Valve Tenders
Valve Tenders
Municipality Of San Jose, Tarlac Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Rfq-2025-018 " (pursuant To Sec. 54.2 Of The Revised Implementing Rules And Regulation Of R.a. 9184) Alternative Mode Of Procurement Of Supply & Delivery Of Various Goods For Repair & Maintenance Of Public Building At San Jose, Tarlac " Date: February 5, 2025 The Local Government Unit (lgu), Through Its Bids And Awards Committee (bac) Will Undertake Alternative Mode Of Procurement And Invites Enter Supply & Delivery Of Various Goods For Repair & Maintenance Of Public Building At San Jose, Tarlac No. Item Unit Qty. Estimated Cost Approved Budget 1 Cement Bags 140 220.00 30,800.00 2 Paint Brush 2" Pc 1 30.00 30.00 3 12mm Pcs 50 220.00 11,000.00 4 10mm Pcs 40 160.00 6,400.00 5 9mm Pcs 10 110.00 1,100.00 6 G.i. Wire Kls 2 100.00 200.00 7 Tali Roll 1 2,100.00 2,100.00 8 Pdx #12 M 15 55.00 825.00 9 Breaker 20a Pcs 2 420.00 840.00 10 Pdx Clam Pcs 15 2.00 30.00 11 Tansi Grass Cutter Roll 2 170.00 340.00 12 Straw Roll 1 162.00 162.00 13 Safety Breaker 30a Pc 1 420.00 420.00 14 Bulb 9w Pcs 10 115.00 1,150.00 15 2 Gang Switch Pcs 2 150.00 300.00 16 1gang Switch Pcs 4 100.00 400.00 17 Electrical Tape Big Pcs 2 55.00 110.00 18 Thhn Wire #35 M 30 35.00 1,050.00 19 Pvc Pipe 1/2 Orange Pcs 3 95.00 285.00 20 Pvc Clam Pcs 10 20.00 200.00 21 Door Lock Pcs 4 380.00 1,520.00 22 Faucet Long Pcs 2 150.00 300.00 23 Angle Valve 1/2 Pc 1 150.00 150.00 24 Pliers Pc 1 200.00 200.00 25 Pad Lock Pcs 4 140.00 560.00 26 Teflon Pcs 2 35.00 70.00 27 Jetmatic Pcs 11 3,200.00 35,200.00 28 G.i. Pipe 2" Pcs 2 2,200.00 4,400.00 29 Flat Latex Pail 2 1,800.00 3,600.00 30 Roller Brush 7" Pcs 2 80.00 160.00 31 Paint Brush Pc 1 30.00 30.00 32 G.i. Pipe 1 1/4 S40 Pcs 2 1,300.00 2,600.00 33 G.i Coupling 1 1/4 Pc 1 160.00 160.00 34 Jetmatic Pump Unit 1 3,500.00 3,500.00 35 Plug Pcs 8 35.00 280.00 36 Clam Pc 1 60.00 60.00 37 Drop Light Pcs 3 300.00 900.00 38 Lavatory Faucet Pc 1 250.00 250.00 39 1 X 2 X 10 Pcs 10 230.00 2,300.00 40 Common Nail 1.5 Kl 1 90.00 90.00 41 Paint White Lit 1 200.00 200.00 42 Nail 1" Kl 1 90.00 90.00 43 Nail 2" Kl 1 90.00 90.00 44 Tansi Roll 1 150.00 150.00 45 Spray Paint Pc 1 140.00 140.00 46 Solvent Small Pc 1 110.00 110.00 47 C-clam Pcs 20 2.00 40.00 48 Ball Valve 1/2 Pc 1 70.00 70.00 49 Elbow Plain 1/2 Pcs 6 20.00 120.00 50 Tee 1/2 Pc 1 20.00 20.00 51 Elbow With Thread Pcs 3 20.00 60.00 52 Faucet Pcs 2 130.00 260.00 53 Pe M-adapter 1/2 Pc 1 90.00 90.00 54 Pvc Pipe 1/2 Blue Pcs 4 95.00 380.00 55 Teplon Pcs 5 25.00 125.00 56 Extension (10 Meters) Pc 1 450.00 450.00 57 2 Gang Outlet Pc 1 150.00 150.00 58 Amco Box Pc 1 50.00 50.00 59 Safety Breaker 20amp Pcs 7 470.00 3,290.00 60 3 Gang Outlet Surface Type Pcs 18 100.00 1,800.00 61 2 Gang Outlet Pcs 10 170.00 1,700.00 62 3 Gang Switch Pcs 10 180.00 1,800.00 63 Plug White Ordinary Pcs 20 35.00 700.00 64 Wire Roll 1 3,750.00 3,750.00 65 Plug Pcs 9 40.00 360.00 66 Stulity Box Pcs 4 40.00 160.00 67 Vulcaseal Lit 1 650.00 650.00 68 G.i Wire Kls 2 90.00 180.00 69 G.i Pipe 2 S40 Pc 1 2,200.00 2,200.00 70 Spray Paint Deep Green Pcs 2 120.00 240.00 71 Angle Bar 1 1/2 Pc 1 540.00 540.00 72 Cutting Disc Pcs 3 50.00 150.00 73 Safety Breaker 30amp W/ Outlet Pc 1 450.00 450.00 74 Electrical Big Pc 1 50.00 50.00 75 Welding Rod Kl 1/2 100.00 50.00 76 Door Knob Set 1 400.00 400.00 77 Grinding Disc Pc 1 50.00 50.00 78 Thhn # 8 M 3 75.00 225.00 79 Epoxy Primer Lit 1 250.00 250.00 80 Paint Brush 2" Pc 1 30.00 30.00 81 Spray Paint Gold Pcs 2 170.00 340.00 82 Pako 2" Lot 1.00 100.00 20.00 83 Coco Lumber 2 X 2 X 10 Lot 1 875.00 875.00 84 Coco Lumber 2 X 2 X 12 Lot 1 290.00 290.00 85 Yero 7 Ft Pcs 5 364.00 1,820.00 86 Yero 6 Ft Pcs 5 252.00 1,260.00 87 Yero 8 Ft Pcs 5 384.00 1,920.00 88 Liso 4 X 8 Pcs 2 600.00 1,200.00 89 Pako Yero Kls 2 120.00 240.00 90 Pako 3" Kl 1 80.00 80.00 91 G.i. Pipe 2" S40 Pcs 10 2,100.00 21,000.00 92 Pdx #14 M 20 50.00 1,000.00 93 Flexible Hose 1/2 M 20 12.00 240.00 94 Door Knob Pcs 2 450.00 900.00 95 Tubular 2 X 2 X 1/2 Pcs 6 650.00 3,900.00 96 Hardiflex 3/16 Pcs 6 400.00 2,400.00 97 Blind Rivet 5/32 X 1/2 Pcs 1 300.00 300.00 98 Cutting Disc Pcs 4 50.00 200.00 99 Solo Flat Latex Pcs 1 1,800.00 1,800.00 100 Skim Coat Bags 1 550.00 550.00 101 Brush 2" Pc 1 40.00 40.00 102 Roller Brush 7" Pcs 1 90.00 90.00 176,157.00 Any Interested Entity Must Submit Their Quotation In Sealed Envelope (using The Prescribed Form, See Annex “a”) Febraury 10, 2025; 10: 00 A.m. The Lgu San Jose, Tarlac. 1. The Lgu Reserves The Right To Accept Or Reject Any Offer/quotation, To Reject All Offer/quotation At Any Time Prior To Contract Award, To Exclude Any Item Or Reduce The Number Of Units And The Corresponding Abc As Determined By Lgu And To Award And Contract To The Bidder With The Most Advantageous Offer, Without Thereby Incurring Any Liability To The Interested Entities. For The Bac: Eng’r. Jimmy C. Dancel Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 176.1 K (USD 3 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Details: The Department Of Veterans Affairs Network Contracting Office 2 Is Issuing This Source Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources Providing Medical Air And Vacuum Systems Maintenance At The James J. Peters V.a. Medical Center Campus Located At 130 West Kingsbridge Road, Bronx, New York 10468.
the Result Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 811310.
the Va Requires A 12-month Base Year, Plus Four 12-month Options Contract. This Contract Will Be Inclusive Of All Labor, Tools, Material, And Special Equipment Necessary To Perform Quarterly And Yearly Preventative Maintenance, Repairs And Emergency Services On The Facility Medical Air And Medical Vacuum Systems And Associated Equipment.
based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition.
telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.
submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above Listed Services Are Invited To Submit A Response To This Sources Sought Notice By February 12, 2025, At 12:00pm Est.
all Responses Under This Sources Sought Notice Must Be Emailed To Lee.kern@va.gov.
please See The Below Performance Work Statement (pws):
general:
the Contractor Shall Provide All Labor, Tools, Material, And Special Equipment Necessary To Perform Quarterly And Yearly Preventative Maintenance, Repairs And Emergency Services On The Facility Medical Air And Medical Vacuum Systems And Associated Equipment At The James J. Peters V.a. Medical Center Campus Located At 130 West Kingsbridge Road, Bronx, New York 10468. This Is An Annual Based Requirement.
at The Completion Of All Testing, Maintenance And Repairs; Contractor Must Provide Documentation Certifying Compliance With Current National Fire Protection Association (nfpa) - 99 (health Care Facilities Code Latest Edition), Compressed Gas Association (cga) And The Joint Commission Organization (tjc) - Latest Edition Or Other Applicable Current Recommendations.
in The Event Such Systems And Equipment Do Not Meet Requirements Of The Previous Reference Documents Or Other Applicable Documents, Contractor Will Issue Certifying Documentation Subject To Listed Recommendations (provide A Summary Sheet Detailing Discrepancies And Recommendations To Resolve Discrepancies) To Bring System And Equipment Into Compliance With Standards.
conformance Standards:
all Services Provided Under This Contract Must Be Performed In Conformance With The Nfpa, Cga And Asse Specifications And Regulations. The Requirement For This Contract Shall Be One (1) Annual Yearly Inspection For The Medical Piped Gas Systems. (www.nfpa.org) (www.asse.org) (www.cganet.com)
Contractor Shall Provide A Quote For Any Parts To Be Replaced And Any Unscheduled Repairs To The Contracting Officer (co) Or The Contracting Officer S Representative (cor) Or Designated Alternate Point Of Contact.
facility Will Receive Pm Documentation Sheets For Each System On Each Visit.
all Testing Complies With Nfpa 99-2012 Codes And Standards 5.1.14.2.
5.1.14.2 Maintenance Of Medical Gas, Vacuum, Wagd, And Medical Support Gas Systems.
5.1.14.2.1* General - Health Care Facilities With Installed Medical Gas, Vacuum, Wagd, Or Medical Support Gas Systems, Or Combinations Thereof, Shall Develop And Document Periodic Maintenance Programs For These Systems And Their Subcomponents As Appropriate To The Equipment Installed.
5.1.14.2.2.5 Qualifications - Persons Maintaining These Systems Shall Be Qualified To Perform These Operations. Appropriate Qualification Shall Be Demonstrated By Any Of The Following:
(1) Training And Certification Through The Health Care Facility By Which Such Persons Are Employed To Work With Specific Equipment As Installed In That Facility.
(2) Credentialing To The Requirements Of Asse 6040, Professional Qualification Standard For Medical Gas Maintenance Personnel
(3) Credentialing To The Requirements Of Asse 6030, Professional Qualification Standard For Medical Gas Systems Verifiers.
scope Of Work:
the Following Preventative Maintenance Shall Be Performed Quarterly On The Medical Vacuum And Medical Air Systems By The Contractor.
medical Vacuum System
check Coupling Integrity
grease Motor Bearing, If Needed
change Gear Oil As Required
drain Oil And Liquids From All Drip Legs
remove Used Oil From Premises
test Voltage, Amperage And Alternation
test All Local Alarms (lag, Hi Temp, Etc.)
test Control Panel Circuits, Relays, And Fuses
test Pump Run And Cycle Timing
test All Check Valves
check Inlet And Exhaust Filters
test For Back Pressure On Each Pump
verify Accuracy On All Gauges
test Receiver Tank Drains
overhaul Of Dryer Package
replacement Of Compressor Unloaders
medical Air System
check Belt Condition And Proper Tension
grease Motor Bearing, If Needed
check The Electric And Manual Auto Drains On Receiver Tank
test And Verify Compressor Check Valves
test Voltage, Amperage And Alternation
test All Local Alarms (lag, Hi Temp, Etc)
test Control Panel Circuits, Relays, And Fuses
test Compressor Run And Cycle Timing.
test And Calibrate Dew Point Monitor.
test And Calibrate Carbon Monoxide Detector.
test And Calibrate Main Line Regulators To Required House Pressure.
test Accuracy Of All Gauges.
test Unloaders On Each Pump.
test Desiccant Dryer Package Solenoids.
test Desiccant Dryer Package Inlet Filters.
test Desiccant Dryer Package Hygrometer Calibration.
test Desiccant Dryer Package Check Valves.
test Desiccant Dryer Package Outlet Filters.
test And Verify Desiccant Package Tower Desiccant Integrity.
overhaul Of Dryer Package.
replacement Of Compressor Unloaders.
the Following Preventative Maintenance Shall Be Performed Annually On The Medical Vacuum And Medical Air Systems By The Contractor:
medical Vacuum System:
1. Change Inlet Filters (external Solberg)
medical Air System:
change Belts
change Inlet Filters
service Calls, Repairs & Parts:
emergency Repair Services - The Contractor Shall Provide Non-emergency Repair Services For All Equipment On This Contract. Non-emergency Repair Services Are Defined As Repairs Necessary To Maintain The Equipment In Accordance With The Manufacturer S Standards. All Calls Must Be Responded To Within Twenty-four (24) Hours Or Less After The Initial Call. Repairs May Be Conducted During Or After Normal Business Hours, Applicable Pre-negotiated Labor Rates Shall Apply. The Contractor Will Be Responsible For Obtaining Approval From The Cor Prior To Accessing The Worksite And Coordinating Any Shutdown(s) To Perform Repairs.
the Contractor Shall Provide Emergency Repair Services For All Equipment On This Contract. Emergency Repair Services Are Defined As Repairs Required To Maintain The Operational Readiness Of The Medical Vacuum And Medical Air Systems. The Contractor Will Have A 2-hour Or Less Response Time For All Emergency Repairs. Repairs May Be Conducted During Or After Normal Business Hours, Applicable Pre-negotiated Labor Rates Shall Apply. The Contractor Will Be Responsible For Obtaining Approval From The Cor Prior To Accessing The Worksite And Coordinating Any Shutdown(s) To Perform Repairs.
reporting Requirements:
the Contractor Shall Be Required To Report To Facilities Management Office (or Designated Location), Pursuant To Any Start Of Work During Normal Working Hours. Normal Business Hours Are Monday-friday 8:00am To 4:30pm. This Check In Is Mandatory. When The Service Is Complete, The Contractor Shall Document Services Rendered On A Legible Field Service Report. The Contractor Shall Log Out At The Facilities Management Office, (or Designated Location), And Submit The Field Service Report To The Contracting Officer Representative (cor) For A Signature, During Normal Working Hours.
inspections:
va Personnel And The Contractor Shall Inspect Any Work That Is Performed And Agree On The Condition And Any Existing Damage Or Failures Prior To Beginning Work. A Final Inspection For Quality Assurance Will Take Place After Completion Of The Work By Va Personnel Prior To Acceptance.
days And Hours Of Operation:
monday Friday, 8:00 Am 4:30 Pm, Excluding Federal Holidays:
new Year S Day
martin Luther King Jr S. Day
president S Day
memorial Day
juneteenth
fourth Of July
labor Day
columbus Day
veteran S Day
thanksgiving
christmas Day
safety Requirements:
in The Performance Of This Contract, The Contractor Shall Take Such Safety Precautions As Osha May Determine To Be Reasonably Necessary To Protect The Lives And Health Of Occupants Of The Building. The Contracting Officer Shall Notify The Contractor Of Any Safety Issues And The Action Necessary To Correct These Issues. Such Notice, When Served On The Contractor Or His Representative At The Work Site Shall Be Deemed Sufficient For The Corrective Actions To Be Taken. If The Contractor Fails Or Refuses To Comply Promptly, The Contracting Officer May Issue An Order Stopping All Or Part Of The Work And Hold The Contractor In Default.
Closing Date12 Feb 2025
Tender AmountRefer Documents
City Of Canlaon Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of Philippines City Of Canlaon Office Of The Bids And Awards Committee Request For Sealed Quotation Date: 7-feb-25 Quotation No.: 2025-02-034 Pr No.: 2025-01-34-b Department: Gso, Canlaon City Bac Control No.: 34 Sir/madam: Please Quote Your Lowest Price On The Items 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 02/11/2025 In The Return Envelope. Procurement Terms & Conditions 1. The Total Approved Budget For The Contract (abc) Is (p200,000.00) 2. Price Quotation Should Be Inclusive Of The Required Tax Obligations 3. Delivery Period Is Within 7 Days Upon Receipt Of Notice To Proceed (ntp) 4. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxiii Of The Revised Irr Of Ra 9184 "5. Failure Of The Supplier To Deliver Goods And Render Services Under The Contract Within The Specified Delivery " Schedule Shall Be Liable For Damages For The Delay. Zosilito A. Ongco Vice Chairman/temp.presiding Officer Item No Qty Unit Of Issue Item Description Unit Cost Unit Price Total Price 1 1 Pc Steering Pump Isuzu Elf Gen 458 9,800.00 2 1 Pc Steering Rack L300 2,000.00 3 2 Pcs Suspension Bushing Foton 850.00 4 1 Set Tie Rod End Toyota Ambulance Hi-ace 4,250.00 5 2 Pcs Tire Rim # 15 Pajero 3,860.00 6 1 Pc Turbo Actuator Foton 850.00 7 1 Pc Head Lamp Assembly Canter 6,900.00 8 1 Set Front Bearing Toyota Ambulance Hi-ace 700.00 9 1 Pc Auxilliary Fan Motor Hyundai Porter 1,650.00 10 1 Pc Clutch Operating Assembly Toyota Ambulance Hi-ace 1,755.00 11 1 Pc Wheel Cylinder Hyundai Porter 5,655.00 12 1 Pc Cross Joint Toyota Ambulance Hi-ace 580.00 13 1 Unit Battery, 9 Plates Toyota Jeep 8,250.00 14 2 Pcs Transmission Bearing Hyundai Porter 1,550.00 15 2 Pcs Ball Joint Foton 2,350.00 16 3 Pcs Battery, 12 Volts, 11 Plates Ls, L200 & L300 Amb 8,500.00 17 1 Unit Brake Master, Assy 4bc2 Canter 7,500.00 18 2 Pcs Control Arm L300 2,500.00 19 2 Pcs Cross Joint Isuzu Pick Up 4ja1 3,200.00 20 4 Pcs Cross Joint W/ Sample Motorpool 2,720.00 21 1 Pcs Fan Belt, B-39 10pdi 500.00 22 2 Pcs Front Strut L300 Amb 580.00 23 1 Pc Fuel Pump Isuzu Ls 3,500.00 24 1 Pc Head Cover L300 780.00 25 2 Pcs Head Light Bulb L300 Ambulance 760.00 26 4 Pcs Headlight 4bc2 Canter 1,020.00 27 1 Set Hydrovac Repair Kit Toyota Ambulance Hii-ace 4,820.00 28 1 Set Idler Arm,assy Jeep 4,865.00 29 1 Set Ignition Switch Motorcycle 1,125.00 30 1 Set Ignition Switch D4bx Funeral Car 4,430.00 31 2 Pcs Inner Tie Rod End L300 Amb 1,600.00 32 2 Pc Inner Tube, 6.50 X 14 Isuzu Elf (long Bed) 675.00 33 1 Set Intake Valve L300 1,800.00 34 10 Pcs Liner Assembly 10pdi 3,500.00 35 1 Set Liner O-ring 10pdi 3,500.00 36 1 Set Motorcycle Sprocket Motorcycle 1,400.00 37 6 Pcs Noozle Tip L300 800.00 38 4 Set Oil Cylinder D4bx Funeral Car 1,820.00 Total For Use Of Trucks,service Vehicle & Heavy Equipment,gso,canlaon City Brand Model: Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions. I/we Quote On The Item/s At Price/s Noted Above. Canvassed By: ___________________________________ ___________________________________ (name And Signature Of Authorized Canvasser) (name & Signature Of Dealer/representative) Date: Address: Tel No.: Date:
Closing Date11 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
MUNICIPALITY OF LANTAPAN Tender
Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Procurement Of Materials For Installation Of New Water Service Connections Of Lwd (1st Bid) 1. The Local Government Unit Of Lantapan, Through The Capex Intends To Apply The Sum Of Four Hundred Six Thousand One Hundred Twenty-five Pesos (php 406,125.00) Being The Abc To Payments Under The Contract Procurement Of Materials For The Installation Of New Water Service Connections Of Lwd Ib # 2025-01-003 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 15 Calendar Days. Bidders Should Have Completed, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 4, 2025 To February 12, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On ___________which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On February 12, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 12, 2025 At 9:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: February 4, 2025 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2025-01-003 Name Of Project: Procurement Of Materials For Installation Of New Water Service Connections Of Lwd Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 406,125.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Brass Male Adaptor 1/2" Piece(s) 250 2 Brass Ball Valve With Lock-wing 1/2" Piece(s) 150 3 D.i. Saddle Clamp 2" X 3/4'' Set 100 4 G.i. Bushing Reducer 3/4" X 1/2" Std. Piece(s) 150 5 G.i. Elbow 90⁰ X 1/2" Piece(s) 250 6 P.e. Elbow 1/2" Piece(s) 150 7 G.i. Pipe 1/2", S-40 Length(s) 15 8 G.i. Tee Equal 1/2" Piece(s) 25 9 Pe Pipe 1/2", Sdr 11 (300m- Roll) Roll(s) 5 10 Sealtape (tombo) 3/4" Piece(s) 150 11 Water Meter 1/2" With Brass Tailpiece Piece(s) 150 Total Total Bid Price In Figure: Total Bid Price In Words:
Closing Date12 Feb 2025
Tender AmountPHP 406.1 K (USD 6.9 K)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-23 (120) Supply And Delivery Of Various Intravenous Sets And Other Accessories Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 3,254,200.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2025 Raf / Gaa Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Three Million Six Hundred Eighty One Thousand Four Hundred Pesos Only ( Php 3,254,200.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Intravenous Sets And Other Accessories Under Single-year Framework Agreement (early Procurement Activity). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening And Items Below Are Subject For A Competitive Bidding As Framework Agreement List. This Is A Partial Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Extension Set With Two Injection Sites, Kink Resistant Tubing, With Secure Male Luer Lock Adapter 50 Pcs 240.00 12,000.00 2 Blood Infusor With Gauge And Inflator, Washable 14 Unit 1,200.00 16,800.00 3 Microset - Y-type Microdrip Dropper Set With A Clear Flexible Drip Chamber With Bacterial And Fluid Retentive Air Inlet 60gtts/ml Drop Rate; With Sharp And Break Resistant Piercing Spike And Coupler; With Kink-resistant Extra Soft Transparent Non-latex Long Tubing Approximate Length 60” Or More With Needle Free Catheter Adapter Or Latex-free Valve; A Roller Clamp Or Flow Regulator With Superior And Precise Control Of Flow Rate, With Male-luer Lock Connector, May Have Close Slide Clamp; Non-toxic, Sterile. 16,000 Set 25.00 400,000.00 4 Stopcock, 3-way, Sterile Consist Of 2 Female Luer Lock And 1 Male Luer Lock With Capped 1,000 Pcs 72.00 72,000.00 5 Heplock, Latex Free, Sterile, Non-toxic And Pyrogen Free, Made Of High-quality Medical Grade Silicone Rubber. With Luer-lock Connector 13,000 Set 15.00 195,000.00 6 Blood Transfusion Set, Contains Phthalates Bis (2-ethylhexyl Phthalate(dehp);with Venipuncture Needle Color Pink;with Polyprolene Big Double Chamber 140+/-5 Mm Length,175-210 Micron Pore Mesh Filter Located At The Upper Top Of The Chamber, With Sharp Spikemade Of Soft Medical Grade Pvc, ;20 Drops Per Ml;b Type;functions Morethan 4hours Duration Of Transfusion Without Hemolysis(occurence Of Blood Clots In Its Chamber And Tubings) ;ethylene Oxide Sterilized 11,000 Pcs 150.00 1,650,000.00 7 Macroset - Y-type Macrodrip Dropper Set With A Clear Flexible Drip Chamber With Bacterial And Fluid Retentive Air Inlet 20gtts/ml Drop Rate; With Sharp And Break Resistant Piercing Spike And Coupler; With Kink-resistant Extra Soft Transparent Non-latex Long Tubing Approximate Length 180cm Or 80 Inches ;with Lumen 3 X 4.1 Mm; With Standard Lumen 3 X 4.1 Mm, Dehp Free Plasticizer With Superior, Well Documented Safety Properties;large 15 Μm Filter;screw Tight Luer Lock Fitting;ergonomically Designed 3-part Drip Chamberwith Needle Free Catheter Adapter Or Latex-free Valve; A Roller Clamp Or Flow Regulator With Superior And Precise Control Of Flow Rate, With Male-luer Lock Connector, May Have Close Slide Clamp; Non-toxic, Sterile Ethylene Oxide; 20,000 Set 25.00 500,000.00 8 Platelet Administration Set;plastic Spike;luer Lock Connector;b Type-th U701b; Sterile Non Pyrogenic Not Made With Di-2-ethylhexyl Phthalate Dehp 500 Pcs 138.00 69,000.00 9 Extension Tube, Triple Lumen With Positive Pressure Needleless Connector, Neutral Displacement And Different Colored Hub For Identification,color Coded Slide , Needle-freefemale Luer Access Valve Lock, ;closed System; Male Luer Slip Adapter And Spin Connector, Minimum Length Of 8 Inches And Above Kink-resistant Tubing Made From Medical Grade Polyurethane 630 Pcs 380.00 239,400.00 10 Extension Line For Iv Administration Compatible With Syringe Pump ,luer Lock, Small Tube Diameter (0.9x1.9mm)pvc Type 100 Pcs 1,000.00 100,000.00 Grand Total ₱ 3,254,200.00 Terms Of Reference Terms Of Delivery: 15-20 Calendar Days Upon Receipt Of Call-off Delivery Schedule: End-user’s Demand Through Call-off This Procurement Is Under Framework Agreement -single Year Framework Agreement Expiration: Minimum Of Two (2) Years Expiry Upon Delivery Terms Of Payment. Payment Shall Be Made Upon Complete Delivery Per Call – Off. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. This Procurement Is A Partial Bid Or Line Item Bid. Bid Evaluation/post-qualification During The Evaluation And Post – Qualification Stage, The Twg And Bac Shall Consider The Previous Findings From The Product Quality Assurance Evaluation Report. This Includes Incorporating Assessments Of Product Quality, Performance And Suitability. During The Actual Product Sampling Evaluation, The Bidder’s Representative Shall Be Present. The Product Presented Should Demonstrate “excellent” Performance, As Defined By The Twg And The End-user Based On The Pqae. This “excellent” Mark Signifies That The Product Meets The Needs And Expectations Of Both Medical Experts And The End-user, As Determined Through The Actual Product Samples And Previous Performance Evaluation. In Addition To The Evaluation Process, A Product Demo Or Sample Is Strongly Recommended Particularly For Products That Are New, Unfamiliar To The Twg And End-user. The Bidder Shall Comply The Post-qualification Requirements Set By The Procuring Entity Especially During Product Demonstration Or Requiring For A Product Sample On A Given Schedule. Failure To Comply Shall Be Ground For Post-disqualification. The Procuring Entity Shall Require The Bidder To Deliver A Product Sample Or Demo To Caraga Regional Hospital Vicinity. Additionally, The Procuring Entity May Have Preferences Regarding How This Hospital Can Find Reliable And Easily Accessible Procedures During The Post-qualification Phase. Consequently, During This Phase, The Bidder Must Always Be Ready To Comply With Any Requirements Or Standards Made By The Procuring Entity. Validity Of The Contract / Contract Termination Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. Repeat Order: 1. No Repeat Order For An Item In Contract Being Awarded Shall Be Allowed Until After The Procuring Entity Has Exhausted The Estimated Quantity For The Same Item Specified Therein Or After The Contract Has Expired, Whichever Comes First, And Subject To The Conditions Provided In Section 51 Of Ra 9184 And Its Irr. For This Purpose, The Repeat Order Shall Be Availed Of Only Within Six (6) Months From The Date Of The Last Of Final Call-off. 2. In Case Repeat Order Is Allowed And Resorted To, The Twenty-five (25%) Maximum Allowable Quantity Shall Be Based On The Total Quantity Of Awarded Item. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Procurement Of The Above-captioned Project. Delivery Of The Goods Is Required Within The Period Specified Under Section Vi (schedule Of Requirements). Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Section 23.4.1.3.(ra 9184). The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty Five Percent ( 25% ) Of The Abc. Slcc Must Be Within 2 Years From The Submission Of Bids. (based On The Completion Date). The Single Largest Completed Contract (slcc) Shall Be The Same Or Similar In Nature, As Determined And Defined By The Bids And Awards Committee ( Bac ). For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 23. 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 08, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/81436610601?pwd=7tl1ddadvw9e6rbcrg3ujfnbieszck.1 Meeting Id: 814 3661 0601 Passcode: 680614 Deadline Of Submission Of Bids January 23, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 23, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83463324086?pwd=v0oqxfjfaald3bhaytqzgaxrmkjduz.1 Meeting Id: 834 6332 4086 Passcode: 724897 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1q9owgmlez3yxlysgyt1g1wvh-5j8hbcd?usp=sharing Bidding Documents Php 5,000.00 It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps And All Form And Part Of This Invitation To Bid, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) B.2. Memorandum Of Undertaking – Provision Thereof Is Strictly Implemented C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents E. Framework Agreement Guidelines F. Framework Agreement Lists G. Other Documents Essential Documents Required By This Procuring Entity And Ra 9184 6. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 7. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 23, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 23, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Beside Procurement Office, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted Under Any Circumstances May It Cause. 8. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 9. The Crh 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. 10. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 11. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 12. Furthermore Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 13. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 14. Join The Caraga Regional Hospital Supplier Network By Filling Out The Registry Form From This Link : Https://bit.ly/crh_suppliersregistry 15. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee
Closing Date23 Jan 2025
Tender AmountPHP 3.2 Million (USD 55.5 K)
BARANGAY MAP AN PANAON, MISAMIS OCCIDENTAL Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Panaon Barangay Map-an Invitation To Bid For Procurement Of Materials For The Construction Of Barangay Water Tank In Brgy. Map-an (procurement Of Goods) December 19, 2024 1. The Barangay Map-an, Panaon, Misamis Occidental Through The Barangay Local Government Fund Intends To Apply The Sum Of Two Hundred Ninety Three Thousand One Hundred Twenty Pesos (ᵽ293,120.00) Being The Abc To Payments Under The Contract For Procurement Of Materials For The Construction Of Barangay Water Tank In Brgy. Map-an (procurement Of Goods) In The Following: Item No. Item Description And Specifications Qty Unit 1 Portland Cement 190 Bags 2 Washed Sand 18 Cu.m. 3 Crushed Gravel, ¼” 29 Cu.m. 4 Water Proofing Cement (sahara) 60 Packs 5 Flexi Bond 11 Gal 6 Gate Valve, 2” 3 L 7 Gi Pipe, 2 Dia. 1 L 8 Elbow, 2” 5 Pcs 9 Construction Pail 8 Pcs 10 Deformed Bar, 12mm 120 L 11 Deformed Bar, 10mm 160 L 12 Tie Wire, #16 23 Kg 13 Cutting Disk 15 Pcs 14 ½”x4’x8’, Phenolic Plywood 32 Shts 15 2”x3”x12’, Coco Lumber 75 Pcs 16 2”x4”x12’, Coco Lumber 53 Pcs 17 Cwn, 1 ½” 10 Kgs 18 Cwn, 2 ½” 10.5 Kgs 19 Cwn, 4” 10 Kgs Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Map-an, Panaon, Misamis Occidental, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 75 Calendar Days From The Acceptance Of Purchase Order. Bidders Should Have Completed, Within The Last 5 Years With An Amount Of At Least 50% Of The Abc From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bids And Award Committee, Office Of The Barangay Captain, Map-an, Panaon, Misamis Occidental And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024-january 8, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (ᵽ500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees If It Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Barangay Map-an, Panaon, Misamis Occidental Will Hold A Pre-bid Conference On December 27, 2024; 9:30 Am At Office Of The Barangay Captain, Map-an, Panaon, Misamis Occidental And 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 January 8, 2025 At 9:30 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 8, 2025; 9:30 Am At The Office Of The Barangay Captain, Map-an, Panaon, Misamis Occidental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Barangay Map-an, Panaon, Misamis Occidental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mrs. Eulicita J. Tagalogon Chairman, Bids And Awards Committee Barangay Map-an Panaon, Misamis Occidental 7205 E-mail Address: Evapacoy123@gmail.com Website Address: Lgupanaon2011 _________________________________ [insert Name And Signature Of The Bac Chairperson Or The Authorized Representative Of The Bac Chairperson
Closing Date8 Jan 2025
Tender AmountPHP 293.1 K (USD 5 K)
ARTECHE NATIONAL AGRICULTURAL SCHOOL Tender
Others
Philippines
Details: Description Republic Of The Philippines Technical Education And Skills Development Authority Arteche National Agricultural School Tesda-op-as-04-f02 Rev.no.00-03/01/17 Request For Quotation Date: 12/20/2024 Rfq# 2024-12 P.r.# 2024-12 Name Of Business:___________________________________ Address:___________________________________________ Business Permit No.:_________________________________ Tax Identification No.:_______________________________ Philgeps Registration No.:_____________________________ The Technical Education And Skills Development Authority (tesda),arteche National Agricultural School (anas), Through The Supply Unit/instruction, Will Undertake A Small Value Procurement Process For Supply & Delivery Of Training/assessment Materials & Supplies For Plumbing Nc-ii , Used Arteche Nas , Arteche E. Samar In Accordance With The 2016 Revised Implementing Rules & Regulation Of Ra9184. Please Submit Your Quotations/proposals Duly Signed By You Or Your Authorized Representative Not Later Than 9:00 Am Of January 07, 2025 For The Item/s Described At Annex A Subject To The Terms And Conditions Attached To This Request For Quotation (rfq). Interested Suppliers Are Required To Submit Copies Of The Following As Per Annex "h" Of The 2016 Revised Irr Along With Your Quotation/proposal. - Mayor's/business Permit (for Shopping-sec. 52.1b & Svp-sec. 53.9) - Philgeps Registration Certificate (for Shopping-sec. 52.1b & Svp-sec. 53.9) - Income Tax Return (for Svp-sec. 53.9) - Omnibus Sworn Statement (for Svp-sec. 53.9) Open Quotation May Be Submitted Manually At The Tesda-anas, Oras Campus Or At Arteche Campus, Arteche E. Samar Or Email At Asguimba@tesda.gov.ph Or Rtpicaῆa@tesda.gov.ph In Pdf Format. For Inquiry, You May Contact Us At Telephone Numbers 09650979846. Renato T. Picaña, Ph. D. Vocational School Administrator Terms And Conditions 1. Bidder Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendars From The Date Of Submission. 3. Price Quotation/s, To Be Denominated By Philippine Peso Shall Include All Taxes, Duties, And Or Levies Payable. 4. Quotations Exceeding The Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 7. Liquidated Damages Equivalent To One Tenth Of One Percent (.001) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Tesda-anas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Tesda-op-as-04-f03 Rev.no.00-03/01/17 Annex "a" Price Quotation Form Date: Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: Item/description Qty Unit Approved Budget For The Contract (in Peso) Php 65,000.00 Offer Compliance With The Technical Specifications (please Check) Remarks (price/other) Yes No Pressurized Tank W/ Pressurized Water Pump 1hp And Complete Accessories 1 Set Pe Elbow 1"ø X 90˚ 2 Pieces Ppr Elbow 1"ø X 90˚ 6 Pieces Ppr Pipe 1"ø (s-blue) 2 Pieces Ppr Male Adapter 1"ø 5 Pieces Check Valve 1"ø 1 Pieces Pe Elbow 1/2"ø X 90˚ 3 Pieces 3-way Faucet 2 Pieces Telephone Type Shower 2 Pieces Pvc Pipe 3/4"ø (s-blue) 15 Pieces Pvc Tee 3/4"ø 15 Pieces Pvc Elbow 3/4"ø X 90˚ 12 Pieces Pvc Male Adapter 3/4"ø 12 Pieces Pvc Reducing Coupling 3/4"ø X1/2"ø 20 Pieces Hacksaw Blade 25 Pieces Safety Hand Gloves(for Construction) 48 Pairs Safety Googles (clear For Construction) 24 Pieces Pvc Pipe 4"ø (orange) 9 Pieces Pvc Pipe 2"ø (orange) 15 Pieces Pvc Wyes 4"ø (orange) 9 Pieces Pvc Wyes Reducing 4"ø X 2"ø (orange) 18 Pieces Pvc Tee 4"ø (orange) 3 Pieces Pvc Tee Reducing 4"øx 2"ø(orange) 6 Pieces Pvc Elbow 4"ø X 90˚(orange) 12 Pieces Pvc Elbow 4"ø X 45˚(orange) 9 Pieces Pvc Elbow 2"ø X 90˚(orange) 21 Pieces Pvc Elbow 2"ø X 45˚(orange) 18 Pieces Ppr Union 1"ø 2 Pieces ***nothing Follows*** Name Of Business/company Signature Over Printed Name Office Telephone/fax No. Mobile No. Email Address
Closing Date7 Jan 2025
Tender AmountPHP 65 K (USD 1.1 K)
Municipality Of Kasibu, Nueva Vizcaya Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Procurement Of Motorcycle (2nd Posting) The Municipal Government Of Kasibu, Through The Supplemental Budget Intends To Apply The Sum Of Three Hundred Twenty Thousand Pesos Only (320,000.00) For The Project: Procurement Of Motorcycle. Invitation Number: 7-2025 Being The Abc To Payments Under The Contract To Wit: Item No. Unit Qty Description Abc Remarks Unit Cost Total Cost 1 Unit 1 Motorcycle With Complete Accessories To Be Delivered At The Lgu Compound Specifications: Displacement: 124cc, Fuel Tank Capacity 11l, Drive Type: Chain., Maximum Torque 9.9nm, Maximum Power: 10hp. Single Cylinder, 4 Stroke, 2 Valve, Air Cooled, Sohc Engine, Front Disc Brake, Rear: Brake Drum. Rear Suspension: Swing Arm, Front Suspension: Telescopic Fork, Start Option: Kick And Electric, Fuel Type: Gasoline, Carbuerator, 5 Speed, Category: Off Road/sports, Bore X Stroke: 54mm X 54mm. 100,000.00 100,000.00 Inclusive Of Gsis Insurance And Red Plate 2 Unit 1 Motorcycle With Complete Accessories 120,000.00 120,000.00 Specifications: Engine Type 4-stroke, Single Over Head Cam (sohc), 150cc, Electric And Kick Start, 4 Speed Constant Mesh, Swing Arm, Disc Brake) Freebies: Two (2) Units Full Face Helmet (dot And Icc Certified, Dual Visor Tech, Abs Composite Shell, Dura Flex Washable Foam Set, Aerodynamic Vents With Free Clear Lens. With One (1) Year Comprehensive Insurance (gsis), Three (3) Year Comprehensive Registration At Lto, Red Plate 3 Unit 1 Motorcycle With Complete Accessories 100,000.00 100,000.00 Specifications: Engine Type 4-stroke, Single Over Head Cam (sohc), 125cc, Electric And Kick Start, 4 Speed Constant Mesh, Swing Arm, Disc Brake) Freebies: Two (2) Units Full Face Helmet (dot And Icc Certified, Dual Visor Tech, Abs Composite Shell, Dura Flex Washable Foam Set, Aerodynamic Vents With Free Clear Lens. With One (1) Year Comprehensive Insurance (gsis), Three (3) Year Comprehensive Registration At Lto, Red Plate Total Abc Three Hundred Twenty Thousand Pesos Only 320,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of Kasibu Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By At Least 15 Days After Receipt Of Purchase Order. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 8 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From The Municipal Government Of Kasibu-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours 8:00am To 5:00pm – Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (p500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented Personal. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The General Services Office On Or Before January 21, 2025 At 10:00 O’clock Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On January 21, 2025, 2024 At Exactly 10:30am At The General Services Office. Bids Will Be Opened In The Presence Of Bidder’s Representative Who Choose To Attend. The Opening Of Bids Shall Take Place At The General Services Office. The Municipal Government Of Kasibu Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Gaudencio Q. Orpiano, Jr. Jesijen Grace N. Lunag Admin. Asst. V/store Keeper Iv/ Head Bac Secretariat Admin. Asst. Ii/ Member Bac Secretariat Cp # 09265996599 Cp #09279534801 Date Of Posting: [january 14, 2025] James B. Canayan Municipal Assessor Bac Chairperson
Closing Date21 Jan 2025
Tender AmountPHP 320 K (USD 5.4 K)
Municipality Of Talakag, Bukidnon Tender
Civil And Construction...+2Construction Material, Pipe Line Project
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Talakag Request For Quotation Date: 14-jan-25 Rfq No. Rfq-24-07301 Name Of The Contract: Procurement Of Construction Materials (for The Construction Of Overhead Tank, Salucot) Name Of Company: Address: Business Permit No.: Tin: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than January 21, 2025. Open Quotations May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Sherwin U. Seno Bac Secretariat After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Description Qty Unit Approved Budget For The Contract Offer Price Compliance With Technical Specifications Remarks Unit Price Total Qty Unit Price Total Price Yes No 1 Portland Cement 8 Bags 320.00 2,560.00 2 16mm Rsb (column/pedestal) 4 Length 540.00 2,160.00 3 12mm Rsb (bed Bars) 4 Length 300.00 1,200.00 4 10mm Rsb (lateral Ties) 12 Length 240.00 2,880.00 5 Screened Sand 1 Cu.m 1,750.00 1,750.00 6 #16 Tie Wire 8 Kls 90.00 720.00 7 1/4" Opw 2 Shts 480.00 960.00 8 2x2x8 (12 Pcs) G-melina Or Its Equiv. 32 Bd.ft 28.00 896.00 9 #4 Cwn 3 Kls 75.00 225.00 10 #3 Cwn 3 Kls 75.00 225.00 11 #1 1/2 Cwn 0.5 Kl 75.00 37.50 12 #2 1/2 G.i Pipe Sch.40 1 Length 6,500.00 6,500.00 13 2x2x6mx4mm Angle Bar 5 Length 1,550.00 7,750.00 14 1.22x2.44x5mm Chekered Steel Plate 1 Sht 2,600.00 2,600.00 15 .25x.25x3/4 Thick (bottom) 4 Pcs 450.00 1,800.00 16 .15x.15x3/4 Thick (top) 4 Pcs 350.00 1,400.00 17 1/2" Thick Triangular Plate Bracket 16 Pcs 200.00 3,200.00 18 Welding Rod (fuji) 1 Box 2,000.00 2,000.00 19 5/8x16" Anchor Bolt With Nut & Washer 16 Pcs 280.00 4,480.00 20 1/2x4" Bolts With Nut & Washer 4 Pcs 100.00 400.00 21 #4 Cutting Disc (steel) 5 Pcs 180.00 900.00 22 Red Oxide 2 Ltrs 350.00 700.00 23 #3 Paint Brush 2 Pcs 45.00 90.00 24 Water Tank Stainless (1,000 Ltrs) 1 Unit 20,000.00 20,000.00 25 #4 Pvc Pipe 3 Length 450.00 1,350.00 26 Solvent Cement 1 Qrt 120.00 120.00 27 #4 Pvc Elbow 2 Pcs 55.00 110.00 28 1/2 Pvc Blue Pipe 3 Length 180.00 540.00 29 1 Pvc Blue Pipe 1 Length 200.00 200.00 30 1/2 Pvc Gate Valve (threaded) 1 Pc 200.00 200.00 31 1/2 Female Threaded Adaptor (coupling) 2 Pcs 40.00 80.00 32 1/2 Pvc Tee 1 Pc 50.00 50.00 33 1/2"x90° Pvc Elbow 4 Pcs 35.00 140.00 34 Pvc Coupling (female Threaded) 2 Pcs 35.00 70.00 35 Teflon Tape (1/2) 2 Rolls 30.00 60.00 36 1 X 1/2 Pvc Reducer Connector 1 Pc 55.00 55.00 37 Pvc Faucet 1 Pc 300.00 300.00 38 1/2" Coupling 2 Pcs 35.00 70.00 Note: Delivery Is 10 Cd Upon Receipt Of P.o. 68,778.50 Total Signature Over Printed Name Contact Numbers (landline And/or Cellphone Nos.)/email Address
Closing Date21 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)
MUNICIPALITY OF BUHI, CAMARINES SUR Tender
Automobiles and Auto Parts
Philippines
Details: Description 1 Unit Brand New Ambulance Displacement: 2,755 Cc Engine Type: 2.8.0 Lit, Diesel, 4 Cylinder In-line, 16-valve Dohc Max. Output: 176 Ps/3,400 Rpm Max. Torque: 420 Nm/1400-2600 Rpm Transmission: 6-speed Manual Brakes: Front - Ventilated / Rear - Drum Tires/wheels: 215/70 R16/steel With Fukk Cap Interior Cabin Specification: Ambulance Stretcher Stainless Railing Assembly With Ramp; Sliding Panel Between The Cab & Cabin; Anti-skid, Ant-rust Aluminum Flooring Coupled With Laminated Marine Plywood; Medicine Cabinet With Acrylic Glass Sliding Door; 2-seater With Storage; Front Of Cabin 1-seater Ems Bench; Fire Extinguisher; Stainless Ceiling Grab Holder; Medical Oxygen Tank Holder, I.v. Holder, Markings & Decals Heavy Duty Collapsible Stretcher With Locking Assembly; 15lbs Medical Oxygen Tank With Humidifier; Wall Mounted Bp Appparatus; Sphygmomanometer; Ambu Bag (adult & Pedia); Nebulizer With Nebulizer Kit; Spine Board With Strap; First Aid Kit Accessories: 1000w Power Inverter, Exhaust Fan 220v Convenience Outlet & Switch, Led Lightbar With Siren & Speaker, Led Strobe Lights (rear), Led Lighting System All Over Cabin (lto Registration For 3 Years) Invitation To Bid For The Supply & Delivery Of 1-unit Brand New Ambulance For Mdrrmo Operation (buhigoods202501-005) The Local Government Of Buhi, Through The Ldrrmf 2025 Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos (php 3,500,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply & Delivery Of 1-unit Brand New Ambulance For Mdrrmo Operation. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Buhi Now Invites Bids For The Supply & Delivery Of 1-unit Brand New Ambulance For Mdrrmo Operation. Delivery Of The Goods Is Required By 30 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With Ate 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. Prospective Bidders May Obtain Further Information From The Local Government Of Buhi And Inspect The Bidding Documents At The Address Given Below During Office Hours. The Local Government Of Buhi Will Hold A Pre-bid Conference On February 6, 2024 At 9:00 Am At Municipal Budget Office, New Municipal Building, San Buena, Buhi, Camarines Sur, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Submit Their Letter Of Intent (loi) For Each Specific Project Prior To The Scheduled Aforementioned Pre-bid Conference, Including The Following: 1. Mayor’s Permit 2025 2. Philgeps Certificate Of Registration (photocopy & Original, For Authentication); 3. Pcab License & Registration, For The Procurement Of Infrastructure Projects; 4. Statement Of All On-going Government & Private Contracts, Including Contract Awarded But Not Yet Started, If Any, Which Are Similar In Nature To The Contract To Be Bid With Supporting Documents (notice Of Award, Notice To Proceed, Contract, Certificate Of Completion & Certificate Of Acceptance); 5. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid; And 6. Drl/log-in Print-out The Bids And Awards Committee Will Entertain Authorized Representative & Accept And/or Receive Any Letter Of Intent With The Aforementioned Corresponding Supporting Documents. All Interested Bidders Who Submitted Their Loi Shall Be Present On The Time & Day Of The Scheduled Pre-bid Conference. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00). Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 19, 2025, 9:29 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instructions To Bidders. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On February 19, 2025 At 9:30 Am At Municipal Budget Office, New Municipal Building, San Buena, Buhi, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. The Local Government Of Buhi 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 Sec. 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ely Z. Yapan, Enp Municipal Budget Office New Municipal Bldg., Buhi, Camarines Sur 4433 -or- Vincent C. Dasmariñas General Services Office Old Municipio Bldg., Buhi, Camarines Sur 4433 (sgd.) Ely Z. Yapan, Enp Municipal Budget Officer Bac Chairman
Closing Date7 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)
7901-7910 of 8081 archived Tenders