Fire Extinguisher Tenders
Fire Extinguisher Tenders
Municipality Of Carranglan, Nueva Ecija Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Identification No. Carr-goods-06-2025 1. The Municipal Government Of Carranglan Through The 70% Of 5% Municipal Disaster Risk Reduction And Management (mdrrm) Fund For C.y. 2025 Intends To Apply The Sum Of Two Million Two Hundred Thousand Pesos (p 2,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Emergency Response Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Carranglan Now Invite Bids For The Supply Of Emergency Response Vehicle With The Following Specifications: Item : Ambulance Quantity : 1 Unit Specifications: • Engine : 2982cc, 4-cylinder L Type, Dohc (dual Over-head Cam) 16 Valve, Four Stroke Common Rail Diesel, Variable Nozzle Turbo Intercooler, Euro 4 Emission. • Power : 136 Ps/3,400 Rpm • Torque : 300nm/1,200-2400 Rpm • Transmission : 5 Speed Manual (dash Mounted) • Color : White Standard Equipment: • 195/85 Tires And R15 6jj X 15” Steel Rims (with Full Cap). Front Suspension: Double Wishbone With Stabilizer Bar, Rear Suspension: Rigid Axle With Leaf Spring. Front Brakes: Ventilated Disc, Rear: Leading Trailing Drum. • Front Headlamp: Multi-reflector, Halogen With Integrated Clearance And Turn Lamp. Vinyl Seat Material, Analog With Digital Trip Meter Instrument Panel. Steering Wheel / Steering Column: 4-spoke, Urethane With Chrome Logo / Tilt-adjustable. • Ambulance Set-up (cabinet, Stretcher, 2 Rear Seats W/ Storage, Partition, Grab Rails, Interior Light Fire Extinguisher, Assist Grip, Stainless Steel Flooring, Rear Bumper Protector, Compartment Of Spine Board, Door Trim Cover, Iv Holder, Oxygen Tank Bracket, Beacon Lights W/ Siren And Pa System, Pillar-mounted Antenna. • 2din Cd/tuner/mp3/aux/usb With Remote Control, 2 Speakers. Dual Manual Control Air Conditioner. • Safety Includes Side Door Impact Beams, Dual Srs Airbags (driver & Passenger), Front Seatbelt: 3pt. Elr (electric Locking Retractor) 2pcs. With Pretensioner On Driver & Passenger + 2pt. Nr 1pc. Inclusions: • Lto Registration : 3 Years • Warranty : Three (3) Years Or 100,000kms Whichever Comes First. • Lumina Tint, Carpet Matting, Seat Cover, Tools, Free Labor From 1,000 Kms To 5,000 Kms, Ambulance Sticker. 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”. 4. Interested Bidders May Obtain Further Information From Bids And Award Committee Office Of The Municipal Government Of Carranglan, Nueva Ecija And Inspect The Bidding Documents At The Address Given Below From 9:00am To 4:00pm, Mondays To Fridays. 4. 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 (p/5,000.00). 5. The Municipal Government Of Carranglan Will Hold A Pre-bid Conference January 28, 2025 At 10:00am At Bids And Award Committee Office Of The Municipal Government Of Carranglan, Nueva Ecija, Which Shall Be Open To All Interested Parties. 6. Bids Must Be Delivered To The Address Below On Or Before February 10, 2025 At 10:00am At Bids And Award Committee Office Of The Municipal Government Of Carranglan, Nueva Ecija. 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. 7. The Municipal Government Of Carranglan, Nueva Ecija 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.
Closing Date10 Feb 2025
Tender AmountPHP 2.2 Million (USD 37.9 K)
City Of Pagadian Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Construction Of Super Health Center (phase Ii) Item Description Unit Qty. Unit Price Amount Part I General Requirements B.5 Project Billboard/sign Board Ea 1.00 B.7(2) Occupational Safety And Health Program Ls 1.00 Part Ii Completion Of Building A Finishing, Tiles, Ceiling & Steel Works 1003(1)e2 Minirib Ceiling Panel On Metal Frame Ceiling M2 109.16 1003(1)h Ceiling Air Ventilation Unit 31.00 1018(2)b Ceramic Tiles M2 268.41 1018(2)c Non-skid Outdoor Ceramic Floor Tiles M2 23.96 B Fabricated Materials 1004(2) Finishing Hardware Set 7.00 1010(2)b Wooden Panel Door M2 11.76 1008(1)d Aluminum Glass Window (fixed Type) M2 9.63 1051(6) Railings / Handrails Ls 1.00 C Painting Works 1032(1)a Painting Works (ceiling/masonry Painting) M2 897.59 1032(1)b Painting Works (wood Painting) M2 50.31 1032(1)d Wood Staining Works M2 9.69 D Architectural Features 1027(3) Decorative Stone M² 16.46 Spl 1 Wood Works Ls 1.00 Spl 2 Signages Ls 1.00 E Miscellaneous Works 1208(1) Fire Alarm System L.s. 1.00 1202(6)a Fire Extinguisher Ls 1.00 Spl 3 Other Miscellaneous Ls 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-2025-01-04 Name Of Contract: Construction Of Super Health Center (phase Ii) Tiguma Zone 8, Pagadian City 2saip24-8000df-2a12 Approved Budget For The Contract -p 1,930,000.00 Completion Of Work -120 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 13, 2025 To January 20, 2025 2-issuance And Availability Of Bidding Documents January 13, 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 2,000.00) 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 13, 2025 To January 20, 2025
Closing Date20 Jan 2025
Tender AmountPHP 1.9 Million (USD 32.9 K)
Quisao Elementary School Tender
Civil And Construction...+1Others
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No.: Rfq-2025-01-002 Company / Business Name: ____________________________________________________ Address: ____________________________________________________ Business / Mayor’s Permit No: ____________________________________________________ Tax Identification No.: ____________________________________________________ Philgeps Registration No.: ____________________________________________________ The Department Of Education – Quisao Elementary School Through Its Bids And Awards Committee (bac), Intends To Procure The “procurement Of Painting Supplies And Other Materials For School Operation And Maintenance.”. Through Section 53.9 (negotiated Procurement – Small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Lot Project Title Approved Budget For The Contract (abc) 1 Procurement Of Painting Supplies And Other Materials For School Operation And Maintenance 50,900. 00 2 Procurement Of Painting Supplies And Other Materials For School Operation And Maintenance 69,075.00 Please Submit Your Duly Signed Quotation Addressed To The Bids And Awards Committee (bac) Chairperson And To The Given Address Below, On Or Before 10:00 Am Of February 3, 2025, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Late Proposals Shall Not Be Accepted. Incomplete Documents Shall Be A Ground For Disqualification. Opening Of Quotations / Proposals And Post Qualification Shall Be On February 4, 2025, 3:00 P.m. At Quisao Elementary School, Jp Rizal Street Quisao, Pililla, Rizal. Bidders Are Encourage To Join The Bid Opening On The Date Stated Above. This Rfq Serves As Your Official Invitation. Mariliza C. Vidanes Chairperson, Bids And Awards Committee – Goods And Services Quisao Elementary School Jp Rizal Street National Road Quisao, Pililla, Rizal Email: Mariliza.vidanes@deped.gov.ph Note: Please Submit Quotation (hard Copy) And Required Documents In A Sealed And Signed Envelope. The Interested Bidder Shall Also Submit The Following Documents As Stipulated In The Gppb Resolution No. 21-2017 Along With The Quotation On Or Before The Above Specified Deadline Of Submission Of Quotation: Alternative Mode Required Documents Remarks Statement Of Compliance (“comply Or Not Comply”) Negotiated Procurement – Small Value Procurement (section 53.9) Latest And Valid Mayor’s / Business Permit A Copy Of Your 2025 Mayor’s Or Business Permit Shall Be Submitted. Proof Of Philgeps Registration A Copy Of Valid Philgeps Registration Shall Be Submitted As Proof. Bir Certificate Of Registration A Copy Of Valid Bir Form 2303 Shall Be Submitted As Proof Dti Business Name Registration A Copy Of A Valid Dti Certificate Of Registration Shall Be Submitted As Proof Tax Clearance Certificate A Copy Of Latest Tax Clearance Certificate Issued By The Bureau Of Internal Revenue Or Proof Of Request If Not Yet Available Such As But Not Limited To Official Receipt Or Claim Slip. Notarized Omnibus Sworn Statement A Copy Of Valid Notarized Omnibus Sworn Statement (in The Prescribed Template From Gppb) The Quisao Es – Bac Reserves The Right To Accept Or Reject Any Quotations / Proposals, And To Annul The Procurement Process And Reject All Quotations / Proposal At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Quisao Es– Bac Also Reserves The Right To Waive Any Required Formality In The Proposals Received And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. For Any Clarification And Further Information, Please Refer To: Ma. Belinda A. Quintana Bac, Goods And Services, Secretariat Quisao Elementary School Jp Rizal Street National Road Quisao, Pililla, Rizal Contact Nos. 09265781592 Email Address: Quisaoes.109459@deped.gov.ph Mariliza C. Vidanes Bac Chairperson Intructions: Note: Failure To Follow These Instructions Will Disqualify Your Entire Quotation: 1. Do Not Alter The Contents Of This Form In Any Way. 2. The Use Of This Rfq Is Highly Encouraged To Minimize Errors Or Omissions Of The Required Mandatory Provisions. In Case Of Any Changes, Bidders Must Use Or Refer To The Latest Version Of The Rfq, Except When The Latest Version Of The Rfq Only Pertains To Deadline Extension. If Another Form Is Used Other Than The Latest Rfq, The Quotation Shall Contain All The Mandatory Requirements/provisions Including Manifestation On The Agreement With The Terms And Conditions Below. In Case A Prospective Supplier/service Provider Submits A Filled-out Rfq With A Supporting Document (i.e., A Price Quotation In A Different Format), Both Documents Shall Be Considered Unless There Will Be Discrepancies. In This Case, Provisions In The Rfq Shall Prevail. 3. All Mandatory Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. 4. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Quisao Es Bac Shall Adopt And Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 7. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Quisao Elementary School. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Quisao Elementary School May Terminate The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Procuring Entity May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Purchase Order (po), And Other Related Documents For The Above-stated Procurement Projects Shall Be Deemed To Form Part Of The Contract. Registered Business Name Name Of Authorized Personnel Date After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Purchase Of Painting Supplies And Materials For Project Paints And Office Table And Chair For Project Tomes. Minimum Technical Specifications Offered Technical Specifications/ Services Statement Of Compliance (“comply Or Not Comply”) Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Technical Specifications - Lot 1 - February Item & Description (material, Size, Color Etc.) Quantity Unit Of Measure Office Chair-black, Reclineable 1 Unit/s Office Table-4 Drawers With Key Lock, 110cm X 55cm 1 Unit/s Fire Extinguisher-10lbs Capacity-refill 12 Unit/s Fire Extinguisher-10lbs Capacity 10 Unit/s Technical Specifications - Lot 2 - March Item & Description (material, Size, Color Etc) Quantity Unit Of Measure Paint-16l, For Concrete, Rosienna 3 Pail/s Paint-16l, For Concrete, Tile Red 3 Pail/s Paint-for Concrete, 16l, Emerald Green 4 Pail/s Paint-3.75l, Qde, Emerald Green 8 Gallon/s Paint-for Concrete, 16l, Lemon Yellow 2 Pail/s Paint Brush-1" 5 Piece/s Paint Brush-3" 5 Piece/s Paint Thinner-gallon 1 Can/s Paint Roller-baby, 4", Cotton 5 Piece/s Paint Roller-baby, 7", Cotton 5 Piece/s Paint-16l, Qde, Ynares Blue 2 Pail/s Flourescent Bulb With Housing Set-40w 20 Set/s Delivery Requirements: Delivery Must Be Made 5 Days After The Receipt Of Purchase Order Financial Offer Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. Lot 1 Purchase Of Painting Supplies And Materials For Project Paints And Office Table And Chair For Project Tomes. Approved Budget For The Contract Offered Quotation ₱50,900.00 In Words: In Figures: Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/es Lot 2 Purchase Of Painting Supplies And Materials For Project Paints And Office Table And Chair For Project Tomes. Approved Budget For The Contract Offered Quotation ₱69,075 In Words: In Figures: Note: Please Attach The Breakdown Of The Offered Proposal Inclusive Of Vat Which Will Be The Basis For The Computation Of Unit Prices Signature Over Printed Name Position/designation Office Telephone/fax/mobile Nos. Email Address/es
Closing Date3 Feb 2025
Tender AmountPHP 119.9 K (USD 2 K)
Offizielle Bezeichnung Tender
Civil And Construction...+1Others
Germany
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m
Closing Date28 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Others
Germany
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m
Closing Date3 Jan 2025
Tender AmountRefer Documents
Municipality Of Villaba, Leyte Tender
Automobiles and Auto Parts
Philippines
Details: Description Specifications: I. Engine Cab And Chassis Model : Nqr Engine : 4 Cylinder In-line, Turbo Intercooler, Common Rail Direct Injection, Blue Power Diesel Engine Bore & Stroke : Ø 115 X 125mm Displacement : 5,193cc Max. Output Kw(ps)/rpm : 114(155.0)/2,600rpm Max. Torque N-m(kg-m)/rpm : 419(49.0)/1,600-2,600 Fuel Tank Capacity : 100l Tire : 7.50 X R16 X 12pr Ii. Water Tank • The Water Tank Is Made Of Electrically Welded Stainless Steel Material, With A Capacity Of 4,000 Liters, With Baffled In Longitudinal And Transverse Direction To Prevent Surge During All Driving Conditions. The Oval Shape And Mounting Of The Tank Is Such As To Bring The Center Of Gravity To As Low As Possible. The Tank Is Equipped With A Combination Of Aeration Unit Acting As A Relief Valve To Prevent Damage To The Tank When Filled From The Pump Or Hydrant System Under Pressure. Furnishings • Tank To Pump Feed • Pump To Tank Filling • Drain Tap • Pump Anti Swirl Design: To Prevent Air From Being Entrained While Pumping Water Tank Contents Level Indicator Iii. The Firepump Model : Ve500asportable Fire Pump Engine : 2 Stroke, 1 Cylinder, Air Cooled, Electric And Manual Starting System, Electronic Fuel Injection Fuel Feed System Suction: 4 Blade Rotary-vane Vacuum Pump, Manual Priming System, Manual Priming System Pump : Single Suction, Single Stage, High Pressure Turbine Pump Weight : Dry Weight – 49 Kg Operative Weight – 55 Kg Dimensions (lxwxh) : 575 X 475 X 537 Mm Iv. Crew Accomodation Enclosed Driving Compartment With Sitting Capacity Of 3 Persons. With Airconditioning System. V. Electrical Equipment • One (1) Set Light Bar And Amplifier With 5 Tone Siren And Microphone, Public Address System Two (2) Pieces Mounted Search Light • Eight (8) Pcs Led Strobe Light (2 On Both Sides, 2 On Rear, 2 On Front) Vi. Equipment List 1. Two (2) Pieces 1 ½” Gun Type Variable Nozzle 2. Six (6) Length Double Jacket Firehose 1 1/2"x 50 Ft Nst 3. Three (3) Length Double Jacket Firehose 2 ½” X 50 Ft Nst 4. One (1) Pc Brass Spanner Wrench 1 1/2" 5. One (1) Pc Brass Spanner Wrench 2 1/2" 6. Two (2) Pcs Reducer 2 1/2"x 1 1/2" Nst 7. Two (2) Pcs Double Female Adaptor 2 1/2" 8. One (1) Pc Crow Bar 9. One (1) Piece Pike Pole 10ft With Wooden Handle 10. One (1) Pc Bolt Cutter 11. One (1) Pc Pick Head Axe 12. One (1) Pc Flat Head Axe 13. One (1) Pc Sledge Hammer 14. One (1) Pc Fiberglass Extension Ladder 24 Ft 15. One (1) Pc Siamese Wye Connection 2 ½” X 1 ½” X 1 ½” Nst 16. One (1) Set Stainless Water Cannon With Straight Nozzle Tip 17. One (1) Pc 2 1/2” X 20’ Suction Clear Hose With Spring 18. One (1) Pc Fire Extinguisher- Dry Chemical 10 Lbs. 19. Four (4) Set Fireman’s Suit, Locally Made (fire Coat, Trouser, Helmet And Boots) 20. One (1) Set Truck Maintenance Tools 21. One (1) Set Early Warning Device 22. One (1) Set Spare Tire Vii. Paint Work A. General During Production Process The Vehicle (chassis) And Superstructure Will Be Protected By Paints And Or Anti Corrosion Products. Under Coating Shall Be Provided. B. Color Scheme The Body Work Color Would Depend On The Choice Of The Client; Top Coated With Several Layers And Rubbed To Luster Finish. Viii. Training Two (2) Qualified Trainers Will Be Sent On Hand Of Delivery Of Truck To The Customer Site To Give Training In The Operation And Maintenance Of The Unit Ix. After Sales Maintenance Service One (1) Year Warranty/after Sales Services Will Be Provided Which Includes Technical Backup, Maintenance And Repair Of The Unit And Its Component. One (1) Year Free Check-up And Labor After The Warranty Period X. Iso Certification *9001-20156 & 45001-2018 By Tuvrheinland Price - Php 8,337,811.00 Delivery Schedule - Within 90 Days From The Receipt Of Your Purchase Order Terms Of Payment - 15 Days Upon Delivery Warranty - One (1) Year From Date Of Acceptance
Closing Date30 Jan 2025
Tender AmountPHP 8.3 Million (USD 142.1 K)
City Of San Jose, Nueva Ecija Tender
Automobiles and Auto Parts
Philippines
Details: Description The San Jose City Local Government Through The Ldrrm Fund Intends To Apply The Sum Of Twelve Million Pesos (₱12,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Procurement And Delivery Of Eight (8) Units Rescue Vehicle. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. Description 8 X Units Rescue Vehicle Specifications: Length X Width X Height(mm) – 5305x1795x2100 Wheelbase (mm) – 3085 Tread (front/rear) – 1510/1510 Gross Vehicle Weight – 2790 Curb Weight – 1905 Payload Capacity – 885 Displacement – 2393 Fuel Type – Deisel Max Output (ps/rpm) – 150/3400 Max Torque (nm/rpm) – 343/1400-2800 Transmission – Smt Suspension (front/rear) – Ifs Coil/rigid Leaf Spring Brakes (front/rear) – Disc/drum Tire And Disc Wheel – 195r14c Steel Steering Type – Power Steering Air-conditioning System – Manual Cooler Rescue Upgrades: Medical Equipment Oxygen 20lbs With Content, Regular Ambubag, Adult/minor, Surgery Kit, Spine Board Strap, Bp Apparatus/desk Type, First Aid Kit 303, Stretcher, Canvas/blue, Two-wheel Folding Type Lighting Trailer Accessories Electronic Winch With Monitoring, 21 Led, Light Bar, Led Work Lamp Round Ballmount, Hitch Pin With Key, Trailer Tow Hitch Blinker With Pa System, Roof Rack With Crossbar, Led 12v Lamp, 7w, Fire Extinguisher 10lbs Brand-new Spay On Bed, Liner And Tube Frame With Canvass Cover Lto Registration For Three (3) Years Approved Budget For The Contract (abc): Php 12,000,000.00 Source Of Fund: Ldrrm Fund The San Jose City Local Government Now Invites Bids For The Procurement And Delivery Of Eight (8) Units Rescue Vehicle. Delivery Of Goods Is Required Within Fifteen (15) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly, In Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local And Foreign Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. Interested Bidders May Obtain Further Information From The City Of San Jose And Inspect The Bidding Documents At The Address Given Below During Mondays Thru Fridays, 8:00 Am–12:00 Nn And 1:00 P.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 06 Up To 28, 2025 From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty Five Thousand Pesos (₱25,000.00). 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 Non-refundable Fee For The Bidding Documents. Pre-bid Conference Which Will Be Open To Those Who Bought Bidding Documents Will Be Held On January 14, 2025 At 10:00 Am At The City Procurement Office. San Jose City Will Hold The Following Schedule Of Public Bidding Activities At 10:00 A.m. At 3rd Floor City Procurement Office, This City; 1) Posting/advertisement – January 06 - 13, 2025 2) Pre-bid Conference – January 14, 2025 3) Deadline For Submission, Opening Of Bids – January 28, 2025 4) Evaluation Of Bids & Post Qualification – January 29 – 30, 2025 5) Awarding Of Contract – January 31, 2025 The City Of San Jose 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/s. For Further Information, Please Refer To; Mr. Gilbert Anthony B. Tayao City General Services Officer Address: General Services Office, City Hall, San Jose City Telephone No. 044-311-0174 Engr. Esteban C. Valdez Jr. City Engineer & Chairman Bids And Awards Committee
Closing Date28 Jan 2025
Tender AmountPHP 12 Million (USD 204.6 K)
Bukidnon State University Tender
Textile, Apparel and Footwear
Philippines
Details: Description 1 Gallon All Purpose Cleaner, 1 Gallon 14 494.81 6,927.34 2 Bottle All Purpose Cleaner, 1 Liter/ Lemon 33 165.11 5,448.63 3 Piece Bath Soap, 60grams, Any Scent 55 34.99 1,924.45 4 Pc Butterfly Squeeze Mop Handle: Stainless Steel Or Durable Plastic Material, Approx Length 48-60" (adjustable), Non-slip Grip, Mop Head: Spomge Or Microfiber Material (highly Absorbent), Approx Width 10-12", Replaceable Mop Head, Sqeezing Mechanism: Butterfly Style. 8 1,000.00 8,000.00 5 Piece Doormats, Rectangular Shape, 14x 20 Inches Microfiber Cloth, Non-slip 29 239.66 6,950.14 6 Piece Feather Duster, Approx Overall Length 15-30", Synthetic Feathers, Lightweight 19 110.25 2,094.75 7 Unit Fire Extinguisher, 10lbs, Red, Refill 2 650.00 1,300.00 8 Piece Glass Wiper/mop With Rubber, Blade Width 10-14", Approximate Extension Up To 60 Inches Or More, 22 696.78 15,329.16 9 Box Gloves-vinyl Disposable Approx. 100pcs/box, Made Of Polyvinyl Chloride, Size: Medium 21 500.00 10,500.00 10 Pack Kitchen Towel Tissue, 2ply, Approx 70pulls, 2s/pack 19 277.07 5,264.33 11 Gallon Liquid Detergent,, General Purpose Liquid Cleaner, For Household Or Office Use, 1 Gal 26 455.62 11,846.12 12 Bottle Liquid Hand Soap, 1000ml *noalkyl Phenol Ethoxylates (apeo) *no Builders From Phosphates 66 234.02 15,445.32 13 Unit Mop Bucket, Capacity: Approx 5 Gal., Press Down And Side Press Wringers, Hdpe, With Non-marking Wheels,heavy Duty 11 2,635.50 28,990.50 14 Piece Pail, Plastic,, 14 Inches Diameter, 14 Inches Min., With Metal Handle 65 198.45 12,899.25 15 Piece Sacks Size:approx. 65.5mmx100.5mm (wxl) Color:white 200 15.00 3,000.00 16 Dozen Shampoo, 12-15ml /sachet 60 77.18 4,630.80 17 Piece Sponge Mop, With Pole, Absorbent Sponge Mop, Stainless Steel Pole (mop And 1 Extra Refill) Extendable Length: 37.4"-49.2" 11 656.25 7,218.75 18 Pack Table Napkin(pre Cut), 1,000 Sheets/pack 11 377.74 4,155.14 19 Pack Toilet Deodorizer, 99%, 50 Gms, 3pcs/pack 195 175.10 34,144.50 20 Set Toilet In Tank Flush Deodorizer Cleaner, Blue Soap Cleaner, 10pcs/set 35 207.38 7,258.30 21 Pack Toilet Tissue, Jumbo Roll Size, 2 Ply 10 1,165.68 11,656.80 22 Piece Trash Bin With Pedal And Cover, Approx 30l, With Pedal And Cover 30 771.75 23,152.50 23 Pack Trashbag, 10's Xl, Black 275 220.50 60,637.50 24 Pack Trashbag, Large,10 Pcs Per Roll/pack Description Gpp Specs: •made Of Polyethylene (pe). • The Pe Should Contain A Minimum Of 30% Postconsumer Material. 98 150.00 14,700.00 25 Pack Trashbag, Medium,10 Pcs Per Roll/pack Description Gpp Specs: •made Of Polyethylene (pe). 73 100.00 7,300.00 • The Pe Should Contain A Minimum Of 30% Postconsumer Material. 26 Pack Trashbag, Small,10 Pcs Per Roll/pack Description Gpp Specs: •made Of Polyethylene (pe). • The Pe Should Contain A Minimum Of 30% Postconsumer Material. 8 50.00 400.00 27 Piece Water Dipper,, Plastic, 6 Inches Min. Diameter,4.1 Depth And 11 Inches Length Including The Handle 61 50.00 3,050.00
Closing Date17 Jan 2025
Tender AmountPHP 314.2 K (USD 5.3 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0131 - Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro/25ei0131. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building (health Center) At Barangay Rosario, Pinamalayan, Oriental Mindoro Contract Id : 25ei0131 Location : Pinamalayan, Oriental Mindoro Scope Of Works : Construction Of Multi-purpose Building (health Center). This Includes Earthworks, Civil Works, Masonry Painting (painting Of Perimeter Walls, Beams And Column), Steel Painting Of Railings, Plumbing Works (sewer Lines, Cold Water Lines, Septic Tank And Plumbing Fixtures), Electrical Works (wires And Wiring Devices, Conduits Boxes And Fittings, Panel Board, And Lighting Fixtures), And Mechanical Works (fire Extinguisher And Fire Alarm System) Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. 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. 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. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 – February 04, 2025 Until 10:00 A.m. 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 Of Php 5,000.00. 7. 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. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025 Until 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 18. 11. Bid Opening Shall Be On February 04, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. 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. 12. The Dpwh - Southern Mindoro 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. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Municipality Of Pototan, Iloilo Tender
Publishing and Printing
Philippines
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Pototan Bids And Awards Committee Tel No. (033) 321-2596 Email Address: Bacsecpototan20@gmail.com Date: Rfq No.: G2025-01-006 (np-sv) Company/business Name: Address: Business/mayor’s Permit: Tin: Philgeps Registration Number (required): The Municipality Of Pototan, Through Its Bids And Awards Committee (bac), Intends To Procure The Supply And Delivery Of Office Supplies For Used Of Comelec For May 12,2025 National And Location Election, Through 52.1(b) – (shopping For Ordinary Office Supplies And Equipment) Under 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Please Submit Your Proposal For The Item/s Described And Required Herein, Subject To The Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative On Or Before 2:00 Pm Of February 7,2025 Addressed To: Reina B. Perez Chairperson, Bids And Awards Committee Office Of The Bids And Awards Committee, Local Government Center M.b. Peñaflorida St., Pototan, Iloilo Pursuant To Appendix A “documentary Requirement For Alternative Methods Of Procurement” Of Annex “h” Of 2016 Revised Irr Of Ra No. 9184, Bidders Shall Prepare And Submit The Required Documentary Requirements. In Addition, Bidders Shall Submit Separate Copies Thereof (original, Copy 1 Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2 With A “certified True Copy” Stamp With Signature. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. The Following Documents Are Required To Be Submitted Along With Your Proposal On Or Before The Above Set Deadline. For Any Clarification, You May Contact Us At Telephone No. (033) 321-2596 Or Email Address At Bacsecpototan20@gmail.com. Riza M. Holland Head, Bids And Awards Committee Secretariat Terms And Conditions: 1. All Entries Must Be Filled-up, Written, Or Printed Legibly. Failure To Use This Form Will Result To Disqualification Of Your Bid. 2. Delivery Period: Delivery Should Start Within Seven (7) Days Upon Receipt Of Notice To Proceed And Within 7 (seven) Calendar Days. 3. Bids And Bid Securities Shall Be Valid For One Hundred Twenty (120) Calendar Days From The Date Of The Opening Of Bids. 4. Bids Exceeding From The Approved Budget For The Contract (abc) Shall Be Disqualified. 5. The Participating Bidder/supplier Or An Authorized Representative Must Indicate An Email Address Or Working Fax Number. Notice To The Bidder Through Either Of These Means (email/working Fax Number) Is Considered Sufficient Notice. 6. The Supplier /awardee(s) Must Conform To The Notice Of Award Within Three (3) Calendar Days From Notice Of Such Award And Enter Into Contract With The Procuring Entity Within Ten (10) Calendar Days From Receipt By The Winning Bidder Of The Notice Of Award. Otherwise, The Award Shall Be Forfeited Or Cancelled. 7. If The Certificate Of Product Registration (cpr) Is Required, The Supplier/bidder Is Encouraged To Submit Their Clear Copy Of The Cpr Prior To The Day Of The Bidding Or Canvass For Pre-checking/examination To Determine If It Is Responsive To Or Covers The Item(s) Bid Or Purchased. 8. The Awardee Shall Be Responsible For The Source(s) Of His Supplies, Materials, Equipment And Shall Make Deliveries In Accordance With The Schedule, Quality And Specifications Of Award And Purchase Order. Failure Of The Awardee To Comply With The Same Shall Be Ground For The Cancellation Of The Award And Purchase Order Issued To The Awardee. 9. All Deliveries By The Suppliers Shall Be Subject To Inspection And Acceptance By The Representative Of The General Services Office And End User. 10. Rejected Deliveries Shall Be Construed As Non-delivery Of The Product (s)/item (s) So Ordered And Shall Be Subject To Liquidated Damages, Subject To The Terms And Conditions Prescribed Under Paragraph 11 Hereof. 11. Supplier Shall Guarantee His Deliveries To Be Free From Defects. Any Defective Item (s) /product(s) Therefore That Maybe Discovered By The End-user Within The Warranty Period After Acceptance Of The Small Shall Be Replaced By The Supplier Within Seven (7) Calendar Days Upon Receipt Of A Written Notice To That Effect. 12. Performance Security Or Warranty Security, As The Case May Be, Shall Be Required By The Winning Bidder In Accordance With The Provisions Of R.a. No. 9184 And Its Revised Implementing Rules And Regulations. 13. When An Occurrence Of A Tie, Among Bidders Takes Place, I.e., Two Or More Of The Bidders Are Determined And Declared As The Lowest Calculated And Responsive Bidder (lcrb), The Winning Bidder Shall Be Determined By Draw Lots Upon Notice To The Bidders Concerned And/or Their Authorized Representatives In Accordance With The Relevant Circulars Issued By The Government Procurement Policy Board (gppb). 14. The Supplier Must Indicate Its Complete Business/mailing Address. Otherwise, The Lack Thereof Is A Ground For Disqualification. 15. All Offers/quotations Must Be Properly Sealed And Marked In Envelopes. Non-compliance Is A Ground For Disqualification. 16. The Printed Name And Signature Of The Bidder/supplier Or Its Authorized Representative Must Be Legible And Verifiable And Must Indicate His/her Position. Non-compliance Is A Ground For Disqualification. 17. Bidders Shall Submit Separate Copies Thereof (original, Copy 1 Copy 2) And Each Set Of Documents Must Clearly Indicate Whether The Same Is Original, Copy 1, Or Copy 2 With A “certified True Copy” Stamp With Signature In Each And Every Document. Non-compliance Shall Be A Ground For Declaration Of Failure/disqualification. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Project Title: Supply And Delivery Of Office Supplies For Used Of Comelec For May 12,2025 National And Location Election Minimum Technical Specifications Offered Technical Specification/service "statement Of Compliance (“comply” Or “not Comply”)" Note: Non-compliance With The Minimum Required Specifications Shall Be Rejected. Item Description 1 Bondpaper A4 2 Bondpaper Short 3 Bondpaper Long 4 Expandable Envelope 5 Plastic Paper Fastener 6 Metal Fastener 7 Ballpen Black 0.5mm 8 Ballpen Blue 0.5mm 9 Ballpen Red 0.5mm 10 Sign Pen 0.5mm Blue 11 Pencil #2 12 Correction Tape 5mm X 12m 13 Log Book 500 Sheets 14 Log Book 200 Sheets 15 White Folder Long 16 Brown Envelope Long 17 Brown Envelope Short 18 Mailing Envelope Long 19 Dater 20 Stapler With Remover 21 Staple Wire #35 5m 22 Scissor Medium (stainless) 23 Flat Rubber Bands 350g 24 Stamp Pad No. 2 Blue 25 Stamp Pad Ink Blue 26 Mkg Ups 650va / 360w 27 Cyber Power Ups- Ut800eg 28 Printer Ecotank Mfp Wifi Integrated Ink 29 Ink 003 Black 30 Ink 003 Cyan 31 Ink 003 Magenta 32 Ink 003 Yellow 33 Ink 664 Black 34 Ink 664 Cyan 35 Ink 664 Magenta 36 Ink 664 Yellow 37 Tote Eco Bag Xl 38 Steno Notebook 39 Alcohol 40 Alcohol 250 Ml 41 Magazine Box W/ Cover 42 Thermal Paper (76mm X 60m 43 Fire Extinguisher 10lbs Project Title: Supply And Delivery Of Office Supplies For Used Of Comelec For May 12,2025 National And Location Election "approved Budget For The Contract (abc) One Hundred Forty-two Thousand Six Hundred Pesos (p142,600.00)" Item Unit Description Quantity Brand Name Unit Cost "total Cost (qty X Unit Cost)" 1 Ream Bondpaper A4 40 2 Ream Bondpaper Short 30 3 Ream Bondpaper Long 10 4 Pc Expandable Envelope 100 5 Box Plastic Paper Fastener 50 6 Box Metal Fastener 20 7 Pc Ballpen Black 0.5mm 300 8 Pc Ballpen Blue 0.5mm 60 9 Pc Ballpen Red 0.5mm 60 10 Pc Sign Pen 0.5mm Blue 60 11 Pc Pencil #2 60 12 Pc Correction Tape 5mm X 12m 50 13 Pc Log Book 500 Sheets 3 14 Pc Log Book 200 Sheets 5 15 Pc White Folder Long 200 16 Pc Brown Envelope Long 300 17 Pc Brown Envelope Short 100 18 Pc Mailing Envelope Long 300 19 Pc Dater 3 20 Pc Stapler With Remover 3 21 Pc Staple Wire #35 5m 20 22 Pc Scissor Medium (stainless) 5 23 Box Flat Rubber Bands 350g 5 24 Pc Stamp Pad No. 2 Blue 6 25 Bot Stamp Pad Ink Blue 10 26 Unit Mkg Ups 650va / 360w 1 27 Unit Cyber Power Ups- Ut800eg 1 28 Unit Printer Ecotank Mfp Wifi Integrated Ink 1 29 Bot Ink 003 Black 10 30 Bot Ink 003 Cyan 10 31 Bot Ink 003 Magenta 10 32 Bot Ink 003 Yellow 10 33 Bot Ink 664 Black 10 34 Bot Ink 664 Cyan 10 35 Bot Ink 664 Magenta 10 36 Bot Ink 664 Yellow 10 37 Pc Tote Eco Bag Xl 100 38 Pc Steno Notebook 300 39 Gal Alcohol 3 40 Bot Alcohol 250 Ml 300 41 Pc Magazine Box W/ Cover 50 42 Roll Thermal Paper (76mm X 60m 100 43 Pc Fire Extinguisher 10lbs 1 Total Offered Quotation In Words: In Figures: ____________________________ Signature Over Printed Name ____________________________ Position/designation ____________________________ Office Telephone/fax/mobile ____________________________ Email Address
Closing Date7 Feb 2025
Tender AmountPHP 142.6 K (USD 2.4 K)
1361-1370 of 1429 archived Tenders