Website Tenders
Website Tenders
Philippine General Hospital - PGH Tender
Healthcare and Medicine
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 54.6 Million (USD 934.2 K)
Details: Description Invitation To Bid For Integrated Facilities Management Services Including Repair & Maintenance Of Equipment For Departments Of Pay Patient Services (dpps), Department Of Ophthalmology And Visual Sciences (dovs), Cancer Institute (ci), Department Of Out-patient Services (dops), Dormitories 3 And 5, And The Nurses’ Home (rebid) 1. The University Of The Philippines – Philippine General Hospital (up-pgh), Through The General Fund And Pgh Revolving Fund Intends To Apply The Sum Of Fifty Four Million Six Hundred Eighteen Thousand Six Hundred Thirty Four Pesos & 75/100 (php54,618,634.75) Only, Inclusive Of All Taxes, Such As, But Not Limited To, Value Added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies, Being The Abc To Payments Under The Contract For Integrated Facilities Management Services Including Repair & Maintenance Of Equipment For The Departments Of Pay Patient Services, Ophthalmology And Visual Sciences, Cancer Institute, Out-patient Services, Dormitories 3 And 5, And The Nurses’ Home (rebid) Under Project Reference No.: Bac-2024-06-0584. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Up-pgh Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within The Period Stated In 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. 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. B. 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 Up-pgh Bac Iii Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 27 December 2024from The Given Address And Website(s) Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Thirty Thousand Pesos (php30,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 6. The Up-pgh Will Hold A Pre-bid Conference On 08 January 2024, 1:00pm At The Bac Office Conference Room, Up–philippine General Hospital, Pgh Compound, Taft Avenue, Ermita, Manila, 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 22 January 2024, 1:00pm. 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 22 January 2024, 1:30pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Up-pgh 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: Ms. Michelle V. Alba Head, Bac Iii Secretariat Up-philippine General Hospital Pgh Compound Taft Avenue, Manila Telephone No.: 8554-8400 Local 3014/3015 E-mail Address: Bac3.uppgh@up.edu.ph For Downloading Of Bidding Documents, You May Visit The Following Websites:[https://bidsandawards.upm.edu.ph/] And [www.philgeps.gov.ph] Esther A. Saguil, Md Chairperson, Bids And Awards Committee Iii
International Centre For Migration Policy Development ICMPD Tender
Aerospace and Defence
Austria
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: Title: Supply Of Unmanned Aerial Vehicle (uav) For Coastal Surveillance
description: Dear Madam/sir, Icmpd Is Currently Out To Tender For The Supply Of Unmanned Aerial Vehicle (uav) For Coastal Surveillance Potential Candidates That Would Like To Take Part In This Tender Process Are Invited To "express Interest" Upon Which They Will Be Given Access To The Full Tender Documentation Delivery Through Icmpd Electronic Application Platform. The Tender Documentation Can Be Accessed From The "my Tenders" Area Of This Website And By Selecting The "view Details" Button Of This Project. For The Submission Deadline Kindly Refer To The Instructions To Tenderers. Best Regards, Icmpd Procurement And Grants Unit
National Economic And Development Authority - NEDA Tender
Civil And Construction...+3Building Construction, Construction Material, Furnitures and Fixtures
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 140.6 Million (USD 2.4 Million)
Details: Description Project Identification No.: 2024-12-017 Invitation To Bid Procurement Of Furniture And Fixtures For The Neda Building Improvement Project (nbip) 1. The National Economic And Development Authority (neda), Through The Fy 2025 National Expenditure Program (nep), Intends To Apply The Sum Of One Hundred Forty Million Six Hundred Seventy-nine Thousand Pesos & 00/100 (php140,679,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Furniture And Fixtures For The Neda Building Improvement Project (nbip). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Neda Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required As Stated In Section Vi (schedule Of Requirements Of The Bidding Documents). Bidders Should Have Completed A Contract Similar To The Project Within The Last Fifteen (15) Years From The Date Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Please Note That This Is An Early Procurement Activity (epa) For Fy 2025, And The Award Of The Contract Will Commence Upon The Approval Or Enactment Of The Appropriations Or Budget Authorization Document. 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, And Such Other Requirements As Indicated In The Bidding Documents. 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 Neda And Inspect The Bidding Documents At The Address Given Below During 9:00 A.m. To 4:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting December 27, 2024 (except On Saturdays, Sundays And Holidays), From The Given Address Below And Upon Payment Of Applicable Fee In The Amount Of Php50,000.00 For The Cost Of The Bidding Documents Pursuant To The Latest Guidelines Issued By The Gppb. The Neda Shall Allow The Bidder To Present Its Proof Of Payment For The Fee In Person, By Facsimile, Or Through Electronic Means. The Bidding Documents May Also Be Downloaded Free Of Charge From The Websites Of The Philippine Government Electronic Procurement System (https://philgeps.gov.ph) And The Neda ( Https://neda.gov.ph). However, Only Bidders Who Have Paid The Non-refundable Applicable Fee Not Later Than The Deadline For Submission Of Bids Shall Qualify To Bid. 6. The Neda Will Hold A Pre-bid Conference In Person (face-to-face) On January 16, 2025 At 10:00 A.m. At The 3/f Conference Room, Neda Multipurpose Building In Pasig City, Which Shall Be Open To All Interested Parties With Written Authorization Letter From Their Principals. A Prospective Bidder Should Submit A Letter In Advance, Addressed To The Nbac-gip Chairperson Via Electronic Mail Through Nbac@neda.gov.ph, Or To Be Sent Via Courier Containing The Name, Email Address, And Contact Number Of Its Authorized Representative/s, And Certifying That Said Representative/s Has/have Authority To Speak For And On Behalf Of The Company. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 04, 2025 At 9:30 A.m. 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 The Bidding Documents. 9. Bid Opening Shall Be Held In Person (face-to-face) On February 04, 2025, At 10:00 A.m. At The 3/f Conference Room, Neda Multipurpose Building In Pasig City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Neda Reserves The Right To Reject Any And All Bids, Including That Of A Single Eligible Bidder, Waive Any Minor Deviation In The Submitted Documents Which Will Not Materially Affect The Substance Of The Bid, 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 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Contact: Neda Bids And Awards Committee For Goods And Infrastructure Projects (nbac-gip) Secretariat C/o Procurement Management Division, Administrative Staff G/f Neda Multipurpose Bldg., No. 12 Saint Josemaria Escriva Drive, Ortigas Center, Pasig City E-mail: Nbac@neda.gov.ph Tel. Nos. (02) 8631-0966 Local Nos. 21210 To 21212 Mobile No. (0961) 871-5013 (smart)
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 7.4 Million (USD 126.9 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-05 (123) Supply And Delivery Of Various Catheter Sets Under Single-year Framework Agreement ( Early Procurement Activity ) Approved Budget For The Contract: Php 7,419,950.00 ========================================================= 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 Seven Million Four Hundred Nineteen Thousand Nine Hundred Fifty Pesos Only ( Php 7,419,950.00 ) As To Payment Under The Contract For Supply And Delivery Of Various Catheter Sets 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 Or Line Item Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 Suction Catheter Non Compund Surgical Pvc Material, With Thumb Control, French 14/pc 8,000 Pcs 15.00 120,000.00 2 Suction Catheter Non Compund Surgical Pvc Material, With Thumb Control, French 10/pc 1,500 Pcs 15.00 22,500.00 3 Suction Catheter Non Compund Surgical Pvc Material, With Thumb Control, French 16/pc 6,500 Pcs 15.00 97,500.00 4 Suction Catheter Non Compund Surgical Pvc Material, With Thumb Control, French 12/pc 2,500 Pcs 15.00 37,500.00 5 Mucus Specimen Trap With 30 Ml Cup, Sterile Latex Free, With 40cc Clear Plastic Vials And Marked Gradations In 1 Cc Increments, Secure Screw-on Cap And Includes Latex-free Universal Tubing And Id Label 200 Pcs 300.00 60,000.00 6 Suction Connecting Extension Tube, Sterile, Plastic Clear Ribbed Tubing, 3x16" Internal Diameter 100 Set 150.00 15,000.00 7 Suction Bulb Neonate, Penguin Type 100 Pcs 50.00 5,000.00 8 Suction Bulb Pedia, Penguin Type 100 Pcs 50.00 5,000.00 9 Suction Cath Closed System Sterile Size French 16: With Lot Number, Manufacturing Date And Expiry Date Label: With Sticker Indication Proper Day For Changing 150 Pcs 3,000.00 450,000.00 10 Umbilical Catheter French 4 (comparable To Vygon)l. 37cm-flowrate >31ml/min-pvc: In Xray Opaque And Transparent Pvc, Can Be Use For Parentheral Nutrition, Drug Infusion, Exchange Transfusion, Blood Sampling, Umbilical Catheterisation; Distance Marking Every Cm From 5-25cm; Single Lumen 180 Pcs 750.00 135,000.00 11 Umbilical Catheter French 3.5 (comparable To Vygon)l. 37cm-flowrate 6ml/min-pvc: In Xray Opaque And Transparent Pvc, Can Be Use For Parentheral Nutrition, Drug Infusion, Exchange Transfusion, Blood Sampling, Umbilical Catheterisation; Distance Marking Every Cm From 5-25cm; Single Lumen 180 Pcs 750.00 135,000.00 12 Umbilical Catheter French 5 (comparable To Vygon)l. 37cm-flowrate >31ml/min-pvc: In Xray Opaque And Transparent Pvc, Can Be Use For Parentheral Nutrition, Drug Infusion, Exchange Transfusion, Blood Sampling, Umbilical Catheterisation; Distance Marking Every Cm From 5-25cm; Single Lumen 180 Pcs 750.00 135,000.00 13 Ij Cath 12f X 15cm Double Lumen Ij Catheter Set: Catheter, Double Lumen Size 12f X 15cm (1 0.038" (0.97mm) X 70cm J/flex Marked Guidewire W/advancer, 1 Introducer Needle, 1 Vessel Dilator, 2 End Caps, 1 Catheter ; Curve Extensions; Very Excellent Quality; With Contents: 0.97mm X 70cm J/flex Guidewire W/advancer;1 Introducer Needle ;1 Vessel Dilator ;1 Guide Wire ;2 End Caps;1 Cather;1 Hemo Cath Clip(silicon Catheters Only;sterilized With Ethyline Oxide 200 Unit 4,400.00 880,000.00 14 Ij Cath 11.5 X 15cm Tri Flow Triple Lumen Catheter W/curved Extension Set: Catheter, Triple Lumen 11.5 X 15cm (1, 0.035" (0.89mm) X 70cm J/flex Guidewire, 1 Introducer Needle, 1 Vessel Dilator, 3 Injection Caps, 1 Catheter ; Curve Extensions; Very Excellent Quality; With Contents: 0.97mm X 70cm J/flex Guidewire W/advancer;1 Introducer Needle ;1 Vessel Dilator ;1 Guide Wire ;2 End Caps;1 Cather;1 Hemo Cath Clip(silicon Catheters Only;sterilized With Ethyline Oxide 150 Unit 4,800.00 720,000.00 15 Acute Triple Lumen Central Venous Cath Set; Size:11/ 12. Fr. (3.8mm/4.1mm Od) Mm X 16 Cm Kit Lumen;extension Type: Curved;implant Lenth 16 Cm; With Sterile Contents Of 1 Catheter Gauge 18 X2.5 ''(6.35cm) Radiopaque Over 20 Ga Rw Safety Introducer Needle; 1 J/straight Spring Guidewire Marked Spring Wire Guide Marked 0.35'' (0.89mm) Diameter X 23''(60cm) (straight Soft Tip On One End J- Tip On Other With Advancer ;1 Pressure Transduction Probe;1 Tissue Dilator Fr 12; 2 6ml Luer Lock Syringe;2-3ml ; 1 Safety Hypodermic Needle;1 2.0 Nylon Suture Withcurve Needle;1 Fenestrated Drape Large 24-72 Inch X 36-76 Inch; 1 Retractable #11 Safety Scalpel;1 Needle Holder;1 Chlora Prep Applicatorwand 3ml;1 Excilon Drain Sponge ; 3-6 Gauze Sponge ; 3 Sealing Dust Caps Non Vented; Drug Label; 1 Instructional Sheet;2 Monoject Prefill 5-10 Ml .9% Saline Flush Raulerson Spring -wire Introduction Syringe 100 Set 11,238.00 1,123,800.00 16 Acute Triple Lumen Central Venous Cath Set; Size: 12. Fr. (4.1mm Od) Mm X 20 Cm Kit Lumen;extension Type: Curved;implant Lenth 16 Cm; With Sterile Contents Of 1 Catheter Gauge 18 X2.5 ''(6.35cm) Radiopaque Over 20 Ga Rw Safety Introducer Needle; 1 J/straight Spring Guidewire Marked Spring Wire Guide Marked 0.35'' (0.89mm) Diameter X 23''(60cm) (straight Soft Tip On One End J- Tip On Other With Advancer ;1 Pressure Transduction Probe;1 Tissue Dilator Fr 12; 2 6ml Luer Lock Syringe;2-3ml ; 1 Safety Hypodermic Needle;1 2.0 Nylon Suture Withcurve Needle;1 Fenestrated Drape Large 24-72 Inch X 36-76 Inch; 1 Retractable #11 Safety Scalpel;1 Needle Holder;1 Chlora Prep Applicatorwand 3ml;1 Excilon Drain Sponge ; 3-6 Gauze Sponge ; 3 Sealing Dust Caps Non Vented; Drug Label; 1 Instructional Sheet;2 Monoject Prefill 10 Ml .9% Saline Flush Raulerson Spring -wire Introduction Syringe For Sterile Delivery. 175 Set 11,238.00 1,966,650.00 17 Femoral Catheter Triple Lumen,fr.12 Length 20 Cm,sterile And Non-pyrogenic,latex-free Material Provides Excellent Safety;double D Lumen Design;conical,soft,green Atraumatic Tip Wrapped Laser-cut Side Slots;radiopaque Tubings;12fr. High Pressure Triple Lumen Catheter;individually Packaged For Safety;components Per Set/kit: Catheter: 1pc Fr.12x20cm;1pc G18 Introducer Needle;1pc J/straight 70cm Guidewire 0.038";2pcs Tissue Dilators;2 Island Dressing;3pcs Sealing Cap For Fr.12 360 Set 4,200.00 1,512,000.00 Grand Total ₱ 7,419,950.00 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 28, 2024 To February 05, 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 15, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/82163480274?pwd=sn60hsqmj4kgstxcueqk7rbzmaaz4k.1 Meeting Id: 821 6348 0274 Passcode: 964331 Deadline Of Submission Of Bids February 05, 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 February 05, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/85134327409?pwd=dabgn7yu0kesbfbkbvviin1r3z6ace.1 Meeting Id: 851 3432 7409 Passcode: 569577 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1ffmrqclhfv684kzzkbo_ihfrkgcxjbo9?usp=sharing Bidding Documents Php 10,000.00 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 February 05, 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 February 05, 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
National Irrigation Administration Tender
Civil And Construction...+1Construction Material
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 9.2 Million (USD 158.8 K)
Details: Description Invitation To Bid For Construction Of Malo Sip Cy 2025 Pb # Momaro-028-a-2025 (early Procurement Activity) 1. The Nia Momaro Imo, Through The National Expenditure Program Of Fy 2025 Intends To Apply The Sum Of Nine Million Two Hundred Eighty-eight Thousand Seven Hundred Sixty-three Pesos And 01/100 (php 9,288,763.01) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Malo Sip Cy 2025 With Project Identification Number Momaro-consmalosip-10m-cy2025-epa Located At Bansud, Oriental Mindoro. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nia Momaro Imo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Forty (240) Calendar Days And The Minimum Equipment Required Are: 3 Units Of Concrete Cylinder 6” Dia X 12”, 1 Unit Of 1-bagger Concrete Mixer, 1 Unit Of Stake Truck 6-8 Tons, 1 Unit Of Dump Truck 4.59 Cu.m., 1 Unit Of Backhoe, Hydraulic, Crawler Mounted With 1.0 Cu.m Bucket, 1 Unit Of Dozer 160hp, 1 Unit Of 4” Centrifugal Pump, 1 Unit Of Water Truck 2,000-4,000 Liters. 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 (instructions To Bidders). 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 Nia Momaro Imo And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From 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 Php 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Nia Momaro Imo Will Hold A Pre-bid Conference On January 30, 2025 10:00 Am At Conference Room Of Nia Momaro Imo, Bayanan Ii, Calapan City, Oriental Mindoro And/or Through 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 As Indicated Below On Or Before February 11, 2025 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025 10:01 Am At The Given Address Below Or Through Videoconferencing/webcasting Via Google Meet Which Should Be Attended By The Managing Officer. Bids Will Be Opened In The Presence Of The Bidders’ Representatives With Special Power Of Attorney (spa), Who Choose To Attend The Activity At The Given Address Below. No Attorney-in-fact Allowed To Participate In The Bidding. 10. Bidders With Negative 15% Slippage Of Any On-going Contract Or At Least 10% Slippage In Each Of Two (2) Or More Contracts Will Be Automatically Disqualified. 11. The Nia Momaro Imo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Jinky M. Mañebo Bac Chairperson Nia Momaro Imo Bayanan Ii, Calapan City, Oriental Mindoro Bacmomaroimo@gmail.com (043) 288 7238 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website January 22, 2025 ________________________________ (sgd)engr. Jinky M. Mañebo Bac Chairperson
NATIONAL ACADEMY OF SPORTS Tender
Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 8.8 Million (USD 151.5 K)
Details: Description Procurement Of Janitotial Services For National Academy Of Sports For Fy 2025 Project No. 2025-002-g-epa 1.the National Academy Of Sports, Through The Fy 2025 National Expenditure Program (nep), Intends To Apply The Sum Of Eight Million Eight Hundred Fifty-eight Thousand Four Hundred Fifty-eight And 22/100 Pesos (php 8,858,458.22) Being The Abc To Payments Under The Contract For Procurement Of Janitorial Services For The National Academy Of Sports For Fy 2025 With Project Identification Number 2025-002-g-epa. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the National Academy Of Sports Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within One (1) Year. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. 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. A.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 National Academy Of Sports And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Monday To Friday. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24, 2024 (8:00 Am To 5:00 Pm) To January 21, 2025 (8am To 10:30am) 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 Ten Thousand Pesos (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. It May Also Be Downloaded Free Of Charge From Philgeps, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids, 6.the National Academy Of Sports Will Hold A Pre-bid Conference In Person On January 8, 2025 At 10:30 Am, At National Academy Of Sports (nas) Conference Room 1, New Clark City, Capas, Tarlac, 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 21, 2025 At 10:30 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 21, 2025 At 11:00 Am At The National Academy Of Sports (nas) Conference Room 1, New Clark City, Capas, Tarlac. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the National Academy Of Sports 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: Name Of Officer: Noel A. Mirallosa Bac, Secretariat Head Office: National Academy Of Sports Address: National Academy Of Sports (nas) Conference Room, New Clark City, Capas, Tarlac Mobile Nos. 09623475741 Email Address: Nas.bidsandawardscommittee@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Dr. Abel D. Sotto Bac Chairperson
Stichting Centraal Museum Tender
Others
Netherlands
Closing Date19 Feb 2025
Tender AmountRefer Documents
Description: Netherlands – World Wide Web (www) Site Design Services – Het Ontwikkelen, Beheren En Onderhouden Van Een Website
Municipality Of Oras, Eastern Samar Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 295.5 K (USD 5 K)
Details: Description Invitation To Bid For Supply And Delivery Of Hardware Materials For The Installation Of Gate And Repair Of Perimeter Fence At Hafeland 1. The Local Government Of Oras, Through The General Appropriation Act Of 2025 Intends To Apply The Sum Of Two Hundred Ninety-five Thousand Five Hundred Eighty Pesos Only. (p 295,580.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Hardware Materials For The Installation Of Gate And Repair Of Perimeter Fence At Hafeland (cb-goods-2025-003). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Of Oras Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Ten (10) Calendar Days From Receipt Of Ntp. Bidders Should Have Completed, Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project, The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (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. A. 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 Local Government Unit Of Oras And Inspect The Bidding Documents At The Address Given Below During 8:00 Am-12:00 Noon And 1:00pm-5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 29, 2025 - February 6, 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 Only. (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 6, 2025 9:00am. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 6, 2025 9:00am. At The Given Address Below And/or Via Email. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Oras 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. 10. For Further Information, Please Refer To: Christian L. Batica Local Government Unit Of Oras Brgy. Butnga, Oras, Eastern Samar Lguorasbac@yahoo.com 09176321414 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph January 29, 2025 _sgd) Christian L. Batica_ Bac Chairman
Caraga Regional Hospital Tender
Healthcare and Medicine
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 21.5 Million (USD 367.7 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-02-06 (124) Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine Approved Budget For The Contract: Php 21,500,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through The Fy2024 Internally Generated Fund (igf) Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of Twenty One Million Five Hundred Thousand Pesos Only ( Php 21,500,000.00 ) As To Payment Under The Contract For Supply And Delivery Of One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine. 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 Lot Bid. Item No. Description Qty Unit Of Measure Unit Cost Total Cost 1 One (1) Lot Of One (1) Unit Console-type Ultrasound Machine And One (1) Unit Of Portable Ultrasound Machine 1 Lot 21,500,000.00 21,500,000.00 Technical Specifications Of One (1) Unit Of Console-type Ultrasound Machine A. Main Equipment 1. Top-of-the-line 2. Capable Of Multi-line Signal, And Massive Parallel Image Processing With The Latest Software Of Receive Beam Former Technology 3. The System Should Be A Shared Service Ultrasound System With Built-in Multidisciplinary Applications And Also Equipped With The Following Key Technologies: A. Display Depth Of Up To 40 Cm B. 2d Shear Wave Elastography C. Fusion Imaging Capability D. Advanced Needle Visualization Enhancement With Needle Trajectory Display E. Fat Quantification F. 3d/4d Capable G. Color Doppler And Power Doppler Capable H. With Ai (artificial Intelligence) Technology Integration 4. Compact And Weighs No More Than 135 Kg Without Peripherals 5. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 6. With Built-in Battery Backup 7. No Separate Volt Conversion 8. Power Consumption Must Be Clearly Stipulated 9. Mechanical Parts Should Be Heavy-duty Type 10. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Ultrasound System Structure 1. Led Monitor Display Specifications: A. Display Size Of At Least 15 Inches B. Monitor Resolution Of At Least Full Hd (1920 X 1080) C. The Monitor Can Be Folded Down For Transport 2. Control Panel Specifications: A. Display Size At Least 15 Inches B. Aspect Ratio Must Be 16:9 C. Tilt Angle At Least 30 Degrees Up To 50 Degrees D. Left And Right Swivel At Least ± 45 Degrees Or Better E. Height Ranges From At Least 53 Inches To 67 Inches F. Adjustable Arms For A 180-degree Panel Rotation G. Emergency Central Brake And Swivel Lock H. Full-sized Backlit Keyboard I. Customizable Annotation J. Programmable Keys K. Segment Tg Control 3. Touch Screen Panel Specifications: A. At Least 13.3 Inches High Sensitivity Color Touch Screen B. A Resolution Of 1920 X 1080 C. Customizable/editable Buttons D. Tilt Angle At Least 30 To 60 Degrees E. Support Touchscreen Gestures 4. Transducer Management: A. Up To 6 Transducer Cup Holders Support Both Probes And Gel Bottle B. Connectors Must Be Compact-pin Less C. Must Have An Integral Gel Warmer With Temperature Control D. The Audio Speaker Must Be Integrated With The Control Panel E. Active Ports (4 Active And 1 Parking) 5. Transducers Specifications: A. Curved/convex Transducer I. Frequency Bandwidth At Least 1.0 Mhz Up To 6.0 Mhz (with Biopsy Needle Guide Attachments) Ii. Field Of View (fov) Of At Least 50 To 80 Degrees Iii. Maximum Depth Of At Least 40 Cm Iv. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification B. Linear Transducer I. Frequency Bandwidth At Least 4.0 Mhz Up To 14.0 Mhz Ii. Field Of View (fov) Of At Least 3.8 Cm To 6.0 Cm Iii. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric, Thoracic, & Elastography C. Micro-convex Transducer I. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz Ii. Field Of View (fov) Of 90 Degrees Iii. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology D. Linear Transducer For Pediatric Applications I. Frequency Bandwidth Within The Range Of At Least 7.6 Mhz To 20.0 Mhz Ii. Field Of View (fov) At Least 2.86 Cm Iii. Application: Cranial, Musculoskeletal, Nerve, Small Anatomical Parts, And Vascular Applications E. Endo-cavity Transducer I. Frequency Bandwidth Within The Range Of At Least 2.9 Mhz To 8.1 Mhz Ii. Field Of View (fov) Of 176 Degrees Or More Iii. Application: Obstetrics, Gynecology, And Urology F. 3d/4d Transducer I. Frequency Bandwidth Of 3.0 Mhz To 11 Mhz Ii. Field Of View (fov) Of 170 Degrees Or More Iii. Application: Obstetrics, Gynecology, And General Abdomen 6. Imaging Parameters: A. B Mode B. M Mode C. Cine Captures Up To 300 Seconds D. Tissue Harmonic Imaging E. Color Doppler Imaging F. Power Doppler Imaging G. Anatomical M Mode H. Curved Anatomical M Mode 7. Advanced Features: A. Fusion Imaging B. Contrast Agent Imaging Or Contrast-enhanced Ultrasound (ceus) C. Color And Power Mode D. Automatic Tissue Equalizations E. Artifact Reduction Technology F. Real-time Panoramic Imaging G. Shear Wave Elastography (swe) H. Point Shear Wave Elastography I. Strain Elastography J. Fat Quantification Assessment 8. Data Storage And Transfer: A. Must Have A Separate Cpu (central Processing Unit) And Gpu (graphics Processing Unit) Processor. B. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. C. A Storage Of At Least 120 Gigabytes Ssd (solid State Drive) For The Software Program And 1 Terabyte Hdd (hard Disk Drive) For The Dicom Data. D. Usb Ports Must Have At Least 2 To 5 Ports (at Least Two Ports Are Usb 3.0 And At Least One Is A Usb Type-c Port) For Importing And Exporting Protocols And Exams, Archiving, And Servicing. C. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. Biopsy Needle Guide Attachments 2. At Least Two 32 Gb Storage Usb 3.0 Flash Drives For Exporting Images 3. One (1) Unit Computer Desktop Workstation With Medical Grade Monitor And One (1) Unit Heavy-duty Printer D. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. Black And White (b/w) Digital Terminal Thermal Printer And Colored Printer For 3d/4d Images. 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Technical Specifications Of One (1) Unit Of Portable-type Or Lighweight Ultrasound Machine A. Main Equipment 1. Led Display Monitor Of At Least 15 Inches Or Better 2. Full Hd Or High-resolution Display Monitor Of At Least 1920 X 1080 Or Better 3. Preferably Lightweight Less Than 70 Kg With Cart And Other Peripherals 4. The Operating Console Can Be Detachable Or Non-detachable (fixed) From The Mobile Trolley Or Cart. 5. One (1) Pencil Probe Port Connected To A Transducer With A Probe Extend Module To Provide Three (3) Active Probe Ports At A Time 6. Programmable Keys For User-defined Functions 7. With 8-segment Time Gain Compensation (tgc) Control 8. Equipment Should Be Maintainable And Serviceable With 24/7 Support, Preferably A Service Support Center Within The Visayas And Mindanao Areas. B. Power Supply And Battery 1. Built-in Battery Of At Least 90 Minutes Or Higher When Used Continuously 2. Full Battery Should Last More Than 24 Hours When In Standby Mode 3. Power Supply: 220v-240v Ac, 50/60 Hz As Applicable To The Mains Power Supply Of The Hospital 4. No Separate Volt Conversion 5. Power Consumption Must Be Clearly Stipulated C. Applications And Software 1. Total Recall Imaging For Multi-modal Post-processing Capabilities On Archived Images Such As Measurements And Calculations 2. Needle Visualization Enhancement 3. Real-time Panoramic Imaging D. Mobile Cart 1. Material Type Of Mobile Cart: Magnesium Alloy With Locking Wheel 2. Gel Warmer And Probe Holder With At Least 5 Holders 3. Height Adjustment Up To 25 Cm 4. Maximum Weight With Peripherals At Least 40 Kg 5. Mechanical Parts Should Be Heavy-duty Type E. Transducers 1. Curvilinear Transducer A. Frequency Bandwidth: 1.4 Mhz To 5.0 Mhz B. Field Of View (fov) At Least 61 Degrees C. Depth Of At Least 40 Cm D. Application: Obstetrics, Gynecology, Abdomen, Small Parts, Musculoskeletal, Vascular, Urology, Nerve, Elastography, And Fat Quantification 2. Linear Transducer A. Frequency Bandwidth: 2.7 Mhz To 10.5 Mhz B. Field Of View (fov) Of At Least 3.4 Cm C. Depth Of At Least 35 Cm D. Application: Small Parts, Musculoskeletal, Vascular, Abdomen, Pediatric And Thoracic 3. Endo-cavity Transducer A. Frequency Bandwidth: 3.0 Mhz To 11.0 Mhz B. Radius: 1.1 Cm C. Application: Obstetrics, Gynecology, And Urology 4. Micro-convex Transducer A. Frequency Bandwidth Of At Least 2.6 Mhz Up To 12.8 Mhz B. Field Of View (fov) Of 90 Degrees C. Application: Abdomen, Peripheral Vascular, Neonatal, Small Parts, And Urology F. Imaging Features 1. High-resolution Color Doppler Imaging 2. Spatial Compound Imaging 3. Auto Optimization Button 4. Trapezoid Imaging And Extended Field Of View (fov) 5. Speckle Suppression Imaging 6. Supports Measurements And Calculations On Archived Exams And Images 7. Workstation Dedicated To Patient Exam Management G. Imaging Modes 1. B-mode 2. Tissue Harmonic Imaging 3. M-mode / Color M-mode 4. Anatomical M-mode 5. Curved Anatomical M-mode 6. Color Doppler Imaging 7. Power Doppler Imaging 8. Pulsed Wave Doppler 9. Continuous Wave Doppler 10. Panoramic Imaging H. Data Storage And Transfer 1. Storage Of At Least 240 Gigabytes Ssd (solid State Drive) Or Higher 2. Boot-up Time Must Be Less Than 30 Seconds 3. Boot-up Time From Standby Must Be Less Than 10 Seconds 4. Dicom (digital Imaging And Communications In Medicine) Compatibility: Dicom 3.0 Standard, Connectivity Should Be Compatible With The Existing Pacs (picture Archiving And Communication System) Of The Hospital At No Extra Cost To The Purchaser In The Process Of Installation, Connection, And Integration Of The Equipment. I. Accessories 1. One (1) Unit Of Uninterruptible Power Supply (ups) Of At Least A 3-hour Standby Power With Trolley/drawer And Caster Lock, Compatible With The Equipment Power Requirement And With Proper Grounding When Needed. 2. Must Have Three (3) Active Extended Probe Ports 3. Must Have One (1) Mobile Trolley With Drawer And One (1) Hard Case Luggage Bag 4. One (1) Unit Military Grade Laptop Computer Must Include One (1) Unit Of Host Military Laptop With The Following Specifications: A. Processor: Core I7 Or Equivalent In Other Brands. B. Ram: At Least 8 Gb C. Hard Drive: At Least 1 Tb Ssd D. Connectivity: Wi-fi, Bluetooth E. Ports: Usb, Usb-c, Hdmi, Network Extension For Ethernet/side Mechanical Docking, Headphone/microphone F. Durability: Mil-std 810g Tested G. At Least 14 Inches Monitor Display H. At Least 1 Mp Web Camera I. Battery Life Average Of At Least 13 Hours On Common (document/report Generation) Use, Should Include Adapter For Rapid Charging Up To 80% In 1 Hour. J. Should Be Installed With The Latest Licensed Os Compatible With The Base Unit To Ensure Communication. K. Should Be Installed With Licensed Applications/programs For Data Processing In Spreadsheet And Report Generation. L. To Include Optical Mouse (bluetooth And Rechargeable) M. Warranty On Parts And Service For At Least One (1) Year N. Laptop Should Include Carrying Bag. J. Consumables 1. At Least 10 Rolls Of Thermal Paper For Printing 2. B/w Digital Terminal Thermal Printer 3. At Least 3 Gallons Of Ultrasonic Gel 4. At Least 5 Bottles Of A Cleansing Solution Cleaner For The Probes And The Cleansing Solution Should Not Cause Damage Or Membrane Swelling Of Transducer Probes When Used. 5. At Least 10 Pieces Of Skin Marking Pen Or Surgical Marking Pen For Interventional Studies Other Terms Of Reference And Conditions 1. The Console-type And Portable-type Ultrasound Machines Should Be Of The Same Brand Or Manufacturer To Have The Same Service Maintenance Provider. 2. Must Have Three (3) Years Warranty For Parts And Services. 3. Certification From The Manufacturer A. That The Bidder Has The Capability For Corrective And Preventive Maintenance Of The Unit B. That The Bidder Has The Service Engineer(s) Trained And Capable Of Corrective And Preventive Maintenance For The Equipment Model. Service Engineer Should Be Presently Employed By The Bidder/supplier Or Authorized By The Manufacturer. C. Guaranteeing Delivery Of Equipment And All Accessories Within The Time Period Set By The Bids And Awards Committee (bac). D. Guaranteeing Of All Spare Parts For The Next Ten (10) Years Duly Authenticated By The Philippine Embassy In The Country Of Origin. E. That The Equipment Is A Brand-new Unit And Not A Discontinued Model. F. That The Terms And Conditions Stated In The Contract Shall Be Honored By The Manufacturer If A Change Of Exclusive Distributorship Will Occur During The Duration Of The Said Contract. 4. The Supplier’s Engineer Shall Perform Preventive Maintenance On The Machine During The Warranty Period Of At Least Quarterly. 5. The Supplier’s Engineer Must Provide The Complete Calibration Report Containing The Testing Parameters And Data Of Measurements Of The Ultrasound Machines To The Hospital’s Health/medical Physicist Before Clinical Acceptance. 6. The Bidder Must Provide A Certification Type Of Training On The Applications/operations, And Basic Maintenance For Users And Maintenance Personnel Of The Hospital. 7. Certificate Of Exclusive Distributorship From The Unit Manufacturer Mentioning The Name Of The Philippine Representative. 8. Certification From The Bidder Of 95% Uptime Guarantee For The Equipment Offered Within The Warranty Period. Accumulated Downtime In Excess Of 5% Shall Be Added To The Warranty Period. 9. The Bidder Must Submit The Original Brochure With Technical Specifications In English Language Both Hard And Soft Copy. 10. The Machine Should Conform To The International Electrotechnical Commission (iec) Standards Or Its Equivalent National Standard. The Bidder Must Provide Certificate Of Declaration Of Conformity. 11. Manufacturer/supplier Should Have Iso Certification For Quality Standards. 12. The Equipment Should Be A Us-fda Or Ce-approved Product. 13. Inventory Of Spare Parts For The Unit/model Offered Duly Signed By The Manufacturer. 14. Certification From The Foreign Ministry Of Health That The Company Can Sell The Product/model In That Country Of Origin. 15. The Bidder Shall Specify Post-warranty Comprehensive Preventive Maintenance Costs Including List And Price Of Major Spare Parts For The Next Three Years After Warranty. 16. Training Of End-users In Operation And Basic Maintenance Shall Be Provided 17. User, Technical, Operational, And Maintenance Manuals Are To Be Supplied In English Language. 18. All Services For Installation, Connection, And Integration Of The Machines To The Existing Pacs/ris Of The Hospital Shall Be Shouldered By The Bidder At No Additional Cost To The End Users. 19. Full Support To The Mid Staff Requiring Attendance To Technical, In-depth, Hands-on, And Extensive Face-to-face Training Programs Or Courses (such As But Not Limited To Elastography, Fat Quantification, And 3d/4d) Outside Of The Hospital Shall Be Made Available To The End User. 20. Full Support To The Mid Staff For Their Annual Continuing Medical/professional And Educational/learning Development While The Machines Are Under Warranty. 21. Must Have A Service Center Within The Caraga Region, Cebu City, Cagayan De Oro City, Or Davao City. 22. The Conduct Of Post-qualification Activity Shall Be At The Cost Of The Supplier And The Site Visit Shall Be Held At The Nearest Hospital. Failure To Comply With The Preferred Schedule Of The Procuring Entity For The Post Qualification Can Be A Ground For Disqualification. (no Extensions Allowed.) 23. The Delivery Of The Equipment Shall Commence Within Ninety (90) Calendar Days From Receipt Of The Notice To Proceed. To Be Delivered At Caraga Regional Hospital, Rizal Street, Brgy. Washington, Surigao City, Surigao Del Norte. 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 Fifty Percent (50%) 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 28, 2024 To February 06, 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 16, 2025 At 9:00 A.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/84427775771?pwd=3ljykccird98psr6rpzotkfaaug2il.1 Meeting Id: 844 2777 5771 Passcode: 947752 Deadline Of Submission Of Bids February 06, 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 February 06, 2025 At 2:00 P.m. Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/89960742667?pwd=szuuabrns2l0zbey780rlzpinl9ynw.1 Meeting Id: 899 6074 2667 Passcode: 984011 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1-bugnrw-ewejdoqlxztwwuw89zqwnt3x?usp=sharing Bidding Documents Php 25,000.00 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 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 February 06, 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 February 06, 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
Gemeente 's Hertogenbosch Tender
Software and IT Solutions
Netherlands
Closing Date24 Feb 2025
Tender AmountRefer Documents
Description: Netherlands – It Services: Consulting, Software Development, Internet And Support – Vervangen Afvalkalender-app, Website En Cms Afvalstoffendienst
9331-9340 of 10000 active Tenders