Shoes Tenders
Shoes Tenders
Philippine Army Tender
Textile, Apparel and Footwear
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1.6 Billion (USD 27.8 Million)
Details: Description The Philippine Army, Through The Philippine Army Appropriation Cy 2024 And The Dbm-approved Myca Dated 5 March 2024 Intends To Apply The Sum Of One Billion Six Hundred Thirty One Million Nineteen Thousand Pesos (php1,631,019,000.00) Being The Abc To Payments Under The Contract For Procurement Of Five Hundred Forty Three Thousand Six Hundred Seventy Three (543,673) Pairs Of Philippine Army Combat Boots, Olive Drab For Field Use. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. In This Bidding Documents, We Will Refer To Php1,631,019,000.00 As Total Abc. While Stated Below As Annual Abc: Implementation Schedule Quantity Amount 2025 109,879 Pairs Php329,637,000.00 2026 109,605 Pairs Php328,815,000.00 2027 109,206 Pairs Php327,618,000.00 2028 109,068 Pairs Php327,204,000.00 2029 105,915 Pairs Php317,745,000.00 Total 543,673 Pairs Php1,631,019,000.00 2. The Philippine Army Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Two Hundred Forty (240) Calendar Days From The Receipt Of Notice To Proceed (ntp) By The Supplier For Each Year, Which Date Shall Not Be Later Than Seven (7) Days From The Issuance Of Ntp. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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 Open Only To All Local Shoe Manufacturers As Prescribed Under Ra 9290 And Its Irr And Further Subject To The Conditions Of Eligibility Provided In The 2016 Revised Irr Of Ra 9184. 4. Prospective Bidders May Obtain Further Information From The Philippine Army And Inspect The Bidding Documents At The Address Given Below Office Hours (8:00am To 4:00pm) On Weekdays Only (except Holidays). Philippine Army Bids And Awards Committee 1 Qm Pabac1 033-25 Page 6 Procurement Of 543,673 Pairs Pa Combat Boots Od For Fu (rebid) 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Seventy Five Thousand Pesos (php75,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Philippine Army Through Pabac1 Will Hold A Pre-bid Conference On The Time And Date As Specified Below At The Office Of The Pabac1, Fort Andres Bonifacio, Taguig, And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before The Date Of Submission. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On The Date As Specified Below And At The Given Address Below And/or Through Video Conferencing Or Webcasting. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Schedule Of The Bidding Activities Shall Be As Follows: Activities Time And Date Venue 1. Sale And Issuance Of Bidding Documents 8:00am To 4:00pm Mondays To Fridays Only Starting On _____________ Pabac1 Secretariat/ Conference Room, Pabac Building, Fort Andres Bonifacio, Taguig City 2. Pre-bid Conference January 06, 2025 08:30 A.m. 3. Deadline Of Submission Of Bids January 20, 2025 At 08:30 A.m. 4. Opening Of Bids And Evaluation January 20, 2025 At 08:30 A.m. Onwards 10. The Philippine Army 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Tie Breaking Method Shall Be Non-discretionary And Non-discriminatory. The Same Shall Be Based On Sheer Luck Or Chance (toss Coin) And In Chronological Order Based On The Submission Of Bids. 11. For Further Information, Please Refer To: Office Of The Pa Bids And Awards Committee 1 Fort Andres Bonifacio, Taguig City Philippine Army Bids And Awards Committee 1 Qm Pabac1 033-25 Page 7 Procurement Of 543,673 Pairs Pa Combat Boots Od For Fu (rebid) Bgen Jesus Jeffrey F Grapa Pa Pabac1 Chairperson Contact Nr. +63999-321-1164/+63977-488-0012 Telephone Nr. 845-9555 Local 6891 Email Address: Pabacsec@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: • Philgeps.gov.ph • Army.mil.ph Date Of Issue: ____________________ ___________________________ Bgen Jesus Jeffrey F Grapa Pa Pabac1 Chairperson
Bureau Of The Treasury Tender
Manpower Supply
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 916.9 K (USD 15.8 K)
Details: Description Description : Supply Of Security Services Brief Description : Provision Of Personnel To Perform Security Services To Btr Regional Office Located At Pres. Corazon C. Aquino Regional Government Center, Balintawak, Pagadian City, Zamboanga Del Sur And To The Provincial Offices Of Zamboanga City, Zamboanga Del Norte And Basilan No. Of Days Work : 365 Days Duration Of The Contract : January 01, 2025 To September 30, 2025 Approved Budget For The Contract : Regional Office 2 P 40, 870.00 X 9 Months = P 367, 830.00 Po - Zamboanga City/ Sibugay 1 20,336.00 X 9 Months = 183, 024.00 Po - Zamboanga Del Norte 1 20,336.00 X 9 Months = 183, 024.00 Po - Basilan 1 20,336.00 X 9 Months = 183, 024.00 Total P 101,878.00 P 916,902.00 I. Scope Of Work And Services A. The Security Guard/s Shall Perform The Following: Regional Office - Each Of The Two (2) Security Guards Shall Perform Work Of Eight (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices - Three (3) Security Guards For The Respective Provincial Offices To Perform Work Of (8) Hours Per Day, Seven (7) Days A Week Inclusive Of Regular And Special Holidays. 1. Safeguard The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Their Attached Structures And Facilities From Fire, Criminal Infiltration, Economic Sabotage, Electronic Attack, Bomb Threats, Flood Damage, Vandalism, And Other Forms Of Physical Destruction. Term Of Reference: Security Agency For Cy 2025 Page 2 Of 9 2. Safeguard The Vehicles, Furniture And Other Materials Against Theft, Robbery, Fire, Arson And Other Form Of Crimes. 3. Safeguard The Btr Personnel, Clients And Visitors Against Harm Or Threats While Within The Offices’ Premises During Official Hours, Including Off-hours Whenever Their Access Are Authorized. 4. Promote And Maintain Peace And Order Within The Premises Of Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, The Assigned Areas Of Responsibility Including, But Not Limited To, The Designated Restricted And High-risk Areas Within The Premises. 5. Expedite Any And All Activities In Support Of The Mission And Objectives Of The Btr Including All Legal And Lawful Instructions Handed Down By The Higher Authority. 6. Record And Document In The Security Guard’s Logbook Or Journal All Significant Events Occurring In His Area Of Responsibility And/or Report In Writing Any Incident Inimical To The Safety And Integrity Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices. 7. Maintain Proper Decorum, Personal Discipline, Grooming, And Decent Uniform While On Duty And Refrain From Reading Newspapers, Using Cellular Phones And Gadgets, Drinking Alcoholic Beverages, Taking Prohibited Drugs, Or Any Other Activities That Will Cause Distraction In The Proper Performance Of His Duty. 8. Comply With Orders, Circulars, And Other Policies Of The Btr, Including Lawful Orders Of The Regional Director, The Heads Of Provincial Offices, Or Their Authorized Representatives. 9. To Strictly Comply With Republic Act No.5487, As Amended By P.d. 1919, Otherwise Known As The Private Security Law, And Its Implementing Rules And Regulations Issued By The Director General Of The Philippine National Police. Ii. Strategic Areas To Be Covered By Security Services A. Perimeter Area(s); B. All Floors From Ground Floor To Rooftop, Including The Garage And Utility Areas Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices; C. All Property Of The Btr Regional Office And Zamboanga City/ Sibugay, Zamboanga Del Norte And Basilan Provincial Offices, Beginning From Ground Floor To Rooftop. Term Of Reference: Security Agency For Cy 2025 Page 3 Of 9 Iii. Schedule Of Requirements The Following Shall Be Provided By The Contractor: Item No. Qty. Description Bidder’s/supplier’s Compliance 1. *5 Sgs Security Guards Must Be: I. Filipino Male Citizen Ii. Preferably Those Who Have Completed 72 Units In College. Iii. Preferably With Experience In Guarding Government Facility Iv. Able To Communicate In Oral And Written English. V. Physical And Mentally Fit To Perform Security Duty. Vi. 25-45 Years Of Age. Vii. Minimum Height: 5 Ft. And 5 Inches Viii. Undergone Pre-licensing Training Administered Or Authorized By Pnpsosia. (provide Proof Of Training) Ix. Able To Prepare Investigation/spot Reports. X. Passed Np Evaluation And Drug Testing With Proof Of Compliance. Xi. Must Have Undergone Special Trainings On Anti-terrorism; Basic Fire Safety/prevention And Suppression; Basic First Aid And Self-defense Xii. Must Possess A Valid Security License As Of Bidding Date And During Tour Of Duty (submit Copy Of License). Xiii. Must Exhibit Good Moral Character, Honesty, Alertness. Xiv. Must Not Have Been Charged Nor Convicted Of Any Offense Involving Moral Turpitude (submit Appropriate Clearance, Barangay, Police And Nbi). 2 Materials/equipment/supplies To Be Provided By The Contractor, Per Sg: I. Prescribed Basic Uniforms Ii. Nightstick/baton Iii. Whistle Iv. Timepiece V. Writing Pen Term Of Reference: Security Agency For Cy 2025 Page 4 Of 9 Vi. Notebook And Duty Checklist (electronic Or Not) Vii. Flashlight Viii. First Aid Kit Ix. Service Firearms With Full Capacity Ammo. Load Plus Spare (subj. To Compliance With Pnp Guidelines On The Carrying Of Firearms And Ammunitions). X. Metal Detector Xi. Communication Radio (optional) Xii. Raincoat/pontio The Contractor Shall Provide The Abovementioned Security Personnel With Equipment That Should Be 100% Operational At All Times For The Duration Of The Contract. As To The Issued Firearms, They Must Be Of Genuine Brand Acquired From A Legitimate Source(s). No Paltiks Guns. Iv. Technical Specifications Technical Parameters Based On Gppb Circular No. 24-2007 Item No. Description Bidder’s/supplier’s Compliance 1. Stability Of The Company (a) Years Of Experience I. Has Been In The Business For At Least (3) Years; Ii. Has Experience In Providing Security Service (s) To Government Offices And Financial Institution; And, Iii. Bidders Shall Submit Certification Under Oath Of List Of Contracts Completed For The Past Three (3) Years. (b) Liquidity Of The Contractor Submit Audited Financial Statement For Cy 2020-2021 Duly Stamped By Bir Or Its Accredited And Authorized Institution. (c) Organizational Set-up Organizational Capability Of Any Agency Shall Be Based On Its Compliance With Organizational Structure Of Private Security Agencies Prescribed Under R.a. 5487 And Recent Irrs Implementing The Same. - Submission Of Organizational Chart Showing Key Management Personnel Are Themselves Term Of Reference: Security Agency For Cy 2025 Page 5 Of 9 Qualified And Licensed To Operate And Manage Security Business. - At Least (10%) Of Its Security Guard Force Are Currently Deployed On Important Posting Areas (e.g. Vital Installation, Airports, Power Plants, Banks And Similar Financial Institution And Government Offices). 2 Number Of Licensed Firearms - Agency Shall Have A Minimum Number Of Licensed And Serviceable Firearms (cal.38 Or 9mm For Handguns And/or 12 Gauge For Shotguns) Equivalent To 1/3 Of Their Total Number Of Security Guards; And, - Submit List Of Licensed Firearms 3 Other Factors (a) Recruitment And Selection Criteria - Show The Hiring Process For Security Guards And The Different Training Interventions Given To Security Personnel (b) Completeness Of Uniforms And Other Paraphernalia The Following Shall Comprise The Basic Equipment Of A Security Guard While On Duty: I. Prescribed Basic Uniform With Authorized Black Shoes Ii. Nightstick Or Baton Iii. Whistle Iv. Timepiece (synchronized To City Hall Time) V. Writing Pen Vi. Notebook And Duty Checklist (logbook Paginated And Smythe Sewn) Vii. List Of Emergency Numbers Viii. Flashlight Ix. First Aid Kit X. Service Firearms With Holster Xi. Handcuffs Xii. Communication Radio (optional) Xiii. Stun Devices (optional) Xiv. Raincoat/pontio Term Of Reference: Security Agency For Cy 2025 Page 6 Of 9 V. Other Responsibilities Of The Supplier/contractor A. The Supplier/contractor Shall Ensure That Their Assigned Security Guards To Btr Offices Are Physically And Mentally Fit For Duty During The Duration Of The Contract. Btr Reserves The Right To Require The Assigned Guards To Undergo Physical Fitness Test Before And During The Start Of The Contract. B. The Discipline And Administration Of The Security Guards Shall Conform To The Rules And Regulations Of The Contractor And The Btr. The Rules To Be Set By The Supplier/contractor Should Be Approved By Btr. C. The Supplier’s/contractor’s Personnel Rendering Unsatisfactory Performance, Questionable Actuations Or Behavior Including Repeated Violation Of Btr’s Internal Rules And Policies Shall Be Immediately Replaced Upon Receipt Of Written Memorandum From The Btr. On The Other Hand, The Supplier/contractor Shall Not Replace Security Guards To The Btr Without The Prior Approval From Its Management. D. The Supplier/contractor Shall Provide Its Security Personnel Stationed At The Client’s Offices With At Least (1) Unit License 9mm Handgun With Basic Ammunition Load Plus Extra Loaded Magazine; A Stand-by (1) Unit License 12 Gauge Shotgun To Be Issued Only During Extra-ordinary Situations, I.e., Like Existence Of Rebellion, Widespread Violence, Terroristic Attacks And Situations Calling For A More Heightened Alert. E. The Security Guards Of The Supplier/contractor Shall Never Be Employees Of The Btr. Hence, The Latter Shall Not Be Held Responsible For Any Claims For Compensation In The Event Of Injuries And Death Sustained By The Security Guards Or By Any Third Persons In The Performance By The Latter Of Its Duty With Btr. F. The Supplier’s/contractor’s Security Guards Shall Not Be Allowed To Stay In The Building Premises When On “off-duty”, Except During Times Of Emergency Situations. G. The Supplier/contractor Shall Require Its Security Guards Assigned To Their Respective Stations To Render Services In Accordance With The Contract And This Terms Of Reference. Security Guards Are Expected To Be On The Regional Office’ And Provincial Offices’ Premises At Least (30) Minutes Before The Start Of Duty. H. The Supplier/contractor Shall Prepare At Least Two (2) Relievers To Immediately Assume The Duty From Regular Guards In Case Of Their Absence. I. The Supplier/contractor Shall Require Its Security Guards To Render Services Exceeding The Scheduled Working Hours In The Exigencies Of The Service And/or As The Need May Arise. Absent Security Guards Shall Immediately Be Replaced By Relievers. Term Of Reference: Security Agency For Cy 2025 Page 7 Of 9 J. The Supplier/contractor Shall Assume Full Responsibility For Any Liabilities, Cause/s Of Action Or Claims Which May Be Filed By Any Of The Security Guards Under Labor Laws, Employees Compensation Laws Or Other Special Laws, Rules And Regulations Currently Mandated/implemented By The Department Of Labor And Employment. By Virtue Thereof, The Supplier/contractor Shall Render Btr, Its Officers And Employees, Free And Harmless From Any Such Liabilities, Cause Of Action Or Claims. K. The Supplier/contractor Shall Be Responsible For The Loss, Damage Or Injury That May Be Suffered By Btr Or Its Clients, Personnel And Properties, During The Tour Of Duty Of The Assigned Security Guards. Btr Shall Inform The Supplier/contractor In Writing Within Twenty Four (24) Hours From Its Occurrence Or Discovery. It Is Understood That The Contractor Shall Not Be Liable For Loss/es Or Damage/s Incurred By Btr Due To Fortuitous Events Or Force Majeure, Unless Accompanied By Negligent Acts By The Security Guards Or Their Failure To Take Positive Measures To Prevent Such Loss/es Or Damage/s In Line With Established Contractor And Btr Rules And Policies. Further, The Supplier/contractor Guarantees The Full Compensation For Whatever Loss/es Or Damage/s Which Btr May Sustain On The Occasion Of The Fault And Negligence Of Its Security Guards After Due Investigation Is Conducted On The Matter. L. The Supplier Or Contractor Is Obligated To Submit Proof Of Remittance In Compliance With Various Statutory Social Legislation Measures, Including But Not Limited To Contributions To Sss, Pag-ibig, Philhealth, And Ecc, Retirement Benefits For The Retirement Plan Established Or Remittance To Any Institution Responsible For The Administration And Maintenance Of Such Fund. The Supplier/contractor Shall Also Submit The Monthly Proof Of Payment Of The Basic Pay And Other Benefits Paid Directly To The Guards. This Documentation Must Be Provided To The Bureau Of The Treasury (btr) Within Fifteen (15) Days Following The Conclusion Of Each Month. Failure To Submit The Required Proof Of Remittance Shall Be A Ground For The Suspension Of Contract Payments Until Compliance Is Achieved. Additionally, Any Infringement Of These Standards Or Labor Laws May Result And Constitute As A Ground For The Blacklisting Of The Supplier Or Contractor. M. The Supplier/contractor Shall Comply With Existing Labor Standard Laws And Regulations, Especially In The Payment Of Minimum Wage And Other Statutory Benefits Implemented By Dole, Padpao, And The Pnp. N. In Addition, The Supplier/contractor Shall Submit To Btr The Following Upon Submission Of Their Rfq/proposal: 1. Certification Of Good Standing From The Pnp-sosia (formerly Pnp-sagds) And The Philippine Association Of Detective And Protective Agency Operators (padpao). 2. A Certified Copy Of The License To Operate As A Security Agency From The Pnp Term Of Reference: Security Agency For Cy 2025 Page 8 Of 9 3. Business Permit, Philgeps Certificate, Certificate Of Registration (bir), Tax Clearance, Itr (income Tax Return) O. The Supplier Shall Submit The Cost Distribution Schedule Of Security Services Following The Herein Format. Any Other Benefits May Be Added As Long As The Required Items Specifically Listed Below Are Adhered And Compliant With The Approved Budget Contract. Agency Estimate For Security Guards Factor Days 1st Shift 2nd Shift 393.4 414 414 Estimated Equivalent Monthry Rate = Eemr Payable Directly To Security Guards 1.1 Basic Salary Rate ( Monthly ) Sub- Total 1.2 Night Shift Differential ( Note :only 1 Hour Is Alloted For Night Shift Since Duty Is Only Until 11:00 Pm 1.3 13th Month Pay- 1/12 Of Basic Pay 1.4 Service Incentive Leave Pay - 5 Days Per Year (sil) 1.5 Uniform Allowance 1.6 Retirement Benefit Per Month (eemr * 22.5/12) Sub-total (a) Government Payment 1.7 Sss Premium Er Share (based On Table) 1.8 Sss Ec Er Share (based On Table) 1.9 Philhealth Er Share (5% Total, Shared 50:50 By Ee And Er) 1.10 Sif- Er Share 1.11 Pag_ibig Er Share Sub-total (b) Total Payment To Guards + Gov't ( C) 0.00 0.00 Admin Fee (d)= C * ___% 0.00 0.00 Vat- 12% Of Admin Fee (e )= D *12% 0.00 0.00 Total Vat And Admin Fee 0.00 0.00 Total Contract Cost- Monthly (f )= C + D + E 0.00 0.00 Annual Cost (f * 12 Months) 0.00 0.00 Total Annual Cost To Guards [1st Shift: (h * 4 Guards)] Ro + Zambo. City + Zambo. Del Norte + Basilan 0.00 Total Annual Cost To Guards 2nd Shift Of Regional Office Guard With Night Salary Differential 0.00 Term Of Reference: Security Agency For Cy 2025 Page 9 Of 9 Total First And Second Shift 0.00 Vi. Reservation Clause The Btr Reserves The Right To: Reject Documents That Do Not Comply With The Requirements; To Waive Any Formalities And Documents Or Consider Any Submission Of Documents As Substantial Compliance; To Reject Any And All Bids; To Declare A Failure Of Bidding; To Annul The Bidding Process; Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Potential Supplier Or Bidder/s. This Also Includes The Changes In The Funds/allotment Releases For The Said Program/project/activity Affecting The Award Of Contract, Which Are Either Withheld Or Reduced, At No Fault Of The Btr. The Btr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidder/s Or Potential Supplier/s For Any Expenses Incurred In The Preparation Of The Bid/proposal. Prepared By: Cesar M. Canoog Jr. Administrative Assistant Ii Approved: Albert Jonathan B. Paulino Director Ii Conformed: _________________________________ Signature Over Printed Nam
Bureau Of Plant Industry Tender
Others
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 124.6 K (USD 2.1 K)
Details: Description Rfq No. 0039 Pr No. 0070-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply Of Labor Service And Materials For The Preventive Maintenance System Of Navarra Skw-592 Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 21, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Fourteen (14) Calendar Days Upon Reciept Of Purchase Order (p.o.). 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 124,630.00 End User: Gss Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price "preventive Maintenance System Navarra Skw-592 Service/parts Replacement" 2 Pcs Front Kyb Shock New 5,070.00 2 Pcs Rear Kyb Shock New 4,810.00 4 Pcs Upper Suspension Bushing 845.00 4 Pcs Suspension Arm Bushing Big 975.00 4 Pcs Upper Arm Bushing 975.00 4 Pcs Lower Arm Bushing 1,105.00 2 Pcs Stabilizer Link 1,690.00 2 Pcs Stabilizer Bar Bushing 390.00 2 Pcs Lower Ball Joint 1,560.00 2 Pcs Upper Ball Joint 1,430.00 1 Set Rack End 1,430.00 1 Set Tie Rod End 1,690.00 2 Pcs Stabilizer Clamp Bushing 715.00 1 Pc Steering Clamp Bushing 1,950.00 2 Pcs Big Leaf Spring Bushing 845.00 8 Pcs Leaf Spring Bushing 455.00 2 Pcs Cable Tie 65.00 2 Pcs Front Caliper Pin 325.00 1 Set Brake (shoe) 4,745.00 2 Pcs Wheel Bearing Front 4,940.00 1 Ltr Power Steering Fluid 585.00 4 Pcs Rack End Pinion Bushing 715.00 1 Pc Spiral Cable Ribbon 4,550.00 1 Pc Valve Cover Gasket 1,300.00 1 Set Injector Oil Seal 2,600.00 Labor 40,000.00 "place Of Delivery: Bpi Compound, San Andres St., Malate, Manila Proposed Delivery Period: 14 Calendar Days" Grand Total 124,630.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
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 Sta Rita, Western Samar Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description Republic Of The Philippines Province Of Samar Municipality Of Sta. Rita The Municipality Of Sta. Rita, Through Lgu Fund Of 2025 Intends To Apply The Sum Of Five Million Pesos Only (php5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Procurement Of Hydraulic Excavator. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Sta. Rita Now Invites Sealed Bids From Eligible Bidders For Procurement Of Hydraulic Excavator. Delivery Of The Goods Is Required On January - February 2025. The Description Of An Eligible Bidder Is Contained In Section Ii Of The Bidding Documents, Itb. Vehicle Description: Engine: Engine Model Qsf3.8, Emission Level Euroiii And National Iii, Automatic Preheating, Oil-water Separator W/ Water Level Indication Sensor, Radial Seal Air Cleaner, 50 Deg. Celcius High Temp. Ambient Cooling Assembly, Radiator Dust Screen, Fuel Marker, Fuel Breather Valve, Automatic Idle Speed, Rated Power=93/2220 Kw/rpm, Displacement=3.8l Hydraulic System: Boom/arm Flow Regeneration, Auxiliary Hydraulic Valve, Reverse Rotation Damping Valve, Automatic Rotation Parking Brake, Hydraulic Buffer Valve, Straight Hydraulic Circuit, Boom Priority Valve, Rotary Logic Valve, Hydraulic Oil Iso Vg 46, Rotary Anti-sway Valve, Spare Valve Plate, Gauge Pressure Monitoring, Rated Flow Of Main Pump=2x123.5 L/min, Main Safety Valve Pressure = 34.3mpa, Travel System Pressure = 34.4mpa, Swing System Pressure = 25mpa, Pilot System Pressure =3.9mpa Cab And Interior Trim: Pressurized Cab, Fully Adjustable Mechanical Suspension Seat, Adjustable Seat Armrest, Seat Belt 51mm Length 2inches Wide, Openable Windscreen W/ Auxiliary Device, Front Windshield And Other Toughened Windows, Sliding Door Upper Window, Bi-directional Air Outlet Air Conditioner W/ Defroster Automatic Type, Color Liquid Crystal Display Capable Of Displaying Warning Information Filter /liquid Replacement Information And Working Hours, Control Handle, Travel Control Pedal With Detachable Manual Control Lever, Two Stereo Speakers, Beverage Cup Holder, Coat And Hat Hook, Cleanable Floor Mat, Air Conditioning System, High And Low Gears Shift, One-key Boost Mode, Reverse Switch For Working Aids, Top Sunroof, Intermittent Multi-gear Wiper, Cup Holder/envelope, Cold And Warm Storage Box, Radio Receiver Safety And Security Configuration: Driving Door Locks And Cabin Locks, Alarm Horn, Isolation Plate Between Engine And Oil Pump Chamber, Engine Emergency Stop Switch, Rear Window Emergency Exit, Battery Circuit Breaker, Boom And Arm Retaining Valve, Explosion Proof Valve For Boom Pipeline, Overheat Alarm, Safety Handrails And Pedals, Anti Skid Plate/anti Skid Paste, Hydraulic Safety Locking Lever, Emergency Escape Hammer, Left And Right Rearview Mirrors, Counterweight Rearview Mirror Chasis System And Shield: Bottom Frame Traction Ring, 600mm Three Rib Track Shoe, Guid Wheel And Middle Track Single Track Protector, Protective Device Kit Chasis Bottom Sealing Plate Walking, Motor Sealing Plate, Grease Lubricated Track Working Device: Boom 4.6m, Arm 2.52m, Bucket 0.65cu.m. Strengthened Bucket Electrical System: Battery (2x750cca), 70a Alternator, 4.8kw Starter Motor, 24v Cigarette Lighter, 5v Usb Interface Lighting Lamp: Right And Left Boom Work Lights, Right Working Light Installed On Storage Box, Cab Interior Lighting Counter Weight: 3.95t Counterweight Oil Capacity: Fuel Tank =260l, Hydraulic Tank Capacity =105l, Engine Oil Capacity =11l Standard: Length Of Boom =4600mm, Length Of Arm =2520mm, Bucket Capacity =0.65cu.m. Main Performance: Travel Speed =5.3/3.2 Km/h, Swing Speed =11.7 R/min, Gradeability = Lessthan Equal To 35 Deg., Groud Pressure =37kpa, Bucket Digging Force =106.9kn, Arm Digging Force =73.4kn, Maximum Tractive Force =134kn Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act, And Is Restricted To Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, As Specified In Republic Act 5183 (r.a. 5183). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine His Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be A Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Interested Bidders May Obtain Further Information From Municipality Of Sta. Rita And Inspect The Bidding Documents At The Address Given Below From Monday To Friday At 8:00 Am To 5:00 Pm A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee In The Amount Of Ten Thousand Pesos (php10,000.00) Only. The Method Of Payment Will Be On Cash Basis. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Authorized Representative. Bids And Eligibility Requirements Must Be Delivered To The Address Below On Or Before January 7, 2025. All Bids Must Be Accompanied By A Bid Security In The Form Of Surety Bond And In The Amount Of 5% Of Abc Or An Equivalent Amount In A Freely Convertible Currency. Late Bids Shall Not Be Accepted. Bid Opening Shall Be Held At The Bac Office, Municipality Of Sta. Rita On January 7, 2025 @ 10:00 Am. Bids Will Be Opened In The Presence Of The Bidders Or His Representatives Who Choose To Attend At The Address Above. The Municipality Of Sta. Rita Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Approved: Engr. Ruel T. Duallo Bac Chairman
DEPARTMENT OF EDUCATION Tender
Civil And Construction...+3Others, Civil Works Others, Textile, Apparel and Footwear
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 1.1 Million (USD 18.9 K)
Details: Description 1. Archery 1. Target Butt, 54 In. Square Fita Specifications 2 Pieces 2. Arrow Head, 600 3 Pieces 3. Target Faces 80 Cm, Fita Specifications 10 Pieces 4. Explore Equivalent Limbs, 23h 68 40 Lbs 6 Pieces 5. Fast Flight String, 68” 5 Set 6. Back Pack With Arrow Tube Holder 2 Pieces 7. Hoyt Arrow Super Rest Plastic 15 Pieces 8. Stabilizer Complete Set 2 Pieces 9. Nock 600 20 Pieces 2. Arnis 1. Padded Sticks (red) 24 Pieces 2. Padded Sticks (blue) 24 Pieces 3. Lower Arm Guards (red) Small, Medium, Large 6 Pieces 4. Lower Arm Guards (blue) Small, Medium, Large 6 Pieces 3. Athletics 1. Electric Starting Gun 1 Pieces 2. Javelin 4 Pieces 4. Billiards 1. Cue Stick 4 Pieces 2. Billiard Chalk 4 Pieces 5. Baseball 1. Baseball Ball 299 To 235mm Circumference Red Stitching 5 – 5.25 Ounces, Cork Center Wrapped In Yarn Covered With Cowhide 30 Pieces 2. Baseball Bat (elem) Size 30-32” Length Aluminum/steel, 2” Barrel Diameter 3 Pieces 3. Baseball Bat (sec)) Size 32 – 34 Length Aluminum/steel 2.5” Barrel Diameter 3 Pieces 4. Groin Guard 70% Pp + 30% Tpe Body 2 Pieces 5. Catcher’s Mask Full Head Protection Mask With Throat Guard. 2 Pieces 6. Leg Guard Double Knee Design/cushioned Knee Pads 2 Pieces 7. Body Protector Ribbed Foam, Attached Shoulder Caps And Arm Pads Size 13.5”body Length 2 Pieces 8. Catcher’s Mitts 1-piece Solid Web Size 11.5” 2 Pieces 9. Outfielder/infielder Gloves Elem – Size 11.5 Leather Sec – Size 12 11 11 Pieces 6. Badminton 1. Badminton Shuttlecock # 76 Or # 77 30 Pieces 7. Chess 1. Digital Chess Clock 6 Tube 8. Football 1. Football Ball 10 Pieces 2. Football Net Goal 1 Pair 3. Goalkeeper’s Glove (size 9) 2 Pairs 4. Captains’ Armband 2 Pairs 5. Football Training Agility Cones (32 Cm) 5 Pairs 6. Football Obstacle Poles 10 Pairs 9. Futsal 1. Futsal Ball Size #4 8 Pairs 2. Futsal Net 2 Pieces 3. Goal Keeper Gloves (medium) 3 Pairs 4. 9” Agility Hurdle 10 Pairs 5. Cones (small) 10 Pieces 6. Marker 10 Pieces 7. Shane Guard 12 Pieces 10. Women’s & Men’s Artistic Gymnastics 1. Open Cell Landing Folding Mat For Gymnastics, Tumbling, 6ft X 3ft X 4inch 3 Pieces 2. Folding Fitness Gymnastics Mat Waterproof Of Pvc 50 Pieces 3. Gymnastic Bar Horizontal Sports Gym Training 2 Pieces 4. 6-springs Spring Board 120cm X 60cm X 26cm, 90 Kgs 2 Pieces 5. Vault Table Trainer Vt Block 1 Pieces 6. Gymnastics Mushroom7. 8ft. Adjustable Balance Beam 1 Pieces 11. Rhythmic Gymnastics 1. Rhythmic Ribbon 6 Pieces 2. Rhythmic Clubs 8 Pairs 3. Rhythmic Hoop 5 Pieces 4. Rhythmic Ball 3 Pieces 5. Half Shoe 2 Pairs 6. Speaker 1 Set 12. Sepaktakraw (sec.) 1. Sepaktakraw Ball (marathon) 12 Pieces 2. Sepaktakraw Net (marathon) 1 Piece 13. Swimming 1. Hand Paddles (haizid) Local Brand 4 Pieces 2. Gym Ball 6 Pieces 3. Towels 40 Pieces 4. Pull Bouy 8 Pieces 5. Googles (decathlon) 22 Pieces 6. Swim Cap - Silicone ( Nabaiji) Geol Black Green 16 Pieces 14. Tennis 1. Stazenger Tennis Ball Tube 10 Tube 2. Tennis Net 1 Piece 3. Guide Over Grip 13 Pieces 4. Toalson Polyester Tennis String 13 Pieces 15. Table Tennis 1. Table Tennis Rackets (with Ittf Logo) 16 Pieces 2. Table Tennis Training Balls (white, At Least 1 Star) 40 Pieces 3. Table Tennis Official Balls 3 Stars, 40+ Millimeters, Material: Plastic (polymer) Color: White 4 Boxes 4. Table Tennis Score Board (plastic Traditional Table Tennis Score Board) 4 Pieces 5. Table Tennis Net And Post 4 Pieces 16. Volleyball 1. Volleyball Ball V330w (size: 65-67 Cm; Weight: 260-280 G; High-grade Synthetic Leather Cover; Size 5) 8 Pieces 2. Volleyball Net Nv-251 (size: 32′ X 3′; Made With Nylon Or Quality Polyethylene) 4 Pieces 3. Volleyball Antenna (1.8 Meters; Aluminun Alloy Or Fiber Glass; Red And White Color) 4 Pairs 4. Volleyball Flaglets (40 X 40 Cm; Stainless Steel Pole/ Aluminum With Rubber; Ergonomic Grips) 8 Pieces 5. Foldable Pvc Score Board 3 Pieces 17. Wushu 1. Body Armor (2 Blue/black, 2 Red) 4 Pieces 2. Head Gear (2 Blue/black, 2 Red) 4 Pieces 3. Groin Guard ( 2 Male, 2 Female) 4 Pieces 4. Hand Wrap 10 Pieces 5. Arm Guard 10 Pairs 6. Shin Guard 10 Pairs 7. Mouth Guard 10 Pieces 8. Gloves (8oz) (2 Red, 2 Blue/black) 4 Pairs 18. Basketball 1. Gg6 Basketball 8 Pieces 2. Gg7 Basketball 6 Pieces 3. Coach Board/play Maker 5 Pieces 4. Agility Ladder 5 Pieces 19. Aerobic Gymnastics 1. Rubbert Mat 1 Meter X 1meter X 1 Inch 100 Pieces 20. Sepaktakraw 1. Sepak Taraw Net – With 0.06 To 0.08m Mesh. Height Is 0.7m (top To Bottom). Width-6.10m (side To Side), Should Be Edge To Both Sides Along The Sideline Edges With 0.05m Tape. Istaf Standard 2 Pieces 2. Sepaktaraw Balls (elem.) Weight Range From 150g-160g, Circumference 0.42m To 0.44m, Istaf Standard 9 Pieces 21. Softball 1. Softball Ball – A9106asa-low Official Leather Softball Ball-optic Yellow 8 Pieces 2. Softball Gloves-fielders Gloves/mitts Storm Glove With Funnel Web Neo-flex, Conventional Back With Micro Injection & Velcro Strap For Custom Fit, Catchers Glove/mitts-adjustable Wrist Strap, Fast Pitch Model With Conventional Back & Modified Pro H Web(1set Softball Gloves= 11 Cs Fielders Gloves/mitts & 1 Catchers Gloves/mitts) For Elem. & Sec. 12 Pieces 3. Softball Helmet-pro Sport Ssbh-150 Softball Batting Helmet With Wiremask 2 Pieces 4. Softball Mask-rawlings Pwmx-b Cather’s Mask Black/softball Accessories 2 Pieces 5. Body Protector- Rawlings Player Intermediate Chest Protector 16inch/protective Gear 2 Pieces 6. Softball Bat – Brett Professional Softball A2xspeed Bat X 1 Pc 2 Pieces 22. Taekwondo 1. E-trunk Protector (size No. 0-2) 2 Pieces 2. E-trunk Protector (size No. 3) 2 Pieces 3. E-head Protector Size-large) 2 Pieces Total Amount ₱1,108,252.68 End-user Jesus C. Tentativa
Misamis Occidental Tender
Healthcare and Medicine
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)
Details: Description 40 Box Of 100s Albendazole 400mg Tablet 2 Box Of 100s Allopurinol 100mg Tablet 100 Bottles Aluminum Hydroxide +magnesium Hydroxide 225 Mg + 200mg/5 Ml, 60 Ml Oral Suspension Bottle 1000 Box Of 100s Amlodipine 10mg Tablet 300 Bottles Amoxicillin 100mg/ml, 15ml Oral Drops 1000 Bottles Amoxicillin 250mg/5ml, 60 Ml Oral Suspension 150 Box Of 100s Amoxicillin 500mg Capsule 500 Bottles Ascorbic Acid (vitamin C) 100mg/5ml, 60 Ml Syrup Bottle 40 Box Of 100s Ascorbic Acid (vitamin C) 500mg Tablet 1 Box Of 100s Aspirin 80mg Tablet 3 Box Of 100s Atorvastatin 20mg Tablet 3 Ampule Atropine Sulfate 1ml Ampule 500 Bottles Azithromycin 200mg/5ml, 60ml Oral 10 Box Of 100s Betahistine 16mg Tablet 30 Tube Betamethasone 0.1%, 5g Ointment Tube 20 Box Of 100s Calcium Carbonate 500mg Tablet 3 Ampule Calcium Gluconate 10%, 10ml Solution For Injection Ampule 30 Box Of 100s Captopril 25mg Tablet 50 Box Of 100s Carbocistine 500mg Capsule 20 Box Of 100s Carvedilol 6.25 Mg Tablet 200 Bottles Cefalexin 100mg/ml, 10 Ml Oral Drops Bottle 1,000 Bottles Cefalexin 250mg/ml, 60ml Syrup Bottle 40 Box Of 100s Cefalexin 500mg Capsule 500 Bottles Cefuroxime 250mg/5ml, 120ml Bottle 40 Box Of 10s Cefuroxime 500mg Tablet 3 Box Of 100s Celecoxib 200mg Capsule 50 Box Of 100s Cetirizine 10mg Tablet 300 Bottles Cetirizine 2.5mg/ml, 10 Ml Oral Drops Bottle 1,000 Bottles Cetirizine 5mg/ml, 30 Ml Syrup Bottle 60 30 Box Of 12s Chromic 3-0 Round Needle 20 Box Of 100s Ciprofloxacin 500mg Tablet 2 Box Of 100s Clindamycin 300mg Capsule 10 Box Of 100s Clonidine 75 Mcg Tablet 10 Box Of 100s Cloxacillin 500mg Capsule 500 Bottles Co-amoxiclav (amoxicillin+clavulanic Acid) 400mg +57mg/ml, 70ml Oral Suspension Bottle 300 Box Of 14s Co-amoxiclav (amoxicillin + Clavulanic Acid500mg +125 Mg Tablet) 3 Box Of 100s Cotrimoxazole (sulfamethoxazole + Trimethoprim) 400mg + 80 Mg Tablet 1 Box Of 100s Dexamethasone 4 Mg Tablet 10 Box Of 100s Diphenhydramine 50mg Capsule 10 Ampule Diphenhydramine 50mg/ml, 1 Ml Solution For Injection Ampule 3 Box Of 100s Doxycycline 100mg Capsule 20 Ampule Epinephrine (adrenaline) 1mg/ml, 1ml Solution For Injection Ampule 10 Gallon Athyl Alcohol 70% 1 Gallon Solution 100 Box Of 100s Ferrous Sulfate + Folic Acid 200mg / 400mg 10 Pieces Fusidate Sodium/fusidic Acid 2%, 5 G Cream 10 Pack Of 10s Garbage Bag (medium) 10 Pack Of 10s Garbage Bag (large) 10 Ampule Gentamicin 40mg/ml, 2 Ml Solution For Injectionampule 20 Box Of 100s Gliclazide 80mg Tablet 10 Tube Hydrocortisone 1%, 10g Cream Tube 10 Vials Hydrocortisone 50mg/ml, 2ml Vial 10 Box Of 100s Hyoscine 10mg Tablet 100 Bottles Ibuprofen 100mg/5ml, 60ml Oral Suspension 10 Pack Of 30s Ipratropium + Sakbutamol 500mcg + 2.5mg, 2.5 Ml Respiratory Solution 50 Tube Ketoconazole 2% (20mg/g), 15g Cream Tube 1 Box Of 12s Lactated Ringers, 1l Solution For Injectable Bottle 1 Box Of 12s Pnss 1l 100 Box Of 100s Lagundi [vitex Negundo L. (fam Verbenaceae)] 300 Mg Tablet 1000 Bottles Lagundi [vitex Negundo L. (fam Verbenaceae)] 300 Mg/5ml, 60 Ml Syrup 50 Vials Lidocaine 2%, 50ml Solution For Injection Vial 2,000 Box Of 100s Losartan 50mg Tablet 10 Pcs Macroset 300 Box Of 100s Mefenamic Acid 500mg Tablet 30 Box Of 100s Metformin Mg Film Coated Tablet 3 Box Of 100s Metoclopramide 10 Tablet 10 Ampule Metoclopramide 5mg/ml, 2ml 300 Box Of 100s Metoprolol 50mg Tablet 100 Bottles Metronidazole 125mg/5ml, 60ml Oral Suspension Bottle 4 Box Of 100s Metronidazole 500 Mg Tablet 100 Box Of 100s Multivitamins Tablet 200 Bottles Multivitamins Per 1ml, 15ml Oral Drops Bottle 700 Bottles Multivitamins Per 5 Ml, 60ml Syrup Bottle 50 Tube Mupirocin 2% 5g Ointment Tube 27 Box Of 100s Omeprazole 40mg Capsule 5 Vials Omeprazole 40mg Powder For Injection Vial+ 10ml Solvent 20 Box Of 25s Oral Rehydration Salts (75-replacement) 20.5 G Oral Powder Sachet 30 Ampule Oxytocin 10iu/ml, 1ml Solution For Injection Ampule 300 Bottles Paracetamol 100mg/ml, 15ml Oral Drops Bottle 2,500 Bottles Paracetamol 250mg/5 Ml, 60ml Oral Suspension Bottle 2050 Box Of 100s Paracetamol 500mg Tablet 50 Box Pills (pop) 300 Bottles Phenylrphrine/chlorphenamine/paracetamol Drops 1000 Bottles Phenylrphrine/chlorphenamine/paracetamol Syrup 50 Box Of 100s Phenylrphrine/chlorphenamine/paracetamol Tablet 7 Gallon Povidone Iodine 10%, 1 Gallon Solution Bottle 2 Box Of 100s Prednisone 5mg Tablet 10 Ampule Ranitidine 25mg/ml, 2ml Solution For Injection Ampule 5 Box Of 100s Ranitidine 150mg Tablet 700 Bottles Salbutamol 2mg/5ml, 60ml Syrup Bottle 50 Pack Of 30s Salbutamol 2mg/ml, 2.5 Ml Respiratory Solution Nebule 100 Box Of 100s Salbutamol 2mg Tablet 5 Box Of 100s Sambong Blumea Balsamifera (l)dc Fam Compostae 500mg Tablet 30 Tube Silver Sulfadiazine 1%, 15g Cream Tube 20 Bottle Sodium Chloride 0.9%, 1l Solution Bottle (for Irrigation) 10 Ampule Tramadol 50mg/ml, 1ml Solution For Injection Ampule 10 Box Of 100s Tranexamic Acid 500mg Tablet 100 Box Of 100s Vitamin B1 + Vitamin B6 + Vitamin B12 100mg + 5mg + 50mcg Tablet 100 Bottles Zinc (equiv. To 10 Mg Elemental/ml) 15 Ml Orap Drops Bottle 500 Bottles Zinc (equiv. To 10 Mg Elemental/ml) 15 Ml 60 Ml Syrup Bottle 10 Roll Gauze Roll 20 Pcs Nebulizing Kit Pedia 10 Pcs Oxygen Cannula Adult 2 Pcs Oxygen Cannula Pedia 10 Pack Cotton Roll 400grms 1 Box Shoe Cover 1 Box Of 12s Silk 3-0 Round Neddle 5 Box Of 50s Sterile Gloes Size 6 6 Box Of 50s Sterile Gloves Size 7 5 Pcs Suction Catheter Fr 5 5 Pcs Suction Catheter Fr. 8 5 Pcs Suction Catheter Fr. 12 5 Pcs Suction Catheter Fr. 14 1 Box Surgical Gloves 2 Box Disposable Syringes 0.5ml100 Pieces 2 Box Disposable Syringes 3ml 100pieces 1 Box Disposable Syringes 5ml 100 Pieces 1 Box Disposable Insulin Syringes 1 Box Disposable Syringes 1ml 100pieces 3 Pcs Zinc Oxide Adhesive Plaster (snowplast) 15 Gallon Zonrox 6 Pcs Thermal Gun 12 Pcs Batterries Aa Energizer 12 Pcs Batterries Aaa Energizer 6 Pcs Doppler 10 Packs Powder Soap Pack Of 12s
STATE, DEPARTMENT OF USA Tender
Textile, Apparel and Footwear
United States
Closing Date21 Jan 2025
Tender AmountRefer Documents
Details: The U.s Embassy Bujumbura, Burundi Has A Requirement To Buy The Uniforms: # description qty unit 1 mpn# 105291-stl Carhartt Force® Relaxed Fit Lightweight Long- Sleeve Shirt Manufacturer: Carhartt Color: Steel Size: M (regular) 52.00 each 2 mpn# 105291-stl Carhartt Force® Relaxed Fit Lightweight Long- Sleeve Shirt Manufacturer: Carhartt Color: Steel Size: L (regular) 38.00 each 3 mpn# 105291-stl Carhartt Force® Relaxed Fit Lightweight Long- Sleeve Shirt Manufacturer: Carhartt Color: Steel Size: Xl (regular) 4.00 each 4 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 32x30 62.00 each 5 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 32x32 20.00 each 6 mpn# 102517 Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 34x32 20.00 each 7 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 36x30 8.00 each 8 mpn# 103574 Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 38x28 4.00 each 9 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 38x30 12.00 each 10 mpn# 102517-dkh Men's 5-pocket Pant - Relaxed Fit - Rugged Flex® - Canvas Manufacturer: Carhartt Color: Dark Kaki Size: 38x32 8.00 each 11 mpn# 105538-i26 Women's Carhartt Force® Relaxed Fit Lightweight Long Sleeve Shirt Manufacturer: Carhartt Color: Navy Size: Xxl 4.00 each 12 mpn# 105538-i26 Women's Carhartt Force® Relaxed Fit Lightweight Long Sleeve Shirt Manufacturer: Carhartt Color: Navy Size: L 4.00 each 13 mpn# 105113 Women's Canvas Work Pant - Relaxed Fit - Rugged Flex® Manufacturer: Carhartt Color: Dark Khaki Size: 14 - Tall 4.00 each 14 mpn# 105113 Women's Canvas Work Pant - Relaxed Fit - Rugged Flex® Manufacturer: Carhartt Color: Dark Khaki Size: 12 - Tall 4.00 each 15 mpn# 105113 Women's Canvas Work Pant - Relaxed Fit - Rugged Flex® Manufacturer: Carhartt Color: Dark Khaki Size: 20 - Tall 4.00 each 16 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: S Color: Olive 100.00 each 17 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: M Color: Olive 75.00 each 18 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: L Color: Olive 85.00 each 19 carhartt Force® Grid Midweight Merino Wool Blend Crew Sock (style #sc9270m) Size: Xl Color: Olive 5.00 each 20 jean Belt Carhartt (style #a0005511) Size: 34 Color: Black 25.00 each 21 jean Belt -carhartt (style #a0005511) Size: 35 Color: Black 10.00 each 22 jean Belt -carhartt (style #a0005511) Size: 36 Color: Black 5.00 each 23 jean Belt -carhartt (style #a0005511) Size: 37 Color: Black 8.00 each 24 best Women's Lightweight Composition Shoe For Industrial And Construction Size: 8 1.00 each 25 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Olive 2.00 each 26 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Purple 2.00 each 27 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Royal 2.00 each 28 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Navy 2.00 each 29 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Olive 2.00 each 30 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Purple 2.00 each 31 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Ceil Blue 2.00 each 32 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Navy 2.00 each 33 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: M Color: Ceil Blue 2.00 each 34 carhartt Women's Straight Leg Scrub Pant (style #c51213) Size: L Color: Royal 2.00 each 35 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Caribbean/blue Navy Size: M 1.00 each 36 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Wine Size: M 1.00 each 37 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Royal Size: M 1.00 each 38 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Ceil Blue Size: M 1.00 each 39 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Caribbean/blue Navy Size: Xxl 1.00 each 40 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Wine Size: Xxl 1.00 each 41 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Royal Size: Xxl 1.00 each 42 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Ceil Blue Size: Xxl 1.00 each 43 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Navy Size: Xxl 1.00 each 44 ua Butter-soft Stretch Women's 3-pocket Ankle Length Scrub Skirt Color: Navy Size: M 1.00 each 45 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Olive Green Size: M 3.00 each 46 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Lavender Size: M 3.00 each 47 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Royal Blue Size: M 3.00 each 48 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Ceil Blue Size: M 3.00 each 49 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Navy Size: M 3.00 each 50 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Olive Green Size: L 2.00 each 51 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Lavender Size: L 2.00 each 52 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Royal Blue Size: L 2.00 each 53 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Ceil Blue Size: L 2.00 each 54 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Navy Size: L 2.00 each 55 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Olive Green Size: Xxl 1.00 each 56 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Lavender Size: Xxl 1.00 each 57 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Royal Blue Size: Xxl 1.00 each 58 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Ceil Blue Size: Xxl 1.00 each 59 women's Scrub Top One Pocket Tuck In Scrub Top For Women Color: Navy Size: Xxl 1.00 each 60 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Khaki 2.00 each 61 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Orange 2.00 each 62 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: White 2.00 each 63 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Postman Blue 2.00 each 64 red Kap Men's Wrinkle-resistant Cotton Work Shirt - Sc40 / Sc30 (long Sleeve) Size: M Color: Light Blue 2.00 each 65 red Kap Men's Dura-kap Industrial Pant - Pt20 Size: 30*30 Color: Black 2.00 each 66 red Kap Men's Dura-kap Industrial Pant - Pt20 Size: 30*30 Color: Brown 2.00 each 67 red Kap Men's Dura-kap Industrial Pant - Pt20 Size: 30*30 Color: Charcoal 2.00 each 68 red Kap Men's Dura-kap Industrial Pant - Pt20 Color: Navy Size: 30*30 2.00 each 69 red Kap Men's Dura-kap Industrial Pant - Pt20 Color: Khaki Size: 30*30 2.00 each 70 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Size: S Color: Carbon Heather 26.00 each 71 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: M 10.00 each 72 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: L 16.00 each 73 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: Xl 3.00 each 74 carhartt Loose Fit Midweight Short-sleeve Pocket Polo (style #106685) Color: Carbon Heather Size: Xxl 7.00 each men's Carhartt Shirts: Https://www.carhartt.com/product/105291-dkh2xlreg/carhartt-force%c2%ae-relaxed-fit-lightweight-long-sleeve-shirt Men's Carhartt Pants: Https://www.carhartt.com/product/102517-039w28l32/men-s-5-pocket-pant-relaxed-fit-rugged-flex%c2%ae-canvas Women's Shirt: Https://www.carhartt.com/product/105538-dkhmreg/women-s-carhartt-force%c2%ae-relaxed-fit-lightweight-long-sleeve-shirt Socks: Https://www.carhartt.com/product/802218-026l/carhartt-force%c2%ae-grid-midweight-merino-wool-blend-crew-sock Belts: Https://www.carhartt.com/product/800610-20136w/jean-belt Women's Pants: Https://www.carhartt.com/product/802656-lgr2xltll/women-s-straight-leg-scrub-pant Women's Skirt: Https://www.uniformadvantage.com/search/?q=ua+butter-soft+stretch+women%27s+3-pocket+ankle+length+scrub+skirt&search-button=&lang=en_us Women's Shirt Https://www.amazon.com/monarch-uniforms-womens-scrub-pocket/dp/b0cb4rsrg1/ref=sr_1_1?crid=3jbr0pwgp2t6x&dib=eyj2ijoimsj9.qbexutdfltru48vl6h1tlsxb21ggxsms1wpbvn_cyxiv1sutdng19xt4sbwjam4yjmb-86nyf2xzfrpx55zecrak30yfpui5ez6ph64gsijrz_sl6othc9tujh3o6bmmbcuuyjyucjn2kwj47uvoq3fm8zhsbgrasl0uaqyvdzdnfcnntkc7lwn5hljj9chaqjmvy_pz11zmeqfs4jr3djfo2w0uymilvga_mjrkooqotue4doq8xwwkvk21mhxgrxlfn-xy1_zd9sivqlx0sl9azouu11_lfjfwx0ib-wo.ar6vwi9caos0fbla_tr1fn9kbcvmxv9xg2qwcvangpy&dib_tag=se&keywords=women%27s+scrub+top+one+pocket+tuck+in+scrub+top+for+women&qid=1722851701&sprefix=women%27s+scrub+top+one+pocket+tuck+in+scrub+top+for+women%2caps%2c1338&sr=8-1 Men's Work Shirt: Https://copperstoneworkwear.com/red-kap-mens-wrinkle-resistant-cotton-work-shirt-sc40-sc30/ Polo For Everyone: Https://www.carhartt.com/product/106685-nvy2xlreg/loose-fit-midweight-short-sleeve-pocket-polo additional Technical Specifications: add The Additional Specifications Here. notes: the Subject Of The Quotation Must Be “quotation Enclosed: Pr12262928. only Electronic Quotations Are Accepted. They Must Be Emailed By The Deadline To Bujprocurement@state.gov value Added Tax (18%) Must Be Included As A Separate Line Item (if Applicable) interested Vendors Should Be Registered In Sam And Should Be Ndaa 899 Compliant On The Submission Date Of The Quote. quotations Must Specify The Delivery Lead-time And Delivery Location. thank You To Send Your Proposal In Two Parts, A Financial Offer Detailing The Prices Plus A Technical Offer With A Visual Of What You Are Quoting For (pictures) the Following Delivery Addresses Are Permissible: u.s. Embassy Bujumbura 50, Avenue Des Etats-unis kigobe bujumbura, Burundi
City Of Cagayan De Oro Tender
Healthcare and Medicine
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 10.9 Million (USD 187.4 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Supply And Delivery Of Medical, Dental And Laboratory Supplies (lot No. 1 To 6,8,10 To 12); Pr No. 24-4171 Dated October 09, 2024; Sn 347a - 2024 1. The City Government Of Cagayan De Oro, Through The Jrbgh - Medical, Dental And Laboratory Supplies Expenses , Intends To Apply The Following Sums Being The Corresponding Approved Budgets For The Contract (abcs) To Payments Under The Corresponding Lots Of The Contract For Supply And Delivery Of Medical, Dental And Laboratory Supplies (lot No. 1 To 6,8,10 To 12); Pr No. 24-4171 Dated October 09, 2024; Sn 347a - 2024, Viz: Lot Identification Number Lot Abc (php) Lot No. 1 816,000.00 Lot No. 2 1,227,000.00 Lot No. 3 1,430,500.00 Lot No. 4 595,500.00 Lot No. 5 1,278,500.00 Lot No. 6 2,057,500.00 Lot No. 8 761,000.00 Lot No. 10 1,512,000.00 Lot No. 11 260,000.00 Lot No. 12 1,012,200.00 Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: Lot No. 1 Item No. Quantity Unit Of Issue Item Description 1 5 Bottle Alkytriamine Cationic 2.5% + Trigger Spray 750ml, 2 5 Gal Alkytriamine Cationic 2.5% High-level Disinfectant Solution: Lemon Scent 3 5 Liter Alkytriamine Cationic 2.5% High-level Disinfectant Solution: Lemon Scent 4 5 Gal Disinfectant Solution : High-level Enzymatic Pre-cleaning Device 5 10 Gal High-level Disinfectant : Hydrogen Peroxide 75 Ready To Use,2.5l/gal 6 50 Pack Laparotomy : Sterile Disposable (1 Laparotomy Drape, 1 Mayo Stand Cover, 1 Outerwrap/back Table Cover, 4 Surgical Gown) 7 15 Pack Ceasarian Pack : Sterile (1 Cs Incise Drape With Pouch, 4 Surgical Gown, 8 Hand Towels, 1 Mayo Stand Cover, 1 Outer Wrap Back Table Cover, 4 Absorbable Hand Towels, 2 Baby Blanket) Lot No. 2 Item No. Quantity Unit Of Issue Item Description 8 400 Box Blue Nitrile Gloves Powder Free : Large 9 400 Box Blue Nitrile Gloves Powder Free : Medium 10 100 Box Sterile Gloves : Surgeon Gloves No. 6.0 50's Non-powdered 11 200 Box Sterile Gloves : Surgeon Gloves No. 7.0 50's Non-powdered 12 100 Box Sterile Gloves : Surgeon Gloves No. 7.5 50's Non-powdered 13 20 Box Sterile Gloves : Surgeon Gloves No. 8.0 50's Non-powdered 14 5000 Pc Shoe Wrap : Pair Lot No. 3 Item No. Quantity Unit Of Issue Item Description 15 50 Pack Battery : Alkaline Aa, 2's 16 50 Pack Battery : Alkaline Aaa, 2's 17 300 Pc Bacterial Filter : For Anesthesia 18 20 Box Surgical Blade : No. 10 100's 19 20 Box Surgical Blade : No. 15 100's 20 20 Box Surgical Blade : No.12 100's 21 300 Pc Cautery : Pad 22 300 Pc Cautery : Pencil 23 20 Pack Decontaminating Mat : W/glue 90x120cm- 30 Sheets 24 100 Pc Surgical Clipper Blade : . 25 100 Gal Povidone Iodine : 10% 26 100 Gal Povidone Iodine : 7.5% 27 100 Bottle Wound Irrigation Solution : 300ml Lot No. 4 Item No. Quantity Unit Of Issue Item Description 28 100 Box Catheter Foley Bag : No. 14 10's 29 100 Box Catheter Foley Bag : No. 16 10's 30 300 Pc Catheter Suction : No. 10 31 300 Pc Catheter Suction : No.12 32 1500 Pc Catheter Suction : No.14 33 500 Pc Catheter Suction : No.16 34 1500 Pc Catheter Suction : No.8 35 50 Pc Endotracheal Tube : No. 3.0 Uncuffed 36 50 Pc Endotracheal Tube : No. 3.5 Uncuffed 37 200 Pc Endotracheal Tube : No. 4.5 Cuffed 38 200 Pc Endotracheal Tube : No. 5.0 Cuffed 39 200 Pc Endotracheal Tube : No. 7.5 Cuffed 40 200 Pc Tube Feeding : Fr.14 41 1000 Pc Tube Feeding : Fr.16 42 1000 Pc Tube Feeding : Fr.8 43 50 Pc Umbilical Catheter : 4.0 44 50 Box Umbilical Cord Clamp, Box Of 100's : . Lot No. 5 Item No. Quantity Unit Of Issue Item Description 45 200 Roll Gauze Roll - 2 Ply 36x100 Yd (28x24) : Hospital Size 46 300 Roll Plaster Of Paris : 4" 47 50 Tube Plaster : Hospital Size -medical Plaster With Strong Adhesive, Water-resistant 48 200 Tube Plaster : Hospital Size-medical Plaster With Adhesive, Water- Resistant (regular) 49 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1" X 10yd 12's 50 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 1/2" X 10yd 24's 51 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 2 X 10yd 6's 52 50 Box Surgical Tape : Hypoallergenic Surgical Silk Tape 3 X 10yd 4's Lot No. 6 Item No. Quantity Unit Of Issue Item Description 53 200 Box Needle Sterile : G-26, 100's 54 100 Pc Skin Stapler : . 55 200 Box Sterile Syringe : 0.5cc Insulin 100 "s (needle Attached) 56 250 Box Sterile Syringe : 10cc Disp. 50's (needle Attached) 57 250 Box Sterile Syringe : 1cc Disp. 100's (needle Attached) 58 100 Box Sterile Syringe : 1cc Insulin 100's(needle Attached) 59 100 Box Sterile Syringe : 20cc Disp. 50's (needle Attached) 60 250 Box Sterile Syringe : 3cc Disp. 100's (needle Attached) 61 250 Box Sterile Syringe : 5cc Disp. 100's (needle Attached) 62 500 Pc Sterile Syringe Asepto 4oz : (needle Attached) Lot No. 8 Item No. Quantity Unit Of Issue Item Description 80 10 Pc Stethoscope : Adult - Medical Grade 81 100 Box Patient I.d. Band - Adult : White 100's 82 150 Box Patient I.d. Band - Pedia : Blue 100's 83 100 Box Patient I.d. Band - Pedia : Pink 100's 84 10 Pc Pulse Oximeter : Fingertip - Pedia 85 50 Pc Pulse Oximeter : Sensor - Adult 86 100 Pc Pulse Oximeter : Sensor - Neonate 87 50 Pc Pulse Oximeter : Sensor - Pedia 88 20 Pc Resuscitator Bag : Adult 89 20 Pc Resuscitator Bag : Pedia 90 20 Pc Resuscitator Bag : Neonate 91 50 Kit Epidural : Pack (anesthetic Device) 92 100 Pc Eye Drape : . 93 20 Gal Formalin : Solution 35% Solution 94 10 Pc Guide Wire : Pedia Fr6/2.0mm 95 10 Pc Guide Wire : Adult 96 30 Pc Wound Drainage : Reservoir For Infra And Post Operation Procedure (jackson-pratt),100ml Lot No. 10 Item No. Quantity Unit Of Issue Item Description 104 2000 Pc Heplock : . 105 3000 Pc Intravenous Administration Set : Adult 106 1500 Pc Intravenous Administration Set : Pediatric 107 3000 Pc Intravenous Cannula : G-18 108 3000 Pc Intravenous Cannula : G-20 109 3000 Pc Intravenous Cannula : G-22 110 3000 Pc Intravenous Cannula : G-24 111 3000 Pc Intravenous Cannula : G-26 112 200 Pc I.v Extension Tubing : 2-way 113 150 Pc I.v Extension Tubing : 3-way 114 1030 Pc I.v. : Infusion Set W/burette 150cc (soluset) 115 200 Pc I.v. : Infusion Set, Blood Volumetric (bloodset) 116 150 Pc Stopcock 3-way : . 117 300 Pc Tourniquet : Rubber 118 300 Roll Wadding Sheet : 4" Lot No. 11 Item No. Quantity Unit Of Issue Item Description 119 100 Pack Monitoring Electrode : W/foam 50's 120 150 Pc Mouth Guard Oral Airway : #2 (green) 121 100 Pc Mouth Guard Oral Airway : #3 (yellow) 122 1000 Pc Nebulization Set : Pedia 123 100 Pc Non-rebreather Mask : Pedia 124 100 Pc Mucus Trap : . 125 50 Pc Suction Bulb : W/ Mucous Air Pump 60ml 126 100 Pc Suction Connecting Tube : W/yankauer 127 100 Pc Suction Set Poole : Drain Lot No. 12 Item No. Quantity Unit Of Issue Item Description 128 100 Gal Bleaching Solution : . 129 50 Bottle Bleaching Solution : Color Safe 900ml 130 50 Bottle Fabric Conditioner : 800-900ml 131 30 Gal Disinfectant Solution : For Surface, Toilet And Bathroom 132 385 Gal Distilled Water : 6.6l 133 30 Pc Disinfectant Spray : 510g (tin) 134 3000 Pc Trash Bag 11x11x24 .002 Thickness : Black Medical Grade 135 3000 Pc Trash Bag 11x11x24 .002 Thickness : Green Medical Grade 136 3000 Pc Trash Bag 11x11x24 .002 Thickness : Yellow Medical Grade 137 4000 Pc Trash Bag 15x15x37 .002 Thickness : Black Medical Grade 138 4000 Pc Trash Bag 15x15x37 .002 Thickness : Green Medical Grade 139 4000 Pc Trash Bag 15x15x37 .002 Thickness : Yellow Medical Grade 140 12000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Black Medical Grade 141 8000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Green Medical Grade 142 8000 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Green Medical Grade 143 500 Pc Trash Bag 18.5"x18.5"x40",.002 Thickness : Transparent Medical Grade Delivery Of The Goods Is Required Within Thirty (30) Calendar Days From The Receipt Of The 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. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below During Office Hours Of 19 December 2024 To 12:00 Noon Of 09 January 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 19 December 2024 To 12:00 Noon Of 09 January 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Corresponding Amounts: Lot Identification Number Fee (php) Lot No. 1 1,000.00 Lot No. 2 5,000.00 Lot No. 3 5,000.00 Lot No. 4 1,000.00 Lot No. 5 5,000.00 Lot No. 6 5,000.00 Lot No. 8 1,000.00 Lot No. 10 5,000.00 Lot No. 11 500.00 Lot No. 12 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 26 December 2024; 2:00 P.m. At The Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 09 January 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 2:00 P.m. Of 09 January 2025 At Bids And Awards Committee Office Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd.) Atty. Joeffrey D. Namalata Bac Chairperson
Department Of Agriculture Tender
Software and IT Solutions
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 16.4 Million (USD 280.1 K)
Details: Description Invitation To Bid For The Supply, Delivery, Subscription, Installation, And Configuration Of Various Ict Equipment And Network Softwares 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Sixteen Million Four Hundred Thirty-two Thousand Pesos (php16,432,000.00) With Project Identification Number Da-rfo 1-2025-goods-032 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Supply And Delivery Of Various Ict Equipment 7,912,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 2,900,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 4,620,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000,000.00 Total 16,432,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions Quantity Unit Cost Total Cost 1 Supply And Delivery Of Ict Equipment For Office Productivity Of Da-rfo 1 Employees 1 Lot 7,912,000.00 7,912,000.00 1) Laptop (high End, Branded) Processor: 13th Gen, 10 Cores, 16 Threads, 24mb Smart Cache, Up To 4.90 Ghz Max Turbo Frequency, 45w Base Power, Maximum Turbopower 105w Display: 15.6inch Fhd (1920x1080), 144hz, Ips-level Memory: 16gb Ddr5-5200 Max 64gb 2 Slots Storage: 1tb M.2 Ssd Slot (nvme Pcie Gen4) Graphics: 4608 Cuda Cores With Boost Clock 1230 - 2175 Mhz, 8gb Gddr6 Webcam: Hd Type (30fps@720p) Communication: Gb Lan 802.11 Ax Wi-fi 6 + Bluetooth V5.2 1x Type-c (usb3.2 Gen1 / Dp) 2x Type-a Usb3.2 Gen1 1x Type-a Usb2.0 Battery: 3-cell 53.5 Battery (whr) Ac Adapter: 200w Adapter Operating System: Licensed Windows 11 4 Units 2) Desktop Computer (high End, Branded) Lga1700 14th Generation Processor Family 20 Mb L3 Cache, 10 Cores, 16 Threads 16gb Ddr4 3200 512gb Nvme Gen 4 Ssd + 1tb Hdd 7200rpm Dedicated 6gb Ddr6 Graphics Card With Wi-fi And Bluetooth With Wireless Keyboard And Mouse Combo With 23.8 Inches Monitor Native 1920 X 1080 With Licensed Windows 11 Os Installed 10 Units 3) Laptop (regular, Branded) 13th Generation Mobile Processor 16gb 4800mhz Ddr5 512 Gb Nvme Ssd 15.6" Full Hd Wireless Ieee 802.11 A/b/g/n+ac+ax Capable 2x Usb Gen 3.2 Ports 1x Usb 3.2 Type C Port Built-in Webcam And Microphone Rechargeable Built-in Li-ion Battery With Licensed Windows 11 Os Installed 19 Units 4) Desktop Computer (regular, Branded) Lga1700 14th Generation Processor Family 8 Gb Memory Ddr5 Memory 512 Gb Nvme Ssd Gen. 4 23.8 Inch Full Hd Native 1920 X 1080 With Mouse And Keyboard With Licensed Windows 11 Os Installed With Lan, Wifi And Bluetooth Vga/dvi-d, Hdmi Or Display Port 14 Units 5) Printer 3-in-1 W/ Adf, A3 Color Printer 800 Nozzles Black, 256 Nozzles Per Color (cmy) Can Print Up To A3+ Size Paper Wifi, Wifi Direct And Ethernet Connection 4800 X 2400 Dpi Hi-speed Usb 2.0 Connectivity Duplex Printing Capable, Up To A3 Scan And Copy Thru Adf Scan And Copy Thru Glass Bed Bi-directional Printing Up To 25 Ipm Printing Speed With Consumables 100-240v Voltage, 50-60hz Frequency 10 Units 6) Portable Printer Print Speed Up To 14ppm With Built-in Battery Colour Lcd Panel Wifi And Wifi Direct Connectivity Bi-directional/uni-directional Printing Hi-speed Usb 2.0 Connectivity 14 Units 7) Multi-function Printer (for Pvc Id Card) Friction Feed Pvc Id Card Printing Enabled Micropiezo Printhead Bi-directional Printing 1.5pl Minimum Ink Droplet Size Maximum Print Resolution Of 5760 X 1440 Dpi With Variable-sized Droplet Technology Usb 2.0 Connection Wireless Capable Esc/p-r, Esc/p Raster Language With Bundled Consumables With Additional 1 Set Extra Consumables 3 Units 8) Multi-function Printer Printer Type: Print, Scan, Copy And Fax Maximum Resolution: 4800 X 1200 Dpi Print Speeds Up To 15.5ipm For Black And 8.5ipm For Colour Auto-duplex Printing Adf Capability Ethernet & Wi-fi Direct Colour Touch Lcd Screen Usb 2.0 Connectivity 15 Units 9) 3-in-1 Network Printer/ Scanner/ Photocopier Printer Type: Print/copy/scan/fax Precisioncore Printhead Bi-directional Printing 4800 X 1200 Dpi Maximum Resolution 2-sided Printing Capable 600 X 600dpi Copy Resolution Friction Paper Feed Front And Rear Tray With Lcd Screen Network: Ethernet, Wi-fi Ieee 802.11b/g/n, Wi-fi Direct Usb 2.0 Connection Ac 220-240v 50-60hz Up To A3 And A3+ Paper Size Cassette Capacity Of 250 Sheets For A4 (80gsm) Rear Capacity Of 20 Sheets For A3+ (80gsm) Up To 5.0 Ipm Scan Speed @200dpi With Bundled Consumables With Additional 1 Extra Set Of Consumables With 1 Piece Maintenance Box 10 Units 10) Dot Matrix Printer Impact Dot Matrix 9-pin Wide Carriage Up To 496cpi Prints Up To 6-part Forms 15,000 Power On Hours Mtbf Usb 2.0, Bi-directional Parallel Supported Bi-direction With Logic Seeking 200 Million Strokes/wire Printhead Life 2 Units 11) Flatbed Scanner Minimum Technical Specifications: Colour Scanner A4 Sheet-fed, 3-pass Duplex Scanner Led Light Source 1,200 X1,200 Dpi Output Resolution 215.9 X 3,048 Mm Maximum Document Size Supports 50 Gsm – 120 Gsm Paper Thickness 50 Sheets Adf Capacity Scan Speed Up To 25ppm/10ipm (300 Dpi) 24 Units 12) Portable Document Scanner A4 Sheet-fed, Simplex Colour Scanner Optical Resolution: 600 X 600 Dpi Output Resolution: 50 – 1,200 Dpi 216 X 1,828.8 Mm Maximum Document Size Contact Image Sensors (cis) Compact Size And Footprint Powered Via Usb, Ac Adapter Or Built-in Battery Scan Speed Up To 4.0sec Per Sheet (on Battery) Usb 2.0, Wi-fi And Wi-fi A/p Mode Connectivity 20 Units 13) Projector (indoor) Native Resolution Full Hd (1080p) Large Screen Projection Up To 391" 3000 Lumens Of Colour And White Brightness Comes With Android Tv™2 Dongle And Chromecast Built-in™ 5w Speaker (with Enclosure) Life (normal / Eco): 6,000 / 12,000 Hours (normal / Eco) F-number: 1.44 Focal Length: 16.4mm Zoom Ratio: 1.0 – 1.35 (digital Zoom) Throw Ratio: 1.19 – 1.61 Usb Type A: 1 (for 2a Power Supply, Firmware Update And Copy Osd Settings) Usb Type B: 1 (for Firmware Update And Copy Osd Settings) Hdmi: 1 (hdcp 1.4) 10 Units 14) Dslr Camera 24.2mp Aps-c Cmos Sensor Dual Pixel Cmos Af Ii 4k30 Video, 4k60 With Crop; Hdr-pq 23 Fps E. Shutter, 15 Fps Mech. Shutter 2.36m-dot Oled Evf 1.04m-dot Vari-angle Touchscreen Lcd Multi-function Shoe, Wi-fi And Bluetooth 18-45mm F/4.5-6.3 Is Stm Lens Lithium-ion Battery Pack Charger For Battery Pack 8 Units 15) Portable Audio System (branded) Digital Wireless Microphone Included Output Power: At Least 1100 Watts 30hz-20khz (-6db) Dynamic Frequency Range With 3.5mm Audio Cable Input Bluetooth Connection Usb Playback Guitar And Microphone Input True Wireless Stereo Using Bluetooth Connection With Rca Output Microphone Specifications: Frequency: 2404 - 2478mhz Encryption: Aes - 128 Working Range: 30m (100ft) Latency: < 12ms Frequency / Channel Selection: Adaptive Channel Selection Frequency Response: 50hz - 15khz Dynamic Range: 100db@ 1k Hz Signal -to -noise: 59dba Thd: < 1% @ 94db Spl, 200 - 10khz Microphone Rechargeable Battery: 600mah, 3.7v Li-ion Battery Dongle Battery: 700mah 3.7v Li-ion Battery Playtime Of Microphone: Up To 20 Hours Playtime Of Dongle: Up To 12 Hours Microphone Battery Charge Time: < 2.5h In Off Mode Dongle Battery Charge Time: < 2.5h In Off Mode Microphone Head: 16mm Ecm Transmitting Power: < 10dbm Receiver Maximum Output Level: < 1v Rms 6 Units 16) Handheld Gps Receiver 2.2" Transflective, 65k Color Tft Display Type 240 X 320 Pixels Display Resolution 25 Hrs Battery Life Ipx7 Water Rating High-sensitivity Receiver 2 Aa Nimh Or Lithium Rechargeable Batteries And Charger Included 30 Units 2 Supply, Delivery And Subscription To Various Ict Software 1 Lot 2,900,000.00 2,900,000.00 1) Graphic Design Platform 1tb Of Cloud Storage 1000 Brand Kits 100m+ Photos, Videos, Graphics, Audio Ai-generated Writing And Designs Unlimited Premium Templates Ai Admin Controls Edit, Comment, And Collaborate In Real-time With Online Customer Support 3-year Subscription *1 Account = 3 Users 5 Units 2) Cad Modeling Software Civil-infrastructure/engineering Design And Documentation Software Supports Computer-aided Design And Building Information Modeling Site And Survey Workflows Drainage Design And Analysis Plan Production And Documentation Intersection Design Corridor, Geotechnical And Terrain Modeling Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 3) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 3 Year Subscription 2 Units 4) Cad And Drafting Software With Specialized Toolsets Commercial New Single User 2d Crafting, Drawing & Annotation 3d Modeling & Visualization Architecture, Mechanical, Map 3d, Electrical, Plant 3d And Raster Design Toolsets Commercial New Single User With Electronic-license Delivery (eld) 1 Year Subscription 2 Units 5) Office Productivity Software On Premise - Open License Graphical User Interface/keyboard Driven Menu System Support In Inserting And Editing 3d Models Support To Scalable Vector Graphics (svg) With Filters Live Preview While Formatting With Built-in Language Translator Support For Touch-enabled Devices, Digital Pens And Mouse For Drawing Shapes, Writing Out Complex Math Problems And Highlighting Text. With Accessibility Checker With Support For International Standards 45 Units 3 Supply, Delivery, Installation And Configuration Of Ict Network Equipment Of Da-rfo 1 1 Lot 4,620,000.00 4,620,000.00 1) Network Firewall Subscription At Least 3yrs Throughput Ngfw, Ips & Threat Protection: 1.6, 2.6 & 1 Gbps Concurrent Ssl-vpn Users: 500 2.2 Gbps Application Control Throughput Capwap Throughput (http 64k): 15gbps Heat Dissipation: At Least 100.6 Btu/h 80plus Compliant Power Supply Efficiency Rating Ports: 2 Ge Rj45 Wan, 4 Ge Rj45 Or Sfp Shared Ports, 1 Console And Usb Port Concurrent Tcp Sessions: 1.5million 10,000 Firewall Policies Throughput Ipsec Vpn: 11.5 Gbps Compliance Fcc Part 15b, Class A, Ce, Rcm, Vcci,ul/cul, Cb, Bsmi Ac Power Supply 100–240v Ac, 50/60 Hz Form Factor (supports Eia/non-eia Standards) Rack Mount, 1 Ru With Complete Accessories & Compatible With Existing Network Setup. 1 Unit 2) Network Switch (access) 10/1g Uplink Ports Forwarding And Switching Rate: 261.9 Mbps & 176 Gbps Per Hour Mean Time Between Failures: At Least 503,400 Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Entries Of Flexible Netflow: 16,000 Flows On 24 Or 48 Port Gigabit Ethernet Models Bandwidth Stacking: At Least 80 Gbps Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Qos Scale & Acl Entries: 1000 With Complete Accessories & Compatible With Existing Devices. 1 Unit 3) Wireless Lan Controller (bundled With 6-ap & Licenses) Fixed Service Port: Auto-negotiation 10/100/1000base-t, Auto Mdi/mdix Crossover Standard Rj45 & Usb Port Management Port 40w Max. Power Consumption 200,000 Hours Mean Time Between Failure (mtbf) At The Standard Temperature 2048 Maximum Number Of Configurable Access Points Default Number Of Manageable Access Point Of 32 448 Maximum Number Of Manageable Access Point Wlan Service: 2048 Maximum Wlan Id At Least 32,768 Mac Address Entries 4096 Of Virtual Lans Ipv4 Address Pools: 2,000 Ipv4 Addresses: 24,576 Ipv6 Address Pools: 256 Ipv6 Addresses: 2,048 Ieee 802.11 Protocols: 802.11, 802.11b, 802.11a, 802.11g, 802.11d, 802.11h, 802.11w, 802.11k, 802.11v, 802.11r, 802.11i, 802.11e, 802.11n, 802.11ac, And 802.11ax Ieee 802.11 Security And Encryption: Multi-ssid Mode,ssid Hiding Ieee 802.11i-compliant Psk Authentication, Wpa And Wpa2,wpa3: Wpa3-personal (sae), Wpa3-enterprise (ccmp, 128-bit), And Wpa3-enterprise (gcmp, 192-bit),wep (wep/wep128), Tkip, Ccmp, Anti-arp Spoofing User Access Management: Console Port Login, Telnet Login, Ssh Login, And Ftp Upload Maximum Number Of Stas Supported By The Built-in Portal Server:1,500 Number Of Acl Entries:65,536 Entries With Six (6) Compatible Wireless Access Point With Six (6) Licenses Included Bundled With Training And Certification With Complete Accessories. 1 Unit 4) Network Attached Storage (nas) 64 Bit Cpu Architecture Cpu Frequency: 2.6 / 3.1 Ghz System Memory 2gb Ddr4 Ecc Drive Bays: At Least 4 Compatible Drive Type: 3.5" Sata Hdd & 2.5 Sata Ssd External Ports: 2 Rj-45 1 Gbe Lan Ports, 1 Usb 3.2 Gen 1 Port Pcie Expansion: 1 X Gen3 X 2 Network Upgrade Slot System Fan: 40mm X 40mm X 3pcs 28.5 Db(a) Noise Level Power Supply Unit : 100 Watts Power Consumption: 37.93 Watts (access), 13.43 Watts (hdd Hibernation) Rohs Compliant Bundled With At Least 4 Hdd (16tb) With Complete Required Accessories 2 Units 5) Ups 10kva (rack-mounted) Capacity: 10kva Rackmounted With Battery Input: Voltage: 200-240v +/- 10% Voltage Range: 176-3000v +/- 10% (full Load) Frequency: 56hz - 64hz Battery: 16 X 12v/9ah Output Voltage: 220-240v +/- 10% Frequency: 50hz-60hz +/- 5% Transfer Time: 0 (ac To Battery), 0ms (inverse To Bypass) True Double Conversion Microprocessor Control Technology Ensures High Reliability Input Power Factor Correction Output Power Factor 0.8 Waveform (batt Mode): Pure Sine Wave With Complete Accessories And Warranty. 4 Units 6) Wireless Access Point Max Throughput Up To 400mbps At 2.4g, Up To 867 Mbps At 5g 1.267 Gbps Ofdm: Bpsk@6/9mbps, Qpsk@12/18mbps, 16-qam@24mbps, 64-qam@48/54mbps Protocol: Concurrent 802.11ac Wave2, Wave1, 802.11a/b/g/n Spatial Streams: 2.4g 2x2mimo 5g 2x2mimo Antenna: Internal Antennas(2.4g: 2dbi,5g: 2dbi) Operating Bands: 802.11b/g/n: 2.4g ~ 2.4835ghz, 802.11a/n/ac: 5g:5.150~5.250ghz,5.725~5.850ghz 11b: -91dbm (1mbps), -88dbm (5mbps), -85dbm (11mbps) 11a/g: -89dbm (6mbps), -80dbm (24mbps), -76dbm (36mbps), -71dbm (54mbps) 11n: -83dbm@mcs0, -65dbm@mcs7, -83dbm@mcs8, -65dbm@mcs15 11ac Ht20: -83dbm (mcs0), -57dbm (mcs9) 11ac Ht40: -79dbm (mcs0), -57dbm (mcs9) 20 Units 7) Unmanaged Switch Ports:16 X 10/100base-x Poe+ Ports, 2 X 10/100/1000base-t Ports With 2-port Gigabit Rackmount Poe Switch Layer Type: Unmanaged Switching Capacity:7.2 Gbps Forwarding Rate:5.36 Mpps Mac Address Table:8000 Fan: Fanless Port Surge:6kv 4 Units 8) Ups 1kva Available Capacity : 1kva / 600w Line Interactive Switching Ups 2 X 12v7ah Battery Input Power : 190~240va (50~60hz) Output Power : 220~230va (50~60hz) 24 Units 9) Drone (quadcopter) Gimbal:3-axis Flight Control System: Gnss Support Gps, Beidou, Galileo Maximum Operating Distance:9.3 Miles / 15 Km Battery Capacity:5000 Mah / 77 Wh Charging Temperature 41 To 104°f / 5 To 40°c Maximum Ascent Speed 17.9 Mph / 8 M/s Maximum Descent Speed 13.4 Mph / 6 M/s Maximum Wind Resistance 26.8 Mph / 12 M/s Flight Ceiling 3.7 Miles / 6000 M Image Sensor:4/3″-type Cmos Sensor Resolution Effective: 20 Megapixel (5280 X 3956) Focal Length: 24mm (35mm Equivalent) Field Of View: 84° Maximum Aperture: F/2.8 Minimum Aperture: F/11 Minimum Focus Distance:3.3′/1 M Rotor Configuration: 4 Operating Temperature:14 To 104°f/-10 To 40°c With Complete Accessories, Controller Device, Bag And Extra Batteries And Propeller. Bundled With Formal Drone Pilot And Safety Training, Drone Pilot License & Rpas Certifications Acquisition. 1 Unit 4 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1 Lot 1,000,000.00 1,000,000.00 Managed Switch Bandwidth Stacking: At Least 80 Gbps Entries Of Flexible Netflow: 32,000 On 24 Or 48 Port Multigigabit Models Stacking Switch Capacity & Forwarding Rate: 256 Gbps & 190 Mbps Jumbo Frames Capacity: 9198 Bytes Flash And Dram: 4gb And 2 Gb Forwarding And Switching: At Least 130.95 Mbps And 176 Gbps Per Hour Mean Time Between Failures: At Least 346,270 Mac Addresses Total And Ipv4 Routes: At Least 16,000 And 11,000 Routing Entries For Ipv4 & Ipv6: 3,000 & 1,500 Sfp Transceiver Module Hot Pluggable Sfp Msa Compliant To Maximize Uptime And Simplify Maintenance Modal Bandwidth Min :400 At Least 1804 Ft. Operating Distance Stackwise Cables Support 16 Gbps Speeds In Both Directions, Yielding A Traffic Total Of 32 Gbps Bandwidth Bidirectionally Cable Length:1.6 Ft Conductor: Copper Network Server Rack Cabinet Minimum Technical Specifications: Capacity: 22u With Exhaust Fans And Power Distribution Cables, I/o Ports And Accessories 1 Lot Roughing-in Materials For Horizontal And Backbone Distribution 1 Lot Roughing-in Materials For Fiber Backbone Distribution 1 Lot Mobilization / Demobilization 1 Lot Testing And Commissioning 1 Lot Preparation, Documentation Of As-built Plan Drawings And Turn-over Of Network Design And Diagram 1 Lot Cables, I/o Ports And Accessories 1 Lot Grand Total 16,432,000.00 All Equipment With 1 Year Warranty On Parts & Services. Drop Off Point: Da Rfo I, City Of San Fernando, La Union Delivery Schedule: 90 Calendar Days From Receipt Of Notice To Proceed (ntp). Delivery Of The Goods Is Required Within 90 Calendar Days Upon 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) 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 5183. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 7-27, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Supply And Delivery Of Various Ict Equipment 10,000.00 Lot 2: Supply, Delivery And Subscription Of Various Ict Software 5,000.00 Lot 3: Supply, Delivery, Installation And Configuration Of Various Ict Network Equipment 5,000.00 Lot 4: Supply, Delivery, Installation And Configuration Of 100-port Data And Voice Structured Cabling With Fiber Optic Cable Backbones 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 14 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 27 January 2025, 1:00 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 27 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 6, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-032
1351-1360 of 1367 archived Tenders