Cars Tenders

Cars Tenders

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

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

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Combined Synopsis / Solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6 – Streamlined Procedures For Evaluation And Solicitation Of Commercial Items – As Supplemented With Additional Information Included In This Notice. The Solicitation Is Issued Using Simplified Acquisition Procedures Under The Authority Of Far Part 13. this Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Document (i.e. Standard Form) Will Not Be Issued. this Solicitation Is A Request For Quotation (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-03 Dated January 17, 2025. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 541519 – Other Computer Related Services. The Small Business Size Standard Of $34,000,000. This Is A Total Small Business Set-aside Competition. Only Small Businesses Under The Applicable Naics Code Are Eligible To Respond. description Of Requirements background the National Institute Of Standards And Technology (nist) Engineering Laboratory (el) Systems Integration Division (sid) Has Led An Informal Working Group Since April 2021 To Develop An Information Model For The Neutral Representation Of The Laser Powder Bed Fusion Process For Metals Additive Manufacturing. The Models Developed In The Work Are Based On The Express Schema, With An Intended Proof Of Concept Implementation Using The Iso 10303 Ap 238 Specification. New Software Is Needed To Further Develop And Test The Information Models, Including Software Support For A Demonstration Build. objectives the Objective Of This Requirement Is To Procure A Software System To Formalize The Development Of The Consistent Interpretation Of Additive Manufacturing Of Metal Parts. scope Of Work please See The Attached Statement Of Requirements. delivery Requirements delivery Of The Software Shall Be Conducted Electronically Within 30 Calendar Days Of Award. Remote Software Installation Assistance Shall Be Provided By Contractor As Needed. contract Type & Payment Terms a Firm Fixed Price Purchase Order Is Anticipated. applicable Provisions And Clauses please See The Attached Document For Applicable Provisions And Clauses. question And Answer Period car 1352.215-73 Inquiries (apr 2010): quoters Must Submit All Questions Concerning This Solicitation In Writing Electronically To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov Questions Must Be Received By Or Before Wednesday January 27 2025, At 12:00 Pm Et. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Provision). due Date For Quotations all Quotations Must Be Submitted Via Email To Mr. Collin Randall, Contract Specialist, At Collin.randall@nist.gov. Submission Must Be Received Not Later Than Wednesday February 5, 2025, At 12:00 Pm Et. note: Quoters Must Have An Active Registration At Www.sam.gov At Time Of Offer Submission To Be Considered For Award. “id Assigned” Is Not Acceptable; Registration Must Be “active.” instructions To Quoters (addendum To Far 52.212-1) the Quoter’s Quotation Shall Be Submitted Electronically Via Email And Shall Consist Of Two Volumes As Detailed Below. Each Quotation Volume Shall Include The Quoter’s Name, System For Award Management Unique Entity Identifier (uei) Number, And Point Of Contact Information In A Cover Page, Header/footer, Or Other Easily Identified Location. The Contracting Officer Intends To Award A Purchase Order Without Discussions But Reserves The Right To Enter Into Discussions If In The Best Interest Of The Government. volume 1: Technical Response this Volume Shall Contain The Quoter’s Technical Response. The Technical Response (not Including Table Of Contents Or Past Performance Information) Shall Not Exceed Ten (10) Single-spaced, Single Sided Pages Or Twenty (20) Double-spaced, Single Sided Pages. Text Shall Be No Less Than 12-point Font In Read-only Microsoft Word Or Searchable Adobe Pdf Format. 10-point Font Is Acceptable For Graphics. the Technical Response Shall Include The Name, Title, Phone Number, And Email Address Of The Quoter’s Primary Point Of Contact And The Individual Authorized To Negotiate On Behalf Of The Quoter (if Negotiations Are Determined To Be Necessary). the Technical Response Shall Include: a Description Of The Proposed System Specifications And Capabilities As It Relates To The Requirements Identified In The Requirements Document, Including The Warranty And Training Requirements. delivery And Training Schedule Information. volume 2: Price Quotation this Volume Shall Contain The Quoter’s Price Quotation In Read-only Microsoft Excel Format, Or In Searchable Pdf Format. All Figures Must Be Rounded To The Nearest Hundredth. price Quotations Shall Be Submitted On A Firm Fixed Price Basis In Accordance With The Contract Line-item Numbering Structure Identified In This Solicitation. Quotations Shall Be Valid For 60 Days After Solicitation Close. price Quotations Shall Include Unit Pricing And Total Cost, Inclusive Of The Required Commercial Product, Shipping And Delivery, Training, And Warranty. to Assist The Government In Evaluating Firm Fixed Price Quotations, The Quoter Shall Provide A Breakdown Of The Proposed Fixed Price By Item Quoted And Shall Separate Delivery And Training Pricing From The Rest Of The Quote. quoters Shall Also Include A Proposed Fixed Price Payment Schedule Based On Requirement Deliverables. contract Line-item Structure: responsible Quoters Shall Provide Pricing For The Following Line Item: line Item 001: Laboratory Software License In Accordance With The Attached Statement Of Requirements evaluation Criteria And Basis For Award (addendum To Far 52.212-2) the Government Intends To Award A Firm Fixed Price Purchase Order Resulting From This Solicitation To The Responsible Quoter Whose Quotation, Conforming To The Solicitation, Will Be Most Advantageous To The Government, Price And Other Factors Considered. upon Receipt Of Quotations, The Contracting Officer Will Review Them To Determine If Each Quoter Followed All Of The Quotation Preparation/submission Instructions In This Solicitation. A Quotation That Did Not Follow The Quotation Submission Instructions To An Extent That The Government Cannot Properly Evaluate The Quotation In Accordance With The Stated Evaluation Factors May Be Deemed Unacceptable And May Not Be Further Evaluated. the Government Intends To Evaluate Quotations On The Basis Of Lowest Price Technically Acceptable (lpta). responses To This Solicitation Shall Include Clear And Convincing Evidence Of The Quoters’ Capability As It Relates To The Identified Requirements. Under The Lowest-price Technically Acceptable (lpta) Process, Quoters Will Be Determined To Be “technically Acceptable” Or “technically Unacceptable.” Award Will Be Made To The Lowest-priced Quote Amongst Technically Acceptable Quotes. To Be Determined Technically Acceptable, Quotations Shall Meet The Following Requirements: (1) Technical Capability: The Quoter Must Clearly Indicate In Its Quotation The Ability To Provide All Technical, Training, And Warranty Requirements Identified In The Specifications Document. (2) Schedule: The Quoter Must Clearly Indicate In Its Quotation The Ability To Meet The Schedule Requirements Of Delivery Within 30 Calendar Days Of Award And Training Within 30 Days After Delivery.

City Of Alaminos Tender

Automobiles and Auto Parts
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 82.2 K (USD 1.4 K)
Details: Description Date: January 20,2025 Project Reference No: 25-01-0048 Quotation No. _________ Name Of Project: Procurement Of Various Spare Parts, Lubricants & Services For The Repair & Maintenance Of Various City Government Vehicles, Alaminos City Location Of The Project: Alaminos City, Pangasinan Request For Quotation Dear Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions At The Dorsal Of This Rfq, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than January 27, 2025 At The Bids And Awards Committee Secretariat, 2nd Floor,bac Office, Alaminos City, Pangasinan. Open Quotations May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Rowena F. Ruiz Bac Chairperson Special Instructions - (please Read Carefully) Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within 10 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By Procuring Entity 4. Price Validity Shall Be For A Period Of 30 Calendar Days 5. Bidders Must Have Logged-in At Philgeps. (proof Of Log-in Must Be Attached) 6. Phil-geps Registration Number ______________________ 7. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 8. Approved Budget For Contract (abc) Php 82,283.00 Item No. Unit Item & Description Qty Unit Price Total Amount Gso Garung #1 - Pc Repair Kit 1.00 Set Side Mirror 1.00 Pc Adhesive 1.00 Pc Seat Cover 1.00 Pc Side Mirror Extension 1.00 Pc Tire 300x17 2.00 Pc Insulator 1.00 Pc Stoplight Sw 1.00 Pc Nut 1.00 Pc Clutch Cable 1.00 Pc Handle Switch 1.00 Pc Brake Shoe 1.00 Pc Brake Fluid 1.00 Bot Oil 1.00 Pc Oil Filter 1.00 Pc Brake Pedal 1.00 Pc Front Fender 1.00 Lot Service Repair 1.00 - Gso Garung #2 - Pc Sprocket 48t 1.00 Pc Sprocket 14t 1.00 Set Roller Chain 1.00 Pc Fork Oil 1.00 Bot Oil 1.00 Pc Brake Shoe 1.00 Pc Oil Filter 1.00 Pc Tire Tube 275x17 1.00 Pc Fuel Cock 1.00 Pc Hl Bulb 1.00 Lot Service Repair 1.00 - L300 Poso - Pc Column Switch 1.00 - Dmax Admin - Roll 3m Tape 1.00 Pc Car Scent 1.00 - Enduro City Vet #1 - Pc Carbon Brush 1.00 Pc Tire Tube 275x19 1.00 Pc Fork Oil Seal 1.00 Pc Fork Oil 1.00 Lot Service Repair 1.00 - Enduro City Vet #2 - Pc Brake Shoe 1.00 Set Carbon Brush 1.00 Ltr Gasoline Engine Oil 1.00 Pc Packing Gasket 1.00 Pc Bolt 1.00 Pc Engine Sprocket 1.00 Pc Roller Chain 1.00 Lot Service Repair 1.00 - City Vet Garung #2 - Ltr Gasoline Engine Oil 2.00 Pc Bonding Compound 1.00 Pc Seat Frame 1.00 Pc Brake Shoe 1.00 Pc Seat Cover 1.00 Pc Carbon Brush 1.00 Pc Branded Battery 1.00 Pc Side Wheel Fender 1.00 Pc Bolt 4.00 Pc Shifter Pedal 1.00 Lot Service Repair 1.00 - City Vet Tmx 125 Alpha - Pc Sprocket 13t 1.00 Pc Sprocket 45t 1.00 Pc Bearing 1.00 Ltr Engine Oil 1.00 Pc Roller Chain 1.00 Pc Brake Shoe Rear 1.00 Pc Brake Shoe Front 1.00 Pc Sparkplug Cap 1.00 Pc O-ring 1.00 Pc Bolt 1.00 Pc Grease 1.00 Pc Branded Battery 1.00 Pc Fuse 1.00 Lot Service Repair 1.00 - Foton Minidumptruck C654 - Pc Wiper Blade 2.00 Pc Control Solenoid Valve 1.00 - Rusi Garung - Ft Fuel Hose 1.00 Pc Fuel Cock 1.00 Pc T. Cable 1.00 Lot Service Repair 1.00 - Mitsubishi Adventure Shv-411 - Assy Alternator Assy 1.00 - Foton Garbage Truck C314 - Set Tail Light Assy 1.00 Pc Bolt 1/4x1 6.00 Pc Electrical Tape 1.00 Pc King Pin 2.00 Pc Control Solenoid Valve 1.00 Ltr Diesel Engine Oil 1.00 - Foton Garbage Truck C317 - Pc Control Solenoid Valve 1.00 Pc Tail Light Assy 2.00 - Foton Garbage Truck C315 - Pc Control Solenoid Valve 1.00 - Cho Tmx 125 - Pc Flasher Relay 1.00 Set Flasher 1.00 Ltr Gasoline Engine Oil 1.00 Pc Tire 275x18 1.00 Pc Tire Tube 275x18 1.00 Pc Bearing 2.00 Sach Grease 2.00 - Tourism Garung Barako 175 #1 - Pc Hl Bulb 1.00 Lot Service Repair 1.00 - Tourism Garung Alpha 125 - Pc Tube 250x18 1.00 Pc Stator 1.00 Pc Hl Bulb 1.00 Lot Service Repair 1.00 - Tourism Garung Barako 175 #2 - Pc Hl Bulb 1.00 Pc Tl Bulb 1.00 Lot Service Repair 1.00 - L300 Dswd - Set Clutch Repair Kit 1.00 Bot Brakefluid 1.00 Ltr Coolant R/u 1.00 - Honda Sr 125 - Ltr Gasoline Engine Oil 1.00 Pc Electrical Tape 1.00 Lot Service Repair 1.00 - Garbage Truck Forward - Ltr Brake Fluid 1.00 Ltr Diesel Engine Oil 1.00 - Road Sport 125 Motorpool - Pc Roller Chain 1.00 Pc Sparkplug 1.00 - Total: - Brand And Model : Delivery Period : Warranty : After Having Carefully Read And Accepted Your General Conditions, I/we Qoute You On The Item At Prices Noted Above. Quoted By: - Printed Name/signature Tel. No. / Cellphone No. E-mail Address Date

Department Of Education Caraga Tender

Publishing and Printing
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 864.4 K (USD 14.7 K)
Details: Description 1.........................office Supplies ........260........piece........sign Pen, Fine Tip, Black, 0.5mm ........323........piece........sign Pen, Fine Tip, Blue, 0.5mm ........66..........piece........sign Pen, Fine Tip, Red, 0.5mm ........38..........pack.........battery, Dry Cell, Size Aa ........49..........pack.........battery, Dry Cell, Size Aaa ........13..........box...........staple Wire, Heavy Duty (binder Type), 23/13 ........80..........box...........staple Wire, Standard ........16..........roll...........tape, Electrical, 16m ........50..........roll...........tape, Masking, 24mm ........81..........roll...........tape, Packaging, 48mm ........8............roll...........twine, Plastic ........102........box...........clip, Backfold, 25mm ........100........box...........clip, Backfold, 32mm ........95..........box...........clip, Backfold, 50mm ........41..........piece.........data File Box, With Cover, Blue, Legal, 13cm X 40cm X 30cm ........6............piece.........dater Stamp ........5............box...........envelope, Documentary, A4, 50's ........25..........box...........envelope, Expanding, Kraft ........140........piece.........envelope, Expanding, Plastic, ........4............box...........envelope, Mailing ........1............box...........envelope, Mailing With Window ........31..........box...........fastener, Metal ........7............box...........folder, Pressboard ........52..........piece.........marker, Permanent, Black ........37..........piece.........marker, Permanent, Blue ........18..........piece.........marker, Permanent, Red ........37..........piece.........marker, Whiteboard, Black ........21..........piece.........marker, Whiteboard, Blue ........16..........piece.........marker, Whiteboard, Red ........75..........box...........paper Clip, Vinyl/plastic Coated, 33mm ........7............piece.........puncher, Paper, Heavy Duty ........11..........box...........rubber Band No.18 ........2............piece.........stamp Pad, Felt ........29..........piece.........stapler, Standard Type ........11..........piece.........tape Dispenser, Table Top ........113........pad............notepad, Stick-on, 50mmx76mm ........161........pad............notepad, Stick-on, 76mmx100mm ........148........pad............notepad, Stick-on, 76mmx76mm ........420........piece..........steno Notebook, 40leaves ........150........ream..........paper, Multicopy, A4, 80gsm ........100........ream..........paper, Multipurpose, Legal, 70gsm ........200........ream..........paper, Multipurpose, A4, 70gsm ........300........piece..........ballpen, 0.5mm, Black ........300........piece..........ballpen, 0.5mm, Blue ........156........pack..........photopaper, A4, Glossy, One-sided ........500........piece..........certificate Holder, Plastic, A4 ........3............pack..........acetate Sheets, A4, Clear, 100s ........3............box............computer Continuous Form, 1 Ply, 11x9.5", 70gsm ........4............box............computer Continuous Form,3 Ply, 11x9.5", 70gsm, Carbonless Continuous Form ........10..........piece..........data File Box, Red, No Cover, Single ........15..........piece..........data File Box, Red, With Cover, Legal ........10..........piece..........data Folder Arc File, Legal, Red, Side Clip ........20..........piece..........data Folder, Arc 41 (xfc) 3", Extra Long, Blue ........31..........box............fastener, Plastic ........3...........piece..........ink, Stamp, Black ........1...........piece..........ink, Stamp, Red ........50..........piece..........manila Paper ........29..........piece..........magazine File Box, Large, Royal Blue ........3............ream..........paper, Multipurpose, A5, 70gsm ........50..........ream..........paper, Neon Colored (assorted Colors), Legal Size ........5............pack..........paper, Photopaper, Double-sided, Glossy, 10sheets/pack, A4 ........2............bundle.......ring Binder, Plastic, 8mm, Black, 10's ........2............bundle.......ring Binder, Plastic, 12mm, Black, 10's ........2............bundle.......ring Binder, Plastic, 16mm, Black, 10's ........2............bundle.......ring Binder, Plastic, 25mm, Black, 10s ........2............bundle.......ring Binder, Plastic, 28mm, Black, 10's ........86..........piece.........sign Pen, 1.0mm, Bold Tip, Blue ........5............roll............tape, Double-sided, 24mm 2.....................hygeine/cleaning Supplies ........23..........piece..........broom (walis Tambo) ........13..........piece..........broom (walis Ting-ting) ........63..........bottle.........cleaner, Toilet Bowl Urinal, 900ml ........61..........can............disinfectant Spray, 340g (454 Ml) ........60..........pack..........tissue, Interfolded Paper Towel ........50..........can............insecticide Spray, ........20..........piece..........broom & Mop Holder/gripper, Wall Mount, Supported Weight Up To 3kg ........10..........piece..........car Wipe Synthetic Chamois W/ Container ........20..........piece..........disposal Dehumidifier/silica Gel ........20..........piece..........doormat, Non-slip, Rubber Backed, With Absorbent Top ........53..........piece..........dry Microfiber Absorbent, Fast Drying, Cleaning Cloth, 30x30cm ........180........piece..........fabric Conditioner, 24ml ........20..........piece..........feather Duster ........3............piece..........mobile Trash Bin/waste Segragation Bins, With Pedal & Wheels, Black, 240l ........1............piece..........mobile Trash Bin/waste Segragation Bins, With Pedal & Wheels, Blue, 240l ........1............piece..........mobile Trash Bin/waste Segragation Bins, With Pedal & Wheels, Green, 240l ........1............piece..........mobile Trash Bin/waste Segragation Bins, With Pedal & Wheels, Red, 240l ........10..........piece..........rubberized Toilet Pumps, Wood Handle, Big ........10..........piece..........telescopic Broom, With Long Adjustable Handle For Ceilings ........44..........piece..........toilet Deodorizer, Refill, 100g ........48..........piece..........trash Bin/waste Segregation Bin, Swing Type Cover, Blue, 22l ........43..........piece..........trash Bin/waste Segregation Bin, Swing Type Cover, Green, 22l ........43..........piece..........trash Bin/waste Segregation Bin, Swing Type Cover, Red, 22l ........100........roll/pack.....trash Bag, Black 22"x24", M, 10pcs Per Roll/pack, Thick ........100........roll/pack.....trash Bag, Black 26"x32", L, 10pcs Per Roll/pack, Thick 3....................computer Supplies ........40......bottle........ink, Brother, Bt D60, Black, Genuine ........30......bottle........ink, Brother, Bt5000, Cyan, Genuine ........30......bottle........ink, Brother, Bt5000, Magenta, Genuine ........30......bottle........ink, Brother, Bt5000, Yellow, Genuine ........30......bottle........ink, Epson, 003-black, Genuine ........30......bottle........ink, Epson, 003-cyan, Genuine ........30......bottle........ink, Epson, 003-magenta, Genuine ........30......bottle........ink, Epson, 003-yellow, Genuine ........23......bottle........ink Cartridge, Epson T6641, Black, Genuine ........2........cart..........toner, Canon, Cli-36 Color, Genuine ........10......cart..........toner, Canon, Pgi-35 Black, Genuine ........1........cart..........toner, Fuji Xerox Dcsc 2022, Black, Genuine ........1........cart..........toner, Fuji Xerox Dcsc 2022, Cyan, Genuine ........1........cart..........toner, Fuji Xerox Dcsc 2022, Magenta, Genuine ........1........cart..........toner, Fuji Xerox Dcsc 2022, Yellow, Genuine ........3........cart..........toner, Fuji Xerox Ct202873, Genuine ........1........cart..........toner, Laserjet Mfp M436u Hp 56x, Genuine

University Of The Philippines Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 266.2 K (USD 4.5 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: Supply And Delivery Of High Power Audio Conference System And Equipment For The Office Of The Chancellor Purchase Request Nos.: Oc-2025-01-0023 Approved Budget For The Contract: Php 266,288.40 Date: February 03, 2025 Rfq No.: 0041 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. 0041 Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1200h On February 07, 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 "supply And Delivery Of Conference Microphones And Its Components At The Chancellor's Board Room 24 Units Conference Microphone Unit (2 Units - Chairman, 22 Units - Delegates) 1 Unit Conference System Main Control Unit With Usb 1 Channel Compact Bluetooth Mixer With 8 Microphone/line 4 10 Meters Midi Cable 2 Sets Speaker And Speaker Stand 4 8-meter Xlr Male To Xlr- Female Connector Other Specifications : Warranty: 1-year Hardware Warranty Compatibility : The Devices Should Be Interoperable With Each Other Not Requiring Extra Cables/adaptors The Product Being Offered Should Be The Most Recent Or At Least A Higher-tier Version (specific Set Of Items Should Work In Compatibility Ensuring Seamless Interaction)" Lot 1 266,288.40 266,288.40 Specifications: "conference Microphone Unit (2 Units - Chairman, 22 Units - Delegates) Unidirectional Condenser Microphone Built-in 2w Speaker Volume Control Microphone On/off Buttons Light Indicators Must Be Same Brand With Control Unit Chairman And Delegate's Unit Inclusive Of 1 Meter Cable" "conference System Main Control Unit With Usb Record & Play Function Thru Usb Or Sd Card Equipt W/ 3 Groups + Capable Of Extension Group. For 20 Mic Units Each Group Output Level Led Indicator Line Volume For The Unit Source. Mic Volume For The External Mic Connection Master Volume Control The Mic Line Level Balanced Xlr Output Must Be Same Brand With Conference Microphone" "channel Compact Bluetooth Mixer With 8 Microphone/line 2 Stereo Input And 2 Aux Output, 3 Band Eq With Usb / Mp3 Function And 99 Dsp Effects | Mix Series • 12 Channel Input Compact Mixer • 8 Mic/line 2 Aux Stereo Input • Atleast 3 Band Eq • 24bit 99dsp Digital Effect • Mute And Solo Function • Phantom Power 48v • 2 Bus • Headphone And Foot Switch • 2 Aux Out • Bluetooth • Usb • Mp3 Function" "10 Meters Midi Cable 8 Pin Din Extension Cable For Wired Conference Microphone System Pvc Jacket Type : Male To Female Serviceable, All-metal Plugs For Rugged Durability And Ease Of Repair Connectors Compatible With The Audio System Length: 10 Meters" "speaker And Speaker Stand System Type: 2 Way Full Range Lf: 15"" Woofer Hf: 1.7"" Polymide Dome Tweeter Freq. Resp: Atleast 43hz- 20khz Power: 500w Impedance: Atleast 4 Ohms Amp. Power: 500w Class D Input Gain: Line: Atleast +20 Dbu/ Mic +40db Input Connector: Line(rca & Xlr Combo Jack) Output Connector: Line(xlr Loop Through Ac Input: 220v 50-60hz Sensitivity: 99db With Extendable Speaker Stand With At Least 186cm Max Adjustable Height, Lock Knob And 50kg Max Weight Capacity For Speakers" "8-meter Xlr Male To Xlr- Female Connector 3-pin Connectors 8 Meters Heavy-duty Metal Housing Dual Copper Outer Shields And Twin Conductive Pvc Inner Shields." ***please Indicate The Unit Price Of Each Item Included In The Lot. However, The Bid Lot Price Will Be Evaluated As One Lot. Contract Award: Per Lot Delivery Period: Within 30cd Upon Receipt Of Ntp **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: 266,288.40 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:

Bureau Of Plant Industry Tender

Others
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 950 K (USD 16.1 K)
Details: Description Rfq No. 0081 Pr No. 0200-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Consultancy Service For Use In Bpi Audit And Recertification For Iso 9001:2015 By Certifying Body In Cy-2025 Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Original Omnibus Sworn Statement (for Abc 50k And Above) D. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: January 31, 2025 (8:00am). 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: One (1) Year Duration. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 950,000.00 End User: Pmo Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Lot Procurement Of Consultancy Service For Iso 9001:2015 Certifying Body Recertification Audit 950,000.00 The Phase 1 - Audit And Certification Iso 9001:2015 For The Operation, Support, And Management Processes Of Bpi On The Following Project Sites: "bpi Manila - 692 San Andres St., Malate, Manila Bpi Quezon City - Visayas Avenue, Diliman, Quezon City Bpi Los Baños Ncrdpsc - Economic Garden, Los Baños, Laguna Bpi Baguio Ncrdpsc - Guisad Road, Baguio City Bpi La Granja Ncrdpsc - La Carlota City, Negros Occidental Bpi Guimaras Ncrdpsc - Jordan, Guimaras Bpi Davao Ncrdpsc - Bago Oshiro, Davao City Bpi Nsqcs 4a - Economic Garden, Los Baños, Laguna Bpi Nsqcs Car - Guisad Road, Baguio City Bpi Nsqcs Vi - Jaro, Iloilo Bpi Nsqcs Xi - Bago Oshiro, Davao City Bpi Nsqcs Vi Satellite - La Carlota City, Negros Occidental Bpi Pqs-cpeqs - Economic Garden, Los Baños, Laguna Bpi Pqs Vi - Brgy. 9, Bacolod City, Negros Occidental Bpi Pqs Vi - Parola, Iloilo City Bpi Pqs Xi - Port Area, Sasa Wharf, Sasa, Davao City Bpi Ppssd Spal - Guisad Road, Baguio City Bpi Ppssd Spal - Bago Oshiro, Davao City" "qualification Of Certifying Body (cb): A. The Certifying Body Shall Provide Its Company Profile Highlighting Related Projects, Scope Of Works And Implementation Methodology; Curriculum Vitae Of The Proposed Team Members Shall Be Submitted; B. The Certifying Body Audit Team Shall Provide A Full Report Of The Operations Audited Consistent With The Content Of Approved Scope Of Work / Deliverables To Bpi Within 30 Calendar Days After Acceptance Of Corrective Actions; C. The Certifying Body Audit Team Shall Satisfy The Following;" "• Consist Of Qualified Auditors To Conduct Audit In The Name Of Certification Body; • Should Have Members With Actual Hands-on Experience And Familiarity In Auditing Service Sector Or Government Agency At Least Minimum Of Five (5) Years. Proof Of Engagement Shall Be Submitted To Bpi; • No Member Of Audit Team Should Have Provided Consultancy To Bpi; • At Least One (1) Auditor Of The Audit Team Should Have Participated In All Audits Of The Three-year The Audit Cycle; • The Certifying Body Audit Team Shall Abide With The Auditing Principles, Terminilogies And Guidelines As Specified In The Iso 9001:2015 Guidelines For Quality Management Systems Auditing; • All Information Reviewed And Recorded By The Certifying Body Audit Team Shall Be Always Treated With Strictest Confidentiality; • The Certifying Body Shall Have At Least Twenty (20) Years Of Auditing Services In The Philippines; • The Certifying Body Should Have An Experience Auditing Certifying Agencies Under The Department Of Agriculture. A Proof Of Their Engagement Should Be Submitted To Bpi." "please See The Attached Terms Of Reference For The Details Of The Project Scope Of Work. Timeliness/duration: 1 Year" Grand Total 950,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ _________________________________ __________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ _________________________________ __________________ ________________________________________ Contact Number(s) Office Adress Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
4421-4430 of 4523 archived Tenders