Cars Tenders

Cars Tenders

Southern Leyte State University Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 1.9 Million (USD 34 K)
Details: Description Invitation To Bid – Supply, Delivery, Installation And Commissioning Of Various Equipment And Machineries 1. The Southern Leyte State University-hinunangan Campus, Through The Regular Agency Fund Intends To Apply The Sum Of : Lot 1: Scientific And Laboratory Equipment And Machineries Abc: ₽ 1,329,800.00 Lot 2: Solar Pv And Generator System Abc: ₽665,200.00 Being The Abc To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Southern Leyte State University-hinunangan Campus Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Not More Than 120 Calendar Days Upon The Issuance Of Notice To Proceed. The Bidder Must Have Satisfactorily Completed A Similar Contract Within The Last Three (3) Years, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Southern Leyte State University – Hinunangan Campus And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 From The Given Address And May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of Slsu And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount: Lot 1- Scientific And Laboratory Equipment And Machineries – ₽ 5,000.00 Lot 2: Solar Pv And Generator System- ₽ 1,000.00 The Prospective Bidder May Deposit The Payment For The Bidding Documents Through This Bank Account. Account Number: 4182100965 Account Name: Slsu-caes Trust Receipts/itf Branch: Lbp – San Juan Branch The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, Or Through The Email Address Provided. 6. The Southern Leyte State University-hinunangan Campus Will Hold A Pre-bid Conference In Hybrid Mode On January 06, 2025, At 9:30 A.m Pst At The Business Hub, Academic Building, Southern Leyte State University-hinunangan, Ambacon, Hinunangan, Southern Leyte And /or Through Video Conferencing Or Webcasting Via Microsoft Teams Through This Link: Https://teams.microsoft.com/meet/474572840811?p=0derzualnpbc8xgiop Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below And Online Or Electronic Submission As Indicated Below, On Or Before January 20, 2024, At 8:30 Am. Pst. Bids That Will Be Submitted Online Must Be Encrypted With A Password To Protect Privacy. Password Will Be Asked By The Bac Secretariat During The Opening Of Bids For Access. The Bac Secretariat Assured That Files/bids Will Be Cared Of With Utmost Veracity In The Privacy/confidentiality Late Bids Shall Not Be Accepted. For Manual Submission: Conference Room, Administration Building, Slsu-hc, Ambacon, Hinunangan, Southern Leyte For Online Submission: Procurement_hn@southernleytestateu.edu.ph 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 20, 2024 At 9:30 A.m Pst At The Business Hub, Academic Building, Slsu-hinunangan, Ambacon, Hinunangan, Southern Leyte And/or Via Zoom Through This Link Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Southern Leyte State University-hinunangan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders 11. For Further Information, Please Refer To: Mary D. Almine Head, Bac Secretariat Southern Leyte State University-hinunangan Ambacon, Hinunangan, Southern Leyte Contact Number: 0919 067 2842 Email Address: Procurement_hn@southernleytestateu.edu.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph/ Slsu Website: Southernleytestateu.edu.ph For Online Bid Submission : Procurement_hn@southernleytestateu.edu.ph December 27, 2024 (sgd)dr. John Paul R. Gapasin Bac Chairperson

Government Of Iceland Tender

Others
Corrigendum : Closing Date Modified
Iceland
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: The Road Administration Hereby Offers Supervision And Consulting With The Tender Work Ring Road (1) Around Ölfusá, Alútbud. The tender includes the construction and design of a new ring road on a 3.7 km section from Biskupstungnabraut, over Ölfusá around Efri-laugurdælaeyja and to the existing ring road east of Selfoss, the construction and design of a new suspension bridge over Ölfusá, the construction and design of new junctions at Laugardælaveg and Gaulverjabæjarveg in the east Selfoss, Construction And Design Of Underpasses For Pedestrians And Cycling and Underpasses for Pedestrians and Cars, Construction and Design of Pipes and Pipe Spaces Around the Ölfusár Bridge and Execution of Pipework Outside the Bridge.

Landbank Of The Philippines Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 275 Million (USD 4.7 Million)
Details: Description Land Bank Of The Philippines Invitation To Bid For Human Resources Information System (hris) Replacement Project 1. The Land Bank Of The Philippines (landbank), Through Its 2024 Corporate Operating Budget Approved By The Board Of Directors Intends To Apply The Total Sum Of Two Hundred Seventy Five Million Pesos Only (php275,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Human Resources Information System (hris) Replacement Project With Project Identification Number Lbp-ictbac- Itb-gs-20241216-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Landbank Now Invites Bids For Human Resources Information System (hris) Replacement Project With Project Identification Number Lbp-ictbac- Itb-gs-20241216-01. The Contract Period Is Indicated In Section Vi. Schedule Of Requirements. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information And/or Electronic Copy Of The Bidding Documents By Contacting Landbank – Procurement Department At The Telephone Numbers And Email Address Given Below During Banking Days From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents In Electronic Format May Be Acquired By Interested Bidders On December 24, 2024 To January 24, 2025 From Landbank – Procurement Department Upon Payment Of The Non-refundable Bidding Documents Fee, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (php50,000.00). The Bidding Documents Fee May Be Paid At Any Landbank Branch Or Through The Landbank Online Payment Platform Link.bizportal Provided A Payment Acceptance Order (pao) Is Secured First From Landbank – Ict-bac Secretariat. The Steps To Follow In The Payment Of The Bidding Documents Fee Through The Landbank Link.bizportal Are Found In Annex A Of The Bidding Documents. To Obtain A Pao, Interested Bidders Shall Send A Request Email To Ictbac@landbank.com With Subject “pao – Lbp-ictbac-itb-gs-20241216- 01” As Its Subject. The Specific Instructions On How To Pay The Bidding Documents Fee And Receive The Bidding Documents Shall Be Provided In The Reply Email Of Landbank To The Interested Bidders. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Landbank Website, Provided That Bidders Shall Pay The Corresponding Cost Of Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Landbank Will Hold A Pre-bid Conference On January 10, 2025 At 1:00 Pm Through Videoconferencing Using Microsoft (ms) Teams Application. Interested Bidders Who Would Like To Participate In The Said Conference Must Send A Duly Filled-up Pre-bid Conference Registration (pbcr) Form (annex B Of The Bidding Documents) To Ictbac@landbank.com On Or Before 3:00 Pm Of January 9, 2025. . The Pbcr Form Can Also Be Downloaded From The Philgeps Website, Landbank Website (https://landbank.com/forms) Or Requested From Ms. Jeah Chrysel L. Escalona At Jescalona@landbank.com. Interested Bidders Shall State “pbcr – Lbp- Ictbac-itb-gs-20241216-01” In Their Request Email As Subject. The Specific Instructions On How To Join The Pre-bid Conference Shall Be Provided By Landbank To The Interested Bidders Through Email. For New Bidders, A Briefing On Salient Provisions Of The 2016 Revised Implementing Rules And Regulations Of R.a. 9184 And Pointers In The Preparation Of Bids Shall Be Conducted On January 8, 2025 At 2:00 Pm Through Videoconferencing Using Ms Teams Application. 7. All Bids Shall Be Submitted Electronically On Or Before The 10:00 A.m. Deadline On January 24, 2025 . Only Electronic Bids That Are Successfully Uploaded To The Secure File Transfer Facility (sftf) Of Landbank On Or Before The Deadline Shall Be Accepted. Submission Of Physical Bid (hard Copy) Shall Not Be Accepted. The Prescribed Procedures In The Submission And Opening Of Electronic Bids Are Stated In The Detailed Procedures In Submission And Opening Of Electronic Bids (annexes C-1 To C-8 Of The Bidding Documents). Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 24, 2025 At 10:15 Am Onwards Through Videoconferencing Using Microsoft (ms) Teams Application. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Landbank Reserves The Right To (a) Reject Any And All Bids At Any Time Prior To The Award Of The Contract; (b) Waive Any Minor Formal Requirements In The Bid Documents; (c) Accept Such Bids It May Consider To Be Advantageous And Beneficial To The Bank; (d) Declare A Failure Of Bidding; Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Karla May M. Temporosa Head, Ict-bac Secretariat 1598 M.h. Del Pilar Car. Dr. J. Quintas Sts. Malate, Manila, 1004 Tel. (+632) 8522-0000 Or 8551-2200 Local 2995 Email: Ictbac@landbank.com

University Of The Philippines Tender

Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 375 K (USD 6.4 K)
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074.442.3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Provision For The Conduct Of The 2025 Annual Physical Examination For The Faculty, Executive And Administrative Staff, Job Order Personnel And Retirees Purchase Request No.: Hso-2025-01-001 Approved Budget For The Contract: Php 375,000.00 Date: January 17, 2025 Rfq No.: 0018 Mop: Np - Small Value Procurement Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As Valid Business Permit, Philgeps Registration And Notarized Omnibus Sworn Statement (oss). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex H Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected. In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate Shall Be Six (6) Months For For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading Rfq No. 0018 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1700h On January 22, 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: James Benedict E. Bagsic Mary Anne R. Rivera Staff, Spmo Head, Spmo Item No. General Description Compliance With Technical Specifications (please Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 Annual Physical Examination: For 250 Up Baguio Employees Lot 1 375,000.00 375,000.00 Basic/routine Examinations: Chest X-ray 300.00 Complete Blood Count 260.00 Urinalysis 100.00 Stool Exam 100.00 Blood Chemistry: Lipid Profile (total Cholesterol, Triglycerides, Hdl-c, Ldl-c) 900.00 "please Quote The Following Test Which May Be Availed By Employees, Your Bid For These Tests Shall Not Be Included In The Computation Of The Bid: " Blood Chemistry: Fasting Blood Sugar 210.00 Creatinine 210.00 Blood Urea Nitrogen 210.00 Serum Uric Acid 150.00 Sgot 240.00 Sgpt 240.00 Special Examinations: Electrocardiogram 300.00 Sono-mammogram 900.00 Pelvic Ultrasound 800.00 Pap's Smear 950.00 Prostate Specific Antigen 1,000.00 Abdominal Ultrasound 1,500.00 Hbs Ag Determination (hepatitis B Screening) 300.00 Project Duration: 26 To 28 March 2025 Conditions: 1. Provision Of Services Must Be Done In-plant, Including The X-ray Examination Through The Mobile X-ray Vehicle 2. Payment Will Be Based On The Actual Number/charges Of Availment 3. All Major Equipment Necessary For Laboratory Examinations Be Found In The Facility And In Proper Condition And Calibration 4. Service Provider Should Be Baguio-based, Preferably Near The Upb Campus For Easy Verification Of Results And For Patients' Convenience In Cases A Follow-up Or Repeat Laboratory Tests Are Required 5. The Bids And Awards Committee (bac) Will Only Evaluate Based On The Routine Examination And Blood Chemistry Examinations, But Should Provide Bid Offer For The Special Examinations. 6. List Of Expected Up Baguio Personnel Will Be Provided. Any Patient Not Included In The List, Like Employee's Dependents And Other Contracted Services Will Still Be Accommodated And Will Be Billed Separately. 7. Results To Be Provided At Most Two (2) Weeks After Scheduled Ape Contract Award: Per Lot Per Lot Delivery Period: Within 30cd Upon Receipt Of Ntp 30 **warranty Included *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item; Otherwise, Bidder May Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. -¤¤¤ Nothing Follows ¤¤¤- Total: 375,000.00 Bid Total: Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:

Province Of Negros Oriental Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date14 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.7 K)
Details: Description Invitation To Bid Bid No. B-430-2024 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: General Fund Proper/responsibility Center:1999-365(24) Intends To Apply The Sum Of Nine Million Eight Hundred Thousand Seven Hundred One Pesos And 81/100 (php 9,800,701.81) Being The Approved Budget For The Contract (abc) To Payments Under The Contract To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 120 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-111, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 To January 14, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Nine Thousand Five Hundred Pesos (php 9,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 30, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 14, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 14, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat. 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairman To Hire Contractor To Provide Materials, Labor And Equipment For The “purchase And Installation Of Elevator For Hall Of Justice, Dumaguete City" Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I Construction Of Elevator Shaft 1 General Requirements A. Mobilization /demobilization 1 Lot B. Temporary Facility 1 Lot C. Occupational Safety & Health Program 1 Lot D. Signages 1 Lot 2 Site Preparation 1 Lot 3 Reinforced Concrete Works (elevator Pit) 1 Lot 4 Roofing Works 1 Lot 5 Structural Steel (elev. Shaft Framing) 1 Lot 6 Painting Works 1 Lot 7 Electrical Works 1 Lot 8 Forms & Scaffoldings 1 Lot 9 Glass Works 1 Lot Ii Purchase And Installation Of Elevator Includes: Design, Supply, Installation & Commissioning A .equipment Cost: -630 Kgs. Capacity, 1.0 M/s, 3 Floors, 3 Stops, 3 Opening Imported Equipments Including Tempered Glass And Accessories. -includes:duties, Brokerage, Delivery And Unloading At Site, Hauling At Site, Installation Price For Elevator Car & Tempered Glass Local Materials, Labor Test And Commissioning. Terms And Conditions: 1.imported Equipment From Plan/drawing Approval To Manufacturing, Shipments, Port Releasing & Delivery At Site Should Be Sixty (60) Days From The Date Of Purchased Order Approval. 2.project Management, Installations, Test & Commissioning, Local Materials, Delivery & Unloading Will Immediately Be Engaged And Mobilization Will Commence Upon The Arrival Of Equipment’s. 3.completion And Hand-over Will Be On Or Before One Hundred Twenty (120) Calendar Days From The Start Of Mobilization Including Start-up And Commissioning. 4.warranty Of Two (2) Years From The Date Of Turn-over. 5.a Service Center And Equipment Parts Should Be Available Within Negros Oriental. 6.technical Team Available Within 24 Hours Upon The Request Of The End User. 7.must Have Business Permit Within Negros Oriental. 8.businesscenter Should Be At Least 5 Years Of Existence Of The Province Of Negros Oriental. Contract Duration: 120 Calendar Days Abc:p9,800,701.81

Rizal Medical Center Tender

Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 560 K (USD 9.5 K)
Details: Description Request For Quotation Rfq No. 2025-053 The Rizal Medical Center (rizal Med) Through Its Special Bids And Awards Committee (sbac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Item Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than 28 January 2025. Name Of Project: Supply And Delivery Of Vein Viewer/ Vein Scanner Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Five Hundred Sixty Thousand Pesos (php560,000.00) Item No. Description Unit Qty Unit Cost (php) Total Abc (php) 1 Vein Viewer/ Vein Scanner A. Technical Specification Standard Brightness: With 6 Lumens Dimension: At Least 11” X 4” X 1.5” Weight: At Least 1.5 Lbs. (0.7 Kg) S-mount C-clamp: 0.5” (13 Mm) To 2.5” (64mm) S-mount Super Clamp: Max 1.3” (32mm) Flat Surface; 0.5” (13mm) To 2.1” (53 Mm) Round Surface S-mount Maximum Extension: Vertical - 19.6” (49.8 Cm) Horizontal - 25.6” (65 Cm) Durability: Drop Tested Per Iec/ul 60601-1 Power Source: Fast Swap Lithium Ion Battery Or Ac (outlet) Power: 100 - 240 Vac Power Cord: Ac Power Adapter Provided; Input: 9-12vdc,2a Battery Charger: Input: 9-12vdc,2a Battery: 2 Cell Lithium Ion Rechargable Battery 2 Hours Continuous Run Time 3-4 Hours Charging Imaging/focal Distance:12” (30cm), Meets With Ast Recommendations For Safe Distance From The Sterile Field Ir Wavelength, Peak: Approximately 850nm Visible Wavelength, Peak: Approximately 530nm Ratings: 9v Dc, 1.1a Maximum Voltage Requirements: 100-240 Vac, 1.3-0,7a, 50-60hz Duty Cycle: Continuous Operating Temperature: +60°f To 86°f (+16°c To +30°c) Storage Temperature: -10°f To 140°f (-23°c To + 60°c) Humidity (storage And Operating): 10% To 90%; Non-condensing Atmospheric Pressure (storage And Operating): 700hpa - 1,060 Hpa Emission: Vein Viewer Has Been Tested To And Complies With Iec 60601-1-2 Standard For Electromagnetic Compatibility (emc) And For Radiated And Conducted Emissions. Emc Classified: B Regulatory Classified: Fda Class 1 Exempt B. Accessories • 2 Fast-swap Rechargeable Lithium Ion Battery • Battery Charger - Can Be Powered Via Ac Power Or Car Charger (optional) • Ac Power Cord - To Be Plugged Into An Outlet • 2 S-mounts • 2 Clamps - Super Clamp: The Super Clamp Is Provided To Allow Mounting To A At Surface As Well As Alternate Round Or Square Surfaces Such As A Bed Rail Or Iv Pole - C-clamp: The C-clamp Is Provided To Attach Veinviewer Flex To Flat Surface Such As A Table Or Countertop • Power Adaptor • Nylon Storage Case: For Convenient Storage Of Flex Unit • Usb Cable: For Connection To Veinviewer Connect To Pc Software 1 Unit 560,000.00 560,000.00 I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate B) Mayor’s/business Permit C) Income/business Tax Return D) Valid License To Operate Issued By Philippines Food And Drug Administration E) Certificate Of Product Registration/ Certificate Of Non-registrable/ Certificate Of Product Notification/ Certificate Of Medical Device Notification. F) Certificate Of Distributorship (manufacturer’s Authority) Or Sub-distributorship Certificate / Agreement From The Distributor. 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Warranty Certificate: 5. Warranty: Two (2) Years On Parts And Labor. 6. Product Description/ Brochure. 7. Documentary Requirements Must Be Submitted To The Sbac Secretariat Not Later Than The Deadline. Ii. General Conditions: • The Monthly Billing Statement With Complete Documentary Requirements Must Be Provided By The Service Provider A Week After The Applicable Month • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise, All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. For Further Inquiries, You May Contact The Sbac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Jacquelyn M. Perez, Llb Head, Sbac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.) Ruth G. Valeriano, Md, Ffps, Fcnsp, Fpna Chairperson, Special Bids And Awards Committee

Province Of Negros Oriental Tender

Automobiles and Auto Parts
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 3 Million (USD 51.3 K)
Details: Description Invitation To Bid Bid No. B-05-2025(t-0052) 1. The Provincial Government Of Negros Oriental, Through Source Of Fund: Responsibility Center: 4411r-27(24) / Account Code: 10706010, Intends To Apply The Sum Of Three Million Pesos (php 3,000,000.00) Being The Abc To Payments Under The Contract Purchase Of One (1) Unit Utility Vehicle-14 Seaters For The Use Of Pho Technical Division, Dumaguete City, Province Of Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Negros Oriental Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By The End-user Within 30 Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-1111, Local 475 Or 477 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 To February 5, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Three Thousand Pesos (php 3,000.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On January 23, 2025 At 2:30 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 5, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 5, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Liland Zoila B. Estacion, Rn, Md. (end-user) Provincial Health Officer Ii Pho Technical Division, Dgte City Arthur Fran P. Tolcidas Bac Chairman 1 Unit Utility Vehicle-14 Seaters Overall Dimensions (mm):5,265 X 1,950 X 1,990 Wheelbase (mm): 3,210 Seating Capacity: 12 Model: 1gd-ftv Engine Type: 4 Cylinders, In-line Type 16-valve Dohc Engine Displacement (cc): 2,755 Maximum Output (ps/rpm): 176 Ps / 3,400 Rpm Maximum Torque (nm/rpm): 420 Nm / 1,600 - 2,400 Rpm Fuel Type: Diesel Fuel Capacity (l): 70 Power Transmission: 6-speed Mt Mcpherson Strut/rigid Axle Leaf Spring Front Brake/ Rear Brake: Ventilated Discs / Drum Steering Type: Variable Power Steering Tires: 235 / 65r16c Wheels (size): 7j X 16" Wheels: Alloy Wheel Headlamps: Bi-beam Multi-reflector Halogen With Integrated Turn Lamp Intermittent Time Adjustment W/ Mist/intermittent W/ Mist With Timer Terms And Conditions Inclusive Of The Following: 3 Years Lto Registration; Gsis Comprehensive Insurance; Third Party Liability,cchattel Fee; Titanium Tint; Genuine Matting; Genuine Seat Covers; Car Care Kit; Free 1,000 Km. Periodic Maintenance (labor And Body Wash) Plus Free 1l Mineral Oil; Free 5,000 Km Periodic Maintenance (labor And Body Wash); Umbrella To Include Stickers: Provincial Seal & For Official Use Only Both Sides Front Door Warranty: Warranty Period Of 3 Years Or 100,000 Km Which Ever Comes First. Project Name: Pho Technical Office Operation & Maintenance Place Of Delivery: Noph Supply Office Purpose: For The Use Of Pho Tech. Div., Dgte. City -x-x-x-x-x-x-x-x-x-x-x-x-x- Abc:p3,000,000.00

Island Garden City Of Samal, Davao Del Norte Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 669.3 K (USD 11.4 K)
Details: Description Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 1 65 Bottle Air Freshener, 500 Ml 19,500.00 2 177 Can Air Freshener, Aerosol Type 18,554.91 3 31 Bottle Alcohol With Pump, 70% Solution, 1000ml 9,300.00 4 75 Gallon Alcohol, Ethyl, 1 Gallon 32,138.25 5 60 Bottle Alcohol. 70% Solution, 250ml 3,900.00 6 90 Pc Bathsoap 25grams 2,250.00 7 46 Pack Battery, Dry Cell, Aaa 1,090.66 8 50 Pack Battery, Dry Cell, Size Aa 1,310.50 9 37 Galoon Bleaching Liquid, 1000ml 11,100.00 10 110 Bottle Bleaching Liquid, 500ml 16,500.00 11 144 Piece Broom (walis Tambo) 22,104.00 12 67 Piece Broom (walis Ting-ting) 1,922.90 13 34 Can Car Freshener, 350grams 11,900.00 14 10 Piece Certificate Holder, A4 Size 1,000.00 15 20 Kls Chlorine Granules 4,200.00 16 4 Drum Chlorine, 40kls/drum 20,000.00 17 130 Bottle Cleaner, Toilet And Urinal 6,489.60 18 16 Pc Data File Box (hard) Not Plastic, For Long Size Folder, W/ Cover Preferably Box Type, Blue Color 9,600.00 19 81 Piece Detergent Bar, 140g 908.01 20 357 Pouch Detergent Powder, All Purpose, 500gms. 28,560.00 21 150 Kls Detergent Powder, Total Care With Fabcon 28,350.00 22 168 Bottle Dishwashing Liquid, 500 Ml 11,760.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 23 203 Jar Dishwashing Paste, 400 Grams 14,210.00 24 65 Piece Dishwashing Sponge 1,625.00 25 12 Piece Dishwshing Paste, 250 Grams 1,200.00 26 50 Can Disinfectant Spray, Aerosol, 400g (min) 8,393.50 27 94 Bottle Disinfectant Spray, Antibacterial 400gm 32,900.00 28 5 Piece Document Rack 3 Layers (stainless Metal Made) 4,250.00 29 2 Pc Extension Wire (10mtrs) W/ 3 Outlet 1,200.00 30 20 Galloon Fabric Conditioner 6,000.00 31 198 Bottle Fabric Conditioner, 1 Liter 29,700.00 32 11 Piece Feather Duster 660.00 33 38 Piece Filing Box With Cover, Size 11"x15 5/8"x11 (wxlxh) 22,800.00 34 45 Piece Floor Rug, 40 X 60, Heavy Duty 8,100.00 35 186 Roll Garbage Black Bag, Mediumsized, 10's/roll 18,600.00 36 415 Roll Garbage Black Bag, Size Xxl 10's/roll 49,800.00 37 65 Bottle Glass Cleaner, 1000ml 19,500.00 38 76 Bottle Glass Cleaner, 500ml 13,680.00 39 12 Piece Glass Wiper With Sponge 3,600.00 40 25 Piece Hand Towel, Size At Least 16" X 28" To 18" X 30" 750.00 41 72 Bottle Handsoap Liquid Antibacterial, 250ml 13,680.00 42 50 Bottle Handsoap Liquid Antibacterial, 500ml 10,000.00 43 3 Bottle Insecticde Spray 900.00 44 9 Piece Kitchen Towel, Super Absorbent, Microfiber Cleaning Cloth 3,150.00 45 15 Piece Monobloc Chair, Beige 6,140.10 46 2 Piece Monobloc Table, White 3,237.32 47 39 Piece Mop Head, Made Of Rayon 5,337.15 48 36 Piece Mophandle, Screw Type, Aluminum Handle 18,000.00 49 2 Unit Mouse, Optical, Usb Connection Type 600.00 50 32 Gallon Muriatic Acid, 1 Gallon 9,600.00 51 12 Set Pail With Cover 16 Liters 3,000.00 52 6 Piece Paper Tray With 3 Layers, Metal 4,200.00 53 10 Pad Reimbursement Expense Receipt (rer) 1,170.00 54 208 Piece Toilet Bathroom Deodorizer, 100g 20,800.00 55 10 Pc Toilet Bowl And Urinal Cleaner, 500ml 2,500.00 56 110 Bottle Toilet Bowl Cleaner, 1000 Ml 33,000.00 57 4 Set Toilet Brush And Holder Set Silicone Bristles Bathroom Cleaning Bowl Brush Kit 2,000.00 58 12 Set Toilet Brush With Holder, Heavy Duty 2,400.00 59 10 Pack Trashbag, Large Size 711.40 60 30 Pack Trashbag, Xl Size 3,332.10 61 5 Pack Trashbag, Xxl Size 780.00 Item No. Qty Unit Name And Description Of The Article/s Approved Budget Contract Per Item Brand / Model Unit Price Total Amount 62 50 Pack Ultra Power Liquid Detergent Cherry Blossom 2.5l 14,850.00 63 15 Piece Utility Box, 100 Liters, Black 9,000.00 64 32 Piece Water Dipper, 1 Liter 1,600.00 *** Nothing Follows *** Total Approved Budget For The Contract 669,395.40

Stadt Hilden Tender

Services
Civil And Construction...+1Road Construction
Germany
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: Title: Generalplanungsleistungen Zur Erweiterung Der Feuerwache Hilden, Inkl. Neubau Einer Parkpalette description: Leistungen Der Generalplanung (lph. 1-9) Für Die Erweiterung Der Feuerwache Hilden Und Den Neubau Einer Parkpalette Der Stadtwerke Hilden. Die Feuerwache In Hilden Liegt Auf Einem Ca. 6.250 M² Großen Grundstück In Hilden-mitte. An Der Südlichen Seite Des Grundstücks Befinden Sich Die Straße Am Feuerwehrhaus Und Hieran Angrenzend Der Hauptfriedhof Mit Ehrenfriedhof. An Der Östlichen Seite Stehen Wohngebäude In Direkter Nähe. Das Gebäude Der Stadtwerke Hilden Grenzt An Die Westliche Seite Des Bestehenden Baukörpers Mit Fahrzeughalle Der Feuerwache. An Der Nördlichen Seite Grenzt Das Grundstück An Grundstücke Der Katholischen Kirchengemeinde St. Josef Mit Krankenhaus Und Kita An. Die Flurstücke 1076, 1074, 1078 Und 1080 Sind Mit Der Kita Der Katholischen Kirchengemeinde St. Josef Bebaut. Gegenwärtig Läuft Die Abwicklung Des Kaufs Dieser Flurstücke Durch Die Stadt Hilden. Die Flurstücke Sind Somit Als Bestandteil Der Planungsbetrachtungen Zu Berücksichtigen. Bauliche Bestandssituation: Der Gesamte Gebäudekomplex Der Feuerwehr Besteht Aus Einem "altbau" Von 1957 Entlang Der Straße "am Feuerwehrhaus", Einer Fahrzeughalle Von 1957 Entlang Der Östlichen Grundstücksgrenze Zur Angrenzenden Wohnbebauung, Die Im Jahr 2010 Um Eine Waschhalle Und Eine Werkstatt Erweitert Wurde Und Einem "neubau" Aus Dem Jahr 2010 Entlang Der Westlichen Grundstücksgrenze Zu Den Angrenzenden Stadtwerken Hilden. Der Altbau Ist Ein Zweigeschossiges Gebäude, Welches Im Erdgeschoss Fahrzeughallen Mit Den Dazugehörigen Nebenräumen, Inkl. Dem Schwarz- Und Weißbereich, Sowie Einem Sportraum Abbildet. Im Obergeschoss Liegen Der Sitzungssaal, Ein Besprechungsraum Und Der Ruhebereich. Im Jahr 2010 Wurde Ein Neues Foyer Vor Dem Altbau Errichtet. Dieser Foyerbereich, Der Neben Dem Erschließenden Treppenhaus Mit Aufzugsanlage Auch Einen Direkten Zugang Zum Angrenzenden Gebäude Der Stadtwerke Hilden Aufweist, Ist Mit Der Umsetzung Der Gegenständlichen Erweiterungsmaßnahme Zwingend Zu Erhalten Bzw. In Identischer Funktion Nachzubilden. Der "neubau" Ist Ebenso Ein Zweigeschossiges Gebäude, Das An Der Westlichen Grenze Des Grundstücks Errichtet Wurde. Im Erdgeschoss Befinden Sich Weitere Fahrzeughallen. Im Obergeschoss Sind Sowohl Die Büros Der Feuerwehr Als Auch Eine Mensa Mit Küche Vorzufinden. Der "neubau" Ist Über Ein Treppenhaus Direkt Mit Dem Bestandsgebäude Verbunden. Durch Die Derzeitige Auslastung Und Die Sich Ändernden Anforderungen Der Arbeitsstättenrichtlinien Besteht Der Bedarf Nach Zusätzlichen Erweiterungsflächen, Die Durch Einfache Anbauten Bzw. Bauliche Erweiterungen Des Bestands Nicht Ohne Kompromisse Umzusetzen Sind. Zudem Werden Nach Einschätzung Der Bezirksregierung Düsseldorf Als Zuständige Aufsichtsbehörde Bauliche Lösungen Verlangt. Planungsziel: Es Soll Auf Den Zur Verfügung Stehenden Grundstücken Der Feuerwehr Und Der Angrenzenden Kita Eine Freie Beplanung Zur Umsetzung Des Vorliegenden Raumprogramms Unter Berücksichtigung Einer Möglichen Baulichen Modifikation (umbau / Aufstockung) Des Aktuellen "neubaus" Aus 2010 Erfolgen. Dabei Sollen Die Im Außenbereich Erforderlichen Stellplätze Für Berufsfeuerwehr, Freiwillige Feuerwehr Und Besucher, Inkl. Alarmstellplätze, Barrierefreie Stellplätze Und Fahrradstellplätze In Einem Autarken Parkhausgebäude Auf Dem Gelände Der Stadtwerke Hilden Realisiert Werden. Es Sind Bis Zu 4 Parkebenen Vorzusehen. Ebenerdig Sind Bürgernahe Dienste Wie Z. B. Ehubs, Car-sharing Und Ggf. Eine Radwerkstatt Angedacht. Die Dachfläche Sollte Nach Möglichkeit Für Die Aufstellung Von Pv-modulen Konzipiert Sein. Eine Machbarkeitsstudie Der Buddenberg Tauchmann Architekten Düsseldorf Vom 23.01.2024 Zur Unterbringung Der Stellplätze Wurde Im Vorfeld Im Auftrag Der Stadt Hilden Erstellt Und Ist Dieser Unterlage Zur Kenntnisnahme Beigefügt. Ein Verbindungsbauwerk Soll Die Parkpalette In Höhe Des 1. Obergeschosses Mit Dem Feuerwehrhaus Für Fußgänger Verbinden, Da Die Stadtwerke Hilden Als Betreiber Kritischer Infrastrukturen Hohen Auflagen Unterliegt, Ist Mit Der Planung Zu Gewährleisten, Dass Feuerwehr-einsatzkräfte Von Der Parkpalette Zum Feuerwehrhaus Gelangen, Ohne Das Gelände Der Stadtwerke Hilden Zu Betreten. Eine Eigene Zufahrt Zur Parkpalette Unterstützt Diesen Ansatz. Im Vorprojekt Wurde Ein Raumprogramm Durch Die Buddenberg Tauchmann Architekten Düsseldorf Im Auftrag Der Stadt Hilden Erstellt, Das Zur Weiteren Ausarbeitung Freigegeben Und Grundlage Dieser Leistungsbeschreibung Ist. Hauptaugenmerk Der Aufgabenstellung Liegt In Der Koordination Zur Umsetzung Der Baumaßnahme Unter Aufrechterhaltung Der Ständigen Einsatzfähigkeit Der Örtlichen Feuerwehr. Hierfür Sind Sachgerechte Bauabschnittsbildungen Vorzusehen. Zusammenfassend Sind Mit Der Gegenständlich Beschriebenen Maßnahme Folgende Leistungsbestandteile Zu Realisieren: - Neukonzipierung Und Neuplanung Der Feuerwehr Hilden Am Standort "am Feuerwehrhaus" - Vollständige Überplanung Der Grundstücke Der Feuerwehr Und Der Kita - Erhaltung Bzw. Übernahme Der Eingangssituation "foyer" Mit Treppenhaus, Aufzugs- Und Zugangssituation Zu Den Stadtwerken Hilden - Unabhängige 72-h- Notstromversorgung Für Die Gesamte Feuerwehr - Bildung Von Bauabschnitten / Bauphasen Und Interimslösungen Zur Umsetzung Der Maßnahme Unter Gewährleistung Der Ständigen Einsatzbereitschaft Der Feuerwehr Vor Ort - Planung Einer 4-geschossigen Nicht Öffentlichen Parkpalette Auf Dem Gelände Der Stadtwerke Mit Separater Zufahrt Zur Vermeidung Von Betriebsfremden Auf Dem Gelände Der Stadtwerke Hilden - Planung Eines Verbindungsbauwerks Zwischen Parkpalette Und Feuerwehrgebäude Auf Höhe Des 1. Obergeschosses ("fußgänger") - Planung Einer Sachgerechten Außenanlagenfläche Für Die Feuerwehr (ggf. Unter Berücksichtigung Eines Hubschrauberlandeplatzes). Die Gegenständlichen Planungsleistungen Werden In Der Form Einer Generalplanung Stufenweise Beauftragt.

Lafayette Consolidated Government Tender

Civil And Construction...+1Bridge Construction
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents 
Details: Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 10:00 Am Central Time On The 7th Day Of February, 2025 For The Following: Switzerland Road Bridge Replacement And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: The Work To Be Performed By The Contractor Includes But Is Not Limited To Removing The Existing Railroad Flat Car Superstructure And Timber Abutment And Installing A New Concrete Box Culvert Bridge With Associated Roadway Reconstruction, Subsurface Drainage Work, Channel Improvements, Etc. All Work To Be Completed Within One Hundred And Twenty (120) Working Days From Issuance Of Notice To Proceed. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Heather Kestler At Hkestler@lafayettela.gov. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Except For Section C – “standard Specifications For Roads, Drainage, Bridges And Other Infrastructure 2023 Edition” Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $130.00 Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Copies Of Section “c” Standard Specifications For Roads, Drainage, Bridges And Other Infrastructure” 2023 Edition Are Available From The Public Works Department At 1515 E University Avenue, Building A, Lafayette La 70501. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Heather Kestler At Hkestler@lafayettela.gov. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 22, 2025 At 10:30 Am In The Large Conference Room, Lafayette Consolidated Government, Public Works Administration Building Located At 1515 East University Avenue, Lafayette, La. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “highwaym Street And Bridge Construction Or Heavy Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/8, 1/12, 1/19 Dpr 952779
4011-4020 of 4106 archived Tenders