Cctv Tenders
Cctv Tenders
City Of Ozamis, Misamis Occidental Tender
Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Traffic System, Network And Systems Integration (phase Ii) (equipments, Engineering And Installation Works) 7 Pcs Traffic Controller With Video Interface Board And Adaptive Vehicular Countdown Timer 47 Pcs 300mm Traffic Signal Heads 6 Pcs 300mm Traffic Signal Heads W/ Arrow 8 Pcs Pedestrian Signal Head 8 Pcs Pedestrian Push Button 42 Pcs 4m Pole 32 Pcs Flasher 300mm Solar 16 Pcs Signage 12 Pcs Cantilever Pole W/ 5m Arm 53 Pcs Back Plate 350 Meters Flexible Cable 2300 Meters Signal Cables 1 Lot As Built Drawing / Documentation 1 Lot Engineering Design 8 Units Ups (input Voltage/frequency: Single Phase 115- 300vac/40hz -60hz Output Voltage/frequency: 220vac±2%/50hz (±0.2%) Maximum Output Power: 2kw Battery Specifications: 72v/38ah Working Method: Online Backup Time: 12 Hours (200w Load) Conversion Time: Mains To Bypass Mode ≤4ms, Mains To Battery Mode 0ms Power Failure/incoming Call Alarm Function: Optional Other Functions: Snmp Communication Function Working Environment Temperature -20 To 70 Degree Centigrade) (civil Works) 42 Pcs Pole Foundation (60cm X 60cm X 70cm W/ 45deg Sweep 3" Elbow) 12 Pcs Pole Foundation (100cm X 100cm X 200cm W/ 45deg Sweep Elbow) 38 Pcs Hand Hole (60cm X 60cm X 70cm) 7 Pcs Controller Foundation (65cm X 55cm X 70cm) 500 Linear Meter Trenches (30cm X 40cm X With 3" Upvc Pipe) 800 Linear Meter Under Carriage (supplier's Qualification) Supplier Must Have Completed At Least 1 Similar Project Within The Last 5 Years (similar Projects Includes Outdoor Traffic And Network Management System Or Outdoor Cctv With Command Center With Wired Fiber Optic And Wireless Network System; Supplier Must Have Inspected The Ozamiz Locations Where Traffic Controllers, Traffic Lights And Central Traffic Monitoring System Will Be Installed; Supplier Should Have Been Operating In The Philippines For At Least Ten (10) Years And Is Registered With Sec And/or Dti; Supplier Should Provide Manufacturer's Letter Of Support Stating That The Supplier Is Authorized To Bid And Sell The Items/products To Be Offered; Supplier Should Provide A Valid Ntc Vas Certificate; Supplier Should Provide Iso 9001:2015 Certification For The Last 2 Years; Supplier Should Have At Least One (1) Certified Traffic Engineer And Five (5) Certified Electronics And Network Engineers Who Will Oversee Implementation Of The Project; Supplier Should Provide On-site Basic Users Training For The End-user (operation And Troubleshooting). Approved Budget For The Contract (php) Grand Total 29,998,500.00 Contract Duration/delivery Period (maximum): 180 Cd Project Reference No.: G-hfo-001-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: January 30, 2025 To February 18, 2025 At 1:59 P.m. Pre-bid Conference: February 6, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids:february 18, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: February 19, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: February 20, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/general Services Officer
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)
Municipality Of Pintuyan, Southern Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-003 Location Of The Project – Tuguegarao City Request For Quotation Date:01/08/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 13, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Month 3 360,000.00 Rental Of Warehouse (january To March 2025) Warehouse Requirements: - Floor Area At Least 750 Sq.m - Well Lighted - No Leak And Holes On Roof And Walls - Wide Doors And With Steel Doors For Safety - Enough Outlets For Electric Fans - Luminous Exit Signages - Fire Extinguishers - Emergency Lights - Smoke Detectors - Airconditioned Office Room To Accommodate At Least Two Persons - Water Source And Comfort Room - Building And Stocks Insured By The Owner - Electricity And Water Should Be Shouldered By The Owner - With Cctv Monitoring System For Use Of Cv-chd Health Commodities "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0012 Page 1 Of 1
Closing Date13 Jan 2025
Tender AmountPHP 360 K (USD 6.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description 25go0114 - Construction Of Multi-purpose Building, Bacolod City, Negros Occidental 1. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Bacolod City District Engineering Office Now Invites Bids For The Hereunder Works: Locations: Brgy. Handumanan, Bacolod City, Negros Occidental Scope Of Works: Construction Of Multi-purpose Building Which Includes Permits And Clearances, Dpwh Project Billboards, Occupational Safety And Health, Mobilization / Demobilization, Removal Of Structures And Obstruction, Structural Concrete (class A, 28 Days), Reinforcing Steel (deformed, Grade 40), Formworks And Falseworks, Finishing And Other Civil Works (such As Plumbing Fixtures, Ceiling, Doors And Windows, Painting Works, Metal Deck Panel, Aluminum Cladding (high Quality), 150mm Chb, Structural Steel (canopy), And Railings), Electrical Works W/ Cctv System, And Mechanical Works Approved Budget For The Contract: P 9,800,000.00 Contract Duration: 210 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least C & D (small B). 4. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor's Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm Shall Be Allowed To Purchase And Submit/drop Bidding Documents. 5. 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, Otherwise Known As “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 6. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways Bacolod City District Engineering Office And Inspect The Bidding Documents At Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City During Weekdays From 8:00 Am To 5:00 Pm. 7. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On November 27 – December 17, 2024 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 10,000.00. 8. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 9. The Department Of Public Works And Highways Bacolod City District Engineering Office Will Hold A Pre-bid Conference On December 4, 2024 @ 10:00 A.m. At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Videoconferencing/webcasting, Which Shall Be Open To Prospective Bidders. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds. 11. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bacolodcity@dpwh.gov.ph For Electronic Submission On Or Before December 17, 2024, 9:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 12. Bid Opening Shall Be On December 17, 2024, Immediately After The Deadline For The Submission Of Bid, At The Bac Conference Room Of Dpwh - Bacolod City District Engineering Office, Zardonyx St., City Heights Subd., Brgy. Taculing, Bacolod City And/or Through Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 13. The Department Of Public Works And Highways Bacolod City District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Helen S. Esperancilla Bac Secretariat Head (034)433-2804, Local 60618 Esperancillahelen@gmail.com / Procurementbcdeo@gmail.com Ferdinand S. Magada Bac Chairperson (034)433-2804,local 60621 Magada.ferdinand@dpwh.gov.ph
Closing Date21 Jan 2025
Tender AmountPHP 9.8 Million (USD 167.3 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought For The Lease/purchase Of Modular Units For The Veterans Affairs Swing Space To Support The Construction Of The John Cochran Hospital Replacement In St. Louis, Mo.
the Following Is A Sources Sought Notice. This Sources Sought Announcement Is For Market Research Information Only And Is To Be Used For Preliminary Planning Purposes And For Determining The Acquisition Approach. No Proposals Are Being Requested And None Will Be Accepted In Response To This Notice. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Notice. The Purpose Of This Notice Is To Gain Knowledge Of Industry Standards, Interest And Capabilities Of The Small Business Community. This Effort Is Classified Through The North American Industry Classification System (naics) Under 531120 Lessors Of Nonresidential Buildings. ($27.5m Small Business Size Standard).
it Is Anticipated That A Solicitation Announcement For A Total Small Business Set-aside Will Be Published On The Federal Business Opportunities Website Early Fiscal Year 2025. The Estimated Lease Duration Is 5 Years With Options For Extension Of The Lease Duration.
the Us Army Corps Of Engineers, Kansas City District (usace) Is Seeking Contractors To Provide Temporary Modular Facilities For The Va Swing Space. The Swing Space Will Be The Temporary Replacement Offices For The Va Staff During The Construction Of Permanent Facilities On The Current Site. The Project Is The Replacement Facility For The John Cochran Hospital Located In St. Louis, Mo
the Government Is Seeking 25,000-30,000 Square Feet Of New Prefabricated, Modern Quality, Modular Construction Office Space In The General Area Of The St. Louis John Cochran Va Medical Center. The Space Can Be Either Two Levels With Elevators Or A Single Level. The Space Will Be Leased, And The Term May Include Renewal Options For Up To 8 Years. The Proposed Space Shall Be Fully Maintained Throughout The Lease. Sources For Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic And Sustainability Standards Per The Terms Of The Lease.
the Kansas City District Is Soliciting Feedback From The Small Business Community As Part Of Our Market Research Efforts Associated With This Acquisition. The Following Information Is Requested In This Sources Sought (ss) Announcement With A Limit Of Twenty (20) Pages For Your Response: Please Respond To The Appropriate Section Below. Our Intent Is For All Interested Firms To Submit A Response To This Sources Sought.
the Initial Intent Is For This To Be A Turnkey Facility, With The Selected Contractor Providing Site Plan, Floor Plan, Furniture Layout (provided And Installed By Others), Site Prep, Concrete Walkways, Delivery And Set-up, Removal Of Facilities At The End Of The Lease. The Contractor Would Also Be Responsible For Utilities, Security Fence, Operation And Maintenance Of The Facility And The Site.
1. Firm’s Name, Address, Email Address, Website Address, Telephone Number, And Business Size (small Or Large) And Type Of Ownership For The Organization; Include Duns Number And Cage Code.
2. Experience: Evidence Of Capabilities To Perform Work Comparable To That Required For This Project. Provide 3-5 Recent, Relevant, Comparable Projects Completed In The Last 8 Years. Submittal Must Include The Project Name; Contract Number; Dollar Value Of The Project; Description Of The Key/salient Features Of The Project. Include A Detailed Explanation Of The Scope Of Work Your Firm Performed. Identify The Contracting Office And The Customer/user (include Point Of Contact Information). Pictures Of The Construction And Set-up Of One Project Would Be Helpful. A Video If Available Of The Modular Industry Process From Order To Installation That Would Help Educate Our Client Would Be Helpful.
3. Based On The Information Above, Please Explain Your Standard Processes, Including Lease Terms, Delivery Time From Award/order, What Part Of The Scope Would Be Done In House And What Would Be Subcontracted.
4. Explain How You Would Provide The O&m For The Leased Facilities, What Is The Standard Turn Around On A Maintenance Call? Would These Services Be Subcontracted? The Lessor Shall Have A Representative Available To Promptly Respond To Deficiencies, And To Immediately Address Any Emergency Situations.
5. Explain Your Standard Process Regarding Design, Manufacturing, Standard Options Other Unique Elements For Consideration.
6. Are You Able To Customize The Space To Meet Mission Requirements To Include:
electronic Security Systems, Intrusion Detection, Cctv Yes___ No___
soundproof Space Yes___ No___
increased Ventilation Yes___ No___
telecommunication Rooms Yes___ No___
chemical Storage Yes___ No___
emergency Eye Wash Stations Yes___ No___
patient Exam Rooms Yes___ No___
overhead Rolling Doors Yes___ No___
would You Be Able To Quote The Requirement In Whole To Include The Fabrication, Site Work, Delivery, Install, Maintenance, And Demolition Of The New Prefabricated Modular Building Iaw The General Description Listed Above?___________________________________________________________
the Following Is Related To The Budget Calculation Used By The Modular Building Industry. We Understand That Several Factors Would Affect The Final Bid Or Price. It Is Important To Have A Budget Figure Based On The Limited Criteria Above. This In No Way Would Be Considered A Quote Or Bid.
what Is The General Price Per Square Foot Of A Single Level Prefabricated Modular Facility?
_________________________________________________________________________
what Is The General Price Per Square Foot Of A Two-level Prefabricated Modular Facility With Elevators?
__________________________________________________________________________
will A Sub-contractor Be Used? Yes___ No___
if So, What Disciplines Will Require A Sub-contractor?
please Provide Facility Pricing Schedules And Lease / Buy Options.
please Send Your Sources Sought Responses Via Email By 10:00 A.m. Cst, January 15th, 2025, To:
scott Morrison At Scott.morrison@usace.army.mil
ines Necker At Ines.necker@usace.army.mil
jay Denker At Jay.b.denker@usace.army.mil
Closing Date15 Jan 2025
Tender AmountRefer Documents
Zarz d Dr g Miejskich i Komunikacji Publicznej w Bydgoszczy Tender
Services
Software and IT Solutions
Poland
Details: Title: Usługa Utrzymania W Stałej Sprawności (ciągłej Pracy) Urządzeń Działających W Ramach Systemu Its W Bydgoszczy W 2025 Roku
description: 1. Przedmiotem Zamówienia Jest Usługa Utrzymania W Stałej Sprawności (ciągłej Pracy) 223 Urządzeń Działających W Ramach Systemu Its W Bydgoszczy W 2025 Roku, Zainstalowanych W Ciągach Komunikacyjnych W Granicach Administracyjnych Miasta Bydgoszczy Będących W Zarządzaniu Zamawiającego, W Tym: 93 Kamer Cctv, 68 Kamer Arcp, 32 Tablic Vms, 10 Stacji Meteo, 20 Stacji Pomiaru Ruchu Oraz Serwerowni (w Tym Połączeń Światłowodowych Wraz Z Urządzeniami), Obszarowego Systemu Zarządzania Ruchem Scats Oraz Innych Programów I Aplikacji Wchodzących W Skład Systemu Its. W Trakcie Realizacji Zamówienia Ilość Urządzeń Its Podlegających Usłudze Nie Ulegnie Zwiększeniu. 2. Szczegółowy Opis Przedmiotu Zamówienia I Warunki Wykonania Zamówienia Zostały Zawarte W Projektowanych Postanowieniach Umowy Z Załącznikami, Stanowiących Załącznik Nr 1 Do Swz, W Tym: 1) Wykaz Urządzeń Its, Stanowiący Załącznik Nr 2 Do Umowy, 2) Specyfikacja Wykonania Usługi (swu), Stanowiącą Załącznik Nr 3 Do Umowy, Oraz We Wzorze Formularza Ofertowego, Stanowiącym Załącznik Nr 2 Do Swz I Wzorze Wyceny Usługi Zawierającej Ilość Przewidywanych Prac, Stanowiącym Załącznik Nr 3 Do Swz. 3. Posiadana Przez Zamawiającego Dokumentacja Istniejącego Systemu I Sieci Its Zawiera Szczegółowe Informacje O Konfiguracji Systemu, Które Mogłyby Zostać Wykorzystane Do Np. Przeprowadzenia Nieautoryzowanego Dostępu Do Systemu/sieci Lub Mogłyby Zostać Wykorzystane Do Sabotażu Lub Destabilizacji Systemu/sieci. Z Uwagi Na Charakter Tych Danych, Zamawiający Nie Może Ich Udostępnić Na Etapie Postępowania. Zamawiający Zapewni Dostęp Do Tej Dokumentacji Wykonawcy, Z Którym Będzie Zawarta Umowa Na Wykonanie Usługi. 4. Zamawiający Deklaruje, Że W Całym Okresie Trwania Umowy Zleci Usługi W Zakresie Utrzymania W Stałej Sprawności Części Programowej Systemu Its Oraz Urządzeń Serwerowych I Backup (część A Wyceny Usługi) Na Poziomie Nie Mniejszym Niż 10 Miesięcy, Oraz Usługi W Zakresie Wymiany/naprawy Urządzeń Its Wraz Z Potrzebnym Sprzętem Oraz Materiałami Oraz Ich Konserwacji (część B+c Wyceny Usługi) Wg. Potrzeb Zamawiającego. 5. Zamawiający Nie Stawia Bezwzględnego Wymogu Przeprowadzania Wizji Lokalnej, O Której Mowa W Art. 131 Ust. 2 Pzp, W Terminie Poprzedzającym Złożenie Oferty, Ale Sugeruje Przeprowadzenie Jej W Interesie Wykonawcy Bez Udziału Zamawiającego Celem Właściwego Określenia Zakresu Realizacji Zamówienia. 6. Zamawiający, Zgodnie Z Art. 95 Ust. 1 Pzp, Wymaga Zatrudniania Przez Wykonawcę Lub Podwykonawcę Przy Realizacji Zamówienia (w Całym Okresie Obowiązywania Umowy) Na Umowach O Pracę, Osób Bezpośrednio Wykonujących Usługi, Tzw. Pracowników Fizycznych, Tj. Pracowników Wykonujących Czynności Związane Z Pracami Określonymi W Swu, Polegającymi M.in. Na: Montażu I/lub Naprawie Urządzeń, Lub Instalacji Elektrycznych - Elektromonterów, Prowadzeniu I Obsłudze Samochodowego Podnośnika Koszowego - Kierowca/operator. Wymóg Ten Nie Dotyczy Osób Weryfikujących I Dokonujących Zmian Części Programowej, Ani Dostawców Urządzeń I Materiałów Szczegółowy Opis Wymagań Zamawiającego W Tym Zakresie Znajduje Się W Projektowanych Postanowieniach Umowy, Które Stanowią Załącznik Nr 1 Do Swz. 7. Wykonawca Może Powierzyć Wykonanie Części Zamówienia Podwykonawcy, Z Uwzględnieniem Zakazu Opisanego W Pkt V.11. Swz. W Zakresie Podwykonawstwa, Zastosowanie Mają Przepisy Art. 462-465 Pzp. Wykonawca Jest Zobowiązany Wskazać W Ofercie Oraz W Jedz Części Zamówienia (w % Lub Zakres Rzeczowy), Których Wykonanie Zamierza Powierzyć Podwykonawcom, Oraz Nazwy Ewentualnych Podwykonawców, Jeżeli Są Już Znani. Brak Oświadczenia Wykonawcy W Tym Zakresie Oznaczać Będzie, Że Wykonawca Zamierza Samodzielnie Realizować Całość Zamówienia. Wykonawca Odpowiada Za Działania, Uchybienia, Zaniedbania Podwykonawcy, Jak Za Swoje Działania. 8. Zamawiający Nie Przewiduje Możliwość Udzielenia Zamówień, O Których Mowa W Art.214 Ust.1 Pkt 7 Pzp. 9. Zamawiający Nie Dopuszcza Składania Ofert Częściowych. Zamawiający Nie Dokonuje Podziału Zamówienia Na Części. Uzasadnienie Braku Podziału Zamówienia Na Części: Topologia Sieci Systemu Its (ringi) I Połączenia Wszystkich Urządzeń Nie Pozwalają Na Podział Zadania Na Mniejsze Zakresy. System Its Składa Się Z Kilku Ściśle Związanych Ze Sobą Podsystemów (np. Sterowania Ruchem Z Monitoringiem Wizyjnym, Zarządzania Transportem Publicznym, Informacji Parkingowej Oraz Naprowadzania Pojazdów Na Drogi Alternatywne) I Ich Rozdzielenie Wpłynęło By Negatywnie Na Prawidłowe Działanie Systemu, A Co Za Tym Idzie Na Płynności Ruchu Drogowego Oraz Na Bezpieczeństwo Uczestników Tego Ruchu. Brak Podziału Na Części Nie Ogranicza Dostępu Do Zamówienia Wykonawcom Z Sektora Mśp.
Closing Date8 Jan 2025
Tender AmountRefer Documents
Technical Education And Skills Development Authority - TESDA Tender
Publishing and Printing
Philippines
Details: Description Certificate Holder, A4, Royal Blue 75 Piece 65.00 Ink Cart, Epson L3110, 003 Black 11 Bottle 325.00 Ink Cart, Epson L3110, 003 Cyan 10 Bottle 325.00 Ink Cart, Epson L3110, 003 Magenta 11 Bottle 325.00 Ink Cart, Epson L3110, 003 Yellow 6 Bottle 325.00 Photo Paper, Matte Finish, A4 Size 7 Pack 115.00 Certificate Frame, With Glass (a4) 25 Piece 100.00 External Hard Drive, 1tb, 2.5" Hdd, Usb 3.0 1 Unit 4,000.00 Ink Refill,brother Dcp-t71ow Bt D60, Black 8 Bottle 400.00 Ink Refill,brother Dcp-t71ow Bt 5000, Magenta 9 Bottle 400.00 Ink Refill,brother Dcp-t71ow Bt 5000, Yellow 6 Bottle 400.00 Ink Refill,brother Dcp-t71ow Bt 5000, Cyan 9 Bottle 400.00 Ring Binder, Plastic 32mm, 10 Pieces Per Bundle 2 Piece 202.00 Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip 32 Piece 35.00 Sign Pen, Blue, Liquid/gel Ink, 0.5mm Needle Tip 33 Piece 35.00 Sign Pen, Red, Liquid/gel Ink, 0.5mm Needle Tip 5 Piece 35.00 Sign Pen, Black (1.0) 15 Piece 35.00 Sign Pen, Blue (1.0) 15 Piece 35.00 Sign Pen, Black (1.5) 15 Piece 35.00 "sign Pen, Blue (1.5) " 15 Piece 35.00 Ballpoint Pen Black (0.7) 15 Piece 10.00 Ballpoint Pen Blue (0.7) 15 Piece 10.00 Mouse Pad 4 Piece 90.00 Mouse, Optical, Usb Connection Type 2 Unit 166.00 Ballpen, Black 465 Piece 10.00 Ballpen, Blue 26 Piece 10.00 Ballpen, Red 8 Piece 10.00 Tape, Double Sided Without Foam, 1" 11 Roll 45.00 Vellum Board, Letter Size, 10 Sheets Per Pack 9 Pack 30.00 Dishwashing Sponge, Foam 44 Piece 20.00 Disinfectant Liquid, Liter 52 Gallon 245.00 Fabric Conditioner 68 Piece 330.00 Muriatic Acid 2 Gallon 110.00 Trashbag, Medium, Plastic (5), 10 Pcs. Per Pack 34 Pack/roll 40.00 Paper Clip, Gem Type, 32mm, 100 Pieces Per Box 12 Box 10.00 Paper Clip, Gem Type, 48mm, 100 Pieces Per Box 1 Box 25.00 External Drive (8 Tb) 1 Unit 6,000.00 Paper, Multicopy Letter, (80 Gsm) 8 Ream 150.00 Morocco Board 8 1/2 X 11 Blue 8 Pack 50.00 File Holder/file Box/file Document Organizer 5 Piece 200.00 Ring Binder, Plastic 25mm Blue 1 Piece 280.00 Sticky Note/ Note Pad Stick 7cm X 1cm 4 Pads 35.00 Trash Bag, Large 12 Pack/roll 60.00 Photo Paper A4, Glossy 5 Pack 70.00 Id Jacket With Sling 375 Piece 15.00 Canon Paper, Letter Size, Box, Brilliant White 1 Box 900.00 Sticker, Paper (hi Gloss For Inkjet) 2 Pack 50.00 Canon Board, Letter Size, 10 Sheets Per Pack - White 88 Pack 65.00 Ring Binder, 80 Rings, Plastic, 32mm X 1.12m 2 Bundle 202.00 External Hard Drive, At Least 4 Tb (hdd For Cctv And Server Backup) 3 Unit 10,000.00 Internal Hard Drive, At Least 8 Tb (hdd For Server) 1 Unit 35,000.00 Canon Paper, Letter Size, Box (cream) 2 Box 828.00 Photo Quality Inkjet Paper Matte Finish, A4 Size 20 Pack 70.00 Photo Quality Inkjet Paper Matte Finish, Short Size 5 Pack 70.00 Mouse, Optical 3 Unit 1,000.00 Map Pin, Round Head, 100 Pieces Per Case 1 Box 45.00 Marker, Permanent, Chisel Type, Black 15 Piece 35.00 Push Pin, Flat Head Type, Assorted Colors 1 Boxes 35.00 Pvc Cover, A4 50 Pieces 7.00 "notebook, Stenographer, Spiral, 40 Leaves " 100 Pieces 14.00 Board (paper), Cream, Letter Size 10 Packs 75.00
Closing Date3 Feb 2025
Tender AmountPHP 184.1 K (USD 3.1 K)
City Of Pagadian Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Sp Building (phase 04) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.3 Permits And Clearances L.s. 1.00 B.5 Project Billboard/sign Board Ea 1.00 B.7 (2) Occupational Safety And Health Program Ls 3.00 Part Ii Civil Works Part A Plain & Reinforced Concrete Works 900(1)c1 Structural Concrete For Stairs, (class A, 28 Days) M3 4.26 900(1)c4 Structural Concrete For Columns, (class A, 28 Days) M3 0.41 900(1)c6 Structural Concrete For Beams, (class A, 28 Days) M3 0.55 902(1)a Reinforcing Steel Of Reinforced Concrete Structures, Grade 33 Kg 128.49 902(1)b Reinforcing Steel Of Reinforced Concrete Structures, Grade 40 Kg 543.47 903(1)c Formworks And Falseworks (for Overhead Works) M2 916.98 Part B Finishings And Other Civil Works B.1 Finishing Works 1018(1) Glazed Tiles And Trims M2 1,883.01 1003(1)a 16mm Thk Non-sag Acoustic Board On Aluminum Tee Runners M2 190.31 1003(1)e Gypsum Board On Metal Frame Ceiling M2 726.67 1016(1)a Cement Based Waterproofing M2 185.90 1027(1) Cement Plaster Finish M2 7.41 B.2 Fabricated Materials 1006(1) Steel Louver Door M2 1.89 1007(1)b1 Aluminum Framed Glass Door (double Swing Type) M2 19.20 1008(1)c Aluminum Glass Window (awning Type) M2 7.80 1008(1)d Aluminum Glass Window (fixed Type) M2 1.50 1008(1)d2 Aluminum Glass Wall (fixed Type)- Tempered Reflective Glass M2 140.48 1010(2)b Wooden Panel Door M2 82.94 1011(1) Steel/aluminum Roll Up Door Ls 1.00 B.3 Painting Works 1032(1)a Painting Works (masonry Painting) M2 1,527.37 1032(1)b1 Painting Works (ceiling And Dry Wall Painting) M2 1,463.77 Part Iii Electrical Works 1100(10) Conduits, Boxes, And Fittings L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(21) Power Load Center, Switchgear, And Panel Boards L.s. 1.00 1105(20) Network Cabling L.s. 1.00 1106(1) Cctv System L.s. 1.00 1200(1) Ventilating Equipment L.s. 1.00 I.4a Permits And Electrification L.s. 1.00 1208(1) Fire Alarm System L.s. 1.00 Invitation To Bid The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Contract Reference No. Infra-2025-01-06 Name Of Contract: Construction Of Sp Building (phase 04) Brgy. San Jose, Pagadian City 1saip24-8000rf-c-f Approved Budget For The Contract -p 14,633,770.68 Completion Of Work -180 Calendar Days Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A Value Of At Least 50% Of The Abc, And Have Key Personnel And Equipment (listed In The Eligibility Forms) Available For The Prosecution Of The Contract. The Bac Will Use Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. All Particulars Relative To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a.9184 And Its Implementing Rules And Regulations (irr). Below Is The Schedule Of Procurement Activities: Activity Date 1-advertisement/posting Of Invitation To Bid January 14, 2025 To January 21, 2025 2-issuance And Availability Of Bidding Documents January 14, 2024 To January 28, 2025 3-pre-bid Conference January 16,2025 4- Submission And Receipt Of Bids /bid Opening January 28, 2025 The Bac Will Issue To Prospective Qualified Bidders, Bidding Documents At The Bac Secretariat, Office Of The City Planning And Development Coordinator, Pagadian City, Upon Payment Of A Non-refundable Amount Of (p 15,000.00) To The Office Of The City Treasurer-cashier. Prospective Bidders Shall Submit Their Duly Filled-up Bidding Documents On The Scheduled Date For The Submission And Receipt Of Bids /bid Opening To The Bac, Pagadian City. The City Government Of Pagadian 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 Ra9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Ms. Jenny Rose Z. Egama City General Services Officer Bac Chairman Date Posted: January 14, 2025 To January 21, 2025
Closing Date21 Jan 2025
Tender AmountPHP 14.6 Million (USD 249.8 K)
Department Of Tourism Tender
Others
Philippines
Details: Description T E C H N I C A L S P E C I F I C A T I O N S Project Title: Procurement Of A Service Provider For The Warehouse/storage Of Non-current And Permanent/archival Dot Records I. Purpose/objective • To Acquire Services Of A Third-party Service Provider For Insured Storage Space Which Will Store All The Non-current And Permanent/archival Dot Records. Ii. Minimum Requirement For Suppliers • The Service Provider Must Be Iso 9001:2015 Certified; • The Service Provider Must Be Located Within The Cities Of Parañaque City, Pasay City, Makati City Or Manila; • The Service Provider Should Specialize In Providing Storage Solutions And Transportation; • The Service Provider Should Have Operated For At Least 5 Years In Storage Management; • The Service Provider Must Be Willing To Provide A List Of Past Clientele, Details Of Work Done, And Contact Details Of Their Clientele For Verification Purposes; • The Service Provider Shall Secure Adequate Insurance For The Warehouse, Including All The Boxes And Their Content Stored Therein During Transit, Against Fire, Theft, And Acts Of God For The Duration Of The Contract; • The Service Provider Must Be Fully Outfitted With Equipment To Protect The Records Of Dot From Disasters, And In Such A Case, Has Recovery Mechanisms To Ensure That No Further Unnecessary Damage Shall Be Suffered By Stored Documents; • The Service Provider Shall Have A Warehouse With Steel Racks, Handling Equipment, And Environmental And Thermal Control Systems For Proper Storage Of Documents; • The Service Provider Must Comply With 24/7 Roving Security Guard/s And Stationary Security Guards, 24/7 Cctv Cameras And Fire Protection System Which Includes A Sufficient Number Of Fire Extinguishers, Automatic Fire Alarm Systems Or Smoke Detector/s; • The Service Provider Shall Have A Fully Insulated Warehouse With Maintained Temperature Between 15-25° C (59-77° F) And Relative Humidity Between 35-65% Rh; • The Service Provider Shall Always Keep All The Documents, Records And Files Placed Under Its Care Secure And Confidential. For This Purpose, No Storage Boxes Shall Be Opened, Inspected Or Tampered With In Any Form By The Service Provider Without The Written Consent Of Dot; • The Service Provider Shall Have A Barcode System For Tracking And Inventory Of Documents And Generating Electronic Reports. It Shall Provide Barcode Stickers For Every Box Stored Therein; • The Service Provider Shall Provide Standard And Customizable Boxes For Document Storage; • The Transfer/pick-up Of Boxes From The Existing Provider Must Be Shouldered By The Winning Bidder Free Of Charge. Iii. Scope Of Work 1. The Third-party Service Provider Should Be Able To Provide The Following: • Provision Storage Box Sizes Of (l16” X W13”x H13”) And (l24” X W15” X H10”); • Storage Spaces That Can Accommodate A Minimum Of 1,050 Pieces And 306 Pieces For Boxes With The Measurement Of L16” X W13”x H13” Boxes And L24” X W15” X H10”, Respectively - Projected Only; • Barcoding Of Boxes; • On-site Access For Retrieval Of Boxes; • Retrieval/pull-out Of Records/boxes By The Dot; • Pick-up Of New Boxes From Dot For Storage To Service Provider; • Provision Of Quarterly Inventory Report. Particulars Storage Rental (12 Months) Type B Box (size: L16" X W13" X H13") – 830 Boxes Type C Box (size: L24” X W15” X H10”) – 306 Boxes Storage Rental (9 Months) Type B Box (size: L16" X W13" X H13") – 220 Boxes Purchase Of Boxes Type B Box (size: L16" X W13" X H13") – 520 Boxes Type C Box (size: L24” X W15” X H10”) – 100 Boxes Retrieval Of 432 Boxes (on-site Access Or Delivery To Dot Office) Pick-up Of 520 Boxes From Dot Office To Physical Warehouse/storage Barcoding Of 620 Boxes Iv. Approved Budget Of The Contract Seven Hundred Twenty-four Thousand Seven Hundred Eighty-seven Pesos And 84/100 Only (php724,787.84), Inclusive Of Applicable Taxes, Chargeable Against Fy 2025 General Appropriations Act (gaa), As-general Administration Expenses (gae) Funds. V. Delivery Period/ Contract Duration • January 10, 2025 To December 31, 2025 Vi. Payment Procedure The Service Provider Shall Charge Dot On A Monthly Basis To Include The Following Transactions: • Storage Rental Charges • Handling Charges (temporary Or Permanent Retrieval, Delivery And Pick-up) • Packaging Materials Or Purchase Of Box/carton • Barcoding Fee Billing Invoice Must Be Accompanied By Work Order Request Form And Transaction Receipts. Vii. Compliance To Specifications/provision • The Winning Bidder Shall Warrant Its Performance In Accordance With The Specifications As Stated In This Tor, And Design/concepts As Approved By The Dot-end User And That Any And All Resulting Defects Or Deviations Shall Be Corrected By The Winning Bidder At Its Own Expense Immediately Upon Being Informed Thereof By The Dot-end User; • The Winning Bidder Shall Hold In Confidence All Confidential Information And Shall Not Use, Reproduce, Nor Disclose To Others The Approved Office Supplies Except To Those Persons Entrusted/authorized By The Dot-end User. • The Dot-end User Has The Right To Pre-terminate The Contract As Needed. However, The Winning Bidder Will Be Given A Notice 15 Days Prior To The Pre-termination. Viii. Project Officer/contact Person Prepared By: Checked By: (original Signed) (original Signed) Maricel C. Malalad Resil F. Solis Head, Gsd-records And Communication Section Oic-chief, General Services Division Approved By: (original Signed) Atty. John Benedict T. Tigson Director, Administrative Service Department Of Tourism Tel. No.: 8459-5200 To 30 Local 114 Telefax: 890-0189
Closing Date13 Jan 2025
Tender AmountPHP 724.7 K (USD 12.4 K)
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Proposed Two (2) Storey Standard Pagcor Multi-purpose Evacuation Center (phaseii) Capitol Site, Brgy. Alang-alang, Borongan City, E. Samar 1. The Provincial Government Of Eastern Samar, Through Pdrrmf Cy 2025 Intends To Apply The Sum Of Nineteen Million One Hundred Twenty Eight Thousand Five Hundred Twenty Five Pesos & 77/100 Only (php19,128,525.77) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-100 Proposed Two (2) Storey Standard Pagcor Multi-purpose Evacuation Center (phaseii), Capitol Site, Brgy. Alang-alang, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. I – Project Billboard/sign Board (1.00 Each), Item No. Ii – Occupational Safety And Health Program (1.00 L.s.), Item No. Iii – Mobilization/demobilization (1.00 L.s.), Item No. Iv – Scaffolding And Staging (1.00 L.s.), Item No. V – Doors & Windows (365.39 Sq.m.), Item No. Vi – Plain Cement Floor Finish With Floor Hardener (133.90 Sq.m.), Item No. Vii – Unglazed Ceramic Tiles (1,607.00 Sq.m.), Item No. Vii – Glazed Tiles And Trims (278.00 Sq.m.), Item No. Ix – Built-up And Preformed Membrane Waterproofing (370.00 Sq.m.), Item No. X – Painting Works (masonry Painting) (5,537.00 Sq.m.), Item No. Xi – Painting Works (wood Painting) (80.00 Sq.m.), Item No. Xii – Painting Works (metal Painting) (1.00 Lot), Item No. Xiii – Airconditioning System (1.00 Lot), Item No. Xiv – Ventilating Equipment (1.00 L.s.), Item No. Xv – Water Pumping Station (1.00 L.s.), Item No. Xvi – Automatic Water Sprinkler System (1.00 Lot), Item No. Xvii – Storm Drainage And Downspout (1.00 L.s.), Item No. Xviii – Fire Alarm System (1.00 L.s.), Item No. Xix Public Address System (1.00 L.s.), Item No. Xx – Cctv System (1.00 L.s.), Item No. Xxi – Conduit, Boxes And Fittings (auxillary) (1.00 L.s.), Item No. Xxii – Network Cabling (voice And Data) (1.00 L.s.), Completion Of The Works Is Required Within 200 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 05, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 21, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date21 Feb 2025
Tender AmountPHP 19.1 Million (USD 330.6 K)
3361-3370 of 3430 archived Tenders