Bus Tenders
Bus Tenders
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
Corrigendum : Closing Date Modified
United States
Details: Description
this Advertisement Is Hereby Incorporated Into The Rlp- 25reg10 By Way Of Reference As An Rlp Attachment.
u.s. Government Seeks To Lease The Following Office Space Through The Automated Advanced Acquisition Program (aaap):
city: The City Areas Of Seattle, Burien, Seatac, Tukwila, And Renton As Depicted On The Delineated Area Map.
state: Wa
delineated Area:
northern Boundary: Intersection Of West Seattle Bridge And Sw Avalon Way, East On West Seattle Bridge To South Columbia Way, Then Southeast On South Columbia Way To S Alaska St, And Continuing To Martin Luther King Jr Way S.
eastern Boundary: Intersection Of S Alaska St And Martin Luther King Jr Way S, South On Martin Luther King Jr Way S To S Cloverdale St. Intersection Of Martin Luther King Jr Way S And S Cloverdale St, East On Cloverdale St To Rainier Ave S. Intersection Of S Cloverdale St And Rainier Ave S, South On Rainier Ave S To Rainier Ave N, And Continuing To Airport Way. Intersection Of Rainier Ave N And Airport Way, East To Logan Ave N. Intersection Of Airport Way And Logan Ave N, North To Interstate 405. Intersection Of Rainier Ave N And Airport Way, East To Logan Ave N. Intersection Of Logan Ave N And Interstate 405, South On Interstate 405 To Sr-167. Intersection Of Interstate 405 And Sr-167, South To Sr-516.
southern Boundary: Intersection Of Sr-167 And Sr-516, West On Sr-516 To S 227th St. Intersection Of Sr-516 And S 227th St, West On S 227th St To Puget Sound Coastline.
western Boundary: Intersection Of S 227th St And Puget Sound Coastline, North Along Puget Sound Coastline To The Fauntleroy Ferry Entrance Road. Intersection Of The Puget Sound Coastline And Fauntleroy Ferry Entrance.
minimum Aboa Square Feet: 24,075 Aboa
maximum Aboa Square Feet: 25,279 Aboa
space Type: Office
lease Term: 17 Years, 15 Years Firm
offerors Are Encouraged To Submit Rates For All Terms Available In The Aaap For Consideration Against Future Gsa Requirements.
amortization Term: 8 Years For Both Tenant Improvementsand Building Specific Amortized Capital.
agency Unique Requirements
parking: Three (3) Government Vehicles On-site. Parking Spaces Can Be Surface Or Covered/structured.
space Offered Must Allow For Access To A Private Bus For Drop Off And Pick Up. Access Point Shall Be Within Direct Line Of Site And No More Than 50 Feet Of The Main Entrance.
space Offered Must Be Within 30-minute Commuting Time Of A Major Airport At Any Hour Of The Day, Including Rush Hour.
space Offered Must Be Within Walkable ¼ Mile Of Restaurants, Public Light Rail Or Bus Transit Stop, And Public Parking Facilities If On-site Parking Is Not Available.
space Offered Must Be Capable Of Meeting Facility Security Level 3.
site Must Not Exceed An 8-hour Time-weighted Average (twa) Of 85 Db(a) And For Impulse Noise Of 140 Db(a).
space Offered Must Be Contiguous On One Floor.
space Offered Should Provide For The Efficient Layout Of The Agency:
must Not Exceed 3:1 Length To Width Ratio.
must Not Be “u” Or “l” Shaped.
must Not Have Centrally Located Atriums, Light Wells, Elevator Banks, Stair Wells, Vertical Shafts Or Other Areas Interrupting Contiguous Space.
must Not Have Irregular Space Configurations Or Other Unusual Building Features Adversely Affecting Layout And Usage.
must Not Have Column Spacing Less Than 20 Feet Center To Center, Or To Other Fixed Structures.
must Provide 10 Feet Ceiling Height In Specific Areas For A Ceremony Room And Audio Booth Room, 700 Square Feet Of Total Space.
must Provide Necessary Floor Loading Capacity For The Audio Booth. Approximate Weight And Dimensions: 4000 Lbs; 8’-0” W X 6’-0” L X 7’-4” H.
space Offered Shall Have Minimum Ceiling Finished Heights Of 9’.
agency Must Not Be Collocated Where Alcoholic Beverages Are Served Or Sold Or With Marijuana Retailers.
agency Must Not Be Collocated With Drug And Alcohol Rehab Or Confinement Facilities, Or Syringe Service Program Centers.
agency Must Not Be Located Where Crime Exceeds City Wide Average.
see Custodial Service Level Attachment For Above Aaap Lease Janitorial Sevices Which Are To Be Included With Opex.
agency Tenant Improvement Allowance:
existing Leased Space: N/a
other Locations Offered: $78.41 Per Aboa Sf
building Specific Amortized Capital (bsac):
existing Leased Space: N/a
other Locations Offered: $25.00 Per Aboa Sf
project Specific Construction Schedule For The Agency Is Included. Please See Attachments.
important Notes:
check The Attachments And Links Section Of This Notice For Possible, Additional Project-specific Requirements Or Modifications To The Rlp.
offerors Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By Federal Acquisition Regulation (far). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b
offerors Are Advised That All Shell Work Associated With Delivering The Tenant Improvements Are At The Lessor’s Cost. Please Refer To Section 3(construction Standards And Shell Components)and Specifically To Paragraph 3.07(building Shell Requirements)of Theaaap Rlp Attachment #2 Titled "lease Contract" (gsaform L100_aaap ) For More Detail. Tenant Improvement Components Are Detailed Under Section 5 Of The Aaap Rlp Attachment#2 Titled "lease Contract" (gsaform L100_aaap) .
it Is Highly Recommended That Offerors Start The Sam Registration Process Directly Following The Offer Submission. Refer To Rlp Clause 3.06.
the Government Intends To Award A Lease To An Offeror Of A Building That Is In Compliance With Seismic Standards. Section 2.03 Of The Request For Lease Proposals (rlp) Outlines Compliance Activities Required For All Leases In Moderate Or High Seismic Zones. To Determine If Your Property Lies In A Moderate Or High Zone, Please Reference The Map And Documents On Our Website.
how To Offer
the Automated Advanced Acquisition Program (aaap), Located At Https://leasing.gsa.gov/, Will Enable Interested Parties To Offer Space For Lease To The Federal Government In Response To The Fy25 Aaap Rlp. In Addition, The Government Will Use Its Aaap To Satisfy The Above Space Requirement.
offerors Must Go To The Aaap Website, Select The “register To Offer Space” Link And Follow The Instructions To Register. Instructional Guides And Video Tutorials Are Offered On The Aaap Homepage And In The “help” Tab On The Aaap Website. Once Registered, Interested Parties May Enter Offers During Any “open Period”. For Technical Assistance With Aaap, Email Leasing@gsa.gov.
the Open Period Is The 1st Through The 7th Of Each Month, Ending At 7:30 P.m. (et) Unless Otherwise Stated By The Government And Unless The 7th Falls On A Weekend Or Federal Holiday. If The 7th Falls On A Weekend Or Federal Holiday, The Open Period Will End At 7:30 Pm (et) On The Next Business Day. Refer To Aaap Rlp Paragraph 3.02 For More Details On The Offer Submission Process. The Government Reserves The Right To Allow For Multiple Open Periods Prior To Selecting An Offer For Award To Meet This Specific Space Requirement. Offers Cannot Be Submitted During The Closed Period And Will Not Be Considered For Projects Executed During That Time Period.
lease Award Will Be Made To The Lowest Price, Technically Acceptable Offer, Without Negotiations, Based Upon The Requirements In This Advertisement And In The Rlp Requirements Package Found On The Aaap Website. During An Open Period, Offerors Will Be Permitted To Submit New Offers Or Modify Existing Offers. Offerors Can Draft An Offer At Any Time; However, You Can Only Submit An Offer During The Open Period.
the Offered Space Must Comply With The Requirements In This Advertisement And The Rlp And Must Meet Federal Government, State, And Local Jurisdiction Requirements, Including Requirements For Fire And Life Safety, Security, Accessibility, Seismic, Energy, And Sustainability Standards In Accordance With The Terms Of The Lease. The Lease And All Documents That Constitute The Lease Package Can Be Found At Https://leasing.gsa.gov/leasing/s/aaap-portalhome.
if You Have Previously Submitted An Offer In Fy 2024, The Aaap Application Has A Copy Feature Which Will Allow Existing Offers To Be Copied Over To The Fy 2025 Rlp In Order To Avoid Having To Re-enter All Of The Data Manually. Please Be Sure To Review Fy25 Aaap Rlp Package And Each Page Within The Aaap Application Prior To Submitting Your Offer As Some Of The Questions Have Changed. You Must Re-enter Your Space And Rates On The ‘space And Rates’ Tab In The Aaap. Your Previous Offered Space Will Not Be Copied.
Closing Date8 Mar 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Electrical Generators And Transformers...+1Electrical and Electronics
United States
Details: Work Item 1: Ship Service Diesel Generator, Load Testing, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Perform Load Testing Of Designated Ship Service Diesel Generator (i.e., Ssdg) Listed In Table 1.
table 1 – List Of Ship Service Generator
caterpillar Model No.
description
location
3512b
no.2 Ship Service Diesel Generator,1360 Kw, 450 Volt Ac, 3 Phase, 60 Hz
forward Main Machinery Room (5-44-01-e)
1.2 Government-furnished Property.
none.
2. References
coast Guard Drawings
coast Guard Drawing 750-wmsl-501-002, Rev E, Machinery Arrangements (asc501001)
coast Guard Drawing 418a-wmsl-801-001, Rev A, Booklet Of General Plans
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
coast Guard Technical Publication (tp) 7119, Ship Service Diesel Generator - Model 3512b
coast Guard Technical Publication (tp) 7165b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 1
coast Guard Technical Publication (tp) 7166b, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 2 & 4
coast Guard Technical Publication (tp) 7167, Ship Service Switchboards 1s, 2s, 3s & 1sp Shore Power – Operation, Maintenance & Installation – Volume 3
other References
comdtinst 9077.1 (series) Equipment Lockout-tags-plus Instruction
mil-std-1310, Sep 2009, Shipboard Bonding, Grounding, And Other Techniques For Electromagnetic Compatibility And Safety
3. Requirements
3.1 General. Contractor To Provide Load Bank And Oem Technical Representative Services To Oversee Overall Break-in And Run-up Procedures For Reassembled Caterpillar 3512b Engine, To Include All Steps Required From Initial Startup To Satisfactory Completion Of 100% Load Operation For Oem Prescribe Timeframe.
3.1.1 Cir.
none.
3.1.2 Tech Rep.
none.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
switchboard Enclosure
vent Ducting
motor Operated Valves
3.1.5 Background Information. Ssdg Listed In Table 1 Will Be Modified By The Coast Guard For The Following Task:
generator Bearing Replacement
shaft Alignment
pinning And Machine Work
diesel Engine Top-end Overhaul
3.1.5.1 After Completion Of Above Listed Tasks, This Work Item Is To Be Used For The Contractor To Perform Load Testing Of Designated Ssdg Listed In Table 1.
3.2 Work Location. The Concerned Work Area Is Listed In Table 1. See The Applicable Drawings In References In Paragraph 2 For Guidance, Locations, And Details.
3.2.1 Proposed Temporary Cable Routing Must Be Developed Using Uscg Dwg 418a-wmsl-801-001. Submit A Cfr.
3.2.1.1 Temporary Load Bank Cables Must Be Routed From The Switchboard To The Load Bank Via A Single Route, And Must Not Be Routed Separately By Any Method Which Would Lead To Unbalanced Phase Cables To Transit Through Hull Or Bulkhead Openings.
3.3 Grounding. The Contractor Must Ensure Conductive Surfaces Of The Load Bank Enclosure Are Appropriately Bonded And Grounded For Protection Of Personnel.
3.4 Contractor Furnished Materials (cfm). The Contractor Must Furnish Materials Listed In The Table 2 For Load Testing Of The Ssdg Listed In Table 1.
table 2 – Contractor Furnish Materials
materials
description
source Of Supply
load Bank
1500 Kw, 450 Volt Ac, 3 Phase, 60 Hz, Resistive
electrical Equipment’s Rental Company
load Bank Cables
approximate Length Of 300 Feet Cables With Ring Tongue Compression Lugs, 6 Paralleled #4/0 Copper (single Conductor) Per Phase (18 Total X 300 Feet) And One Additional Length For The Equipment Grounding Conductor Or Six Lstsgu-400
tony Santiago
murray Benjamin Electric
397 West Ave.
stamford Ct 06902
(203-705-2100) Or Any Electrical Cable Supplier
3.4.1 The Contractor Must Provide Miscellaneous Hardware Required For Electrical Installation (i.e. Nylon Stuffing Tubes, Chafing Gear, Box Connectors, Lugs, Fasteners, Wire Nuts, Tapes, Cable Ties & Cable Mounting Brackets, Etc) Of The Electrical Equipment.
3.5 Load Testing. The Contractor Must Provide Labor And Crane Services As Necessary For Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship). After Completion Of Load Bank Testing Of Ssdg, The Contractor Must Remove All Installed Equipment And Cables Used During Testing.
3.5.1 Testing Plan. The Contractor Must Submit A Plan For Load Testing Of The Ssdg In Accordance With Tp 7119.
3.5.1.1 The Plan Must Cover The Following Topics At A Minimum:
steady Increase Of Load In Multiple Steps Up To 100% Real Power Load
no Less Than 2 Hours Of Continuous Testing At 100% Load
simulated Start Of 450 Hp Load (assume No More Than 200% Fla)
emergency Shutdown Procedures
load Bank Specification And Location
cable Locations For Load Bank
no-load Tests
data To Be Collected During Tests
all Proposed Connections, Cable And Load Bank Configurations
3.5.1.2 The Contractor Must Start Testing Of The Ssdg After Cor Approval Of Submitted Test Plan And Official Acceptance By The Contract Officer (ko).
3.5.2 After Placing Load Bank At Suitable Location (i.e., On The Pier Or The Ship) The Contractor Must Install The Cables From The Load Bank To Associated Ss Switchboard Bus Bars (i.e. Back Side Of Ss Switchboard No.2s), According To The Agreed Upon Cable Routing.
caution
the Back Side Of The Switchboard Should Be Roped Off As A Personnel Exclusion Area (approximately 10 Foot Radius From Any Visible Live Bus
3.5.2.1 The Contractor Must Route The Cables From Designated Ssdg To Load Bank Through Hatches And Passageway. The Contractor Must Run Cables In Overheads As Much As Possible To Avoid Trip Hazards.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
safety
at Any Point In The Load Test Or Operational Testing Period If The Need Presents Itself The Engine – Prime Mover May Be Shut Down By The Tech Rep With Communication To The Uscg Operational Engineer Utilizing The Local Eos, E Stop Or Shut Down From The Switch Gear. Any Of The Three Options Will Automatically Open The Ssdg Buss Breaker
3.5.3 After Warmup Of Ssdg Until Coolant Temperature Reaching 140 Degree F, The Contractor Must Perform The Load Testing Of Designated Ssdg Listed In Table 1 At Following Load Condition.
table 3 – Load Testing
load
hours
*no Load
0.5 Hrs
25 % Load
0.5 Hrs
50 % Load
0.5 Hrs
75 % Load
0.5 Hrs
100 % Load
2.0 Hrs
no Load
0.5 Hrs
running No Load Testing. No Load Testing Will Consist Of Running The Engine At Idle Rpm Until The Engine Coolant Temperature Reaches 140 Deg. F During That Warmup Time Safety Testing Will Be Performed For Oil Pressure, Temp Warning, Emergency Shut Down Conditions, And Coolant Temp. Warning And Shutdown. Shipboard Alarm Verification Will Be Observed At That Time As Well.
3.5.3.1 Engine Parameter Readings During The Load Bank Test Must Be Taken Every 15 Minutes Including, But Not Limited To The Bullet Points In This Paragraph. Submit A Cfr.
engine Temp, Coolant Temp, Oil Pressure, Boost Pressure, Intake Air Temp After The Aftercooler, Exhaust Stack Temp, Left And Right Bank Exhaust Temperatures.
in Addition To The Generator Load Test Form, A Caterpillar Steady State Engine Performance File Shall Be Recorded On The Engine Ecm All Related Available Information.
generator Information, Voltage Reading Per Phase, Amperage Readings Per Phase, Hz, Bearing And Winding Temps.
pre And Post-test Pssrp Shall Be Saved On The Ecm To Provide Verification Of All Available Diagnostic Codes And Events.
all Electronic Files And Reports Must Be Submitted Via Cfr.
3.6 Load Test Documentation. After Completion Of Testing, The Contractor Must Provide All Collected Data Sheets To The Contracting Officer.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date10 Feb 2025
Tender AmountRefer Documents
City Of Malabon Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For Procurement Of Materials For The Greening And Beautification Of Tugatog Cemetery 1. The City Government Of Malabon, Through The 20% Development Fund Under The Continuing Appropriation Intends To Apply The Sum Of Eight Million Twenty-eight Thousand Seven Hundred One Pesos Only (p 8,028,701.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Materials For The Greening And Beautification Of Tugatog Cemetery. 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 Materials For The Greening And Beautification Of Tugatog Cemetery. 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 February 13, 2025 To March 03, 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 Ten Thousand Pesos (p 10, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On February 19, 2025 (wednesday); 2:20 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 March 03, 2025 (monday); 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 March 03, 2025 (monday); 3:20 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) Alexander T. Rosete, Ph.d. Chairperson - Bids And Awards Committee 1 250 M3 Embankment (common Borrow) (w/ 25% Shrinkage Factor) 2 200 M3 Gravel 3/4" 3 150 Bags Cement 4 10 M3 Sand 5 100 Pcs 10mm Rsb 6 10 Pcs Marine Plywood 1/4" 7 2 Rolls G.i Tie Wire # 16 8 2 Pcs Service Entrance Cap 2" 9 2 Pcs Rigid Steel Conduit (rsc)pipe(ø):50mm(2"),3mtrs 10 2 Pcs Rigid Steel Conduit Pipe Connector Fittings: Lb Coduit 2" 11 1 Set Nema 3r Enclosure 175at/af, 2p 12 15 Pcs Metal Clamp 2" Double Hole 13 400 Lm 80.0mm2 Thhn/thwn-2 Color: Blue 14 200 Lm 14.0mm2 Thhn/thwn-2 Color: White 15 200 Lm Flexible Metal Conduit(fmc):50mm(ø) 16 6 Pcs Fmc Connector Fittings Diameter(ø):50mm 17 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p Mts 175at/250af, 1 Digital Meter, Complete With Lugs And Accessories, Branches: 1*63at/af, 11*20at/63af, And 10*32at/63af,powder Coat 18 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p 63at/100af , Complete With Lugs And Accessories, Branches: 5*16at/63af,and 1*32at/63af,powder Coat 19 10 Rolls 6mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 20 6 Rolls 4mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 21 5 Rolls Royal Cord Awg#10/3(75meters Per Rolls) 22 5 Rolls Royal Cord Awg#12/3(75meters Per Rolls) 23 3 Rolls Royal Cord Awg#16/3(75meters Per Rolls) 24 12 Sets Heavy Duty Outdoor Cable Reel Extension 25 20 Sets Electric 220v Led Lights Ip66(362*327*26)mm: Ac165-265v, 50/60hz: 1,000w 26 20 Sets Cable Ramp(2ch) Flare Cp-2m 27 50 Pcs Iodine-tungsten Lamp Outdoor Emergency Water-proof Flood Lights:100w 28 3 Pcs Full Thread Rod Ø:5/16(1meter) 29 4 Pack Grd Anchor Ø:5/16(10pcs Per Pack) 30 10 Pack G.i Nut Ø:5/16(10pcs Per Pack) 31 50 Sets Extension Outlet(c4d) 32 50 Sets Electrical Plug(10l6) 33 20 Pcs Electrical Tapes Big Color: White 34 10 Packs Cable Ties 12"(100pcs Per Pack) 35 100 Pcs Pvc Pipe 15mm Dia. 36 50 Pcs Led Bulbs 15w 37 60 Pcs Led Bulbs 12w 38 7 Rolls 3.5mmsq. Thhn Copper Wire X 150m 39 96 Sets 25watts Solar Outdoor Led Floodlight 40 270 Pcs Long Span Rib Type 3m Length X 1m Width 41 50 Pcs C-purlins 2"x4"x1.2mm X 6m 42 180 Pcs G.i Pipe 1 1/2" Sch 20 43 1000 Pcs Swivel Clamp 44 50 Gals Latex Paint 45 100 Gals Semi Gloss Latex 46 25 Sets Roller Brush 9" W/ Pan 47 25 Sets Baby Roller 4" W/ Pan 48 25 Pcs Paint Brush 4" 49 50 Pcs Sanding Paper 50 30 Gals Epoxy Primer Paint 51 60 Gals Qde Paint 52 60 Ltrs Paint Thinner 53 10 Pcs Paint Brush 4" 54 10 Sets Baby Roller 4" W/ Pan 55 10 Pcs Paint Brush 2" 56 60 Gals Qde Paint Blue 57 60 Ltrs Paint Thinner 58 20 Pcs Paint Brush 4" 59 20 Sets Baby Roller 4" W/ Pan 60 1 L.s Tugatog Cemetery S/s Signage 61 1 L.s S/s Project Marker 0.60m X 0.90m 62 30 Units Concrete Bench 63 2 Units Wishing Fountain 64 80 Sq.m Vertical Green Wall Garden 65 1 L.s Water Falls 66 630 Sq.m Landscaping 67 100 M3 Garden Soil 68 10 Pcs Rake
Closing Date3 Mar 2025
Tender AmountPHP 8 Million (USD 138.4 K)
City Of Malabon Tender
Others...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Invitation To Bid For Procurement Of Electrical Materials For Repair And Maintenance Of Led Streetlights At Various Streets At Various Barangays 1. The City Government Of Malabon, Through The 20% Development Fund Under The Annual Budget C.y 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Ninety Eight Thousand Fifteen Pesos Only (p 9,998,015.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Electrical Materials For Repair And Maintenance Of Led Streetlights At Various Streets At Various Barangays. 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 Electrical Materials For Repair And Maintenance Of Led Streetlights At Various Streets At Various Barangays. 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 February 18, 2025 To March 06, 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 Ten Thousand Pesos (p 5, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On February 24, 2025 (monday); 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 March 06, 2025 (thursday); 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 March 06, 2025 (thursday); 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) Alexander T. Rosete, Ph.d. Chairperson - Bids And Awards Committee 1 250 M3 Embankment (common Borrow) (w/ 25% Shrinkage Factor) 2 200 M3 Gravel 3/4" 3 150 Bags Cement 4 10 M3 Sand 5 100 Pcs 10mm Rsb 6 10 Pcs Marine Plywood 1/4" 7 2 Rolls G.i Tie Wire # 16 8 2 Pcs Service Entrance Cap 2" 9 2 Pcs Rigid Steel Conduit (rsc)pipe(ø):50mm(2"),3mtrs 10 2 Pcs Rigid Steel Conduit Pipe Connector Fittings: Lb Coduit 2" 11 1 Set Nema 3r Enclosure 175at/af, 2p 12 15 Pcs Metal Clamp 2" Double Hole 13 400 Lm 80.0mm2 Thhn/thwn-2 Color: Blue 14 200 Lm 14.0mm2 Thhn/thwn-2 Color: White 15 200 Lm Flexible Metal Conduit(fmc):50mm(ø) 16 6 Pcs Fmc Connector Fittings Diameter(ø):50mm 17 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p Mts 175at/250af, 1 Digital Meter, Complete With Lugs And Accessories, Branches: 1*63at/af, 11*20at/63af, And 10*32at/63af,powder Coat 18 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p 63at/100af , Complete With Lugs And Accessories, Branches: 5*16at/63af,and 1*32at/63af,powder Coat 19 10 Rolls 6mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 20 6 Rolls 4mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 21 5 Rolls Royal Cord Awg#10/3(75meters Per Rolls) 22 5 Rolls Royal Cord Awg#12/3(75meters Per Rolls) 23 3 Rolls Royal Cord Awg#16/3(75meters Per Rolls) 24 12 Sets Heavy Duty Outdoor Cable Reel Extension 25 20 Sets Electric 220v Led Lights Ip66(362*327*26)mm: Ac165-265v, 50/60hz: 1,000w 26 20 Sets Cable Ramp(2ch) Flare Cp-2m 27 50 Pcs Iodine-tungsten Lamp Outdoor Emergency Water-proof Flood Lights:100w 28 3 Pcs Full Thread Rod Ø:5/16(1meter) 29 4 Pack Grd Anchor Ø:5/16(10pcs Per Pack) 30 10 Pack G.i Nut Ø:5/16(10pcs Per Pack) 31 50 Sets Extension Outlet(c4d) 32 50 Sets Electrical Plug(10l6) 33 20 Pcs Electrical Tapes Big Color: White 34 10 Packs Cable Ties 12"(100pcs Per Pack) 35 100 Pcs Pvc Pipe 15mm Dia. 36 50 Pcs Led Bulbs 15w 37 60 Pcs Led Bulbs 12w 38 7 Rolls 3.5mmsq. Thhn Copper Wire X 150m 39 96 Sets 25watts Solar Outdoor Led Floodlight 40 270 Pcs Long Span Rib Type 3m Length X 1m Width 41 50 Pcs C-purlins 2"x4"x1.2mm X 6m 42 180 Pcs G.i Pipe 1 1/2" Sch 20 43 1000 Pcs Swivel Clamp 44 50 Gals Latex Paint 45 100 Gals Semi Gloss Latex 46 25 Sets Roller Brush 9" W/ Pan 47 25 Sets Baby Roller 4" W/ Pan 48 25 Pcs Paint Brush 4" 49 50 Pcs Sanding Paper 50 30 Gals Epoxy Primer Paint 51 60 Gals Qde Paint 52 60 Ltrs Paint Thinner 53 10 Pcs Paint Brush 4" 54 10 Sets Baby Roller 4" W/ Pan 55 10 Pcs Paint Brush 2" 56 60 Gals Qde Paint Blue 57 60 Ltrs Paint Thinner 58 20 Pcs Paint Brush 4" 59 20 Sets Baby Roller 4" W/ Pan 60 1 L.s Tugatog Cemetery S/s Signage 61 1 L.s S/s Project Marker 0.60m X 0.90m 62 30 Units Concrete Bench 63 2 Units Wishing Fountain 64 80 Sq.m Vertical Green Wall Garden 65 1 L.s Water Falls 66 630 Sq.m Landscaping 67 100 M3 Garden Soil 68 10 Pcs Rake
Closing Date6 Mar 2025
Tender AmountPHP 9.9 Million (USD 172.3 K)
8021-8030 of 8231 archived Tenders