Advertisement Tenders
Advertisement Tenders
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.2 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date21 Feb 2025
Tender AmountRefer Documents
Description: Restricted invitation to tender with public participation competition Vob/a heating-ventilation-sanitary 1. The construction project involves the new extension of the fire station with 4 vehicle parking spaces and the necessary social rooms. The existing building will be partially demolished and rebuilt. The base to be added to the vehicle hall, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be newly built using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the building yard (fire service location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see appendix. Everything else must be agreed with the construction management, particularly exceptions. 2. During the project, some work may be carried out by building yard employees and fire service members on their own. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be implemented. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost shares requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if certain items are no longer required, the order may be for just the delivery of materials. 4. Each contractor must provide their own construction site toilets and break rooms. Energy, water and electricity are provided free of charge. 5. A weekly construction meeting is held with all contractors in the community center/construction site. Company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor acknowledges the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out any work required outside of working hours at no extra cost so as not to jeopardize the dates for subsequent work. He undertakes to provide the number of workers according to the amount of work and the working days. 7. the contractually binding partial deadlines are set out in the construction schedule. 8. the work advertised must be carried out in partial deliveries in accordance with the construction progress. This does not give the contractor any right to assert additional claims. 9. waste and rubble disposal must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10. all further details can be found in the list of services. 11. contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12. services that exceed the contract value require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13. daily construction reports must be kept. The forms from "Zweckform - Construction Daily Reports No. 177" or similar are to be used as templates. These are to be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked are to be entered here. 14.Depending on the trade, all inventory and audit documents are to be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data carrier): Final payment will only be approved once the Vg documents have been submitted. 15.The bidder acknowledges these preliminary remarks by signing the list of services. PRELIMINARY REMARKS The basis of the contract is - Vob, Part B (DIN 1961) - Vob, Part C (DIN 18 299) - Vob, Part C (DIN 18 380) - Vob, Part C (DIN 18 421) in the version valid at the time of the tender. When carrying out the services, the following standard sheets and guidelines in particular must be observed: - Second Ordinance Amending the Drinking Water Ordinance of December 5, 2012 - Drinking water dimensioning according to DIN 1988-300 - DIN 1986 and DIN 1988 - Energy Saving Ordinance (ENEV) - Water Management Act (WHG) - Here: Section 19 - Safety equipment for heating systems DIN 4751 and VDI 2715 - House chimneys DIN 181 60 - Calculation of chimney dimensions DIN 4705 - Masonry standard DIN 1053, Part 3 - Model guideline on fire protection requirements for pipe systems (model pipe system guideline MLAR) - Electrical equipment for combustion systems DIN VDE 0116 - Technical rules for hazardous substances TRGS 905 and 952 - Technical rules for gas installation TRGI Ï68 - 1996 - DVGW worksheet G 459 - Gas house connections for operating pressures up to 4 bar; installation - Technical rules for liquefied petroleum gas (TRF) 1996 - Guidelines for the use of liquefied petroleum gas Zh 1/455 (GUV 19.9) - Technical connection conditions of the local electricity and gas supply company - Contract template for maintenance (servicing, inspection, repair) of technical systems and facilities in public buildings (Maintenance 90) - as well as all relevant standard sheets and guidelines. The electrical connection and electrical installation of the items advertised must be carried out by the contractor in accordance with the VDI regulations (DIN VDE 0100) and the technical connection regulations of the electricity supply company and must be included in the unit prices. The supply lines are laid on site, and the contractor is responsible for laying and connecting them. Official rules and regulations, rules of the statutory accident insurance provider remain unaffected. The bidder is free to inspect the construction site in order to be able to take all the work that determines the price into account. Additional demands due to insufficient knowledge of the assembly conditions and the scope of work cannot be granted. All travel costs, parking fees, construction site facilities, construction meetings and the like are to be included in the unit prices and are not reimbursed separately. Participation in weekly construction meetings is to be included in the calculation. The use of subcontractors is only permitted with the express consent of the client. Particular care/caution is required when securing the construction site and when arriving and leaving the construction site. In deviation from DIN 18 379 and DIN 18 380, the following are agreed: 1.)Special measures for sound insulation in accordance with DIN 4109 and vibration dampening of system components against the building structure are to be included in the corresponding items. 2.)Delivery and assembly of pipe sleeves are to be included in the unit prices. 3.)Services in accordance with DIN 18 380, points 4.2.11 and 4.2.13 are to be included. 4.)Adapting system components to services not carried out to size by other contractors is not remunerated separately and is to be included in the unit prices. 5.)Checking the electrical cabling and the control and regulation system that is not carried out by the contractor is to be included in the unit prices. 6.) Chiselling and drilling for inserting brackets must be included in the unit prices. 7.) Erection and dismantling as well as provision of scaffolding whose working platforms are more than 2 m above the ground or floor must be included. 8.) Preparation of inventory and inspection plans must be included in the unit prices (unless shown as a separate item). EXECUTION - GENERAL: Fire protection: All soldering and welding work must be carried out with particular caution; additional fire protection measures, such as providing filled water buckets or fire extinguishers, must be taken. Before leaving the construction site, all work areas must be carefully checked for possible fire nests - this applies in particular to the ceiling and floor cavities. Accident prevention: Please note that the respective contractor is responsible for keeping the construction site tidy. In particular, the contractor is obliged to clean the construction site at regular intervals to remove any leftover materials, waste, etc. If the contractor does not comply with the construction management's request to clean, another company will be commissioned to carry out the work. The contractor must bear the resulting costs or the costs will be passed on to the companies involved in the construction. EXECUTION: Checking equivalence: The items in the tender are advertised in a completely product-neutral manner. Product details are only given where existing components are to be reused or need to be expanded, such as control systems. If equivalent types are offered that do not comply with the manufacturing and type designations for materials, valves, etc. specified in the tender, then in order to obtain clear price comparison options, brochures must be enclosed with the tender showing the equivalence of the items offered. Accessories such as controls, mixer motors, exhaust systems, etc. must be offered by the same manufacturer as the heating system in order to guarantee the system warranty. Sound insulation: The contractor must observe and take all measures in accordance with DIN 4109 "Sound insulation in building construction" and VDI 2715 "Noise reduction in warm and hot water heating systems" to avoid noise transmission. Thermal insulation: The Vob, Part C, DIN 18 421 and the Energy Saving Ordinance (enev) apply to the execution of the work. For the "direct handling" (i.e. placing on the market, processing, removal, etc.) of products made of artificial or natural, inorganic mineral fibers, TRGS 905 and TRGS 952 apply, in the version valid at the time of the tender. Attention! Only insulation materials that meet the acquittal criteria of TRGS 905 or that have the rating "free from suspected cancer" may be offered and processed! Proof of the classification of the insulation material must be included in the offer! Technical room - heating-water: Thermal insulation made of mineral fiber shells, aluminum-laminated with PVC foil sheathing. Cold water with rubber insulation. The sheathing must be processed correctly so that an increased release of fiber dust does not pose a health risk! DESCRIPTION OF THE SYSTEM General: The measure involves the conversion and extension of an existing fire station, Goethestrasse 32, 35114 Haina (kloster). A conversion and extension of the existing fire station is being carried out. The conversion includes the renewal of the sanitary facilities and the sanitary installation. The fire station will receive new underfloor heating and new radiators. The heating remains in the house connection room. The extension will be equipped with underfloor heating on the ground floor and first floor. Hot water is prepared for the ground floor using the existing hot water preparation centrally in the boiler room. On the first floor, hot water is prepared using instantaneous water heaters. Sanitary installation: Waste water pipes will be re-laid and connected to the new toilets and washbasins. Hot water is prepared decentrally using instantaneous water heaters. Cold and hot water is supplied to the individual taps using copper pipes and metal composite pipes. Prefabricated wall installations will be installed in the washrooms. The prefabricated wall installations must be integrated using drywall. The pipes are laid from above in clad installation shafts or in the suspended ceiling and in the prefabricated walls to be created. A hygienic drinking water installation is planned with flushing stations at the end of the installation or in ring mains. Drinking water samples taken before the system is handed over are to be included in the unit price of the contract unless specifically advertised. Careful and clean work must be carried out on the construction site. All components of the drinking water system must be transported and stored in such a way that internal contamination is avoided. To keep the system components in perfect condition, their protective devices must not be removed until immediately before assembly. The system must first be leak-tested dry using oil-free compressed air or inert gas in accordance with the Zvshk information sheet. All pipes, cold and hot water pipes are 100% insulated. Cold water is to be laid separately from hot water pipes. Heating installation: A new heating circuit distributor is to be installed in the building's technical room. Circuit regulating valves are provided, which are regulated using a measuring computer. All circuits are hydraulically balanced. The pipes are laid in copper pipe. This must be factored into the unit prices. Careful and clean work must be carried out on the construction site. All pipes, supply and return lines are to be 100% insulated. Heating lines are to be laid separately from cold water pipes. The utmost care and consultation with all companies involved in the construction and the construction management is required. The construction site must always be staffed with enough specialist personnel in order to adhere to the construction schedule. Measurements must be numbered and carried out room by room. Timesheets must be submitted to the construction management by the end of the week at the latest. Hourly work must always be announced to the construction management before execution and only carried out after approval. Timesheets submitted without prior consultation with the construction management will not be accepted. Timesheets must also be numbered. A measurement summary must be prepared for each invoice. This must be taken into account in the calculation. ACCEPTANCE Acceptance must be formal. The contractor will be given the opportunity to put the system into operation before acceptance. During this time, the operating personnel should be instructed if possible. Acceptance will only take place if the system is already running safely, all of the instructions listed below have been provided and appropriate labels have been put up on the system components. In addition, the system must meet the required conditions in terms of function and performance. The following must be submitted in duplicate for acceptance: inventory and inspection documents for the entire heating and sanitary system must be submitted in duplicate, 1 set in color and digitally (copied onto a CD or data carrier). Divided into the following chapters: 1. System description 2. Calculations/design data 3. Certificates/proof 4. Measurement reports 5. Manufacturer list/hotline 6. Component documents 7. Maintenance information 8. Spare parts list/consumable parts list 9. Diagrams 10. Drawings with the following contents: - System description - System log for filling and make-up water - Setting report for flushing stations - Reports on leak tests and pressure tests carried out - Certificates for flushing pipes - Commissioning reports - Instruction of operating personnel - Measurement reports for air volumes - Proof of hydraulic balancing - Technical data sheets - Operating and maintenance instructions - Manufacturer's assembly and service documents - Table of contents and dividers - Specialist contractor declaration in accordance with Enev - Contractor declaration for technical building equipment - Acceptance reports for chimney sweeps - Heating + ventilation circuit diagrams - Declarations of conformity for fire protection - Spare parts lists/consumable parts lists - Inspection drawings (inventory plans) - Diagrams (existing plans) in A4 folders and 1 copy in digital form (USB stick/CD). Additional contract terms § 1 The latest version of the procurement and contract regulations (parts B and C) apply. § 2 Before submitting a tender, the construction site and access roads must be inspected and the drawings viewed so that the tenderer is familiar with the local conditions. A lack of information about the location, the scope of work or any other opinion does not entitle the tenderer to make subsequent demands. § 3 Tender prices are fixed prices. Wage increases cannot be taken into account until 12 months after the tender has been submitted. After this date, collectively agreed wage increases can only be taken into account if they were not previously announced. § 4 Each contractor must ensure that the preconditions for his work are met before starting work; otherwise the construction management must be informed in writing. Hourly wage work may only be carried out on the basis of a prior order from the construction management. The required daily wage reports must be submitted to the construction management in writing for signature no later than 3 days after completion. Daily wage reports that are not recognized will not be taken into account in the billing. § 5 The client reserves the right to delete individual items from the list of services in whole or in part. If this occurs, the contractor has no claim to lost profits. Changes in quantity do not entitle the contractor to a price change. § 6 The contractor's special delivery and payment terms will not be recognized. § 7 The client is entitled to retain a security amount of 5% of the final sum for the duration of the liability for claims for defects after defect-free acceptance and invoice verification (not for scaffolding work). This amount can be replaced by a bank guarantee. 10% of the interim invoices submitted will be retained as security for contract fulfillment. § 8 The contractor expressly confirms that the expertise and performance capability of his company and his specialists is given to accept this order. § 9 The contractor must pay a contractual penalty of 0.2% of the gross order amount for each calendar day of delay. The contractual penalty is limited to a maximum of 5% of the gross order amount. § 10 Warranty period: in accordance with Vob, but the duration is extended to 5 years! § 11 Acceptance takes place formally with an acceptance protocol; fictitious acceptance is excluded. § 12 The award period ends on March 18, 2020. The bidder remains bound to his offer until the end of this period. § 13 The contractor is obliged to verify the location and route of underground cables and channels. § 14 The client reserves the right to request daily construction reports from the contractor every working day. § 15 Notices of disability must also be in writing if the disability is obvious. End of the preliminary remarks
Ministry Of Public Works BARMM Tender
Civil And Construction...+1Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.4 K)
Details: Description Invitation To Bid Lds1-2025-03 Batch 19 1. The Ministry Of Public Works-barmm Lanao Del Sur First District Engineering Office (mpw-barmm Lds 1st Deo), In Accordance With The F.y. 2024 General Appropriations Act Of The Bangsamoro, Plans To Allocate The Following Approved Budget For The Contract (abc) For Payments Listed Under The Contract. Bids Exceeding The Abc Will Be Automatically Rejected Upon Bid Opening. Project Code Name Of Projects Location Duration Abc Cost Of Bidding Documents Package 01 4,150,771.62 5,000.00 24-ril1rd569 Equipmental Rental For Concreting Of Diversion Road At Brgy. East Basak, Marawi City Marawi City 58 Cd 858,166.88 24-ril1rd548 Equipmental Rental For Construction Of Road At Brgy. Dimagalin, Kapai Kapai 58 Cd 892,666.75 24-ril1oi659 Equipmental Rental For Improvement Of Mpw Barmm Lds1 Compound, Brgy. Matampay, Marawi City Marawi City 161 Cd 1,541,489.25 24-ril1po615 Equipmental Rental For Construction Of Fish Port, Brgy. Bandaraingud, Marantao Marantao 137 Cd 307,838.97 24-ril1fc641 Equipmental Rental For Drainage System, Amai Pak-pak Central Elementary School, Brgy. Bo. Green, Marawi City Marawi City 140 Cd 147,213.10 24-ril1ws610 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maitobasak, Saguiaran Saguiaran 78 Cd 403,396.67 Package 02 8,967,489.47 10,000.00 24-ril1fc630 Equipmental Rental For Construction Of Riverbank Protection (phase 3), Brgy. Montiaan, Bubong Bubong 207 Cd 3,396,601.27 24-ril1fc638 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Borrowa, Maguing Maguing 184 Cd 3,062,689.58 24-ril1fc643 Equipmental Rental For Construction Of Riverbank Protection (phase 2), Brgy. Raya Balai - Minanga, Mulondo Mulondo 206 Cd 2,508,198.62 Package 03 1,700,847.04 5,000.00 24-ril1ws605 Equipmental Rental For Construction Of Water System Level 2, Insuba National High School, Brgy. Buadi Abala, Mulondo Mulondo 78 Cd 397,584.21 24-ril1ws606 Equipmental Rental For Construction Of Water System Level 2, Brgy. Cabasaran, Mulondo Mulondo 78 Cd 391,545.31 24-ril1ws590 Equipmental Rental For Construction Of Water System Level 2, Brgy. Gata, Buadipuso Buntong Buadipuso Buntong 78 Cd 141,290.30 24-ril1ws607 Equipmental Rental For Construction Of Water System Level 2, Brgy. Punud, Poona Bayabao Poona Bayabao 78 Cd 385,239.39 24-ril1ws614 Construction Of Water System Level 2, Brgy. Boriongan, Taraka Taraka 78 Cd 385,187.83 Package 04 1,937,006.59 5,000.00 24-ril1ws600 Equipmental Rental For Construction Of Water System Level 2, Brgy. Caramian, Masiu Masiu 78 Cd 390,760.68 24-ril1ws603 Equipmental Rental For Construction Of Water System Level 2, Brgy. Ator Langi Talub, Masiu Masiu 78 Cd 385,018.16 24-ril1ws604 Equipmental Rental For Construction Of Water System Level 2, Brgy. Dalug Balt, Masiu Masiu 78 Cd 385,164.90 24-ril1ws601 Equipmental Rental For Construction Of Water System Level 2, Brgy. Kalilangan, Masiu Masiu 78 Cd 390,905.02 24-ril1ws602 Equipmental Rental For Construction Of Water System Level 2, Brgy. Pangirapun, Masiu Masiu 78 Cd 385,157.83 Package 05 1,172,874.13 5,000.00 24-ril1ws591 Equipmental Rental For Construction Of Water System Level 2, Brgy. Panalawan, Bubong Bubong 78 Cd 390,796.81 24-ril1ws592 Equipmental Rental For Construction Of Water System Level 2, Brgy. Montiaan, Bubong Bubong 78 Cd 391,017.26 24-ril1ws593 Equipmental Rental For Construction Of Water System Level 2, Brgy. Raya Buayaan, Ditsa-an Ramain Ditsa-an Ramain 78 Cd 391,060.06 Package 06 1,674,405.39 5,000.00 24-ril1ws589 Equipmental Rental For Construction Of Water System Level 2, Brgy. Salamun, Amai Manabilang Amai Manabilang 78 Cd 391,076.96 24-ril1ws612 Equipmental Rental For Construction Of Water System Level 2, Brgy. Mimbaguiang, Tagoloan Ii Tagoloan Ii 78 Cd 111,768.16 24-ril1ws599 Equipmental Rental For Construction Of Water System Level 2, Brgy. Borrowa, Maguing Maguing 78 Cd 390,639.87 24-ril1ws597 Equipmental Rental For Construction Of Water System Level 2, Brgy. Balintao, Maguing Maguing 78 Cd 390,389.04 24-ril1ws598 Equipmental Rental For Construction Of Water System Level 2, Brgy. Maguing Proper, Maguing Maguing 78 Cd 390,531.36 Package 07 1,160,931.15 5,000.00 24-ril1oi660 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Amai Manabilang Amai Manabilang 147 Cd 237,050.39 24-ril1oi677 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Wao Wao 147 Cd 213,738.32 24-ril1oi666 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Maguing Maguing 147 Cd 232,622.89 24-ril1oi664 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Kapai Kapai 147 Cd 245,475.22 24-ril1oi674 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tagoloan Ii Tagoloan Ii 147 Cd 232,044.33 Package 08 2,113,917.90 5,000.00 24-ril1oi665 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Lumba Bayabao Lumba Bayabao 147 Cd 234,902.22 24-ril1oi669 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Masiu Masiu 147 Cd 224,616.45 24-ril1oi672 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Poona Bayabao Poona Bayabao 147 Cd 229,161.75 24-ril1oi675 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Tamparan Tamparan 147 Cd 233,174.03 24-ril1oi676 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Taraka Taraka 147 Cd 227,356.55 24-ril1oi662 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Bubong Bubong 147 Cd 230,825.38 24-ril1oi663 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Ditsa-an Ramain Ditsa-an Ramain 147 Cd 246,145.75 24-ril1oi661 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Buadipuso Buntong Buadipuso Buntong 147 Cd 241,057.00 24-ril1oi670 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Mulondo Mulondo 147 Cd 246,678.77 Package 09 1,004,833.74 5,000.00 24-ril1oi667 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marantao Marantao 147 Cd 244,724.50 24-ril1oi668 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Marawi City Marawi City 147 Cd 253,774.33 24-ril1oi671 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Piagapo Piagapo 147 Cd 246,696.21 24-ril1oi673 Equipmental Rental For Installation Of Solar Street Lights (phase 2), Saguiaran Saguiaran 147 Cd 259,638.70 Total Php 23,883,077.03 2. The Mpw-barmm Lds 1st Deo, Through Its Bids And Awards Committee, Now Invites Bidders For The Above Procurement Projects. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 And Department Order No. 37, Series Of 2014, Dated 26 March 2014. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 5. Interested Bidders May Avail Of The Complete Set Of Bidding Documents From This Procuring Entity Through The Bac Secretariat Upon Payment Of A Non-refundable Amount Specified Above. 6. The Timeline/schedule Of Procurement Activities Is Hereunder Shown: Activity Schedule/date Platform/venue 1. Advertisement Of Invitation To Bid (ib) January 28, 2025 (tuesday) Rajab 28, 1446 Ah Philgeps (official Website) 2. Issuance Of Bidding Documents January 28, 2025 – February 17, 2025 Rajab 28, 1446 Ah – Sha’ban 18, 1446 Ah Mpw Lds1 Main Office, Matampay, Marawi City 3. Pre-bid Conference February 06, 2025 @ 10:00 A.m. (thursday) Sha’ban 7, 1446 Ah Conference Room, 2nd Floor, Main Building, Mpw Lds1 Compound, Matampay, Marawi City 4. Deadline For Submission Of Bids February 18, 2025 Until 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 5. Opening Of Bids February 18, 2025 After 2:00 P.m. (tuesday) Sha’ban 19, 1446 Ah 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. Late Bids Shall Not Be Accepted. 8. This Procuring Entity Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. You May Visit Lds1deo@mpw.bangsamoro.gov.ph For The Downloading Of Bidding Documents. 10. For Further Information, Please Refer To: Engr. Naima S. Mustare Bac Head Secretariat Mpw-barmm Lds 1st Deo Matampay, Marawi City Lanao Del Sur Ash-ad M. Lomangco Chief, Mqch Section Bac Vice Chairperson
Offizielle Bezeichnung Tender
Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Germany
Closing Date31 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – Sector Directive, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (construction work) Uw Berliner Straße Project description substation Berliner Straße The structure is being built on a 2,095 m² plot of land and is structured as follows: The cables are introduced into the building in the basement. From there, they are led directly into the 20 kV switchgear on the ground floor and via an open shaft into the 110 kV switchgear on the first floor. The two 110 kV transformers provided are arranged on the ground floor, while the oil drip pans for these transformers are located in the first basement. The building has a staircase in the southern area that provides access from the basement to the roof. A freight elevator will also be installed that reaches up to the first floor. The structure extends over a depth of approx. 22.5 m and a width of approx. 48.8 m. On the southwest side, a shaft approx. 2 m wide is planned, which serves the forced cooling of the two 50/63 mva transformers. The total building height is approx. 15.3 m including a parapet of 1.4 m. The civil engineering includes a well foundation for the foundation and the construction of a Berlin shoring with rear anchoring to secure the excavation pit. Furthermore, the building must be provided with a predefined expanded metal facade with corresponding substructure all around. The 110 kV switchgear on the first floor is to be designed as a gas-insulated double busbar variant with an alternative gas to SF6 that meets the current requirements of the F-gas regulation. This switchgear comprises seven panels with the following division: transformer 1, feed-in network 1, longitudinal separation, cross-coupling, feed-in network 2, transformer 2 and reserve panel. The busbars and panels are to be designed for 2500 A and a short-circuit current of 40 KA for 3 seconds. The standardized protection and control cabinets are housed in a separate adjacent room. A 110 kV E-coil is to be installed on the first floor and connected to the 110 kV star points of the transformers. The isolators to be supplied are located in the E-coil room. All required connections are to be taken into account in the scope of the project. The 20 kV primary switchgear and the star-point switchgear are located on the ground floor. The primary switchgear is to be implemented as an air-insulated double busbar with a nominal current of 2500 A and a short-circuit current of 25 Ka for 3 seconds. It comprises 42 panels, two of which are to be provided as space reserves. The switchgear is divided into three busbar sections that are connected to one another via two longitudinal couplings. Sections 1 and 3 also contain cross-couplings. The star-point switchgear is to be implemented as an air-insulated single busbar, comprises 11 panels and can be connected to one another via three longitudinal couplings. It is to be designed for a nominal current of 1250 A and a short-circuit current of 20 Ka for 1 second. Two 20 kV E coils, a grounding transformer and the 20 kV star points of the transformers provided are to be connected to this system. All required connections are to be taken into account in the scope of the project. The AC and DC switchgear and the batteries for the DC supply are located in the first basement. The DC switchgear is to be designed redundantly and includes two batteries, each with 200 Ah at 220 Vdc. The AC switchgear includes six panels, including a feed panel for the 400 kVA auxiliary winding of the grounding transformer, a feed panel for a 400 A house connection and one for the emergency power system. In addition, three fans are installed in the basement for ONAF operation of the 110 kV transformer rooms. All technical components are to be designed in accordance with the current standards and regulations. Design of the electrical equipment ? 110 kV switchgear in SF6-free design including control cabinets (7 fields with space reserve for one more) ? Two 110/20 kV transformers with an output of 50/63 MVA (will be provided) ? 20 kV primary switchgear // DSS system, air-insulated (42 fields) ? 20 kV starpoint switchgear // ESS system, air-insulated (11 fields) ? Two 20 kV E-coils up to 52-520 A in continuous operation, 650 A in short-time operation (will be provided) ? One 110 kV E-coil up to 24-240 in short-time operation (will be provided) ? One earthing transformer with a starpoint current of up to 565 A in continuous operation; 660 A in short-term operation, as well as a net output of 400 KVA (will be provided) ? AC and DC power systems ? 220 Vdc battery system Division of the rooms in the substation ? Basement O 2 transformer troughs O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods elevator (1x for SW network) O Technical room O AC power system room O DC power system room O Battery room O Tank room O Cable cellar (20 and 110 kV cables) O Cable ducts (2x 110 kV, 2x LWL, 1x TGA, etc.) ? Ground floor O 2 transformer rooms O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods lift (1x for SW network) O Bma/ema room O Corridor O 2 20 kV e-coil rooms O 1 earthing transformer room O 20 kV DSS primary and star point switchgear room O Sanitary rooms O 20 kV technical room O Cable ducts (2x 110 kV, 2x LWL, 1x TGA etc.) ? First floor O 2 air spaces for the transformers O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods elevator (1x for SW network) O Corridor O 110 kV protection and control technology O 1 x 110 kV e-coil room O 110 kV switchgear room O 110 kV technical room O Emergency power system room O Cable shafts (2x LWL, 1x TGA etc.) Building including civil engineering The client will conduct a negotiated procedure with a prior competition for the award of construction services. Only the equipment provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. He will then ask the best-placed applicants (maximum of five) to submit a bid for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in relation to the references in accordance with the competition. The invitation to submit a tender (aza) is issued secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the subject matter of the contract, the contractual regulations and the service specifications. The incoming offers are checked for form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders are invited to the negotiation round and their offers are negotiated separately with them. Further negotiation rounds remain reserved. The offers are evaluated based on the evaluation criteria and the evaluation matrix announced there. Electrical systems The client is conducting a negotiated procedure with a prior competition for the award of construction services. Only the documents provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. It will then invite the best-placed (maximum of five) applicants to submit an offer for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in relation to the references in accordance with the competition. The invitation to submit an offer (aza) is made secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the object of the contract, the contractual regulations and the service specifications. The incoming offers are checked in terms of form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders will be invited to the negotiation round and their offers will be negotiated with them separately. Further negotiation rounds remain reserved. The offers will be evaluated based on the evaluation criteria and the evaluation matrix announced there.
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3.1 Million (USD 52.9 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Magsaysay, Balangakayan, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million One Hundred Thousand Pesos Only (php3,100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-007 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Magsaysay, Balangkayan, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)-occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 804(1)a – Embankment From Structure Excavation (60.45 M3), Item No. 803(1)a – Structure Excavation (common Soil) (96.21 Cu.m.), Item No. 804(4) – Gravel Bedding (3.85 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (10,239.43 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (67.80 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam. Column, & Beam (37.80 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction 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 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 06, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
BARANGAY HALABA PASTRANA LEYTE Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 150 K (USD 2.5 K)
Details: Description Description Invitation To Bid (itb) Procuring Entity : Sangguniang Barangay, Barangay Halaba Pastrana, Leyte Title Of Project : Improvements Of Barangay Hall Approved Budget Of The Contract ( Abc) Php 150,000.00 Area Of Delivery : Barangay Halaba Pastrana, Leyte Description: The Sangguniang Barangay Of Barangay Halaba Pastran, Leyte, Through The Bids And Awards Committee (bac) Invites Contractors For The Improvents Of Barangay Hall With An Approved Budgets For The Contract Amounting To One Hundred Fifty Thousand Pesos ( Php 150,000.00) Only. A. The Bids And Awards Committee Will See A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B. Eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, Brgy. Halaba Pastrana, Leyte. The Eligibility Documents Are The Following: Technical Component Envelope (first Envelope) Class "a" Documents A. Legal Documents: .valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or .registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Documents; And .mayor's Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And .tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir) B. Technical Documents .• Statement Of Prospective Bidder Of All Is Ongoing And Completed Government And Private Contract, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And "statement Of The Bidders' Single Largest Completed Contract (slcc) Simifar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And • Latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And •original Copy Of Notarized Bid Securing Declaration; And •project Requirements, Which Shall Include The Following: A. Organizational Chart For The Contract To Be Bid; B. List Of Contractor's Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C. List Of Contractor's Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And •original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary's Certificate In Case Of A Corporation Partnership, Or Cooperative; Or Original Special Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. C. Financial Documents •the Prospective Bidder's Audited Financial Statement, Showing Among Others, The Prospective Bidder's Total And Current Assets And Liabilities, Stamped "received" By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And •the Prospective Bidder's Computation Of Net Financial Contracting Capacity (nfcc). Class "b" Documents «if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Financial Component Envelope (second Envelope) •original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 • Original Of Duly Signed Bid Prices In The Bill Of Quantities; And •duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And • Cash Flow By Quarter C. The Sangguniang Barangay Of Brgy. Halaba Pastrana, Leyte 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. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan 8 - 22, 2025 @ 9:00 Am 2.expression Expression Of Interest / Submission Of Lol: Jan 8 - 22, 2025 @ 9:00 Am 3.issuance And Availability Of Bidding Docs.: Jan 8- 22, 2024 @ 9:00 Am • Amount Of Bidding Documents: Php 500.00 4. Deadline For Submission Of Bids: January 22, 2025 At 9:00 Am @ Bac Office 5.opening Of Bids: January 22, 2024 @ 9:00 Am @ Bac Office Created By: Alfredo B. Amba Bac Secretariat (sgd) William P. Guimong Bac Chairperson
City Of Cape Town Tender
Machinery and Tools
South Africa
Closing Date27 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500427 Title Supply Pump Dido Valley Description 1 Each X Supply Pump Dido Valley Specification* Supply Pump Dido Valley Specifications System Characteristics The Mch Family, A Range Of Horizontal High Pressure Multistage Pumps, Has A High Interchangeability In Parts To Other Johnson Pumps, Like Mcv And Mchz. There Are Seven Different Sizes, Each Built Up With One Or More Stages. Applications The Mch Pump Family Is Suitable For Handling Clean Or Slightly Contaminated Liquids For Instance Well Water, Hot Water, Various Coolants, Condensed Water, Brine Lye, Sea Water, Petrol, Kerosene, And Petroleum. For E.g. Booster Installations, Hot Water Circulating Systems, Airconditioning Systems, Cooling For Stationery And Marine Installations, Industry, Waterworks, Agriculture And Horticulture, Spraying Installations And Shipbuilding. As A General Service And Transport Pump For Feed Installations In The Industry, Industries In General, Road Building And Hydraulic Engineering. Pump Specifics # Suitable For A Wide Span Of Duties # Large Hydraulic Field Of Application # Suitable For Various Liquids # All Types Of The Mch Family Are Fitted With Closed Impellers # High Interchangeability In Spare Parts Between Different Sizes, Thus Limiting Spare Parts Stock Levels # Also Available In Vertical Position (mcv) # Also Available In Self-priming Execution (mchz) Materials Casing Parts: Cast Iron Bronze Impeller Cast Iron Bronze Pump Shaft Steel Alloy Technical Data Type Mch: Stuffing Box Packing Temperature -15°c # +105°c Type Mchs: Mechanical Seal Temperature -20ºc # +120°c Type Mchw: Water Cooled Stuffing Box Temperature -15ºc # +150°c Maximum Capacity: 100 M3/h Maximum Delivery Head: 340 M Maximum Operating Pressure: 40 - 3 X Inlet Pressure Bar (4000 - 3 X Inlet Pressure Kpa) Depending On Pump Size/materials Maximum Allowable Inlet Pressure: 10 Bar (1000 Kpa) Contact Roberto Scott 0731874895 Region 1 South: Eam Blue Waters Close, Simons Town Cell: 073 187 4895 | Landline: 021 814 1684 Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb: The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To: Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/02/28 Delivery Towater Services Delivery Address12 Hertzog Boulevard, Cape Town Contact Personroberto Scott Telephone Number0731874895 Cell Number Closing Date2025/01/27 Closing Time04:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Province Of Eastern Samar Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 3.5 Million (USD 59.6 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Patag, Maydolong, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Five Hundred Thousand Pesos Only (php3,500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-040 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Patag, Maydolong, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil), (97.15 Cu.m.), Item No. 804(4) – Gravel Bedding (44.35 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (10,856.00 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (62.18 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam, Column, Beam (35.36 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction 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 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 16, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Jefferson Parish Government Tender
Other Consultancy Services...+1Consultancy Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Public Notice Soq No. 25-001 Psychological And/or Psychiatric Evaluation Services Jefferson Parish Department Of Juvenile Services The Parish Of Jefferson, Authorized By Resolution No.145486, Is Hereby Soliciting Statements Of Qualifications (general Professional Services Questionnaire), From Individuals And/or Agencies Interested In Providing Forensic Psychological And/or Psychiatric Evaluations For Juveniles And Family Members As A Result Of Juvenile Court Orders For Such Evaluations. Contracts Will Be Awarded On An As Needed Basis. The Minimum Evaluation Services Will Include The Following In Whole Or In Part: Deadline For Submissions: 3:30 Pm On January 31, 2025 General Clinical Interview; Review Of Records; Social History (including Educational Performance); Educational Evaluation (for Those Receiving Special Education Services); Standardized Intelligence Test; Standardized Adaptive Behavior Assessment; And Other Needed Clinician-identified Measures (evaluation Measures Used Must Be Objective, Standardized Measures); And Appropriate Psychiatric Evaluations As Specifically Requested By Juvenile Court. The Evaluations Of Juveniles And Family Members Will Be Used To Answer Such Questions As: 1. Is Out Of Home Placement Needed? 2. What Treatment Or Services Will Benefit The Youth And Family And Why? 3. Does The Child Need To Be Referred For Special Education Or Developmental Disability Services? Qualified Professionals And/or Agencies Must Be Able To Provide Emergency Evaluations And Sexual Perpetrator Evaluations. Qualified Professionals And/or Agencies Are To Work Collaboratively With Juvenile Court, Including Case Processing Time (usually 21 Days), With The Department Of Juvenile Services, And Other Juvenile Service Entities. Qualified Professionals And/or Agencies Must Be Able To Manage The Number Of Evaluations Ordered By Juvenile Court. For Reference In 2023 There Were Approximately 110 Psychological And Psychiatric Evaluations Conducted. Evaluation Criteria: The Following Criteria Will Be Used To Measure Proposal Qualifications: 1. Ability To Provide Quality Evaluations As Per Advertised Criteria (40 Points). 2. Ability To Provided Evaluations In A Timely Manner (20 Points). 3. Qualifications Of Evaluators (20 Points). 4. Professional Experience Of Agency In Providing Similar Services (20 Points). Individual Performing Evaluations Must Be Licensed Psychologists And/or Psychiatrists Who Have Experience Assessing At-risk Adolescents And Families. Psychiatrists Must Have Certification In Child Psychiatry. Qualifying Applicants Will Conform To Appropriate Professional Ethical Guidelines Regarding Scope Of Practice. For Further Information, Contact Dr. John Ryals, Jr. At (504) 364-3750 Ext. 87438. Submittal Requirements: Statement Of Qualifications - General Professional Services Questionnaire All Firms Must Submit A Statement Of Qualifications - General Professional Servicesquestionnaire And Must Identify All Sub-consultant Individuals/firms (for Which They Expect To Use To Provide Professional Services) On Said Questionnaire. All Firms Must Also Submit A Statement Of Qualifications - General Professionalservices Questionnaire For Each Sub-consultant Individual/firm (for Which They Expect To Use To Provide Professional Services). (refer To Jefferson Parish Code Ordinance, Section 2-928). The Statement Of Qualifications – General Professional Services Questionnaire Can Be Obtained By Contacting The Jefferson Parish Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Www.jeffparish.gov. License Requirements All Firms Must Submit License Information As Indicated Above For Firm. All Firms Must Submit License Information As Indicated Above For Each Sub-consultantindividual/firm. Submissions: The Deadline For Submittal Is January 31, 2025 At 3:30 Pm. No Soq Submittals Will Be Accepted After The Deadline. Submissions Will Only Be Accepted Electronically Via The Jefferson Parish’s E-procurement System, Central Bidding. Central Bidding Can Be Accessed By Visiting Either Www.jeffparish.gov Or Www.centralauctionhouse.com. All Vendors Are Required To Register With Central Bidding. Jefferson Parish Vendors Are Able To Register For Free By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. Soq Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications (general Professional Services Questionnaire) But Shall Be Submitted Prior To Contract Approval, Including Any Sub-consultants. All Required Insurance Under This Soq Shall Conform To Jefferson Parish Resolution No. 141125, As Applicable. In Addition, Medical Professional Liability Insurance In The Sum Of At Least One Million Dollars ($1,000,000.00) Unless Firm Is Enrolled In The Louisiana Patient’s Compensation Fund As Per R.s. 40:1299.41, Et Seq. Insurance Certificates Are Not Required To Be Submitted With The Statement Of Qualifications (general Professional Services Questionnaire) But Shall Be Submitted Prior To Contract Approval, Including Any Sub-consultants. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, And 15, 2025
Province Of Eastern Samar Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 2.2 Million (USD 38.9 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Omawas, Maydolong, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Two Hundred Eighty Five Thousand Pesos Only (php2,285,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-039 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Omawas, Maydolong, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1)- Occupational Safety And Health Program (3.50 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil), (74.83 Cu.m.), Item No. 804(4) – Gravel Bedding (25.45 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (8,866.95 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (38.55 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam, Column, Beam (27.96 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (84.00 Pc), Completion Of The Works Is Required Within 105 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction 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 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 16, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
6421-6430 of 6875 archived Tenders