Shoes Tenders

Shoes Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 263.6 K (USD 4.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Negros Oriental 1st District Engineering Office Tinaogan, Bindoy, Negros Oriental Name Of Procuring Entity : Request For Quotation (pr No.) : 25gsj002 Revised On : Date : 02/04/2025 Standard Form/title : Request For Quotation Office/end-user :dpwh-nofdeo Company Name : Address : Tel.no./fax No. : Tin: Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m. February 13, 2025. In The Return Envelope Attached Herewith, To The Procurement Unit, Dpwh, Nofdeo, Bindoy, Negros Oriental. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within (_15 Days_) Upon Receipt Of The Approved Funded Purchase Order (p.o.). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three(3) Months For Supplies & Materials; One(1) Year For Equipment; Three(3) Years For It Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty(60) Calendar Days. 5. G-eps Registration Certificate/mayor's Permit/dti/tax Clearance Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Of The Product (if Applicable). 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For The Procurement Is Php263,630.00 9.omnibus Sworn Statement (oss) Jessie C. Paquibo Bac Chairman Item No. Items & Description Qty Unit Unit Price Total Price Spare Parts Backhoe Loader (lx-26) 1 Set 1 Oil Packing Seal (small) 1 Set 2 Oil Packing Seal (big) 3 Set 3 Fabricated Packing Seal Mitsubishi Canter (scn-747) 1 Pc. 4 Cross Joint Coupling 6 Pc. 5 Transmission Linkage 1 Pc. 6 Fan Belt 1 Pc 7 Oil Filter 1 Pc 8 Fuel Filter Vibratory Roller (218-429) 1 Pc. 9 Oil Filter Mitsubishi Strada (0701-1089277/070403) 1 Pc. 10 Turbo Hose Mitsubishi Strada (caw-1612) 1 Set 11 Brake Shoe 1 Set 12 Brake Pad Toyota Hilux (0701-1239649/070101) 1 Set 13 Brake Pad Hino Dumptruck (0401-576698/040101) 1 Pc. 14 Air Filter 2 Pc. 15 Fuel Filter 1 Pc. 16 Oil Filter Hino Bus (074110) 1 Pc. 17 Magnetic Horn 1 Set 18 Brake Lining (front) 1 Set 19 Brake Lining (rear) 1 Pc. 20 Fan Belt 2 Pcs. 21 Oil Seal (outer) 2 Pcs. 22 Oil Seal (inner) Ford Ranger Fai-7983 1 Set 23 Brake Lining Kit 1 Pc. 24 Oil Filter 1 Pc. 25 Blade Wiper (long) 1 Pc. 26 Blade Wiper (short) 1 Set 27 Brake Shoe Toyota Hilux (ska-471) 1 Pc. 28 Fuel Filter 1 Assy 29 Hydrovac 1 Assy 30 Clutch Lining 1 Pc. 31 Brake Master 1 Assy 32 Aircon Compressor Suzuki Multicab (mbp-295) 1 Assy 33 Carburator 1 Pc. 34 Suspension Bushing 1 Pc. 35 Brake Hose Nissan Urvan (070103) 1 Set 36 Brake Pad Mits. Strada (ylr-167) 1 Pc. 37 Oil Filter Pay Loader (l2-1239) 1 Pc. 38 Oil Filter 1 Pc. 39 Fuel Filter Mits. L300 0701-1065126 1 Pc. 40 Oil Filter 1 Pc. 41 Fuel Filter 1 Pc. 42 Idler Arm Assy 1 Pc. 43 Center Post Nissan Pathfinder (shc-771) 1 Pc. 44 Oil Filter 1 Assy 45 Clutch Master Assy. Suzuki Multicab (shc-779) 1 Assy 46 Starter Assy. Isuzu Cargo Truck (sdy-845) 6 Pcs. 47 Oil Ring Seal 6 Pcs. 48 Oil Seal Generator (250 Kva) 1 Pc. 49 Oil Filter 2 Pc. 50 Fuel Filter Mits. Strada Tp-070410 2 Pcs. 51 Front Shock Absorber 2 Pcs. 52 Rear Shock Absorber 2 Sets 53 Caliper Kit 2 Pcs. 54 Caliper Piston 1 Pc. 55 Bolt With Nut 4 Pcs. 56 Upper Suspension Bushing X - X - X - X - X - X - X Purpose: Supply And Delivery Of Various Spare Parts For Use In The Repair And Maintenance Of Various Vehicles Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Printed Name/signature/date Tel. No./cellphone No./e-mail Address

Department Of Defence Production Tender

Goods
Healthcare and Medicine
GEM
Corrigendum : Closing Date Modified
India
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Description: BOQ ITEMS: Inj Lignocaine HCl 2% without adrenaline vial of 30 ml, Lignocaine Hcl Inj 2 percentage Solution With Adrenaline 1 80000 In 2ml Cartridge Pkt Of 50, Electrolyte Solution bott of 05 litre for Disinfectant Generating System, Dycal calcium hydroxide pkt of two tubes, Antiseptic mouth wash containing Sodium Fluoride and Triclosan Bottle of 100 ML, Gel for root canal preparation containing water soluble lubricant EDTA, Urea, Hydrogen peroxide tube of 3.5 gm, Clove Oil bottle of 50 Ml, Desensitizing Paste (Stannous Fluoride /Potassium Nitrate / Sodium Mono fluorophosphates)tube of 50 gm, Chlorohexidine Mouth wash 0.2% bott of 100 ML, Post Extraction Dressing (alveogyl), Pulp Devitalizer non arsenic (CAUSTINERF FORTE), Triamcinolone acetonide 0.1% for oral use tube of 5 gm, Periodontal pack (non eugenol) two paste system, Sodium hypochlorite 5% bott of 500 ml, Sterillium bott of 500 ml, Cetrimide & Chlorhexidine gluconate bott of 01 ltr, Spirit (Alcohol) bott of 500 ml for spirit lamp, Hydrogen peroxide solution bott of 500 ml, Paraformaldehyde Tab pkt of 100, Povidone iodine 5% bott of 100 Ml, Dextrose Monohydrate for oral use pack of 100 gm, Gelatin sponge, Disposable Gown, Shoe cover disposable pkt of 100, Sugical gloves size 8, Knife BP handle No 10 Pkt of 6, Knife BP handle No 11 Pkt of 6, Knife BP handle No 12 Pkt of 6, Knife BP handle No 15 pkt of 6, Syringe disposable 2 ml pkt of 100, Syringe disposable 5 ml pkt of 100, Syringe disposable 10 ml pkt of 100, Diamond bur round for airotor pkt of 05, Diamond bur inverted cone for airotor pkt of 05, Diamond bur straight for airotor pkt of 05, Antiseptic pain relieving gel for dental tube of 15 gm/m, Cloth glass polishing (Bleached Calico cotton white) 1X1/2 metres, Denture adhesive powder bottle of 10-15gm, Bite registeration paste silicone based set of two cart of 48-50ml each, Lubricant spray bott of 300 ml, Cloth Napkin absorbant dental disposable 15x15cm pkt of 500, Plaster of Paris special Dental-Grade 1pkt of 01 kg, Articulating paper, Patient bib plastic, Sintered Diamond burs for grinding metal for SHP assorted, Suction cleaning solution bott of 1 ltr, MTA based root canal sealer pack of 2-3gm, Cold mould seal bott of 500 ml, Crown and bridge polishing compound for NP alloys 200gm cake, Crown and bridge polishing emery for NP alloys grain size 120microns 50m roll, Disc, abrasive rubber wheel for polishing metal, pkt of 100, Dental stone pkt of 01 kg, Pumice powder superfine bag of 1 kg, Self-cure acrylic powder pink shade bott of 110gm with rapid repair liquid 110ml, Self-cure acrylic powder clear shade bott of 110gm with rapid repair liquid 110ml, Wheel wool polishing, Oral surgical bur straight for SHP, Spray anaesthetic surface bott of 100ml, Syringe hypodermic cartridge type needle 22mm long presterilized disposable pkt of 100 for, Syringe hypodermic cartridge type needle 35 mm long presterlised disposable pkt of 100, Polishing cup rubber, mounted soft for RAHP pkt of 12, Impression alginate material pkt of 450 gms, Paste Impression pkt of two tubes containing ZnO Base125-165 gm & catalyst, Die stone pkt of 100 gm, Crown preparation Kit containing 14-16 points, Elastomeric impression material pkt of light body, Broach nerve canal barbed assorted size pkt of 12, Dental nano composite restorative kit photo cure complete, Flowable light-cure Composite kit, GP Point 2% 15 To 40, GP Point 4% 15 To 40, Hand Niti File assorted length 21 mm, Light cure Calcium hydroxide, De-soft denture relining material, Medicament root canal formocresol-bott of 5ml, Sodium hypochlorite 2%, Matrix retainer SS (Ivory pattern) Band for, pkt of 12, Outfit Matrix SS (Siqveland) bands narrow for, Paper Point assorted 15 To 40, Root canal sealer paste for obturation containing two tubes/preloaded syringes, Self-Etching Bonding system, Mineral trioxide aggregate MTA) pkt of 1 gm, Rotary NiTi file assorted size Sx F3 length 21 mm, Rotary NiTi file assorted size Sx F3 length 25 mm, Endodontic access burs-set of 06, K files stainless steel size No 8 length 25 mm set of 6, K files stainless steel size No.10 length 25 mm set of 6, K files stainless steel length 25 mm size no 15-40, K files stainless steel length 25 mm size no 45-80 set of 6, H file stainless steel Size No 15-40 , length 21 mm set of 06, H file stainless steel Size No 45-80, length 21 mm set of 06, GP solvent-bott of 10 ml, Gauze Ribbon Absorbant Folded 2.5 Cm X 100 Meters, Pad abdominal swab 40x25cm, Pad, cotton wool, dental box of 100, Wool cotton rolls absorbent size dental pkt of 100, Nitrile gloves size small pkt of 50 pair, Nitrile gloves size medium pkt of 50 pair, Nitrile gloves size large pkt of 50 pair, Bioresorbable demineralized bone graft substitute 0.5-1cc freeze-dried bone 0.20-0.25gm x 2 vial (Dental bone graft), Dentin replacement material consisting of calcium silicate based powder & calcium chloride liquid in box of 5 capsules & 5 liquid tubes (Biodentine), Interdental Brush Pkt of 05, Dental Floss, Zirconomer restorative material, Gum Paint

Department Of Defence Production Tender

Goods
Healthcare and Medicine
GEM
Corrigendum : Corrigendum Added
India
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Description: BOQ ITEMS: Inj Lignocaine HCl 2% without adrenaline vial of 30 ml, Lignocaine Hcl Inj 2 percentage Solution With Adrenaline 1 80000 In 2ml Cartridge Pkt Of 50, Electrolyte Solution bott of 05 litre for Disinfectant Generating System, Dycal calcium hydroxide pkt of two tubes, Antiseptic mouth wash containing Sodium Fluoride and Triclosan Bottle of 100 ML, Gel for root canal preparation containing water soluble lubricant EDTA, Urea, Hydrogen peroxide tube of 3.5 gm, Clove Oil bottle of 50 Ml, Desensitizing Paste (Stannous Fluoride /Potassium Nitrate / Sodium Mono fluorophosphates)tube of 50 gm, Chlorohexidine Mouth wash 0.2% bott of 100 ML, Post Extraction Dressing (alveogyl), Pulp Devitalizer non arsenic (CAUSTINERF FORTE), Triamcinolone acetonide 0.1% for oral use tube of 5 gm, Periodontal pack (non eugenol) two paste system, Sodium hypochlorite 5% bott of 500 ml, Sterillium bott of 500 ml, Cetrimide & Chlorhexidine gluconate bott of 01 ltr, Spirit (Alcohol) bott of 500 ml for spirit lamp, Hydrogen peroxide solution bott of 500 ml, Paraformaldehyde Tab pkt of 100, Povidone iodine 5% bott of 100 Ml, Dextrose Monohydrate for oral use pack of 100 gm, Gelatin sponge, Disposable Gown, Shoe cover disposable pkt of 100, Sugical gloves size 8, Knife BP handle No 10 Pkt of 6, Knife BP handle No 11 Pkt of 6, Knife BP handle No 12 Pkt of 6, Knife BP handle No 15 pkt of 6, Syringe disposable 2 ml pkt of 100, Syringe disposable 5 ml pkt of 100, Syringe disposable 10 ml pkt of 100, Diamond bur round for airotor pkt of 05, Diamond bur inverted cone for airotor pkt of 05, Diamond bur straight for airotor pkt of 05, Antiseptic pain relieving gel for dental tube of 15 gm/m, Cloth glass polishing (Bleached Calico cotton white) 1X1/2 metres, Denture adhesive powder bottle of 10-15gm, Bite registeration paste silicone based set of two cart of 48-50ml each, Lubricant spray bott of 300 ml, Cloth Napkin absorbant dental disposable 15x15cm pkt of 500, Plaster of Paris special Dental-Grade 1pkt of 01 kg, Articulating paper, Patient bib plastic, Sintered Diamond burs for grinding metal for SHP assorted, Suction cleaning solution bott of 1 ltr, MTA based root canal sealer pack of 2-3gm, Cold mould seal bott of 500 ml, Crown and bridge polishing compound for NP alloys 200gm cake, Crown and bridge polishing emery for NP alloys grain size 120microns 50m roll, Disc, abrasive rubber wheel for polishing metal, pkt of 100, Dental stone pkt of 01 kg, Pumice powder superfine bag of 1 kg, Self-cure acrylic powder pink shade bott of 110gm with rapid repair liquid 110ml, Self-cure acrylic powder clear shade bott of 110gm with rapid repair liquid 110ml, Wheel wool polishing, Oral surgical bur straight for SHP, Spray anaesthetic surface bott of 100ml, Syringe hypodermic cartridge type needle 22mm long presterilized disposable pkt of 100 for, Syringe hypodermic cartridge type needle 35 mm long presterlised disposable pkt of 100, Polishing cup rubber, mounted soft for RAHP pkt of 12, Impression alginate material pkt of 450 gms, Paste Impression pkt of two tubes containing ZnO Base125-165 gm & catalyst, Die stone pkt of 100 gm, Crown preparation Kit containing 14-16 points, Elastomeric impression material pkt of light body, Broach nerve canal barbed assorted size pkt of 12, Dental nano composite restorative kit photo cure complete, Flowable light-cure Composite kit, GP Point 2% 15 To 40, GP Point 4% 15 To 40, Hand Niti File assorted length 21 mm, Light cure Calcium hydroxide, De-soft denture relining material, Medicament root canal formocresol-bott of 5ml, Sodium hypochlorite 2%, Matrix retainer SS (Ivory pattern) Band for, pkt of 12, Outfit Matrix SS (Siqveland) bands narrow for, Paper Point assorted 15 To 40, Root canal sealer paste for obturation containing two tubes/preloaded syringes, Self-Etching Bonding system, Mineral trioxide aggregate MTA) pkt of 1 gm, Rotary NiTi file assorted size Sx F3 length 21 mm, Rotary NiTi file assorted size Sx F3 length 25 mm, Endodontic access burs-set of 06, K files stainless steel size No 8 length 25 mm set of 6, K files stainless steel size No.10 length 25 mm set of 6, K files stainless steel length 25 mm size no 15-40, K files stainless steel length 25 mm size no 45-80 set of 6, H file stainless steel Size No 15-40 , length 21 mm set of 06, H file stainless steel Size No 45-80, length 21 mm set of 06, GP solvent-bott of 10 ml, Gauze Ribbon Absorbant Folded 2.5 Cm X 100 Meters, Pad abdominal swab 40x25cm, Pad, cotton wool, dental box of 100, Wool cotton rolls absorbent size dental pkt of 100, Nitrile gloves size small pkt of 50 pair, Nitrile gloves size medium pkt of 50 pair, Nitrile gloves size large pkt of 50 pair, Bioresorbable demineralized bone graft substitute 0.5-1cc freeze-dried bone 0.20-0.25gm x 2 vial (Dental bone graft), Dentin replacement material consisting of calcium silicate based powder & calcium chloride liquid in box of 5 capsules & 5 liquid tubes (Biodentine), Interdental Brush Pkt of 05, Dental Floss, Zirconomer restorative material, Gum Paint

City Government Iligan Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.9 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 , Intend To Apply The Sum Of P 5,972,559.62 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City With Project No. Cb(b)-24-143 (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 Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City General Requirements • Permits And Clearances • Facilities For The Engineers • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Obstructions • Clearing / Removal Of Boulders • Uprooting Of Trees Structural Excavation • Excavation Works For Footings, Wall Footings, Zocalo And Tie Beams Gravel Fill • 100mm Thk. Gravel Base For Footings And 50mm Thk. Gravel Base For Wall Footings Concrete Works, Formworks And Scaffolding • Concreting Pouring Using Readymix (3000 Psi) For Footings, Wall-footings, Tie Beams And Columns • Installation Of Formworks And False Works For Columns Beams And Tie Beams • Removal Of Formworks And Falseworks Steel Reinforcements • Installation Of 20mmø Dsb For Columns (c1), Footings (f1), And Tie Beams • Installation Of 16mmø Dsb For Columns (c2) And Footings (f2) • Installation Of 10mmø Dsb For Wall Footings (long Bars And Traverse Bars) Stirrups For Tie Beams And Lateral Ties For Columns Steel Reinforcements • Piling Of 4”thk Chb At 3.70m Height W/ 10mmø Dsb For Vertical And Horizontal Bars Spcd At 0.60m O.c Bothways I. Permit & Clearances (q=1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans, Cutting Of Trees. Ii. Construction Safety And Health Program (q=1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’ X 8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w Nails. Iv. Mobilization & Demobilization (q=1.00 Lot) V. Facilities For The Engineers (q=1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project-in-charge, Technical Personnel To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor: Field Office For The Field Engineer (standard Engineer Field Camp, Office Table And Chair); Laptop Computer For Field Engineer: Processor: 165hz 13th Gen Intel Core I9; Memory: 13900hx/16gb, 2 X 8 Gb, Ddr5; Storage: 4800 Mhz/ 1tb,m.2, Pcle Nvme; Graphics: Nvidia Geforce Rtx 4060, 8gb; Screen: 15.6” Fhd Ips 165hz Vi. Removal Of Structures And Grubbing (q=1.00 Lot) Includes Uprooting, Removal Of Boulders. Vii. Earthworks (q=535.00 Cu.m) Includes Volume To Be Excavated, V=286.00 Cu.m.; Volume To Be Backfilled, V=165.75 Cu.m.; Gravel Bedding, 1-1/2”ø, V=62.11cu.m. Viii. Steel Reinforcements (q=21,326.80kg/s) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6 Dsb, #16 G.i Tie Wire. Ix. Concrete Works, Formworks And Scaffoldings (q=133.10cu.m.) Includes Ready Mix Concrete – (3000 Psi @ 14 Days), 4’x8’x1/4” Thk. Marine Plywood, Coco Lumber (2” X 2” X 10’) – 833 Pcs, Assorted Sized C.w Nails. X. Masonry Works (q=281.64 Sqm.) Includes 4” X 8” X 16” Chb, A = 281.64 Sqm.; Portland Cement; Washed Sand Approved Budget For The Contract (abc): P 5,972,559.62 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 One Hundred Ninety-four (194) 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 Office Of The Bids And Awards Committee, 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. Pre-procurement: November 26, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 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 10,000.00 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: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-143 (ceo-infra)

Municipality Of Tiaong, Quezon Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 23.5 Million (USD 407.6 K)
Details: Description A.1.1 Construction Of Field Office For The Engineer Quantity: 1.00 L.s. Materials 1/4 X 4 X 8 Marine Plywood 19 Pc. Good Lumber 299 Bd.ft. Corrugated Roofing, Gauge 26 19.32 Sq.m. 2" X 4" Door Hinges 4 Pc. 2" X 3" Window Hinges 8 Pc. Portland Cement 32 Bag Gravel 3/4 2 Cu.m. Sand 1.5 Cu.m. Reinforcing Steel Bar Grade 40 112.65 Kg. Chb Ordinary 4" 153 Pcs. Fascia Board (1/2 X 12" Marine Plywood) 17.6 L.m. Ridge Roll 7.2 L.m. 20 Watts Flourescent Lf 2 Set Duplex Convenience Outlet 2 Set Three Gang Switch 1 Set Panel Board & Cabinet 1 Set #16 G.i. Tie Wires 2 Kgs. Miscellaneous (forms, Cwn, Bolts, Electrical Wires Etc.) 1 Lot Labor 1 Construction Foreman 5 Days 1 Skilled Laborer 5 Days 5 Laborer 5 Days 605 Project Signboard Quantity : 5.76 Sq.m. Materials Tarpaulin 1 Pcs. Ordinary Plywood 4' X 8' X 1/2" 2 Pcs. Cocolumber 2" X 3" X 12' 5 Pcs. Assorted Common Nail 1 Kgs. Labor 1 Carpenter 0.50 Day 1 Laborer 0.50 Day Spl-i Construction Safety And Health Quantity : 1.00 - Materials Safety Helmet 45.00 Pcs. Hand Gloves 45.00 Pcs. Safety Shoes 45.00 Pcs. Miscellaneous Items 1.00 Lot (medicine, Medicine Cabinet, Water, First-aid Kit) B.9 Mobilization / Demobilization Quantity: 1.00 L.s. Equipment Low Bed Trailer (1% Of Civil Works) 1 L.s 100 Clearing And Grubbing Quantity: 1.00 L.s Equipments 1 Dump Truck 16.00 Hr 1 Bulldozer 16.00 Hr Minor Tools (10% Of Labor Cost) Labor 1 Construction Foreman 2.00 Days 3 Laborer 2.00 Days 100(3)a1 Individual Removal Of Trees (150 - 300mm Dia., Small) Quantity: 5.00 Each Materials Rope, 1" Ø - 5 Uses 20.00 M Equipments 1 Backhoe (0.80 Cu.m.) 2.00 Hr 1 Dump Truck (12 Yd3) 1.00 Hr 1 Chain Saw 1.00 Hr Minor Tools (10% Of Labor Cost) Labor 1 Construction Foreman 1.00 Days 1 Skilled Laborer 1.00 Days 3 Laborer 1.00 Days 102 Surplus Common Excavation Quantity: 490.80 Cu.m Equipments 2 Dump Truck 9.00 Hr 1 Bulldozer 9.00 Hr 1 Payloader (1.50 Cu.m.) 9.00 Hr 1 Payloader (1.50 Cu.m.) At Disposal Site 3.00 Hr Minor Tools (10% Of Labor Cost) Labor 1 Construction Foreman 2.00 Days 2 Laborer 2.00 Days 104(2)a Embankment From Borrow Quantity: 2,454.00 Cu.m Materials Common Borrow (w/ 25% Shrinkage Factor) 3,067.50 Cu.m Equipments 1 Road Grader 50.00 Hr 1 Road Roller 50.00 Hr 1 Water Truck 12.00 Hr Labor 1 Construction Foreman 7.00 Days 2 Laborer 7.00 Days 105 Subgrade Preparation Quantity : 5,726.00 Sq.m. Equipment 1 Road Grader 20.00 Hr 1 Road Roller 20.00 Hr 1 Water Truck 5.00 Hr 1 Construction Foreman 3.00 Days 3 Laborer 3.00 Days 200 Aggregate Subbase Course Quantity : 1,043.00 Cu.m. Materials: Aggregate Subbase Course (15% Shrinkage Factor) 1,200.00 Cu.m. Equipment: 1 Road Grader 21.00 Hr 1 Road Roller 21.00 Hr 1 Water Truck 6.00 Hr Labor 1 Construction Foreman 3.00 Days 2 Laborer 3.00 Days 201 Aggregate Base Course Quantity: 1,043.00 Cu.m. Materials Aggregate Base Course (15% Shrinkage Factor) 1,200.00 Cu.m. Equipments 1 Road Grader 21.00 Hr 1 Road Roller 21.00 Hr 1 Water Truck 6.00 Hr Labor 1 Construction Foreman 3.00 Days 2 Laborer 3.00 Days 206 Polymer-based Chemical Soil Additive Quantity: 699.00 Lit Materials Polymer (rt20 Dynamic Liquid Soil Stabilizer) 734.00 Lit Equipments 1 Water Truck 20.00 Hr Labor 1 Construction Foreman 12.00 Days 2 Laborer 12.00 Days 311(1)b1 Portland Cement Concrete Pavement (unreinforced) - 0.20 M Thick, 14 Days Quantity: 4,090.00 Sq.m Materials Reinforcing Steel Bar (grade 40) 1,596.00 Kg. Curing Compound 1,187.00 Lit. Asphalt Sealant 490.80 Lit. Steel Forms, 200mm Width 1,882.00 M Ready Mix Concrete 3500psi @14 Days 818.00 Cu.m. Concrete Saw (diamond Blade 14") 1.00 Pc Pipe Sleeve, 1"1/2 Dia. 35.00 M Grease/tar 23.00 Lit. Labor 1 Construction Foreman 10.00 Days 4 Skilled Worker 10.00 Days 12 Laborer 10.00 Days Equipments 2 Concrete Vibrator 55.00 Hr 1 Concrete Screeder (5.5 Hp) 55.00 Hr 1 Concrete Saw, Blade Ø 14" (7.5 Hp) 55.00 Hr 1 Bar Cutter, Single Phase, 25 Mm. 6.00 Hr 1 Joint Sealer Machine 6.00 Hr 0 Minor Tools (5% Of Labor Cost) 404(1)a Reinforcing Steel Quantity: 1,400.00 Kg Materials Reinforcing Steel Bar, Grade 40 (with 5% Wastage) 1,470.00 Kg Tie Wire (2% Of Rsb) 30.00 Kg Equipments 1 Bar Cutter 4.00 Hr 1 Bar Bender 4.00 Hr Minor Tools ( 10% Of Labor Cost) Labor 1 Construction Foreman 1.00 Days 2 Skilled Worker 1.00 Days 8 Laborer 1.00 Days 500(1)a1 Pipe Culverts (610 Mm Dia., Class Ii, Rcpc) Quantity: 96.00 L.m Materials Portland Cement 75.00 Bag Sand 5.00 Cu.m R.c. Pipes (610 Mm Dia.) 96.00 Pc Sand Bedding 9.00 Cu.m. Equipments 1 Backhoe 22.00 Hr 1 Plate Compactor 22.00 Hr Minor Tools ( 10% Of Labor Cost) Labor 1 Construction Foreman 6.00 Days 2 Skilled Worker 6.00 Days 4 Laborer 6.00 Days 505(2) Grouted Riprap Quantity: 884.00 Cu.m. Materials Cement 2,652.00 Bag Sand 221.00 Cu.m Weep Holes 265.00 L.m Filter Cloth 13.00 Sq.m Boulders 928.00 Cu.m. Miscellaneous (1% Of Materials) Equipments 3 One Bagger Mixer 228 Hr 1 Water Truck 36 Hr Minor Tools ( 10% Of Labor Cost) Labor 1 Construction Foreman 31 Days 12 Skilled Worker 31 Days 18 Laborer 31 Days

Municipality Of Argao, Cebu Tender

Manpower Supply
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 996.7 K (USD 17.2 K)
Details: Description The Bids & Awards Committee (bac) Of Municipality Of Argao, Cebu, Invites All Interested Suppliers/manufacturers/distributors/contractors/consultants To Apply For Eligibility And To Submit Bids For The Following: B.9 Mobilization /demobilization Quantity 1.00 L.s. Dpwh Standard Output Per Hour (oph)= 1.00 L.s. 1.00 L.s. Mobilization /demobilization Direct Cost: A. Materials: B. Manpower: C. Equipment And Water: Number Of Hours 1.00 8.00 Low Bed Trailer Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.5 Project Billboard/signboard Quantity 1.00 Each Dpwh Standard Output Per Day (opd)= 2.00 Each 1.00 Each B.5 Direct Cost: A. Materials: 32.00 Sq. Ft. A. Tarpaulin (4' X 8') 37.00 Bdft B. Lumber Coco 1.00 Kg C. Common Nails Assorted 1.00 Pc D. Plywood Marine (3/16" X 4' X 8') B. Manpower: Number Of Days 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) B.7(2) Occupational Safety And Health Program Quantity 1.00 Ls Dpwh Standard Output Per Day (opd)= 1.00 Ls 1.00 Ls B.7(2) Direct Cost: A. Materials: 3890.48 Man-days A. Safety Helmet 3265.00 Man-days B. Safety Shoes 3308.00 Man-days C. Safety Vest 3268.00 Man-days D. Working Gloves 28.00 Man-days F. Eye Goggles B. Manpower: Number Of Days 3.00 1.00 A. Safety Practitioner/officer (part Time) 15.00 1.00 B. First Aider C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 102(2)b Roadway Excavation (surplus Common) Quantity 20.00 M3 Dpwh Standard Output Per Day (opd)= 80.00 M3 20.00 M3 Roadway Excavation (surplus Common) Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Bulldozer, D6h Series Ii Psds/dd 1.00 1.00 B. Payloader (1.50 M3) 0.30 1.00 C. Payloader (1.50 M3) At Disposal Site 1.00 3.00 D. Dump Truck (12 Yd2) 1.00 1.00 E. Backhoe (0.80 M3) Number Of Hours 1.00 1.00 Construction Foreman 1.00 2.00 Skilled Laborer C. Equipment And Water: Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 201.00 Aggregate Base Course Quantity 22.56 M³ Dpwh Standard Output Per Hour (oph)= 50.00 M³ 22.56 M³ Aggregate Base Course Direct Cost: A. Materials: B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 2.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 Motorized Road Grader (140hp) G170a 1.00 1.00 Vibrator Roller (10 Mt) Sd 100dc 0.25 1.00 Water Truck/pump (16000l) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 311(1) A1 Pcc Pavement (plain) -conventional Method, 150mm Thk Quantity 376.00 M2 Dpwh Standard Output Per Hour (oph)= 107.33 M2 376.00 M2 Pcc Pavement (plain) -conventional Method, 150mm Thk Direct Cost: A. Materials: 0.39 Kg Reinforcing Steel Bar 0.29 L Curing Compound 0.12 L Asphalt Sealant 0.46 M Steel Form (rentals) 0.11 M³ Sand 0.20 M³ Gravel 1.90 Bag Cement 0.00 Pc Concrete Saw (diamond Blade 14" Ø) 0.01 M Pipe Sleeve, 1" Ø 0.01 L Grease/tar B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Laborer 1.00 12.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 4.00 Transit Mixer (5 M3) 1.00 2.00 Concrete Vibrator 1.00 1.00 Concrete Batch Plant 1.00 1.00 Payloader (1.5m3) 1.00 1.00 Concrete Screeder (5 Hp) 1.00 1.00 Water Truck/pump (16000l) 1.00 1.00 Concrete Saw (7.5 Hp) , 14" Blade Ø 0.10 1.00 Bar Cutter, Single Phase Minor Tools (5% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 404.00 Reinforcing Steel Bar, Grade 40 (minor Structures) Quantity 240.30 Kg Dpwh Standard Output Per Hour (oph)= 180 Kg 240.30 Kg Reinforcing Steel Bar, Grade 40 (minor Structures) Direct Cost: A. Materials: 0.02 Kg Tie Wire (2% Of Rsb) 1.05 Kg Reinforcing Steel Bar , Grade 40 (w/ 5% Wastage) B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 1.00 B. Skilled Laborer 1.00 2.00 C. Unskilled Laborer C. Equipment And Water: Number Of Hours 0.50 1.00 A. Bar Cutter 0.50 1.00 B. Bar Bender 0.15 1.00 C. Cargo Truck (9-10 Mt) Minor Tools (5% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax) 405.00 Structural Concrete Class A (apron, Head Wall And Wing Wall) Quantity 1.34 M3 Dpwh Standard Output Per Hour (oph)= 1.4 M3 1.34 M3 Structural Concrete Class A (apron, Head Wall And Wing Wall) Direct Cost: A. Materials: 70.00 Bd-ft A. Lumber, Good - 4 Uses 1.60 Pc B. Marine Plywood (1/2" X 4’ X 8') - 4 Uses 0.70 Kg C. Assorted Cwn (1kg/100 Bd-ft Of Lumber) 9.50 Bag D. Cement 0.50 M3 E. Sand 1.00 M3 F. Gravel B. Manpower: Number Of Hours 1.00 1.00 A. Construction Foreman 1.00 4.00 B. Skilled Labor 1.00 8.00 C. Unskilled Labor Installation /removal Of Formworks 1.00 4.00 A. Skilled Laborer 1.00 8.00 B. Unskilled Laborer C. Equipment And Water: Number Of Hours 1.00 1.00 A. One Bagger Mixer (4-6) 1.00 1.00 B.concrete Vibrator 0.10 1.00 C. Water Truck/pump (16000 L) Minor Tools (5% Of Labor Cost) Indirect Cost Contractor's Profit Overhead, Contingencies And Miscellaneous (ocm) Expenses Tax (vat/withholding Tax)

City Of Pagadian Tender

Automobiles and Auto Parts
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 356.7 K (USD 6.1 K)
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 8751-200-5-02-13-060-01/2saip24-1000rf-2n (repair & Maintenance - Motor Vehicle), Pagadian City, As Described Below: Goods-2025-02-118 Purchase Of Spareparts And Accessories For The Use Of Different Vehicle Of City Government Of Pagadian. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 260 1 6 Sets Tire With Tube Front & Rear 1,770.00 10,620.00 2 7 Set Chain Set 2,138.00 14,966.00 3 1 Set Clutch Lining Ax125 620.00 620.00 4 9 Liter Engine Oil 496.00 4,464.00 5 4 Pc Battery 2,100.00 8,400.00 6 1 Set Brake Front & Rear 405.00 405.00 7 1 Set Headlight Bulb Led 626.00 626.00 8 1 Pc Mono Shock 4,125.00 4,125.00 9 1 Set Bore Kit 2,176.00 2,176.00 10 1 Set Roller Guids 5,632.00 5,632.00 11 1 Set Valve Intake/exhaust 724.00 724.00 12 1 Set Valve Seal 831.00 831.00 13 1 Pc Battery Ytx7a 2,728.00 2,728.00 14 1 Pc Ignition Switch 1,664.00 1,664.00 15 1 Set Overhauling Gasket 1,021.00 1,021.00 16 1 Liter Engine Oil 848.00 848.00 17 1 Pc Sparkplug 649.00 649.00 18 1 Set Oil Seal Fork With 2t 200ml 3,025.00 3,025.00 19 1 Set Telescopic Shock Front 1,980.00 1,980.00 20 1 Set Master Brake Caliper 1,815.00 1,815.00 21 1 Pc Shock Rear 2,518.00 2,518.00 22 1 Pc Headlight Bulb 561.00 561.00 23 3 Pc Tire With Tube Rear 110/90 X 17 3,185.00 9,555.00 24 3 Pc Tire With Tube Front 90/90 X 19 2,511.00 7,533.00 25 1 Pc Brake Shoe 272.00 272.00 26 2 Pcs Tire With Tube 250 X 17 Hd 2,230.00 4,460.00 27 1 Set Brake Pad 140.00 140.00 28 2 Sets Tire Rear 2,228.00 4,456.00 29 1 Pc Oil Filter Bao 347.00 347.00 30 1 Pc Fuel Filter Bao 677.00 677.00 31 1 Pc Brake Shoe 264.00 264.00 32 1 Pc Brake Pad 247.00 247.00 Sub-total 98,349.00 Lot 2 Pr.no. 261 1 2 Sets Tire With Tube Rear 300 X 17 1,823.00 3,646.00 2 6 Liter Engine Oil 496.00 2,976.00 3 1 Set Ignition Switch 668.00 668.00 4 1 Pc Tire With Tube 90/90 X 19 2,511.00 2,511.00 5 1 Pc Tire With Tube 110/90 X 17 3,185.00 3,185.00 6 1 Pc Shock 4,125.00 4,125.00 7 1 Pc Gasket 519.00 519.00 8 1 Pc Carburator 2,138.00 2,138.00 9 4 Pc Tire With Tube 1,770.00 7,080.00 10 1 Set Chain 2,138.00 2,138.00 11 1 Set Telescopic Shock 2,813.00 2,813.00 12 1 Set Ignition Switch Bao 2,595.00 2,595.00 13 3 Sets Rubber Cap 650.00 1,950.00 14 1 Pc Oil Filter 1,622.00 1,622.00 15 2 Pcs Sparkplug 135.00 270.00 16 1 Pc Battery Ns40l 5,565.00 5,565.00 17 1 Liter Brake Fluid 353.00 353.00 18 1 Set Rocker Arm (intake/exhaust) 2,026.00 2,026.00 19 1 Set Starter Motor 8,486.00 8,486.00 20 1 Pc Temperature Sensor 2,678.00 2,678.00 21 1 Set Ignition Switch Xrm 1,619.00 1,619.00 22 1 Pc Fuel Line 2,351.00 2,351.00 23 1 Pc Handle Switch Left 2,103.00 2,103.00 24 2 Pcs Headlight & Tail Light Bulb 108.00 216.00 25 4 Pcs Signal Light Bulb (front & Rear) 25.00 100.00 26 1 Set Fuel Pump Assy 4,578.00 4,578.00 27 10 Pcs Fuse 15a 25.00 250.00 28 1 Pc Brake Master Front 4,067.00 4,067.00 29 10 Pcs Peanut Bulb 25.00 250.00 Sub-total 72,878.00 Lot 3 Pr.no. 262 1 1 Pc Fuel Filter Presspack 2,722.00 2,722.00 2 5 Pcs Tire 235/75 R17.5 8,321.00 41,605.00 3 2 Pcs Tire 205/85 R16 Tubeless 9,358.00 18,716.00 4 4 Pcs Tire 205/7 R175 9,605.00 38,420.00 Sub-total 101,463.00 Lot 4 Pr.no. 263 1 3 Pc Tire 90/90 X 19 Front 2,185.00 6,555.00 2 4 Pc Tire 110/90 X 17 Rear 2,511.00 10,044.00 3 9 Set Sprocket Set 2,138.00 19,242.00 4 8 Liter Engine Oil 496.00 3,968.00 5 6 Pc Battery 2,100.00 12,600.00 6 4 Set Tire With Tube Front 1,770.00 7,080.00 7 1 Set Side Mirror 279.00 279.00 8 1 Pc Footbrake 756.00 756.00 9 1 Pc Handbrake 496.00 496.00 10 5 Pcs Tire 400 X 8 2,093.00 10,465.00 11 1 Set Brake Pad 132.00 132.00 12 3 Set Brake Shoe 248.00 744.00 13 1 Pc Clutch Cable 341.00 341.00 14 2 Pcs Brake Pad Xr150 179.00 358.00 15 2 Pcs Carburator Assy Xr150 1,783.00 3,566.00 16 1 Set Shock Rear 2,628.00 2,628.00 17 2 Pcs Tire 300 X 17 1,440.00 2,880.00 18 2 Pcs Tube 300 X 17 330.00 660.00 19 2 Pcs Brake Front And Rear 228.50 457.00 20 1 Set Clutch Lining 790.00 790.00 Sub-total 84,041.00 Grand Total ₱ 356,731.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before February 20,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms.jenny Rose Z. Egama Bac Chairperson Date Of Publication: February 17, 2025 To Febraury 20, 2025

Bureau Of The Treasury Tender

Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 696 K (USD 11.8 K)
Details: Description The Bureau Of The Treasury (btr), Caraga Region, Through Its Bids And Awards Committee (bac) Invites Suppliers/ Providers To Submit Their Duly Accomplished Technical Specifications “annex A” Together With The Signed Price Quotation Form “annex C”. Details Of The Project Is Specified Below: Name Of Project : “procurement Of 24-hour Security Services Fy 2025” Approved Budget For Contract (abc) : Php 696,000.00 Specifications : See Attached “annex A” Delivery Date : See Attached Scheduled Of Requirements Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. Award Of Contract Shall Be Made To The Lowest Quotation, Which Complies With The Technical Specifications And Other Terms And Conditions Stated Therein. Interested Supplier/s Is/are Required To Submit The Following Documents In Addition To The Above-mentioned Annexes On January 27, 2025 At 12:00 Pm: 1. Valid And Current Mayor’s Permit; 2. Philgeps Registration Certificate (or As Deemed Necessary); 3. Dti Or Sec Registration; 4. Latest Income And Business Tax Return; 5. Omnibus Sworn Statement (see Attachment); And 6. Other Relevant Data (as Requested By The Bac) Sealed Quotations And Documentary Requirements Must Be Delivered/submitted To This Address Through The Bac Secretariat: The Bids And Awards Committee Bureau Of The Treasury Caraga Region J.p.rosales Avenue, Brgy.imadejas, Butuan City Any Alterations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or His/her Duly Authorized Representative/s. The Bureau Of The Treasury Shall Have The Right To Request For Additional Documents To Confirm Their Compliance To The Technical Specifications. The Bureau Of The Treasury Reserves The Right To Accept Or Reject Any Or All Quotations And To Impose Additional Terms And Condition As It May Deem Proper. For Inquiry, You May Contact Alyssa Leigh T. Lasala, Bac Secretariat At (085) 816-0782 / (+63) 921 893 8058. “annex A” Technical Specifications Instruction: Please State Either “comply” Or “not Comply” Or Any Equivalent Term In The Column “statement Of Compliance” Against Each Of The Individual Parameters Stated In The Specifications. Item No. Agency Specifications Statement Of Compliance I List Of Equipment To Be Supplied By The Security Agency A. Firearms/ammunition* A. Two(2) 9 Mm Pistol With 11 Rounds Ammunition B. Two(2) Shotgun With 11 Rounds Ammunition B. Communication Equipment To Be Supplied By The Security Agency** A. Two (2) Uhfgp68 Model *note: All Firearms To Be Issued To Security Guards Must Be Original, Branded And Duly Licensed. In Addition To The Above Firearms/ammunitions, The Security Guards Are Required To Have Night Sticks, Hand Held Metal Detector And Tear Gas As Additional Paraphernalia To Complement The Issued Firearms. **note: An Extra Radio Set Shall Be Provided To The Client’s Representative When Needed Or Required. In Addition To The Above Communication Equipment To Be Used, The Agency Shall Also Provide Cellular Phones To Security Guards That Will Serve As Back-up In Case Problems Should Arise In Existing Radio Communication System To Ensure Continuity Of Communication Among The Security Guards, The Client And Agency And Ensuring Faster Reaction To Any Eventuality. A. Scope Of Works Security Agency Shall: 1. Must Be Duly Licensed, Registered, And A Member Of Padpao With Proper Operating Permits And Other Statutory Requirements. It Must Have Been Engaged In The Business For At Least Three (3) Years. 2. The Proof Of Paid Remittance For The Following (concerned) Government Agencies: Sss, Philhealth And Pagibig Will Be In The Form Of A Certification Issued By The Said Agencies. 3. The Security Agency Will Provide A Minimum Of Two (2) Security Guards To Be Rotated On A 12-hour Working Schedule Daily At Two (2) Working Shifts. 4. The Security Agency Will Provide Consistent And Quality Service Through Qualified, Licensed, Bonded, Uniformed, Highly Trained And Armed Security Guards, Who Shall Guard And Protect The Properties And Premises Of Btr Caraga, Twenty-four (24) Hours Daily Including Saturdays, Sundays And Holidays. Security Guards Shall Be Posted At The Gate And Do Regular Roving In And Around The Office Premises, Especially At Night Time To Ensure That No Trespassing Or Other Illegal Activities Are Conducted Within The Premises Of Btr Caraga. 5. The Security Agency Shall Secure Ingress And Egress Within The Btr Caraga Premises Of All Persons Or Vehicles, And Things/materials Brought In And Out Of Said Premises Including The Conduct Of Reasonable Check On Persons And Properties As Normally Done In Public Or Private Establishments And Places For Purposes Of Ensuring Safety And Security Against Unauthorized Persons, Vehicles, And/or Things Or Materials. 6. The Security Agency Shall Immediately Make The Necessary Reports Of Any Incident To Btr Caraga Management And/or To Other Concerned Authorities For Purposes Of Police And Other Official Investigations. 7. The Security Guards Assigned Shall Be Provided With Proper Agency Uniforms And Visible Identification Badges. They Must Also Be Duly Licensed. 8. The Security Guards Shall Be Equipped With Original, Branded, And Duly Licensed Firearms And Ammunitions Necessary In The Course Of Their Security Enforcement And Maintenance Of Peace And Order At The Premises Of The Btr Caraga Building And Its Immediate Vicinity. (annex “a”) 9. The Security Agency Shall Provide One (1) Unit Base Radio And One(1) Unit Hand Held Radios As Communications Equipment Of Deployed Security Guards And Metal Detectors.(annex “a”) B. Security Personnel 1. The Assigned Security Guards Must Have Previous Experience Of At Least 3-years And With Adequate Knowledge In Communicating In English And/or Filipino. He/she Must Be Reliable, Honest, And Courteous. (annex “b”) 2. The Security Guards Must Undergo And Pass The Required Psycho-neuro Examination And Drug Test Conducted By A Reputable Philippine National Police (pnp)/national Bureau Of Investigation (nbi) Accredited Testing Agency. 3. The Security Guards Must Be Ready To Perform Other Tasks As May Be Required By Btr Caraga Management, Related To Security, Safety And Protection Such As Registering Visitors, Inspection Of Bags Or Cargo (in & Out), Inspection Of Vehicles, Escorting Vips And Other Administrative Functions. C. Contract Period And Extension The Security Services Shall Be Provided 24-hours Daily From February 3, 2025 To February 3, 2026, Extendible For Another Year Based On The Following Performance Criteria, Among Others: 1. Quality Of Service Delivered; 2. Time Management; 3. Management And Sustainability Of Personnel; 4. Contract Administration And Management; And 5. Provision Of Regular Progress Reports On The Status Of Btr-13 Premises In Terms Of Security In Accordance With The Security Plan. (annex “b”) D. Security Plan And Quotation The Quotation Shall Contain A Breakdown Of All Costs, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. It Shall Be Submitted Together With A Proposed Security Plan. (annex “c”) E. Payment Arrangement Payment Shall Be Done On A Semi-monthly Billing Basis Inclusive Of All Applicable Philippine Government Taxes “annex B” Additonal Set Of Technical Parameters Security Services 1. Stability A. Years Of Experience A. At Least Three (3) Years B. Liquidity Of The Contractor A. Net Financial Contracting Capacity (nfcc) At Least Equal To Abc 2. Resources A. No. Of Licensed Firearms A. Six (6) Licensed Firearms B. No. And Kind Of Communication Devices A. Four (4) Hand Held Radios C. No. Of Licensed Guards A.two (2) Licensed Guards 3. Security Plan A. Detailed Measures And Innovations To Be Undertaken To Ensure That Entry And Exits Of Personnel Are Monitored, Loss Of Equipment And Valuables Are Minimized, And Threat To Property And Personnel Are Secured B. For Bomb Threat, Fire, Robbery, Hostage Situation & Natural Calamities C. Vip Protocol 4. Other Factors A. Recruitment And Selection Criteria A. Neuro/psychiatric And Drug Tests With Proof Of Certificate From Government Accredited Granting Office B. At Least 2nd Year College B. Completeness Of Uniforms And Other Paraphernalia A. Cap, White Long Sleeves Collar With Necktie, Blue Pants, Black Shoes B. Hand-cuffs, Metal Detector, Flashlight, Tear Gas, Medical Kit, Pro-baton Night Stick Reservation Clause The Btr Reserves The Right To Reject Documents Which Do Not Comply With The Requirements, Waive Any Formalities Of Documents Or Consider Any Submission Of Documents As Substantial Compliance, Reject Any Or All Bids, Declare A Failure Of Bidding, Annul The Bidding Process, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder Or If The Funds/allotment For The Project Has Been Withheld Or Reduced Through No Fault Of The Btr. The Btr Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bid.

Adela Serra Ty Memorial Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 999.9 K (USD 17.2 K)
Details: Description 1 Airway (mouth Guard) No. 2, Size-80mm, Sterile, Green 100 Piece 36.00 3,600.00 2 Anesthesia Breathing Circuit, 72" Expandable Tubing, Single Limb Circuit With Hch Filter And 3l Latex-free Airbag, Adult 20 Piece 850.00 17,000.00 3 Chlorhexidine Acetate With Tulle Gras Dressing 10cm X 10cm/bactigras 10cmx10cm 150 Piece 94.00 14,100.00 4 Alcohol Swab/prep Pads With 70% Isopropyl Alcohol,200's 50 Box 112.00 5,600.00 5 Cautery Cord W/ Tip Pencil, Sterile, Non-stick Tip 1000 Piece 120.00 120,000.00 6 Calibrated Glass, 210ml 500 Piece 22.00 11,000.00 7 Disposable Shoe Cover, 100's 100 Pack 200.00 20,000.00 8 Disposable Syringe W/ Needle 10cc, G-23, Needle Length 1", Luer Lock, 100's 200 Box 230.00 46,000.00 9 Disposable Ecg Electrodes With Prelegged Ag/agcl Sensor, Adult,50's 250 Pack 240.00 60,000.00 10 Gauze Sponge,28x24 Mesh, With X-ray Liner,4"x8"x16 Ply, Sterile, 10's (pre-cut) Folded 1810 Piece 94.00 170,140.00 11 Nasal Oxygen Cannula, Adult 1500 Piece 20.00 30,000.00 12 Oxygen Mask With Tubing, Adult 690 Piece 40.00 27,600.00 13 Penrose Drainage Tubing 1/4"x18”, Sterile 120 Piece 24.00 2,880.00 14 Polyglactin 1, 40mm Violet Braided 1/2 Circle Round Needle, 90cm, Antibacterial, 36's 15 Box 13,524.00 202,860.00 15 Silk 0 Strands 15x60cm, 3.5 Metric,with Plastic Casing Guide For Suture To Minimize Kink, 24's 10 Box 1,600.00 16,000.00 16 Silk 2/0, Strands 15x60cm, 3 Metric,with Plastic Casing Guide For Suture To Minimize Kink, 12's 30 Box 2,000.00 60,000.00 17 Surgical Plaster Creamy White Color, 3",2",1" And 1/2" 50 Tube 3,100.00 155,000.00 18 Skin Stapler, Clear Cartridge With Centerline Pointer And Visual Access 35 W 100 Piece 300.00 30,000.00 19 Ultra Transmission Gel, 280ml 41 Tube 200.00 8,200.00

Capiz Provincial Government Tender

Healthcare and Medicine
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 480 K (USD 8.2 K)
Details: Description Cellphone 6gb + 128 Gb 8 Unit Rice Cooker (10 Cups) 5 Unit Pressure Cooker 1 Unit Air Fryer 25 Unit Smart Andriod Tv 55" 1 Unit Smart Television 43" 2 Unit Gas Burner 3 Unit Washing Machine 9 Kg 5 Unit Gas Range 2 Unit Bluetooth Speaker 1 Unit Refrigerator Inverter 2 Unit Stand Fan 5 Unit Water Kettle 4 Unit Microwave Oven 1 Unit Water Dispenser Hot And Cold 1 Unit Dinnerware Set 3 Pcs Boro-glass Ovenware 2.5 Liter 6 Pcs Cookware Set 3 Pcs Electric Oven 2 Unit Gas Stove 2 Unit Mattress Pad 36x75 In 2 Pcs Shoe Cabinet 1 Pc 5 Layers Cabinet 1 Pc Rice 30 Sacks Instruction To Suppliers: Small Valaue Procurement 1. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Sending The Filed – Out Quotation: A. [ ] Mayor’s / Business Permit; B. [ ] Philgeps Registration Number : _______ Membership : [ ] Platinum [ ] Red; C. [ ] Income / Business Tax Return; D. [ ] Omnibus Sworn Statement; & E. [ ] Pcab License (for Infrastructure) 2. Additional Requirements For Procurement Of Drugs And Medicines As Per Coa Circular 2023-004 Dated June 14, 2023 A. Certificate Of Product Registration From Food And Drug Administration (fda) B. Certificate Of Good Manufacturing Practices From Fda C. Batch Release Certificate From Fda D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product/items E. License To Operate From Fda With List Of Sources (whether It Is A Manufacturer, Importer, Seller, Or Distributor) F. Delivery Receipt / Prescribing Invoice Bearing Lot Nos. And Expiry Dates Of The Drugs And Medicines 3. Suppliers Who Have Previously Submitted The Above Legal Requirements To The Provincial Procurement Management Division (ppmd) May No Longer Require Its Re – Submission. 4. All Prices Quoted Are Inclusive Of All Applicable Duties, Government Permits, Fees, And Other Charges Relative To The Acquisition And Delivery Of Items To Provincial Government Of Capiz 5. In Case Of Price Discrepancy Over The Amounts In Words And In Figures, The Amount In Words Will Prevail. 6. The End-user Shall Have The Right To Inspect And/or To Test The Goods If The Same In In Accordance With The Technical Specifications. 7. In Case Of Delay In The Delivery, The Supplier Shall Pay A Penalty Of One-tenth Of One Percent (1/10 Of 1%) Of The Corresponding Contract Price For Each Day Of Delay, Including Non-working Days (i.e. Saturday And Sunday), Legal Holidays Or Special Non-working Holidays. 8. Accomplished This Rfq Correctly And Accurately 9. Do Not Alter The Contents Of This Form In Any Way 10. Technical Specifications Are Mandatory. Failure To Comply With Any Of Requirements Will Disqualify Your Quotation 11. Failure To Follow These Instructions Will Disqualify Your Entire Quotation 12. Other Terms And Conditions Shall Be Applied In Accordance With The Irr Of Ra 9184
2021-2030 of 2126 archived Tenders