Fabrication Tenders
Fabrication Tenders
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid January 27, 2025 1. The Dpwh- Quirino District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of ₱4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Stated Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh- Quirino District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1 Name Of Project/location : Basic Infrastructure Program (bip) - Multi-purpose Building/ Facilities To Support Social Services - Construction Of Multi-purpose Building (day Care Center), Barangay Rizal, Saguday, Quirino Contract I.d. : 25bk0064 Brief Project Description 1 Storey Multi-purpose Building Scope Of Works : Construction Of Multi-purpose Building Other General Requirements • Permits And Clearances • Project Billboard/signboard • Occupational Safety And Health • Mobilization / Demobilization Earthworks • Structure Excavation, Common Soil • Embankment From Roadway/structure Excavation, Common Soil • Embankment From Borrow, Common Soil • Gravel Fill Reinforced Concrete • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed), Grade 40 • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Vault, Concrete/chb • Plumbing Fixtures • Cold Water Lines • Ceiling 4.5 Mm, Metal Frame, Fiber Cement Board • Flush Door • Doors, Wood Panel • Glass And Glazing • Fabricated Metal Roofing Accessory, Gauge 26 (0.551 Mm), Flashings • Fabricated Metal Roofing Accessory, Gauge 24 (0.701 Mm), Gutters • Prepainted Metal Sheets, Above 0.427 Mm, Rib Type, Long Span • Floor Finishes • Cement Plaster Finish • Painting Works, Masonry/concrete • Painting Works, Steel • Reflective Insulation • Perforated Ceiling Panel • Chb Non Load Bearing (including Reinforcing Steel), 100mm • Chb Non Load Bearing (including Reinforcing Steel), 150mm • Metal Structure Accessories, Turnbuckle • Metal Structure Accessories, Bolts And Rods • Metal Structure Accessories, Sagrods • Metal Structure Accessories, Cross Bracing • Metal Structure Accessories, Steel Plates • Structural Steel, Trusses • Structural Steel, Purlins • Railing Electrical • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures And Lamps Mechanical • Airconditioning, Package/split Type Approved Budget For The Contract (abc) : ₱4,950,000.00 Project Duration : 111 Calendar Days Cost Of Bidding Documents : ₱5,000.00 Pcab License Category C&d (size Range : Small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category (see Table Above). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. 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. 4. Pursuant To Gppb Resolution No. 15-2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh- Quirino District Engineering Office And Inspect The Bidding Documents At Procurement Unit Office, Dpwh Quirino District Engineering Office During Weekdays From January 29, 2025 - February 19, 2025. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above. Pursuant To Section 17.5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. It 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. 10. The Dpwh- Quirino District Engineering Office Will Hold A Pre-bid Conference On February 5, 2025 9:00 A.m. Via Zoom Meeting Id: 460 121 7399 Passcode: Pru_24 At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Www.youtube.com/@dpwh.quirino.districteo, Which Shall Be Open To Prospective Bidders. 11. 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 The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_quirino@dpwh.gov.ph For Electronic Submission On Or Before February 19, 2025 Not Later Than 10:00 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 16. 13. Bid Opening Shall Be On February 19, 2025 Immediately After The Deadline Of Submission Of Bids, Via Zoom (same Id And Passcode With The Pre-bid Conference) At Conference Room, Dpwh Quirino District Engineering Office And Through Live-stream On Youtube Channel: Https://www.youtube.com/@dpwhquirinodeoproclivestream. 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. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 15. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No.9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 16. The Dpwh- Quirino 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Www.youtube.com/@dpwh.quirino.districteo For Online Bid Submission: Electronicbids_quirino@dpwh.gov.ph 18. For Further Information, Please Refer To: Brenda B. Carbonel Head, Procurement Staff Email Address: Carbonel.brenda@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 72.3 Million (USD 1.2 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 25b00041 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala-santo Niño-lasam Road -package 1, Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of ₱72,375,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 25b00041: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala-santo Niño-lasam Road -package 1, Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala-santo Niño-lasam Road -package 1, Cagayan Contract Id No. : 25b00041 Location : Alcala, Cagayan Brief Project Description : Installation Of One (1) Span Steel Craneway, Driving Of Steel Sheet Pile For Slope Protection At Abutment A (6.8 M. Horizontal Length), Installation Of Four (4) Pieces Steel Girder At 125m. Length Per Girder, Embankment At Abutment A For Slope Protection, Construction Of Hexapods For Pier 3 Scour Protection Scope Of Works : Facilities For The Engineer • Provision (rental Basis), Operation And Maintenance Of Combined Field Office, Laboratory And Living Quarterr Building For The Engineer • Provision Of Furniture/fixtures, Equipment And Appliances For The Field Office For The Engineer Other General Requirements • Project Billboard/ Signboard • Occupational Safety And Health Program • Traffic Management • Mobilization/ Demobilization • Environmental Management And Monitoring Earthworks • Embankment (from Borrow) Road/bridge Construction • Steel H-piles, (furnished, Driven) • Structural Steel Sheet Piles, (furnished, Driven) • Structural Steel, (erected, Furnished And Fabricated) Grade 50 • Structural Steel, Furnished, Fabricated, And Erected Grade 36 • Structural Steel,painting Works • Bolts With Nuts And Washers Protective Works And Accessories • Hexapod Approved Budget For The Contract (abc) : ₱72,375,000.00 Contract Duration : 311 Calendar Days Inclusive Of 20 Unworkable/rainy Days, 62 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bcscp - Bridges: Construction - Steel (superstructure) - With Cast-in-place Piles. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A For Bridges. 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. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 04 - 24, 2025, From The Address Given 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 Fifty Thousand Pesos Only (₱50,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On February 11, 2025, 11:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 The Bds Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 24, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 24, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: February 04 - 10, 2025 Conspicuous Place (procurement Bulletin Board): February 04 - 10, 2025
Public Service Delivery Tender
Others
Canada
Closing Date15 Jan 2025
Tender AmountRefer Documents
Description: Manitoba Reference Number: Mb-mbpb-10s-00026 Issuing Department: Procurement And Supply Chain Date Issued: 20/12/2024 Issued By: Gom Psc Telephone: 204 945-6361 This Request For Quotation (solicitation) Is An Invitation By The Government Of Manitoba (manitoba), As Represented By The Minister Of Public Service Delivery, To Prospective Vendors To Submit Bid Submissions For The Supply And Delivery Of Quonset For The Department Of Natural Resources And Indigenous Futures. For The Purposes Of This Procurement Process, The Solicitation Contact Will Be: Subject Title: Rfq# 30109 - Supply & Delivery Of Quonset Contact Email: Bids@gov.mb.ca Contact Name: Marc Go Vendors And Their Representatives Are Not Permitted To Contact Any Employees, Officers, Agents, Elected Or Appointed Officials, Or Other Representatives Of Manitoba, Other Than The Solicitation Contact, Concerning Matters Regarding This Solicitation. Failure To Adhere To This Rule May Result In The Disqualification Of The Vendor And The Rejection Of The Vendor's Submission. Inquiry Submission Deadline: January 7, 2025 _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 21/03/2025 1.00 Each Gsin: N5600material: 77414 Structure, Building, Construction And Manufacturing Components And Supplies, As Described Below: Fabricated Enclosed Quonset Must Meet The Following Requirements: -,,30'x70'x21' Engineered, Governor Quonset Structure With Garage Door At One End And Enclosed At The Opposite End -,,engineered Truss Frame Built With High Strength, Galvanized, Allied 50/55 Steel That Is Rust And Corrosion-resistant -,,specialty Polyethylene Cover/fabric Material That Is Abrasion, Flex, And Uv Resistant; Heavyweight Woven Fabric No Less Than 0.59mm Thick, And A Grab Strength Of No Less Than 370 Pounds; White And Green In Colour -,,14'x14' Accutrack Raising Door (same Poly Fabric As Cover) -,,36" Man Door -,,4 Of End-mounted 3'x3' Louvered Vents (2 Each End) -,,43 Of 2.5'x2.5'x5' Steel Strapped Engineered Concrete Blocks (ground Anchors Will Not Work For This Location) -,,must Be Structurally Engineered And Plans Must Be Included; Engineered Fee Included -,,delivery At Whiteshell Fish Hatchery, West Hawk Lake. Notes: - Bids Must Be All-inclusive Of All Supplies, Materials, Delivery Charges - The Whiteshell Fish Hatchery Is Located On The Edge Of The Canadian Shield. The Site In Which The Quonset Is To Be Erected May Contain Rock Below Ground. Because Of This, Auger Piles May Not Be An Option For Anchoring The Quonset. ======================================================== Mandatory Submission Requirement: The Bid Must Be Signed By A Representative Of The Vendor With The Authority To Bind The Vendor. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: _______________________________________ Your Quotation Reference # (if Applicable) _____________________ Evaluation And Award : A. Pricing The Submitted Pricing Of Each Qualified Bid Submission Will Be Evaluated In Accordance With The Price Evaluation Method Which Is Generally The Lowest Overall Price Or Stipulated Lump Sum. In The Event That A Vendor's Pricing Appears To Be Abnormally Low In Relation To The Deliverables, Manitoba May Require The Vendor To Provide A Detailed Explanation Of The Pricing Information To Account For The Low Level Of Price And Confirm That All Requirements In Respect Of The Deliverables Have Been Taken Into Account. If The Vendor Is Unable To Satisfactorily Account For The Abnormally Low Pricing, Manitoba May Reject The Submission. Manitoba May Also Reject Any Submission That Contains Unbalanced Pricing. Pricing May Be Considered Unbalanced Where Nominal Or Significantly Understated Prices Are Proposed For Some Elements Of The Deliverables And Inflated Prices Are Proposed For Other Elements Of The Deliverables. Unbalanced Pricing Includes, But Is Not Limited To, #front-loaded# Pricing Which Contains Inflated Pricing For Deliverables To Be Provided Or Completed At The Beginning Of The Contract, Offset By Understated Pricing For Deliverables To Be Provided Or Completed Later In The Contract. B. Selection Compliant Vendors Will Be Ranked Based On The Price Evaluation. Subject To The Process Rules Contained In The Terms And Conditions Of The Solicitation Process, The Top-ranked Vendor Will Be Invited To Enter Into The Contract In Accordance With The Terms And Condition Of This Solicitation. In The Event Of A Tie, The Selected Vendor Will Be Determined By Way Of Coin Toss. The Selected Vendor Will Be Notified In Writing And Will Be Expected To Satisfy Any Applicable Conditions Of This Solicitation, Including The Pre-conditions Of Award Listed Below, And Enter Into The Contract Within The Timeframe Specified In The Selection Notice. Failure To Do So May Result In The Disqualification Of The Vendor And The Selection Of Another Vendor Or The Cancellation Of The Solicitation. C. Pre-conditions Of Award The Following Documents Will Be Required From The Top-ranked Vendor(s) As A Condition Of Award: Signed Bid Submission. Terms And Conditions: A. Solicitation Process: Manitoba General Terms And Conditions Are Incorporated By Reference Into This Solicitation And Shall Apply To The Solicitation. The Manitoba General Terms And Conditions Are Available And Can Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf B. Contract Award Process: The Purchase Order (po) To Be Issued To The Top-ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions To Be Accessed At The Following Link: Https://www.gov.mb.ca/central/psc/pubs/form/manitoba_po_terms_condi Tions.pdf Deliverables: A. Product Offered: The Product Offered Must Meet The Specified Requirements And Expectations For Its Intended Use. If It Is The Vendor's Intention To Offer An Item Which Does Not Meet All The Specification Or Description As Outlined, Then Vendor Must Indicate All Intended Deviations Or Changes On The Return Quote. B. Delivery: F.o.b. Destination, Freight Prepaid To: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Is Vendor Able To Meet The Requested Delivery Date Of March 21, 2025 Or Earlier? Yes____ Or No ____ If No, Indicate A Realistic Delivery As Follows: Delivery In ___ Working Days Or ___weeks From Receipt Of The Purchase Order. C. Quality: Any Product Supplied Must Be New, Unused, First Quality, And As Specified On The Contract/purchase Order. Demo Units Will Not Be Accepted. Any Substitutes Shipped Without Prior Written Approval Will Be Rejected At Time Of Delivery Or Held At Shipper's Risk Pending Return Instructions. D. Inspection And Acceptance: All Goods Delivered Are Subject To Inspection Prior To Delivery Acceptance. Signing Of Any Delivery Slip Should Not Be Construed As Acceptance Of The Product Delivered. Manitoba Reserves The Right To Reject Any Product, After Final Inspection That Does Not Meet The Specification Or Product Description Requested. Manitoba Reserves The Right To Reject Any Product Supplied Which, Upon Inspection Or Use, Is Deemed By The Using Department To Be Unacceptable For Their Intended Use. Products Rejected By The Using Department Will Be Returned To The Vendor For Full Credit Or Replacement At No Cost To Manitoba Or The Contract May Be Cancelled. Final Inspection And Acceptance Or Rejection Of The Goods Will Be Made Promptly As Practicable, But Failure To Inspect And Accept Or Reject Goods Promptly Does Not Mean That The Manitoba Government Has Accepted These Goods. The Government Of Manitoba Reserves The Right To Inspect The Goods For Up To 90 Days After The Date Of Delivery. Partial Acceptance Or Rejection Of An Order Does Not Release The Vendor From Its Responsibility To Complete The Order. E. Warranty: 1. Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use - Would Usually Be Considered Commercial Application Not Consumer). Product _________ Months Or _______ Years Labour _________ Months Or _______ Years Note: During The Period Of The Warranty Offered, All Labour, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. Manitoba Will Not Pay Additional Charges While The Item(s) Offered Are Under The Above-stated Warranty. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty, Then, An Explanation Must Be Provided. 2. Warranty Service/location: Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. Is Warranty Service Provided On-site At Our Premises? Yes____ Or No ____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service, Closest To The Point Of Delivery, For This Tender<(>,<)> Company Name _______________________________________________ Location (city & Province) _________________________________ Do You Have A Toll-free Phone Number For Warranty Service? Yes____ Or No ____ If Yes, Specify:______________________________________________ 3. After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes____ Or No ____ If No, Indicate The Warranty Service Provider Below. Company Name _______________________________________________ Location (city & Province) _________________________________ 4. Non-warranty For Parts And Service: Provide Details As Follows For The Item(s) Offered (for Occasional Non-warranty Service And Parts Purchases). Current Labour Rate For In-shop Service: $_________ Per Hour Parts And Accessories Charged At: ________ % Discount From ___________ Prices (indicate Msrp, Wholesale, Etc.) F. Contract Term: The Term Of The Contract Will Be In Effect Upon Receipt Of The Purchase Order Until The Completion Of The Deliverables. G. Payment Terms: Manitoba's Standard Payment Term Is Net Thirty (30) Days. If Vendor Has A Different Standard Invoice Payment Term, Specify: ____________________________________________________________ H. Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit Manitoba's Retail Sales Tax? Yes____ Or No ____ If No, Disregard The Following Paragraph. Manitoba's Retail Sales Tax: Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No ____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items, Indicate T Or Nt Opposite Each Item Offered. I. Accounts Receivable Address: For Manitoba's Accounts Payable System Requirement, Is The Vendor's Invoice Address The Same As The Address For Both Orders/quotes And Account Receivable? Yes____ Or No ____ If No, Provide Complete Account Receivable Details, I.e. Box #, Building #, Street, City, Province, Postal Code, Etc. _______________________________________________________________ Proposed Delivery Address: Natural Resources And Indigenous Futures Whiteshell Fish Hatchery - West Hawk Lake Mb-312, Whiteshell, Mb R0e 2h0 Tenders To Be Returned To: Www.merx.com Submissions Must Be Submitted Electronically Through Merx. It Is The Electronic Tendering System Used By Manitoba (the E-procurement System).
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 999.7 K (USD 17 K)
Details: Description Invitation To Bid For Completion Of Multi-purpose Building At San Narciso, Victoria, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Nine Hundred Ninety Nine Thousand Seven Hundred One Pesos And 59/100 (php 999,701.59) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “completion Of Multi-purpose Building At San Narciso, Victoria, Oriental Mindoro (ib No. Cw-2025-032)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 45 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.5 903(1) 1046 (2) A1 1027 (1) 1008(2) 1010(2)b Spl I 1047(1) & 1047(10) 1014(1)b2 1013(2)a2 & 1013(2)b1 1032(1)c 1018(2) 1018(5) 1001(10) 1002(4) 1101(33) 1100(10) 1102(1) 1103(1) Project Billboard / Sign Board Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Cement Plaster Finish Aluminum Glass Window Wood Panel Door Aluminum Door Structural Steel & Metal Structure Accessories Pre-painted Metal Sheets (above 0.472mm, Rib Type Long Span) Fabricated Metal Roofing Accessory Painting Works (steel) Unglazed Tiles Glazed Tiles Pipes With Fittings Connection Plumbing Fixtures Wires & Wiring Devices Conduits, Boxes & Fittings (conduit Works/ Conduit Rough-in) Panelboard With Main And Branch Breakers Lighting Fixtures And Lamps 1.00 Ea 1.00 L.s. 130.49 M2 260.98 Sqm. 17.16 Sqm. 7.14 Sqm. 2.94 Sqm. 4,211.18 L.s. 176.00 Sqm. 45.40 Im. 155.86 M2 9.14 M2 4.26 M2 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 I.s. 1.00 L.s. 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And 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 Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 To January 24, 2025 From Given Address 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 One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before January 24, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On January 24, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom 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. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 17, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Synopsis: This Sources Sought Announcement Is To Assist The Us Army Combat Capabilities Development Command - Soldier Center (devcom-sc) To Identify Potential Sources To Provide An Improved M59 Field Range (m59-i) Prototype For Preparing/cooking Food In Austere Combat Feeding Environments. The Government Requests Responders Submit A Broad Other Transaction Authority Announcement (botaa) Preproposal As Outlined In Devcom-sc Botaa 22-01 Located At: Https://sam.gov/opp/126eaf3a78d847f69b7c94b606877f92/view. Please Refer To Topic Area Of Interest “a. Soldier Sustainment Directorate (ssd), Combat Feeding Division” Starting On Page 19. Submit The Botaa Preproposals To: Paul Mandile, Paul.j.mandile.civ@army.mil, Jean Trumpis, Jean.m.trumpis.civ@army.mil, And Donna Glowka, Donna.m.glowka.civ@army.mil No Later Than Friday 24 January 2025 (3:30 Pm Est). objective: Devcom-sc Is Seeking Information On Technologies Or Capabilities To Obtain And Improved M59a Field Range To Support Combat Field Feeding Operations. background: The M59a Field Range Was Initially Developed By The Army In 1959 And Used With The M2 Pressurized Gasoline Burner As It’s Heat Source. The Range Was Used To Heat Water And Cook Food In The Field By Soldiers. In The Mid 1990’s, The M59a Field Range Underwent Minor Improvements To Enhance Safety And Allow It To Utilize The Army’s Mbu Burner And The Marine Corps Airtronic Burner As Heat Sources. Devcom-sc Is Seeking An Improved Version Of The M59 Field Range For The Near Future That Is Smaller, Highly Mobile, Highly Durable, Reliable, Thermostatically Controlled, Affordable And Designed For Manufacturability Using Cot’s Components And Today’s Advanced Production Methods. requirements: Baseline Performance Testing And Reporting On The Current M59a Field Range. Redesigning, Fabricating, Testing And Delivering An Improved Version Of The M59 Field Range Called The M59 Improved (m59i). The Redesigned M59i Version Will Be Tested Against The Baseline And The Results Reported To The Government. See The Attached Draft Statement Of Work (sow). interested Parties Are Invited To Submit A Response To This Sources Sought Announcement. This Is A Sources Sought Announcement Only this Sources Sought Announcement Is Issued Solely For Information And Planning Purposes And To Identify Interested Sources. This Is Not A Solicitation. No Contract Will Be Awarded From This Announcement. This Sources Sought Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. It Is Subject To Change And Is Not Binding On The Government. Further, Unsolicited Proposals Will Not Be Accepted. Funding Is Not Available At This Time. The United States Army Has Not Made A Commitment To Procure Any Of The Items/services Discussed, And Release Of This Sources Sought Announcement Should Not Be Construed As Such A Commitment Or As Authorization To Incur Cost For Which Reimbursement Would Be Required Or Sought. Response To This Sources Sought Announcement Is Voluntary And No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This And Any Follow-on Information Requests. All Submissions Become Government Property And Will Not Be Returned. not Responding To This Sources Sought Announcement Does Not Preclude Participation In Any Future Rfp If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam.gov Website. It Is The Responsibility Of The Potential Responders To Monitor This Site For Additional Information Pertaining To This Subject. responses:
interested Parties May Identify Their Interest And Capability By Sending Botaa Preproposals Regarding This Requirement To Devcom-sc Via E-mail Only To Paul Mandile, Paul.j.mandile.civ@army.mil, Jean Trumpis, Jean.m.trumpis.civ@army.mil, And Donna Glowka, Donna.m.glowka.civ@army.mil No Later Than Friday 24 January 2025 (3:30 Pm Est). The U.s. Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Expense Of The Interested Party. please Provide Business Size (indicate Your Socioeconomic Status), Applicable Naics Code, And Cage Code. questions:
any Questions For Clarification May Be Emailed To Paul Mandile, Paul.j.mandile.civ@army.mil, Jean Trumpis, Jean.m.trumpis.civ@army.mil, And Donna Glowka, Donna.m.glowka.civ@army.mil No Later Than Friday 17 January 2025 (3:30 Pm Est). Verbal Questions Will Not Be Accepted. Questions Shall Not Contain Proprietary Or Classified Information. An Unattributed List Of Questions And Answers Will Be Published At The Same Web Location Of This Sources Sought Announcement.
Department Of Agriculture Tender
Food Products...+1Agriculture or Forestry Works
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 536 K (USD 9.2 K)
Details: Description Procurement And Delivery Of Seeds And Materials For Vegetable Production And Agrimarine Inputs Lot 1 – Abc (php 253,950.00) 33 Sacks Opv Corn Seeds 18kg/sacks, White Terms And Conditions: 1. With Tag Specified The Following: Lot Number, Germination Rate, Date Of Harvest, Purity (inert Matter), Seed Class And Not More Than 12% Moisture Content; 2. At Least 85% Germination Percentage Upon Testing At Bpi Nsqcs 3. Certificate Of Warranty For 3 Months From The Date Of Delivery And To Replace Any Damaged And Underweight Packaging Upon Delivery Within 7 Calendar Days 4. With Sticker Da-4k Name And Labelled "not For Sale" On The Bag Point Of Delivery: • Mt. Tag-ao, Brgy. Tamulalod Dumarao Capiz 15 Sacks Upland Rice Seeds (heirloom Variety) (40kgs/sack) Terms And Conditions: 1. Must Be Tested At Nsqcs 6 Buntatala, Jaro, Iloilo City 2. With 85% Germination Percentage Upon Testing At Nsqcs 3. With Sticker Da-4k Name And Labelled "not For Sale" On The Bag Point Of Delivery: • So. Nagpana, Brgy. Lipata, Barotac Viejo, Iloilo 100 Kg Peanut Seeds (shelled) 1. Must Be Tested At Nsqcs 6 Buntatala, Jaro, Iloilo City 2. With 80% Germination Percentage Upon Testing At Nsqcs 3. With Sticker Da-4k Name And Labelled "not For Sale" On The Bag Point Of Delivery: • Mt. Tag-ao, Brgy. Tamulalod Dumarao Capiz Vegetable Seeds (for 5 Batches Vegetable Production) 50 Pack Ampalaya F1 (highly Tolerant To Maleness) (10-15 Seeds) 50 Pack Tomato (pope Type) 50 Pack Eggplant F1 (long Purple Type)300-310 Seeds) 50 Pack Okra (smooth Type) (200-210 Seeds) 50 Pack Pole Sitao (dark Green Type, Purple Tip) (100-115 Seeds) 50 Pack Squash F1 (dark Green; Tolerant To Cucurbit Viruses) (30-40 Seeds) (rosalinda Type) 50 Pack Bottle Gourd (tambuli Type) 50 Pack Pechay (black Behi Type) (5000-5100 Seeds) 50 Pack Upland Kangkong (400-410 Seeds) 50 Pack Sponge Gourd (25 Seeds) Terms And Conditions: • Sourced From Psia Accredited Seed Company • Must Be Sealed In Foiled Pack With Sticker Da-4k Logo And "not For Sale" Label (please See Attached Template) • Packaging Date Not Earlier Than Last Quarter Of 2024 • Passed Bpi Germination Rate Standard • Must Be Tested At Nsqcs 6, Wesviarc, Buntatala, Jaro, Iloilo City Point Of Delivery: • Da-wesviarc, Buntatala, Jaro, Iloilo City Lot 2 – Abc (php 282,050.00) 100 Meter Rope #10 50 Pcs Seedling Tray 104 Holes 5 Roll Polyethylene Uv Treated Plastic (stabilizer) Treated 110" X 0.03x 150m 5 Roll Mulching Polyethylene (black)(4ft X 400m) 2 Roll Meshnet Net (1.2 In. X 10 Ft X 100m) 25 Roll Nylon Twine, No. 0.2 Mm, 200m/roll 5 Kl Common Nails #1 5 Kl Common Nails #2 7 Unit Knapsack Sprayer, 16 Liters Capacity (plastic,w/ Accessories) 60 Pcs Bolo, Locally Fabricated Made Of Carbon Steel, Atleast18 Inches Long And 2 Inches Width 20 Pcs Water Sprinkler 8l Capacity 60 Pcs Hand Trowel With Wooden Handle 150 Pair Garden Gloves (oil Resistant, Color: Black) 30 Pcs Cane Knife (blade: 4 X 14-1/2" Long, Over All Length: 21inches) 30 Pcs Spade Tempered Carbon Steel With Wooden Handle 30 Pcs Shovel Tempered Carbon Steel With Wooden Handle 2 Roll Garden Hose With Nozzle, 30m/roll 2 Pcs Plastic Drum,food Grade,with Plastic Lid (blue),200l With Da-4k Logo (painted) For Integrated Pest Management Training 5 Container Mollases 20liters/container 2 Container Native Vinegar 20liters/container 10 Pcs Plastic Pail W/ Cover (capacity:20l) 30 Pcs Kitchen Knife With Plastic Handle 10 Pcs Chopping Board, Plastic 12"x 18" 2 Packs Clear Plastic Bottle 1000 Ml 100pcs/pack Point Of Delivery: • Da-wesviarc, Buntatala, Jaro, Iloilo City Pr # 2025-0338
Oriental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 978.4 K (USD 16.7 K)
Details: Description Republic Of The Philippines Province Of Oriental Mindoro Municipality Of Pinamalayan Office Of The Bids And Awards Committee Invitation To Bid Itb-2024-65 1. The Municipal Government Of Pinamalayan, Oriental Mindoro, Through The Authorized Appropriations Under The Special Education Fund Intend To Apply The Sum Of Nine Hundred Seventy Eight Thousand Four Hundred Thirty Six Pesos And Sixty One Centavos (978,436.61) Being The Approved Budget For The Contract (abc) For The Project “ Construction Of Multi-purpose Hall Ranzo Elementary School. Attachment Annex A For Technical Specification Shall From Part Of Itb 2024-65 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Submission And Receipt Of Bids At Least One (1) Contract Similar To The Project And Whose Value Must Be At Least Fifty Percent (50%) Of The Approved Budget For The Contract (abc). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section 5, 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 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. 4. Bid Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee Amounting To Php 1,000.00 For The Bidding Documents. The Invitation To Bid And Bidding Documents May Be Downloaded From The Website Of The Philippine Government Electronic System (philgeps) And Municipal Government Website (www.pinamalayan.gov.ph) 5. The Schedule Of Bidding Activities Shall Be As Follows: Activities Schedule Venue Sale And Issuance Of Bid Documents December 19, 2024,- January 21, 2025 Bac Office Pre Bid Conference January 8, 2025 At 9:00 O’clock In The Morning Bac Office Submission Of Bids January 21, 2025 At 5:00 O’clock In The Afternoon Bac Office Opening Of Bids January 22, 2025 At 9:00 O’clock In The Morning Bac Office Pre Bid Conference Is Open To All Interested Bidders. For Purposes Of Having A Legal Personality To Raise Or Submit Written Queries Or Clarifications In The Pre-bid Conference Relative To The Bid Project, Bidders Must Pay The Non-refundable Fee For The Bidding Documents On Or Before The Date Of The Pre-bid Conference. For The Pre-bid Conference, Bidders Are Encouraged To Send Their Authorized Technical Representatives Or Personnel, Who Are Familiar With The Bid Requirements And Will Prepare The Documents For The Bidder 6. The Eligibility Requirements And Bid Proposal Documents Must Be Sequentially Compiled In Accordance With The Checklist With Index Table And Table Of Contents For Easy Document Review. 7. The Municipal Government Of Pinamalayan Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Municipal Government Of Pinamalayan Likewise Assumes No Obligation Whatsoever To Compensate Or Indemnify Any Bidder Or Winning Bidders, As The Case May Be, For Any Expenses Or Loss That Said Party(ies) May Incur In Its Participation In The Pre-bidding And Bidding Process Nor Does It Guarantee That An Award Will Be Made. For Further Information, Please Refer To: Enrique N. Mocling Bac Secretariat Madrid Blvd. Pinamalayan Oriental Mindoro Telephone #: 284-4517 Email Address: Bacpinamalayan@yahoo.com Approved By: Carlito M. Mejico , Cpa, Reb Municipal Assessor Bac Chairperson Date Of Publication: Posted Philgeps : Newspaper : Not Applicable Agency Website : December 19, 2024-january 22, 2025 Posted 3 Conspicuous Places: Mun. Hall Bulletin Board Lobby – December 19, 2024-january 22, 2025 2. Dilg/abc Announcement Wall – December 19, 2024-january 22, 2025 3. Pinamalayan Public Market – December 19, 2024-january 22, 2025 Construction Of Multi-purpose Hall (ranzo Es) No. Qty. Unit Description I 1 Each Project Billboard / Signboard Ii 1 Lot Occupational Safety And Health Iii 1 Lot Hauling Of Materials Iv 8.64 Cu.m Structure Excavation, Common Soil And Embankment V 4.57 Sq.m Structural Concrete, Class A, 28 Days (footing And Column) Vi 538.21 Kgs. Reinforcing Steel (deformed), Grade 40 Vii 1 Lot Formworks And Falseworks Viii 1 Lot Metal Structure Accessories Ix 1 Lot Structural Steel (trusses, Facia Frame, Purlins, Sagrod And Cross Bracing) X 1 Lot Prepainted Metal Sheets, Long Span Rib Type And Fabricated Metal Roofing Accessory
Bureau Of Plant Industry Tender
Others
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 125 K (USD 2.1 K)
Details: Description Rfq No. Hv 2025-01-17 Pr No. 25-01-17 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement For Other Supplies And Materials Under Hvcdp - Citrus 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) 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), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Lump Sum. 10. Deadline For Submission Of Bids: January 28, 2025 . 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: Fifteen (15) Working Days Upon Receipt Of Po. 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 125,000.00 End User: Jayson Y. Palaylay Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 10 Pcs. Fabricated Steel Bed (l 2m X W 1m X Side Support 8"; Stand 2ft) 125,000.00 Grand Total 125,000.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi Compound, Guisad, Baguio City 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 Address 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:_______________________________________________________________
U S COAST GUARD USA Tender
Machinery and Tools
United States
Closing Date3 Feb 2025
Tender AmountRefer Documents
Details: Request For Quote #70z08525pseat0013 uscgc Healy - Crane Rescue Basket quote Due Nlt: 02/03/2025, 1 Pm Pst psc: 4240 - Safety And Rescue Equipment naics Code: 332312 - Fabricated Structural Metal Manufacturing this Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far Part 12 - Acquisition Of Commercial Products And Commercial Services | Acquisition.gov And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. request For Quote Number In Header Applies And Is Used As The Solicitation Number. This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, (vendor Must Have An Active Registration In Sam.gov Prior To Award) Which If Timely Received, Shall Be Considered By This Agency. payments Are Net 30 And Will Be Made In Accordance With The Far 52.232-25 Prompt Payment Clause 52.232-25 Prompt Payment. | Acquisition.gov. all Acquisitions Expected To Exceed $10k Can Also Be Found On Sam.gov Under The Same Solicitation/rfq Listed In The Header. the U.s. Coast Guard Cutter Healy (wabg 20) Intends To Award A Firm Fixed Price Purchase Order. the United States Coast Guard Cutter Healy (wabg 20) Has A Requirement For The Following Items: scope Of Work.crane Rescue Basket (qty:1), As Per The Requirements Below. background: Uscgc Healy Requires A Crane Rescue Basket To Transport Personnel During Ice Rescues, Using Their Installed Cranes. crane Rescue Basket (qty:1) Needed Specs: 1500lb Or Less 4-person Suspended Personnel Platform That Can Be Hoisted By A Crane it Will Need A Detachable Test Weight For A 4 Person Platform (roughly 1875lbs) platform Frame Dimensions 96” Length X 48” Width X 42” Guardrail Height access Ramp On Side Opposite Of Gate With No Bar Over For Use With A Gurney Like Sled grating Floor full Perimeter Inner Grab Rail For Fall Arrest Anchorage sides Enclosed From Toeboard To Mid Rail welded Eyes For Tie-off On Front 96” Side At Mid Rail And Top Rail (8 Total) 4 10” U-hooks On Front Side Of Platform To Support Carrying Something Similar To Windows Or Miller Boards With Rubber Bumpers On Top Of Hooks To Protect Gear a 4 Legged Sling Assembly Of ½” 6x36 Iwrc Wire Rope With Safety Leg, Secure To A Master Link And Attached To Platform With Threaded Steel Safety Clevis Pins (with Pull Test Certificate) 10”x4” Fork Tubes With Pallet Jack Access, Security Chains And Pin System Opposite Side From U-hooks For Ease Of Storage Movement mast Guard To Top Rail Only powder Coat Finish In Red (test Weight System In Safety Yellow) data Plates, Certificate Of Compliance, 3-year Warranty, Safety Handbook, Training Video Access compliance With Osha 29cfr Part 1926.1431 (hoisting Personnel) contractor Will Ship Crane Rescue Basket To Uscgc Healy’s Address delivery Address:uscgc Healy, 1519 Alaskan Way South, Seattle, Wa 98134 unit Poc:bmc Julia Kinney Julia.r.kinney@uscg.mil interested Vendors Please Send Official Quote, With A Sam.gov Registered Duns Number, And Email invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov. all Invoices Must Contain The Following Information:cg Contract Number, Vendor’s Invoice Number, Vendor’s Uei, Uei & Tins Number, Cage Number, Po Item Number, Description Of Supplies Or Services, Unit Prices And Extended Totals.shipping Costs Will Be Indicated As A Separate Line Item On The Invoice (if Applicable).shipping Cost $100 Or More Must Be Accompanied By A Separate Freight Invoice When Submitting An Invoice(s) For Payment (if Applicable). to Submit An Invoice, Vendor Must Have Access To Www.ipp.gov. Additionally, A Copy Of The Invoice Must Also Be Sent To The Po Issuing Office At: Kevin.j.nelson@uscg.mil .
Department Of Tourism Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 649.6 K (USD 11.1 K)
Details: Description I. Objectives The Department Of Tourism Aims In Hosting The Golfasian Philippine Golf Invitational, An Inaugural International Tournament, Center On Achieving Several Key Objectives: ▪ Showcase The Philippines’ Golf And Cultural Offerings: Highlight The World-class Golf Courses In Clark, Pampanga, And Tarlac, Alongside The Philippines' Rich Cultural Heritage, To Establish The Country As A Premier Destination For International Golf Tourism. ▪ Attract Global Golf Enthusiasts To The Host Region: Bring In Golfers And Spectators From Across The Globe To The Host Region, Clark And Tarlac, Boosting Local Tourism Revenue And Promoting The Department Of Tourism’s Initiatives For Sustainable Golf Tourism. ▪ Promote Cultural Exchange And International Relations: Facilitate Interactions Among International Participants, Fostering Cultural Exchange And Strengthening The Philippines' Ties With Global Golfing Communities. ▪ Foster Economic Benefits For The Host Region: Drive Economic Benefits To The Host Region By Increasing Demand For Local Accommodations, Transportation, Dining, And Tourism Services, While Promoting Golf Tourism As A Sustainable Growth Sector. Ii. Minimum Requirements For Supplier: A. Must Be A Professional Full-service Events Management Company For The At Least One (1) Year Specializing In Conceptualizing, Producing, Organizing, Staging A National/ Local Level Full Packaged Corporate Event Physically; B. Must Be Accredited With The Philippine Government Electronic Procurement System (philgeps); C. Must Have Handled At Least Fifteen (15) Local And/or International Golf Events For The Last One (1) Year; D. Must Have Capability To Design, Fabricate, And Install Decorations And Design Elements For The Stage And Venue; And E. Must Be Willing To Provide Services On A Send Bill Arrangement. Iii. Scope Of Work Deliverables Components: A. Overall Event Management And Manpower Support: Event Planning, Design, And Production; Planning And Set-up During The Welcome Dinner And Gala Dinner/awards Night; Must Submit Stage/venue Set-up; Scouting, Organizing Facilities And Managing All Event Details Including But Not Limited To Décor/ Physical Arrangements/ Lights And Sounds, Equipment, Host Program, And Printing Of Collaterals; Printing Of Pull-up Banners, Featuring Different Golf Courses; Arrangement/ Coordination Of Flow Activities From Ingress To Egress; Must Submit A Visual Representation Of The Event's Theme For Welcome Dinner And Fellowship & Awards Night Within Two (2) Working Days Of Receiving The Notice Of Award; Coordination With All Suppliers And Venues; Coordination With The Dot Golf Tourism Staff For Details And Requirements Of The Event; Inclusive Of Miscellaneous Expenses For The Entire Team, Including Transportation And Meals, If Applicable. Must Secure Complimentary Parking Passes From The Venue; Final Technical Rehearsals Before The Event With The Event Organizer And Dot Representative; Attend Preparation And Post-event Meetings; Team Of Professionals For Creative, Technical, And Production Staffing: - 1 Event Coordinator - 1 Content Manager - 1 Creative Director - 1 Event Director/ Show Director - 1 Technical Director - 1 Script Writer - 1 Set Designer/ Production Designer - 1 Stage Manager - 1 Technical Crew B. Onsite Event Proper: ✔ Technical Requirements: Provision Of The Following Event Requirements And/or Coordination With The Venue, And Its Technical Team For The Setup, Installation, And Execution Of All Physical And Technical Requirements Which Shall Include But Not Be Limited To The Following: Microphones (goose And Wireless) Amplifiers And Monitors 2 Laptops (mac And Windows) With Appropriate Connectors Appropriate Audio Cables And Video Adapters (vga, Hdmi, Etc.) ✔ Talent Management: Corporate Host Or Master Of Ceremonies To Ensure A Seamless, Dynamic, Vibrant, And Interactive Program During The Welcome Dinner, Ceremonial Tee-off, Fellowship Night And Gala Dinner Iv. Budget The Total Budget Is Six Hundred Forty-nine Thousand And Six Hundred Pesos Pesos (₱ 649,600.00), Inclusive Of Applicable Taxes And Should Cover All Requirements Enumerated Above. The Winning Bidder Shall Be Determined Based On The Proposal With The Most Advantageous Financial Package Cost, Provided That The Amount Of The Bid Does Not Exceed The Above Total Budget. V. Payment Terms Terms Of Payment To The Winning Bidder Shall Be In Accordance With The Government Procedure (send Bill Arrangement). Vi. Contact Information Ms. Claudette Ann Palomar / Lea Jane L. Maputi Product Development Of Golf Tourism And Special Projects Mobile No.: +639 469 282 817/ +639 619 844 325 Phone No.: +632 8459 5200 To 5230 Loc 428 Email Address: Pdgtsp@tourism.gov.ph Prepared By: Claudette Ann T. Palomar Too I And Project Officer Approved By: Lyle Fernando H. Uy, Mba Director, Office Of Product Development Of Golf Tourism And Special Projects
4541-4550 of 4707 archived Tenders