Shoes Tenders
Shoes Tenders
Office Of The President Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 33 K (USD 569)
Details: Description Title Of The Project: One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Fujisino Passenger Elevator Located At New Executive Building (october To December Of Cy 2025) A) Request For Quotation 1. One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Fujisino Passenger Elevator Located At New Executive Building (october To December Of Cy 2025) I. Purpose The Scope Of The Monthly Preventive Maintenance Covers The Necessary Equipment/ Accessories/ Materials Needed In Order To Execute The Scope Of Works Indicated On Item Iv. Ii. Description Of Elevator Location Of Elevator: New Executive Building Brand: Fujisino Capacity: 630 Kgs (6pax) No. Of Stops/opening: Four (4) Service: Passenger Iii. Requirements To Ensure Attainment Of The Project Objectives, The Following Are The Contractor's Minimum Qualification: A. The Contractor Must Be An Authorized Service Provider Of The Indicated Brand Of Elevator And Must Provide Certificate Or Equivalent Document From The Manufacturer. Iv. Scope Of Works 1. Mobilization Of All The Technical Engineers, Technicians, Labors, Tools And Equipment, Materials Consumables, Including Additional Electrical Wires And Cables To Be Used During The Preventive Maintenance Service. 2. Check And Cleaning Of All Areas Of The Machine Room, Traction Motor, Wire Rope, Elevator Pit And Elevator Car. 3. General Inspection And Diagnosis Of All The Electrical Controls And All Elevator Pc Boards In Operation Of The Elevator. 4. Check And Correct Door System And The Hall Call Button Of The Elevator. 5. Check All Switches, Limit Switches And Alarms Of The Elevator If All Working. 6. Commissioning Of The Entire Elevator System And Check If The Program Will Work In Its Normal Operation. 7. Checking And Correcting All The Cables, Wirings, Controls, Elevator Car And Other Component Of The Elevator. 8. Check The Alignment Of All Elevator In Normal Operation After All The Checking And Adjustments. 9. Test And Run The Elevator Doors And Adjust It To Make It Smooth In Opening And Closing. 10. Demobilization 11. Turn-over Of The Elevator To Authorized Representative. 12. Submit Elevator Monthly Maintenance/service Report Including Recommendation/s (if Any): 12.1 Machine Room: 12.1.1 Check-up, Monitor & Observe Motor Running. 12.1.2 Check-up, Monitor & Observe Feedback Rotary Encoder Against Vibration. 12.1.3 Check-up The Condition Of Main Drive Secondary Sheave Pulleys, Bearing & Oil Rings. 12.1.4 Check-up, Monitor & Observe Braking System, Break Oil, Pads And Lining. 12.1.5 Check-up And Test Governor Safety Function (calibrate If Necessary). 12.1.6 Check-up Oil Gauge Machine (use Oil-type Only). 12.1.7 Check-up Machine Room Bed/base Bolts And Nuts If Properly Tightened. 12.1.8 Clearing Of Machine Room. 12.2 Control Panel: 12.2.1 Check-up Electrical And Electronic Components For Possible Overheating And Defects Such As Magnetic Contactors, Transformer, Breakers, Fuses, Main Board, Inverter And Etc. 12.2.2 Check-up And Monitor The Exhaust Fan For Ventilation If Functional (temperature Must Be Less Than 45 Deg.) 12.2.3 Check-up Wires, Bolts, Nuts, And Other Terminal Fixtures. 12.2.4 Check-up And Test Emergency Communication System Such As Intercom, Alarm Indicators And Ups If Functional. 12.3 Hoist Way/shaft Components: 12.3.1 Lubricate Alignment And Calibrate Door Mechanisms Rollers, Guide Shoes, Counterweight, Cables, Interlocks, Safety Switches And Other Door Related Components. 12.3.2 Check-up, Monitor And Adjust Leveling In Every Landing Floor (leveling Error Must Not Exceed 5mm). 12.3.3 Check-up And Monitor Entrance Sill To Sill Allowable Clearance. 12.3.4 Check-up And Monitor The Condition Of Wire Ropes, Degree Of Tightness And Tension. 12.3.5 Check-up And Monitor Compensating Chain Against Vibration While Elevator Is In Motion. 12.3.6 Check-up And Test Top And Bottom Limit And Terminal Switches If All Functional. 12.3.7 Check-up And Monitor Hoist Way Wiring Cable Tray/raceway Holders And Fixtures. 12.4 Elevator Car (top & Inside) 12.4.1 Check-up And Monitor Leveling Sensors Response If Acceptable. 12.4.2 Check-up And Monitor Car Door System, Door Motor, Drives And Other Related Parameters. 12.4.3 Check-up And Test Landing Gong Overload Alarms And Emergency Stop Butt On If All Functional. 12.4.4 Check-up And Monitor Light Curtain Sensors Response Time If Acceptable. 12.4.5 Cleaning Of Car Top. 12.5 Elevator Pit 12.5.1 Check-up And Monitor Spring Buffer Switch, E-top Switch And Governor Switch If All Activated. 12.5.2 Cleaning Of Pit. 12.6 Others 12.6.1 Observe Elevator Running Parameters, Accelerations, Deceleration High Speed Running. 12.6.2 Observe Elevator Door Opening And Closing Delay If Acceptable. 12.6.3 Observe Hall And Car Buttons And Digital Indicators If All Functional. 12.6.4 Check-up And Test Safety And Emergency Switch If Activated (by Pass Is Not Allowed). V. Support Services The Contractor Should Be Able To Send Certified Service Engineers Or Qualified Technicians During Emergency Call In Case Of Breakdown, Disorderly Operation, Or Malfunctioning Of The Equipment And To Provide 24/7 Response Center Service. The Contractor Shall Cover The Labor Of Replacement Of Available Material, Components, And Parts Not Covered In The Purchase Order (po) However Provided By The End-user. In Case Of Entrapment, The Contractor Should Be Able To Respond And Take Action In No More Than Half An Hour After Receiving The Report. Vi. Safety And Health The Contractor Shall Be Responsible For: A. Compliance With All Applicable Safety And Health Regulations For Basic Ppes Under Dole-osh; B. Taking Care Of The Safety And Health Of All Contractor’s Personnel On The Site; C. Using Reasonable Efforts To Keep The Site And Works Clear Of Unnecessary Obstruction So As To Avoid Accident And Damage To Property; D. The Technician Of The Contractor Shall Submit Themselves To All Health Protocols As May Be Prescribed By Op/presidential Security Command (psc). Vii. Maintenance Schedule The Duration Of The Monthly Preventive Maintenance Is Within The Calendar Year 2025 (unless Renewed Or Extended) Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance And/or Approval Of Visitor Management System (vms). The Preventive Maintenance Schedule Is To Be Agreed Upon By The End-user And Coordinated For Information With The Contract Implementer By The Contractor. Viii. Security Clearance The Contractor Upon Acceptance Of Po, Must Coordinate With The Engineering Office Within Five (5) Working Days For The Schedule Of The Preventive Maintenance Service, For The Vms Link, And For The Submission Of The Following Documentary Requirements: A. Letter Of Request For Access Addressed To The Head Of The Eo Indicating The Date And Time Of Scheduled Preventive Maintenance And List Of Personnel And Vehicle. (recommended To Be Accomplished Monthly At Least Three (3) Working Days Before The Scheduled Preventive Maintenance); B. Company Ids Of The Listed Personnel (clear Photocopy); C. Or/cr Of Service Vehicle/s (clear Photocopies); And D. Driver’s License Of The Driver/s Of The Service Vehicle/s (clear Photocopies) Each Personnel Of The Contractor Must Send A Visitor Request Every Service Day Through The Vms Link To Be Approved By The End-user. In The Case Wherein The Documentary Requirements Was Unable To Submit By The Contractor Only After The First Pms, The Approved Vms Request May Be Used As Reference For Security Clearance. Ix. Contract Renewal/extension/amendment Considering That The Preventive Maintenance Service Is Procured Repeatedly In The Last Three (3) Years And Deemed Essential To The Day To Day Operations And To Ensure Uninterrupted Operation Of The Equipment, The Contract/po May Be Renewed Or Extended In Accordance With Annex “a” – Guidelines On Renewal Of Regular And Recurring Services Of Government Procurement Policy Board (gppb) Resolution No. 06-2022 Dated 12 September 2022, Under The Following Conditions: 1. Renewal- The Duration Of Each Contract/po Renewal Shall Not Exceed One (1) Year; However, The Total Combined Period Covering The Original Contract/po, Renewal Contract/po, And Contract/po Extension/s, If Applicable, Shall Not Exceed Three (3) Years (section 3.5) ; And 2. Extension- The Duration For Each Contract Extension Shall Not Extend Three (3) Months; However, The Total Combined Period Covering All Contract/po Extension/s Shall Not Exceed Six (6) Months. The Duration Of Contract/po Extension/s Shall Form Part Of The Total Combined Period Of Three (3) Years As Previously Mentioned (section 5.2) 3. Amendment- The Terms And Conditions Of The Contract/po May Be Amended In Accordance To Existing Budgeting, Accounting, And Auditing Rules, Given The Following Instances Stated In Section 6, Appendix 37 Of Ra 9184. A Performance Evaluation Shall Be Conducted By The Op Through The Eo, Which Shall Have Direct Oversight And Supervision Of The Contractor To Ensure That The Services Are Effectively And Efficiently Conducted. X. Terms Of Payment The Preventive Maintenance Service Shall Be Paid Monthly Upon The Submission Of The Following Documents To The Contract Implementer: A. Letter Of Request For Payment B. Billing Service Invoice; And C. After Service Report Complete With Findings And Recommendation Duly Signed By Authorized Eo Representative With Attached Pictures. (original Copy To The Contract Implementer And A Copy To The End-user) Delivery Period: Three (3) Working Days Upon The Issuance Of The Presidential Security Command (psc) Clearance. B) Use Company Letterhead For Your Quotation & Address To: The Procurement Management Service Office Of The President M-123 Mabini Hall, J.p. Laurel St., Malacañang Complex, San Miguel, Manila Tel. No. (02) 8249-8310 Local 8238 Email Address: Pmas@op.gov.ph C) Attached To The Quotation Or During The Evaluation Of Quotation/s: 1. Philgeps Registration Certificate 2. Latest/valid Mayor’s/business Permit 3. Latest Income/business (vat Or Percentage) Tax Return (for Abcs Above P500k) Prior To The Award 4. Omnibus Sworn Statement (for Abcs Above P50k) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certificate For Corporations, Partnerships, Or Cooperatives Note: •kindly Attach The Complete Eligibility Documents To Avoid Disqualification. •include The Back Page Of The Mayor’s/business Permit If Available •scan The Documents In A Manner That The Entries Are Legible/readable. •please Use The Rfq Template Provided By The Office Of The President (op). In Case You Submit Your Own Template And There Is Conflict Between The Two (2), The Op Rfq-template Shall Prevail. •collected Personal Information/data Is Processed In Accordance With The Existing Data Privacy Policy Of The Op. • In Case Of A Tie In The Offered Quotations Or When Two Or More Suppliers Have Been Evaluated To Be The Lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined Through The Drawing Of Lots. D) Indicate In Your Quotation The Following 1. Terms Of Payment: Government Terms 2. Price Validity: 3. Warranty: 4. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 5. Delivery Period: 6. Stock Availability (if For Goods). 7. Certificate Of Exclusive Distributorship (if Applicable). 8. Specify Brand (if Applicable). 9. Tin (submit Upon Award).
Province Of Abra Tender
Automobiles and Auto Parts
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 663.2 K (USD 11.4 K)
Details: Description Republic Of The Philippines Project Reference Number: Svp-gds2025-02-18 Province Of Abra Bangued Name Of The Project: Purchase And Delivery Of Vehicle Spareparts, Lubricants And Accessories For Different Government Service Vehicles Bids And Awards Committee Office Project Location: Aph/pho Standard Form Number: Sf-good-60 Revised On May 24, 2004 Date: February 5, 2025 Standard Form Title: Request For Quotation (small Value Procurement) Quotation No. Svp-gds2025-02-18 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 10, 2025 At 8:45 Am In The Return Envelope Attached Herewith. (sgd)cris A. Albolote Bac Chairman Note: 1. All Entries Must Be Type Written 2. Delivery Period Is Upon The Request Of The Procuring Entity 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 30 Calendar Days 5. Current Mayor's Permit, G-eps Registration Certificate And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered Quantity Unit Description Unit Cost Total Cost Skd 783 (mitsubishi Strada) 2 Gal Diesel Oil 1 Gal Gear Oil #140 2 Gal Atf (automatic Transmission Fluid) 2 Gal Coolant 2 Pack Grease (1lb) 1 Liter Brake Fluid 1 Pc Oil Filter 1 Pc Fuel Filter 1 Pc Air Filter 4 Pcs Cvt Cleaner 1 Set Disc Pad 1 Set Brake Pad 4 Pcs Tire 255/65 R17 Sfk 564 (mazda Pick-up) 2 Gal Diesel Oil 2 Gal Gear Oil #90/180 1 Pc Oil Filter 2 Gal Coolant 4 Pcs Heater Plug (12v) 1 Pc Fuel Filter 1 Pc Air Filter 1 Pc Water Pump Assembly 1 Pc Betta Gray Basket F3x710, F3x950, F1x728 (nissan Pick-up) 6 Gal Diesel Oil 3 Pcs Oil Filter 3 Pcs Fuel Filter 2 Pcs Turbo Hose 3 Sets Disc Pad 8 Pcs Tire 265/60 R18 F1k403, F1k903 (nissan Nv350) Ambulance 4 Gal Diesel Oil 2 Pcs Oil Filter 4 Pcs Fuel Filter Primary/secondary 2 Pcs Air Filter 2 Sets Disc Pad (front) 2 Sets Brake Shoe (rear) 2 Pcs Turbo Hose 8 Pcs Tire 225/70 R15 C5s 200 (patient Transport Vehicle) Bmh 2 Gal Diesel Oil 1 Pc Oil Filter 1 Pc Fuel Filter 1 Pc Air Filter 1 Set Disc Pad Fitmaster (la Paz District Hospital) 2 Gal Diesel Oil 1 Pc Oil Filter 1 Pc Fuel Filter 1 Pc Air Filter Skd 810 (foton) Vmch Ambulance 2 Gal Diesel Oil 1 Pc Oil Filter 1 Pc Fuel Pump Assembly 1 Pc Air Filter Sfh 727 (innova Gas) 2 Gal Gasoline Oil 1 Pc Oil Filter 1 Pc Fuel Filter 1 Gal Coolant 1 Pc Clutch Master
Province Of Southern Leyte Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 147.9 K (USD 2.5 K)
Details: Description Republic Of The Philippines Province Of Southern Leyte Maasin City Standard Form No.: Sf-good-60 Project Reference No. Revised On: May 24, 2004 Name Of The Project: _______ Standard Form Title: Request For Quotation Location Of The Project: _______ To: _______________________ Date: February 14, 2025 _______________________ Quotation No. 0092 Abc Php147,900.00 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below, Starting The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By Youur Representative Not Later Than February 21, 2025, Bac Office, Provincial Capitol @ 10am Atty. Abelardo C. Almario Bac - Chairman 1. Delivery Period Within Immediately 2. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials, One (1)year For Equipment, From Date Of Acceptance By The Procuring Entity 3. Price Validity Shall Be For A Period Of 90 Calendar Days 4. Indicate The Brand Of The Item Being Offered, If Applicable. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered, If Applicable. Item Item & Description Unit Qty. Unit Total No. Price 1 Tire Wheel 205 X 65 R16 Pcs 4 2 Battery Assy N70l 11 Plates 12v Pc 1 3 Brake Pad Set 1 4 Brake Shoe Set 1 5 Oil Filter Pcs 3 6 Horn Set 2 7 Engine Oil Diesel Gal 6 8 Fuel Filter Pc 1 9 Wiper Blade Set 2 10 Universal Car Matting Set 2 11 M & T Transmission Oil Liter 4 12 Brake Fluid Liter 4 See Next Page For Use In Ppdo Please Indicate Brand Rfq's With Erasures/alterations Will Be Rejected Award Will Be On Per Item Lot Total Quotation After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature ______________________ Tel. No./cellphone No./ E-mail Add. Date Republic Of The Philippines Province Of Southern Leyte Maasin City Standard Form No.: Sf-good-60 Project Reference No. Revised On: May 24, 2004 Name Of The Project: _______ Standard Form Title: Request For Quotation Location Of The Project: _______ To: _______________________ Date: February 14, 2025 _______________________ Quotation No. 0092 Abc Php147,900.00 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions Below, Starting The Shortest Time Of Delivery And Submit Your Quotation In A Sealed Envelope Duly Signed By Youur Representative Not Later Than February 21, 2025, Bac Office, Provincial Capitol @ 10am Atty. Abelardo C. Almario Bac - Chairman 1. Delivery Period Within Immediately 2. Warranty Shall Be For A Period Of Six(6) Months For Supplies & Materials, One (1)year For Equipment, From Date Of Acceptance By The Procuring Entity 3. Price Validity Shall Be For A Period Of 90 Calendar Days 4. Indicate The Brand Of The Item Being Offered, If Applicable. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered, If Applicable. Item Item & Description Unit Qty. Unit Total No. Price 13 Coolant Liter 4 14 Vsi Protector Can 10 15 Brake Cleaner Can 4 16 Seat Cover Set 2 Jjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjjj For Use In Ppdo Please Indicate Brand Rfq's With Erasures/alterations Will Be Rejected Award Will Be On Per Lot Total Quotation After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature ______________________ Tel. No./cellphone No./ E-mail Add. Date
Bureau of Fire Protection - BFP Tender
Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 709.2 K (USD 12.2 K)
Details: Description 1 Harness With Ventral Rope Clamp 2 Pcs Specifications: * Ventral Attachment Point: Attachment For A Descender, A Positioning Lanyard For Use In Single Mode; Attachment For A Lanyard With A Ring Open To The Textile Connection Point *lateral Attachment Points: Attachment For A Positioning Lanyard For Use In Double Mode * Sternal Attachment Point: Attachment For A Fall-arrest System * Dorsal Attachment Point: Attachment For A Fall-arrest System * Rear Attachment Point On The Waistbelt: Attachment For A Restraint Lanyard * Material(s): Nylon, Polyester, Aluminum, Steel 2 Self-breaking Descender 2 Pcs Specifications: *material(s): Aluminum, Steel, Nylon *weight: 600 G *maximum Working Load For One Person: 150 Kg *maximum Working Load For Two Persons (rescue): 280 Kg *rope Compatibility: 12.5 To 13 Mm Diameter *auto-lock System *anti-panic Function 3 Mobile Fall Arrester With Locking Function - Asap Lock 2 Pcs Specifications: *material(s): Aluminum, Stainless Steel, Nylon *weight: 425 G *constant Fall Protection: - Arrests Falls, Slides, And Uncontrolled Descents - Works On Vertical Or Angled Rope - Locks On The Rope Even If Grabbed During The Fall 4 Energy Absorber For Asap Or Asap Lock – Axess 2 Pcs Specifications: *may Only Be Used With An Asap Or Asap Lock Mobile Fall Arrester Absorbs Energy In Case Of A Fall: * - Tearing Of The Energy Absorber Webbing Limits The Impact Force On The User *- Designed For Users Who Weigh Between 50 And 130 Kg Can Be Used For Loads Of Up To 250 Kg In Two-person Rescue Situations Material(s): Nylon, Polyester Length: 40cm Weigt: 205g 5 Handled Rope Clamp (ascension) 2 Pcs Specifications: Simple And Efficient To Use: *- Ergonomic Molded Handle Allows A Comfortable Yet Powerful Grip *- Wide Opening Allows The Handle To Be Easily Grasped, Even With Thick Gloves *- Ergonomic Upper Part To Maximize Power When Pulling With Two Hands *weight: 165 G *materials: Aluminum, Stainless, Plastic, Rubber, Nylon *rope Compatibility: 8 To 13 Mm 6 Adjustable Webbing Foot Loop 2 Pcs Specifications: The Adjustable Footape Foot Loop Is Used With The Ascension Handled Rope Clamp For Rope Ascents. A Height-adjustable Elastic Keeps The Foot In The Loop, Regardless Of Shoe Type. *attaches To The Ascension Rope Clamp For Rope Ascents *underfoot Strap Is Abrasion-resistant And Is Slightly Rigid To Make It Easier To Step Into *elastic Keeps Foot In Loop. It Is Adjustable In Length, So It Works With Any Type Of Shoe And Stores Easily When Not In Use. *weight: 65 G 7 Descender 2 Pcs Specifications: *descending A Heavy Load Up To 250 Kg *rope Compatibility: 10 To 11.5 Mm Diameter *material(s): Aluminum, Steel, Nylon *weight: 615 G *maximum Working Load For One Person: 150 Kg *maximum Working Load For Two Persons (rescue): 250 Kg 8 Rescuescender (openable Cam-loaded Rope Clamp) - Rope Grab 2 Pcs Specifications: Materials: Aluminum, Stainless Steel, Nylon Weight:260g 9 Sewn Sling (blue, 80cm, 80g) 2 Pcs Specifications: Open Loop Sling For Setting Up Anchors Breaking Strength: 22kn 10 Sewn Sling (green, 120cm, 100g) 2 Pcs Specifications: Open Loop Sling For Setting Up Anchors Breaking Strength: 22kn 11 Sewn Sling (red, 150cm, 135g) 2 Pcs Specifications: Open Loop Sling For Setting Up Anchors Breaking Strength: 22kn 12 Adjustable Anchor Strap (200-400cm, 950g) 2 Pcs Specifications: Adjustment Buckle Starp Length As Required For Setting Up The Anchorage. Velcro Helps Stow The Remaining Webbing Abrasion-resistant Webbing Forged Steel Attachment Point Length: 200-400cm Weight: 950g Breaking Strength: 25kn 13 Safety Helmet Vertex Vent 2 Pcs *optimal Protection: - The Dual Chinstrap Has Two Positions, Corresponding To Two Uses: High Strength, Limiting The Risk Of Losing The Helmet During A Fall, And Low Strength, Limiting The Risk Of Strangulation If The Helmet Is Snagged While The User Is On The Ground *very Comfortable: - Six-point Textile Suspension Conforms Perfectly To The Shape Of The Head - Centerfit Feature Allows Perfect Centering Of The Helmet On The Head, Thanks To Its Two Side Adjustment Wheels - Flip&fit System Allows The Headband To Be Positioned In A Low Position, Guaranteeing That The Helmet Fits Securely On The Head. The System Folds Into The Shell For Easy Storage And Transportation - Ventilation Holes With Sliding Shutters Allow Airflow Through The Helmet - Comes With Interchangeable Standard Comfort Foam *compatible With: - Petzl Headlamps, Using The Mounts (front And Rear Slots) - All Headlamps With Elastic Headband (headlamp Clips *head Circumference: 53-63 Cm *weight: 490 G *material(s): Abs (acrylonitrile Butadiene Styrene), Nylon, Polycarbonate, High-strength Polyester, Polyethylene Lightweight Asymmetrical Carabiner (d) *d Shape Is Particularly Suited For Connection To Equipment Such As Descenders Or Positioning Lanyards *screw-lock: Manual Screw-lock With Red Band Provides A Visual Warning When The Carabiner Is Unlocked 14 D Shape Large Alloy Screw Gate 2 Pcs 15 D Shape Large Steel Screw Gate 2 Pcs 16 D Shape Large Stainless Steel Screw Gate 2 Pcs 17 Lightweight Asymmetrical Carabiner (am'd) – Triact 2 Pcs Specification: Triact-lock: Automatic Locking With Triple-action Gate Opening *aluminum Carabiner Is Lightweight To Reduce Equipment Weight Carried By The User Lightweight Oval Carabiner Specifications: It Has An Oval Shape That Allows Optimal Loading Of Devices With A Wide Section, Such As Pulleys Or Rope Clamps. Its Fluid Interior Design And Keylock System Facilitate Handling. Screw-lock System 18 Oval Alloy Screw Gate 2 Pcs 19 Oval Stainless Steel Screw Gate 2 Pcs Single Pulley With Swivel 20 Single Swivel Pulley - Spin L1 2 Pcs Specifications: *weight: 290 G *material(s): Aluminum, Stainless Steel, Nylon *min. Rope Diameter: 7 Mm *max. Rope Diameter: 13 Mm *sheave Type: Sealed Ball Bearings *maximum Working Load: 4 X 2 = 8 Kn *breaking Strength: 36 Kn *efficiency: 95 % 21 Omni-block 1.5" Double Pulley P510 2 Pcs Double Pulley With Swivel Specifications: *weight: 480 G *material(s): Aluminum, Stainless Steel, Nylon *min. Rope Diameter: 7 Mm *max. Rope Diameter: 13 Mm *sheave Type: Sealed Ball Bearings *sheave Diameter: 38 Mm *maximum Working Load: 8 Kn (3 Kn Per Strand, More Information In The Instructions For Use) *breaking Strength: 36 Kn *efficiency: 95 % 22 Rigging Plate (s) (three Anchor Point Holes, 36kn) 2 Pcs *material(s): Aluminum *weight: 60 G 23 Rigging Plate (m) (three Anchor Point Holes, 45kn) 2 Pcs *material(s): Aluminum *weight: 180 G 24 Rigging Plate (l) (three Anchor Point Holes, 50kn) 2 Pcs *material(s): Aluminum *weight: 350 G 25 Dynamic Rope (green 10.4mm, 50m) 1 Pc Specifications: Materials: Nylon Weight Per Meter: 65g Impact Force: 8.5 Kn Percentage Of Sheath: 37% Static Elongation: 8.5% Dynamic Elongtion: 34% 26 Kernmantle Rope (black 12.5mm, 100mts) 100 Mtrs Low Stretch Kernmantle, High Strength Rope For Rescue Materials: Polyester, Nylon Weight Per Meter: 111g 27 Basket Stretcher ( Stainless Steel) 2 Pcs Dimension: 212x62x18cm Weight: 13kg >see Attached Documents
Province Of Ifugao Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 133.6 K (USD 2.3 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 262 Date: January 28, 2025 Office: Aguinaldo Ph Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Spareparts, In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 13, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 4 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Hydraulic Jack (6 Tons) Set 1 - 2 Tire, 225/70, R15, Good Quality Pc 2 - 3 Tire, 265/60 Rim 18-good Quality Pc 4 - 4 Nv 350 Nissan Brake Pad Front Set 3 - 5 Nv 350 Nissan Brake Shoe Lining Set 3 - 6 Isuzu Dmax (2007 Model) Brake Pad Set 3 - 7 Isuzu Dmax (2007 Model) Brake Shoe Set 3 - 8 Battery Charger 12 Volts Heavy Duty Pc 1 - 9 Cross Wrench Size 17x19x21x23mm Pc 2 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 133,651.20 - Purpose: For Aph Vehicle Use, Stocks. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As One Contract. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
Province Of Ifugao Tender
Automobiles and Auto Parts
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 133.6 K (USD 2.3 K)
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation (for Abc Of Php 100,000 & Above) Pr No. 262 Date: January 28, 2025 Office: Aguinaldo Ph Rfq No.: Bac Canvass Cost Of Bid Documents: Php 500.00 (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Vehicle Spareparts, In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 27, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Official Receipt Of Payment Issued By The Provincial Treasury Office Or Deposit Slip From The Land Bank Account Of The Plgu (0832-1085-53) 1. For 100,000.00-500,000.00 Abc (php 500.00) 2.for 500,001.00- 1 Million Abc (php 1,000.00) Copy Of 2024 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2024 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2022 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 5. Pay The Cost Of Bid Documents At The Provincial Treasury Office Or Thru The Land Bank Account Of The Plgu (php 500.00 For Abc Of 100,000.00-500, 000.00 & Php1,000.00 For Abc Of 500,001- 1,000,000.00). 6.submit The Complete Rfq Form From Page 1 To 3 Together W/ The Official Receipt Of The Paid Bid Documents. 7. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 8. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 9. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 Hydraulic Jack (6 Tons) Set 1 - 2 Tire, 225/70, R15, Good Quality Pc 2 - 3 Tire, 265/60 Rim 18-good Quality Pc 4 - 4 Nv 350 Nissan Brake Pad Front Set 3 - 5 Nv 350 Nissan Brake Shoe Lining Set 3 - 6 Isuzu Dmax (2007 Model) Brake Pad Set 3 - 7 Isuzu Dmax (2007 Model) Brake Shoe Set 3 - 8 Battery Charger 12 Volts Heavy Duty Pc 1 - 9 Cross Wrench Size 17x19x21x23mm Pc 2 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 133,651.20 - Purpose: For Aph Vehicle Use, Stocks. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
City Of Cape Town Tender
Electronics Equipment...+1Electrical and Electronics
South Africa
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500393 Title Rode Videomic Go Ii Ultracompact Analog/ Description 1 Activity Unit X Rode Videomic Go Ii Ultracompact Analog/ 1 Activity Unit X Dji Mic 2 2-person Compact Digital Wirel 1 Activity Unit X 16-channel Digital Mixer Specification* Refer To Gk12500393 Rode Videomic Go Ii Ultracompact Analog/usb Camera-mount Shotgun Microphone - Marketing Section Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : For Cameras, Mobile Devices <(>&<)> Computers Plug-in Power Or Usb Power 3.5mm Trs Output To Camera Or Headphones Usb Type-c Digital Audio Output Windscreen Reduces Wind Noise Includes Shoe/pole Shockmount A/d Conversion 24-bit Sample Rate 48 Khz Operating System Support Android, Windows, Ios, Macos/os X Delivery Address : 12 Oude Molen Road , Ndabeni * Dji Mic 2 2-person Compact Digital Wireless Microphone System/recorder For Camera And Smartphone (2.4 Ghz) Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : 2.4 Ghz 14-hour Internal Recording 32-bit Float Internal Recording Intelligent Noise Cancelling 250m (820 Ft.) Range 18-hour Battery Charging Case Delivery Address : 12 Oude Molen Road , Ndabeni * 16-channel Digital Mixer Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description : # Ipad, Android Tablet Controlled 16-input Digital Mixer Built-in Wifi Router Usb Connector For Uncompressed Stereo Wav Recording And Playback 4 Stereo Fx Slots 6 Aux Buses And Main Lr With Inserts, Full Dynamics Processing And 6-band Parametric Or 31-band Graphic Eq 4 Xlr Aux Outputs And 2 Xlr Main Outputs 40-bit Floating-point Dsp Delivery Address : 12 Oude Molen Road , Ndabeni Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/31 Delivery Tosupport Services Suse Delivery Address12 Oude Molen Road, Ndabeni Contact Personmatthew Granger Telephone Number0214006048 Cell Number Closing Date2025/02/07 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Department Of Education Division Of Marikina City Tender
Food Products
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.8 Million (USD 84.1 K)
Details: Description Invitation To Bid For The Supply And Delivery Of Nutritious Food Packs For The Beneficiaries Of School-based Feeding Program (sbfp) For Sy 2024-2025 (29 Days Only) At The 17 Public Elementary Schools In Marikina City 1. The Department Of Education – Division Of Marikina City, Through The Sbfp Fund 2024 – Ncr-24-02-054 Intends To Apply The Sum Of Four Million Eight Hundred Sixty-nine Thousand Two Hundred Sixteen Pesos (php 4,869,216.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Nutritious Food Packs For The Beneficiaries Of School-based Feeding Program (sbfp) For Sy 2024-2025 (29 Days Only) At The 17 Public Elementary Schools In Marikina City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education – Division Of Marikina City Now Invites Bidders For The Above Procurement Project. Delivery Of The Goods Is Required In Accordance With Section Vi – Schedule Of Requirements. Bidders Should Have Completed, Within One (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Interested Bidders May Obtain Further Information From Department Of Education – Division Of Marikina City And Inspect The Bidding Documents At The Address Given Below, During 8:00 Am – 5:00 Pm. Minimum Health Standards Shall Be Observed, If Necessary. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 27, 2025 To February 14, 2025 From The Address Below And Upon Payment In Cash Of A Non-refundable Fee In The Amount Of Five Thousand Pesos (php 5,000.00) For The Above Stated Project. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Department Of Education – Division Of Marikina City Will Hold A Pre-bid Conference On February 3, 2024, 9:30 Am Through Video Conferencing Or Webcasting Via Google Meet Application, 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 February 17, 2025 @ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 17, 2025 @ 1:30 Pm Via Teleconferencing (google Meet). Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Shall Attend Via Video Conferencing. Late Bids Shall Not Be Accepted. 10. The Bac And All Concerned Are Hereby Enjoined To Strictly Follow The Provision Stipulated In Irr Ra 9184, Sec. 33.1 “from Submission And Receipt Of Bids Until The Approval By The Hope Of The Ranking Of Shortlisted Bidders, Those That Have Submitted Their Bids Are Prohibited From Making Any Communication With Any Bac Member, Including Its Staff And Personnel, As Well As Its Secretariat And Twg, Regarding Matters Connected To Their Bids. However, The Bac, Through Its Secretariat, May Ask In Writing The Bidder For A Clarification Of Its Bid. All Responses To Requests For Clarification Shall Be In Writing. 11. The Department Of Education – Division Of Marikina City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leilani N. Villanueva Bac Secretariat Head 2nd Floor Bac Secretariat Office, Shoe Ave. Sta. Elena, Marikina City Tel./fax No.: 8682-39-89 Bac@depedmarikina.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://depedmarikina.ph/transparency
City Of Cape Town Tender
Electronics Equipment...+1Electrical and Electronics
South Africa
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500412 Title Rode Videomic Go Ii Ultracompact Analog/ Description 1 Activity Unit X Rode Videomic Go Ii Ultracompact Analog/ 1 Activity Unit X Dji Mic 2 2-person Compact Digital Wirel 1 Activity Unit X Dji Rs 4 Gimbal Stabilizer Specification* Refer To Gk12500412 Rode Videomic Go Ii Ultracompact Analog/usb Camera-mount Shotgun Microphone - Marketing Section Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description ? For Cameras, Mobile Devices <(>&<)> Computers Plug-in Power Or Usb Power 3.5mm Trs Output To Camera Or Headphones Usb Type-c Digital Audio Output Windscreen Reduces Wind Noise Includes Shoe/pole Shockmount A/d Conversion 24-bit Sample Rate 48 Khz Operating System Support Android, Windows, Ios, Macos/os X Delivery Address 12 Oude Molen Road , Ndabeni * Dji Mic 2 2-person Compact Digital Wireless Microphone System/recorder For Camera And Smartphone (2.4 Ghz) Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description ? 2.4 Ghz 14-hour Internal Recording 32-bit Float Internal Recording Intelligent Noise Cancelling 250m (820 Ft.) Range 18-hour Battery Charging Case Delivery Address 12 Oude Molen Road , Ndabeni * Dji Rs 4 Gimbal Stabilizer Contact Person - Matthew Granger 0214006048 / Merle Collins 0214001817 Quantity = 1 Description ? 3kg Payload Capacity 2nd-gen Native Vertical Shooting Extended Tilt Axis Joystick Mode Switch Zoom/gimbal Control Automated Axis Locks Arca-swiss Quick-release Plate 3000 Mah Battery Bluetooth 5.1 Delivery Address 12 Oude Molen Road , Ndabeni Important Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Valuation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/04/30 Delivery Tosupport Services Suse Delivery Address12 Oude Molen Road, Ndabeni Contact Personmatthew Granger Telephone Number0214006048 Cell Number Closing Date2025/02/21 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Department Of Environment And Natural Resources - DENR Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Soon3 Mar 2025
Tender AmountPHP 113.7 K (USD 1.9 K)
Details: Description # Unit Specifications Qty Unit Price Total Price Fp Unit Price Fp Total Price Technical Proposal Piece External Ssd Hard Drive, 1tb 3.00 ₱4,230.00 ₱12,690.00 Piece Flash Drive, 64gb 10.00 ₱610.00 ₱6,100.00 Piece 4-gang Extension Board, Max. Voltage: 250v; Max. Power: 2500w; Capture Length: 1.8 Meters 5.00 ₱995.00 ₱4,975.00 Piece Dslr Camera, With Kit Lens: Rf-s18-45mm F/4.5 - 6.3 Is Stm Specifications: Af Modes: One-shot Af, Servo Af / Movie Servo Af; Af Point Selection: Face+tracking Af, Spot Af, 1-point Af, Zone Af; Af System Points: Up To 143 Af Frame Zones; Built-in Flash Available; Closest Focusing Distance (cm): No20 (af, F=18mm) | 15 (mf, F=18mm); Continuous Shooting Speed (shots Per Sec) (up To): Electronic 1st Curtain: One-shot Af: 6.5 | Servo Af: 3.5: Dimensions (excl. Protrusions) (mm) (approx.): 116.3 × 85.5 × 101.3; Drive System: Leadscrew-type Stm; Effective Iso: Stills: 100–12,800 (h:25,600) | Movie (full Hd): 100–12,800(h:25,600) | Movie (4k):100–6,400; Effective Pixels (megapixels): 24.1; Eye Detection Af: One-shot Af / Servo Af / Movie Servo Af; Flash Modes: E-ttl Ii Flash Metering / Manual Flash; Focal Length (35mm Equivalent): 29-72mm; Guide Number Iso 100 Metres: 6; Image Resolution: "6000×4000 (jpeg L/raw/c-raw), 3984×2656 (jpeg M), 2976×1984 (jpeg S1), 2400×1600 (jpeg S2) "; Lcd Monitor (size) (inch): 3.0; Lcd Monitor Resolutions (dots): 1.04 Million; With Manual Focus; Memory Card Type: Single Card Slot (sd, Sdhc*, Sdxc*) | *uhs-i Cards Compatible; With Movie Digital Is; Movie Format: Mp4; With Optical Image Stabilizer: Optical Zoom: 2.5x; Optional Power: Ac Power (ac Adapter Ac-e6n And Dc Coupler Dr-e18); Peripheral Connections: Usb Type-c (hi-speed Usb (usb 2.0) Equivalent | External Microphone In Terminal | Hdmi Micro (type D) | Remote Control Terminal(e3) | Accessory Shoe; Processor Type: Digic 8; Sensor Size: Aps-c Cmos; Shooting Modes: Stills : A+/hybrid Auto/special Scene Mode/creative Filters/p/tv/av/m | Movies : Movie Auto Exposure/movie Manual Exposure; Shutter Speed Range (sec.): Stills: Electronic 1st-curtain: 30 - 1/4000 | Electronic Shutter: 30 - 1/4000 | Movie Recording: Auto Exposure: 1/25* - 1/4000 | Manual Exposure: 1/8* - 1/4000; Silent Shutter; Standard Power Supply: Lp-e17; Still Image Format: Jpeg, Raw, C-raw; Viewfinder Coverage (approx.): 100%; Viewfinder Type: 0.39-inch Oled, Approx. 2.36million Dots | 59.94 Fps Refresh Rate; Weight (g) (including The Battery And Memory Card) (approx.): 486; White Balance: Auto (ambience Priority / White Priority), Daylight, Shade, Cloudy (effective In Twilight And Sunset), Tungsten Light, White Fluorescent Light, Flash*, Custom, Color Temperature Setting (approx. 2500–10000 K) | White Balance Shift And White Balance Bracketing Features Available | *flash Color Temperature Information Transmission Possible (ex / El Series Speedlite); X-sync (sec.): 1/250 1.00 ₱45,000.00 ₱45,000.00 Piece Tablet With Cover, Storage: 128gb | 8gb; Connectivity: 5g; Color: Gray; Cover Color: Black 1.00 ₱45,000.00 ₱45,000.00 Total: ₱113,765.00
2571-2580 of 2680 archived Tenders