Valve Tenders
Valve Tenders
North Eastern Railway - NER Tender
Goods
Ireps
India
Description: 29738090
plate Valve For The 6500 Kva 3-phase Loco Transformer To Abb Drg. No. Hstn407437 P0
001 Type Nw80nd6 To Drg, No. Wcr-tkd-el/4-ae-012 & Gasket To Abb Id No. T-404588 P0009. [ Wa
rranty Period: 30 Months After The Date Of Delivery ] ]
amm/electric Loco Shed Gkp, Uttar Pradesh 4.00 Numbers
consignee
ner
electric Loco Shed Syh Bhtri, Uttar Pradesh 2.00 Numbers
ner
Closing Soon11 Mar 2025
Tender AmountRefer Documents
This is an estimated amount, exact amount may vary.
Department Of Agriculture Tender
Civil And Construction...+1Irrigation Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Section I. Invitation To Bid Reference No.: Da8-infra-2025-05 (id No. Bt-25-infra-39835-0005) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Rice-2025 Current Fund Intends To Apply The Sum Of Six Million Nine Hundred Twenty-five Thousand Eight Hundred Forty-one Pesos And 69/100 Only (p6,925,841.69) Being The Approved Budget For The Contract (abc) To Payment For The “supply Labor And Materials For The Construction Of Casidman Solar Powered Irrigation System (spis) Located At Brgy. Casidman, Arteche, Eastern Samar” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within One Hundred Twenty-four (124) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii: Instruction To Bidders Qty Unit Desription Estimated Total Cost Supply Labor And Materials For The Construction Of Casidman Solar Powered Irrigation System (spis) Located At Brgy. Casidman, Arteche, Eastern Samar 6,925,841.69 Scope Of Work: 67.24 Cu.m. Levelling Course 9 Cu.m. Grouted Riprap 30 L.m2 6" Diameter Hdpe Pipe 87 L.m2 1" Diameter Galvanized Iron Pipes 56 L.m2 1.5" Diameter Galvanized Iron Pipes 6 L.m2 3" Diameter Galvanized Iron Pipes 1 L.s Doors And Frame 1 L.s Fabricated Metal Roofing Accessories 1 L.s Prepainted Metal Sheets (corrugated) 28 Sq.m. Cement Plaster Finish 28 Sq.m. Painting Works 68 Sq.m. Masonry Works 1 L.s Structural Steel Roof Framing 1 L.s Valves And Pipe Fittings 14.63 Cu.m. Concrete Class "a" ( W/ Forms ) 7.64 Cu.m. Concrete Class "a" ( W/o Forms ) 65.2 Cu.m. Concrete Class "b" ( W/ Forms ) 60.2 Cu.m. Concrete Class "b" ( W/o Forms ) 7 Sq.m. Clearing And Grubbing 341.9 Cu.m. Structure Excavation 188.1 Cu.m. Embankment Fill (from Structure Excavation) 15538 Kgs. Reinforcing Bars 1 Lot Provision Of Permanent Marker 2 Each Project Billboard/signboard 1 L.s Occupational Health And Safety Program 1 Lot Mobilization & Demobilization 1 L.s Construction Of Camp And Other Temporary Facilities 1 L.s Aluminum Solar Frames 1 Assem Lightning Arrester (including Accessories And Wires) 86 L.m2 3" Cyclone Wire 86 L.m2 2 Strands Barbed Wire 1 Assem Trashrack 48 Pc Solar Modules (including Wiring) Specification: Peak Power : 550 Watts, Minimum Cell Type: Monocrystalline Efficiency: At Least 21% Mechanical Performance 5400 Pa Positive Load, Minimum 2400 Pa Negative Load, Minimum Should Pass The Following International Electrotechnical Commission (iec) Or Tuv Certification Equivalent Iec 61215 (mechanical Load, Climate, And Electrical Test) Iec 61701 (salt Mist Corrosion Test) Iec 61730 (pv Module Safety) Potential Induced Degradation (pid) Resistance Manufactured In Iso 9001 Certified Factories 1 Set Pump Set (solar Pump And Inverter/controller With Wiring) Specification: 1. Solar Pump Built In Motor Power: 22000 Watts, Minimum Tota Dynamic Head (tdh): 17 Meters, Minimum Type: Submersible Pump Discharge, Cu.m Per Day: 1300 Cu.m Per Day, Minimum With Return Valve Material: Stainless Steel Insulation Class: F Enclosure Class: Iec 34-5 Iso 5199 2. Inverter/controller Power: 30000 Watts, Minimum With Dry Run Protection Frequency: Variable Protected Against Reverse Polarity,overload, And Overtemperature Integrated Mppt (maximum Power Point Tracking) Ac/dc Compatible Enclosure Class: Ip65 Accessories: Level Switch/float Switch Discharge Meter Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1 Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2 Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; 3 Submit Brochure/technical Specification Of The Offered Solar Pump, Inverter And Solar Panels. 4 Submit Certificate Of Warranty For The Solar Pump And Inverter (at Least 1 Year) And Solar Panels (at Least 10 Years); 5 Submit Affidavit Of Stock Availability From The Source Of The Solar Pump, Inverter And Solar Panels. 6 Submit Certificate Of Accredited Service Centers Within The Region That Could Respond Within 72 Hours (including Holidays And Weekends) Upon The Request Of The End-user/ Beneficiary. B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1 In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2 Submit Pert/cpm And S-curve 3 Construction Methods 4 Manpower Schedule 5 Major Equipment Schedule 6 Provide Contractor's All Risk Insurance (cari) 7 Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1 Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2 Complete The Construction Within 124 Calendar Days; 3 Provide Necessary Tools For The Satisfactory Completion Of The Project; 4 Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5 Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6 Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7 Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8 Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos 9 Attend Pre-construction Meeting. 10 In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 11 Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12 Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1 At Least 30% Of The Physical Accomplishment; 2 At Least 50% Of The Physical Accomplishment; 3 At Least 75% Of The Physical Accomplishment And With Amtec Test Result.; 4 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1 Advance Payment Bond By The Bidder 2 On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. I. No Discount Offered Is Allowed. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 28, 2025 To March 20, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Ten Thousand Pesos Only (p10,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 6. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On March 07, 2025, 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, 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 March 20, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 20, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 12. For Further Information, Please Refer To: Eduardo Romano M. De Veyra Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Closing Date20 Mar 2025
Tender AmountPHP 6.9 Million (USD 119.3 K)
South Eastern Railway - SER Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Lot No.p.nfa-1.bin No-1/a ,10/a & 8/a.exmp.12.2024-25.05 Description- Scrap Aluminium With Iron Attachment, And Other Aluminium Casting, Field Coil, Lamp Caps, Aluminium Boring Etc. Our Offer: A) Scrap Aluminium With Or Without Iron Attachment. Such As- Wheel Set Earthing Equipment, Pheumatic Valve, Aluminium Ingots, Roller Guide, Door Closer, Center Swing Link, Top Mounting, Mp Controller, Aluminium Water Tank, Aluminium Window Shutter, Aluminium Sheet, Aluminium Shutter Frame, And Other Aluminium Misc. As In The Lot .which Are Kept In Bin No-1/a & 10/a. Qty=2599 Kgs. B) Scrap Aluminium Rear Cover And Front Cover With Or Without Rubber And Grease Attachment. In Bin No-8/a . Qty-2905 Kgs. Loading Will Be Done By Purchaser's Own Arrangement.
Closing Date25 Mar 2025
Tender AmountRefer Documents
Power Grid Corporation Of India Limited - PGCIL Tender
Goods
Machinery and Tools...+2Electrical Goods and Equipments, Electrical and Electronics
GEM
Corrigendum : Closing Date Modified
India
Description: CATEGORY: O RING P18 , O RING P7 , CONTROL VALVE SEAT , 3 BOND
COMPOUND 1 PKT 10 Gms , AIR RESERVOIR O RING , AL.
PIPE O RING IAP 100 , SET OF CIRCLIPS SPLIT PINS
DOWELPINS etc , DARINA GREASE 1 PKT 250 Gms , Anabond
680silastic1080 100 Gm , DRAIN VALVE , CHECK VALVE NRV
, SAFETY VALVE , RESISTOR 3.3 K OHM , TRIP LATCH
SPRING , ANTIPUMPING SPRING , HOLDING LATCH WITH
ROLLER BEARING , BEARING FOR BARPIN WHERE HOLDING
LATCH GETS LATCHED , BEARING FOR HOLDING LATCH
BARPIN MECHFRAME , FORNT REAR DOOR GASKETS ,
OPERATION COUNTER , CAP SEAL WITH O RING ,
SHOCKPROOF RUBBER WITH HARDWARES , CHEMISTIC ,
BRONZE WASHER , FILTER PAD FOR LOUVERS , BLIND CAPS
FOR GAS STOP VALVEDILO VALVE CAP , THERMOSTAT , GAS
PRESSURE GAUGE , AIR PRESSURE GAUGE , AIR PRESSURE
SWITCH WITH ADOPTER , SPACE HEATER 250W , LR
SWITCH 7 POLE , TNC SWITCH 4 POLE , WINDOW GLASS
WITH GASKET CORD , AUX. SWITCH SHAFT WITH LEVER ,
TRIP COIL 220V DC , CLOSE COIL 220V DC , 3NO2NCDC
CONTACTOR WITH ADD ON BLOCK 4 NO , 3 NO2NC DC
CONTACTOR WITH Add on 2NO 2NC , Motor Contactor 415V
AC , Overload Relay 4 to 6A , MCB 4 Pole 415V AC , MCB 2
Pole 230V AC , Compressor Belt A63 , Compressor Tuneup
Kit , O RING IAP40 , O RING IAP 90 , Shock absorber Oil ,
EMERY PAD , overhauling charges for mech of 400 KV CGL
make CB type 400FM40A
Closing Soon6 Mar 2025
Tender AmountINR 2.4 Million (USD 27.8 K)
Bharat Heavy Electricals Limited - BHEL Tender
Goods
Machinery and Tools
GEM
Corrigendum : Corrigendum Added
India
Description: CATEGORY: 3 by 8 INCH QUICK RELEASE COUPLING WITH 3 by 8 INCH
BRASS NIPPLE , 1 1 by 4 INCH BRASS INJECTOR WITH BRASS
NEEDLE VALVE , 3 by 4 INCH BALL VALVE WITH 3 by 4 INCH
NIPPLE , 1-INCH BALL VALVE WITH 1-INCH NIPPLE , 1-INCH
AUTO CONDENSATE DRAIN VALVE
Closing Date31 Dec 2024
Tender AmountRefer Documents
MUNICIPALITY OF SAGADA, MOUNTAIN PROVINCE Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Ambulance (g-10-2024) Details: Body: Fb Accessories: Ambulance Sticker And Municipal Logo Aircon: Dual Ac Lead Engine & Engine Displacement: Diesel With A Minimum Displacement Of 2999 Cc Transmission: Manual Transmission Min Power: 124 @ 2,600rpm Min Torque: 354 @ 1,500rpm Drivetrain: Rear Wheel Drive Brakes: Disk (front); Drum, (rear) Suspension Front/rear: Multi- Leaf Spring Wheels And Tires:5 Including Spare Tire, 7.50-15-12pr Overall Length: 4,675mm Wheelbase: 2,490 Mm Gross Vehicle Weight: 4,490kg Gross Payload: 2,635kg Warranty Aluminum Van: 6 Months Against Inherent Defects Warranty Cab And Chassis: 3 Years Warranty Or First 100,000km Whichever Comes First Pms: Free Labor For The First 1,500 Km And 5,000km Except For Oil And Materials I. Vehicle Specifications And Requirements 1. Vehicle Type: Four-wheel Passenger Van With 4 Doors (2 At Tfie Front For The Driver And Passenger, One Eliding Door Or Barn Door At The Right Side And Tailgate Or Barn Door At The Rear) 2.wheelbase: At Least 2800 Mm 3.drive Type: Rear Wheel Drive 4.engine Size/displacement: 2.5 To 3.0 Liters 5. Engine Type: 4 Cylinders, In-line Type, 16 Valves, Double Over Head Cam (dohc) 6. Alternator And Battery: The Capacity Of The Alternator And Battery Must Be Sufficient To Supply The Additional Load Demands Of All Medical Equipment 7. Fuel-injector System: Direct Injection 8. Emission Compliance: Euro 4 9. Fuel Type: Diesel 10. Fuel Tank Capacity: At Least 65 Liters 11. Transmission: Manual With At Least Fis'e (5) Speed + One (1) Reverse 12. Steering: Left Hand Drive With Power-steering System 13. Brakes: Ventilated Disk On The Front And Ventilated Disk Or Drum Type On The Rear. With Anti- Lock Braking System. With Parking Brake 1 4. Front Suspensions: Mcpherson Strut Or Double Wishbone Or Torsion Bar With Stabilizer 15. Rear Suspensions: Rigid Azle With Leaf Spring And Double Acting Shock Absorbers 16. Wheels: At Least 15 Inch, Aluminum Mag Wheels Or Steel Wheels With Fult Cover 1 7. Tires: Radial Type And At Least 195 Mm Tire Width 18. Standard Vehicle Lamps: Head Lamps, Tail Lamps, Stop Lamps, Signal Lamps, License Plate Lamps, Fog Lamps And Step Lamps 19. Vehicle Body Color: White 20. Floor Material: Metal With Anti-static Floor Matting. Each Entry Point Of The Patient Compartment Must Be Fitted With A Diamond Tread Plate Flooring. 21. Standard Dashboard Instrumentations: Speedometer, Odometer, Fuel Gauge, Digital Clock, Warning Lamps For Low Oil Pressure, Cooling Water Level, Overheating, Low Battery Charge, Indicator Lamps For Parking Brake And Head Light High-beam, Engine Check, Door Open. 22. Dashboard Camera: Resolution Of At Least 1920x1080@30fps, Angle Of View At Least 120 Degrees Diagonal, At Least 2 Inch Led Display, Minimum Storage Capacity Of 64gb, With Loop Recording, Automatic On/off And Night Vision Recording In Low Light. The Camera Must Be Permanently Installed On The Dashboard Or Windshield. The Power Supply Must Be From The Vehicle Battery. 23. Standard Driver's Cabin Accessories: Am/fm Radio With Speakers, Usb Connector, Front Personal Lamp For Driver And Passenger, Rear View Mirror, Sun Visor And Assist Grips For The Driver And Passenger. 24. Vehicle Glass Widows: The Vehicle Glass Windows (except The Windshield) Must Be Installed With Medium Shade (35% Visible Light Transmitted) Glass Tint. 25. Windshield Wipers: With At Least Two (2) Speed Intermittent With Washer 26. Air Conditioning System: Dual Type; At The Driver's Cabin And At The Patient Compartment With Independent Controls. 27. Seat Belts: 3 Point Emergency Locking Retractor (elr) Seatbelts For The Driver And Front Passenger. 28. Airbags: Supplemental Restraint System (srs) Airbags For The Driver And For The Front Passenger. 29. Driver And Passenger Side Mirrors: Standard Convex Type, Manual Or Power Adjustment U 30. Vehicle Interior Trim: Moulded Trim. The Ceiling Must Be Provided With Insulation. 31. Stainless Steel Plate On The Rear Bumper To Protect The Bumper When The Ambulance Stretcher Is Being Loaded To The Ambulance. 32. Set Of Tools: Bydraulic Jack, Tire Wrench, Flat And Philips Screw Drivers, Set Of Pliers, Adjustable Wrench, Early Warning D Vice And Spere Wheel And Tire. Ii. Emergency Lights, Sirens And Public Address System 1. Emergency Lights: Roof Mounted Light Bar With Red And Green Flashing Led Lights. The Length Of The Light Bar Must Be The Same As The Width Of The Vehicle Roof. 2. Electric Siren And Public Address System: Standard Ambulance Siren Tones (horn, Manual, Wail, Yelp, Phaser, Rilo/two Tone) And With At Least Two 100 Watts Amplifier And Siren Speakers. With Rotary Switch And Momentary Push-button Override Control. Public Address Override With Attached Microphone And Volume Control Knob 3. Red And Green Flashing Led Lights Mounted On The Upper Part Of The Rear Of The Ambulance 4. Red And Green Led Trashing Lights Mounted On The Front Grill Of The Ambulance Ih. Ambulance Body Marking 1. The Front Of The Ambulance Shall Be Marked With A Reflectorized And Capitalized Word “ambulance” Which Is Spelled Out In Reverse (mirror Image). The Height Of Each Letter Shall Be No Less Than 10 Cm And The Letters Must Be In Red Color. The Word Shall Be Seen At Least Six (6) Meters Away. 2. Each Side Of The Ambulance Body Shall Have The Capitalized Word “ambulance” Not Less Than 15 Cm In Height And The Letters Must Be In Red Color. 3. The Rear Side Of The Ambulance Shall Be Marked With A Reflectorized And Capitalized Word “ambulance” Not Less Than 15 Cm In Height. The Letters Must Be In Color Red. 4. The Prescribed Doh Logo With A Diameter Of Not Less Than 36 Cm Shall Be Placed On The Driver's Door And On The Front Passenger Door. Iii. Patient Compartment 1. Compartment Interior Height: At Least L600mm 2. Compartment Interior Width: At Least L500mm 3. Partition Between The Driver And Patient Compartment: Air Tight Bulkhead Made Of Non-porous Material With A Transparent And Shatter-proof Sliding Window At Least 35 Cm X 30 Cm. 4. Storage Cabinet For Medicines, Instruments And Medical Equipment A) Built-in Cabinet Made Of White Painted Aluminium Panels Or Other Lightweight, Equivalent Strength Material Such As Fiberglass, Composites And Fiberglass Reinforced Plastics. The Cabinet Must Be Mounted On The Upper Left Side Of The Patient Compartment And Must Be At Least 200 Cci But Must Not Be More Than 210 Cm In Length. The Cabinet Must Be Firmly Anchored (bolted Or Welded) To Tapping Plates Of The Body Structure. B) The Cabinet Must Have Transparent And Shatter-proof Sliding Doors With Low Profile Handles. The Sliding Doors Must Be Easily Opened Hut Must Not Open During Transit. The Sliding Doors Must Be Fitted With Automatic Latch Or Friction Bolding Device. C) The Cabinet Must Have At Least 4 Shelves With At Least One Shelf Designed To Fit And Carry Heavy Medical Equipment Such As The Defibrillator And Nebulizer. The Shelves Must Have A Depth At Least 30 Cm But Must Not Be More Than 50 Cm. 5. Compartment For The Folding Stretcher And Scoop Stretcher: Installed Below The Storage Cabinet, Made Of White Painted Aluminum Panels Or Other Lightweight, Equivalent Strength Material Such As Fiberglass, Composites And Fiberglass Reinforced Plastics. The Compartment Must Be At Least 200 Cm But Must Not Be More Than 210 Cm In Length. The Cabinet Must Be Firmly Anchored (bolted Or Welded) To Tapping Plates Of The Bod7 "t••cture. 6. Bench For Medical Personnel: The Ambulance Must Be Fitted With 3-seater Bench Permanently Mounted On The Ambulance Floor; One On The Head Side Of The Patient And One On The Right Side Of The Patient Compartment. The Bench (seat And Backrest) Must Be Made Of Sturdy Aluminate Frame And Panels Coated With White Color Paint Or Other Lightweight, Equivalent Strength Material Such As Fiberglass Reinforced Plastics Or Plastic Laminated. The Seat And Backrest Must Be Fitted With Mattress Made Of Polyurethane Foam Covered With A Washable Leatherette Material. The Construction Of The Bench Must Be In Such A Way That The Underneath Can Be Used As A Compartment. The Bench Must Have A 2-point Seatbelt For Each Person. 7. Overhead Lighting: At Least 2 Led White Lights With Low Light Option 8.grab Rail: Aluminium Or Stainless Steel Grab Rail At Least 120 Cci Long, 10 Cm Depth (maximum) Installed On The Ceiling Right Above The Patient/ambulance Stretcher. 9. 220v Ac Supply: The Patient Compartment Must Be Installed With An Electronic Inverter With A Capacity Of At Least 2kva And An Output Voltage Of 220v, 60 Hz. At Least Five (5) Convenience Outlets Must Be Installed At The Different Points On The Compartment To Supply Power To The Medical Equipment. 10. Intercom System: Intra-vehicle Intercom System Must Be Fitted To Serve As Voice Communication Between The Driver And Personnel In The Patient Compartment. Iv. Medical Equ&ment And Instruments 1. Ambulance Stretcher 2. Automatic External Defibrillator (aed) 3. Nebulizer 4. Portable Suction Machine 5. Aneroid Sphygmomanometer 6. Examining Light 7. Folding Stretcher 8. Scoop Stretcher 9. Heavy Duty Stethoscope (1 Pediatric And 1 Adult) 10. Non-contact Thermometer 11. Blood-glucose Meter With Strip 12. Manual Resuscitators For Adult, Pediatric And Infant 13. Oxygen Cylinder With Oxygen Therapy Set 14. Laryngoscopes Set 15. Immobilization Devices 16. Delivery Set
Closing Date19 Mar 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)
3431-3440 of 3605 active Tenders