G.i. Coupling 1 40.00 80.00 77 4 Pcs. G.i. Elbow 1x90 72.00 288.00 78 4 Pcs G.i. Nipple 1x3 65.00 260.00 79 4 Pcs G.i. Nipple 1x4 46.00 184.00 80 4 Pcs G.i. Nipple 1x6 111.00 444.00 81 3 Pcs G.i. Nipple 1x12 172.00 516.00 82 3 Pcs Union Patente 1 137.00 411.00 83 1 Pc. G.i. Tee 1x1 78.00 78.00 84 2 Pcs. Bushing Reducer 1 ¼ X1 70.00 140.00 85 2 Pc. G.i. Plug 1 32.00 64.00 86 1 Pc. Bushing Reducer 1x ½ 46.00 46.00 87 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 88 1 Pc G.i. Tee ¼ X ¼ 85.00 85.00 89 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 90 1 Pc G.i. Nipple ¼ X2 33.00 33.00 91 2 Pcs. G.i. Elbow ¼ X 90 65.00 130.00 92 15 Rolls Teflon ¾ 63.00 945.00 93 1 Pc - P.e. Male Adaptor 1 91.00 91.00 94 120 Mts. P.e. Pipe 1 Sdr 11 85.00 10,200.00 95 100 Mts. P.e. Pipe ½ Sdr 11 35.00 3,500.00 96 4 Pcs P.e. Connector 1 150.00 600.00 97 10 Pcs. P.e. Connector ½ 90.00 900.00 98 4 Pcs P.e. End Cap ½ 46.00 184.00 99 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 100 2 Pcs. P.e. Elbow 1x90 163.00 326.00 101 2 Pcs. P.e. Tee 1x1 234.00 468.00 102 10 Pcs. P.e. Coupling ½ 85.00 850.00 103 10 Pcs. P.e. Elbow ½ 90.00 900.00 104 1 Pcs. Pressure Switch (heavy Duty) 1,020.00 1,020.00 105 1 Pcs. Pressure Gauge 100psi 300.00 300.00 106 2 Pcs. Union Patente ¾ 130.00 260.00 107 2 Pcs. Union Patente 1 137.00 274.00 108 4 Pcs G.i. Elbow ¾ X 90 68.00 272.00 109 2 Pcs. G.i. Elbow 1x90 72.00 144.00 110 1 Pc. Check Valve 1 Spring Type (b-b) 663.00 663.00 111 1 Pc. Check Valve ¾ Spring Type (b-b) 600.00 600.00 112 1 Pc. Ball Valve 1 923.00 923.00 113 1 Pc. Ball Valve ¾ 850.00 850.00 114 2 Lengths Ppr Pipe ¾ 850.00 1,700.00 115 1 Pc. G.i. Tee ¾ 70.00 70.00 116 1 Pc G.i. Plug ¾ 28.00 28.00 117 1 Pc. G.i. Plug 1 32.00 32.00 118 4 Pcs G.i. Nipple 1x3 65.00 260.00 119 4 Pcs G.i. Nipple 1x4 46.00 184.00 120 4 Pcs G.i. Nipple 1x6 111.00 444.00 121 3 Pcs G.i. Nipple 1x12 172.00 516.00 122 4 Pcs G.i. Nipple 3/4x3 30.00 120.00 123 4 Pcs G.i. Nipple 3/4x4 38.00 152.00 124 4 Pcs G.i. Nipple 3/4x6 45.00 180.00 125 2 Pcs Bushing Reducer 1 X 3/4 60.00 120.00 126 1 Pc Bushing Reducer 1x ½ 46.00 46.00 127 1 Pc. Bushing Reducer ½ X ¼ 50.00 50.00 128 1 Pc. G.i. Tee ¼ X ¼ 85.00 85.00 129 3 Pcs. G.i. Nipple ¼ X3 45.00 135.00 130 1 Pc G.i. Nipple ¼ X2 33.00 33.00 131 2 Pcs G.i. Elbow ¼ X 90 65.00 130.00 132 15 Rolls Teflon ¾ 63.00 945.00 133 1 Pc. P.e. Male Adaptor 3/4 85.00 85.00 134 120 Mts. P.e. Pipe 1 Sdr 11 35.00 4,200.00 135 100 Mts P.e. Pipe ½ Sdr 11 33.00 3,300.00 136 4 Pcs P.e. Connector 1 150.00 600.00 137 10 Pcs. P.e. Connector ½ 90.00 900.00 138 4 Pcs P.e. End Cap ½ 46.00 184.00 139 5 Pcs. P.e. Coupling Reducer 1x1/2 137.00 685.00 140 2 Pcs P.e. Elbow 1x90 163.00 326.00 141 2 Pcs. P.e. Tee 1x1 234.00 468.00 142 10 Pcs. P.e. Coupling ½ 85.00 850.00 143 10 Pcs P.e. Elbow ½ 90.00 900.00 144 9 Unit Semi-integrated 30w Solar Streetlight Specifications: 150-180lm/w, With 18v, 50w Monocrystalline Solar Panel, W/ Prepainted Arm And Bracket Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v Cct: 3000-6500k, Ip Rating: Ip65, Battery: 12.8v 20,800.00 187,200.00 145 9 Pcs. 2"ø G.i Pipe S-40 2,900.00 26,100.00 146 45 Lnght Drb 12mmx6m 310.00 13,950.00 147 27 Lnght Drb 10mmx6m 240.00 6,480.00 148 18 Pcs. Tie Wire#16 105.00 1,890.00 149 9 Pcs. 1/2" Thk Ord. Plywood 720.00 6,480.00 150 9 Kls #3 Cwn 120.00 1,080.00 151 9 Kls #2 1/2 Cwn 120.00 1,080.00 152 299.97 Bdft 2" X 2" X 10' Coco Lumber 35.00 10,498.95 153 27 Kls 6013 Electrode 280.00 7,560.00 154 4.5 C.m. Coarse Sand 1,500.00 6,750.00 155 36 Bags Portland Cement (40 Kgs.) 260.00 9,360.00 Total 787,162.95 2. The Local Government Unit Of Sta. Cruz, Davao Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Three (3) Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two 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 Bac Secretariat Office At 2nd Floor, Left Wing, New Municipal Hall Building, Escandor Road, Municipality Of Sta. Cruz, Davao Del Sur And Inspect The Bidding Documents At The Address During Weekdays Starting From 8:00 O’clock In The Morning To 5:00 O’clock In The Afternoon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 From The Given Address Below 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 (1000.00) Pesos. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 9:30 O’clock In The Morning February 28, 2025. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:40 O’clock In The Morning Of February 28, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Of Unit Of Sta. Cruz, Davao Del Sur 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. 10. For Further Information, Please Refer To: Ommi Kharsom L. Buat Bac Secretariat Left Win, 2nd Level, New Municipal Hall Local Government Center, Zone Iii, Sta. Cruz, Davao Del Sur. 09107650089 - E-mail Address:bac5stacruz@gmail.com Engr. Ray R. Sealana Bac Chairperson, Masso

Municipality Of Sindangan, Zamboanga Del Norte Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 23 Million (USD 397.5 K)
Details: Description Invitation To Bid The Local Government Unit Of Sindangan, Through Its Bids And Awards Committee (bac), Hereby Invites Suppliers/manufacturers/ Distributors/contractors To Apply For Eligibility And To Bid For The Hereunder Project. Purchase Request No. Project Approved Budget For The Contract Non - Refundable Fees Of Bid Documents 1.) 2025-01- 21 Purchase & Installation Of Various Equipment For The Establishment Of Lgu Sindangan People's Dialysis Center P23,000,000.00 25,000.00 1 Set Item 1: First Pass Reverse Osmosis System The First Pass Reverse Osmosis System Should Include The Following Components And Specifications: " Ro Pumps: O Quantity: 2 Units (alternating) O Type: 2 Hp Single Phase Reverse Osmosis Multi-stage Vertical Pumps O Operating Pressure: 200 To 250 Psi O Material: High-grade Stainless Steel Construction O Backup Function: 1 Unit Will Function Automatically When The Other Pump Stops.  Membranes: O Quantity: 3 Units O Type: 4040 Thin Film Composite (tfc) Spiral Wound Membranes O Design: Large Spiral Configuration For High Permeate Flow.  Pressure Vessels: O Quantity: 3 Units O Type: 4040 Frp Pressure Membrane Vessel.  Pre-filtration: O Quantity: 1 Unit O Type: 20"" Slim Filter Housing With 5-micron Sediment Filter (clear Housing)." " Aami Standard Compliance: All Components In Contact With Pure Water Must Meet Aami (association For The Advancement Of Medical Instrumentation) Standards.  Flow Meters: O Quantity: 2 Units (panel-mounted) O Range: 0-10 Gpm O Measurement: Percentage Rejection, Percentage Recovery, And Permeate/product Flow.  Additional Flow Meters: O Quantity: 1 Unit (for Recycle Water Flow Monitoring).  Pressure Gauges: O Quantity: 2 Units (dial Type) O Pressure Rating: 350 Psi And 150 Psi O Material: Stainless Steel Construction.  Pressure Regulator Control Valve: O Quantity: 1 Unit O Size: 1” Npt O Material: Stainless Steel 316.  Conductivity Meter:  Quantity: 1 Unit" " Type: Digital Conductivity Meter (tds Meter For First-stage Pure Water Product).  Automatic Control System: Integrated Automatic Control System For Managing The Operation Of The Ro System.  Recycle Valve And Flushing Option: The System Should Be Equipped With A Recycle Valve And An Automatic Flushing Option.  Low-pressure Switch:  Quantity: 1 Unit  Function: Automatically Stops The Ro Pump When Low Pressure Is Detected.  Solenoid Valves:  Automatic Shut-off Solenoid Valve: 1” Npt (manual Bypass In Case Of Malfunction).  Auto Flushing Solenoid Valve: 1/2” Npt.  Skid Frame:  Material: Stainless Steel Full Skid Frame For Mounting All System Components.  Independent Control System: For Monitoring And Controlling The Ro Process.  Sampling Port: Equipped With A Sampling Port For Pure Water Sampling." 1 Set Item 2: Second Pass Reverse Osmosis Unit The Second Pass Reverse Osmosis Unit Should Include The Following Components And Specifications: " Ro Pumps: O Quantity: 2 Units (alternating) O Type: 1.5 Hp Reverse Osmosis Multi-stage Vertical Pumps O Operating Pressure: 200 To 250 Psi O Material: High-grade Stainless Steel Construction O Backup Function: 1 Unit Will Function Automatically When The Other Pump Stops.  Pressure Vessels: O Quantity: 2 Units O Type: 4040 Frp Pressure Membrane Vessel." 1 Set Item 3: Pre-treatment Equipment Specifications The Pre-treatment Equipment Includes The Following Components: " Multi-media Filtration Unit: O Quantity: 1 Unit O Size: 13” X 54” Frp Tank O Media: Pebbles, Silica Sand, Anthracite, And Garnet For 10-20 Micron Removal. O Backwashing Head: Manual/automatic Timer Backwashing Head. O Accessories: Pressure Gauges On The Inlet And Outlet, Valve For Water Sampling, And Emergency Bypass Valve.  Granulated Activated Carbon Filtration Unit: O Quantity: 2 Units O Size: 13” X 54” Frp Tanks O Media: Pebbles, Quartz Sand, And Industrial-grade Activated Carbon. O Backwashing Head: Manual/automatic Timer Backwashing Head." "o Accessories: Pressure Gauges On The Inlet And Outlet, Valve For Water Sampling, And Emergency Bypass Valve.  Water Softener Filtration Unit: O Quantity: 1 Unit O Size: 13” X 54” Frp Tank O Media: Pebbles And Purolite Resin C-100e. O Backwashing Head: Manual/automatic Timer Backwashing Head. O Accessories: Pressure Gauges On The Inlet And Outlet, Valve For Water Sampling, And Emergency Bypass Valve.  Sampling Ports: Sampling Ports For Multi- Media, Carbon,and Water Softener Filters." " Pressure Gauges: Individual Pressure Gauges For Each Filter (multi-media, Carbon, And Water Softener).  Raw Water Tank: O Quantity: 1 Set O Capacity: 1000 Liters O Material: Polyethylene With Float Valve.  Brine Tank: O Quantity: 1 Unit O Capacity: 130 Kg Of Salt O Accessories: Hose And Strainer.  Raw Water Pump System: O Quantity: 2 Units (alternating) O Type: 1.5 Hp Single Phase Raw Water Multi-stage Horizontal Stainless Steel Pump With Automatic Backup Functionality.  Piping: O Material: Schedule 40 Pvc Pipe With Ball Valves And Fittings. O Fittings: Stainless Steel Fittings." 1 Set Item 4: Support/service Maintenance The Following Services Will Be Included For The Support And Maintenance Of The Water Treatment System: " Installation: Complete Installation Of The Water Treatment System With Training For Operation And Maintenance.  Technical Support: Accessibility For Addressing Any Malfunctions Or Technical Problems Within The Warranty Period.  Spare Parts: Availability Of Local Spare Parts For Maintenance.  Service Personnel: Availability Of Service Personnel Within The Warranty Period.  Operator And Technical Manual: Full Set Of Manuals For Operation And Maintenance.  Initial Water Analysis: Complete Initial Water Quality Analysis To Ensure System Suitability." 1 Set Item 5: 5-station Dialyzer Reprocessing System (wall Mounted For Negative Hepa Patient) The Following Specifications Apply To The 5-station Dialyzer Reprocessing System: " Frame Material: Panel Box-type Frame (pvc Material).  Dialyzer Testing Parameters: Max Testing Pressure: 8-14 Psi.  Pressure Regulator Valve: Adjustable Between 15-35 Psi.  Piping And Fittings: Pvc Pipes And Fittings; Chemical-grade Hoses And Fittings.  Chemical Compatibility: System Must Be Compatible With All Types Of Disinfectants.  Chemical Tank: 10 Liters Polyethylene Chemical Tank.  Dialyzer Connectors: 5 Quick-connect Dialyzer Holders.  Chemical Pump: 1 Unit For Chemical Application.  Electrical Control System: Fully Integrated Electrical Control System For Operation." " Solenoid Valves: Ce Certified Stainless Steel Solenoid Valves For Dialyzer Cleaning, Filling Chemicals, And Auto Reverse Ultrafiltration.  Graduated Cylinder: 250 Ml Plastic Graduated Cylinder. Installation & Training:  Full Installation And Training For Operation, Maintenance, And Safety Procedures. Support/service Maintenance:  Installation And Training: Full Setup And Operator Training.  Technical Support: Access To Local Service Personnel During Warranty Period.  Spare Parts Availability: Availability Of Spare Parts Locally During The Warranty Period.  Technical Manual: Full Operator And Technical Manuals." 1 Set Item 6: 2 Station Dialyzer Reprocessing Machine For Positive Hepa Patient "specifications:  Frame Material O Panel Box Type (pvc Materials)  Dialyzer Testing Parameters O 1 Unit Dialyzer Testing Parameters With Maximum Pressure Range: 8-14 Psi  Pressure Regulator Valve O 1 Unit Adjustable Pressure Regulator Valve, Range: 15-35 Psi  Piping And Fittings O Pvc Pipe And Fittings  Chemical Grade Hose And Fittings O Chemical-grade Hose And Fittings For Safe Operation With Disinfectants And Cleaning Solutions." " Compatibility O Machine Is Compatible With Any Type Of Disinfectant Commonly Used In Dialyzer Reprocessing.  Electrical Control System O Integrated Electrical Control System For Efficient Operation. " " Electronic Control Board O 1 Unit Electronic Control Board Designed To Manage Dialyzer Testing Parameters. Solenoid Valves For Dialyzer Cleaning O 2 Pcs Ce Certified Stainless Steel (s/s) Solenoid Valves For Dialyzer Cleaning Procedure.  Solenoid Valves For Chemical Filling  2 Pcs Ce Certified Stainless Steel (s/s) Solenoid Valves For Dialyzer Chemical Filling.  Solenoid Valves For Auto Reverse Ultra Filtrate  2 Pcs Ce Certified Stainless Steel (s/s) Solenoid Valves For Auto Reverse Ultra Filtrate During The Cleaning Cycle." " Programmable Logic Controller (plc)  1 Unit Plc (programmable Logic Controller) With The Following Specifications: O Input: 16 Digital Inputs O Output: 10 Digital Outputs O Voltage: 110-240vac  Secondary Programmable Logic Controller (plc)  1 Unit Secondary Plc With The Following Specifications: O Input: 10 Digital Inputs O Output: 4 Digital Outputs O Voltage: 110-240vac  Illuminated Push Button Switches (rinsing Procedure)  2 Units Of Illuminated Green Push Button Switches (indicating Rinsing Procedure Is Active).  Illuminated Push Button Switches (chemical Filling)  2 Units Of Illuminated Red Push Button Switches (indicating Chemical Filling Is In Progress)." " Diaphragm Type Air Pump  1 Unit Diaphragm-type Air Pump To Provide Necessary Air Pressure For The System.  Plastic Graduated Cylinder  1 Unit 250 Ml Plastic Graduated Cylinder For Accurate Measurement.  Dialyzer Connector  2 Pcs Dialyzer Connectors For Secure And Leak-free Connections During Operation. Support/service Maintenance:  Installation And Training O On-site Installation And Operator Training To Ensure Proper Usage And Maintenance.  Technical Support O Quick Access To Technical Support And Troubleshooting Services During The Warranty Period." " Spare Parts Availability O Local Availability Of Critical Spare Parts To Minimize Downtime.  Service Personnel Availability O Availability Of Trained Service Personnel To Address Any Operational Issues During The Warranty Period.  Operator And Technical Manual O Comprehensive Operator And Technical Manuals Provided For Easy Reference And Proper Maintenance." 2 Sets Item 7: Acid & Bi-carb Mixer Specifications: " 1 Unit Mix Flow Agitator Pump With Propeller  1 Unit Magnet Chemical Pump  1 Unit 100 Liters Polyethylene Conical Tank With Stainless Steel Base  1 Unit 10"" Filter Housing With Micron Filter  Electrical Control System With Panel Box  Pvc Pipe And Fittings Support/service Maintenance:  Installation And Training For Operation And Maintenance.  Accessibility To Address Malfunctions Or Technical Issues Within The Warranty Period.  Availability Of Spare Parts Locally To Minimize Downtime.  Availability Of Service Personnel During The Warranty Period For Prompt Assistance.  Operator And Technical Manual With Detailed Instructions On Operation, Troubleshooting, And Maintenance." 1 Set Item 8: Construction Of Wood Paneling Specifications: " Fabrication Of Wood Paneling Using ¾"" Marine Plywood, Finished With Laminate Formica.  Supply And Installation Of Recirculation Piping System Using Schedule 40 High- Pressure Pipe And Fittings." 1 Set Item 9: Dialyzer Rack Specifications: " Floor-to-ceiling Rack Designed To Hold 110 Dialyzer Units With Secure Storage And Easy Access." 1 Set Item 10: Defibrillator Technical Specifications: " Defibrillator Type: Manual, Synchronized, Asynchronous  Energy Accuracy: ±1%  Energy Selection: 0, 20, 50, 100, 160, 250, 300, 360 Joules (nominal At A Resistance Of 50)  Charging Time: Maximum 10 Seconds To 360 Joules  Standard Adult/pediatric Paddles: Reusable External Adult Paddles (pediatric Paddles Integrated)" "power Requirements:  Ac Power Supply: 100v~240v, 50hz/60hz  Vehicle Voltage (optional): Dc 12v Internal Battery Backup:  Battery Type: Rechargeable Lead-acid Battery (12v 2.0ah X2)  Charging Time: Minimum 4 Hours For Full Charge  Battery Charging: Charged During Ac Power Supply Operation  Charging/low Battery Indication: Red Led  Battery Capacity: 100% Charge Provides 120 Minutes Of Monitoring Or 35 Discharges At 360 Joules. " "display: Lcd Dimensions: 7-inch High-resolution True-color Graphic Display Ecg Features:  Ecg Lead: I, Ii, Iii, Avr, Avl, Avf, V1~v6  S-t Segment Analysis: -2.0mv~+2.0mv  Arrhythmia Analysis: Yes  Protection: Withstands 4000v Ac/50hz Voltage Isolation And Protection Against Electrosurgical Knives And Defibrillation. Respiration:  Measurement Method: Thoracic Impedance Standard Configuration:" " Ecg, Respiration, Defibrillator Monitoring Optional Parameters:  Recorder  Li-ion Battery (11.1v 4ah X2) Support/service Maintenance:  Installation And Training On Device Setup And Use.  Accessibility To Address Malfunctions Or Technical Issues Within The Warranty Period.  Availability Of Spare Parts Locally To Minimize Downtime.  Availability Of Service Personnel Within The Warranty Period For Fast Response And Repairs.  Operator And Technical Manual With Comprehensive Guides For Safe Operation And Maintenance." 15 Sets Item 11: Hemodialysis Machine With Hemodialysis Chairs, Machine Avr & Television Set "the Hemodialysis Machine With Hemodialysis Chairs & Avr Is A High-performance Medical Device Designed To Efficiently Support Various Dialysis Treatments, Including Hemodialysis (hd), Intermittent Ultrafiltration (iuf), Low Flux Continuous Dialysis, High-pressure (hp) Treatments, Plasma Exchange, And Plasma Adsorption. This System Ensures The Safe, Efficient, And Precise Treatment Of Patients With Renal Failure. Key Features: 1. Intelligent Operation:  Lcd Touch Screen: A Multi-angle Rotating Screen With A Multi-language Interface (chinese, English, Etc.), Ensuring Easy Operation And Accessibility.  Guided Operation Interface: Simplifies User Interaction, Providing Step-by-step Guidance For Efficient Machine Operation.  Automated Power On/off & Disinfection: Automatic Settings For Daily Power Cycles And Disinfection Procedures, All Conditions Are Recorded For Traceability.  Automatic Venous Level Detector: Prevents Blood Exposure To Air, Reducing The Risk Of Contamination.  Kt/v Calculation: Monitors Dialysis Efficiency And Ensures Treatment Adequacy.  Substitution Automatic Rinsing: Reduces Hospital Staff Workload And Minimizes Operational Costs." " Automatic Dialyzer Charging & Discharging: Enhances Operational Efficiency And Reduces Manual Labor.  Real-time History Recording: Treatment Parameters, Patient Info, And Running Conditions Can Be Recorded And Retrieved In Real-time For Optimal Monitoring.  Intelligent Maintenance System: Ensures Easy Maintenance And Alerts Users To Any Issues.  Brushless Rotor: Increases System Longevity And Simplifies Maintenance.  Ultrafiltration Clearance: Achieves A 0.1% Accuracy In Ultrafiltration, Improving Dialysis Outcomes.  Three Motor Pump: Ensures Steady, Reliable Fluid Management Throughout The Treatment.  Upgradeable Operating System: The Machine’s Software Can Be Upgraded For Enhanced Functionality. 2. Safety Features:  Individual System Control: Separate Control Of Blood, Hydraulic, And Monitor Systems, Each Equipped With Safety Protocols.  Mandatory Testing: Over Ten Mandatory Tests For Systems Such As Balance, Mixing, Uf, Air Detection, Blood Leakage, Etc., Ensuring Reliable Machine Performance.  Hydraulic And Leakage Monitoring: Ensures Safety During Dehydration Processes And Prevents Leaks.  Ultrasonic & Optical Venous Monitoring: Ensures Safe Blood Return By Detecting Tiny Bubbles." " Led And Audio Alarms: Multi-color Led (red, Yellow, Green) Indicators, Coupled With Various Sound Alarms For Enhanced User-friendliness.  Backup Power Supply: Provides 40 Minutes Of Backup Power In Case Of An Electrical Outage.  Ap, Vp, Tmp Monitoring: Quick Alarm Alerts For Abnormal Pressure Conditions.  Double-stage Endotoxin Filtration: Ensures The Substitution Fluid Meets Aami Standards For Quality.  Advanced Volume Balance Control: Maintains Accurate Ultrafiltration For Precise Patient Treatment.  Dialysate Mixing System: Ensures Accurate Ionic Concentration In The Dialysate For Optimal Treatment.  Integrated Air Detection And Blood Recognition: Detects Even The Smallest Air Bubbles To Prevent Safety Risks. " " Bicarb Fluid: Helps Avoid Microbial Contamination In The B Fluid. 3. Powerful Functionality:  Syringe Support: Includes 10ml, 20ml, 30ml, And 50ml Syringes, Which Are Automatically Recognized And Can Be Self- Tested For Errors. Fully Supports Heparin Profile Management.  Automatic Vital Signs Monitoring: The Machine Automatically Tracks Patient Heart Rate And Blood Pressure During Treatment, Reducing Staff Workload.  Ultra-pure Dialysate Supply: Ensures The Highest Quality Of Dialysis Fluid For Improved Patient Outcomes." " Isolated Hp Mode: Reduces Self-test Time And Minimizes Dialysate Wastage.  Customizable Dialysate Formula: Pre-set And Customizable Dialysate Formulations Are Compatible With A Wide Range Of Solutions Or Powders.  Flexible Dialysis Options: Supports Both Single And Double-needle Dialysis Configurations For Varying Clinical Needs.  Standard And Custom Profiles: Offers Customizable Profiles For Sodium, Uf Rate, Bicarbonate, Heparin Flow, Dialysate Flow, And Temperature, Tailoring Treatment To Individual Patient Needs.  Sequential Dialysis Process: Supports Treatments Such As Sequential Dialysis (hd→iuf) Or High-low Sodium Sequential Dialysis.  Network Usb Integration: Enables Patient Data And Machine Management Through Central Systems." " Central Dialysate Supply Integration: Seamlessly Connects To Centralized Dialysate Supply Systems. Support & Service Maintenance:  Installation And Training: Comprehensive Installation Services, Followed By Operator And Technical Training To Ensure Proper Use And Maintenance Of The Machine.  Warranty And Maintenance: Access To Technical Support For Any Malfunction Or Issues Within The Warranty Period. Local Spare Parts Availability Ensures Minimal Downtime.  Manuals: Detailed Operator And Technical Manuals Are Provided For Ease Of Reference.  Selector Switch For Auto/manual/test Gen  Pilot Lights For Normal And Emergency Conditions" 1 Set Item 12. Pabx / Telephone System " Line Transfer Capability: Supports Transfer From 3 Trunk Lines To 8 Local Lines.  Display: Backlit Lcd Screen For Easy Readability In Various Lighting Conditions.  Audio Features: Hands-free Operation With Full Duplex Functionality For Clear Communication.  Headset Support: Includes Optional Support For Electronic Hook Switch (ehs) Headsets.  Navigation: Features A Cursor And Directory Dial Key For Easy Navigation Through Contacts.  Network Compatibility: Supports 10/100/1g Ethernet For Reliable And High-speed Communication.  Power Options: Power Over Ethernet (poe) Support Or Optional External Power Adapter.  Voip Security: End-to-end Voip Encryption To Secure All Communications.  Mounting: Wall-mountable Design For Space-saving And Flexible Installation. Support/service Maintenance:" " Installation & Training: Comprehensive Installation And User Training Provided To Ensure Optimal System Usage.  Warranty Support: Accessible Support For Troubleshooting And Resolving Technical Issues Within The Warranty Period.  Spare Parts Availability: Local Availability Of Replacement Parts To Minimize Downtime.  Service Personnel: On-site Service Personnel Available Within The Warranty Period For Repairs And Technical Assistance.  Documentation: Detailed Operator And Technical Manuals Included For Ease Of Use And Reference." 1 Set Item 13. Manpower Pooling, Trainings & Seminars " Staff Hiring: Professional Staff Recruitment Services For Laboratory, Dialysis, And Other Essential Healthcare Roles.  Training Programs: O Laboratory & Dialysis Staff: Full- Course Certified Training Program Tailored For Laboratory And Dialysis Personnel, Including Meal Allowances And Accommodation. O Diagnostic Staff: Comprehensive Training For Diagnostic Technicians With Certification, Including Meal Allowances And Accommodation. O Administrative Personnel: Full- Course Certified Training Program For Administrative Staff, With Meal Allowances And Accommodation." "o Administrative Personnel: Full- Course Certified Training Program For Administrative Staff, With Meal Allowances And Accommodation. O Nurses: Full-course Certified Training Program For Nurses, Including Meal Allowances And Accommodation. O Technicians: Certified Technical Training For Medical Equipment Technicians, With Meal Allowances And Accommodation. O Physicians: Full-course Certified Training For Physicians, With Meal Allowances And Accommodation. Each Training Program Is Designed To Ensure Professional Certification And Enhance The Skills Of Healthcare Staff, While Also Providing Full Support For Meals And Accommodation To Ensure A Seamless Learning Experience." 1 Set Item 14. Immunoassay Poct Machine A Compact, Reliable, And High-performance Immunoassay Machine Designed For Point-of-care Testing (poct). Ideal For Rapid Diagnostics, It Ensures High Accuracy And Supports Real-time Testing With Comprehensive Testing Capabilities. Simple Operation And High Throughput Make It Suitable For Various Healthcare Settings, Including Clinics, Hospitals, And Laboratories. "key Features:  Compact And Reliable: Designed For Space Efficiency And Dependable Operation In Busy Environments." " High Accuracy: Equipped With Available Controls And Calibrators To Ensure Precise Results.  Real-time Testing: Provides Immediate Test Results, Enabling Quick Decision- Making.  Simple Operation: User-friendly Interface For Ease Of Use By Healthcare Professionals.  Comprehensive Testing Items: Supports A Wide Range Of Tests, Covering Multiple Aspects Of Patient Health.  High Throughput: Capable Of Processing Large Numbers Of Tests Quickly, Supporting Efficient Workflows." "complete Parameters:  Thyroid Function  Hormones  Cardiac Markers  Inflammation Detection  Renal Function  Digestive Function  Tumor Markers  Allergies  Infectious Diseases  Hba1c, And More. Support/service Maintenance:  Installation And Training: Professional Installation And Operator Training To Ensure Proper Setup And Usage." 1 Set Item 15: Electrolytes Machine "sample Types:  Serum, Plasma, Whole Blood, Cerebrospinal Fluid, Dilute Urine Measuring Speed:  ≤ 25 Seconds Per Test Analysis Method:  Ion Selective Electrode (ise) Sample Volume:  60–150 Μl  200 Μl Sample Capacity:  30 Sample Positions" " 5 Emergency Sample Positions (only For Bke-b/d/f/l Models) Injection Mode:  Manual Or Automatic Injection (only For Bke-b/d/f/l Models)  Manual Injection (for Bke-a/c/e Models) Data Storage:  Up To 50,000 Test Results Printer:  Built-in Thermal Printer Interface:  Rs232 Port For Laboratory Information System (lis) Connectivity Display:  7-inch High-definition Touch Screen Languages Supported:  Chinese And English (other Languages Can Be Customized) Calibration:  Automatic And Manual Calibration Options" "additional Features:  Sample Volume Detection Power Supply:  Ac 110–240v, 50/60hz, 70va Operating Conditions:  Temperature: +10°c To +40°c  Relative Humidity: ≤ 80%  Atmospheric Pressure: 86–106 Kpa Support & Service Maintenance  Installation And Training: Comprehensive Setup And User Training Are Provided.  Technical Support: Access To Support For Any Malfunction Or Technical Issue Within The Warranty Period.  Spare Parts Availability: Spare Parts Are Readily Available Locally.  Service Personnel Availability: Service Technicians Are Available Within The Warranty Period.  Manuals: Operator And Technical Manuals Are Included For Ease Of Use And Maintenance." Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The "government Procurement Reform Act". Bids Received In Excess Of The Approved Budget For The Contract (abc) Shall Be Automatically Rejected At Bid Opening. Bid Documents Are Available From February 07, 2025 February 27, 2025 Upon Payment Of Non-refundable Fees Stated Above, From 8:00am To 12:00n And From 1:00pm To 5:00pm, Monday To Friday, And Up To 9:30am On The Last Day Of The Issuance And Acquisition Of Bid Docs, At The Municipal Administrator's Office/bac Secretariat Office, 2nd Fl., Sindangan Municipal Hall (tel. No. (065)224-2750 Or 224-2212). Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. The Bac Will Allow A Partial Bid For The Following Items: All Participants Relative To Eligibility Statement And Screening. Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1 Issuance Of Bid Document February 07, 2025 8:00 Am 2 Submission Of Bids (deadline) February 27, 2025 9:30 Am 3 Opening Of Bids February 27, 2025 10:00 Am 4 Bid Evaluation February 28, 2025 10:00 Am 5 Post Qualification March 03, 3025 10:00 Am 6 Notice Of Award March 04, 3025 10:00 Am "the Local Government Unit Of Sindangan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders." Approved By: Fletcher C. Fuertes, Mba Bac Chairman
2381-2390 of 2403 archived Tenders