Wood Tenders

Wood Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Food Products
United States
Details: This Request For Information (rfi) /â sources Sought Notice Is Issuedâ  Solely For Information And Planning Purposes. This Is Not A Solicitation. submission Of Information About Pricing, Delivery, The Market, And Capabilities Is Highly Encouraged And Allowed Under This Rfi For Planning Purposes In Accordance With (iaw) Far 15.201(e). disclaimer this Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. Iaw Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. sources Sought/rfi Description this Is Not A Solicitation Announcement. This Is A Sources Sought Notice / Rfi Only. The Purpose Of This Sources Sought Notice / Rfi Is To Gain Information About Potential Qualified Sources And Their Size Classification Relative To Naics 311812 (size Standard Of 1,000 Employees). Responses To This Sources Sought Notice / Rfi Will Be Used By The Government To Make Appropriate Acquisition Decisions. After Review Of The Responses To This Sources Sought Notice / Rfi, Further Rfis And/or A Solicitation Or Other Announcements May Be Published. the Department Of Veterans Affairs (va) Network Contracting Office (nco) 22 Is Seeking Sources Capable Of Providing Multiple Fresh Bread Types To Visn 22 Va Medical Centers. the List Of Draft Characteristics Is Intended To Be Descriptive, Not Restrictive, Of The Supplies/services That Are Required. statement Of Work objective the Department Of Veterans Affairs Requires Network Contracting Office (nco) 22 To Set Up Base Plus Option Four Years A Single Award Firm Fixed-price Indefinite Quantity Indefinite Delivery (idiq) Contract For Fresh Bread Types. The Contractor Shall Provide Fresh Bread Products Listed On The Schedule To The Va Greater Los Angeles, Long Beach, San Diego, And Loma Linda Healthcare Systems As Needed Basis. Orders Shall Be Placed By Email, Telephone, Or In Writing Via Fax, As Mutually Agreed Upon Between The Facility Point Of Contact (poc) And Contractor At Least Two Business Days Prior To The Anticipated Delivery Date. participating Va Medical Centers va Greater Los Angeles Healthcare System (691) 11301 Wilshire Boulevard, los Angeles, Ca 90073-1003 va Long Beach Healthcare System (600) 5901 East 7th Stret, long Beach, Ca 90822-5201 va San Diego Healthcare System (664) 3350 La Jolla Village Drive, san Diego, Ca 92161-0001 va Loma Linda Healthcare System (605) 11201 Benton Street, loma Linda, Ca 92357-1000 period Of Performance base: 5/1/2025 6/30/2026 option Year 1: 5/1/2026 6/30/2027 option Year 2: 5/1/2027 6/30/2028 option Year 3: 5/1/2028 6/30/2029 option Year 4: 5/1/2029 6/30/2030 deliverables quantities Are Estimated Only. Quantities Are Estimated For A Year Performance. Estimated Quantities Shall Remain The Same Throughout All Base Plus Option Four Years: station item # description estimated Quantity/year 691 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 1,600 691 pralf-s bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf 1,600 691 amib amish Bun, Plain Hamburger Bun 6pk 6,000 691 amihd hot Dog Bun 12pk 2,000 691 drfr french Dinner Roll (12ct) 5,500 691 drpre pretzel Dinner Roll (12ct) 3,200 600 lob lobster Roll 30ct 144 600 ob onion Bun 6pk 720 600 brib brioche Buns 6pk 1,290 600 drrs rosemary Sage Dinner Roll 12ct 360 600 drche cheese Dinner Roll 12ct 360 600 brisb brioche Slider 12ct 720 600 drpre pretzel Roll 12ct 360 664 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 218 664 amilf-s3 bread, White (amish), 3/4" Sliced, 13 Slices Per Loaf 1 664 pralf-s bread, Wheat (prairie), 1/2" Sliced, 21 Slices Per Loaf 327 664 bri-s3 brioche Loaf, 3/4" Sliced, 21 Slices Per Loaf 400 664 drfr-bx french Roll, Par-baked Box-96ct 133 664 drcia-bx ciabatta Roll, Par-baked Box-96ct 145 664 drcf-bx country French Roll, Par-baked Box-96ct 123 664 drmb-bx malted Brown Roll, Par-baked Box-96ct 83 664 drgar-bx roasted Garlic Dinner Roll, Par Baked Box-96ct 149 605 amipdm-s bread, White (amish), 1/2" Sliced, 30 Slices Per Loaf 500 605 amipdm-s3 amish Pain De Mie, Sliced 3/4", 21 Slices Per Loaf 100 605 amilf-s bread, White (amish), 1/2" Sliced, 21 Slices Per Loaf 50 605 amihd hot Dog Bun 12pk 50 605 drche cheese Dinner Roll 12 Ct. 450 605 drgar garlic Dinner Roll 12 Ct. 450 605 drmb malted Brown Dinner Roll 12 Ct. 450 605 drsd sourdough Dinner Roll 12 Ct. 450 605 pralf-s prarie Loaf, Sliced (ww), 1/2" Sliced, 21 Slices 1,400 the Quantities Cited Above Chart Are Estimated Quantities Per Year For Base And All Option Periods; Quantities Are Not A Contractual Statement Of Precise Quantities That The Government Will Order. The Quantities Given Are Estimated Only, And No Guarantee Of Their Accuracy Is Either Given Or Implied. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled. contractor May Offer Alternate Pack Sizes; However, The Estimated Quantities Shall Be Adjusted Accordingly. order Limitations minimum Order Threshold Per Delivery Order: $5,000.00 maximum Order Threshold Per Delivery Order: $100,000.00 compliance With Federal Laws And Regulations all Deliveries Shall Conform In Every Respect To The Provision Of The Federal Food, Drug, And Cosmetic Act Usc Title 21, Chapter 9 (fd&c Act) And Regulation Promulgated There Under. where Applicable, The Interpretation Of Requirements (descriptive Terms), Methods Ascertaining Grades, Testing, Etc., Shall Be In Accordance With Those Contained In The U.s. Standards For The Particular Products In Effect On The Date Of Solicitation. the Contractor Agrees To Provide The Products Listed To Participating Va Medical Centers For Base Period, And Option Years If Exercised By The Government. Deliveries Shall Be In Such Quantities And At Such Times As May Be Required In Accordance With All Terms, Conditions, Provisions, And Schedules Of This Contract. Please Note Quantities Are Estimated Only. There Is Not A Contractual Statement Of Precise Quantities That The Government Will Order Under This Idiq Contract. The Government Will Only Pay For Quantities That Are Actually Ordered And For Which The Services Are Fulfilled Off Of Each Delivery Order. all Products Furnished Under This Contract Shall Be Processed And Packaged Under Sanitary Conditions In Strict Accordance With Guidelines Provided By The U.s. Food And Drug Administration And The U.s. Department Of Agriculture, Using The Best Commercial Practices That Are Standard For The Industry. All Containers Shall Be Clean, Sound, And Securely Covered Or Sealed To Provide Adequate Protection From Dirt, Filth, Or Contamination. All Ingredients Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With Provision Shall Be Considered Grounds For Default Of The Contract. all Current Usda Standards And Guidelines Must Be Followed And Met Through The Entire Production, Packaging, Labeling, And Delivery Process. ingredients For Fresh Or Frozen Bread And Bakery Products Shall Consist Of Flour, Water, Salt, Yeast, Emulsifiers Or Stabilizers, And Other Ingredients Appropriate For The Type Of Bread Specified In The Schedule Of Products. The Fresh Or Frozen Bread Include Mold Inhibitors Of Proper Levels As Allowed By The Federal Food, Drug And Cosmetic Act. products Shall Be Delivered In An Enclosed Truck, Which Protects The Bread Products From Dirt Or Other Contamination. Bread Products Shall Be Delivered On Racks And Not Stacked One On Top The Other Unless Separated By Shelving Or Spacers. All Loaves, Packages And Individually Wrapped Breads And Rolls Will Be Clearly Labeled With The Expiration Or Used By Date. by Submitting An Offer, The Contractor Certifies That The Products Offered Meet The Requirements Of The Solicitation And: requirements Of Federal, State, And Local Regulations conforms To The Producer S Own Specifications And Standards, Including Product Characteristics, Manufacturing Procedures, Quality Control Procedures, And Storage And Handling Practices contractor Shall Obtain All Necessary Licenses Required To Perform Work Stated Under This Statement Of Work. contractor Shall Take All Precautions Necessary To Protect Persons And Property From Injury Or Damage During The Performance Of This Contract. Contractor Shall Be Responsible For Any Injury To Himself/herself, His/her Employees, Or Others, As Well As For Any Damage To Personal Or Public Property That Occurs During The Performance Of This Contract That Is Caused By Him/her Or His/her Employees Fault Or Negligence. Contractor Shall Maintain Personal Liability And Property Damage Insurance Prescribed By The Laws Of The Federal Government. the Government Reserves The Right To Accept Or Reject Contractor S Employee For The Rendering Of Services. Complaints Concerning Contract Personnel S Performance Or Conduct Will Be Dealt With By The Contractor And Program Office Manager With The Final Decision Being Made By The Contracting Officer. product Requirements enriched Flour: When The Bread Or Bakery Product Is Enriched, The Wheat Flour Used For The Bread Shall Conform To The U.s. Standards Of Identity For Enriched Flour (1 Cfr 137.165) And Shall Be Milled From A Variety Of Hard And Or Soft Wheat. appearance And Color: The Fresh Or Frozen Bread And Applicable Bakery Products Shall Have A Uniformly Brown Crust Which Is Characteristic Of The Bread Product. The Fresh Or Frozen Bread And Baker Products Shall Have A Typical Volume, Characteristic Grain, And Be Evenly Baked And Without Evidence Of Foreign Odors Or Flavors, Burnt, Scorched, Stale, Rancid Or Moldy. The Delivered Products Shall Not Be Crushed O Damaged. quality And Freshness: Fresh Bread And Bakery Products Shall Conform To The Following Freshness Requirements: bread (loaf, Muffins, Hamburger, And Hotdog Rolls) Shall Be Delivered To The Va Facilities Within 24 Hours After Baking. brown And Serve Rolls Shall Be Delivered Within 36 Hours After Production. the Government Reserves The Right To Return Products In The Original Packing For Full Credit If They Have Visible Signs Of Poor Quality Within 24 Hours After Delivery. physical Hazards: Products Shall Be Clean, Sound, Wholesome, And Be Free From Foreign Material Such As, But Not Limited To, Dirt, Insect Parts, Hair, Wood, Glass, Or Metal. bread/bakery Items Must Be Freshness Dated In Either Of The Following Methods: production Date Or Freshness Expiration Date Directly Marked On Packaging Or Twist Tie/plastic Closure. production Date Or Freshness Expiration Date Color Coding Or Similar Type Markings On Packaging Or Twist Tie/plastic Closure. special Note: Production Date On Individually Wrapped Items. bread Shall Have A Minimum Of 5 Days Of Shelf Life After The Date Of Delivery. packaging, Packing And Labeling unless Otherwise Specified, Preservation, Packaging, And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions, Handling, Etc., And Shall Conform To Normal Commercial Practice And Applicable Carrier Rules And Regulations Involving Shipment From The Contractor To The Receiving Activity For Storage. Shipping Containers Shall Be Incompliance With National Motor Freight Classification And Uniform Freight Classification (issue In Effect At The Time Of Shipment). the Package Shall Be Clean, Sound, And Securely Covered To Sealed To Provide Adequate Protection From Dirt, Filth, And Contamination. All Products Shall Be Clean, Sound, Wholesome And Free From Evidence Of Rodent Or Insect Infestation. Failure To Comply With This Provision Shall Be Considered Grounds For Default Of The Contract. labeling Shall Be In Accordance With Commercial Labeling, Complying With The Federal Food, Drug, And Cosmetic Act And Regulations Promulgated There Under. unless Otherwise Specified, Preservation, Packaging And Packing Shall Be To A Degree Of Protection To Preclude Damage During Normal Shipping Conditions And Shall Conform To Normal Commercial Practices And Applicable Carrier Rules And Regulations Involving Shipment From Contractor To Receiving Activity For Storage. all Items Must Be Identified With Readable Dates (open Code Dates, Or Color-coded Dates. The Product Color Code Shall Explain The Actual Date Of Production. The Successful Offeror Shall Furnish The Poc And The Contracting Officer With The Instructions For Deciphering The Date On Which The Pasteurization Process Was Completed. This Information Is To Be Furnished Within Five Days Of Award Of A Contract. Failure To Comply With This Requirement Will Render A Contract In Default And Grounds For Termination. ordering participating Va Medical Centers Shall Place Orders Through An Approved Delivery Order (do) And Purchase Order (po). An Approved Purchase Order Shall Be Signed By A Warranted Contracting Officer. the Poc Or Other Delegate Of Nutrition And Food Service Shall Place Orders By Website, Email, Telephone, In Writing Via Fax, Or Any Manner Consistent With Accepted Business Practices At Least Two (2) Business Day Prior To The Anticipated Delivery Date. an Order Number Will Be Provided To Each Facility At The Time The Order Is Placed. participating Va Medical Centers Intend To Place Multiple Orders Per Week. Consequently, The Contractor Is Required To Deliver Multiple Orders Per Week (deliveries Vary One (1) To Five (5) Deliveries Per Week). availability, Substitutions And Alternates: contractor Will Order Quantities Of Products Based On The Facility S Menu Needs, With Oversight And Concurrence From Facility. all Products Offered Will Be Available To Be Ordered For Delivery At Any Station Location Listed In The Contract. any Proposed Alternate Items Shall Meet The Requirements Of The Government Specifications As Cited In The Index Of Federal Specifications/standards (fed) And Or Commercial Item Description (cid). A-a-20052b And A-a-20053b. contractor Will Not Substitute Any Items And Will Not Increase Or Decrease Quantities Ordered Without Prior Approval From The Poc. should Any Product Under This Contract Become Unavailable Or Available On A Limited Basis, Either Temporarily Or Permanently, The Contract Shall Provide The Government With Sufficient Notification Thereof, Offering Possible Substitutions And/or Alternative Sources, To Afford The Government Adequate Opportunity To Approve Or Reject Offered Substitution And/or Make Other Procurement Arrangements. deliveries deliveries Shall Be Made To The Area(s) Listed, Unless Otherwise Directed By The Poc Or Designated Individual Shall Sign For All Deliveries. Off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated (contact Person) Or His/her Designated Representative. delivery Addresses And Po Numbers Shall Be Provided On Each Delivery Order. replacement Of Rejected Products(s) Shall Be Delivered The Same Day No Later Than 1:00 Pm, Unless Otherwise Specified By The Poc. no Deliveries Will Be Required On Sundays Or National Legal Holidays. This Is Applicable To All Delivery Points. in Accordance With 5 U.s.c. 6103, Executive Order 11582 And Public Law 94-97 The Following National Holidays Are Observed And For The Purpose Of This Contract Are Defined As Legal Federal Official Holidays. Refer To Federal Holidays For A List Of Federal Holidays. note: If Delivery Falls On A Holiday, The Contractor Must Then Delivery The Next Business Day Unless The Poc At The Va Facility; Makes Other Arrangements. delivery Of Goods: The Government Reserves The Rights To Inspect Delivered Goods For Compliance Of Specifications, Including, But Not Limited To Correct Product(s) And Quantities, Proper Packaging, Damage Goods, Etc. The Contractor Shall Demonstrate Compliance With Performance Standards By Showing That Their Process Adherences To An Appropriately Designed, Validated Hazardous Analysis Critical Control Point (hacccp) Plan. Any Item(s) Determined Unacceptable Shall Be Refused With Full Credit/replacement, At The Discretion Of The Government. off-loading Of Products Shall Occur In The Presence Of Va Authorized Receiving Personnel As Indicated, Or His/her Designated Representative. contractor Shall Be Responsible For Providing Hand Trucks, Dollies For Produce, Required To Affect Delivery To Appropriate Location. delivery Shall Not Be Stacked Higher Than Five (5) Feet High. delivery Personnel Shall Wait Until The Delivery Is Fully Inspected By Designee Before Leaving Premises. delivery Vehicles: The Government Further Reserves The Right To Enter And Inspect Any Vehicle Used To Deliver Good To Assure The Safe And Sanitary Transport Of Items Ordered. Such Inspection Shall Be Made On A Random Basis, Upon Delivery, At The Discretion Of The Poc. inspection Of Facilities: The Government May, Prior To Contract Award Or At Any Time During The Term Of The Contract Inspect The Contractor S Plant, Personnel, Equipment, And Process To Ensure Compliance With State/federal Sanitation Regulation Requirements. all Products Furnished Under The Awarded Contract Shall Be Process At Plants That Have Been Inspected By Federal Government. Approved Inspection Reports Of Another Va Facility Or Other Federal Government Agency Will Be Accepted As Satisfactory Evidence That The Facilities/plants Meet These Requirements, Provided That The Inspections Were Made Not More Than Six (6) Months Prior To The Proposed Contract Period. recall Notices notification To Contracting Officer And Participating Va Medical Centers Shall Be Given Immediately Upon Receiving Recall Notices From The Food And Drug Administration Enforcement Report Publications. Notifications Shall Be Delivered To The Program Manager, Or Designated Personnel Through Phone And Email For Any Food Recalls Related To Items Delivered To The Va From The Contractor. physical Security And Facility Considerations the Contractor Employees And/or Subcontractors Approved By The Poc Shall Wear Visible Identification At All Times While On The Premises Of The Facilities With The Visn. Identification Shall Include But Not Be Limited To A Company Identification Care, Which Shall Include The Company Name, Employee Name, Title, And A Photograph Of The Employee. Contractor Employees Shall Maintain A Professional Appearance Commensurate To Their Industry. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police Section. The Va Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. any Interior Or Exterior Doors That Shall Be Unlocked To Gain Access Shall Be Kept Locked During The Performance Of Work Unless It Results In The Creation Of A Safety Hazard. In Those Instances, The Contractor Is Responsible To Take Necessary Actions To Maintain The Same Level Of Security Prior To Gaining Access/performing Work. Should Any Other Devices Need To Be Unlocked Like An Entry Gate, Those Devices Shall Be Locked Immediately Upon Entry Or Exit. At No Time Shall The Contractor Allow Any Person Into A Locked Area Or Lean Keys/access Cards To Another Person. Contractor May Be Held In Default For Failure To Comply With This Requirement And Subject The Contractor And Its Employee To Contractual And Other Legal Remedies. contractor Personnel Are Required To Check Into The Facility Police & Security Office At Each Visit To Pick Up A Contractor Badge Prior To Contracting The Poc. The Contractor S Staff Shall Also Be Required To Sign In And Out Each Day At A Designated Location Determined By The Poc. the Contractor Agrees That One Of Its Officers Or Employees Shall Use Or Reveal Any Research, Statistical, Medical, Or Security Information Which May Be Obtained During The Performance Of The Work Or As A Result Of Their Presence On Government Premises Without The Written Consent Of The Government. smoking Is Prohibited Inside Any Buildings At Facilities With Visn 22. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. the Contractor Shall Not Allow His/her Employees, Including Subcontractors Employees, To Open Desk Drawers, Cabinets, Or To Use Office Equipment, Including The Use Of Non-pay Telephones For Any Purpose Other Than A Local Emergency Call. The Contractor Shall Be Responsible To Provide All Necessary Equipment, Tools, Parts, And Materials To Perform The Work. The Government Shall Not Be Obligated To Provide Any Equipment, Tools, Parts, And Materials To Assist The Contractor In Performing The Work. authorization the Contractor Shall Contact The Contracting Officer On All Matters Pertaining To Administration. subcontractors: The Contracting Officer Shall Approve/disapprove All Subcontractors Used At Any Time During This Contract. Contractor Shall List The Name And Address Of All Subcontractors. The Contracting Officer Shall Be Notified Immediately If The Contractor Should Change Any Of The Subcontractor(s) Utilized For This Contract And Provide Their Name And Address. Contracting Officer Shall Approve/disapprove Subcontractors. if Your Company Is Interested And Capable Of Providing The Required Supplies/services, Please Provide The Information Indicated Below. Response To This Notice Should Include Company Name, Address, Point Of Contact, Size Of Business Pursuant To The Following Questions: (1) Submit Your Capabilities Statement Illustrating How Your Organization Can/cannot Meet The List Of Sow Requirements. For Instances Where Your Company Cannot Meet The Sow Requirement(s), Please Explain. For Instances Where Your Company Can Meet The Sow Requirement(s), Please Show How Your Company Meets/exceeds Each Requirement. (2) Please Review The List Of Sow Requirements And Provide Any Additional Feedback Or Suggestions. If None, Please Reply As N/a. (3) Please Indicate The Size Status And Representations Of Your Business, Such As But Not Limited To: Service-disabled Veteran-owned Small Business (sdvosb), Veteran-owned Small Business (vosb), Hubzone, Woman Owned Small Business (wosb), Large Business, Etc. (4) Is Your Company Considered Small Under The Naics Code Identified In This Rfi? (5) Are You The Manufacturer, Authorized Distributor, And/or Can Your Company Provide A Solution To The Required Supplies/services Described In The List Of Sow? (6) If You Are A Large Business, Do You Have Any Designated/authorized Distributors? If So, Please Provide Their Company Name, Telephone, Point Of Contact And Size Status (if Available). (7) If You Re A Small Business And You Are An Authorized Distributor/reseller For The Items Identified Above, Do You Alter; Assemble; Modify; The Items Requested In Any Way? If You Do, State How And What Is Altered; Assembled; Modified. (8) Limitations On Subcontracting: How Does Your Business Ensure Compliance With The Limitations On Subcontracting As Outlined In 13 Cfr § 125.6? (9) Are The Items You Are Identifying/providing Considered Commercial Of The Shelf (cots) Items As Defined In Far Part 2.101 Under Commercial Items? (10) Non-manufacturer Rule: If Applicable, Can You Confirm Your Business Complies With The Non-manufacturer Rule? Specifically, Does Your Company: Provide A Product From A Small Business Manufacturer Or Processor? Not Exceed 500 Employees? Primarily Engage In The Retail Or Wholesale Trade And Normally Sell The Type Of Item Being Supplied? Take Ownership Or Possession Of The Item(s) With Its Personnel, Equipment Or Facilities In A Manner Consistent With Industry Practice? (11) Please Indicate Whether Your Product Conforms To The Requirements Of The Buy American Act? (12) What Is Your Lead Time To Deliver A Single Unit With All Components? Is There Scale In Lead Time With Greater Quantities? Please Elaborate. (13) What Is Estimated Life Span Of Your Solution? What Support/services Does That Entail? (14) Does Your Proposed Equipment Have Fda Clearance? Please Specify What Fda Clearance(s) Have Been Obtained. (15) Does Your Organization Offer A Leasing Solution? Please Elaborate. (16) Does Your Company Have A Federal Supply Schedule (fss) Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract? If So, Please Provide The Contract Number(s). (17) If You Are An Fss Gsa/nac/sac/bpa/nasa Sewp Or Any Other Federal Government Contract Holder, Are All The Items/solutions You Are Providing Information About Available On Your Schedule/contract? Please State If All Or Some Items Are Available On The Contract. (18) General Pricing Of Your Products/solution Is Encouraged. Pricing Will Be Used For The Purpose Of Market Research Only. It Will Not Be Used To Evaluate For Any Type Of Award. (19) Please Provide Your Sam.gov Unique Entity Id/cage Code Number. responses To This Notice Shall Be Submitted Via Email To Hestia.sim@va.gov. Telephone Responses Will Not Be Accepted. Responses Must Be Received No Later Than Thursday, February 27, 2025 By 4:00 Pm Est. Please Ensure To Answer All Questions Asked Above. all Responses To This Sources Sought/rfi Will Be Used For Planning Purposes Only. Responses To This Sources Sought Notice / Rfi Are Not Considered A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. If Further Rfis And/or A Solicitation Or Other Announcement Is Issued As A Result Of The Information Provided From This Rfi, All Interested Parties Must Respond To The Specific Posting Separately Iaw The Specifications Of That Announcement.
Closing Date27 Feb 2025
Tender AmountRefer Documents 

Dolores National High School Tender

Civil And Construction...+4Electrical Goods and Equipments, Construction Material, Electrical and Electronics, Pipe Line Project
Philippines
Details: Description Page 1 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Department Of Education Region Viii, Division Of Eastern Samar Dolores National High School Barangay 9, Reynaldo Street Dolores, Eastern Samar January 23, 2025 Business Name Philgeps Reg. No. Adress Contact No. Tin Non-vat Vat Request For Quotation Rfq# 2025-01-008 Supply And Delivery Of Materials For Water Source And Electrical Line Installation Sir/ma’am: The Dolores National High School, Through Its Bids And Awards Committee, Requests Your Price Quotation For The Items Specified Herein ,taking Into Consideration The Following Terms And Conditions 1. Quotation Submission Deadline: January 27, 2025 2. Quotation Opening Date & Time: January 27, 2025 - 9:00 Am 3. Place Of Delivery/installation: Dolores National High School 4. Delivery Period/duration: Upon Receipt Of The Notice To Proceed 5. Price Validity Period: 30 Calendar Days 6. Approved Budget For The Contract (abc): Lot 1:45,973.00, Lot 2:107,982.60, Lot 3:61,127.4, Lot 4:73,591.00, Lot 5:86,010.00, Lot6:58,000.00 7. Evaluation Of Bids: Bids Will Be Evaluated On A Per- Lot Basis. 8. Submission Requirements: Suppliers/contractors Must Submit A Copy Of Their Updated Mayor’s/business Permit And Provide Their Philgeps Registration Number Or A Copy Of Their Philgeps Certificate Along With The Duly Completed Request For Quotation (rfq) In A Sealed Long Brown Envelope, Either Manually/on-site Or Through Courier. The Following Documents Must Also Be Submitted Prior To The Award: • (1) Income/business Tax Return (for Abcs Above ₱500,000) • (2) Omnibus Sworn Statement (for Abcs Above ₱50,000) 9. Accuracy Of Information: Suppliers/bidders Must Provide Accurate Information Required In This Form, Supported By The Following Documents. 10. Tie- Breaking Procedure: In Cases Where Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lcrb, Dnhs Will Employ The Draw Lots Method As Per Gppb Circular 06- 2005 To Break The Tie And Determine The Winning Bidder. 11. Validity Of Interlineations: Any Interlineations, Erasures, Or Overwriting Must Be Signed Or Initialed By The Supplier Or Their Duly Authorized Representative(s) To Be Valid. 12. Price Quotation: Quotations Must Be Denominated In Philippine Pesos And Inclusive Of All Applicable Taxes For Materials And Supplies. 13. Budget Compliance: Quotations Exceeding The Approved Budget For The Contract Will Be Automatically Rejected. 14. Award Of Purchase Order/contract: The Purchase Order/contract Shall Be Awarded To The Lowest Quotation That Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 15. Inspection And Payment: Delivered Items Are Subject To Inspection, And Payment Processing Will Commence Only After Acceptance By The Dnhs Property And Supply Unit. 16. Payment Terms: Payment Shall Be Made Through Land Bank’s Lddap-ada (list Of Due And Demandable Accounts Payable-advice To Debit Account) Or Bank Transfer Facility. Account Details Must Be Provided. 17. Delivery Costs: The Supplier Shall Bear All Delivery Costs, Including Transportation Expenses, And Assume All Risk Until The Goods Are Delivered To Dolores National High School. 18. Payment Conditions: Payment Shall Be Made After Delivery And Upon Submission Of The Required Supporting Documents (e.g., Order Slip And/or Billing Statement). Terms Of Payment Are Within 28 To 60 Calendar Days From The Date Of Acceptance. 19. Liquidated Damages: Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Contract Shall Be Rescinded Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, Without Prejudice To Other Available Remedies. __________________________ In Case Of Recently Expired Mayor’s/business Permit, It Shall Be Accepted Together With Its Official Receipt As Proof That The Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit, Provided That The Renewed Permit Shall Be Submitted After Award Of Contract But Before Payment In Accordance With Item 6.2 Of Government Procurement Policy Board (gppb) Resolution No. 09-2020. Page 2 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Lot 1: Abc 45,973.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Box 2-gang Outlet (box Of 15) 1 2 Kg Assorted Cw Nail 4 3 Pc Bulb 23 - 24 Watts 100 4 Kilo Cwn 1" 1 5 Kilo Cwn 2" 2 6 Kilo Cwn 2.5" 1 7 Kilo Cwn 3" 2 8 Kilo Cwn 4" 2 9 Gal Epoxy Primer 1 10 Meters Flatcord#16 20 11 Pc Safety Breaker 15 Amp 2 12 Set Safty Breaker 20amp 1 13 Meter Stranded Wire #14 60 14 Box Thhn Wire 3.5mm² Stranded (150meter/box) 1 15 Box Tthn Wire #12 / 150m/box 1 16 Box Tthn Wire #14 / 150m/box 1 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 3 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 2: 107,982.60 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Ball Valve 1" 1 2 Pc Ball Valve 1/2" 3 3 Can Cement Solvent 100cc 11 4 Pc Check Valve 1" 2 5 Pc Elbow 1 1/4" 6 6 Pc Elbow 1" 32 7 Pc Elbow 1/2" 20 8 Pc Elbow 3/4" 3 9 Pc Female Adopter 1/2" 13 10 Pc Female Adoptor 1" 1 11 Pc Float Switch 6 12 Pc Foot Valve 1 1/4" 2 13 Pc Foot Valve 1" 5 14 Pc Gi Ball Valve 1" 2 15 Pc Male Adopter 1" 19 16 Pc Male Adoptor 1 1/4" 8 17 Pc P E Cup 1" 2 18 Pc Pe Coupling 1 1/2 X 1 2 19 Pc Pe Coupling 1 1/4 X 1 2 20 Meter Pe Pipe 1 100 21 Meter Pe Pipe 1 1/2 150 22 Meter Pe Pipe 3/4 40 23 Pc Pvc 1" 7 24 Pc Pvc Blue 1 1/2 1 25 Pc Pvc Blue 1/2 9 26 Pc Pvc Blue 3/4 1 27 Pc Pvc Junction Box With Cover 10 28 Pc Pvc Pipe 1 1/4" 13 29 Pc Pvc Pipe 1" 49 30 Pc Pvc Pipe 1/2" 4 31 Pc Pvc Pipe 3/4" 4 32 Pc Pvc Utility Box 10 33 Pc Reducer 1" X 3/4" 2 34 Pc Reducer 3/4 X1/2 5 35 Pc Sanitary Elbow 2" 6 36 Pc Sanitary Pipe 2" 9 37 Pc Slum Blue Elbow #1 14 38 Pc Slum Blue Male Adoptor #1 10 39 Pc Slum Blue Pipe 1/4" 2 40 Pc Slum Blue Pipe #1" 16 41 Pc Slum Blue Pipe 4" 4 42 Pc Slum Blue Union #1" 2 43 Pc Sudle Clamp 1 1/2 X 1/2 10 44 Pc Swing Valve 1 1/4" 2 45 Pc Swing Valve 1" 4 46 Pc Tee Joint Sanitary Pipe 2" 3 47 Pc Teflon 1" 19 48 Pc Teflon 3/4" 10 49 Pc T-joint 1/2" 10 50 Pc T-joint 3/4" 6 51 Pc Union 1 1/4" 2 52 Pc Union 1" 8 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ Page 4 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 5 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 3 Abc: P61,127.40 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Angle Bar #2 6 2 Pc Angle Bar 1 1/2 6 3 Pc Angle Bar 1/4 X 1 2 4 Pc Angle Bar 1x1 4 5 Pc Angle Bar 3/16 X 1 12 6 Pc Gi Pipe 1 1/2 6 7 Pc Gi Pipe 1 1/4 4 8 Pc Gi Pipe 3" 4 9 Kilo Gi Tie Wire 20 10 Roll Plain Metal Sheet 4 11 Pc Ribbits 50 12 Pc Shovel 3 13 Pc Square Bar 10 Mm 7 14 Pc Steel Bar 10 Mm 10 15 Pc Steel Bar 12 Mm 12 16 Pc Steel Matting 4x8' 2 17 Pc Tubo #2 2 18 Pc Tubular 1x1 1 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 6 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 4 Abc: P73,591.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Paint Brush 1" 1 2 Pc Paint Brush 2" 3 3 Pc Paint Brush 4" 2 4 Pc Paint Roller, 4" 1 5 Gal Metal Primer 2 6 Gal Paint Latex Flat White 1 7 Bottle Paint Thinner 3 8 Pail Paint For Concrete Wall, Pearled Ivory 16 Liters/pail 10 9 Pail Paint For Classroom Wooden Doors, Palmyra Green 16 Liters/pail 10 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 7 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 5 Abc: P 86,010.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Bag Cement 141 M3 Grava 20 M3 Sand 8 Pc Hollow Blocks 10 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es. Page 8 Of 8 Item Arrangement And Labeling: Upon Delivery, Suppliers Must Arrange The Items Separately Per Lot As Specified And Provide Proper Labels For Identification. Lot 6 Abc: 58,000.00 Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost 1 Pc Water Tank, 1000 Liters Horizintal 1 2 Pc Water Tank, Capacity: 1000 Liters, Material: Stainless Steel Or High-density Polyethylene (hdpe) 1 Delivery Requirement: We Require The Shortest Possible Delivery Time For The Above Materials. Suppliers Must Specify The Earliest Possible Delivery Date And Any Expedited Delivery Options Available. Please Indicate The Fastest Possible Delivery Time You Can Provide. ________________________________________ ___________________________ Signature Over Printed Name ___________________________ Position/designation ___________________________ Office Contact Number ___________________________ Email Address/es.
Closing Date27 Jan 2025
Tender AmountPHP 432.6 K (USD 7.3 K)

Municipality Of Sibunag, Guimaras Tender

Software and IT Solutions
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-014– Purchase Of Office Supplies Mcr, Oma & Mho The Municipality Of Sibunag Through The 2025 Mooe- Office Supplies Intends To Apply The Sum Of Sixty-two Thousand Five Hundred Five Pesos (62,505.00), 2025 Mao-mooe (office Supplies) Intends To Apply The Sum Of Seventy Thousand Pesos (70,000.00) & 2025 Mho-mooe (office Supplies) Intends To Apply The Sum Of Seventy Thousand Pesos (84,783.00) Total Abc (217,288.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-014-purchase Of Office Supplies Mcr, Oma & Mho. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-014– Purchase Of Office Supplies Mcr, Oma & Mho. Delivery Of The Goods Is Required 30 Calendar Days. Bidders Should Have Com-pleted, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bid-ding Documents, Particularly In Section Ii. Instructions To Bidders. 2. 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 Re-public Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. 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 Municipality Of Sibunag And Inspect The Bid-ding Documents At The Address Given Below From 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 To Febru-ary 10, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Docu-ments In The Amount Of Five Hundred Pesos (p500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of Feb-ruary 10, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 7. Bid Opening Shall Be On 1:15 Pm Of February 10, 2025 At Assessor’s Office, Sibunag Municipal Hall, Da-sal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Purchase Of Office Supplies Mcr, Oma & Mho Project Location: Municipal Site, Dasal, Sibunag, Guimaras Date/time Of Bidding: February 10, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost Project I - Mcr 1 Bond Paper Subs. 20 Legal Size 8.5" X 13" Reams 40 2 Bond Paper Subs. 20 A4 Reams 10 3 Bond Paper Subs. 20 L Size 8.5" X 11" Reams 35 4 Certificate Holder Short A4 Pcs 12 5 Record Book 300 Pages Pcs 5 6 Sticker Paper Matte (long) 20pcs/pack Packs 10 7 Pencil Sharpener (big) Pcs 1 8 Stamp Pad Pcs 2 9 Cork Board With Wooden Frame (2x3 Feet) Pc 1 10 Wall Mounted Whiteboard With Frame And Eraser (2x3 Feet) Pc 1 11 Mailing Envelope Long,white 4 1/2 X 9 1/2 Pcs 800 12 Brown Envelope Long Pcs 60 13 Whiteboard Pen Pcs 7 14 White Folder (long) Pcs 50 15 Expanded Envelope Pcs 20 16 Arch File Long, Horizontal Green Pcs 10 17 Arch File Long, Horizontal Black Pcs 10 18 Rotary Stapler 360 Rotation Pcs 1 19 Staple Wire No. 35 (5000 Staples) Boxes 5 20 Staple With Remover Pcs 3 21 Glue All Purpose 240 Gms Bottles 2 22 Ballpoint Pen, Black, Plastic Cylinder 12 Pcs/box Boxes 5 23 Ballpoint Pen, Red, Plastic Cylinder Pcs 6 24 Sign Pen, Black 0.5 Dozens 2 25 Isopropyl Alcohol 6l Gallon 1 26 Dish Cabinet Organizer 5 Layers Pc 1 27 Marker Pen (black, Broad) Pcs 3 28 Highlighter Marker Pen ( Yellow Green, Yellow) Pcs 2 29 Binder Clips (black) 1" (12 Pcs/box) Boxes 5 30 Binder Clips (black) 1" 1/4" (12pcs/box) Boxes 5 31 Binder Clips (black) 2" (12pcs/box) Boxes 5 32 Paper Fastener Vinyl Coated (colored) Boxes 5 33 Portfolio Expandable Bag With Handle (long) Pcs 3 34 Wall Clock With Battery (round Shape) Pc 1 35 Air Freshener 320ml(lemon And Lavender Scent) Bottles 2 36 Glass Cleaner 500ml With Spray Bottles 3 37 Fabric Conditioner Sachet Dozens 12 38 Garbage Plastic Bag, Black (large) Rolls 5 39 Dishwashing Paste 400g Pcs 15 40 Laundry Powder 65gms Dozens 12 41 Bleach Cleaner 1l Bottles 5 42 Toilet Bowl Cleaner 1l Bottles 3 43 Garbage Bin With Swing Cover Rectangular 28l (green&blue) Pcs 2 44 Hand Towel (colored) Dozens 1 45 Melamine Soup Bowl Pcs 8 46 Door Mat (cloth) Pcs 6 47 Tornado Mop With Spin Dry Bucket Set Pc 2 48 Extension Cord 5 Gang 10 Meters Pc 1 49 Cartridge Lq310 (epson) Pcs 20 50 Computer Universal Ink Refill (black) Bottles 1 51 Printhead For Epson L360 Black Pc 1 52 Printhead For Epson L360 Colored Pc 1 Sub-total: Project Ii - Oma 1 Bondpaper, Short-sub 16 Reams 17 2 Bondpaper, Long-sub 16 Reams 16 3 Bondpaper, Long-sub 20 Reams 35 4 Bondpaper, Short-sub 20 Reams 35 5 Folder White, Long-good Quality Pcs. 300 6 Molar Box (big) Pcs. 55 7 Log Book/record Book (300 Pages,169 Mm X 280 Mm) Pcs 3 8 Log Book/record Book (150 Pages,tablet Size) Pcs. 3 9 Laid Paper(8.5x11,85 Gsm,20 Sheets/pack, Color - Ivory)) Packs 20 10 Sticker Paper(10 Sheets/pack) Packs 2 11 Scotch Tape(1 Inch) Pcs 15 12 Masking Tape(2 In.) Pcs 10 13 Plastic Envelope, Long Pcs. 20 14 Plastic Envelope, Short Pcs. 20 15 Expanding Envelope Pcs 10 16 Plastic Envelope With Handle(good Quality) Pcs 15 17 Fastener(plastic) Box 10 18 Dtr - 100 Pcs./pad Pad 3 19 Stapler Big(no. 35 W/ Staple Wire Remover) Pc 3 20 Staple Wire No. 35 Box 10 21 Pencil With Eraser # 2 Pcs 35 22 Ballpen-black,good Quality Pcs. 75 23 Sign Pen Black (0.5) Pcs. 20 24 Pentel Pen Re-fill Ink (black) Pcs. 3 25 White Board Marker(black,bullet) Pcs. 10 26 Permanent Marker(black, Broad) Pcs. 10 27 Correction Tape Pcs. 50 28 Stick-on Notes (76 Mm X 76 Mm) 100 Sheets/pad Pad 10 29 Paper Clip,plastic-big Box 10 30 Paper Clip,plastic-small Box 15 31 Computer Ink Compatible With Epson L121(magenta #664) 70 Ml Bot. 2 32 Computer Ink Compatible With Epson L121(cyan #664) 70 Ml Bot. 2 34 Computer Ink Compatible With Epson L121(yellow #664) 70 Ml Bot. 2 35 Computer Ink Compatible With Epson L3210(black #003) 65 Ml Bot. 20 36 Computer Ink Compatible With Epson L3210(magenta #003) 65 Ml Bot. 4 37 Computer Ink Compatible With Epson L3210(cyan #003) 65 Ml Bot. 4 38 Computer Ink Compatible With Epson L3210(yellow #003) 65 Ml Bot. 4 39 Multi-purpose Glue,130 Gms. Pcs. 5 40 Detergent Powder (200 Gms) Dozen 3 41 Fabric Conditioner Antibac (25ml/pack) Dozen 3 42 Bathroom Tissue, 2 Ply Pcs. 20 43 Dishwashing Liquid,500 Ml/bottle Bot. 4 44 Bleaching Liquid(original,900 Ml/bottle) Bot. 2 45 Ribbon(fabric, 1.5 In, Yellow) - Good Quali-ty Roll 2 46 Ribbon(fabric, 1.5 In, Blue) - Good Quality Roll 2 47 Paper Cutter(good Quality) Pcs 10 48 Scisors(big, Good Quality) Pcs 5 49 Puncher (heavy Duty, Double Hole) Pcs 2 Sub-total: Project Iii Item Description 1 Bond Paper Short, S20 Cactus Ream 10 2 Bond Paper Long, S20 Cactus Ream 30 3 Bond Paper ,( A4 ) Ream 20 4 Brother Ink ( Black ) 108.0ml ( Bt D60bk ) Btls 4 5 Brother Ink(colored) ( Bt5000y)( Bt5000c)( Bt5000m) Btls 4 6 Folder Long ( White) Pcs 25 7 Folder Short ( White) Pcs 25 8 Pencil Mongol No. 2 Box 4 9 Brown Enveloped ( Short ) Pcs 25 10 Brown Enveloped ( Long ) Pcs 25 11 Plastic Enveloped ( Long) Pcs 25 12 Plastic Enveloped ( Short ) Pcs 25 13 Scissors ( 6" Big ) Pcs 8 14 Diswashing Liquid,refill Pouch ,1 Liter Liter 5 15 Correction Tape Pcs 20 16 Correction Pen 9ml Pcs 8 17 Scotch Tape 1" Pcs 10 18 Scotch Tape 2" Pcs 10 19 Masking Tape 1" Pcs 10 20 Masking Tape 2" Pcs 10 21 Ballpen ( Black ) Box 20 22 Signed Pen 0.5 Box 8 23 Molar Files Color ( Blue Or Green ) Pcs 7 24 White Board Marker Box 3 25 Double Sided Tape 1" Pcs 8 26 Record Book 500 Pages Pcs 5 27 Garbage Plastic Bag Large ( Black , Green , And Yellow ) Roll 50 28 Door Mat Pcs 8 29 Dust Pan ( Plastic ) Pcs 5 30 Staple Wire No. 35 Box 5 31 Stapler No.35 W/ Staple Remover Box 8 32 Glue 130 Grams Pcs 10 33 Broom,soft Broom W/ Handle Pcs 5 34 Detergent Powder,65grams Sachet Doz 15 35 Cutter , Heavy Duty ( Big ) Pcs 5 36 Clear Book Long ( Green ) Pcs 5 37 Plastic Cover Thick Roll 1 38 Plastic Paper Fastener ( Short ) Box 8 39 Record Book 150 Pages Pcs 5 40 Plastic Folder ( Long Transparent ) Pcs 8 41 Plastic Folder (short Transparent ) Pcs 8 42 Sticker Paper A4 Size 80gsm Sheets 10 43 Board Paper ( Pale Cream) 8.5" 11 Inches, 10s Per Set Sheets 100 44 Lysol Antibacterial Disinfectant Spray 1000ml Bottle 10 45 Disinfectant Solution I Gal. Gal 5 46 Tornado Mop Bucket Is Made Of Plas-tic. Pole Is Pc 2 Made Of Stainless. Stell: 360 Degress Rotating Mop Head; Bucket Measure-ment 47 Rice Cooker, 4 Liters Pcs 1 Sub-total 75total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Be: The Name Of The Contract Is Purchase Of Office Supplies Mcr, Oma & Mho The Identification Number Of The Contract Is Bid No. 2025-014 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: The Amount Of Not Less Than Ten Thousand Eight Hundred Sixty-four Pesos And 40/100 (10,864.40) If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or The Amount Of Not Less Than Two Thousand Nine Hundred Forty-nine Pesos (6,518.64.00) If Bid Security Is In Surety Bond. 19.3 In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.2 Bidders Shall Submit License As Offie Supplies 21.2 Additional Contract Documents Relevant To The Project That May Be Re-quired By Existing Law And/or The Procuring Entity.
Closing Date10 Feb 2025
Tender AmountPHP 217.2 K (USD 3.7 K)

City Of Malabon Tender

Healthcare and Medicine
Philippines
Details: Description Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon 1. The City Government Of Malabon, Through The Malasakit Fund Intends To Apply The Sum Of Thirty Million Pesos Only (p 30,00,000.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Various Equipments For The Enhancement Of Medical Services Of Ospital Ng Malabon. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. 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 Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And 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 R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From December 19 – January 8, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Twenty Five Thousand Pesos (p 25, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On December 27, 2024 (friday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before January 8, 2025 (wednesday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On January 8, 2025 (wednesday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Mr. Alexander T. Rosete Chairperson - Bids And Awards Committee 1 Unit Automated Identification/anticrobial Sensitivity Testing Machine Weight: 15/30/60 75 Kg/105 Lbs Electrical Power Requirements: • 110/120 Vac (50-60 Hz) • 220/240 Vac (50-60 Hz) Heat Dissipated: 1025 Btu/hr (nominal) Environmental Requirements: • Operating Ambient Temperature Range: 15 Degrees Celsius To 30 Degree Celsius (59 Degree F-86 Degree F) • Operating Humidity Range: 20% To 80% Relative Humidity, Non-condensing Altitude: Up To 2000 Meters Note: Should Be Compatible With Bact/alert Culture Machine 1 Unit Gel Card Laboratory Centrifuge And Incubator For Crossmatching Laboratory Centrifuge Microprocessor Controlled Touch Panel Digital Display Dc Brushless Low-noise Motor Shock Absorber For Reducing Vibration Damping And Automatic Balance Technical Specification: Model: Invitrocent Ref 00710 Max Speed:4000rpm Max Rcf: 1640 X G Max Capacity: 24 Invitrogel Cards Speed Accuracy: + 50rpm. Time Setting Range: 1~99 Min. Power Supply: ~22ov + 10% 60hz 5a Noise: < 65db (a) Dimension: (wxdxh) 370mmx432mmx260mm Package Dimension 570mmx425mmx305mm Weight: Gw; 16.5 Kg; Nw: 15kg Environment Requirements Temperature: 10°c~35°c Laboratory Incubator Microprocessor-controlled High-performance Incubator Accommodates Up To 24 Gel Cards Technical Data: Model: Invitrotherm; Ref0097020 Power Supply: Ac220v+ 50hs-60hz Fuse: 250v 3a 5x20 Temperature Range 35°c ~50°c Accuracy Of The Temperature < + 0.5 Heating Time: (from 20°c To 37°c Min Timing Range 1sec~99min 59sec Display Accuracy: 0.1°c Ambient Temperature: 5°c~30°c Dimensions (wxdxh): 280mm X 380mm X 115mm Weight 6.0kg 1 Unit Immuno-analyzer Throughout: Up To 180 Tests/hour, Measurement Principle: Micron Super Paramagnetic Particles Platform With Alkaline Phosphatase (alp) Labeled Reagents And Amppd Substrate Sample Assembly: Sample Feeder: Continuous Sample Loading And Offloading, Sample Positions: 50, Sample Probe: Steel Probe, Liquid Level Detection, Cl;ot Detection, Horizontal And Vertical Collision Protection, Sample Volume: 10-200ul, With Increment Of 1ul Reagents Assembly: Reagent Disk: 15 Reagent Positions, Continuous Loading, Real-tome Mixing For Magnetic Particles, Cooling System: 2-8'c, Reagent Pack: 50 Tests/pack, 100 Tests/pack, Reagent Scanning:built-in/external Bar Code Reader, Reagent Probe:steel Probe, Liquid Level Detection, Clot Detection, Horizontal And Vertical Collision Protection, Reagent Volume: 10-200ul, With Increment Of 1ul Substrate System: Substrate Bottle: 300/500 Tests Per Bottle, Bottom Piercing, Substrate Loading"patients Who Fail To Arrive For A Scheduled Appointment Will No Longer Receive The Free Thyroid Check-up.: Capable Of Continuous Loading During Testing, Substrate Heating: Constant Heating, Aspiration Volume: 200ul Magnetic Separation Unit: Separation Assembly: 3-phase Magnetic Separation, Temperature: Accuracy: 37+0.3'c Measurement And Reaction System: Detection Mode: Photon Counting, Signal Detector: Photom Multiple (pmt) Photo Counter, Pmt Calibration: Led Reference Module, Incubation Positions: 82, Temperature: Accuracy:37+0.3'c, Mixing Unit: Non-touch Vortexer Mixing Cuvette Loading And Waste Collection: 1 Unit Abg Machine Throughout: Results In 1 Minute After Sample Aspiration Sample Volume:140jul Quality Control: 3 Or 5 Levels Qc, External Electronic Simulator Display: 7-inch Color Lcd Display, 800*480 Interface: 4 X Usb 2.0 Host, 1 X Rs232, Wlan Input Device: Touch Screen And Bar Code Scanner Power Supply: 100-240vac, 50/60hz Battery: 500mah Rechargeable Lithium-ion Battery, 50 Samples Continuous Testing Dimensions (w*h*d): 283*153*310 Mm Weight: 3.65 Kg Operation Environment: 10 C-31 C; %rh: 25%-80%; 70-106.6 Kpa 1 Unit Bpap Machine Ipap/epap: 4-40cm H20/4-25cm H20 • Ventilation Modes: Capap, S, S/t, Pc, T • Target Tidal Volume: 200-1500ml • Breath Rate: 0-40bpm • With Good Humidification System • Alarms For: Patient Disconnection, Apnea, Low Minute Ventilation, Low Tidal Volume, And High Respiratory Rate • Monitoring For: Pressure, Tidal Volume, Minute Ventilation, Respiration Rate, Leak • Filters: Foam And Optional Ultra-fine Filters • Data Management: Encore Pro2 And Direct View Software Compatible With Oximetry Module, Advanced Detection Of Residual Respiratory Events (apnea/hypopapnea Index, Obstructed Airway Apnea, Clear Airway Apnea, Hypoapnea, Periodic Breathing, Large Leak And Snore) 1 Unit Cpap Machine The Res Med Air Sense™ 11 Auto Set With Humid Air Automatically Adjusts Pressure Levels Based On Your Breathing Patterns Throughout The Night. A Crisp, Color Lcd Touchscreen Lets You Customize The Device’s Settings And View Sleep Data. The Machine Includes An Integrated, Heated Humidifier And Climate Line Air Heated Tubing. Chose Between The Standard Humid Air™ Model (tubing Not Included) Or Humid Air™ Model With Climate Line Air™ 11 Tube Included. Temperature And Humidity Can Be Manually Adjusted Or Set For Automatic Climate Control “for Him” And “for Her” Algorithms Are Available Auto-ramp Up To 45 Minutes In 5-minute Increments Climate Line Air Tubing* Included For Automatic Climate Control (not Included With Standard Model) Personal My Air Assistant Guides You Through Device Installation And Therapy Acclimation Care Check-in Feature Provides Coaching And Troubleshooting For New Users Dimensions: 3.72” X 10.71” X 5.45” Weight: 2.3 Lbs. Sound Level: 27 Dba 1 Unit Mechanical Ventilator Modes Available: Vc-ac, Pc-ac, Vc-simv, Pc-simv Pip: 20-70 Cm Of H 2 O (adjustable In Steps Of 1) Peep: 0-20 Cm Of H 2 O (adjustable In Steps Of 1) Inspiratory: Expiratory Ratio (i:e): 1:0.3 - 1:4 (adjustable In Any Ratio) Respiratory Rate (bpm): 10 – 40 Breaths Per Minute In Increments Of 2 Tidal Volume: 150 Ml – 800 Ml In Steps Of 50 Unique On-graph Incentive To Show Current Best Values • Test Quality Advisory Messages And Quality Report • Fully Compliant To Ats/ers 2005 Guidelines • Available With Both Disposable Or Reusable Turbine Flow Meter • Elegant And Robust Carrying Case 2 Units Cardiac Monitor Introduction: Multi Parameter Patient Monitor For High-end Specialist – 12.1”(10.4”) High Resolution(800×600) With Maximum 9 Wave Forms – Standard Configuration: Ecg, Spo2, Nibp, Resp, 2temp, 2ibp – 6 Kinds Of Virtual Screen – 3ch Ecg : Full 7 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) – 12ch Ecg : Full 12 Ecg & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V1, V2, V3, V4, V5, V6) – 13 Arrhythmia Analysis & Pacemaker Detection – 7days Tabular And Graphic Trend Data Save Multi High-end Functions: – Drug Dose Calculation, Ecg Recall, Mini Trend, Ico, Color Change, Nibp Stat, Nibp Venous Stat, Oxy-crg, Patient Information, Temp Td – Touch Screen (option) – Easy S/w Upgrade Using Sd Card (max 2gbyte) – Durable And Light Long Li-ion Battery Operation (std 1pack: 2hr, 2pack: 4hr) – Lan And Wireless Lan – Variable And World Best Etco2 Module – Oridion’s Microstream Etco2 – Respronics’s Mainstream (c5), Sidestream (loflo) – Hrv, Apg Detection – 12.1″(10.4″) High Resolution(800×600) – Provides Clear Visibility From Long Distance And Any Angle – Maximum 9 Wave Forms – Supreme Standard Configuration And Extensionability – Standard: Ecg, Spo2, Nibp, Respiration, 2temp, 2ibp – Optional: Standard + 4temp, 4ibp, Ico, Etco2, 12ch Ekg, Touch Screen, 3ch Printer – Small Size But Large Virtual Screen – 12.1” Monitor Provides 72.6”(12.1” X 6) View Effect By Using 6 Virtual Screens. – 10.4” Monitor Provides 62.4”(10.4” X 6) View Effect By Using 6 Virtual Screens. – Perfect 3ch Ecg (std.) And 12ch Ekg(opt.) Will Make You Ecg Analysis Specialist. – Livegraphy Waveform By Votem’s Digital Filter Technology – 3ch Ecg (std.) Displays Full 7 Ecg Waves & St Segment Analysis (lead I, Ii, Iii, Avr, Avl, Avf, V) 2 Units Incubator Standard Features: ●servo Control Mode: Air Temperature, Skin Temperature; ● Parameter Displaying: Set Temperature,air Temperature, Skin Temperature, Internal Humidity, Heat Power Rate; ● Audible & Visual Alarms: Power Failure, Sensor Failure, Higher & Lower Temp, Air & Skin Temperature Override,fan Failure, System Failure; ● >37℃preset Mode: Power Failure Reset Memory, Alarm Silence, Keypad Lock, Self-test Function; ● Hood With Dual Slope; 6 Hand-ports; ● Rs-232 Output Connector (use For Network System); ●iv Poles; ●protective Guard Rail; ●storage Cabinets. Specification Of Hood: Mattress To Hood: 450 Mm Observation Side Of Hood: Two Incline Operate Port: 6 (2 Iris Ports) Tubing Grommets: 4 Front Access Panel: 826×310 Mm Technical Specifications: Power Requirement ≤400va Temperature Control Mode: Air And Skin Servo Control Air Temp Control Range: 20℃~37℃ Temperature Override Mode To: 20℃~39℃ Skin Temp Control Range: 30℃~37℃ Temperature Override Mode To: 30℃~38℃ Temperature Fluctuation: ≤0.5℃ Mattress Temperature Uniformity: ≤0.8℃ Temperature Rise Time: ≤45 Min Noise Level Within Hood Environment: ≤55d Alarms Power Failure Alarm Fan Failure Alarm Sensor Failure Alarm High Air Temperature Alarm: +3.0℃ Low Air Temperature Alarm: -3.0℃ High Skin Teperature Alarm: +1.0℃ Low Skin Temperature Alarm: -1.0℃ Over Air Temperature Alarm: ≤38.0℃; ≤40.0℃ Over Skin Temperature Alarm: ≤38.0℃; ≤39.0℃ System Failure Alarm Alarm Silence Function Operational Condition 2 Units Infant Warmer Temperature Control Range: 25°c-37°c Temperature Override Mode To 38°c Temperature Sensor Accuracy: <0.3°c Mattress Surface Temperature Uniformity: <2.0°c Temperature Rise Time: <45mins Heat Output Indicate: 0-100% In 10% Radiant Box Horizon Angle Adjust Range 0-90° Adjustable In Step-less Bed Tilt Adjustment: Continues Adjustable In +10° 2 Units Bilirubin Light/photo-therapy Machine Device Classification Type Of Protection Against Electric Shock Class I Degree Of Protection Against Ingress Of Liquids And Particulate Matter (iec 60601-1) Ipx0 Mode Of Operation Continuous Classification In Accordance With Eu Directive 93/42/eec Iia Umdns Code/gmdn Code 13-037/35239 Physical Attributes Bililux Photo Therapy Light Length ≤39 Cm (15.4 In) Width ≤19 Cm (7.5 In) With Quick-connect Plug Height ≤8 Cm (3.1 In) Weight (without Options/accessories) ≥1.2 Kg (2.7 Lb) Bililux Spring Arm Length, Spring Arm Fully Folded ≤61 Cm (24 In) Length, Spring Arm Fully Extended ≤106 Cm (41.7 In) Weight (without Options/accessories) ≤1.5 Kg (3.3 Lb) Bililux Trolley (with Spring Arm) Height (trolley At Lowest Position And Spring Arm Fully Folded) ≤132 Cm (52 In) Height (trolley At Highest Position, Lower Arm Fully Extended, And Upper Arm At 45° Angle) ≤213 Cm (83.9 In) Weight (without Options/accessories) ≤14.9 Kg (32.8 Lb) Total Mass Including Safe Working Load 18.1 Kg (39.9 Lb) 2 Units Portable Or Light Kl04l-iii Vertical4-reflector Luminescence Shadowless Lamp Kl04l-iii Luminescence Shadowless Lamp Adopts Light Source From Different Positions For Focus To Eliminate Shadows Of Different Parts Of Medical Workers Vertical Mobile Setup With Braking Device Is Not Limited By The Space Of Surgical Room And Is Safe And Reliable In Use Illumination: > 50,000lx (at 1m Distance) Color Temperature: 4000k+500k Mains Voltage: Ac220v+10%50hz Bulb Voltage: Ac24v Bulb Power Input Power: 120va 1 Unit Orthopedic Instrument Set Contents: 77 Pieces With Tray • 1 Pc. Knife Handle #3 • 2 Pcs. Knife Handle #4 • 1 Pc. Mayo Dissecting Scissor Straight 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 5 1/2″ (14cm) • 1 Pc. Mayo Dissecting Scissor Straight 6 3/4″ (14cm) • 1 Pc. Mayo Dissecting Scissor Curved 6 3/4″ (14cm) • 1 Pc. Metzenbaum Scissor Curved 7″ (17.8cm) • 1 Pc. Esmarch Bandage And Cast Shears 8″ (20.3cm) • 1 Pc. Tissue Forcep 6″ (15.2cm) 1x2t • 1 Pc. Tissue Forcep 6″ (15.2cm) 4x5t • 2 Pcs. Adson Tissue Forceps 4 3/4″ (12.1cm) 1x2t • 6 Pcs. Crile Forcep 6 1/4″ (15.9cm) Curved • 4 Pcs. Rochester Ochsner Forcep Straight 8″ (20.3cm) • 6 Pcs. Backhaus Towel Clamp 5 1/4″ (13.3cm) • 1 Pc. Mayo Hegar Needle Holder 8″ • 1 Pc. Crile Wood Needle Holder 6″ • 1 Set Us Army Retractor 8 1/2″ Set Of 2 Pcs. • 1 Pc. Israel Retractor 9″ (22.9cm) 4 Prong Blunt • 1 Pc. Volkman Retractor 8 3/4″ (922.2cm) 4 Prong Sharp • 2 Pcs. Volkman Retractor 8″ (20.3cm) X 3/4″ (19cm) 4 Prong Blunt • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Small • 1 Pc. Bennett Bone Elevator 9 1/2″ (24.1cm) Large • 6 Pcs. Allis Tissue Forcep 6″ (15.2cm) 4x5t • Pc. Frazier Ferguson Suction Tube Fr-8 (2.6mm) • 1 Pc. Frazier Ferguson Suction Tube Fr-12 (4mm) • 1 Pc. Beyer Rongeur 7″ (17.8cm) Curved • 2 Pcs. Schnidt Tonsil Forcep 7 1/2″ (19.1cm) • 1 Pc. Ruskin Bone Cutting Forcep 7 1/2″ (19.2cm) Angled • 1 Pc. Stile-luer Rongeur 8 3/4″ (22.2cm) Curved • 2 Pcs. Kern Bone Holding Forcep 7″ (22.9cm) • 1 Pc. Lane Bone Holding Forcep 13″ (33cm) W/ Ratchet • 1 Pc. Lowman Bone Clamp 4 1/2″ (12.7cm) • 1 Pc. Lowman Bone Clamp 7 1/4″ (20.3cm) • 2 Pcs. Bone Hook 9″ (22.9cm) Sharp • 1 Pc. Miltex Mallet 11 (27.9cm) 16oz (454g) • 1 Pc. Bone File 9 ¾’ 3 Units Infusion Pump Delivery Rate: 1-1000ml/h.01-999.9ml/h Delivery Limit Range: 01-9999ml Pumping Mechanism: Linear Peristaltic Finger Accuracy: + 5 (ml/h Control Mode/with Approved Iv Set) K.v.o Rate: 1ml/h-10ml/h (adjustable) Purge Rate: 1-1000ml/h (adjustable) Bolus: 1-1000ml, 1-9999ml (adjustable) Dimension: 100x190x250 (mm)/weight:3.5kg) Power: Ac110-230v, 50/60hz Or Dc9, 6v, Dc24v (1a) Battery Type: N-cd (standard)/ni-mi+ (option) Operating Time: 4 Hours (at 125ml/h) 1 Unit 2d Echo Bed 19”-38” Height Range Meets The Americans With Disabilities Act (ada) Low Height Requirement Of 17”-19” For Patient Transfer, While Ensuring Ergonomic Standing Posture For Staff • Optional Battery Operation • Dual Rapid Release Drop Sections Provide Unhindered Access To The Patient • 65° Fowler Positioning Increases Comfort Of/for Patients With Shortness Of Breath • +/- 15° Trendelenburg Helps Restore Patient’s Blood Pressure • Improved Features: New Handrail Design, Improved Single Pedal Braking System, Foley Bag Hook, Hand Control Storage, Battery Operation 1 Unit X-ray Tube Varian Rad-14, 0.6-1.2 Focal Spot, Diamond Housing X Ray Tube - 89011n 3 Units Examining Table • Examination And Treatment Table, Hamilton Type, With Drawer And Compartment Door, Upholstered Three Section Top, Provided With Stirrup And Sliding Foot Stool. • Size: 58 Inc. X 20 Inc. X 34 Inc. 3 Units Transfer Stretcher Bed Technical Specifications Frame: Powder Coated Steel Or Better Backraise Inclination: Atleast 0 To 35 Degrees Has Adjustable Height Side Guard: Made Of Abs Plastic Or Better Castor Wheels: Manufacturer's Standard Max Load: At Least 150kg Weight: Manufacturer's Standard Dimensions: L X W X H = 2000mm X 700mm X 700mm, ± 100mm On Each Dimension Accessories: -has Oxygen Cylinder Holder -has Iv Pole Holder Located In 4 Different Positions -with One Iv Pole 1 Unit Vein Scanner Technical Specifications • Type: Light Weight, Mobile • For Obese/bloated, Neonate, Pedia, Elder And Dark Skin Patients • Display: Dlp Display Or Better • Infrared Wavelength: At Least 850nm • Image Resolution: At Least 856*480 Pixels • Visible Vein Size: ≥1 Mm Or Better • Penetration Depth: ≤8 Mm • Optimal Imaging Distance: At Least 15 ~ 25cm • Mode: Basic, Inverse And Enhanced • Imaging Color: Single Color And Mixed Colors • Image Sizes: Has Small, Medium And Large Sizes • Brightness: Adjustable To Low, Medium And High • Power Supply: 220v, 50/60hz • Battery Type: Rechargable Lithium Battery At Least 3000mah • Battery Capacity: At Least 2 Hours Fully Charged • Dimension: Manufacturer's Standard • Net Weight: Manufacturer's Standard • Accessories: - Battery And Charger - Charging Cord - Trolley With 5 Castor Wheels 1 Unit Newborn Hearing Test Machine Specifications: • Display: At Least 42.7mm X 33.4mm Or 1.7 In X 1.3in • Resolution: At Least 160x128 • Dimension: Manufacturer's Standard • Weight: Manufacturer's Standard • Warm-up Time <5s Or Shorter • Boot-up Time: 1min Or Shorter • Mode Of Operation: Continous • Connectors - Oae: Hdmi Connector For Connection To The Micro Probe - Usb: Micro Usb • Data Interface - Pc Connection: Micro Usb - Printing: Wireless Connection • User Feedback - Accoustic: Integrated Speaker - Visual: Color Display Oled - User Interface: Oled Display To Provide User Information And Progress Of Measurement • Battery - Type: Rechargeable Thium-ion Np 120 Or Better - Capacity: 1700 Mah Or Better - Expected Life Time: 3 Years Or Better - Battery Life: 15 Hours On Time • Memory: At Least 500 Test Dpoae • Stimulus - Frequency Range: 1500 Hz To 12 Hz - Frequency Accuracy: <1% - Nominal Frequency: F2 - F2/f1 Ratio: 1.2 - Level Range: 40db Spl To 70db Spl - Level Accuracy: ± 1.5db Or Better - Default Level (l1/l2): 65db / 55db Spl With In Ear Calibration - Transducer: Oae - Recording - Probe Fit Check: Low Frequency Level Loss - Display: Snr Bars Or Line Diagram With Oae And Noise Level Per Frequency - Pass Criteria - Snr Criteria: 6db - Frequency For Pass: 3 Transducer • Oae Probe • Microphone: - 20 Db Spl At 2 Khz (1 Hz Bandwith) • System Noise: - 13 Db Spl At 1 Khz (1 Hz Bandwith) • Cable Length: At Least 110 Cm Or 43in • Connector: Hdmi Or Better Printer • Print Mode: Thermal Dot Matrix Print • Printing Width: At Least 48 Mm (1.9in) • Resolution: 8 Dots/mm (203 Dots Per In (dpi)) • Dots Per Line: At Least 384 Dots Accessories And Inclusions • Battery Pack: 2 - Cell Li-ion Battery Pack 7.4 V -1500 Mah • Eartips: Box Of Eartips • Set Of Probe Tubes Standard Certifications • Device Certification From Nhsrc • Device Certification From Fda 1 Unit Automated External Defibrillator (aed) • Two-button Operation: On/off, Discharge (shock Button) • Voice Prompts: Voice Command That Gives Instruction To The User In Operating The Device • Automatically Evaluates Patient Impedance For Proper Pad Contact. • Automatically Analyses Patient Condition For Shockable Or Non-shockable Rhythms • Patient Ecg Can Be Acquired Through Defibrillator Pads • Energy Output Accuracy: ± 15% • Pulse Shape: Biphasic • Charge Time: Maximum Of 15 Seconds • Battery Capacity: Capable Of Providing At Least 200 Discharges At Maximum Energy • Replaceable Battery • Visible And Audible Indicators: - Low Battery - Pad Skin Contact/disconnection - Aed Status • Defibrillator Pads: Self-adhesive, Disposable And Non-polarized - At Least Ten (10) Pairs For Adult - At Least Ten (10) Pairs For Pedia
Closing Date8 Jan 2025
Tender AmountPHP 30 Million (USD 516.9 K)

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: ********************* the Closing Date Has Been Extended Until 12:00pm On Wednesday, February 19th, 2025 Since The Original Closing Date Is A Federal Holiday. ******************** combined Synopsis/solicitation non-personal Landscape Services For Weather Forecast Office (wfo) In Charleston, Sc the Incumbent Is Yellowstone Landscape – Southeast, Llc (i) This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice And In Accordance With The Simplified Acquisition Procedures Authorized In Far Part 13. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Written Solicitation Will Not Be Issued. (ii) This Solicitation Is Issued As A Request For Quotation (rfq). Submit Written Quotes On Rfq Number 1305m325q0064. (iii) The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 (jan 2025). (iv) This Solicitation Is Being Issued As A Total Small Business Set-aside. The Associated Naics Code Is 561730. The Small Business Size Standard Is $9.5 Million. (v) This Combined Solicitation/synopsis Is For Purchase Of The Following Commercial Services: clin 0001 – Base Year services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2025 Through 02/28/2026. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 1001 – Option Year 1 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2026 Through 02/28/2027. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 2001 – Option Year 2 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2027 Through 02/28/2028. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 3001 – Option Year 3 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2028 Through 02/28/2029. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ clin 4001 – Option Year 4 services, Non-personal, To Provide All Labor, Equipment And Materials (unless Otherwise Provided Herein) Necessary For Landscape Services At The National Weather Service (nws) Weather Forecast Office (wfo) In Charleston, Sc, In Accordance With The Statement Of Work. Period Of Performance 03/01/2029 Through 02/28/2030. quantity: 12 Months Unit Price (per Month): _________ Annual Total: _____________ aggregate Total For All Years: ____________________________ (vi) Description Of Requirements Is As Follows: see Attached Statement Of Work Which Applies To Base Year And All Option Years 1 – 4, And Department Of Labor Wage Rates: Wd 2015-4281, Revision No. 32, Dated 12/23/2024, Which Can Be Found On: Https://sam.gov/content/wage-determinations invoices To Be Billed Monthly In Arrears. Provide Monthly And Annual Pricing For Each Base And Option Year. Quote Pricing May Be Provided On Attached Sf18 Form Or On Company Letterhead. (vii) Date(s) And Place(s) Of Delivery And Acceptance: period Of Performance Shall Be: base Year For A Twelve Month Period 03/01/2025 Through 2/28/2026. option Period 1 For A Twelve Month Period 03/01/2026 Through 02/28/2027. option Period 2 For A Twelve Month Period 03/01/2027 Through 02/28/2028. option Period 3 For A Twelve Month Period 03/01/2028 Through 02/28/2029. option Period 4 For A Twelve Month Period 03/01/2029 Through 02/28/2030. place Of Performance Is Nws Wfo, 5777 South Aviation Avenue, Charleston, Sc 29406-6162. (viii)far Provision 52.212-1, Instructions Toofferors-commercial Productsandcommercial Services (sept 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (ix)far Provision 52.212-2, Evaluation-commercial Productsandcommercial Services (nov 2021), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. (x)far Provision 52.212-3,offerorrepresentations And Certifications-commercial Productsandcommercial Services (may 2024), Applies To This Acquisition And Can Be Found On The Request For Quote Form Sf18 Attachment. Offerors Are Advisedto Include A Completed Copy Of The Provision With Itsoffer. (xi)far Clause At52.212-4, Contract Terms And Conditions-commercial Productsandcommercial Services (nov 2023), Applies To Thisacquisitionand Can Be Found On The Request For Quote Form Sf18 Attachment. (xii)far Clause At52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Productsandcommercial Services (jan 2025), Applies To Thisacquisitionand Can Be Found In Full Text On The Request For Quote Form Sf18 Attachment. (xiii)any Additional Contract Requirement(s) Or Terms And Conditions That Apply Can Be Found On The Request For Quote Form Sf18 Attachment. (xiv) Defense Priorities And Allocations System (dpas) And Assigned Rating Does Not Apply. (xv) Quotes Are Required To Be Received In The Contracting Office No Later Than 12:00pm Mst/mdt On Monday, February 17, 2025. All Quotes Must Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. (xvi) Any Questions Regarding This Solicitation Should Be Submitted Electronically Via Email To Kirsten.keen@noaa.gov. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Kirsten.keen@noaa.gov. Questions Should Be Received No Later Than 12:00pm Mst/mdt On Thursday, February 13, 2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) 52.237-1 Site Visit (apr 1984) offerors Or Quoters Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Offerors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. Please Contact Brian Haines, Brian.haines@noaa.gov, Phone: 771-215-9296 Or Arthur Patrick, Arthur.patrick@noaa.gov, Phone: 703-966-2529 To Set Up A Time To Visit The Site. All Questions During The Site Visit Should Be Submitted Electronically To Kirsten.keen@noaa.gov. far 52.212-1 Instructions To Offerors-commercial Products And Commercial Services (sep 2023) notice To Offerors: Instructions For Submitting Quotations Under This Request For Quote Must Be Followed. Failure To Provide All Information To Aid In The Evaluation May Be Considered Non-responsive. Offers That Are Non-responsive May Be Excluded From Further Evaluation And Rejected Without Further Notification To The Offeror. 1. Submit Pdf Or Microsoft Word Format Quotations To The Office Specified In This Solicitation At Or Before The Time Specified In The Solicitation.quote Documents Shall Include Signed Copies Of The Sf 18 And Sf 30(s) To Acknowledge The Solicitation And Any Applicable Amendments. Email Quotes Are Required And Can Be Sent To Kirsten.keen@noaa.gov. 2. Offeror Shall Have An Active Registration In The System For Award Management (sam Found At Https://sam.gov/content/home) In Order To Provide A Quote And Be Eligible For Award. Must Provide Their Ueid/cage Code With Their Quote. 3. Offerors Shall Assume That The Government Has No Prior Knowledge Of Them Or Their Capability. 4. Offerors Must Provide All Evaluation Criteria In Accordance With Far 52.212-2. Offerors Who Do Not Provide All Evaluation Criteria May Not Be Considered. 1. Technical Acceptability/capability. 2. Price the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. far 52.212-2 Evaluation- Commercial Products And Commercial Services (nov 2021) offers Will Be Evaluated Based On Price And The Factors Set Forth In Paragraph (a). (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. Paragraph (a) Is Hereby Completed As Follows: Evaluation Will Be Based On The Following; technical Acceptability/capability. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Recent Services Within The Past Two Years Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. A Good Past Performance Rating Provides Higher Confidence Than A Neutral Or Satisfactory Rating. price. the Government Intends To Award A Low Priced, Technically Acceptable, Single Firm Fixed-price Purchase Order On An All Or None Basis With Payment Terms Of Net 30. (b) Options. The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). (c) A Written Notice Of Award Or Acceptance Of An Offer, Mailed Or Otherwise Furnished To The Successful Offeror Within The Time For Acceptance Specified In The Offer, Shall Result In A Binding Contract Without Further Action By Either Party. Before The Offer’s Specified Expiration Time, The Government May Accept An Offer (or Part Of An Offer), Whether Or Not There Are Negotiations After Its Receipt, Unless A Written Notice Of Withdrawal Is Received Before Award. (end Of Provision) statement Of Work performance Based Service Contract—landscape Maintenance this Is A Work Statement For A Performance-based Service. This Means That The Government Has Described What Is To Be Accomplished, Not How To Accomplish It, And States A Basis For Determining Whether Finished Work Meets The Government Quality Requirements. It Does Not State Detailed Procedures For Accomplishing The Requirement Unless There Are Safety, Security Or Communication Requirements. it Is The Responsibility Of The Contractor To Ensure That They Build Into Their Bid/proposal Price The Necessary Hours That It Will Take To Meet The Performance Standards Specified. the Contractor Will Be Required To Maintain A Quality Control Program To Ensure That The Requirements Of This Contract Are Met. This Program Shall Be Created For Identifying And Correcting Deficiencies In The Quality Of Services Before Performance Becomes Unacceptable. scope Of Work place Of Performance Will Be As Follows: National Weather Service Forecast Office, 5777 S. Aviation Ave, Charleston, Sc. 29406. The Project Site Consists Of Approximately 5 Acres, Parts Of Which Are Occupied By Buildings, Walks, And Other Paved Surfaces. all Work Performed Under This Contract Is Required To Meet The Quality And Performance Standards As Identified. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Supervision, And Other Items And Services Necessary To Perform Landscape Maintenance On A Weekly Basis From March 1 Through October 31 And Once A Month (or More Often If Needed) From November 1 Through February 28. Work Shall Be In A Manner That Will Maintain Healthy Grass, Shrubs, And Plants, And Present A Neat And Professional Appearance. if Services Cannot Be Performed Due To Inclement Weather, The Contractor Shall Perform Any And All Scheduled Services The Next Duty Day With No Degradation To Existing Scheduled Services. supplies, Materials, Equipment And Utilities government Furnished: electrical Power Shall Be Provided At Existing Exterior Receptacles For The Contractor To Operate Their Equipment, As Necessary, In The Performance Of This Contract. contractor Furnished: the Contractor Shall Furnish All Supplies, Materials, And Employee Training Necessary To Achieve The Quality Performance Standards Of The Work In This Contract, Unless Otherwise Specified Herein. training Shall Include All Applicable Osha And Other Related Standards. The Contractor Shall Submit All Material Safety Data Sheets (msds) For Any Materials Used Under This Contract Containing “dangerous” Or “warning” Labels To The Technical Point Of Contact (tpoc) Within 10 Days After Contract Award Date. the Contractor Shall Furnish All Equipment Necessary To Accomplish The Work Under This Contract. All Equipment Must Meet All Applicable Osha Standards. The Contractor Shall Not Use Any Unsafe Equipment Or Any Equipment In Need Of Repair. .3. Contractor Personnel within Five Days Of The Contract Start Date, The Contractor Shall Submit, In Writing, The Name Of The Site Manager. The Contractor Shall Supply Telephone, Cell Phone, And/or Pager Numbers To The Tpoc For Use In Contacting The Site Manager. The Site Manager Shall Conduct Overall Management Coordination And Shall Be The Central Point Of Contact With The Government For Performance Of All Work Under This Contract. The Site Manager Shall Be Authorized To Receive Any Notices Of Deficiency In Contract Performance. The Notices May Include, But Not Be Limited To, The Following: Non-performance Of Work, Deficiencies In Work Performed And Notices Of Proposed Payment Withholding Until Deficiencies Are Corrected Due To The Above. The Site Manager Shall Be Available Weekdays, Between The Hours Of 8:00 A.m. And 3:00 P.m., Within 30 Minutes To Meet At The Facility To Discuss Problem Areas. all Personnel Employed By The Contractor Shall Be Experienced In The Type Of Work Involved And Familiar With The Specifications Of This Contract. the Contractor Is Required To Provide Necessary And On-going Tenant Relations Or Customer Service Training For Their Employees. contractor Personnel Shall Conduct All Operations In Such A Manner As To Minimize Any Inconvenience In The Use Of The Facilities To The Occupants. scheduling Work And Reporting Requirements within Five Work Days Of The Contract Starting Date, And Annually Thereafter For Renewal Periods, The Contractor Shall Submit To The Tpoc Schedules And Plans To Accomplish Required Services Throughout The Year. If Changes Need To Be Made To Reduce Conflicts With Government Operations, Special Events, Or Other Occurrences, The Contractor Shall Meet With The Tpoc And Revise The Schedule As Necessary. The Tpoc May Request Changes To The Monthly Work Schedule So Spacing Of Services Is Distributed To Meet The Needs Of The Government. The Contractor Shall Not Deviate From This Schedule Without Prior Approval From The Tpoc. quality Control Program the Contractor Shall Establish A Complete, Written, Quality Control Program (qcp) To Ensure That The Requirements Of The Contract Are Provided As Specified. The Written Qcp Shall Be Submitted To The Tpoc Within 5 Days Of The Start Date Of Work. the Qcp’s Purpose Is To Provide A Plan For Meeting All Requirements Of This Contract. The Qcp Should Include, But Not Be Limited To, The Following: an Inspection Of The Grounds Which Covers All Services Stated In “performance Standards And Guideline Requirements” Of This Contract. a System To Ensure That The Contractor’s Employees, Or Subcontractor’s Employees, Are Notified Of All Deficiencies In Their Area Of Responsibility. A System And Plan To Retrain Employees To Ensure That Deficiencies Do Not Reoccur. a Plan For Monitoring And Correcting Customer Complaints. A Record Of Customer Complaints And The Corrective Action Taken Must Be Kept On File At This Site And Available For Review By The Contracting Officer Or His/her Representative, At Any Time. a Plan For The Immediate Forwarding Of Customer Complaints That Are Not The Responsibility Of The Contractor, To The Tpoc Or Their Designated Representative. the Qcp Must Be Kept Current, Reflecting The Pertinent Contract Modifications And Requisite Changes Or Conditions. The Contractor Shall Review The Plan With His Onsite Personnel To Ensure Complete Understanding. A Copy Of The Most Current Qcp Must Be Kept On File At The Worksite Where The Tasks Are Being Accomplished. if The Contractor Is Not Meeting Performance Or Quality Measures, The Government Retains The Right To Review The Qcp And Related Documents. Upon Review Of The Plan And Related Documents, The Government Will Take Appropriate Action To Ensure That All Quality And Performance Measures Are Met As Specified In This Contract. performance Standards And Guideline Requirements note: All Services Provided Under This Contract Are Required To Meet The Quality And Performance Standards Described Herein. the Contractor Shall Provide All Labor, Equipment, Materials, Supplies, And Supervision To Perform Grounds Maintenance And Landscape Services As Identified In The Statement Of Work. the Following Guidelines Describe What Is Considered To Be The Normal Industry Quality And Performance Standards For Intended Services Under This Type Of Contract. the Contractor, Through Innovation, Technology Or Other Means, Shall Perform The Required Services In Order To Meet The Quality And Performance Standards. the Following Guidelines Are For Reference Only And Final Results Will Be The Determining Factor For The Success Or Failure Of This Contract. Performance Will Be Based On The Contractor’s Effort In The Meeting The Performance And Quality Standards, Not The Frequency Or Method Of Performance. mowing And Trimming Operations: the Contractor Shall Be Responsible For Monitoring The Growth Of The Grass And Scheduling Cutting/mowing Operations, But In General Mowing And Trimming Operations Should Occur Weather Permitting On A Weekly Basis From March 1 Through October 31. the Contractor Shall Maintain A Grass Height Between 2” And 2 ½” In Order To Prevent Scalping. Uneven Mowing And Rutting By Equipment During Contractor Operations Must Be Avoided. the Government Is Not Responsible For Damage To Contractor’s Equipment Due To Trash, Debris, Or Uneven Terrain. contractor Shall Maintain All Open Drainage Systems; Open Culverts Under Driveways And Roads Free Of Debris, Trash, Limbs, Leaves And Grass Clippings. grass And Weeds Shall Be Trimmed Around Trees, Shrubs, Buildings, Fences, Poles, Posts, Fire Hydrants, Parking Lot Bumper Blocks And Other Fixed Obstacles Concurrent With Mowing Height To Give A Well-manicured Look At All Times. grass Clippings Shall Be Removed To Provide A Uniform Appearance After Mowing. the Contractor Must Exhibit Care Around/near Parked Vehicles During Mowing And Trimming Operations So To Not Cause Damage. It Is The Responsibility Of The Contractor To Repair Any Vehicle Damage That Occurred At A Result Of Negligence During Mowing And Trimming Operations. grounds Maintenance. all Turf Areas Will Be Fertilized Four Times Annually With A Balanced Lawn Food To Ensure A Thick Healthy Lawn. all Flowers, Plants, Shrubs, And Trees Will Be Fertilized As Needed To Maintain A Healthy Condition. fertilizers Shall Be Standard Commercial Grade Of Organic Or Inorganic Fertilizer Of The Kind And Quality Specified Per Results Of Soil Testing By The Contractor And Appropriate To Industry Standards. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. The Contractor Shall Apply Fertilizer In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. the Use Of Compatible Sod Or A Grass Seed Mixture Should Be Used To Fill In Damaged Grass Areas Or Areas Without Grass. edging. grass Shall Be Cut Back From All Edges 0.5” To 1.5” And Not Cut Deeper Than 1.5” To 2”. edging Shall Include Removal Of Vegetation From Sidewalks (including Cracks And Expansion Joints), Driveways, Concrete Curbs, Planting Beds And Mounds, And Rock Beds. Grass Shall Not Extend Over The Edge Of Any Of The Above Areas. weed And Insect Control. lawns Shall Be Maintained In A Manner To Minimize Annual And Perennial Weeds, Including All Clover And Coarse Grass Species. apply Herbicides And/or Pesticides To Lawns At Least Twice A Year And More Often Than That If Needed To Control Weeds, Clover And Course Grasses Consistent With Industry Standards. flower Beds Shall Be Kept Weed Free By Pulling Weeds Or Applying Herbicides And/or Pesticides. Weeding Is A Year-long Requirement. parking Lots, Walkways, Rock Beds, Fences, And All Building Perimeters Shall Be Kept Free Of Weeds, Grasses, And Leaves All Year Long. apply Herbicides And/or Pesticides To Turf, Shrubs, Trees And Ground Cover Twice A Year And More Often Than That If Needed To Control Insect Infestation. the Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Weed Or Insect Control Application And Post Flags Indicating The Application. The Contractor Shall Apply Pesticides And/or Herbicides In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure Pesticides And Herbicides Used Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Fertilizer Application And Post Flags Indicating The Application. mole Control. action Will Be Taken Through Whatever Means Necessary To Minimize The Moles And The Damage They Do To The Turf And Flowerbed Areas. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Moles Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. ant Control. routine Action Will Be Taken Through Means Necessary To Minimize The Ant Mounds And The Damage They Do To The Turf And Flowerbed Areas. annual Applications Of Preferred Treatment (lasts 1 Year From Date Of Application) Will Be Applied At The End Of Winter For Optimum Control In The Most Active Months During Spring/summer. Cost Of The Product, Delivery, And Labor Will Be Included In The Contract. the Contractor Shall Be In Compliance With Instruction And Conditions Contained On Labels And Required By The Environmental Protection Agency, State And Local Regulations. If Chemicals Are Utilized, Material Safety Data Sheets (msds) Will Be Available At All Times. The Contractor Shall Insure What Is Done To Control Ants Will Not Injure The Lawn, Shrubs, Trees, Or Any Other Plantings. If Applicable, The Contractor Shall Notify The Tpoc Prior To The Beginning Of Each Application Of Chemicals And Post Flags Indicating The Application. cleanup. all Grass Clippings, Weeds, And Pruning Shall Be Removed From The Project Site As Necessary. walks And Driveways Shall Be Kept Free Of Equipment And Debris. exterior Walls Of Building Shall Be Kept Free Of Soil. all Trash, Debris And Leaves Shall Be Removed From The Property, Including The Vehicle Parking Lots, Walkways, Flowerbeds, And Lawn Areas. mulch Replenishment. beds Will Be Edged And Cleaned Of All Debris And Weeds Before Adding Mulch pine Straw Mulch Will Be Replenished In All Planting Beds, And Around All Shrubs, Trees And Walkways Twice A Year. Quantities Supplied Must Be Sufficient To Maintain Planting Bed Areas With A Minimum Mulch Depth Of Four (4) Inches, And Tree Mounds With A Minimum Depth Of Six (6) Inches. A Sample Of Mulch Shall Be Submitted To The Tpoc Prior To Application. erosion Control. The Contractor Shall Repair And Fill All Rivulets, Soil Slides, And Washouts When Necessary. pruning. prune All Shrubs To Existing Form Twice During The Growing Season Or As Needed. Trees Shall Be Pruned From Ground Level To Up To 12’ To Improve Form And Remove Dead Wood And Spent Blossoms As Needed. tree And Shrub Suckers, Excess Shoot Growth, And Limbs Shall Be Removed As Needed. Plantings Such As Ground Cover, Perennials, And Bulbs, Shall Be Cut Back As Appropriate For The Species. flowers Replacement. Replace Flowers Twice Annually (march/april And October/november) So That When The Flowers Reach Maturity Each Of The 4 Beds In The Front Of The Building Are Well Covered. damage. If The Government Determines That The Damage To Sprinkler Heads Was Caused By The Contractor, The Contractor Shall Repair/replace Them At No Additional Cost To The Government. final Work. During The Last Two Weeks Of The Contract, The Contractor Shall Leave All Planting Beds, Tree Mounds, And Rock Beds In A Weed Free Condition. Grass Shall Be Mowed, Weather Conditions Permitting, Regardless Of Height. itemized Services Requriement Sheet the Following Are Services Included Under This Performance- Based Solicitation. The Following Are Major Service Items And Therefore, Some Minor Or Sub Item Services May Not Be Listed. edging erosion Control fertilizing insect/mole Control grass Mowing leaf Removal mulching pruning trimming weeding bed Preparation And Maintenance lawn Maintenance period Of Performance base Year: March 1, 2025 To February 28, 2026 option Year 1: March 1, 2026 To February 28, 2027 option Year 2: March 1, 2027 To February 28, 2028 option Year 3: March 1, 2028 To February 28, 2029 option Year 4: March 1, 2029 To February 28, 2030 technical Points Of Contact noaa/national Weather Service charleston, Sc Weather Forecast Office 5777 South Aviation Avenue charleston, Sc 29406-6162 primary: provided Upon Award backup: provided Upon Award
Closing Date19 Feb 2025
Tender AmountRefer Documents 

Municipality Of San Agustin, Isabela Tender

Healthcare and Medicine
Philippines
Details: Description Lot 1: Abc - 370,000.00 1.) 100 Box Carbamazepine 200mg/tablet, 100s / Box 2.) 10 Box Risperidone 2mg/tablet, 100s/ Box 3.) 5 Box Diphenhydramine 50mg/capsule, 100s / Box 4.) 10 Box Olanzapine 10mg/tablet, 100s / Box 5.) 5 Box Clonazepam 2mg/tablet, 100s / Box 6.) 10 Box "divalproex Sodium (sodium Valproate + Valproic Acid) 500 Mg Tablet , 100s / Box" 7.) 10 Box Escitalopram 10mg/tablet, 100s / Box 8.) 5 Box Sertraline 50mg/tablet, 100s / Box 9.) 5 Box Phenytoin 100 Mg Capsule, 100s / Box 10.) 100 Box Sterile Gauze Swab 4x4, 8 Ply 28x24 Mesh, 100s / Box 11.) 100 Box Cefuroxime 500mg/tablet 10's/box 12.) 200 Box Co-amoxiclav (amoxicillin + Clavulanic Acid) 500 Mg + 125 Mg Tablet, 14 Per Box 13.) 80 Box Montelukast 10mg/tablet 100's/box 14.) 100 Box Cetirizine 10mg/tablet, 100's Per Box 15.) 50 Boxes Aluminum Hydroxide + Magnesium Hydroxide 200mg + 100mg Tablet, 100 Per Box 16.) 50 Boxes Omeprazole 20mg/capsule, 100s /box 17.) 10 Boxes Omeprazole 40mg/capsule, 100s /box 18.) 100 Boxes Chlorphenamine Maleate 1m + Phenylephrine 5mg Per 5ml Syrup, 60ml 19.) 50 Box Clindamycin 300mg/capsule, 100s/box 20.) 25 Boxes Betahistine 16mg /tablet, 100tablets/ Box 21.) 10 Boxes Betahistine 8mg/tablet 100tablets/box 22.) 50 Boxes Ambroxol 30mg/tablet, 100s / Box 23.) 10 Boxes Hyoscine 10mg/tablet, 100s Per Box 24.) 5 Boxes Colchicine 500mcg/tablet, 100s / Box 25.) 10 Boxes Tranexamic Acid 500mg/tablet, 100s Per Box Lot 2: Abc - 375,000.00 1.) 300 Bottles Ascorbic Acid + Zinc Syrup 100mg/5ml, 60 Ml 2.) 50 Bottles Zinc Syrup (equiv To 20mg Elemental Zinc/5ml), 60 Ml 3.) 100 Bottles Zinc Drops (equiv To 10mg Elemental Zinc/ml), 15ml 4.) 200 Box Ambroxol Syrup 15mg/5ml, 60ml Syrup 5.) 200 Box Ambroxol Drops 6.5mg/ml Drops 6.) 100 Bottle Cefalexin 250mg/5ml Suspension, 60ml 7.) 100 Bottle Cefalexin 100mg/ml Drops, 10ml 8.) 100 Bottles Cefuroxime 250mg/5ml Suspension, 120ml 9.) 100 Bottle Co-amoxiclav (amoxicillin + Clavulanic Acid) 200 Mg + 28.5 Mg/5 Ml, 70 Ml Oral Suspension Bottle 10.) 350 Bottle Co-amoxiclav (amoxicillin + Clavulanic Acid) 400 Mg + 57 Mg/5 Ml, 70 Ml Oral Suspension Bottle 11.) 200 Bottle Cetirizine 5mg/5ml Syrup, 60ml 12.) 200 Bottle Cetirizine 2.5mg/ml Drops, 10ml 13.) 30 Box Montelukast 5mg/tablet, Chewable 100s / Box 14.) 50 Bottleprednisone 10mg/5ml Syrup, 60ml 15.) 475 Box Paracetamol 250mg/5ml, 60ml Bottle 16.) 300 Bottle Lagundi [vitex Negundo L. (fam. Verbenaceae)] 300 Mg/5 Ml, 60 Ml Syrup Bottle 17.) 50 Tubes Mupirocin 2%, 15g Ointment Tube 18.) 50 Tubes Miconazole 2%, 15g Topical Cream 19.) 50 Bottle Procaterol Syrup 5mcg/ml, 60ml 20.) 50 Bottles Dicycloverine Syrup 10mg/5ml, 60ml Bottle 21.) 50 Bottles Domperidone 5mg/5ml, 60ml Bottle 22.) 50 Bottles Sodium Valproate 200mg/5ml Syrup, 100ml/bottle 23.) 100 Box Salbutamol Nebules 2.5mg/2ml, 30s/box 24.) 100 Box Salbutamol + Ipratropium Br Nebules 2mg/2ml, 30s/box Lot 3: Abc - 270,000.00 1.) 10 Box Methyldopa 250mg/tablet 2.) 200 Box "ferrous Salt + Folic Acid 60 Mg Elemental Iron + 400 Mcg Film Coated Tablet, 100s Per Box" 3.) 200 Box Na Ascorbate + Zinc Tablet, 100s Per Box 4.) 300 Box Prenatal Multivitamins Capsule, 30s / Box 5.) 10 Box Isoxsuprine 10 Mg Tablet, 100s / Box 6.) 200 Box Cefuroxime 500mg/tablet 10's/box 7.) 2 Pieces Portable Fetal Doppler 8.) 2 Pieces Pulse Oxymeter 9.) 2 Set Stethoscope - Double - Head With Raised Stem, Soft Ear Tips, With Id Name Tag And Chest Piece Rim, Chill Free, Color Gray 10.) 2 Set Aneroid Shygmomanometer, Luminous Gauge, Adult Inflation System, Cotton Cuff With Zipper Case 11.) 6 Tubes Lubricant Tube 150g (ky Jelly) Lot 4: Abc - 57,000.00 1.) 5 Box Tranexamic Acid 100mg/ml, 5ml Ampoules, 10 Ampoules Per Box 2.) 5 Box Atropine 1 Mg/ml, 1 Ml Solution For Injection Ampule, 10 Ampoules Per Box 3.) 10 Ampules Calcium Gluconate 10ml/ampule 4.) 1 Box Dexamethasone 2mg/ampule, 10s Per Box 5.) 1 Box Epinephrine 1mg/ml Ampule, 10s Per Box 6.) 10 Bottles Lidocaine 50ml/bottle 7.) 1 Box Diphenhydramine 25mg/ampule, 10s Per Box 8.) 1 Box Phytomenadione Ampule 10s Per Box 9.) 10 Bottles Magnesium Sulfate 250mg/ml, 20ml Per Bottle 10.) 200 Pieces Iv Cannula With Wings And Injection Port 20g 11.) 20 Pieces Iv Cannula With Wings And Injection Port 28g 12.) 4 Packs Iv Infusion Set With Airvent, Macro, 25 Sets/ Pack 13.) 10 Liters Ivf D5lr, 1l 14.) 50 Boxes Sterile Gauze Swab 4x4, Single, 100s 15.) 5 Packs Maternity Pad, 8 Pads Per Pack 16.) 5 Gallons Povidone Iodine 17.) 10 Rolls Autoclave Tape 1inch, Roll 18.) 1 Set Delivery Instrument Set (nsd) With Sterilizing Metal Tray Lot 5: Abc - 91,000.00 1.) 25 Boxes Isoniazid + Rifampicin 75 Mg + 150 Mg Tablet, 24 X 14 Tablets / Box Lot 6: Abc - 325,000.00 1.) 100 Bottles 70% Isopropyl Alcohol With Pump Dispenser, 1000ml / Bottle 2.) 50 Gallons 70% Isopropyl Alcohol, 1 Gallon 3.) 100 Bottles Antibacterial Handwashing Liquid Soap, 1000 Ml 4.) 300 Boxes Facemask Disposable Non - Woven, 3ply With Earloop, 50 Pieces Per Box 5.) 5 Bottles Activated Glutaraldehyde Solution 5 Liters With Liquid Activator (aidex), 5 Liters Per Bottle 6.) 5 Bottles Disinfectant Concentrate Solution, 5l 7.) 300 Boxes Co-amoxiclav (amoxicillin + Clavulanic Acid) 500 Mg + 125 Mg Tablet, 14 Per Box 8.) 20 Boxes Montelukast 10mg/tablet 100's/box 9.) 200 Boxes Cetirizine 10mg/tablet, 100's Per Box 10.) 5 Boxes Diphenhydramine 25mg/capsule, 100's/box 11.) 10 Boxes Prednisone 10mg/tablet, 100's/box 12.) 50 Boxes Lagundi [vitex Negundo L. (fam. Verbenaceae)] 600 Mg Tablet, 100s / Box 13.) 50 Boxes Lagundi [vitex Negundo L. (fam. Verbenaceae)] 300 Mg Tablet, 100s / Box 14.) 50 Boxes Acetylcysteine 600mg Effervescent Tablet, 10s / Box 15.) 50 Boxes Azithromycin 500mg/tablet, 3s Per Box 16.) 50 Boxes Cefalexin 500mg/capsule, 100s Per Box 17.) 4 Boxes Disposable Syringe 5cc(terumo) 100 Pieces Per Box 18.) 4 Boxes Disposable Syringe 1cc(terumo) 100 Pieces Per Box 19.) 6 Boxes Sterile Surgical Gloves, 6.5size, 50 Pairs Per Box Lot 7, 8 & 9: Abc - 200,000.00 Lot 7: 1.) 30 Kits Clean Delivery Kits ** 1 Bar Germicidal Soap ** 2 Pairs Surgical Gloves Size M,l ** 1 Pc Single Edged Disposable Razor Blades ** 1 Pcsterile Plastic Umbilical Cord Clamp ** 2 Pc Disposable Plastic Drawsheet Non Woven ** 1 Pc Disposable Resealable Plastic/vinyl Bag With Magic Strap With Lgu San Agustin Logo And Drrmh Logo ** 1 Bottle Feminine Wash 50-60ml/bottle ** 1 Bottle Baby Liquid Soap 100ml/bottle ** 1 Pack Cotton Balls, 50 Balls ** 1 Pack Newborn Diaper X 4 ** 1 Roll Tissue 2ply ** 1 Pcs Cotton Towel Lot 8: 1.) 16 Kits Emergency Go Bags For Responders *1 Multipurpose Back Pack With Side Pocket And Front Pocket, Zippered With San Agustin Logo And Drrm - H Logo, 11x5x17 Inches Dimension *1 Toiletries Set Inclusion: 1 Adult Toothbrush, 1 Toothpaste 70g/tube, 1 Mouthwash 60ml/bottle, 1 Pack 10pcs Sanitary Napkin, 1 Soap, 6 Sachet Shampoo, 6 Sachet Conditioner, 1 Bottle Insect Repellant 50ml *1 First Aid Kit Set Inclusion: 1 First Aid Kit Pouch With Lgu San Agustin And Drrmh Logo, 1 Box Band Aid 25pcs Plaster Strips, 5pcs Sterile Gauze 4x4, 1 Micropore Tape, 1 Povidone Iodine 60ml, 1 Mupirocin Ointment 5g **1 Piece Laminated Instruction Guide For First Aid Kit *1 Survival Kit Set Inclusion: 1 Pocket Knife With Can Opener, 1 Small Flashlight, 1 Whistle, 1 Match, 1 Static Utility Rope With Hook And Loop 10mm X 10m *1 Ppe Set Inclusion: 1safety Goggles, 1 Pack Kn95 Mask 10pcs, 1 Rain Poncho, 5 Pcs Surgical Gloves *1 Food Pack Set Inclusion: 3 Cans Vienna Sausage, 6 Pcs Crackers, 6 Pcs 3 In 1 Coffee, 1 1.5l Water, 5 Pieces Ziplock 2.) 10 Ppcs Safety Hard Hat, Orange 3.) 10 Pcs Rubber Boots Lot 9: 1.) 20 Tubes Sulfur Ointment (silver Sulfadaizine 10mg/g, 1% Cream), 15g 2.) 30 Tubes Mupirocin Ointment 2% Topical Cream, 15g 3.) 20 Tubes Miconazole 2%, Topical Cream 20mg/g, 10g 4.) 50 Boxes Gauze Swab, 40's 24 X 28 Mesh, 8 Ply Of 4" X 4", 100 Sterile Pads Per Box 5.) 5 Boxes Plaster Strip, 100 Pcs/box 6.) 40 Rolls Cotton Roll 400grams 7.) 25 Bottles Povidone Iodine 10% Solution, 1l 8.) 5 Boxes Ats (tetanus Antitoxin) 1500 Iu / 0.7ml Ampule, 10 Ampules/box 9.) 10 Boxes Tongue Depressor, Wooden, Individually Packed Sterile, 50 Pieces Per Box, 10.) 10 Pieces Penlight 11.) 10 Sets Stethoscope - Double - Head With Raised Stem, Soft Ear Tips, With Id Name Tag And Chest Piece Rim, Chill Free, Color Gray 12.) 10 Pieces Thermometer, Digital 13.) 10 Sets Aneroid Shygmomanometer, Luminous Gauge, Adult Inflation System, Cotton Cuff With Zipper Case 14.) 5 Boxes Elastic Bandage - 2 Metal Locked, Width 4 Inches, Length Unstretched 60 Inches Or 5 Foot Ruler, Permanent Strong Compression Bandage With High Stretch For Controllable Compression With Selvedges And Fixed Ends, Made Of Poly Cotton, Individually Packedm 10 Pieces Per Box 15.) 25 Bottles Hydrogen Peroxide 3% Solution, 120 Ml 16.) 23 Bottles Alcohol, Ethyl 70% Topical Solution, 1 Gallon/bottle 17.) 5 Pieces Led Torchlight Rechargeable ** For Drugs & Medicines, Expiry Date Should Be 2 To 3 Years From Date Of Delivery * Fda Approved * Price Offer Must Include All Applicable Taxes # Determination Of Winning Bid Shall Be The Lowest Or Single Calculated Responsive Bid For The Total Of The 9 Lots. Prospective Bidders Should Have Experienced An Undertaking Similar To The Abovementioned Project With An Amount Of At Least 50% Of The Abc. The Eligibility Check / Screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass Or Fail” Criteria. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least (60%) Interest Of Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Organization Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Bid Evaluation, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9164 And Its Revised 2016 Irr-a. Failure To Submit The Required Document Under The Bidding Documents Or The Submission Of A Document Which Does Not Comply With The Legal Formalities, Shall Be Rated “failed” The Local Government Unit Of San Agustin, Isabela Reserves The Right To Reject Any Or All Bids, Waive Any Required Formality And Award The Contract To The Bidder Whose Proposal Has Been Evaluated By The Bac As The Most Advantageous To The Local Government Unit And The Right To Confiscate The Bid Bond And/or Pursue Appropriate Legal Action Should The Winning Bidder Refuse To Accept The Award. Further, The Local Government Unit Of San Agustin, Isabela Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidder For Any Expense Or Loss That They May Incur In This Undertaking Nor Does It Guarantee That An Award Will Be Made.
Closing Date13 Feb 2025
Tender AmountPHP 1.6 Million (USD 29 K)

MUNICIPALITY OF CALINOG Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Calinog Lgucalinog@yahoo.com/mpdocalinog@gmail.com Invitation To Bid For The Purchase Of Office Supplies For Daily Operation Use Of Various Offices In Lgu Calinog. 1.the Local Government Unit Of Calinog, Through The Mooe-office Supplies Intends To Apply The Sum Of One Million One Hundred Sixty Five Thousand Eight Hundred Ninety Eight Pesos & 58/100 (php. 1,165,898.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Office Supplies For Daily Operation Use Of Various Offices In Lgu Calinog. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Calinog Now Invites Bids For Purchase Of Office Supplies For Daily Operation Use Of Various Offices In Lgu Calinog., With The Following Item/description:. Item No. Unit Item Description Qty 1 Pcs 2 Hole Puncher 7 2 Pcs 2 Hole Ring Binder Long (2inches) 3 3 Pcs 2 Hole Ring Binder Long (3inches) 3 4 Cans Air Freshener (can) 13 5 Btls Air Freshener (spray) 27 6 Pcs Air Freshener Gel Type 8 7 Gal Alcohol 70% (gallon) 19 8 Btls Alcohol 70% (liter) 41 9 Pcs Ballpen Black 0.3 112 10 Pcs Ballpen Black 0.5 614 11 Pcs Ballpen Black 0.7 60 12 Boxes Ballpen Black-ordinary (25pcs/box) 18 13 Pcs Ballpen Blue 0.5 12 14 Pcs Ballpen Red 0.5 15 15 Boxes Ballpen Red-ordinary (25pcs/box) 2 16 Pcs Basic Calculator 6 17 Pcs Bathroom Doormat 2 18 Pcs Bathroom Soap 2 19 Pcs Battery Aa 63 20 Pcs Battery Aaa 46 21 Pcs Binder Clips 1 1/4" (32mm) 30 22 Pcs Binder Clips 1" (25mm) 412 23 Pcs Binder Clips 2" (51mm) 502 24 Pcs Binder Clips 3/4" (19mm) 200 25 Packs Board Paper Long (pale Cream) 15 26 Packs Board Paper Long (white) 15 27 Packs Board Paper Long (white) 200gsm 5 28 Packs Board Paper Short (pale Cream) 4 29 Packs Board Paper Short (white) 43 30 Reams Bond Paper 100gsm A4 2 31 Reams Bond Paper 100gsm Legal 2 32 Reams Bond Paper 100gsm Short 2 33 Reams Bond Paper 70gsm A3 6 34 Reams Bond Paper 70gsm A4 215 35 Reams Bond Paper 70gsm Long 568 36 Reams Bond Paper 70gsm Short 494 37 Btls Brother Bt5000 Cyan 14 38 Btls Brother Bt5000 Magenta 14 39 Btls Brother Bt5000 Yellow 14 40 Btls Brother Bt6000 Black 25 41 Pcs Brown Envelop Long 579 42 Pcs Brown Envelop Short 179 43 Packs Business Card Paper A4, Matte - 220gsm (50s) 5 44 Pcs Canon Ink 810 Black 7 45 Pcs Canon Ink 811 Colored 5 46 Btls Canon Ink G-790 Black 8 47 Btls Canon Ink G-790 Cyan 3 48 Btls Canon Ink G-790 Magenta 3 49 Btls Canon Ink G-790 Yellow 3 50 Boxes Carbon Paper Long (black) 1 51 Rolls Caution Tape 4" 2 52 Pcs Cb Master B4 (riso) 1 53 Pcs Certificate Holder Long-blue 10 54 Pcs Certificate Holder Short-blue 45 55 Pcs Charger For Aa Battery (4slots) 4 56 Packs Clear Book Refill Legal (10s) 2 57 Pcs Clearbook (legal) 14 58 Pcs Comfort Room Deodorizer 6 59 Pcs Computer Keyboard (usb) 2 60 Pcs Computer Keyboard With Numpad (wireless) 1 61 Pcs Computer Mouse (usb) 2 62 Pcs Computer Mouse (wireless) 6 63 Packs Construction Paper Long (20s) Assorted 4 64 Packs Construction Paper Short (20s) Assorted 4 65 Pcs Correction Fluid 4 66 Pcs Correction Pen 29 67 Pcs Correction Tape 174 68 Tube/s Cutter Blade Big (10s) 4 69 Pcs Cv Ink (riso) 2 70 Pcs Dater 5 71 Pcs Dater With Received 4 72 Kgs Detergent Powder (1kg) 36 73 Packs Detergent Powder (50grams) 50 74 Btls Dishwashing Liquid (1000ml) 23 75 Tub Dishwashing Paste 400 Grams 9 76 Btls Disinfectant Spray 510 Grams 11 77 Pcs Door Mat 3 78 Boxes Double Lock Paper Fastener (metal) 5 79 Boxes Double Lock Paper Fastener (plastic) 2 80 Rolls Double Sided Tape 1" 62 81 Rolls Double Sided Tape 1/2" 15 82 Rolls Double Sided Tape 2" 8 83 Rolls Duct Tape 2" Color Grey 10 84 Pcs Dustpan 11 85 Rolls Electrical Tape 4 86 Btls Epson 003 Black 146 87 Btls Epson 003 Cyan 57 88 Btls Epson 003 Magenta 54 89 Btls Epson 003 Yellow 57 90 Btls Epson 008 Black 2 91 Btls Epson 008 Cyan 2 92 Btls Epson 008 Magenta 2 93 Btls Epson 008 Yellow 2 94 Btls Epson Refill Ink Black 644 46 95 Btls Epson Refill Ink Cyan 644 10 96 Btls Epson Refill Ink Magenta 644 10 97 Btls Epson Refill Ink Yellow 644 12 98 Pcs Epson Ribbon Lq310 10 99 Pcs Epson Ribbon Lx310 2 100 Pcs Expandable Envelop With Tie (blue) 15 101 Pcs Expandable Envelop With Tie (green) 20 102 Pcs Expandable Envelop With Tie (red) 76 103 Pcs Expandable Envelop With Tie (tan) 198 104 Pcs Expandable Envelop With Tie (yellow) 20 105 Pcs Expandable Folder Long 25 106 Pcs "extended Mouse Pad (non Slip)-black Size = 800 X 300 X 4mm " 2 107 Pcs External Hard Drive 1tb 5 108 Btls Fabric Conditioner (1000 Ml) 37 109 Pcs File Rack (plastic) Black 10 110 Pcs Flashlight (big) Heavy Duty 1 111 Pcs Floor Mop 4 112 Pcs Floor Mop (spinning Mop) 5 113 Pcs Folder Long-brown 200 114 Pcs Folder Plastic Long 11 Points (white) 24 115 Pcs Folder White Long 1387 116 Pcs Folder White Long W/ Plastic 20 117 Pcs Folder White Short 407 118 Pcs Folder White Short W/ Plastic 30 119 Packs Garbage Bag Black Xxl(18.5+18.5x40) 100pcs/pack 4 120 Packs Garbage Bag Black-extra Large 25 121 Packs Garbage Bag Black-large 6 122 Packs Garbage Bag Black-medium 8 123 Btls Glass Cleaner 11 124 Pcs Glass Wiper (silicon) 1 125 Pairs Gloves - Rubber (all Purpose) 3 126 Pcs Glue Gun Big (11mm) 3 127 Pcs Glue Gun Small (7mm) 3 128 Pcs Glue Stick Big (11mm) 94 129 Pcs Glue Stick Small (7mm) 50 130 Pcs Gun Tucker Heavy Duty 1 131 Pcs Handheld Magnifying Lens (50mm) 1 132 Pc Hdmi To Hdmi Cable-15meters 1 133 Pcs Heavy Duty Stapler #35(table Type) 3 134 Pcs Highlighter-neon Blue 4 135 Pcs Highlighter-neon Green 9 136 Pcs Highlighter-neon Orange 15 137 Pcs Highlighter-neon Pink 4 138 Pcs Highlighter-neon Purple 4 139 Pcs Highlighter-neon Yellow 12 140 Pcs Hp 680 Black 6 141 Pcs Hp 680 Colored 3 142 Pcs Hp 682 Black Ink Cartridge 3 143 Packs Index Card 5" X 8" (100's) 10 144 Pcs L Type Plastic Folder Long-transparent 200 145 Pcs Label Sticker 24mm X 90mm 5 146 Pcs Light Bulb (led) 18watts 6 147 Btls Liquid Bleach (1000 Ml)-colorsafe 6 148 Btls Liquid Bleach (1000 Ml)-original 32 149 Pcs Logbook 200 Pages 25 150 Pcs Logbook 300 Pages 61 151 Pcs Logbook 500 Pages 19 152 Pcs Mailing Envelope Long 1420 153 Pcs Mailing Envelope Short 309 154 Rolls Masking Tape 1" 34 155 Pcs Masking Tape 1/2" 1 156 Pcs Measuring Tape (30 Meters)-construction 5 157 Boxes Metalized Solvent Film Carbon (100 Sheet)-black 2 158 Pcs Molar File Blue (boxes) 45 159 Pcs Molar File Blue (boxes) With Cover 10 160 Pcs Molar File Green (boxes) 15 161 Pcs Molar File Red (boxes) 3 162 Pcs Molar File Red (boxes) With Cover 5 163 Pcs Mouse Pad 11 164 Btls Multi Insect Spray 35 165 Btls Multi Purpose Cleaner (spray) 2 166 Rolls Packing Tape 2" 23 167 Boxes Paper Clip Jumbo 66 168 Boxes Paper Clip Small 83 169 Pcs Paper Cutter Big Ordinary 7 170 Pcs Pencil #1 3 171 Pcs Pencil #2 308 172 Pcs Pencil #3 12 173 Pcs Pencil Sharpener (desktop) 7 174 Pcs Permanent Marker (broad) Black 78 175 Pcs Permanent Marker (broad) Blue 1 176 Pcs Permanent Marker (broad) Red 1 177 Pcs Permanent Marker (fine) Black 84 178 Pcs Permanent Marker Refill Black 5 179 Packs Photo Paper Glossy A3 - 230gsm (20s) 5 180 Packs Photo Paper Glossy A4 - 230gsm 51 181 Packs Photo Paper Matte A4 - 230 Gsm 1 182 Pcs Plastic Envelope Long 254 183 Pcs Plastic Envelope Short 29 184 Pcs Plastic Envelope With Zipper&handle, Transparent-long 20 185 Boxes Plastic Fastener Short 81 186 Pcs Plastic Ruler 12" 8 187 Pcs Press Folder Long - Tan 100 188 Boxes Push Pin (100s) 3 189 Boxes Pvc Binding Cover 200 Microns Acetate Clear 100pcs/box (long) 1 190 Pcs Raincoat Poncho 7 191 Pcs Rechargeable Battery Aa (2000mah) 8 192 Packs Resealable Plastic 10" X 12" (100s) 1 193 Packs Resealable Plastic 6.5" X 6.5" (100s) 1 194 Boxes Rubber Bands #18 4 195 Pair Rubber Boots Size 10 2 196 Packs Sando Bag Green (100s) Large 5 197 Packs Sando Bag Transparent (100s) Medium 10 198 Packs Sando Bag Yellow (100s) Large 5 199 Packs Scented Special Paper Short (cream,20sheets/pack) 3 200 Pcs Scientific Calculator 1 201 Pcs Scissors (big) 37 202 Pcs Scissors (small) 3 203 Rolls Scotch Tape 1" 102 204 Rolls Scotch Tape 1/2" 3 205 Rolls Scotch Tape 2" 29 206 Pcs Sharpener, One Hole, Aluminum 3 207 Pcs Sign Pen (0.03) Black 110 208 Pcs Sign Pen (0.5) Black 241 209 Pcs Sign Pen (0.5) Blue 27 210 Pcs Sign Pen (0.5) Red 24 211 Pcs Sign Pen (0.7) Black 31 212 Pcs Soft Broom 22 213 Packs Special Paper A4 (white) 2 214 Packs Special Paper Long (mint Green) 1 215 Packs Special Paper Short (cream) 10 216 Packs Special Paper Short (mint Green) 1 217 Packs Special Paper Short (white) 40 218 Pcs Spin Mop Head Refill 3 219 Pcs Sponge With Scrubber (dishwashing) 4 220 Pcs Stainless Ruler 12" 1 221 Pcs Stamp Pad 5 222 Pcs Stamp Pad Big 17 223 Btls Stamp Pad Ink-black 26 224 Btls Stamp Pad Ink-purple 6 225 Boxes Staple Wire #10 14 226 Boxes Staple Wire #35 94 227 Pcs Stapler Big #35 38 228 Pcs Stapler Small #10 9 229 Pcs Stapler With Remover (big) #35 12 230 Packs Sticker Paper 37 231 Packs Sticker Paper A4 Matte 2 232 Pads Sticky Notes 2 X 3 2 233 Pads Sticky Notes 3 X 3 75 234 Pcs Styrofoam (1 Whole) 3x4 1 235 Pcs Tape Dispenser 3 236 Boxes Thumb Tacks 1 237 Rolls Tissue 558 238 Btls Toilet Bowl Cleaner (900 Ml) 41 239 Pcs Trash Can (big) 3 240 Pcs Trash Can (small) 6 241 Pcs Type Writer Ribbon 9 242 Pcs Usb 16gb 3 243 Pcs Usb 32gb 7 244 Pcs Usb 64gb 7 245 Pcs Usb Hub (3-4 Slots) 1.5 Meters 1 246 Reams Vellum Board 180 Gsm Long (100's) 1 247 Pcs Wall Clock 1 248 Btls White Glue 240 Grams 18 249 Pcs Whiteboard Marker Black 43 250 Pcs Whiteboard Marker Refill Black 2 251 Pcs Wooden Clip Board 8.5" X 13" 13 252 Pads Yellow Pad 5 3.delivery Of The Goods Is Required Twenty (20) Calendar Days Upon The Issuance Of Po/notice To Proceed. Bidders Should Have Completed, Within One Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders 4.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) 9184, Otherwise Known As The “government Procurement Reform Act”. 5.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. 6.interested Bidders May Obtain Further Information From Bac Secretariat Of Local Government Of Calinog, Temporary Municipal Hall Building (calinog Food Court), Poblacion Rizal Ilawod, Calinog, Iloilo And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm From Monday To Friday . 7.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 06, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (5,000.00). 8.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. 9.the Local Government Unit Of Calinog Will Hold A Pre-bid Conference On February 07, 2025 9:00 A.m. At Poblacion Rizal Ilawod, Calinog, Iloilo Which Shall Be Open To Prospective Bidders. 9.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 A.m. Of February 21, 2025 . All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bid Opening Shall Be On 9:00 A.m. Of February 21, 2025 At Calinog Temporary Municipal Hall Building (calinog Food Court), Poblacion Rizal Ilawod, Calinog, Iloilo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10.the Local Government Unit Of Calinog Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: Engr. Jose Nolito Tomulto Head, Bac Secretariat Temporary Municipal Hall (food Court Building), Poblacion Rizal Ilawod, Calinog, Iloilo Lgucalinog@yahoo.com/baclgucalinog@gmail.com Issued This 31st Day Of January 2025. (signed) Junnessa P. Alcarde Bac Chairperson
Closing Date21 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.1 K)

Municipality Of Rizal,palawan Tender

Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)

Municipality Of Itogon, Benguet Tender

Others
Philippines
Details: Description Lot 1 - Php1,588,500.50 Item No. Quantity Unit Of Issue Item Description 1 644 Kg All Purpose Flour (1kg) 2 12 Kg Baking Powder (1kg) 3 233 Packs Burger Bun (6pcs/pack) 4 444 Packs Burger Patties (6pcs/container-228g) 5 76 Packs Cheese - Slice (22 Slice/pack) 6 10 Bars Cheese - Bar (500g) 7 46 Packs Chicken Nuggets Star Shape (200g/pack) 8 20 Kg Chicken Quarter Leg (/kg) 9 130 Packs Chicken - Whole / Pack 10 8 Packs Cocoa Powder (500g) 11 148 Cans Condensed Creamer (390g) 12 73 Can Cooking Oil - Palm Oil (4 L/gallon) 13 48 Packs Corn Starch (1kg/pack) 14 6 Packs Dry Yeast (800g) 15 103 Trays Egg (m-30pcs/tray) 16 144 Cans Evaporated Milk (370ml) 17 495 Packs Fishball (1kg/pack) 18 136 Packs French Fries (450g) 21 20 Packs Fresh Gata (200ml) 22 128 Kg Glutinous Rice (1kg) 23 350 Packs Hotdog - Cheese Flavor (250g/pack) 24 385 Packs Hotdog - Regular (250g/pack) 25 67 Packs Jumbo Siopao (10pcs/pack) 26 18 Gallon Ketchup (4 L/gallon 27 495 Packs Kikiam (500g/pack) 28 160 Packs Longganisa - Skinless (450g/pack) 29 280 Packs Longganisa - Smoked (225g/pack) 30 7 Kg Margarine Classic (1kg) 31 17 Gallon Mayonaise (3.5 L/gallon) 32 20 Kg Pork Meat (/kg) 33 10 Kg Pork Meat - Grind (1kg) 34 330 Packs Pork Siomai (30pcs/pack) 35 30 Packs Pork Siomai - Japanese (30pcs/pack) 36 215 Packs Pork Tocino (450g/pack) 37 100 Kg Raw Peanut /kg (for Peanut Butter Making) 38 210 Packs Shanghai (15pcs/pack) 39 517 Sacks Special Commercial Rice (25kg/sack) 40 26 Kg Sugar Brown (1kg) 41 23 Sack Sugar - Washed (25kg/sack) 42 13 Sacks Sugar White - Refined (25kg/sack) 48 205 Packs Sweet Ham (220g/pack) 49 7 Packs Whip Cream Powder (500g) 50 30 Sets (100 Pcs) 12 Oz Buko Cup Set, Printed White Plastic Cup With Lid And Sealer 51 1 Set 144 Pcs High Quality Puto Molder Multicolor Baking Tools For Puto Kutchinta Assorted Medium 52 1 Pcs 22cm Sifter For Baking Premium Quality Fine Mesh Stainless Steel Strainers With Wide Resting Ear Design - Strainer Wire Mesh - Fine Mesh Strainers 53 1 Set 236pcs Cake Kit With Decoration Icing Nozzle Set Pastry Bag Spatula Muffins Cupcake Molds Baking Supplies 54 4 Unit 32cm Non-stick Frying Pan 304 Stainless Steel Frying Pan Double Layer Full Mesh Pot Cooker 55 10 Sets 50pcs 8oz/ 232ml/ Small Plastic Peanut Butter Jar 56 2 Unit "55s Makapal Palanggana Wash Basin Stainless Steel Supported Weight 8kg Dimension (l X W X H) 63cmx63cmx16cm" 57 2 Pcs 9 Inches Round Pan 58 10 Packs "aluminum Foil 5meters/8meters Wrap Food Grade Foil Wrapper Sheet Roll" 59 4 Unit Aluminum Frying Pan "kawa" 49cmx42cmx15cm Diameter 60 1 Set Bakeware Sets 10 Piece Non-stick Bakeware Set - Carbon Steel Baking Tray Set, Suitable For Oven, Refrigerator And Freezer 61 9 Pcs Baking Pan, Non Stick, Rectangular, 27.5x18x6cm 62 1 Pcs Big Pot, Double Handle Cast Iron Size #1, Big Kawali, Frying Pan Wok 63 1 Pcs "caldero/cauldron Pot Aluminum Double Handle (d1-d5) Size (diameter 34.5cm) Sizes (lxwxh) D1=37.5x34.5x23.5cm" 64 10 Dozen Drinkingware Coffee Mug Brown Coffee Cup 9oz/ 250ml 65 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Large 624 Grams 650ml 22oz" 66 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Medium 454 Grams 473ml 16oz" 67 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Small 227 Grams 234ml 8oz" 68 12 Pcs Pie Pan 12"inch X 1 Inch Height 69 5 Set "plastic Puto Cups/ Baking Cups/ Kutsinta Cups Mold/ Sauce Dish/ Macaroons/ Pichi Pichi/ Soy Sauce Thick Plastic. Good Quality. Random Color Upon Order. 100pcs Per Order Medium #5-6cm" 70 1 Pcs S/s Soup Laddle With Wooden Handle 6oz 71 2 Pcs Special J.kawa 42"-44" 72 5 Unit Stainless Basin 55 Cm 73 2 Pcs Stainless Bowl 55cm 74 1 Set Stainless Steel Measuring Cup Stackable Kitchen Measuring Tool 75 2 Unit Stainless Wok Pan And Non-stick (38cm, 1.6 Kg) 76 2 Set Steel Mixing Bowl Set Of 3 With Capacity Markings Indicator Lot 2- Php 1,153,470.00 Item No. Quantity Unit Of Issue Item Description 1 19 Unit 11kg Lpg Gas Tank With Content 2 1 Unit 2in1 Burger Griller With Deep Fryer (with Free Cooking Kits) 3 3 Unit "3 Layer Electric Steamer 9.0l Capacity 1.1l Water Tank Capacity Rapid Steam System Pp Body And Pc Tray See Through Water Window All Removable Parts Are Dishwasher Safe 60-minutes Times Heating And Power Lights Secure Non-slip Feet" 4 3 Unit "3.5 Cu.ft. Showcase Chiller 7-level Temperature Control, Double Glass Door Blower Fan, Led Light, Price Tag Shelves 3 Adjustable Coated Wire Shelves 100w Input Power " 5 15 Unit 3in1 Burger Griller With Deep Fryer And Steamer 6 1 Pcs 41cm Steamer - 3 Layer Aluminum 7 1 Unit "55l Electric Oven Tempered Glass Door Accessories: Bake Tray, Baking Rack, Tray/rack Handle, Rotisserie Stick And Rotisserie Fork " 8 1 Unit "5l Electric Stand Mixer Net Weight (kg): 6.6 Kg Gross Weight (packed): 8.25 Kg Net Weight (wxhxd): 420x395x255 Mm (16.54x15.55x10.04in)" 9 1 Unit 6 Cu.ft. Solid Top Chest Freezer/chiller 10 3 Unit 6ft. Folding Table 11 1 Unit "7 Speed Electric High Grade Super Hand Mixer Pancake/cupcake Batter Dispenser Whisk Chrome Beater Balloon *body Material: Plastic *blade Material: Stainless Steel *rated Wattage: 260 Watts *rated Voltage: 220-240 Volts *gear Position: 7 Speed *rated Frequency: 50/60hz *controls Type: Knob Control *item Dimension Lxwxh: 18 X 6.5 X 12.1 Centimeters" 12 1 Unit "60 Liters Capacity Oven 250c Temperature Control 60 Min. Timer With Bell Ring With Convection And Rotisserie Function Inner Light/indicator Lamp Heater Selector Switch Tempered Glass Door Stainless Steel Heating Elements 5 Stages Of Switch Heating And Function Selector Baking Racks, Tray/rack Handle, Rotisserie Stick And Rotisserie Forks" 13 2 Unit "blender 1.5-liter Glass Jar 2 Speed Control With Pulse Function Stainless Steel Blade Overheat Projector On Motor With Safety Lock Powerful Motor For Superior Blender" 14 1 Unit "boiler Coffee Maker And Tea Maker Perculator 7.0 Liter Double-layer Stainless Steel Wall Boil Dry Protection Switch Stainless Steel Lid With Lock Internal Water Gauge 1100 Watts" 15 1 Unit Cast Iron C40 Single Burner 16 1 Unit "chest Freezer 6.0 Cu.ft. Hd Inverter Solid Top *hd Inverter Compressor *dual Function Technology (freezer Or Chiller) *electric Control *galvanized Interior *led Light *roller Feet *recessed Handle With Key Lock " 17 1 Unit Commercial Pressure Cooker High Quality 304 Stainless Steel Large Capacity Pressure Cooker 32cm 15 Liters 18 1 Unit "donut Maker 16 Hole Machine Double Sided Heating Doughnut Makers Breakfast Machine Hot Cake Waffle Maker Power: 1400w Voltage: 220-240v Plug Type: Eu Plug Power Source: Electric Color: Stainless Steel + Black Heating: Heating On Both Sides Materials: Non-stick Coated" 19 2 Unit Electric Oven 23l 4 Function 23 Liters 20 11 Unit Electric Oven, 60 Liters Capacity, 120 Min Timer W/ Bell Ring 100-250c Temp Control 21 29 Unit Fc-06 Adf Chest Freezer 6 Cu.ft., Dual Function-freezer Or Chiller 8-level Frontal Temperature 22 1 Unit "food Dehydrator Voltage: 220v Frequency: 10 Layers 50hz Power: 800w Net Weight: 11kg Size: 380 X 400 X 465 Mm Stainless Steel Trays Outer Body Temperature: 30-90 Degress" 23 1 Unit Food Steamer / 3 Level Food Steamer Food Steamer 10.0l 24 2 Unit "four Layer Glass Box Organizer Display Four Layers, Each With A Height Of 15.25 Cm, A Length Of 61 Cm And A Width Of 23 Cm " 25 5 Unit "heavy Duty Double Burner Stove 2 Twin Jet 120mm Black Cast Iron Burner Brass Burner Cap Automatic Piezo Ignition System Gas Power: 5.2 Kw #304 Stainless Steel Body Cast Iron Trivet " 26 10 Unit "heavy Duty Electric Stand Mixer 8-speed Multiple Function Stand Mixer 5-liter Stainless Bowl 600 Watts High-powered Motor Soft Start That Minimizes Splatter With Aluminum Dough Hooks And Beater Guard With Stainless Steel Wire Whisk" 27 1 Unit Heavy Duty Ice Crusher Machine 28 1 Unit "heavy Duty Rice Cooker 5.6l Teflex Non-stick Coating Pot Stainless Steel Body Cool Touch Handle Pilot Light Indicator 5.6 Liter Capacity Cooks Up To 30 Cups Of Rice " 29 1 Unit Heavy Duty Single Burner Cast Iron Autmatic Ignition Gas Stove 30 1 Unit "heavy Duty Steamer Makapal Matibay Aluminum 3 Layer Steamer Bottom Layer Is The Base 2nd And 3rd Layer Are The Steamer" 31 1 Unit "heavy Duty Wet And Dry Grinding Machine Pang Giling (corn, Rice, Coffee, Soyabeans, Peanut) 1.5hp, 220v" 32 1 Unit "ice Box Cooler Insulated W/ Free Ice Scoop 45l Material Plastic Volume Capacity 45l" 33 1 Unit "microwave Oven 20l Model: P70b20ap-st Voltage: 220v Capacity: 20l Power Source: 230-240v / 50hz/ 700-1200w" 34 1 Unit "peanut Butter Machine/ Sesame Sauce Grinder/ Pulping Machine/ Nuts Almond Milk Machine Model: Hr-160y Brand: Meatpro Power: 1.5kw Hz: 60hz Rotation Speed: 1450r/min Voltage: 220v Capacity: 35pkg/h Emery Wheel Diameter: 160mm" 35 1 Pcs "square Beach Umbrella 70” Classic Style Durable And Stylish Good Quality Perfect For Outdoor Use Light Weight. Easy To Carry Anywhere Perfect Protection From Sunlight And Rain Easy Set-up" 36 1 Unit "standard Double Gas Stove With Free Regulator Stainless Top And Front Double Detachable Top Burner 560mm X 380mm X 125mm" 37 2 Unit "steamer 3 Layers Aluminum Measurement: 36cm Diameter, 13cm Height Per Layer" 38 1 Unit "vacuum Sealer Machine With Seal Bags And Starter Kit Four Sealing Modes Longer Food Preservation Theory: Temperature Controller Usage: Household Power Type: None Display Size: 2.0-3.9 Inches Color: Silver Materials: Stainless Steel + Abs Shell Seal Length: Max. 30cm Vacuum Pressure:-85 Kpa" 39 28 Unit Weighing Scale (20kg) 40 2 Unit Digital Weighing Scale 30kg Lot 3 -php322,760.00 1 9 Sack 14-14-14 Fertilizer (50kg/sack) 2 1 Unit "2 In 1 Electrical And Manual Knapsack Sprayer Net Weight (kg): 5.25 Capacity Of Tank: 16l Working Pressure (mpa): 0.15-0.4 Pump: Diaphragm Pump Stroke: 1.4mm Voltage: 12 Nozzle: 1.4mm Battery: 12v / 8ah" 3 225 Meters Black Nylon Net (per Meter) 4 3 Rolls Gi Wire Gauge #14 5 1 Unit Grab Hoe, Heavy Duty, 23cm, Metal Handle 6 3 Unit "grass Cutter Gx35; Aircooled; 4 Cycle; Verticle Piston Vlave; Gasoline Engine; 31ml Maximum Output: 1.0/6500; Fuel Used: Gasoline Engine Fuel Tank Capacity (l): 76" 7 140 Kg Greenhouse Plastic, .04mil Thickness, Standard Size, Per Kilo 8 339 Kg Greenhouse Plastic, .05mil Thickness, Standard Size, Per Kilo 9 1 Unit Hand Tiller / Cultivator 7.5 Hp, Gasoline Engine Industrial Rotary Tiller Machine Cultivator Power Weeder With Complete Accessories 10 2 Unit Hand Tiller / Cultivator 7hp, Diesel Engine Industrila Rotary Tiller Machine Cultivator Machine 11 2 Rolls Rainbow Garden Hose / Water Hose 1/2" X 90m 12 8 Rolls Rainbow Garden Hose / Water Hose 3/4" X 60m 13 4 Unit Rake With Handle 14 1 Unit "rubber Garden Hose 1"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 50 Meters / Roll" 15 2 Unit "rubber Garden Hose 1/2"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 90 Meters / Roll" 16 2 Sacks Urea 50kg/sack Lot 4- Php9,360.00 1 104 Pcs Tarpaulin (2ftx3ft) Xxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxxx A Complete Set Of Bidding Documents May Be Acquired By Interest Bidders On February 4, 2025 To February 26, 2025(8:00am) From The Office Of The Mayor, 2nd Floor, Municipal Hall, Poblacion, Itogon, Benguet And The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). In Acquiring A Bid Documents And Submits On The Opening, The Procuring Entity Shall Allow The Bidder Its Duly Authorized Representative Accompanied By A Duly Notarized Spa, In Case Of A Corporation, A Secretary’s Certificate Is Sufficient. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission On The Opening Date At 9:00a.m. Late Bids Shall Not Be Accepted.
Closing Date26 Feb 2025
Tender AmountPHP 3 Million (USD 53.1 K)

Municipality Of Itogon, Benguet Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Lot 1 - Groceries - Abc : Php1,619,738.50 Item No. Quantity Unit Of Issue Item Description 1 643 Kg All Purpose Flour (1kg) 2 12 Kg Baking Powder (1kg) 3 240 Packs Burger Bun (6pcs/pack) 4 519 Packs Burger Patties (6pcs/container-228g) 5 87 Packs Cheese (22 Slices/pack) 6 46 Packs Chicken Nuggets Star Shape (200g/pack) 7 20 Kg Chicken Quarter Leg (/kg) 8 133 Packs Chicken Whole / Pack 9 8 Packs Cocoa Powder (500g) 10 185 Cans Condensed Creamer (390g) 11 51 Gallon Cooking Oil (4 L/gallon) 12 53 Packs Corn Starch (1kg/pack) 13 6 Packs Dry Yeast (800g) 14 99 Trays Egg (m-30pcs/tray) 15 149 Cans Evaporated Milk (370ml) 16 364 Packs Fishball (1kg/pack) 17 105 Packs French Fries (450g) 18 20 Packs Fresh Gata (200ml) 19 143 Kg Glutinous Rice (1kg) 20 366 Packs Hotdog - Cheese Flavor (250g/pack) 21 360 Packs Hotdog - Regular (250g/pack) 22 73 Packs Jumbo Siopao (10pcs/pack) 23 18 Gallon Ketchup (4 L/gallon 24 368 Packs Kikiam (500g/pack) 25 152 Packs Longganisa Skinless (450g/pack) 26 324 Packs Longganisa Smoked (225g/pack) 27 7 Kg Margarine Classic (1kg) 28 18 Gallon Mayonaise (3.5 L/gallon) 29 20 Kg Pork Meat (/kg) 30 10 Kg Pork Meat Grind (1kg) 31 25 Packs Pork Siomai Japanese (30pcs/pack) 32 371 Packs Pork Siomai Yellow (30pcs/pack) 33 212 Packs Pork Tocino (450g/pack) 34 100 Kg Raw Peanut /kg (for Peanut Butter Making) 35 180 Packs Shanghai (15pcs/pack) 36 519 Sacks Special Commercial Rice (25kg/sack) 37 35 Sack Sugar - Washed (25kg/sack) 38 35 Kg Sugar Brown (1kg) 39 11 Sacks Sugar White- Refined (25kg/sack) 40 238 Packs Sweet Ham (220g/pack) 41 7 Packs Whip Cream Powder (500g) 42 30 Sets (100 Pcs) 12 Oz Buko Cup Set, Printed White Plastic Cup With Lid And Sealer 43 1 Set 144 Pcs High Quality Puto Molder Multicolor Baking Tools For Puto Kutchinta Assorted Medium 44 1 Pcs 22cm Sifter For Baking Premium Quality Fine Mesh Stainless Steel Strainers With Wide Resting Ear Design - Strainer Wire Mesh - Fine Mesh Strainers 45 1 Set 236pcs Cake Kit With Decoration Icing Nozzle Set Pastry Bag Spatula Muffins Cupcake Molds Baking Supplies 46 4 Unit 32cm Non-stick Frying Pan 304 Stainless Steel Frying Pan Double Layer Full Mesh Pot Cooker 47 10 Sets 50pcs 8oz/ 232ml/ Small Plastic Peanut Butter Jar 48 2 Unit "makapal Palanggana Wash Basin Stainless Steel Supported Weight 8kg Dimension (l X W X H) 63cmx63cmx16cm" 49 2 Pcs 9 Inches Round Pan 50 10 Packs "aluminum Foil 5meters/8meters Wrap Food Grade Foil Wrapper Sheet Roll" 51 4 Unit Aluminum Frying Pan "kawa" 49cmx42cmx15cm Diameter 52 1 Set Bakeware Sets 10 Piece Non-stick Bakeware Set - Carbon Steel Baking Tray Set, Suitable For Oven, Refrigerator And Freezer 53 9 Pcs Baking Pan, Non Stick, Rectangular, 27.5x18x6cm 54 5 Pcs Stainless Basin 55cm 55 1 Pcs Big Pot, Double Handle Cast Iron Size #1, Big Kawali, Frying Pan Wok 56 1 Pcs "caldero/cauldron Pot Aluminum Double Handle (d1-d5) Size (diameter 34.5cm) Sizes (lxwxh) D1=37.5x34.5x23.5cm" 57 10 Dozen Drinkingware Coffee Mug Brown Coffee Cup 9oz/ 250ml 58 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Large 624 Grams 650ml 22oz" 59 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Medium 454 Grams 473ml 16oz" 60 100 Pcs "peanut Butter Jar/ Orange Cup Cannister Condiments Container Small 227 Grams 234ml 8oz" 61 12 Pcs Pie Pan 12"inch X 1 Inch Height 62 5 Set "plastic Puto Cups/ Baking Cups/ Kutsinta Cups Mold/ Sauce Dish/ Macaroons/ Pichi Pichi/ Soy Sauce Thick Plastic. Good Quality. Random Color Upon Order. 100pcs Per Order Medium #5-6cm" 63 1 Pcs S/s Soup Laddle With Wooden Handle 6oz 64 2 Pcs Special J.kawa 42"-44" 65 4 Pcs Stainless Bowl 55cm 66 1 Set Stainless Steel Measuring Cup Stackable Kitchen Measuring Tool 67 2 Unit Stainless Wok Pan And Non-stick (38cm, 1.6 Kg) 68 2 Set Steel Mixing Bowl Set Of 3 With Capacity Markings Indicator Lot 2: Equipment: Abc - Php1,130,920.00 Item No. Quantity Unit Of Issue Item Description 1 - 19 Unit 11kg Lpg Gas Tank With Content 2 - 1 Unit 2in1 Burger Griller With Deep Fryer (with Free Cooking Kits) 3 - 3 Unit "3 Layer Electric Steamer 9.0l Capacity 1.1l Water Tank Capacity Rapid Steam System Pp Body And Pc Tray See Through Water Window All Removable Parts Are Dishwasher Safe 60-minutes Times Heating And Power Lights Secure Non-slip Feet" 4 - 3 Unit "3.5 Cu.ft. Showcase Chiller 7-level Temperature Control, Double Glass Door Blower Fan, Led Light, Price Tag Shelves 3 Adjustable Coated Wire Shelves Clean Back Design, Fan-cooled System Recessed Handle, Internal & External Lamps Switch, Front Levelling Feet 100w Input Power " 5 - 15 Unit 3in1 Burger Griller With Deep Fryer And Steamer 6 - 1 Pcs 41cm Steamer - 3 Layer Aluminum 7 - 1 Unit "55l Electric Oven Tempered Glass Door Accessories: Bake Tray, Baking Rack, Tray/rack Handle, Rotisserie Stick And Rotisserie Fork Inner Dimension 420x340x290mm" 8 - 1 Unit "5l Electric Stand Mixer Net Weight (kg): 6.6 Kg Gross Weight (packed): 8.25 Kg Net Weight (wxhxd): 420x395x255 Mm (16.54x15.55x10.04in)" 9- 1 Unit 6.8 Cu.ft. Solid Top Chest Freezer/chiller 10 - 3 Unit 6ft. Folding Table 11 - 1 Unit "7 Speed Electric High Grade Super Hand Mixer Pancake/cupcake Batter Dispenser Whisk Chrome Beater Balloon Whisk He-133 *model: He-133 *body Material: Plastic *blade Material: Stainless Steel *rated Wattage: 260 Watts *rated Voltage: 220-240 Volts *gear Position: 7 Speed *rated Frequency: 50/60hz *controls Type: Knob Control *item Dimension Lxwxh: 18 X 6.5 X 12.1 Centimeters" 12 - 1 Unit "90 Liters Capacity Oven 250c Temperature Control 60 Min. Timer With Bell Ring With Convection And Rotisserie Function Inner Light/indicator Lamp Heater Selector Switch Tempered Glass Door Stainless Steel Heating Elements 5 Stages Of Switch Heating And Function Selector Accessories: Bake Tray 52.6 X 36.2 Cm 685x454x426mm Inner Dimension: 515x415x330mm Baking Racks, Tray/rack Handle, Rotisserie Stick And Rotisserie Forks" 13 - 2 Unit "blender 1.5-liter Glass Jar 2 Speed Control With Pulse Function Stainless Steel Blade Overheat Projector On Motor With Safety Lock Powerful Motor For Superior Blender" 14 - 1 Unit "boiler Coffee Maker And Tea Maker Perculator 7.0 Liter Double-layer Stainless Steel Wall Boil Dry Protection Switch Stainless Steel Lid With Lock Internal Water Gauge 1100 Watts" 15 - 1 Unit Cast Iron C40 Single Burner 16 - 1 Unit "chest Freezer 7.0 Cu.ft. Hd Inverter Solid Top *hd Inverter Compressor *dual Function Technology (freezer Or Chiller) *electric Control *galvanized Interior *led Light *roller Feet *recessed Handle With Key Lock *dimension (hxwxd) 85x91x55 Cm" 17 - 1 Unit Commercial Pressure Cooker High Quality 304 Stainless Steel Large Capacity Pressure Cooker 32cm 15 Liters 18 - 2 Unit Digital Weighing Scale 30kg 19 - 1 Unit "donut Maker 16 Hole Machine Double Sided Heating Doughnut Makers Breakfast Machine Hot Cake Waffle Maker Power: 1400w Voltage: 220-240v Plug Type: Eu Plug Power Source: Electric Color: Stainless Steel + Black Heating: Heating On Both Sides Materials: Non-stick Coated" 20 - 2 Unit Electric Oven 23l Heo23r 4 Function 23 Liters 21 - 11 Unit Electric Oven, 90 Liters Capacity, 120 Min Timer W/ Bell Ring 100-250c Temp Control 22 - 29 Unit Fc-06 Adf Chest Freezer 6 Cu.ft., Dual Function-freezer Or Chiller 8-level Frontal Temperature 23 - 1 Unit "food Dehydrator Voltage: 220v Frequency: 10 Layers 50hz Power: 800w Net Weight: 11kg Size: 380 X 400 X 465 Mm Stainless Steel Trays Outer Body Temperature: 30-90 Degress" 24 - 1 Unit Food Steamer Hfs-55 / 3 Level Food Steamer Food Steamer 10.0l Hfs55 25 - 2 Unit "four Layer Glass Box Organizer Display Four Layers, Each With A Height Of 15.25 Cm, A Length Of 61 Cm And A Width Of 23 Cm " 26- 5 Unit "heavy Duty Double Burner Stove G1000max 2 Twin Jet 120mm Black Cast Iron Burner Brass Burner Cap Automatic Piezo Ignition System Gas Power: 5.2 Kw #304 Stainless Steel Body Cast Iron Trivet Unit Dimension: 69.4(w) X 36(d) X 14.5(h) Cm Box Dimension: 75(w) X 46(d) X 17(h) Cm Net Weight: 6.1 Kg Gross Weight: 7.5 Kg" 27 - 10 Unit "heavy Duty Electric Stand Mixer 8-speed Multiple Function Stand Mixer 5-liter Stainless Bowl 600 Watts High-powered Motor Soft Start That Minimizes Splatter With Aluminum Dough Hooks And Beater Guard With Stainless Steel Wire Whisk" 28 - 1 Unit Heavy Duty Ice Crusher Machine 29 - 1 Unit "heavy Duty Rice Cooker 5.6l Irc-560n Teflex Non-stick Coating Pot Stainless Steel Body Cool Touch Handle Pilot Light Indicator 5.6 Liter Capacity Cooks Up To 30 Cups Of Rice Measurements: L48 X W39 X H30.5cm Model: Irc-560n 1950w" 30 - 1 Unit Heavy Duty Single Burner Cast Iron Autmatic Ignition Gas Stove 31 - 1 Unit "heavy Duty Steamer Makapal Matibay Aluminum 3 Layer Steamer Bottom Layer Is The Base 2nd And 3rd Layer Are The Steamer" 32 - 1 Unit "heavy Duty Wet And Dry Grinding Machine Pang Giling (corn, Rice, Coffee, Soyabeans, Peanut) 1.5hp, 220v" 33 - 1 Unit "ice Box Cooler Insulated W/ Free Ice Scoop 45l Material Plastic Volume Capacity 45l" 34 - 1 Unit "microwave Oven 20l Model: P70b20ap-st Voltage: 220v Capacity: 20l Power Source: 230-240v / 50hz/ 700-1200w" 35 - 1 Unit "peanut Butter Machine/ Sesame Sauce Grinder/ Pulping Machine/ Nuts Almond Milk Machine Model: Hr-160y Brand: Meatpro Power: 1.5kw Hz: 60hz Rotation Speed: 1450r/min Voltage: 220v Capacity: 35pkg/h Emery Wheel Diameter: 160mm" 36 - 1 Pcs "square Beach Umbrella 70” Classic Style Durable And Stylish Good Quality Perfect For Outdoor Use Light Weight. Easy To Carry Anywhere Perfect Protection From Sunlight And Rain Easy Set-up" 37 - 1 Unit "standard Double Gas Stove With Free Regulator Stainless Top And Front Double Detachable Top Burner 560mm X 380mm X 125mm" 38 - 2 Unit "steamer 3 Layers Aluminum Measurement: 36cm Diameter, 13cm Height Per Layer" 39 - 1 Unit "vacuum Sealer Machine With Seal Bags And Starter Kit Four Sealing Modes Longer Food Preservation Theory: Temperature Controller Usage: Household Power Type: None Display Size: 2.0-3.9 Inches Color: Silver Materials: Stainless Steel + Abs Shell Seal Length: Max. 30cm Vacuum Pressure:-85 Kpa" 40 - 25 Unit Weighing Scale (20kg) 41 - 3 Unit Weighing Scale 60kg Capacity Lot 3: Agricultural: Abc - Php313,940.00 Item No. Quantity Unit Of Issue Item Description 1 - 7 Sack 14-14-14 Fertilizer (50kg/sack) 2 - 1 Unit "2 In 1 Electrical And Manual Knapsack Sprayer Net Weight (kg): 5.25 Capacity Of Tank: 16l Working Pressure (mpa): 0.15-0.4 Pump: Diaphragm Pump Stroke: 1.4mm Voltage: 12 Nozzle: 1.4mm Battery: 12v / 8ah" 3 - 215 Meters Black Nylon Net (per Meter) 4 - 3 Rolls Gi Wire Gauge #14 5 - 1 Unit Grab Hoe, Heavy Duty, 23cm, Metal Handle 6 - 3 Unit "grass Cutter Gx35; Aircooled; 4 Cycle; Verticle Piston Vlave; Gasoline Engine; 31ml Maximum Output: 1.0/6500; Fuel Used: Gasoline Engine Fuel Tank Capacity (l): 76" 7 - 140 Kg Greenhouse Plastic, .04mil Thickness, Standard Size, Per Kilo 8 - 345 Kg Greenhouse Plastic, .05mil Thickness, Standard Size, Per Kilo 9 - 1 Unit Hand Tiller / Cultivator 7.5 Hp, Gasoline Engine Industrial Rotary Tiller Machine Cultivator Power Weeder With Complete Accessories 10 - 2 Unit Hand Tiller / Cultivator 7hp, Diesel Engine Industrila Rotary Tiller Machine Cultivator Machine 11 - 2 Rolls Rainbow Garden Hose / Water Hose 1/2" X 90m 12 - 8 Rolls Rainbow Garden Hose / Water Hose 3/4" X 60m 13 - 4 Unit Rake With Handle 14 - 1 Unit "rubber Garden Hose 1"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 50 Meters / Roll" 15 - 2 Unit "rubber Garden Hose 1/2"" Heavy Duty Garden Hose Braided High Pressure Pvc Water Hose 90 Meters / Roll" 16 - 2 Sacks Urea 50kg/sack Lot 4: Tarpaulin : Abc -ph9,360.00 Item No. Quantity Unit Of Issue Item Description 1 - 104 Pcs Tarpaulin (2ftx3ft)
Closing Date12 Feb 2025
Tender AmountPHP 3 Million (USD 52.9 K)
6931-6940 of 6991 archived Tenders