Solid Waste Tenders

Philippine Heart Center Tender

Laboratory Equipment and Services
Philippines
Closing Date25 Jun 2025
Tender AmountPHP 69.7 Million (USD 1.2 Million)
Details: Description Itb No. 048.25- 1 Lot Supply And Delivery Of Reagents, Calibrators, Controls And Consumables With Installation, Testing, Commissioning And Decommissioning, And Free Use Of Two (2) Brand New, Latest Model, Fully Automated Chemistry Analyzer (multi-year Contract- 3 Years) Project Title: One (1) Lot Supply And Delivery Of Reagents, Calibrators, Controls And Consumables With Installation, Testing, Commissioning, And Decommissioning, And Free Use Of Two (2) Units Of Identical, Brand-new, Floor Standing, Latest Model, Fully Automated Chemistry And Immunology Analyzer. Type Of Agreement Purchase Requisition Agreement Contract Period Multi-year Contract (3 Years) Budget Estimate: Php 20,805,585.76 - 1st Year (2025) With 478,010 Test Census Php 22,995,477.09 - 2nd Year (2026) With 542,899 Test Census Php 25,983,858.21 - 3rd Year (2027) With 631,941 Test Census Php 69,784,921.06 - Total Budget Estimate] Terms Of Reference A. Reagents Specifications For Clinical Chemistry Testing, Consumables, Calibrators And Control Materials 1. Mandatory Tests Albumin Creatinine Total Protein Alkaline Phosphatase Csf Protein Triglycerides Alt Glucose Uric Acid Ammonia (plasma) Ldh Urine Protein Amylase Hdl, Direct Measurement Digoxin Ast Ldl, Direct Measurement Vancomycin Bun/urea Lipase Anti-streptolysin O Calcium Magnesium C-reactive Protein Chloride Phosphorus High Sensitivity Troponin I Cholesterol Potassium Nt-probnp Ck Sodium Ckmb Total Bilirubin (direct And Indirect) 2. Must Provide Certification That Reagents, Controls, Calibrators And Consumables Are Properly Sealed And Must Be Free From Any Defect And Must Conform To Product Specifications. 3. Must Provide Certification That Expiration Dates Should Be At Least Six (6) Months From Date Of Delivery With Complete Labeling Of The Expiration Dates And Lot Numbers, Also Maintaining The Same Lot Number (reagent, Controls And Calibrators) With Minimum Of Three (3) Months. Expiration Of Less Than Six (6) Months Should Have A Guarantee Of Replacement If Not Consumed. 4. Must Provide Third-party Controls Currently Implemented In The Laboratory. 5. With Certificate Of Product Registration And License To Operate From Philippine Food And Drug (fda) 6. Compliant To Good Manufacturing Practice (gmp)/iso 13485. 7. With Ce Or Ivd Markings 8. With Appropriate Product Label And Barcode/qr Code Reference 9. With Evidence Of Appropriate Temperature Requirements On Transportation And Storage Upon Delivery. 10. With Product Insert For The Machine, Reagents, Controls And Calibrators. B. Specifications For Clinical Chemistry Analyzer 1. Two (2) Units Of Identical, Brand-new, Floor Standing, Latest Model, Fully Automated And Integrated Chemistry And Immunology Analyzer. 2. Direct Lon Selective Electrode Principle For Serum, Plasma And Urine Electrolytes 3. Machine Must Have A Direct Measurement Of Low Density Lipoprotein (ldl) 4. Must Be Capable Of Analyzing The Following Sample Types: Serum, Plasma, Whole Blood, Urine, Csf, And Other Body Fluids 5. With 2 To 100 Ul Sample Volume Per Test 6. must Have Continuous Sample Loading Capability With Stat Sample Priority 7. Should Have At Least 900 Tests Per Hour Throughput 8. With Technology That Is Capable Of Detecting Bubbles, Clot Correction, Fluid Level Sensing And Short Sample Detection 9. must Have Reagent-less Micro Sensor Technology That Detects Hemolysis, Icterus And Turbidity (lipemia) 10. can Perform Dilution If Necessary 11. Sample Trays Can Accommodate 5ml, 7ml And 10ml Collection Tubes 12. with Test And Quality Control Results Management 13. Reagents Must Be Packed In Smaller Volume Of At Least 90 And Not More Than 300 Tests Per Pack To Minimize Deterioration And Contamination 14. can Perform Reagent Inventory And Reagent Lot Tracking 15. quality Control With Levey-jennings Graphs And Westgard Rules 16. capable Of Remote Monitoring Of System Malfunction 17. bi-directional Communication With Host Inquiry 18. connectivity To The Existing His/lis And Must Be Hl7 Compliant 19. barcode Capability For Samples, Controls, Reagents, Calibrators, Strips, And Racks 20. power Supply Of 220 Volts, 60 Hz 21. Must Provide Uninterrupted Power Supply (ups) Per Analyzer 22. with Data Storage Of At Least 25,000 Patient Results Saved In The Analyzer Or In The Interfacing Computer 23. capable Of Saving Data Through External Storage Devices 24. Machine Uses Disposable Tips To Eliminate Crossovers/contamination 25. Machine Should Be Able To Do Automatic Rerun Of Samples With No Results Even Without Unloading It. 26. Reagents Must Be Ready To Use And Should Not Require Manual Reconstitution Or Mixing Of Different Reagent Components 27. No Water Or Drain Required; Self-contained Onboard Waste Management 28. With Wet And Dry Technology That Can Analyze Samples Within A Prescribed Time (within 15 Minutes) With Minimal Supervision 29. Must Have A Good Standing In External Quality Assurance Program (eqas) C. General Requirements 1. Bid Computation Should Include: 1.1 20 Tests For Parallel Testing With Existing Analyzer (if Not The Current Analyzer) 1.2 Lis Connectivity And Middleware 1.3 15% Quality Assurance (calibration, Quality Control, Rechecks And Dilution) 2. Must Provide Clsi Journals (updated) And Required Study Materials. 2. Must Have A Certificate Of Authorized Distributorship Coming From The Principal. 2. Must Provide Certification On Assurance Of Continuous Supply Of Reagents, Controls, And Consumables From Both The Principal And Distributor For Three Years. 2. Must Provide Certification On The Guarantee Of Full Integration With The Current Hospital Information System (his) And Middleware For Device Connectivity And Data Management To Laboratory Information System (lis) And Shoulder Lis Connectivity Fees. (please See Inclusions) 2. Must Provide Certification That The External Quality Assurance Survey (eqas) Participation Should Be Shouldered By The Supplier. 2. Must Provide Certification To Provide Two (2) Appropriate Pipettors And Compatible Pipette Tips With Annual Calibration Shouldered By The Provider. 2. Must Provide Certification On The Availability Of Analyzer/machine. 2. Must Provide Certification That The Evaluation Process Shall Be Shouldered By The Bidder And Conducted Within 7 Days. 2. Must Provide Certification That The Supplier Is Required To Timely Collect Non-environmentally Friendly Solid Waste Such As Styrofoam, Etc. To Avoid Build-up In The Laboratory. 2. Must Provide List Of At Least One (1) Installation Of The Latest Or A Similar Model In A Level 3 And Iso Certified Hospital Or Its Equivalent With A Very Satisfactory /excellent Performance With Supporting Documents Issued By The End User In The Form Of Certificate Of Acceptance Reflecting The Following: A. Machine Performance B. Availability Of Reagents & Consumables C. After Sales Service/response To Client Calls 12. Shall Suit The Temperature Of Clinical Chemistry Section (20-25°c), Otherwise The Supplier Shall Provide Necessary Cooling Equipment To Meet The Required Environmental Temperature Of The Machine. 12. Must Provide A List Of Appropriate Numbers Of Service Personnel With Their Designation And Contact Numbers. 12. Must Provide Soft Copies Of All Calculations/formulas Stated In The Bid Form For Validation Purposes Which Will Be Validated By The End User Regarding The Actual Bid. 12. Must Provide The Following: A. Material Safety Data Sheets (msds) B. Operation Manual In English 16. The Test Measurements Should Parallel The Current Main Analyzer During The Evaluation. 16. Bidder Must Be Amenable To Annual Evaluation And Must Be Done By The End User Which Is Based On The Following Criteria: A. Machine Performance B. Availability Of Supplies And Reagents C. Machine Calibration And Preventive Maintenance D. Response Time To Emergency Calls 18. A Summary Of All The Annual Evaluation May Be Provided To The Supplier 19. Commissioning And Installation Of The Machines Must Be Completed Within 60 Calendar Days Of Receiving The Notice To Proceed (ntp). D. Training Requirements 1. Must Provide Certification, On-site Or Off-site, On Instrument Handling And Maintenance, And Software Training For Medical Technologists Staff Before And After Installation And Re-training To Be Conducted Annually Or As Necessary, Locally Or Internationally, And Must Be Free Of Charge. 2. Certified Trainers Should Present Certificates Of Training From The Principal Indicating The Name Of The Trainer, Date And Venue, Specific To The Analyzer/machine. E. Service Requirements 1. Supplier Shall Provide All Reagents, Consumables In Conjunction With The Analyzers On An Agreed Upon Delivery In The Performance Of The Test/s Inclusive Of Controls, Calibrators, Performance Of Rechecks, Parallel Testing, Method Validation As Required. 2. Maintain At Any Given Time An Equivalent Of Two (2) Months Inventory Of All Reagents And Consumables In Their Warehouse Or Off-site Storage. 3. Ensure That The Shelf-life Of All Delivered Reagents Is At Least Six (6) Months, Replacing Reagents With Less Than Three (3) Months Prior To Expiry. 4. Clearly Defined Machine Preventive Maintenance Schedule/program Every Year. 5. Preventive And Corrective Maintenance Must Be Performed And Shouldered By The Company Every 6 Months. 6. Communication Should Be Accessible 24/7 For Technical Support And Assistance Including Weekends And Holidays. 7. Response Time Should Be Within 2 Hours After Call To Provide Expedited Service When There Is A Need For Corrective Or Preventive Maintenance Due To Machine Malfunction. 8. Available Quality Back-up Unit/service Unit Of The Same Model Should Be Available In Case Of Prolonged Corrective Or Preventive Maintenance. 9. Machine Maintenance, Repairs And Replacement Parts Should Be The Sole Responsibility Of The Supplier. F. Bid Price 1. The Maximum Bid Price Shall Be Computed Against The Estimated Approved Budget For The Contract (abc) By The Agency. 2. The Price Per Reagents, Controls And Consumables Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation. 1080p Full Hd (same Brand As Cpu (at Least) Casing: Mid Tower Operating System: Genuine Microsoft Windows 10 Professional (64 Bit) (at Least) Audio: Integrated Hd Audio Subsystem Ports: Hdmi, Usb 2.0 And Usb 3.0 (at Least) Network Connectivity: Integrated 10/100/1000 Gigabit Lan Power Supply: 260 Watts Power Supply (at Least) Keyboard: Usb Multimedia Keyboard (same Brand As Cpu) Mouse: Usb Optical Scroll Mouse (same Brand As Cpu) Printer Specifications Monochrome, Laserjet Printer, Can Still Support Windows 2003, Compatible With The Current Laboratory Information System To Print Ñ Or Ñ

Municipality Of Pangantucan, Bukidnon Tender

Energy, Oil and Gas
Philippines
Closing Date8 Apr 2025
Tender AmountPHP 5.7 Million (USD 100.9 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Pangantucan Tin 099-000-631-170 Office Of The Municipal Mayor Bids And Awards Committee (bac) Cell # 09555548248 Email Us: Bacpangantucan@gmail.com Or Visit Www.philgeps.net Invitation To Bid For Itb No. 2025-04-006 The Local Government Unit – Pangantucan, Bukidnon Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein Mentioned Project: Name Of Project : Purchase Of Fuel For Lgu 1st & 2nd Quarter Location : Pangantucan, Bukidnon Approved Budget For The Contract : Php 5, 737,138.00 Contract Duration : Delivery Period : 10 Calendar Days Brief Description : Item No. Description Quantity Unit Unit Price Amount Purchase Of Fuel For Lgu 1st & 2nd Quarter 1 Fuel 99,261.00 Liters 58.00 5,737,138.00 Details Gso 1,724.00 Liters 58.00 99,992.00 Sbo 2,047.00 Liters 58.00 118,726.00 Mmo 25,862.00 Liters 58.00 1,499,996.00 Popdev 344.00 Liters 58.00 19,952.00 Mpoc-refresher Course On Katarungang Barangay 620.00 Liters 58.00 35,960.00 Mpoc-pnp-application Of Search Warrant 1,034.00 Liters 58.00 59,972.00 Mpoc-pnp-conduct Mobile Patrol 8,620.00 Liters 58.00 499,960.00 Mpoc-afp-support To Mobile/visibility Patrol 3,448.00 Liters 58.00 199,984.00 Mpoc-dar-conducts Subdivision & Relocation Survey 206.00 Liters 58.00 11,948.00 Mpoc-dar- Conducts Documentation, Process Of Patrimonial Properties 172.00 Liters 58.00 9,976.00 Mpoc-dar-conducts Dialogue W/ Dep-ed, Blgu And Lgu 172.00 Liters 58.00 9,976.00 Mpoc-bfp-conduct Lectures On Fire Prevention To Schools And Barangays 1,189.00 Liters 58.00 68,962.00 Mpoc-bfp-oplan Ligtas Na Pamayanan 1,737.00 Liters 58.00 100,746.00 Mpoc-bfp Support To Bfp Station 758.00 Liters 58.00 43,964.00 Mpoc-bfp-conduct Fire Safety Inspection 344.00 Liters 58.00 19,952.00 Mpoc-mswdo-support To Yakap Bayan Program 517.00 Liters 58.00 29,986.00 Mpoc-mswdo-support To Women & Children Crisis Center 344.00 Liters 58.00 19,952.00 Mpoc-mao- Conduct Dog Catching Operations On Astray Animals 189.00 Liters 58.00 10,962.00 Mpoc-madac-conduct Sectoral Session Addressing Issues On Parenting, Health And Counselling 172.00 Liters 58.00 9,976.00 Mpoc-madac-conduct Drug Syposium And Iec Dessimination 344.00 Liters 58.00 19,952.00 Madac 344.00 Liters 58.00 19,952.00 Bfp 517.00 Liters 58.00 29,986.00 Bfp Mdrrmf 517.00 Liters 58.00 29,986.00 Mho 2,844.00 Liters 58.00 164,952.00 Comelec 862.00 Liters 58.00 49,996.00 Comelec 1,724.00 Liters 58.00 99,992.00 Livelihood 431.00 Liters 58.00 24,998.00 Coa 1,206.00 Liters 58.00 69,948.00 Masso 344.00 Liters 58.00 19,952.00 Mnao 689.00 Liters 58.00 39,962.00 Bplo 172.00 Liters 58.00 9,976.00 Bac 344.00 Liters 58.00 19,952.00 Tribal 344.00 Liters 58.00 19,952.00 Mado 431.00 Liters 58.00 24,998.00 Mpdo 431.00 Liters 58.00 24,998.00 Mpdo-conduct Fs For The Development Projects 172.00 Liters 58.00 9,976.00 Mpdo-formulation Of Local Route Plan 172.00 Liters 58.00 9,976.00 Mpdo-formulation Of Bragy Dp, Aid 172.00 Liters 58.00 9,976.00 Mpdo-formulation Of Watershed Management Plan 86.00 Liters 58.00 4,988.00 Mpdo-formulation Of Water Safety Plan, Sewerage Plan And Other Development Plan 86.00 Liters 58.00 4,988.00 Mpdo-clup 517.00 Liters 58.00 29,986.00 Mpdo-formulation Of Ela 172.00 Liters 58.00 9,976.00 Mpdo-project Monitoring And Evaluation 517.00 Liters 58.00 29,986.00 Mswdo-early Care Development Program 172.00 Liters 58.00 9,976.00 Mswdo 1,724.00 Liters 58.00 99,992.00 Mto 1,653.00 Liters 58.00 95,874.00 Meo 18,965.00 Liters 58.00 1,099,970.00 Pbcc 1,724.00 Liters 58.00 99,992.00 Pbcc-support To Demo Farm 344.00 Liters 58.00 19,952.00 Mao 2,068.00 Liters 58.00 119,944.00 Mcro 280.00 Liters 58.00 16,240.00 Hrmo 862.00 Liters 58.00 49,996.00 Tourism 1,724.00 Liters 58.00 99,992.00 Mbo 172.00 Liters 58.00 9,976.00 Leea-market 1,724.00 Liters 58.00 99,992.00 Pwa-minssad 689.00 Liters 58.00 39,962.00 Menro 862.00 Liters 58.00 49,996.00 Solid Waste 1,724.00 Liters 58.00 99,992.00 Pwa 1,637.00 Liters 58.00 94,946.00 5,737,138.00 Bidders Should Have Completed, Within One Year (1 Yr.) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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 Local Government Unit – Pangantucan, Bukidnon And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm, Mondays To Fridays. The Complete Schedules Of Activities Are Listed, As Follows: Activities Schedule 1. Advertisement March 19, 2025 To April 8, 2025 2. Issuance Of Bid Documents March 19, 2025 To April 8, 2025 3. Pre-bid Conference March 26, 2025 4. Opening Of Bids April 8, 2025 @ 1:30 P.m., Monday, Right Side, Room 2, Municipal Gymnasium Poblacion, Pangantucan, Bukidnon Republic Of The Philippines Province Of Bukidnon Municipality Of Pangantucan Tin 099-000-631-170 Office Of The Municipal Mayor Bids And Awards Committee (bac) Cell # 09555548248 Email Us: Bacpangantucan@gmail.com Or Visit Www.philgeps.net A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Above Schedule From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 10,000.00 Bids Must Be Delivered To The Address Below On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Of Stated In Itb. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit – Pangantucan, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Their Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Antonia J. Rupinta Bac Secretariat Cell# 09555548248 Or Visit Www.philgeps.net Teodoro B. Quirante,iii Bac Chairman Bid Form Date: April 8, 2025 Itb No: 2025-04-006 To: Local Government Unit Pangantucan, Bukidnon Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers 2025-04-006, The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer To Purchase Of Fuel For Lgu 1s & 2nd Quarter. In Conformity With The Said Bidding Documents For The Sum Of Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of This Bidding Document. Dated This ________________ Day Of ________________, 2025 _______________________ __________________________ [signature Over Printed Name] [position] Duly Authorized To Sign Bid For And On Behalf Of ________ [name Of Establishment]

Civil Aviation Authority Of The Philippines Iloilo Airport - CAAP Tender

Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date28 Apr 2025
Tender AmountPHP 2.7 Million (USD 47.9 K)
Details: Description 1.0 Supply, Delivery And Replacement Of Streetlight At Primary Access Road (35pcs) 120 Watts Led, Cob, Street Light 12,100 Lumens 100-250vac Cool White 3 Years Warranty Electrical Fixture: Street Lights 120 Watts, 220 Volts Product Code: Grl120 Watts Specification: Specification: Light Source: Epistar Led Chips Cob 50w X 3pcs Color Temp: 2700 - 3300k/4000-4300k/5700-6300k Cr: 70 Led Luminous Efficacy: 130 -150 Lm/w Driver: Done Dl- 150w -v38a-map Input Voltage: 100-277v Frequency Range: 50-60hz Working Voltage: 36vdc Power Factor: 0.95 Housing: Die Casting Aluminum Housing Materials With Fin Type Dimension: 80x32x25cm Ip Range: Ip66 Ik Range: Ik08 Iec Standard: Attain Iec 60598-2-3 Beam Angle: Bat Wing Distribution: 85 To 135 Degrees Module: 3 Modular Source Protection: Built-in 4kv Spd(preferably 10kv Spd) Height Of Lamp Post: 6-8 Meters 2.0 Supply And Delivery Of Lighting Fixtures (1lot) Led Downlight 10 In 80w, 100-250vac Daylight (50units) 18 Watts Led, T8 Tube (120 Cm) Ballast-less 100-250 Vac Daylight (160pcs) Panel Light 12watts, 600mm X 600mm, 100-250vac Daylight (51pcs) 9-10 Watts Led, T8 Tube Ballast-less (60 Cm) Daylight (60pcs) 9 Watts Led Bulb E27 Daylight (60pcs) Led Downlight, 12watts Heavy Duty, Daylight Cob Module, 100-250vac, 1250 Lm, Daylight, 150 Diameter Ceiling Cu-out, Die Casting Aluminum Housing 90ᵒ Beam Angle, 0-60ᵒ Operating Condition Can Withstand 24/7 Operation, 3 Years Warranty (267pcs) 15-22 Watts Led, Par 38 E27 Outdoor Cool White (16pcs) T8 Led/fl Tube Holder 100-250vac (100pcs) 10-15 Watts Led, Par 30 E27 Outdoor Cool White (17pcs) Solar Flood Light, 60 Watts (2pcs) Lighting Fixtures Must Have: 1. Ps Mark 2. Icc Sticker Management Framework Project Name: Repair And Maintenance Of Lighting System At Iloilo International Airport Work Identification: 1. Repair And Maintenance Effects: 1. 70% Of Existing Conventional Lightings Were Replaced With Led, Replacing The Remaining Conventional Light Will Help Reduce Energy Consumption And Carbon Emission. 2. 35 Units Road Lights Were Defective And Not Yet Replaced With Led, Continue Replacing The Defective Road Lights At The Primary Access Road And Airport Premises. Planning: 1. The Busted/defective Indoor Lamps Shall Be Replaced With Led Lights. 2. Continue Replacing The Defective Conventional Road Lights. 3. Once The Pow Was Approved, The Procurement Process Shall Be Handled By Area Bac Through A Competitive Bidding. Schedule: 1. Once Procurement Process Has Completed And Ntp Was Issued, The Contractor Must Complete The Project Within Ninety (90) Calendar Days From The Effectivity Of Notice To Proceed. 2. The Contractor Shall Submit Within Seven (7) Days The Schedule Of Deliveries And Gantt Chart For The Replacement Of Road Lights At Primary Access Road. 3. The Project Is Target To Be Completed On August 2025. Execution: 1. The Contractor Shall Process The Necessary Work Permits For Their Electricians For The Replacement Of Road Lights At Primary Access Road. 2. The Contractor Shall Provide Tools, And Technical Expertise For The Replacement Of Road Lights At Primary Access Road 3. The Contractor Shall Deliver The Items Within The Delivery Schedule. 4. The Project In-charge Shall Monitor The Progress Of The Project Based On The Gantt Chart. Follow-up 1. If Replacement Light Become Defective Within The Warranty Period, The Contractor Shall Replace The Item Within Fifteen (15) Days From The Date The Notice Was Received. 2. The Contractor Shall Submit An Accomplishment Report After The Replacement Of Road Lights Was Completed. 3. The Project Will Be Inspected And Accepted By Area 6 Technical Inspector And Acceptance Committee. 4. The Project Status Shall Be Reported During The Monthly Management/staff Meeting To Discuss The Overall Accomplishments Of The Project And To Identify What Went Wrong Or What Went Right During The Implementation. Terms Of Reference Repair And Maintenance Of Lighting System At Iloilo International Airport I. General Conditions: 1. Administrative Requirements: The Contractor Shall Comply With The Following: 1.1 Visit And Inspect The Site To Apprise Oneself Of The Actual Condition That Will Affect The Implementation Of The Project To Be Done. The Contractor May Secure A Certificate Of Site Inspection From The Civil Aviation Authority Of The Philippines (caap). 1.2 Comply With The Security, Safety, Iloilo International Airport House Rules, And Plans For Maintaining Site Cleanup. 1.3 Investigation And Submission Of Report/s To Iloilo International Airport For Any Accident Or Untoward Incident That May Occur At The Site For The Duration Of The Project. 1.4 Assume All Responsibility For Injuries To Persons And Damages To Iloilo International Airport And Other Property Caused By The Execution Of The Works And Shall Be Liable For Any Claims Against Iloilo International Airport On Account Of Such Injury And/or Damage. 2. Prohibitions: 2.1 Drinking Of Liquor, Smoking And Gambling In The Building And The Contractor’s Storage Area. 2.2 Cooking Of Any Kind Of Food And Eating In The Project/work Area. 2.3 Loitering In Areas Other Than The Project Site. 3. Safety And Sanitation Requirements: 3.1 Workers Engaged In The Project Shall Wear Appropriate Personal Protective Equipment. 3.2 Employees Of The Contractor Shall Wear Uniform/t-shirts Marked With The Contractor’s Company Name And Shall Wear Valid Company I.d. While Inside The Iloilo International Airport Premises. 3.3 All Areas Affected By Implementation Of The Project Shall Be Thoroughly Cleaned To The Full Satisfaction Of The Iloilo International Airport. 3.4 All Solid Waste Must Be Properly Segregated And Disposed Accordingly. 3.5 All Hazardous Waste Should Be Disposed To The Material Recovery Facility Of Iloilo International Airport For Proper Storage And Disposal To Accredited Transporter. 4. Requirements For Storage Of Equipment: 4.1 All Equipment Shall Be Stacked In A Stable And Self-supporting Manner. All Sharp Objects Shall Be Removed To Avoid Injury To Workers And Iloilo International Airport Personnel. 4.2 Passageways And All Access Ways Shall Be Kept Free From Equipment And Material Obstructions At All Times. Ii. Scope Of Work: The Contractor Shall Provide All Labor, Materials, Tools And Technical Supervision For The Replacement Of Defective Streetlight At Primary Access Road. 1. Replacement Of Defective Street Lights At Primary Access Road A. Supply And Delivery Of Led Road Lights B. Supply Of Labor For Dismantling The Old Road Lights And Replace It With New Led Road Lights C. Wire Termination And Testing Iii. Technical Specifications Led Road Lights 1. Must Be 120 Watts, 100-250vac, Cob 2. Must Be Cool White 3. Warranty Must Have A Minimum Of Three (3) Years Led Down Light 1. Must Be 80 Watts, 100-250vac, Cob 2. Must Be 6500-7500lm Daylight 3. Must Be In Diecasting Aluminum Housing 4. Must Be In 60⁰ Beam Angle 5. Operating Conditions Must Be From 0 To 60⁰ 6. Can Withstand To 24/7 Operation 7. Warranty Must Have A Minimum Of Three (3) Years Led Down Light 1. Must Be 12 Watts, 100-250vac, Cob 2. Must Be 1250-1400lm Daylight 3. Must Fit To 150mm Ø Ceiling Cutout 4. Must Be In Diecasting Aluminum Housing 5. Must Be In 90⁰ Beam Angle 6. Operating Conditions Must Be From 0 To 60⁰ 7. Can Withstand To 24/7 Operation 8. Warranty Must Have A Minimum Of Three (3) Years Led Panel Light 1. Must Be 36 Watts, 100-250vac 2. Must Be Daylight 3. Dimensions Must Be 595mm X 595mm 4. Warranty Must Have A Minimum Of Three (3) Years Led T8 Tube (60cm) 1. Must Be 9 Watts, 100-250vac 2. Must Be 60cm In Length 3. Must Be Daylight 4. Must Be Ballast-less 5. Warranty Must Have A Minimum Of Three (3) Years Led T8 Tube (120cm) 1. Must Be 18 Watts, 100-250vac 2. Must Be 120 Cm In Length 3. Must Be Daylight 4. Must Be Ballast-less 5. Warranty Must Have A Minimum Of Three (3) Years Iv. Applicable Standards 1. With Valid Test Reports/certificates That Can Be Verified On-line 2. Icc 3. Ps 4. Occupational Health And Safety V. Terms And Conditions 1. The Contractor Shall, Within Seven (7) Calendar Days After Issuance Of Notice To Proceed, Must Submit Delivery Schedule And Gantt Chart. 2. The Repair And Replacement Of Defective Parts Shall Be Completed Within One Hundred Twenty (90) Calendar From The Effectivity Date Indicated In The Notice To Proceed. 3. The Contractor Represents And Warrants That It Has The Capacity To Perform Its Obligations And Undertakings According To The Terms And Conditions Of This Project, And Hereby Agrees And Warrants That It Shall Faithfully Observe And Comply Therewith. 4. All Works Must Be Done Without Disruption On The Working Conditions Of The Airport. 5. The Contractor’s Warranty Shall Be For A Period Of One (1) Year After Acceptance Of The Project. The Warranty Shall Include The Cost Of Parts And Labor. During The Warranty Period, The Contractor Must Rectify Any Defects Within Three (3) Days From Time Received Of Request From Caap. 6. Payment Will Be Made As Follows: A. 50% Progress Payment Will Be Made After Issuance By The Caap Of Certificate Of 50% Accomplishment And Submission Of All Documents. B. Full Payment Will Be Made After Issuance By The Caap Of Certificate Of Acceptance And Submission Of All Documents. C. All Payments Shall Be Subject To Applicable Taxes. 7. The Execution Of All Works Shall Be Subject To The Inspection And Acceptance By The Caap Authorized Representatives.

Philippine Heart Center Tender

Laboratory Equipment and Services
Philippines
Closing Date26 Mar 2025
Tender AmountPHP 52.1 Million (USD 912.7 K)
Details: Description Itb No. 013.25- 1 Lot Supply And Delivery Of Reagents, Calibration, Controls And Consumables With Installation, Testing And Commissioning And Decommissioning And Free Use Of Two (2) Brand New, Latest Model, Fully Automated Chemistry Analyzers (multi-year Contract, 2025-2027 ) 3 Years Project Title: One (1) Lot Supply And Delivery Of Reagents, Calibrators, Controls And Consumables With Installation, Testing, Commissioning, And Decommissioning, And Free Use Of Two (2) Units Of Identical, Brand-new, Floor Standing, Latest Model, Fully Automated Chemistry And Immunology Analyzer. Type Of Agreement Purchase Requisition Agreement Contract Period Multi-year Contract (3 Years) Budget Estimate: Php 15,403,672.54 - 1st Year (2025) With 365,246 Test Census Php 17,193,239.42 - 2nd Year (2026) With 438,295 Test Census Php 19,597,927.20 - 3rd Year (2027) With 525,954 Test Census Php52,194,839.16 - Total Budget Estimate Terms Of Reference A. Reagents Specifications For Clinical Chemistry Testing, Consumables, Calibrators And Control Materials 1. Mandatory Tests Albumin Ckmb Sodium Alkaline Phosphatase Creatinine Total Bilirubin (direct And Indirect) Alt Csf Protein Total Protein Ammonia (plasma) Glucose Triglycerides Amylase Ldh Uric Acid Ast Hdl, Direct Urine Protein Bun/urea Ldl, Direct Digoxin Calcium Lipase Vancomycin Chloride Magnesium Adenosine Deaminase (ada) Cholesterol Phosphorus Hs Troponin I Ck Potassium Nt-probnp 2. Must Provide Certification That Reagents, Controls, Calibrators And Consumables Are Properly Sealed And Must Be Free From Any Defect And Conform To Product Specifications. 3. Must Provide Certification That Expiration Dates Should Be At Least Six (6) Months From Date Of Delivery With Complete Labeling Of The Expiration Dates And Lot Numbers, Also Maintaining The Same Lot Number (reagent, Controls And Calibrators) With Minimum Of Three (3) Months. Expiration Of Less Than Six (6) Months Should Have A Guarantee Of Replacement If Not Consumed. 4. Must Provide Third-party Controls Currently Implemented In The Laboratory. 5. With Certificate Of Product Registration And License To Operate From Philippine Food And Drug (fda) 6. Compliant To Good Manufacturing Practice (gmp)/iso 13485. 7. With Ce Or Ivd Markings 8. With Appropriate Product Label And Barcode/qr Code Reference. 9. With Evidence Of Appropriate Temperature Requirements On Transportation And Storage Upon Delivery. 10. With Product Insert For The Machine, Reagents, Controls And Calibrators. B. Specifications For Clinical Chemistry Analyzer 1. Two (2) Units Of Identical, Brand-new, Floor Standing, Latest Model, Fully Automated And Integrated Chemistry And Immunology Analyzer. 2. Direct Lon Selective Electrode Principle For Electrolytes 3. With 2 To 100 Ul Sample Volume Per Test 4. more Than 1200 Tests Per Hour Throughput 5. with Technology That Detects Clot And Bubbles In The Sample 6. must Have Reagent-less Micro Sensor Technology That Detects Hemolysis, Icterus And Turbidity (lipemia) 7. can Perform Dilution If Necessary 8. with Test And Quality Control Results Management 9. Reagents Must Be Packed In Smaller Volume Of 90-300 Tests Per Pack To Minimize Deterioration And Contamination 10. can Perform Reagent Inventory, Reagent Lot Tracking 11. quality Control With Levey-jennings Graphs And Westgard Rules 12. capable Of Remote Monitoring Of System Malfunction 13. bi-directional Communication With Host Inquiry 14. connectivity To The Existing His/lis And Must Be Hl7 Compliant 15. barcode Capability For Samples, Controls, Reagents, Calibrators, Strips, And Racks 16. power Supply Of 220 Volts,60 Hz. With Appropriate Online Ups 17. with Data Storage Of At Least 25,000 Patient Results Saved In The Analyzer Or In The Interfacing Computer 18. capable Of Saving Data Through External Storage Devices 19. Integrated System For Chemistry With Less Than 5 Liters Water Consumption Per Day 20. Machine Uses Disposable Tips To Eliminate Crossovers/contamination 21. Minimal Water System Provision By The Machine Supplier 22. Minimal Manual Primes, Purges, Washes Or Tubing Maintenance For The Machines 23. Machine Should Be Able To Do Automatic Rerun Of Samples With No Results Even Without Unloading It. 24. Reagents Must Be Ready To Use And Should Not Require Manual Reconstitution Or Mixing Of Different Reagent Components 25. Machine Can Measure Directly The Low Density Lipoprotein (ldl) 26. With Dry And Wet Technology That Can Analyze Samples Within A Prescribed Time (less Than 10 Minutes) With Minimal Supervision 27. Machine Should Have The Stat Option For Urgent Tests And Critical Results. 28. Must Have A Good Standing In External Quality Assurance Program (eqas) C. General Requirements 1. Bid Computation Should Include: 1.1 20 Tests For Parallel Testing With Existing Analyzer (if Not The Current Analyzer) 1.2 Lis Connectivity And Middleware 1.3 15% Quality Assurance (calibration, Quality Control, Rechecks And Dilution) 2. Must Provide Clsi Journals (updated) And Required Study Materials. 2. Must Have A Certificate Of Authorized Distributorship Coming From The Principal. 2. Must Provide Certification On Assurance Of Continuous Supply Of Reagents, Controls, And Consumables From Both The Principal And Distributor For Three Years. 2. Must Provide Certification On The Guarantee Of Full Integration With The Current Hospital Information System (his) And Middleware For Device Connectivity And Data Management To Laboratory Information System (lis) And Shoulder Lis Connectivity Fees. (please See Inclusions) 2. Must Provide Certification That The External Quality Assurance Survey (eqas) Participation Should Be Shouldered By The Supplier. 2. Must Provide Certification To Provide Two (2) Appropriate Pipettors And Compatible Pipette Tips With Annual Calibration Shouldered By The Provider. 2. Must Provide Certification On The Availability Of Analyzer/machine. 2. Must Provide Certification That The Evaluation Process Shall Be Shouldered By The Bidder And Conducted Within 7 Days. 2. Must Provide Certification That The Supplier Is Required To Timely Collect Non-environmentally Friendly Solid Waste Such As Styrofoam, Etc. To Avoid Build-up In The Laboratory. 2. Must Provide List Of At Least One (1) Installation Of The Latest Or A Similar Model In A Level 3 And Iso Certified Hospital Or Its Equivalent With A Very Satisfactory /excellent Performance With Supporting Documents Issued By The End User In The Form Of Certificate Of Acceptance Reflecting The Following: A. Machine Performance B. Availability Of Reagents & Consumables C. After Sales Service/response To Client Calls 12. Shall Suit The Temperature Of Clinical Chemistry Section (20-25°c), Otherwise The Supplier Shall Provide Necessary Cooling Equipment To Meet The Required Environmental Temperature Of The Machine. 12. Must Provide A List Of Appropriate Numbers Of Service Personnel With Their Designation And Contact Numbers. 12. Must Provide Soft Copies Of All Calculations/formulas Stated In The Bid Form For Validation Purposes Which Will Be Validated By The End User Regarding The Actual Bid. 12. Must Provide The Following: A. Material Safety Data Sheets (msds) B. Operation Manual In English 16. The Test Measurements Should Parallel The Current Main Analyzer During The Evaluation. 16. Bidder Must Be Amenable To Annual Evaluation And Must Be Done By The End User Which Is Based On The Following Criteria: A. Machine Performance B. Availability Of Supplies And Reagents C. Machine Calibration And Preventive Maintenance D. Response Time To Emergency Calls 18. A Summary Of All The Annual Evaluation May Be Provided To The Supplier 19. Commissioning And Installation Of The Machine And Consumables Must Be Done Within 60 Calendar Days Of Contract Award. 20. Must Pass The Technical Specifications As Required By Phc Engineering Department: Temperature Range: Adjustable From Ambient Temperature To 150oc (or As Per Lab Requirements) Temperature Accuracy: ±0.2oc At 37oc Temperature Uniformity: ±0.1oc Across The Heating Block Display: Digital Or Lcd Display To Show Real-time Temperature And Timer Settings, With Options To Switch Between Celsius And Fahrenheit Power Supply Input Voltage: Compatible With 110-240v, 50-60 Hz Power Consumption: ≤500 W Depending On Block Size And Temperature Settings Power Backup Option: Capability To Resume Set Programs After Power Interruptions Operating Temperature: 15oc To 30oc Operating Humidity: ≤80% Rh, Non-condensing Standards Compliance: Ce Marked, Iso 9001 (quality Management), Iso 13485 (medical Devices) Where Applicable D. Training Requirements 1. Must Provide Certification On On-site Or Off-site Instruments And Software Training And Certification For Medical Technologists Staff Before And After Installation And Re-training To Be Conducted Annually Or As Necessary, Locally Or Internationally. 2. Certified Trainers Should Present Certificates Of Training From The Principal Indicating The Name Of The Trainer, Date And Venue, Specific To The Analyzer/machine. E. Service Requirements Must Provide Certification On The Following: 1. Supplier Shall Provide All Reagents, Consumables In Conjunction With The Analyzers On An Agreed Upon Delivery In The Performance Of The Test/s Inclusive Of Controls, Calibrators, Performance Of Rechecks, Parallel Testing, Method Validation As Required. 2. Maintain At Any Given Time An Equivalent Of Two (2) Months Inventory Of All Reagents And Consumables In Their Warehouse Or Off-site Storage. 3. Ensure That The Shelf-life Of All Delivered Reagents Is At Least Six (6) Months, Replacing Reagents With Less Than Three (3) Months Prior To Expiry. 4. Clearly Defined Machine Preventive Maintenance Schedule/program Every Year. 5. Preventive And Corrective Maintenance Must Be Performed And Shouldered By The Company Every 6 Months. 6. Communication Should Be Accessible 24/7 For Technical Support And Assistance Including Weekends And Holidays. 7. Response Time Should Be Within 2 Hours After Call To Provide Expedited Service When There Is A Need For Corrective Or Preventive Maintenance Due To Machine Malfunction. 8. Available Quality Back-up Unit/service Unit Of The Same Model Should Be Available In Case Of Prolonged Corrective Or Preventive Maintenance. 9. Machine Maintenance, Repairs And Replacement Parts Should Be The Sole Responsibility Of The Supplier. 10. Must Secure Clearance From Phc Engineering Department For Electrical Requirements. 11. Must Secure Clearance From Phc Misd For Workstation Compatibility. F. Bid Price 1. The Maximum Bid Price Shall Be Computed Against The Estimated Approved Budget For The Contract (abc) By The Agency. 2. The Price Per Reagents, Controls And Consumables Shall Be Fixed And Shall Not Be Adjusted During Contract Implementation. Note: You Can View The Complete Bidding Documents At The Phc Website: Www@ph.gov.ph

Municipal Corporation Tender

Works
Civil And Construction...+1Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Closing Date3 Jan 2025
Tender AmountINR 103.7 Million (USD 1.1 Million)
Details: 1) Construction of Beautification, Elctrification, Main Entry Gate at Chhatrapati Shiwaji Park in P.No.06 2) Construction of Concret road from Gajanan Way Bridge to APMC Market Gate in p no. 06 3) Construction of Cement Concrete Road from Shri Ajay Vishnu Patil to Shri Nitin Patil House at Dabki Village P No 08 4) Construction of Sabhagruh at Gurudutta Nagar,Shri Namdev Maharaj Mandir Open Space P No 08 5) Construction of Cement Concrete Road from Shri Wankhade to Open Space at Gokarna Park P No 08 6) Construction of Cement Concrete Road from Shri Bulbule House to Shri Shingne Sir House at Gokarna Park P No 08 7) Construction of Drain at Gokarna Plot Shri Bhiwate to Raghav Tale House P No. 08 8) Construction of Chain Link Compound Wall to Open Space near Paraskar School at Gurudutta Nagar P No.08 9) Construction of Drain at Laxmi Nagar Shri Ingle to Shri Ujjainkar to Canal P No. 08 10) Construction of Chain Link Compound Wall to Open Space near Mahakali Mandir at Asara Nagar P No.08 11) Construction of Drain at Gajanan Nagar Shri Galli No. 2 from Shri Parkhi to Shri Khandare House P No. 08 12) Construction of Cement Concrete Road from Shri Hanuman Mandir to Shri Anil Wankhade at Gajanan Nagar P No 08 13) Construction of Cement Concrete Road from Jain Kirana to Shri Jagdish Mankar at Gajanan Nagar P No 08 14) Construction of Cement Concrete Road from Shri Bahekar ti Shri Bhud, Shri Zhaparde to Shri Ubhe Sir & Shri Shinde to Shri Ujjwal Bade at Manorath Nagar P No 08 15) Construction of Cement Concrete Road from Shri Bhise to Shri Ingle House to Open Space at Awade Colony P No 08 16) Construction of Cement Concrete Road from Ashray Residency to Dabki Road to Hari Om Cement Shop to Shri Chipade at Ashray Nagar P No 08 17) Construction of Cement Concrete Road from Shri Ramdas Pohare to Canal Road at Raghuvir Nagar P No 08 39) Beautification Of Shri. Chatrapati Shivaji Maharaj Chowk At Shivar in P.No.13 40) 1) Construction of Concrete Service Line Beside Shri Vinod Taywale. 2) Construction of Concrete Road From From Shri Pravin Kalane to Shri Gawande. 3) Construction of Concrete Drain & Service Line From Shri Unkadrav Sonone to Shri Pravin Kalane. 4) Construction of Concrete Drain, Service Line & Culvert From Shri Manoj Bharde to Bhattad in Ara Mashion. 5) Construction of Concrete Drain & Road From Shri Prashant Sable to Shri Santosh Agrawal in Dwarka Nagari 6) Construction of Concrete Drain & Service Line From Shri Rameshwar Gond to Asara Chakki in Indian Gym 7) Construction of Concrete Service Line From Shri Gajanan Maharaj Mandir to Shri Ghonge in Mukund Nagar in P.No. 13 42) Construction of Walking Track & Beautification In Ravi Nagar Open Space at P.No.13 43) Construction of Sabhagruh In Open Space Front of Shri Navkar House At Gokul Colony In P. No. 13 44) Construction of Concrete Road At Sudhir Colony In P.No. 13 45) Beautification of Open Space Infront of Shri Lokhande House At Sudhir Colony In P.No.13 46) Development & Beautification of Road From National Highway 06 to Azad Chauk to Datta Nagar to Hanuman Mandir to Azad Chauk and Auto Stand to Shri Dhore and Shri Jayprakash Sabale to Shri Subhash More to Bhima Gawai and Shri Gajanan Maharaj Mandir to Shri Deshmukh in Shiwar In P.No. 13 47) Providing and Fixing Information Sign Board in Shashtri nagar Road & Gokul Colony Road at P.No. 13 48) 1) Construction of Concrete Road From Shri Chande to Shri Shegokar 2) Construction of Concrete Road From Shri Rathod to Shri Ladakhedkar to Shri Fulase to Shri Vike. 3) Construction of Concrete Drain & Culvert From Siddheshwar Ganpati Mandir 4) Construction of Concrete Road From Shri Desai to Shri Pali in P.No. 13 49) 1) Construction of Concrete Road Infront Of Shri Umale House in Mukund Nagar in P.No. 13 50) Construction of Public Toilet Block in Jawahar Nagar Chhatrapati Sambhaji Maharaj Park Shastri Nagar Hanuman Mandir Open Space at P.No. 13 51) Construction of Paving Block in Open Space in Ganpati Mandir in Shastri Nagar at P.No.13 53) Construction of Tar Road With WBM From Kailas Bhadake To Ganeh Jakate House At Malkapur In P No 14 54) Construction of Tar Road With WBM From Hivarale Major To Ganesh Sarnaik & Sheje To Wagh House At Malkapur In P No 14 55) Construction of Tar Road With WBM From Dilip Vagare To Damodare House At Malkapur In P No 14 56) Construction of CC Drain From Kothikar Duplex To Athavale To Ajay Nagpure Appartment Near Ashram At Malkapur In P No 14 57) Construction of Chainlink fencing Compound To Sarnath Bauddha Vihar Near Bhande Collage At Malkapur In P No 14 58) Construction of Sabhamandap Near Hanuman Mandir At PKV Colony Malkapur In P. No. 14 59) Construction of CC Road From Shri Santosh Wankhade To Amol Kale House At Malkapur In P No 14 60) Construction of Tar Road From Shri Gawande To Deshmukh House At Malkapur In P No 14 61) Construction of Sabhagruh Near Tuljaai Appartment Smashan bhumi Road Juni Wasti Malkapur In P No 14 62) Providing And Fixing Paving Blocks At Pola Location Junegaon Malkapur In P. No. 14 63) Construction of CC Road From MIDC Road To Barbi House At Malkapur In P No 14 64) Construction of Tar Road From Shri Dhenge House Yogiraj welding Work Shop To State Bank Colony At Malkapur In P No 14 65) Construction of CC Drain From Umak house To Sitara Tower Malkapur Road At Malkapur In p No 14 66) Construction of CC Drain From Abhang Appartment To Mangesh Wankhade House At Malkapur In p No 14 67) Construction of Tinshed At Gajanan Maharaj Mandir Malkapur In P. No. 14 68) Construction of CC Drain From Khatade To Deshmukh House At Malkapur In P No 14 69) Construction of CC Road From Shri Jayale To Dandale House At Malkapur In P No 14 70) Construction of Tar Road From Ajay Wankhade House Anil Wasnik To Nasir To Anand Buddha Vihar At Shivani In P No 14 71) Construction of Tar Road From Jaybhay House To Pachpor Blue Lotus School At Buddha prakash Colony Shivani In P No 14 72) Construction of CC Drain From Gautam Pachpor House To Jamil Bhai Kirana Shop At Jetvan Nagar Shivani In P No 14 73) Construction of Sabhamandap Near Devi Mandir At Ram Nagar Shivani In P. No. 14 74) Construction of Sabhamandap Infront Of Rajesh Wagare House At Basera Colony In P. No. 14 75) Construction of Chainlink fencing Compound To Surekha nagar Open Space At Malkapur In P No 14 92) Construction of Tar Road Back Side Of Khatu Shyam Mandir Hindu Smashan Bhumi To Main Road , In P.No. 17 124) Construction of CC Drain from Bhojane house to Wayatkar house at Mauli Nagar in P.No. 20 125) Construction of CC Drain from Balu Vairale house to Bhoyar house at Khadki in P.No. 20 126) Construction of Culvert infront of Bochare house at Santosh Nagar in P.No. 20 127) Construction of CC Road from Dangte Square to Yogesh Kuchar house at Z. P. Colony, Khadki in P.No.20 128) Construction of CC Road Mangrulpir Road to Ashutosh Chavhan house at Surya Garden Khadki in P.No.20 129) Construction of Tar Road From Pritam Deshmukh to Khanduji Walse house at Balaji Nagar in P.no. 20 130) Construction of CC Drain from Jadhav to Deshmukh house, Sandip Kharad to Gurav house at Khadki Gaothan and Construction of CC Road from Swami Samarth Kendra to Punde house at Sitaram Nagar Date Layout, Khadki in P.No.20 131) Construction of CC Road from Kakad house to Bhagat house and remaining portion infront of Swami Samarth Kendra Main Gate at Sant Nagar, Khadki in P.No.20 132) Construction of CC Road Jadhav house to Dandage house behind More Market Khadki in P.No.20 133) Construction of CC Drain from Wankhade house to Bopte house at Sant Nagar in P.No. 20 134) Construction of WBM Road from Nandkishor Rajaram Ingle house to Sopinath Maharaj Mandir to Ganesh Khatode house at Mhada Colony, Khadki in P.No.20 135) Construction of CC Road from Solid waste Management center to Vitthal Mahalle house at Khadki in P.No.20 136) Construction of Chainlink fencing, providing and fixing Pavers and Beautification at Sant Gadge Baba Open Space, Shivapur in P.no.20 137) Construction of CC Drain from Sane Guruji School to Someshwar Mandir at Santosh Nagar in P.No. 20 138) Construction of Walking track, Chainlink fencing at Someshwar Mandir Open Space, Santosh Nagar in P.no.20 139) Construction of Sabhagruh infront of Ramesh Raut, Sadanand Kakad, Pallavitai Joshi Open Space at Mhada Colony In P. No. 20 140) Construction of CC Road from Dilip Deshmukh house to Shiva Bhade house to Sant Gajanan Maharaj Provision at Kothari Watika 04 in P.No.20 141) Concreting in Service line from Sahyog apartment to Jadhav Tailor house near Ganpati Mandir at Giri Nagar in P.No. 20 142) Construction of CC Road Maharaj Vihar to Gajanan Apartment at Madhav Nagar in P.No.20 143) Construction of CC Drain from Manskar house to Kedia house at Yashwant Layout in P.No. 20

DEPT OF THE ARMY USA Tender

Environmental Service
United States
Closing Date2 May 2025
Tender AmountRefer Documents 
Description: The U.s. Army Corps Of Engineers Wilmington District Is Contemplating A Solicitation For A Full Range Of Environmental And Related Services To The U.s. Army Corps Of Engineers (usace) And Its Customers. The Environmental Services Generally Consist Of Environmental Compliance (to Include But Not Be Limited To The National Environmental Policy Act, National Historic Preservation Act, Endangered Species Act, And Clean Water Act), Environmental Restoration, Environmental Conservation (to Include Ecosystem Restoration), And Pollution Prevention. It Is The Government’s Intent To Award A Firm Fixed Price Indefinite Delivery Indefinite Quantity (idiq) For A Base Year Of Twelve (12) Months And Four (4), Twelve (12) Month Options. generally, The Services May Include, But Will Not Be Limited To, The Furnishing Of Labor, Transportation, Equipment, Material, Supplies And Supervision To Provide The Following Tasks: a. Analysis Of Environmental Impacts Pertaining To Project Alternatives b. Preparation Of National Environmental Policy Act (nepa) Documents Such As: i. Environmental Assessments; ii. Findings Of No Significant Impact; iii. Environmental Impact Statements; And iv. Records Of Decision c. Preparation Of Biological Assessments Of Project Impacts On Protected Species d. Development Of Management And/or Mitigation Plans e. Conduct Surveys And/or Monitoring For Protected Species f. Establish And/or Upgrade Gis Systems g. Lead-based Paint Investigations h. Asbestos And Radon Surveys i. Indoor Air Quality Monitoring And Corrective Actions j. Wetland Delineation k. Prepare Section 404 Reports And Applications For Section 401 State Water Quality Certification l. Habitat Analyses m. Forest Management Plans n. Conducting Site Investigations o. Performing Natural Resource Studies And Investigations And Reviews Of Natural Resource Programs To Ensure Compliance With Federal, State, And Local Regulations. p. Cultural Compliance Services To Include Cultural Resource And Archaeological Studies And Investigations q. Conduct Archaeological Reconnaissance r. Conduct Environmental Resource Studies s. Review Of Pollution Prevention Programs To Ensure Compliance With Regulations t. Review Of Spill Prevention Control Programs To Ensure Compliance With Regulations u. Reviews/upgrades Of Underground Storage Tank (ust) And Aboveground Storage Tank (ast) Programs To Ensure Compliance With Regulations v. Review Of Storm Water And Erosion Control Programs To Ensure Compliance With Regulations w. Preparation/revision Of Comprehensive Environmental Management Systems x. Review Of Noise Pollution Programs To Ensure Compliance With Regulations y. Evaluate Facilities For Potential Reducing, Substituting, Or Eliminating Processes And Materials That Generate Hazardous Wastes Or Solid, Non-hazardous Wastes That Are Not Recyclable. z. Sediment Testing To Comply With Section 103 Of The Marine Protection, Research, And Sanctuary Act. the Services Required By This Contract Will Be Provided For The Usace, South Atlantic Division, And Its Customers. This Includes Work Located Predominantly In The States Of North Carolina And Virginia, But May Also Include South Carolina, Georgia, Florida, Alabama And Mississippi. However, Work Can Be Awarded For Projects Located Outside Of The Geographical Boundary At The Specific Request Of A Customer And In Accordance With Er 5-1-10 (corps-wide Areas Of Work Responsibility). The Contractor May Be Required To Perform Tasks On-site Or At Their Own Facilities. in An Effort To Enhance Opportunities For Small Businesses, We Are Conducting This Market Research To Gauge The Level Of Interest And Capabilities With Regards To An Upcoming Acquisition For An Environmental Service Contract For This Requirement. The Findings Of Market Research Will Be Used In Determining Any Socio-economic Set-aside. Potential Contractors Must Be Registered In The System For Award Management (sam) To Be Eligible For Award. Potential Contractors Must Also Have Current Online Representations And Certification Application On File With Sam. (see Website Https://www.sam.gov/portal/public/sam). the Project Is Subject To The Availability Of Funds. required Responses: your Review And Responses To This Document Will Be Very Helpful In Determining The Marketplace For Environmental And Related Services Of The Type Described Above. If A Question Is Not Applicable, Please Indicate N/a Between Two Sets Of Quotation Marks With Your Response. 1. Has Your Firm, As A Prime Contractor, Whether Individually Or Through A Formal Joint Venture, Teaming Agreement, Or Under Subcontract To A Federal Prime Contractor, Provided Similar Services As Described In The Brief Description Of Project Above? If Yes, Please Provide The Following Information On Your Three Most Recent Projects: (a) Contracting Agency Address (b) Contract Number, Date And Amount Of Award, Date Of Completion. (c) Was Your Company The Prime Or A Subcontractor? (d) Description Of Items/services Provided Under The Contract. (e) State Whether Or Not There Were Any Performance Issues Under The Contract Which Resulted In The Issuance Of A Cure Notice Or Show Cause Notice By The Contracting Officer. 2. If Your Firm Has Never Contracted With The Federal Government As A Prime Contractor, Or As A Subcontractor To A Prime Federal, Have You Provided Similar Services To Commercial Sources? If So, Please Provide The Specifics In Terms Of The Largest Customers Of These Services. Please Include Any Information Relevant To Any Potential Difficulties You Note With Complying Fully With The Description Of Work. 3. Has Your Firm Ever Been Terminated For Cause Or Default From A Contractual Arrangement, Whether Federal Or Private Sector, As A Result Of Failure To Perform, Poor Quality And Workmanship Provided, Etc.? If So, Please Provide The Specifics. 4. Has Your Firm, Or Any Firm That You Would Potentially Joint Venture Or Team With Ever Bid On A Federal Acquisition And Been Determined Non-responsible By The Contracting Officer And/or The U.s. Small Business Administration (sba) Failed To Issue A Certificate Of Competency To Your Firm Or Teaming Partners When The Matter Was Referred To Sba For Review And Consideration? 5. Although This Is A Sources Sought Synopsis, Are You Interested In Submitting A Proposal For This Requirement Should A Solicitation Be Issued? all Interested Firms With 541620 As An Approved Naics Code Shall Submit The Following Additional Information: - Name & Address Of Your Firm - Point Of Contact (name/phone/e-mail) - Current Sam Record To Included Duns Number And Cage Code - Business Size, To Include Designation As Hubzone, 8(a), Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Woman-owned Business, And Large Business. Any Supporting Documentation That Confirms Your Socio-economic Status Should Be Provided, I.e., Letter Of Certification From Va Confirming Sdvosb Status. - Firm's Capability To Perform, To Include Required Certifications, Geographic Span And Project Size. Please E-mail Your Responses And Any Relevant Information Regarding Specific Performance Or Other Qualifications, No Later Than 1500 Edt, 02 May 2025 To Both Diana.d.curl@usace.army.mil And Rosalind.m.shoemaker@usace.army.mil. The Email Should Be Entitled, Environmental Services Sources Sought (w912pm26ra002). the Government May Not Give Credit To Your Socio-economic Class If There Is Not Sufficient Documentation To Support It Or If The Government Cannot Verify Through Other Means That Your Business Is As Such. do Not Send Hard Copies Of Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive And Provide A Name And Point-of-contact For Your Firm For Follow-up By This Office Or The Procuring Contracting Officer. If You Have Responded To Any Previous E-mail Messages Or Had Other Communications With Our Office Regarding Preliminary Market Research For This Project, Please Be Advised That It Will Be Necessary For You To Respond To This E-mail And The Questions Contained Therein. Any Responses Involving Teaming Agreements Should Delineate Between The Work That Will Be Accomplished By The Prime Contractor And Work Accomplished By The Teaming Partners. all Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy. contracting Office Address: wilmington District Us Army Corps Of Engineers 69 Darlington Avenue wilmington, Nc 28403-1343 point Of Contact(s): diana Curl, Contract Specialist, Diana.d.curl@usace.army.mil ros Shoemaker, Contracting Officer, Rosalind.m.shoemaker@usace.army.mil

Department Of Environment And Natural Resources - DENR Tender

Publishing and Printing
Philippines
Closing Date21 Apr 2025
Tender AmountPHP 412 K (USD 7.2 K)
Details: Description Request For Quotation Date: Quotation No.: Company Name: Address: T.i.n.: Dear Sir/ma'am: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ____________________ In The Return Envelope Attached Herewith. Note: Atty. Claudio A. Nistal, Jr. 1. All Entries Must Be Typewritten / Written In Ink Oic, Ard For Management Services 2. Delivery Period Within The Date Of Activity Calendar Days. Bac, Chairperson 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 90 Calendar Days. 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered. 7. In Line With The Denr Caraga R-13 Application For Environmental Management System, Standards And Iso 14001, Service Providers For Catering Services Are Discouraged The Use Of Bottled Mineral Water, Bottled Softdrinks And Juices, Plastic Cups, Spoons And Forks And Other Plastic This Is To Adhere To Mandate Of Environmental Objectives Which Is The Reduction Generation Of Solid Wastes. Item No. Item & Description Abc Qty. Unit Unit Price Total Cost (php) Ict Equipment, Accessories And Devices 1 Printer Scanner 1 Unit 35,000.00 Specifications: Print Speed Of Up To 17.0 Ipm Prints Up To A3+ (for Simplex) Automatic Duplex Printing (description: Nozzle Configuration | 180 Nozzles Black, 59 Nozzles Per Color | 3 Pl, With Variable-sized Droplet Technology | Ink Technology Dye Ink | Printing Resolution | 5,760 X 1,440 Dpi | Category: Home, Home Office | All-in-one Functions Print, Scan, Copy ) Ultra High Yield Of 7,500 Pages (black) And 6,000 Pages Color Wi-fi Wi-fi Direct 2 All In One Desktop Computer 3 Units 50,000.00 Specifications: Intel I5-1235u (alder Lake) Ram 8gb (1x8gb) Ddr4 3200 Sodimm Ssd 512gb 2280 Pcle Nvme Value Uma Non- Touch/23.8, Fhd Antiglare Ips Windows 11 Home Starry White-hd Camera, Warr 2-2-2 Ms Office Home & Student Preinstalled 2021, Availability: Order Bais Leadtime: 125 To 25 Working Days. Warranty: 1 Year Warranty 3 Computer Printer 4 Units 15,000.00 Specifications: Printer Type: Print, Scan, Copy Nozzle Configuration: 180x1 Nozzles Black, 59x1 Nozzles Per Colour (cyan, Magenta, Yellow, Maximum Resolution: 5760x1440 Dpi Print Speed: Photo Default-10x15cm/4x6" 1 Approx. 69 Sec Per Photo (border) 90 Sec Per Photo (borderless), Draft, A4 (black/colour) Up To 33.0 Ppm/15.0 Ppm Scan Speed: Flatbed (black/colour: 200dpi; Up To 11 Sec/up To 32 Sec Copying: Maximum Copies From Standalone; 20 Copies Maximum Copy Resolution; 600 X 600 Dpi Maximum Copy Size: A4, Letter Iso 29183, A4 Simplex (black/colour) Up To 7.0ipm/1.7ipm 4 Tablet 1 Unit 17,000.00 Display: 10.4-inch Wuxga Tft Lcd (1200 X 1920 Pixels, 216 Ppi Os: Android 11, Chipset: Unisoc Tiger T618 Cpu: 2x Cortex-a75 @ 2.0ghz + 6x Cortex-a55 @ 2.0ghz Gpu: Mali-g52 Mp2, Ram: 4gb Of Ram Rear Camera: 8 Megapixel (autofocus) Front Camera: 5 Megapixels Storage; 64gb (wi-fi Only Or 128gb (lte) Expansion: Up To 1tb Via Microsd Sim: Single Nano-sim (4g Lte Variant Only Wi-fi: Wi-fi 802:11 A/b/g/n/ac (dual Band) Battery: 7040mah Battery Non-removable 5 Laptop Computer 3 Units 50,000.00 Base Frequency: Core I5 12th Gen Or Equivalent To Other Type Memory: 8gb Ddr4 Storage:512gb Pcle Nvme Ssd;display Screen: 14" Display With Ips (in-plane Switching) Technology, Full Hd 1920 X 1080 Fgraphics: Integrated Graphics; Network Interface: Gigabit Ethernet 10/100/1000 & Wlan 802.11a/b/a/n/acr2+ax Dual Band (2.4ghz And 5ghz)2x2 Mu-mimo Technology Supports Bluetooth 5.1; Operating System: License Windows 11 Pro; Battery Life: Up To 15 Hours (based On Mobilemark 2014 Test Accessories: Laptop Bag Production Date: Production Manufacturing Date Year 2022; Warranty: Three Years Labor, Supplier Shall Respond 24 Hours, For Any Technical Assistant/support; With Authorized Service Within Caraga Other Requirements: Green Procurement Requirements: The Supplier Shall Supply Ict Equipment, Which Fullfill At Least Energy Star 6.1 For Computers And 7.0 For Monitor's Criteria; The Supplier Shall Guarantee The Availability Of Replacement Of Power Supplies For At Least 5 Years After And Of Production; The Supplier Shall Supply Products, Which Are Designed So That The Memory Can Be Changed Easily For Upgrades; Security Features That Can Defend From Malicious Software And Likeupon Beginning Of The Boot Process. Purpose: Requested Ict Equipments For The Use Of Foreshore Delineation Survey And Mapping Division Brand And Model : Highly Standard Delivery Period : Warranty : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. ________________________________ End-user Representative/canvasser Printed Name / Signature Tel. No. / Cellphone No.: ___________________ E-mail Address: _________________________ ________________________________ Procurement Representative/canvasser

Municipality Of Batuan, Bohol Tender

Electronics Equipment...+2Electrical Goods and Equipments, Electrical and Electronics
Philippines
Closing Date28 Apr 2025
Tender AmountPHP 441.6 K (USD 7.8 K)
Details: Description Lgu-batuan Request For Quotation _____________________________ _____________________________ Please Quote Your Lowest Price Item/s Listed Below, Subject To The General Conditions On The Last Page, Starting The Shortest Time Of Delivery And Sbmit Your Quotation With The Following Minimum Requirements: A.) Dti Business Name Registration, B.) Mayor's Permit (current) And C.)bir Business Name Registration/certification. Thank You. Starting The Shortest Time Of Delivery And Submit Your Quotation With The Following Minimum Requirements: A) Dti Business Name Registration, A) Dti Business Name Registration, B) Mayor's Permit (current), C) Bir Business Name Registration/certification, D) Tax Clerance And E) Philgeps Registration. D) Tax Clearance And E) Philgeps Registration. Thank You. Eliseo B. Sumampong Mpdc /bac Chairman Quantity Unit Description Unit Cost Total Cost 6 Bot Alcohol 99.99% 56 Bot Alcohol 500 Ml 150 Bot Rubbing Alcohol 70% 6 Pcs Arch File Long 1 Pcs Air Freshener 1 Pcs Arch File Folder Short (black) 10 Pcs Arch File Folder Long 219 Pcs Ballpen Black 0.7 78 Pcs Ballpen Blue (0.5) 18 Pcs Ballpen Black 0.5 20 Pcs Ballpen Red 0.7 120 Pcs Ballpen Blue 0.7 12 Pcs Ballpen Blue 5 Pcs Ballpen Black Retractable 5 Pcs Ballpen Blue Retractable 24 Pcs Ballpen Blue 50 Pcs Ballpen Black 34 Pcs Ballpen Black 50 Pcs Air Freshener Ordinary 5 Bot Alcohol 8 Pack Battery Double A 2 Pcs/pck 2 Pack Battery R6p, Lr 3 Reams Bond Paper 8.5x14 176 Reams Bond Paper Long 17 Reams Bond Paper Short 17 Reams Bond Paper Long 29 Reams Bond Paper A4 161 Reams Bond Paper Short 15 Pcs Board Folder Green (long) 15 Pcs Broom Tingting 10 Pcs Broom Tambo 2 Pcs Broom Tambo Thick (ibjok) 9 Pcs Broom Ordinary (walis Ibjok) 34 Pcs Brown Envelope Long 10 Box Binder Clip Big 1" 3 Box Binder Clip Big 1 5/8 130 Pcs Binder Clip Big 2" 129 Pcs Binder Clip Small 3 Box Binder Clip Small 2 Pcs Boots 8 Pcs Book Binder Short Red 2 Pcs Bolo (big) 30 Pcs Led Bulb 18watts 5 Pcs Cartolina Assorted 5 Pcs Calculator 40 Pcs Columnar 24 Columns/32 1 Pcs Calculator Ms 120 Bm 12 Digits 3 Pcs Calculator 31 Bot Computer Ink L3110 003 Black 16 Bot Computer Ink L3110 003 Cyan 16 Bot Computer Ink L3110 003 Yellow 12 Bot Computer Ink L3110 003 Magenta 4 Bot Computer Ink L360 664 Magenta 4 Bot Computer Ink L360 664 Cyan 4 Bot Computer Ink L360 664 Yellow 4 Bot Computer Ink L360 664 Black 11 Bot Computer Ink Brother Btd60bk Black 13 Bot Computer Ink Bt 5000 Cyan 13 Bot Computer Ink Bt 5000 Magenta 13 Bot Computer Ink Bt 5000 Yellow 2 Bot Brother Lc 535xl Ink (yellow) 18 Pcs Correction Pen 11 Pcs Correction Pen Big 29 Roll Correction Tape 12mtrs 27 Roll Correction Tape 2 Roll Cutter Blade (18x110) 1 Roll Scotch Tape Dispenser 12 Pcs Cups 1 Pcs Coffee Maker 10 Pcs Chlorine (small) 2 Pcs Curtain 12 Pcs Clip Board 10 Pcs Data File Folder 5 Roll Double Sided Tape 1" 7 Roll Double Sided Tape 2" 1 Pcs Divider 276 Sachet Detergent Powder Sachet/powder Soap 2 Packs Detergent Powder W/ Antibac 1.19 Kg 12 Pcs Drinking Glass 2 Bot Dishwashing Liquid 69 Pcs Dishwashing Paste 550g 4 Pcs Dishwashing Paste 50 Bot Disinfectant 7 Pcs Dust Pan Big 6 Pcs Dipper/kabo 6 Pcs Dong A Pen 0.4 Blue 7 Bot Fabric Softener 12 Pcs Dong-a Refill 10 Pack Fabric Conditioner (big) 100 Bot Fabric Conditioner 12 Pcs Expanded Envelope Long (assorted Colors) 29 Pcs Expanded Envelope Long W/ Garter 10 Pcs Envelope Brown Long 79 Pcs Empty Sacks 10 Pcs Expanded Envelope Long Green W/ Garter 35 Pcs Expanded Envelope Ordinary 2 Pcs External Hard Drive 1tb 37 Box Facemask 15 Pcs Expanded Folder 10 Pcs Electrical Tape 223 Pcs Folder Long White 100 Pcs Folder Plastic Assorted Short 20 Pcs Folder Plastic Assorted Long 10 Pcs Folder Ordinary 15 Pcs Folder Plastic Long Green Ordinary 50 Pcs T8 Flourescent 18 Watts 1 Pcs Fork 1 Pcs Feather Duster 15 Pcs File Folder Red Long 7 Pcs Floor Mop 45 Pcs Photo Frame 36 Pack Garbage Bag Medium 35 Pack Garbage Bag Large 1 Set Garden Hose (10mtrs) 150 Pack Garbage Bag Small 1 Pack Garden Hose (20mtrs) 2 Pcs Glass Clearner 10 Pcs Glass / Baso 5 Bot Glue 2 Bot Glue Big 7 Pcs Gloves Rubber (hand) 7 Dozen Gloves Rubber (solid Waste) 50 Pcs Hand Soap 4 Gal Hand Soap 500ml 1 Pcs Heavy Duty Padlock With Long And Thin Shackle 8 Pcs Head Lamp (for Lgu Vehicles) 5 Pcs Highlighter Pink 5 Pcs Highlighter Yellow Green 145 Pcs Id Sling 30 Pcs Id Jacket W/ Lace 3 Pcs Iron Pen Holder 10 Pcs Laminating Film A4 4 Box Mailing Envelope 1 Box Mailing Envelope 8 Pcs Manila Paper 6 Roll Masking Tape 1" 100 Roll Masking Tape 2" 1 Pcs Mop With Handle 5 Gal Muriatic Acid Big 5 Gal Muriatic Acid Small 60 Pcs Notebook 3 Pcs Pail/balde 8 Pcs Pail/balde (big) 6 Pack Photo Paper 1 Pack Photo Paper A4 5 Pcs Paste (200gms) 6 Box Paper Clips (big) 6 Box Paper Clip (small) 5 Box Paper Fastener Plastic 3 Box Paper Fastener Short 5 Box Paper Fastener Long 1 Box Fastener 2 Pcs Paper Trays (3 Layers) File Rack 3 Pcs Paper Trays 1 Pcs Packaging Transparent Tape 1/2 2 Box Pencil 22 Pcs Pencil 1 8 Pcs Pencil 2 7 Pcs Pentel Pen Black Fine 7 Pcs Pentel Pen Black Broad 12 Pcs Pentel Pen Blue Broad 15 Pcs Plastic Envelope With Handle 10 Pcs Plastic Sliding Folder (transparent Long White) 1 Pcs Pitcher 3 Pcs Ruler 2 Pcs Ruler Stainless 12 Inch 20 Pcs Philippine Flag 1 Pair Rubber Boots #8 1 Box Rubber Band (small) 6 Box Rubber Eraser 3 Pcs Rain Coat 5 Pcs Record Book 500 Leaves 6 Pcs Record Book 500 Leaves 12 Pcs Record Book 300 Leaves 6 Pcs Rug Doormat 5 Pcs Rug Doormat (rescue Vehicle) 3 Pcs Ruler 12" 40 Pcs Sign Pen Blue 0.5 29 Pcs Sign Pen Black 0.5 7 Pcs Sign Pen Blue .7 7 Pcs Sign Pen Black .7 3 Pcs Sign Pen V5 Blue 6 Pcs Sign Pen V5 Black 21 Pack Specialty Paper For Id Yellow/cream 3 Pcs Spoon 7 Roll Scotch Tape Transparent 1" Thick 4 Roll Scotch Tape Transparent 2" 4 Roll Scotch Tape Transparent 24mmx66 15 Roll Scotch Tape 1" 9 Box Staple Wire #10 44 Box Staple Wire No. 35 5 Pcs Stapler With Remover (heavy Duty) 1 Pcs Stapler Big 25 Pcs Socket 2 Pcs Stamping Pad Blue 16 Pcs Stampad Ink Blue Small 8 Pcs Scissors Medium 1 Pcs Scissor Heavy Duty 2 Pads Sticky Note Arrow Flourescent Pad (sign Here) 2 Pads Note Pad/sticky Note (small) 1 Pads Sticky Note Assorted 2 Pads Sticky Notes 2 Pcs Trashbin Small 1 Bag Tissue Paper 48pcs /bag 112 Pcs Tissue Paper 2 Pcs Brush Long 2 Pcs Brush Short 42 Pack Toilet Paper 12's/2 Ply 6 Pcs Toilet Brush 37 Bot Toilet Bowl Cleaner Small 4 Bot Toilet Bowl Cleaner Big 4 Pcs Usb Flash Drive 32gb 2 Pcs Usb Flash Drive 64gb 3 Pcs Ups 10 Pcs Umbrella Big 1 Pcs Wall Clock 1 Pcs Wireless Microphone 10 Pcs White Board Marker Black Fine 1 Pcs Hp Smart Ink Tank 750 3 Pcs Keyboard And Mouse Bundle 10 Pcs Bleaching Solution 1 Pcs Stamp Pad ( Received By) 2 Pcs Trolley W/ Wheels 4 Layers 1 Pcs Atx Cpu Power Supply 700 Watts 6 Pin 3 Pads Yellow Pad Total Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Above. Name Of Project: Purchase Of Office Supplies For 1st And 2nd Quarter Cy 2025 Abc: 441,602.50 Office: Mo Printed Name Of Supplier & Signature Date Accomplish:

Municipality Of Pangantucan, Bukidnon Tender

Food Products
Philippines
Closing Date21 May 2025
Tender AmountPHP 325.7 K (USD 5.8 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Pangantucan Tin 099-000-631-170 Office Of The Municipal Mayor Bids And Awards Committee (bac) Cell # 09095095579 Email Us: Munpangantucanbukidnon@yahoo.com Or Visit Www.philgeps.net Invitation To Bid For Itb No. 2025-05-024 The Local Government Unit – Pangantucan, Bukidnon Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein Mentioned Project: Name Of Project : Purchase Of Meals And Snacks For Lgu Location : Pangantucan, Bukidnon Approved Budget For The Contract : Php 325,700.00 Contract Duration : Delivery Period : 10 Calendar Days Brief Description : Item No. Description Unit Quantity Unit Price Amount Purchase Of Meals And Snacks For Lgu Mmo Coa Exit Conference 1 Snacks: Puto Cheese, Mango, Brewed Coffee With Creamer Covers 50 2 Lunch: Rice, Tempura Shrimps With Dipping, Tinolang Native Chicken, Beefsteaks, Kinilawng Malasugi, Mango & Melon, Softdrinks Covers 50 3 Pm Snacks: Choco Moron, Cucumber & Pineapple Juice Covers 50 4 Whole Lechon Baboy 30kls Pc 1 Sub Total: 37,250.00 Conduct Solid Waste Management Board Meeting 1 Am Snacks: Bilo-bilo Benignet And Mineral Water Covers 30 2 Lunch: Rice, 4 Season Vege Sari-sari, Fish Escabetse, Beefsteak Tagalog, Assorted Fruits And Softdrinks Covers 30 Sub Total: 10,200.00 Released Of Barangay Volunteers Nabaliwa 1 Packed Lunch: Rice, Chicken Joy, Pork Steak, Softdrinks Covers 20 Released Of Barangay Volunteers South Pangantucan 1 Packed Lunch: Rice, Chicken Joy, Pork Menudo, Softdrinks Covers 20 2 Snacks: Chicken Siopao, Bottled Water Covers 20 Sub Total: 8,600.00 Monthly Executive Meeting (april, May, June) April 1 Lunch: Rice, Fish Escabetse (sari) Chicken Fillet With Mayo Dipping, Pork Steak, Melon, Softdrinks Covers 40 2 Snacks: Purple Yum Donut, Mango Or Pineapple Strawberry Juice Covers 40 May 1 Lunch: Rice, Pork Kare-kare, Fish Fillet (malasugi With Tartar Sauce, Chicken Embutido, Assorted Fruits Covers 40 2 Snacks: Special Empanada, Pineapple, Blue Berry Four Season Juice Covers 40 June 1 Lunch: Rice, Pinakbet Pork With Gata, Pork Hamonada, Garlic Parmesan Chicken Wings, Assorted Fruits, Softdrinks Covers 40 2 Snacks: Banana Cake, Coffee With Creamer/lemonade Juice Covers 40 Sub Total: 42,000.00 Bac Snacks For Bac Meeting 1 Snacks Pm: Spaghetti W/bread, Juice In Can Four Season Covers 15 2 Snacks Pm: Chicken Siopao, Juice In Can Four Season Covers 15 3 Snacks Pm: Chicken Sotanghon W/bread, Juice In Can Four Season Covers 15 4 Snacks Pm: Puto Cheese (2), Juice In Can Four Season Covers 15 5 Snacks Pm: Special Empanada, Juice In Can Four Season Covers 15 6 Snacks Pm: Biko, Juice In Can Four Season Covers 15 7 Snacks Pm: Cinnamon Bread, C2 Juice Apple 355ml Covers 15 8 Snacks Pm: Spaghetti W/bread, Juice In Can Four Season Covers 15 9 Snacks Pm: Chicken Siopao, Juice In Can Four Season Covers 15 10 Snacks Pm: Chicken Sotanghon W/bread, Juice In Can Four Season Covers 15 11 Snacks Pm: Puto Cheese (2), Juice In Can Four Season Covers 15 12 Snacks Pm: Special Empanada, Juice In Can Four Season Covers 15 13 Snacks Pm: Biko, Juice In Can Four Season Covers 15 14 Snacks Pm: Cinnamon Bread, C2 Juice Apple 355ml Covers 15 Sub Total: 14,700.00 Mto Meals And Snacks For Pto Staff 1 Snacks: Special Mamon And Softdrinks Covers 15 2 Meals: Unlimited Rice, Beefsteak, Chopsuey Sliced Mango, Mineral Water 12 Oz And Softdrinks Covers 15 Sub Total: 3,750.00 Sbo Inaugural Session 1 Lunch: Unli Rice, Softdrinks, Beef Steak, Humba, Lauyang Baka, Adobong Manok Bisaya, Fruits In Season Covers 120 2 Litson 65 Kls Pc 1 Sub Total: 150,000.00 Comelec National And Local Elections 1st Day 1 Breakfast: 2 Sunny Side Up Egg, Hotdog, Fried Fish, Rice, Milo/coffee Covers 11 2 Am Snacks: Biko, Manggo, C2 Covers 11 3 Lunch: Humba, Pinakbit, Sinugba Isda, Fruits, Coke, Rice Covers 11 4 Pm Snacks: Banana Cake Esp. C2 Covers 11 5 Dinner: Inon-onan Tuna, Sabaw Baka, Rice, Coke And Melon Covers 11 2nd Day 1 Breakfast: Tocino Roll, Chicken, Boiled Egg, Pinikas Bulad, Rice Covers 11 2 Am Snacks: Esp. Ensaymada, C2 Covers 11 3 Lunch: Tuna Sugma, Sotanghon Soup, Rice Covers 11 4 Pm Snacks: Ham Empanada 2pcs Each, C2 Covers 11 5 Dinner: Afritada Chicken, Tuna Bola2x, Coke, Rice, Saging Covers 11 3rd Day 1 Breakfast: Embotido, Tuna Sisig, Coffee, Rice Covers 11 2 Am Snacks: Spaghetti, Loaf Bread, C2 Covers 11 3 Lunch: Melon, Coke, Rice, Esp. Lumpia Covers 11 4 Pm Snacks: Siopao Chicken, C2 Covers 11 5 Dinner: Corn Soup With Broccoli Covers 11 4th Day 1 Breakfast: Corn Beef With Corn, Rice, Coffee And Tilapia Isda Covers 10 2 Am Snacks: Macaroni Salad, Coke Covers 10 3 Lunch: Pancit Guisado, Melon, Coke Covers 10 4 Pm Snacks: Macaroni Salad With Loaf Bread, C2 Covers 10 5 Dinner: Humba W/ Banana, Tuna Lumpia, Rice, Coke, Saging Covers 10 5th Day 1 Breakfast: Tocino Beef, Rice, Coffee, Fish Fillet, Itlog Covers 11 2 Am Snacks: Puto, Bitso-bitso, Coffee Covers 11 3 Lunch: Tuna Belly, Pasayan W/ Corn, Beef Lauya, Rice, Coke, Melon Covers 11 4 Pm Snacks: Cinnamon Bread, C2 Covers 11 5 Dinner: Adobong Manok Bisaya W/ Kapayas, Tuna Sugba, Sabaw Bisaya Manok, Melon, Rice, Coke Covers 30 6 Midnight Snacks: Aroscaldo W/bisaya Manok, Coffee, Biskwit,candies Covers 30 Sub Total: 59,200.00 Grandtotal 325,700.00 Bidders Should Have Completed, Within One Year (1 Yr.) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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 Local Government Unit – Pangantucan, Bukidnon And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm, Mondays To Fridays. The Complete Schedules Of Activities Are Listed, As Follows: Activities Schedule 1. Advertisement May 14 To May 20, 2025 2. Issuance Of Bid Documents May 14 To May 20, 2025 3. Opening Of Bids May 21, 2025 @ 1:30 P.m., Wednesday, @ Room 2 Right Side Municipal Gymnasium, Poblacion, Pangantucan, Bukidnon Bids And Awards Committee (bac) Cell # 09555548248 Email Us: Munpangantucanbukidnon@yahoo.com Or Visit Www.philgeps.net A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Above Schedule From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00 Bids Must Be Delivered To The Address Below On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Of Stated In Itb. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit – Pangantucan, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Their Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Antonia J. Rupinta Bac Secretariat Cell# 09555548248 Or Visit Www.philgeps.net Teodoro B. Quirante, Iii Bac Chairmanbid Form Date: May 21, 2025 Itb No: 2025-05-024 To: Local Government Unit Pangantucan, Bukidnon Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers 2025-05-024 The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer Purchase Of Meals And Snacks For Lgu. In Conformity With The Said Bidding Documents For The Sum Of Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of This Bidding Document. Dated This ________________ Day Of ________________, 2025 _______________________ __________________________ [signature Over Printed Name] [position] Duly Authorized To Sign Bid For And On Behalf Of ________ [name Of Establishment]

Municipality Of Pangantucan, Bukidnon Tender

Food Products
Philippines
Closing Date30 May 2025
Tender AmountPHP 325.7 K (USD 5.8 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Pangantucan Tin 099-000-631-170 Office Of The Municipal Mayor Bids And Awards Committee (bac) Cell # 09095095579 Email Us: Munpangantucanbukidnon@yahoo.com Or Visit Www.philgeps.net Invitation To Bid For Itb No. 2025-05-027 The Local Government Unit – Pangantucan, Bukidnon Through The Bids And Awards Committee (bac) Now Invites Bids For The Herein Mentioned Project: Name Of Project : Purchase Of Meals And Snacks For Lgu – Re-bid Location : Pangantucan, Bukidnon Approved Budget For The Contract : Php 325,700.00 Contract Duration : Delivery Period : 10 Calendar Days Brief Description : Item No. Description Unit Quantity Unit Price Amount Purchase Of Meals And Snacks For Lgu– Re-bid Mmo Coa Exit Conference 1 Snacks: Puto Cheese, Mango, Brewed Coffee With Creamer Covers 50 2 Lunch: Rice, Tempura Shrimps With Dipping, Tinolang Native Chicken, Beefsteaks, Kinilawng Malasugi, Mango & Melon, Softdrinks Covers 50 3 Pm Snacks: Choco Moron, Cucumber & Pineapple Juice Covers 50 4 Whole Lechon Baboy 30kls Pc 1 Sub Total: 37,250.00 Conduct Solid Waste Management Board Meeting 1 Am Snacks: Bilo-bilo Benignet And Mineral Water Covers 30 2 Lunch: Rice, 4 Season Vege Sari-sari, Fish Escabetse, Beefsteak Tagalog, Assorted Fruits And Softdrinks Covers 30 Sub Total: 10,200.00 Released Of Barangay Volunteers Nabaliwa 1 Packed Lunch: Rice, Chicken Joy, Pork Steak, Softdrinks Covers 20 Released Of Barangay Volunteers South Pangantucan 1 Packed Lunch: Rice, Chicken Joy, Pork Menudo, Softdrinks Covers 20 2 Snacks: Chicken Siopao, Bottled Water Covers 20 Sub Total: 8,600.00 Monthly Executive Meeting (april, May, June) April 1 Lunch: Rice, Fish Escabetse (sari) Chicken Fillet With Mayo Dipping, Pork Steak, Melon, Softdrinks Covers 40 2 Snacks: Purple Yum Donut, Mango Or Pineapple Strawberry Juice Covers 40 May 1 Lunch: Rice, Pork Kare-kare, Fish Fillet (malasugi With Tartar Sauce, Chicken Embutido, Assorted Fruits Covers 40 2 Snacks: Special Empanada, Pineapple, Blue Berry Four Season Juice Covers 40 June 1 Lunch: Rice, Pinakbet Pork With Gata, Pork Hamonada, Garlic Parmesan Chicken Wings, Assorted Fruits, Softdrinks Covers 40 2 Snacks: Banana Cake, Coffee With Creamer/lemonade Juice Covers 40 Sub Total: 42,000.00 Bac Snacks For Bac Meeting 1 Snacks Pm: Spaghetti W/bread, Juice In Can Four Season Covers 15 2 Snacks Pm: Chicken Siopao, Juice In Can Four Season Covers 15 3 Snacks Pm: Chicken Sotanghon W/bread, Juice In Can Four Season Covers 15 4 Snacks Pm: Puto Cheese (2), Juice In Can Four Season Covers 15 5 Snacks Pm: Special Empanada, Juice In Can Four Season Covers 15 6 Snacks Pm: Biko, Juice In Can Four Season Covers 15 7 Snacks Pm: Cinnamon Bread, C2 Juice Apple 355ml Covers 15 8 Snacks Pm: Spaghetti W/bread, Juice In Can Four Season Covers 15 9 Snacks Pm: Chicken Siopao, Juice In Can Four Season Covers 15 10 Snacks Pm: Chicken Sotanghon W/bread, Juice In Can Four Season Covers 15 11 Snacks Pm: Puto Cheese (2), Juice In Can Four Season Covers 15 12 Snacks Pm: Special Empanada, Juice In Can Four Season Covers 15 13 Snacks Pm: Biko, Juice In Can Four Season Covers 15 14 Snacks Pm: Cinnamon Bread, C2 Juice Apple 355ml Covers 15 Sub Total: 14,700.00 Mto Meals And Snacks For Pto Staff 1 Snacks: Special Mamon And Softdrinks Covers 15 2 Meals: Unlimited Rice, Beefsteak, Chopsuey Sliced Mango, Mineral Water 12 Oz And Softdrinks Covers 15 Sub Total: 3,750.00 Sbo Inaugural Session 1 Lunch: Unli Rice, Softdrinks, Beef Steak, Humba, Lauyang Baka, Adobong Manok Bisaya, Fruits In Season Covers 120 2 Litson 65 Kls Pc 1 Sub Total: 150,000.00 Comelec National And Local Elections 1st Day 1 Breakfast: 2 Sunny Side Up Egg, Hotdog, Fried Fish, Rice, Milo/coffee Covers 11 2 Am Snacks: Biko, Manggo, C2 Covers 11 3 Lunch: Humba, Pinakbit, Sinugba Isda, Fruits, Coke, Rice Covers 11 4 Pm Snacks: Banana Cake Esp. C2 Covers 11 5 Dinner: Inon-onan Tuna, Sabaw Baka, Rice, Coke And Melon Covers 11 2nd Day 1 Breakfast: Tocino Roll, Chicken, Boiled Egg, Pinikas Bulad, Rice Covers 11 2 Am Snacks: Esp. Ensaymada, C2 Covers 11 3 Lunch: Tuna Sugma, Sotanghon Soup, Rice Covers 11 4 Pm Snacks: Ham Empanada 2pcs Each, C2 Covers 11 5 Dinner: Afritada Chicken, Tuna Bola2x, Coke, Rice, Saging Covers 11 3rd Day 1 Breakfast: Embotido, Tuna Sisig, Coffee, Rice Covers 11 2 Am Snacks: Spaghetti, Loaf Bread, C2 Covers 11 3 Lunch: Melon, Coke, Rice, Esp. Lumpia Covers 11 4 Pm Snacks: Siopao Chicken, C2 Covers 11 5 Dinner: Corn Soup With Broccoli Covers 11 4th Day 1 Breakfast: Corn Beef With Corn, Rice, Coffee And Tilapia Isda Covers 10 2 Am Snacks: Macaroni Salad, Coke Covers 10 3 Lunch: Pancit Guisado, Melon, Coke Covers 10 4 Pm Snacks: Macaroni Salad With Loaf Bread, C2 Covers 10 5 Dinner: Humba W/ Banana, Tuna Lumpia, Rice, Coke, Saging Covers 10 5th Day 1 Breakfast: Tocino Beef, Rice, Coffee, Fish Fillet, Itlog Covers 11 2 Am Snacks: Puto, Bitso-bitso, Coffee Covers 11 3 Lunch: Tuna Belly, Pasayan W/ Corn, Beef Lauya, Rice, Coke, Melon Covers 11 4 Pm Snacks: Cinnamon Bread, C2 Covers 11 5 Dinner: Adobong Manok Bisaya W/ Kapayas, Tuna Sugba, Sabaw Bisaya Manok, Melon, Rice, Coke Covers 30 6 Midnight Snacks: Aroscaldo W/bisaya Manok, Coffee, Biskwit,candies Covers 30 Sub Total: 59,200.00 Grandtotal 325,700.00 Bidders Should Have Completed, Within One Year (1 Yr.) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 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 Local Government Unit – Pangantucan, Bukidnon And Inspect The Bidding Documents At The Address Given Below During 8:00 Am – 5:00 Pm, Mondays To Fridays. The Complete Schedules Of Activities Are Listed, As Follows: Activities Schedule 1. Advertisement May 23 To May 30, 2025 2. Issuance Of Bid Documents May 23 To May 30, 2025 3. Opening Of Bids May 30, 2025 @ 1:30 P.m., Friday, @ Room 2 Right Side Municipal Gymnasium, Poblacion, Pangantucan, Bukidnon A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On The Above Schedule From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00 Bids Must Be Delivered To The Address Below On The Above Schedule. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Of Stated In Itb. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit – Pangantucan, Bukidnon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Their Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Antonia J. Rupinta Bac Secretariat Cell# 09555548248 Or Visit Www.philgeps.net Teodoro B. Quirante, Iii Bac Chairman Bid Form Date: May 30, 2025 Itb No: 2025-05-027 To: Local Government Unit Pangantucan, Bukidnon Gentlemen And/or Ladies: Having Examined The Bidding Documents Including Bid Bulletin Numbers 2025-05-027 The Receipt Of Which Is Hereby Duly Acknowledged, We, The Undersigned, Offer Purchase Of Meals And Snacks For Lgu. In Conformity With The Said Bidding Documents For The Sum Of Or Such Other Sums As May Be Ascertained In Accordance With The Schedule Of Prices Attached Herewith And Made Part Of This Bid. We Undertake, If Our Bid Is Accepted, To Deliver The Goods In Accordance With The Delivery Schedule Specified In The Schedule Of Requirements. If Our Bid Is Accepted, We Undertake To Provide A Performance Security In The Form, Amounts, And Within The Times Specified In The Bidding Documents. We Agree To Abide By This Bid For The Bid Validity Period Specified In Bds Provision For Itb Clause 18.2 And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period. Until A Formal Contract Is Prepared And Executed, This Bid, Together With Your Written Acceptance Thereof And You’re Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Bid You May Receive. We Certify/confirm That We Comply With The Eligibility Requirements As Per Itb Clause 5 Of This Bidding Document. Dated This ________________ Day Of ________________, 2025 _______________________ __________________________ [signature Over Printed Name] [position] Duly Authorized To Sign Bid For And On Behalf Of ________ [name Of Establishment]
5531-5540 of 5640 archived Tenders