Fire Extinguisher Tenders
Fire Extinguisher Tenders
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Location: Shorewood/whitefish Bay, Wisconsin
delineated Area
n Boundary: _ E. Hampton Road______
s Boundary: __e. North Avenue_______
e Boundary: __lake Michigan________
w Boundary: _milwaukee River_______
the U. S. Army Corps Of Engineers, Recruiting Facilities Program, Is Soliciting Offers For _1629_ Square Feet (useable) Of Retail/office Space Within The Delineated Area. Space Will Need To Be Capable Of Accommodating The Floor Plan Requirements As Shown On The Attached Template (including A Secondary Egress); Have Adequate Parking (prefer It Is Sign Designated) For _4_ Government-owned Vehicles 24 Hours A Day/7 Days A Week, As Well As Adequate Parking Within 4 Blocks For Employee And Customer Vehicles; Include Daytime Janitorial Services; Include Adequate Signage For Maximum Visibility; And Lessor Needs To Secure Three Bids For The Build-out Of The Space To Meet The Construction Specifications Provided. Sites That Are Located Adjacent To Adult Entertainment Shops (i.e. Bookstores, Video Stores, Or Theatres), Night Clubs/bars, Methadone Clinics, Drug Rehabilitation Centers, Marijuana/hemp Dispensaries, Medical Marijuana Dispensaries, Gun Shops, Liquor Stores, Etc. Could Potentially Be Eliminated From Competition As These Are Considered Non-compatible Businesses. Lessors Are Required To Be Registered And Be Active In Www.sam.gov Prior To The Deadline For Final Offer Submission.
offers Will Need To Include A Completed Rental Proposal Worksheet, Proof Of Registration In Www.sam.gov (i.e. Active Cage Code), A Proposed Floor Plan And The Construction Bids For Build-out Meeting The Construction Specifications. Attached Is A Copy Of The Lease Document, The General Clauses, The Construction Specifications, The Janitorial Specifications, The Rental Proposal Worksheet, Instructions For System For Award Management (sam) Registration, And A Floor Plan Template. Thoroughly Review All Documents And Make Sure That You Agree To The Terms Presented. The Government Lease And The General Conditions Are Standard And Are For The Most Part Is Not Negotiable And Must Be Accepted As Written And Shown On The Attached File. Review The Construction Specifications Completely As They Stipulate Additional Lessor Responsibilities.
three (3) Construction Bids For The Build-out Are Requested. After A Bid Is Accepted, No Change Orders Are Authorized, So Bids Need To Be Accurate And Complete (including All Taxes And Fees). Special Attention Should Be Given To Security Requirements (video Entry Control System, Closed Circuit Television System And Video Recording, Dual Roller Shades On Exterior Windows, Fixed Panel Shade On Exterior Entry Door And Peep Hole In Secondary Exit, Perforated Window Wrap), Fragmentation Film On Exterior Windows/glass Doors, Telecommunication Wiring Requirements, Addition Of Water Fountain, Signage, Paint, Wall Graphics, Phone Jacks, Electrical Outlets, And Spec'd Carpet Squares. These Are Items That Can Add A Significant Cost And May Be Overlooked In The Bid Process; However, All Items In The Specifications Need To Be Followed, Even If Code Does Not Require The Item (i.e. Smoke Detectors, Fire Extinguishers, Etc.). Bids Shall Include Any Tear Down/haul Away Expenses.
the Attached Floor Plan Is To Be Used As A Generalized Idea And Reference Tool For Close Proximity Of Amount Of Useable Space This Location Will Require For Build Out In Both Office Space And Common Area Space. Submitted Floor Plans Must Meet The Space Requirements As Designated On Attached Example.
it Is Mandatory That Janitorial Services Be Included In The Lease (lessor Responsible For Contracting These Services). Be Sure To Review The Attached Janitorial Guidance And Ensure The Costs Of These Services Are Included On The Rental Proposal Worksheet.
leases Are Negotiated For A 5-year Term, But They Include A Clause Stating The Government Can Terminate Giving Reasonable Days’ Notice. In Order To Incorporate Firm Term Years, Meaning The Government Cannot Get Out Of The Lease For A Specified Period Of Time, We Ask The Lessor To Provide A Significant Contribution Towards The Build-out Costs. Five-year Firm Term Leases Are Generally Not Considered.
following Are The Factors That Will Be Considered When Evaluating Bids/offers:
location
ability To Meet All Construction Specifications, Security Measures And Lease Requirements
complete Initial And Final Offers Must Be Received By Defined Deadline
competitive Costs In The Best Interest Of The Government
qualitative Ratings By Client For Mission
initial Offers Are Due No Later Than Close Of Business On February 3, 2025(20 Calendar Days From Advertisement In Beta.sam). You Will Receive Feedback Of Your Initial Offer Identifying Missing Items/weaknesses By February 10, 2025(5 Business Days After Initial Closing Date). After Receiving Feedback, Your Best/final Offer Will Be Due No Later Than Close Of Business Onmarch 7, 2025.
Closing Date3 Feb 2025
Tender AmountRefer Documents
City Of Dumaguete Tender
Automobiles and Auto Parts
Philippines
Details: Description Invitation To Bid For The Purchase Of 1 Unit Brand New Ambulance Vehicle The City Of Dumaguete Thru Its Bids And Awards Committee (bac), Invites All Interested Manufacturers, Suppliers, Dealers And/or Distributors To Apply For Eligibility And To Submit Bids For The Supply Of: 1. 1 Unit Brand New Ambulance Vehicle, P2,420,000.00 -high Roof Level Type; Driven By Four (4) Cylinder, 16 Valve, Variable Turbo Charger, 5-speed Manual Transmission; At Least 2,488 Cc Piston Displacement At Least 195r15c Tire Size With Spare Tire; At Least 65 Liters Fuel Tank Capacity; Diesel Fuel Type; At Least 129/3200rpm Maximum Power; Dimensions Of At Least: Seating Capacity: 8 Pax. -with Ambulance Conversion Of At Least: One (1) Unit Fire Extinguisher 2.2 Kg Capacity With Holder, One (1) Set Fabricated Ceiling To Floor Cabinet With First Aid Kit; One (1) Unit Led Light Bar, Strobe Lights (green And Red); One (1) Unit Siren With Speaker And Pa System, One (1) Unit Digital Clock; One (1) Pc. Flashlight Led; Four (4) Pcs. Led Room Lights; One (1) Pc. Power Inverter 2,000 To 3,000 Watts, One (1) Set Negative Pressure System; One (1) Unit Stretcher Ramp; One (1) Lot Tint; One (1) Set Grab Hand Rail Stainless; One (1) Set Overhead Grab Rail (ceiling Type); One (1) Unit 220 V Power Outlet; One (1) Set Aluminum Flooring; Two (2) Modified Seats (front And Side); One (1) Set Acrylic Division With Window (duco Finish); One (1) Lot Reflectorized Ambulance Stickers; One (1) Pc Iv Hook Holder Stainless. -with Medical Equipment/devices Of At Least: Three (3) Pcs Oxygen Masks (for Newborn, Infant, And Adult), One (1) Unit Rigid Cervical Collars; One (1) Unit Thermometer Infrared; One (1) Unit Collapsible Stretcher With Side Rails, Cushion, Wheels & Lock; One (1) Unit Ambubag With Manual Resuscitator; One (1) Set Oxygen Tank (20lbs.) With Regulator And Dehumidifier; One (1) Set Oxygen Tank (5lbs.); One (1) Unit Pulse Oximeter; One (1) Unit Head Immobilizer; One (1) Unit Bp Apparatus-aneroid Type With Standard Stethoscope. Terms Of Reference A. The Unit Shall Be Delivered By The Supplier At City Hall Compound – Dumaguete City Within Thirty (30) Days After The Notice To Proceed. B. Supplier Should Have An Authorized Repair Bay / Automotive Shop (with Qualified Mechanics) Either In Dumaguete City, Sibulan, Bacong Or Valencia. C. Bidders Should Specify The Brand Of Their Offer And Submit A Picture Or Brochure Of Their Offered Equipment In A Class A Envelope During Submission Of Bids. D. Warranty Period (for Parts And Repair Services) Of At Least Three (3) Years Or 100,000 Kms (whichever Comes First) And One (1) Year Gsis Comprehensive Insurance; E. Certification From Supplier Certifying That The Processing Of Vehicle Insurance & Lto Registration Is Undergoing. F. Submit Lists Of Accessories Not Provided In The Brochure. Purpose: For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete Approved Budget For The Contract: Php 2,420,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Of Dumaguete Now Invites Bids For 1 Unit Brand New Ambulance Vehicle For Ambulance Transportation In Cases Of Emergency For Residents Of Dumaguete. Bidders Should Have Completed And/or Accepted, Within 3 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly Section Ii, Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty(60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders Must Secure Eligibility Requirements And Bid Documents From The Secretariat, Bids And Awards Committee, Office On General Services, City Hall Compound, Dumaguete City. For More Information, Contact The Bids And Awards Committee Secretariat, Office Of General Services, City Hall Compound, Dumaguete City, Tel. No. (035) 522-4756. A Complete Set Of Bidding Documents May Be Purchase By Interested Bidders From December 02, 2024 To January 2, 2025 From Address Above And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of P5,000.00. The Schedule Of Activities Is As Follows: 1. Issuance Of Bid Documents December 02, 2024 2. Pre-bid Conference December 17, 2024, 10:00 A.m. 3. Submission And Opening Of Bids January 2, 2025, 10:00 A.m. Sealed Bids/proposals Will Be Received At The Office Of General Services, City Hall Compound, Dumaguete City Not Later Than January 2, 2025 And Bid Opening Shall Be On Tuesday, December 10, 2024 At 10:00 (ten O’clock) In The Morning At The Office On General Services, City Hall Compound, Bids Will Be Opened In The Presence Of The Bidders Or Representatives Who Choose To Attend. Late Bids Shall Not Be Accepted. Prospective Bidders Must Not Be Related To The Head Of The Procuring Entity Or Any Member Of The Bids And Awards Committee Or Its Secretariat Either By Consanguinity Or Affinity Up To The Third Civil Degree. All Bids Shall Be Accompanied By A Bid Security Payable To The City Of Dumaguete In Any Of The Acceptable Forms And In The Amount Stated In Sec. 27 Of Ra 9184. The Same Shall Guarantee That, After Receipt Of The Notice Of Award, The Winning Bidder Shall Enter Into Contract With The City Of Dumaguete Within Ten (10) Calendar Days. Copies Of This Invitation Are Posted At The Gso Bulletin Board, Dumaguete Public Market Complex, Province Of Negros Oriental General Services Office Bulletin Board, Philgeps And Dumaguete City Engineer's Office Bulletin Board. The Bids And Awards Committee Reserves The Right To 1) Reject Any Or All Bids, 2) Waive Any Defects Or Informalities Therein, 3) Or Accept Any Bids/ Or Offer/s Which It May Consider To Be Most Advantageous And Beneficial To The Government 4) To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Dumaguete City, November 29, 2024. Atty. Camelo D. Pidor, Jr. Chairman
Closing Date2 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.7 K)
Department Of National Defence Tender
Others
Canada
Details: 1. Advance Contract Award Notice (acan) An Acan Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 2. Background Information The Department Of National Defence (dnd) - Canadian Armed Forces (caf) Search And Rescue Technician (sar Tech) Occupation Requires Dive Operations Support For Caf-led Dive Training In Key West, Florida, Usa From 3 March To 18 April 2025, With An Option-year From March-april 2026, Specific Dates To Be Confirmed. 3. Definition Of Requirement Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Is Capable Of Meeting The Following Mandatory Requirements: A. The Contractor Must Be In Possession Of A Certified Standby Diver, Or Dive Master, And Boat Operator; B. Services Provided To Be In Accordance With Caf Dive Safety Regulations For Search And Rescue Technicians Contained In Air Division Orders; C. Open Water Currency Diving Will Be Conducted In 1-week Serials Requiring The Use Of A Dive Charter Vessel With Captain (operator), And A Dive Master, For Up To 20 Divers, Daily Morning Or Afternoon Diving; D. In The Event Of A Maintenance Issue With The Dive Vessel That Cannot Continue With The Training, The Contractor Shall Provide A Backup Or Replacement Vessel To Continue With The Caf-led Training; E. The Contractor Must Provide An Air Sample (as) That Meets Canadian Cba Standards, Or As A Minimum Us Navy/navsea Cba Standards, One Week Prior To The Start Of Training; F. The Contractor Must Prove That Its Equipment Maintenance Program Is In Line With The Maintenance Standard Set Out By The Technical Authority (ta) (for Example: Yearly Visuals, 5 Yr Hydrostatic Inspections And Routine Compressor Maintenance); G. The Contractor Must Have Provided Services In The Industry For A Minimum Of 10 Years, Or Demonstrated A Minimum Of 10 Years Of Experience With Another Reputable Dive Charter In Key West; H. The Contractor Must Provide A Minimum Of Two Dive Sites Per Day Suitable For Diving Operations At Depths Of 25 To 100 Fsw, Preferably On Wrecks And Adhering To Number Of Dives Per Day While Following Approved Caf Dive Tables Provided; And I. The All-inclusive Services Must Include Daily Transport From The Dive Center Site To The Dive Site And Return, The Provision Of Fuel For The Vessel, Ability To Fill Caf-supplied Dive Tanks To 4,500 Psi And Daily Replenishment Of Dive Quality Air, Storage Of Caf Dive Gear (specifically Dive Tanks, Approximately 40) For The Period Of The Contract, Soft Pouch Compatible Dive Weights, All Safety Equipment Mandatory For Sea Going Vessels By Florida State Law (for Example Ship To Shore Marine Radio, Fire Extinguisher, Safety Dingy, Flares Etc..), And Enough Space For Up To 20 Divers With Individual Dive Equipment. 4. Indigenous Procurement A. The Procurement Is Not Set-aside Under The Procurement Strategy For Indigenous Business; And B. The Procurement Is Not Subject To One Or More Of Canada's Comprehensive Land Claims Agreements. 5. Justification For The Pre-identified Supplier The Proposed Supplier Is Believed To Be The Only Dive Operator Operating In Key West, Florida That Meets The Technical Compatibility Factors And Has The Technological Expertise Required To Complete The Mandatory Requirements Listed In Section 3 Above, Particularly The Filling Of Dnd Dive Tanks To A Pressure Of 4,500 Psi, A Military Training Requirement To Provide Extended Dive Training And Use Of The Dive Equipment To The Limits Of Its Capability. 6. Government Contracts Regulations Exception(s) The Following Exception To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection 6 (d) - Only One Person Is Capable Of Performing The Work. 7. Period Of The Proposed Contract Or Delivery Date The Proposed Period Of The Contract Is From 1 March To 18 April 2025, And Will Consist Of The Provision Of Dive Charted Resources Over The Following Seven (7) Serials: Serial #1- Mar 3- Mar 7 2025, Serial #2- Mar 10-mar 14 2025, Serial #3 Mar 17-mar 21 2025, Serial #4 Mar 24-mar 28 2025, Serial #5 Mar 31-apr 4 2025, Serial #6 Apr 7-apr 11 2025, And Serial #7 Apr 14-apr 18, 2025. An Option Year For March-april 2026 Is Proposed As Well, Dates To Be Confirmed In 2026. 8. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract Is $68,985.00 (gst/hst Extra). 9. Name And Address Of The Pre-identified Supplier: Captain’s Corner 125 Ann Street Key West Florida, 33040 Usa 10. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Goods, Services Or Construction Services Described In The Acan May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 11. Closing Date For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is 2025-01-17. 12. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statements Of Capabilities Are To Be Directed To: Mr. Adam Bidzinski Procurement Officer Department Of National Defence, 1 Canadian Air Division Telephone: 204-833-2500 Ex. 2053 E-mail: Adam.bidzinski@forces.gc.ca Delivery Date: Above-mentioned You Are Hereby Notified That The Government Intends To Negotiate With One Firm Only As Identified Above. Should You Have Any Questions Concerning This Requirement, Contact The Contracting Officer Identified Above. An Advance Contract Award Notice (acan) Allows Departments And Agencies To Post A Notice, For No Less Than Fifteen (15) Calendar Days, Indicating To The Supplier Community That It Intends To Award A Good, Service Or Construction Contract To A Pre-identified Contractor. If No Other Supplier Submits, On Or Before The Closing Date, A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, The Contracting Authority May Then Proceed With The Award. However, Should A Statement Of Capabilities Be Found To Meet The Requirements Set Out In The Acan, Then The Contracting Authority Will Proceed To A Full Tendering Process. Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Services/goods Described Herein, May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. The Dnd File Number, The Contracting Officer's Name And The Closing Date Of The Acan Must Appear On The Outside Of The Envelope In Block Letters Or, In The Case Of A Facsimile Transmission, On The Covering Page. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ka0086 Construction Of Classroom Building Construction At Barangay 9 Elementary School, Barangay 9, Malaybalay City, Bukidnon Barangay 9, Malaybalay City, Bukidnon 1. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City, Through The Gaa 2025 Intends To Apply The Sum Of Php 29,700,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0086 Construction Of Classroom Building Construction At Barangay 9 Elementary School, Barangay 9, Malaybalay City, Bukidnon Barangay 9, Malaybalay City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening 2. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25ka0086 Contract Name : Construction Of Classroom Building Construction At Barangay 9 Elementary School, Barangay 9, Malaybalay City, Bukidnon Contract Location : Barangay 9, Malaybalay City, Bukidnon Scope Of Work : Construction Of Multi-purpose Building: A.) Structure Excavation Of Footing, Tie Beam And Wall Footing; B.) Fabrication And Installation Of Formworks And False Works; C.) Laying Of Embankment (from Excavation) And Gravel Fill; D.) Construction Of Reinforced Concrete Structures Such As Footing, Wall Footing, Beams, Columns, Lintel Beams And Slab On Grade; E.) Chb Laying And Plastering For Perimeter Walls And Partition Walls; F.) Installation Of Metal Structures (trusses, Purlins, Fascia Frame) With Metal Structure Accessories Such As Steel Plates With Bolts And Sag Rods; G.) Installation Of Rib Type Roofing, Long Span, Above 0.427mm With Flashings; H.) Installation Of Ceiling Works (fiber Cement On Metal Frame); I.) Painting Works Masonry, Woods And All Steel Surfaces; J.) Fabrication And Installation Of Doors With Transom, And Aluminum Windows, And Stainless Steel Railings; K.) Supply Installation Of Finishing Hardware ; L.) Fabrication And Installation Of Cabinetry; M.) Laying Of Floor And Wall Finishes (glazed And Unglazed Tile); N.) Laying Of Pipes For Waste And Sewer Line; O.) Laying Of Pipes And Fittings For Waterline System; P.) Supply And Installation Of Plumbing Fixtures; Q.) Electrical Works; R.) Mechanical Works: Installation Of Oscillating Ceiling Fan, Exhaust Fan (ceiling Cassette), Air-conditioning (split Type), Fire Extinguisher (4.54kg, Abc With Bracket), And Fire Alarm System; S.) Supply And Installation Of Solar Panels; T.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade, Tie Beam, Wall Footing, Footing And Building Perimeter After Building Is Complete. Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php 29,700,000.00 Source Of Fund : Gaa 2025 Contract Duration : 340 C.d. Bid Documents Fee In Php : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. 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 Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City And Inspect The Bidding Documents At Capitol Compound, Malaybalay City During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18, 2024, 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 25,000.00. 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 Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Will Hold A Pre-bid Conference On January 30,2025, 10:00 Am Via Zoom With Meeting Id: 923 1132 1070 And Passcode: Dpwh2024 And The Bidder May View Through Live Streaming (youtube Channel) Dpwh Bukidnon 1st Deo Procurement Ls, 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_bukidnon1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 10:00 Am. 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 11,2025, 10:00 Am At Conference Room, Dpwh-bukidnon 1st Deo. 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 Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City 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: Rosmendo C. Bongocan, Jr. Engineer Iii Head, Procurement Unit Telefax No. (088) 813-2087 Cellphone No.09178765473 Bongocan.rosmendo_jr@dpwh.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_bukidnon1@dpwh.gov.ph Approved By: Sarah Jane B. Lagrama Bac Chairperson Date Of Publication: January 18,2025
Closing Date11 Feb 2025
Tender AmountPHP 29.7 Million (USD 511.8 K)
Infanta quezon Water District Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta Quezon Rfq No: 02-008-s25 Request For Quotation (rfq) For “procurement Of Food And Venue For National Women’s Day Activity” 1. The Infanta (quezon) Water District (iqwd) Referred To As The “purchaser” Now Requests The Submission Of A Price Proposal For The Procurement Of The Above-stated Item Described In The Technical Specifications/schedule Of Requirements With An Approved Budget For The Contract (abc) Of Eighty Thousand Pesos (₱ 80,000.00) 2. Attachment 1 Provides A Set Of Technical Specifications. All Items And Jobs Listed Under The Purchaser’s Specifications Must Be Complied With On A Pass-fail Basis. Failure To Meet Any Of The Requirements May Result In The Proposal Being Rejected. 3. Procurement Procedures Will Be Conducted According To The Revised Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. The Iqwd Intends To Evaluate The Bid/proposal On A Lump Sum Basis, And An Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations/proposals And Other Requirements Must Be Delivered At The Address Below Not Later Than 1:30 P.m., February 10, 2025, At Infanta (quezon) Water District (iqwd) Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon. 6. Interested Bidders May Acquire/download Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) And Iqwd’s Website. 7. Prices Must Be Quoted In Philippine Pesos And Include The Unit Price And Total Price, Including All Taxes To Be Paid And Other Incidental Costs To The Delivery Site/s If The Contract Is Awarded. 8. Bid/proposal May Be Typewritten And Placed In A Sealed Envelope Marked “procurement Of Food And Venue For National Women’s Day Activity” Or You May Send Your Bid/proposal Through Courier. 9. Bids/proposals Shall Be Valid For Sixty (60) Calendar Days From The Deadline For Submission Of Bids. 10. The Event Date Will Be On March 7, 2025. 11. Upon The Decision Of The End-user And Bac, The Supplier And Its Concerned Premises May Be Subjected To Ocular Inspection And Approval By The End-user And Bac Before The Event, If Any, Shall Be Awarded The Contract. 12. The Supplier That Submitted The Lowest Calculated Responsive Bid/proposal, And Passed The Ocular Inspection Conducted By The End User And Bac Before The Event, If Any, Shall Be Awarded The Contract. 13. Proposals Shall Be Compared And Evaluated Based On The Following Criteria: A. Completeness Of Submission Of Documentary Requirements B. Compliance With Technical Specifications/schedule Of Requirements C. Price 14. Delivery Site: Infanta (quezon) Water District Purok Ilang-ilang, Brgy. Comon, Infanta, Quezon 15. The Applicable Rate For Late Deliveries Is One-tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Contract Amount. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 16. The Purchaser Reserves The Right To Accept Or Reject Any Proposal And To Annul The Procurement Process Or Reject All Proposals Before Contract Award, Without Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 17. The Prospective Bidder Shall Submit The Following Documentary Requirements: A. Duly Signed Request For Quotation (rfq) Form B. Technical Specifications/schedule Of Requirements C. Mayor’s/business Permit D. Philgeps Registration Number/certificate E. Income/business Tax Return (for Abcs Above P500k) F. Notarized Omnibus Sworn Statement Gerry C. Bustonera Bac Chairperson Attachment 1 Technical Specifications/schedule Of Requirements The “procurement Of Food And Venue For National Women’s Day Activity” Shall Be Delivered And Completed On March 7, 2025. Item No Technical Specifications: I. Availability Event/activity Date: March 7, 2025, Friday Ii. Location A. Within Reina (real, Infanta, Nakar) Or Nearby Municipalities B. Free Parking Space Or Outside Ground Is Reserved For Participants Within Or Near The Venue For Outdoor Activities C. With Access To Main Roads And National Highways Iii. Neighborhood Data A. Proper Waste Management Systems Such As Regular Garbage Collection And Sanitary Permit From The Appropriate Authority B. Proximity To Police And Fire Stations C. Proximity To Banks, Postal, And Telecommunications Service Provider Iv. Venue A. Structural Condition The Foundation Is Made Of Concrete And Structural Steel Materials Or A Combination Of Both B. Functionality Of Function Room 1. Available Function Room And Other Facilities/amenities For Seminar/workshop 2. Air-conditioned Function Room/open Function Hall For Discussion 3. With Provision For Lights And An Audio/pa System Including Microphones. 4. Amenities Include: A. Secretariat’s Table B. Sound System With Microphone, At Least 3 Microphone Units (preferably Wireless) C. Lcd Projector With Table And Projector Screen D. Podium E. Philippine Flag And Pole F. Pads, Pencils And Candies G. Whiteboard And/or Flipchart And Markers H. Free And Steady Wi-fi Connection In The Function Room/s I. Waived Electricity Charges For Use Of Laptops And Projector J. Area Should Accommodate A Guaranteed 52 Participants C. Facilities 1. Continuous Water Supply And Accessible Comfort Rooms 2. Compliance With The Standard Provided In The National Building Code Of The Philippines 3. Accessible Emergency Exit And Alarm, Standby Fire Extinguisher, And Automatic Sprinkler 4. Available Telephone And/or Internet Connection Within The Premises Of The Building 5. Audible/operational Sound System D. Other Requirements 1. Provision Of Technical, Janitorial, And Maintenance Services 2. Ambience Promotes Learning 3. Tables And Chairs Setup: White And Purple Cloth E. Food/meals 1. Location Must Be Inside The Function Room, Or Outside But Near The Function Room 2. The Proposed Menu For Food Choices Shall Be Attached To The Proposal And Be Approved By The Iqwd Twg Committee 3. Designated Banquet Area/hall For Iqwd Participants During Mealtime 5. Meals For A Guaranteed 160 Participants. 7 March 2025 I. One (1) Am Snack (sandwich And Drinks) Ii. One (1) Buffet/plated Lunch Iii. One (1) Pm Snack (pasta/noodles And Drinks) 5. Meals Composed Of The Following: A. A.m. Snacks Composed Of The Following I. Sandwich B. Buffet/plated Lunch Composed Of The Following: I. Main Course Consisting Of: - At Least One (1) Variant Of Meat; And - At Least One (1) Variant Of Vegetable Ii. Steamed Rice C. P.m. Snacks Composed Of The Following I. Pasta/noodles D. Drinks I. At Least One Round Of Iced Tea Or Juice For Every Meal And Every Snack Ii. Provision Of Free-flowing Coffee And/or Tea (no Additional Charge) F. Client Satisfactory Rating Based On Online Hotel Reviews G. Payment Payment Terms Will Be Made To The Winning Supplier Within Thirty (30) Calendar Days After The Issuance Of The (1) Billing Statement By The Service Provider And (2) Certification Of Final Acceptance And Completion/ Inspection And Acceptance Report/certificate Of Satisfactory Service Issued By Iqwd
Closing Date10 Feb 2025
Tender AmountPHP 80 K (USD 1.3 K)
Department Of Health Regional Office Ii Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Department Of Health Cagayan Valley Center For Health Development Tuguegarao City, Cagayan Request For Quotation Number-2025-003 Location Of The Project – Tuguegarao City Request For Quotation Date:01/08/2025 Sir/madam: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than 8:00 Am January 13, 2025 In A Sealed Envelope Or Thru E-mail: Procdohro2@gmail.com Very Truly Yours, Domingo K. Lavadia, Mba, Jd Bac Chair Line Item Unit Qty Abc Items Unit Price Total Cost 1 Month 3 360,000.00 Rental Of Warehouse (january To March 2025) Warehouse Requirements: - Floor Area At Least 750 Sq.m - Well Lighted - No Leak And Holes On Roof And Walls - Wide Doors And With Steel Doors For Safety - Enough Outlets For Electric Fans - Luminous Exit Signages - Fire Extinguishers - Emergency Lights - Smoke Detectors - Airconditioned Office Room To Accommodate At Least Two Persons - Water Source And Comfort Room - Building And Stocks Insured By The Owner - Electricity And Water Should Be Shouldered By The Owner - With Cctv Monitoring System For Use Of Cv-chd Health Commodities "general Terms And Conditions: I. Supplier Shall Submit The Filled Out Rfq With Complete Supporting Documents As Follows And: 1. Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filling And Payment System (efps); 2. Philgeps Certificate Of Registration And Membership With Updated List Of Required Documents 3. Certified Copy Of License To Operate Issued By Fda Or Appropriate Agency (for Drugs And Meds/hospital& Lab Supplies/chemical Products) 4. Certified Copy Of Certificate Of Product Registration Issued By Fda Or Appropriate Agency, (required For Drugs And Medicines And Chemical Products; For Medical Devices, As Applicable Per Fda Memo Circular 2014-005) 5. Samples (as Per Request) 6. Please See Attached Technical Specifications And Kindly State Compliance For Each Parameter. 7.submit Updated Tax Clearance Ii. Delivery Period: For Goods: 14 Calendar Days Upon Receipt Of Purchase Order And For Catering Services: On The Day Of Activity Iii. Delivery Site: Doh Cv Chd- Mondays To Thursdays (except Holidays), 8:00 Am To 3:00 Pm Only Iv. Before Delivery Of Goods, Winning Supplier To Apply For Request For Schedule Of Delivery Immediately Upon Receipt Of Ntp/po At Supply Section Or Send Request At Email At Supplyro2@gmail.com From Mondays To Wednesdays At 8am To 4 Pm Only. Required Documents In Processing Rsd: 1)approved Request For Schedule Of Delivery; 2) Signed Po/notarized Contract 3) Signed Ntp 4) Certificate Of Product Registration 5) Batch Notification For Antibiotics 6) Lot Release Certificate (item# 4 For Drugs/meds, Hospital & Lab Supplies, Item # 5 And 6 For Drugs And Medicines Only) V. Packaging: The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: 1)name Of The Procuring Entity 2) Name Of The Supplier 3) Name Of Manufacturer (for Drugs And Medicine, Medical/lab Supplies, Vaccines, Etc.) 4) Lot Number, Manufacturing Date And Expiration Date (for Drugs, Medicines, Medical/laboratory Supplies And Other Health Commodities If Applicable) 5) Contract Description 6) Dimension Of Each Carton (l X W X H – In Cm) 7) Quantity Per Carton And Total Quantity Of Items To Be Delivered / Quantity Per Batch / Lot If Applicable 8) Weight Per Carton (in Kg) 9) Print - Philippine Government Property-department Of Health-not For Sale” Vi. Price Validity: Within 30 Days Upon Submission Vii. Price Quotation Should Not Exceed The Abc Viii. It Is A Pre-condition To The Acceptance Of This Quotation And The Purchase Order That In Case Of Disallowance In Post-audit Due To Over Pricing, The Supplier Shall Be Held Solely Responsible For Return Thereof. Ix. The Bids And Awards Committee, Doh Cv Chd, Tuguegarao City Has The Right To Accept, Reject And Waive Defects In The Rfq." After Having Read And Accepted The Above Stated General Terms And Conditions, I Quote On The Items At Prices Above Indicated. Further, I Certify That The Supporting Documentary Requirements Are Faithful Reproduction Of The Original. __________________________________________ Business Name To Our Valued Suppliers: ____________________ __________________________________________ 1. Let’s Join Hands In The Fight Against Corruption Canvasser Printed Name And Signature Of Supplier 2. Gift-giving To Our Employees/officials Is Strictly Prohibited Tel. No. / Cellphone No.: ______________________ 3. Please Report Any Corrupt Acts Of Our Employees/officials To Our: Account Name: ______________________________ Deputized Resident Ombudsman - Tel. No. (02) 304-6523 Lbp Account Number: _________________________ Integrated Development Committee - Tel. No. (02) 304-6523 Tin No: ____________________________________ Date Of Tin Registration: ______________________ Date Seved:__________________ Pr/jr No. 2025-01-0012 Page 1 Of 1
Closing Date13 Jan 2025
Tender AmountPHP 360 K (USD 6.1 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Mambajao, Maasin City, Southern Leyte Contract Id No. : 6. 25il0035 Locations : Maasin City, Southern Leyte Scope Of Works : Construction Of Multi-purpose Building – 2 Storey Building Including Clearing And Removal Of Existing Structures, Earthworks, Structural Works, Masonry Works, Roof Framing And Roofing Works, Ceiling Works, Water Proofing And Tile Works, Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 180 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The 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 Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 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, According To The Table Below. 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 Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 17, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, 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_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before January 30, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On January 30, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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 Department Of Public Works And Highways Southern Leyte 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: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date3 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways Southern Leyte District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Following Sums (refer To Paragraph 2) Being The Approved Budget For The Contract (abc) To Payments Under The Following Contracts Listed In Paragraph 2. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Southern Leyte District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Convergence And Special Support Program – Basic Infrastructure Program (bip), Multi-purpose Buildings / Facilities To Support Social Services, Construction Of Multi-purpose Building, Salvador, Macrohon, Southern Leyte Contract Id No. : 8. 25il0047 Locations : Macrohon, Southern Leyte Scope Of Works : Construction Of Multi-purpose – 2 Storey Building Including Earthworks, Structural Works, Masonry Works, Ceiling Works, Tile Works, Roof Framing And Roofing Works Finishing Works, Painting Works Of Steel, Concrete And Wood Surfaces, Plumbing Works, Electrical Works Including Installation Of Android Tvs, Airconditioning Units, Installation Of Fire Extinguishers. Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 C.d. 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With At Least Pcab License Category Of C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Clause 5 Section Ii Of The 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 Department Of Public Works And Highways Southern Leyte District Engineering Office And Inspect The Bidding Documents At Ibarra, Maasin City, Southern Leyte During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 – February 4, 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, According To The Table Below. 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 Department Of Public Works And Highways Southern Leyte District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 @ 2:00 Pm At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte Or @ Www.youtube.com/@dpwh.sleytedeo For Live Streaming, 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_southernleyte@dpwh.gov.ph For Electronic Submission On Or Before February 4, 2025 @ 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 11. Bid Opening Shall Be On February 4, 2025 @ 10:01 Am At Dpwh Conference Room, Dpwh Brgy. Ibarra, Maasin City, Southern Leyte. 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 Department Of Public Works And Highways Southern Leyte 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: Myca Maris C. Ramos Claudine Jhean M. Arnaiz Head, Bac Secretariat Bac Chairperson Dpwh-sldeo, Ibarra, Maasin City Dpwh-sldeo Ibarra, Maasin City Tel: (053) 570-9868 Tel: (053)570-9868 Email: Bacsled@yahoo.com Email: Bacsled@yahoo.com
Closing Date4 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
NATIONAL ECONOMIC AND DEVELOPMENT AUTHORITY REGION V Tender
Food Products
Philippines
Details: Description Invitation To Bid For The Venue And Catering Services For Meetings Of The Neda & Rdc Full Council, Sectoral Committees, Special And Affiliate Committees For Cy 2025 (re-bidding, 2nd Semester) The Catering Service Provider Shall Comply With The Government Regulations As Provided In Presidential Decree No. 856 Otherwise Known As “the Code On Sanitation Of The Philippines”. A. Sanitary Permit (sec. 14, Chapter Iii) B. Health Certificate Of Food Handlers (sec. 15, Chapter Iii) The Catering Service Provider Agrees: A. To Provide Food And Services Through Blue Plate Or Managed Buffet Or Packed As Requested By The Procuring Entity For The Participants As Provided In And In Accordance With The Set Menu In Section Vi. Schedule Of Requirements, Unless Otherwise Provided In Succeeding Paragraphs B, C, D And E. B. To Provide Food And Services For The Number Of Participants On The Basis Of Information Given By The Procuring Entity Thru A Notice Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, At Least Two (2) Days Prior To The Meeting/training Schedule. C. During The Meeting/training, To Increase/ Decrease The Number Of Meals/snacks To Be Served Provided That Written Or Verbal Notice Is Given By The Procuring Entity Signed By The Coordinator And Chief Administrative Officer Or Her Authorized Representative At Least One (1) Day Prior To The Meeting/training Schedule. D. During The Meeting/training, To Adjust Any Specific Food/diet Restrictions (religion Or Health Reasons) If Participants’ Meals To Be Served For The Remaining Days Of A Specific Training Schedule, To Take Effect On The Second Day Provided That Written Notice Is Given By The Coordinator And Chief Administrative Officer Or Her Authorized Representative, Not Later Than 3pm On The First Day Of Meeting/training. E. To Substitute The Menu For A Specific Meeting/training Schedule Due To Justifiable Reasons (unavailability In The Market, Red Tide, Supply And Demand Forces, Tropical Depression, Advisory Of Non Slaughter, Etc.) Provided That Notice Is Given To The Procuring Entity At Least One (1) Day Prior To The Schedule. Provided Further That The Change In The Menu Will Not Change The Unit Cost. F. To Reschedule/cancel The Meeting/training Due To Fortuitous Event/instances Beyond The Control Of Neda Regional Office 5, Arimbay, Legazpi City. G. To Provide The Necessary Clean And/or Sterile Dining Utensils During The Meeting/training As Enumerated In But Not Limited To The Following: 1) Glasses; 2) Spoons; 3) Forks; 4) Serving Spoons; 5) Cups; 6) Bowls; 7) Knives; 8) Trays; 9) Pitchers; 10) Glass Rack; 11) Ice Bucket; 12) Food Warmers; 13) Toothpicks And 14) Condiments. H. No Plastic/melawares/ Plates, Spoons. Forks, Bowls, Cups And Saucers I. To Provide Clean Table Cloth, Seat Covers And Table Napkins In Designated Dining Area. J. To Maintain A High Standard Of Sanitation And Cleanliness Of The Dining Area And Its Immediate Surroundings At All Times Adopting The Policy Of “ Clean As You Go” K. Use Of Environment-friendly And Biodegradable Food Packages And Utensils For Packed Meals. Additional Requirements Venue A. To Provide Clean Airconditioned Venue Which Can Accommodate At Least The Number Of Participants Indicated Per Meeting/training With Tables And Chairs. B. To Provide Clean And Accessible Comfort Rooms With Continuous Water Supply, Soap And Tissues At Least One (1) For Female And One (1) For Male. C. To Provide Janitors To Maintain The Cleanliness Of All Comfort Rooms. D. To Provide Standby Generator, In Case Of Power Interruption. E. The Service Provider Shall Not Charge Corkage Fee For Any Food And Drink Brought By Neda Regional Office 5 Inside The Venue. F. To Provide At Least Five (5) Wireless Microphones And Audible And Operational Sound System. G. To Provide At Least One (1) Technical Person To Assist And Operate The Sound System. H. The Venue Should Have An Accessible Emergency Exit With Standby Fire Extinguishers. I. To Provide A Security Guard Or Watchman. J. To Make Available A Water Dispenser In The Venue For The Duration Of The Activity. K. To Provide Projector Or Led Screens For Presentations. L. With Wifi At Least 50mbps Catering Services A. The Neda Regional Office 5 Shall Inform The Concessionaire Of The Total Number Of Actual Participants At Least Three (3) Days Before The Conduct Of Meeting/training. B. The Service Provider Shall Assure The Quality Of Food To Be Served Maintaining High Standards Of Sanitation. In The Event That The Food Served Has Indication Of Spoilage, The Caterer Shall Be Allowed To Make Substitution Upon The Approval Of The Procuring Entity. C. The Service Provider Shall Submit Or Provide Menu For Healthy Foods Such As Rice, Beef, Chicken, Pork, Seafoods, Vegetables, Dessert/fruits And Fresh Fruit Juices. D. The Service Provider Shall Provide Free Flowing Coffee/tea, Creamer, Sugar, Hot And Cold Water During The Meeting/training To Be Ready At 8:00am. E. The Caterer Shall Schedule Food Tasting At Least A Week Before The Conduct Of The Event. F. The Caterer Shall Serve Consumables Of Snacks And Lunch As Provided In The Schedule Of Requirements Which Shall Be Ready For Inspection By 9:30am For Am Snacks, 11:30am For Lunch And 2:30pm For Pm Snacks. G. The Service Provider Shall Not Require Advance Payment And Deposit To Guarantee The Reservation. H. The Concessionaire Shall Assign At Least Ten Waiters/waitresses In Clean Working Garments In Meeting And Training With: 100 Or More Participants And 2-4 Waiters/waitresses For Meeting/training With Less Than Or Equal To 50 Participants.
Closing Date11 Feb 2025
Tender AmountPHP 1.5 Million (USD 27 K)
Ministry Of Agriculture Fisheries And Agrarian Reform Tender
Automobiles and Auto Parts
Philippines
Details: Description Lot No. Unit Quantity Specifications Approved Budget For Contract Price Of Bid Documents Delivery Period 1 Unit 11 4wd Tractor (100 Hp) With Farm Implements 38,500,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9053 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Norte & Sga 2 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,000,000.00 10,000.00- Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9051 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Sulu 3 Unit 2 4wd Tractor (100 Hp) With Farm Implements 7,200,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9052 Technical Specification: > Rated Power: 100 Hp, Minimum > 4 Cylinder, 4 Stroke, Water-cooled, Direct Injection, Diesel Engine > Pto Power: 85 % Of The Engine's Maximum Power, Minimum > Specific Fuel Consumption @ Max. Pto Power:270g/kw-hr, Maximum > Noise Level: 90db Max. > Aspiration Method: Turbocharged > Steering System: Hydraulic Power/full Hydrostatic > Brake System: Hydraulic/mechanical > No. Of Drive: 4 Wheel Drive > Transmission: Sychromesh > Three Point Hitch: Category 2 > Differential: Bevel Gear With Differential Lock (rear) > Minimum Groud Clearance: 300mm > Roll Over Protective Structure (rops) > Seatbelt > Canopy > With Reflectorized On Hood Left And Right, 10 Inches Barmm And Bta Logo Respectively > Tools (heavy Duty) > Tire Wrench For Tractor And Trailer > Hydraulic Jack 5 Tons > Pressure Gauge > Grease Gun 18 Inches > Complete Set Of Socket Wrench(8mm-32mm) > Power Handle Drive ½ > Star And Flat Screw 12’’ > Complete Set Of Open And Close Wrench (8mm-32mm) > Mechanical Plier 6’’ > Pipe Wrench 18’’ > Disc Plow > Width Of Cut:1,100mm,minimum > No. Of Disc/blade: 4 > Average Depth Of Tillage: 190 Mm, Minimum > Actual Field Capacity: 0.4 Ha/hr, Minimum > Diameter: 26 Inches · Disc Harrow (conforms With Paes 120:2001) > 20 Pcs X 24’’ Diameter > Disc: 4 Mm (thickness) > Frame: 6 Mm (thickness) > Actual Field Capacity: 1 Ha/hr, Minimum > Field Efficiency: 90%, Minimum · Trailer (conforms With Paes 136:2001 > Capacity: 5 Tons > Tire: 7.5x16, 8pr, Pneumatic, Must Be Manufactured Not Later Than Year 2023 > Dimension: 10 Ft X 6ft X 2 Ft (lxwxh) > Flooring Gauge #26 > With Heavy Duty Auxiliary Leaf Spring Minimum Of 7 > Chassis: 6mm (thickness) · With Amtec Test Result For Tractor Alone · With Amtec Test Result For Disc Harrow · With Amtec Test Result For Disc Plough · With Certificate Of Conformity For Tractor · With Namdac Certificate · With Pto Certificate By Bafe · All Brand New · Full Tank Diesel Engine · Specification Should Be Signed And Sealed By An Abe With Valid Prc Id And Ptr · Should Have Service Center Within The Neighboring Region · The Brand Of The Engine/ Prime Mover To Be Offered Shall Be In Existence In The Philippine Market For At Least 20 Years From The Date Of Invitation To Bid · Warranty:- 1 Year Warranty On Parts And Services And Two (2) Years On The Engine · Control Instructions And Labels Of The Machine Should Be In English · Must Conduct Training In Operations And Maintenance On Recipients. ***nothing Follows*** Delivery Area Maguindanao Del Norte & Maguindanao Del Sur 4 Unit 13 Delivery Truck (wing Van) 36,400,000.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9050 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Maguindanao Del Norte, Maguindanao Del Sur, Sga And Tawi-tawi 5 Unit 1 Delivery Truck (wing Van) 5,625,000.00 10,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9049 Prime Mover Rated Power : 350hp Min @ 1800rpm Engine Displacement : 12.8l Min Fuel Type : Diesel Engine Type : Inline 6 Cylinder, Intercooler Turbo Engine Compression Ratio : 17.3 Min Manufacturer Year Model : 2010 Abdve Performance Classification Aspiration Method : Asymmetric Turbo Charged And Intercooled Steering System: Power-assisted Steering Transmission : 7 Speed Manual Min. No. Of Drive : 2 Body And Cab No. Of Wheels : 11 (2 Front : 8 Rear : 1 Spare Tire) No. Of Studs : 10 Min Payload : 15,000 Kg Min Gross Vehicle Weight : 25,000 Kg Min Front Cabin : Single Rear Body Type : Wingvan W/ Side Bars /side-step Grille (2 Layer) Dropside Height ; 450 Mm, Min Body Length : 30 Ft, Min Brake System : Airbrake With Full Windshield And All Window Tint Essential Accessories Basic Tools And Jack ( Complete Set Of Tools) Early Warning Device (2 Pcs) Fire Extinguisher Warranty (1) Year With Lto Registration And Tpl With Full Tank Fuel (diesel) With Mafar And Tdif 12 " Diameter Logo (painted) And For Official Used Only Lettering ***nothing Follows*** Delivery Area Sulu 6 Unit 10 Corn Sheller 2,600,000.00 5,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9061 Technical Specifications: > Prime Mover: 14hp Diesel Engine, 4-stroke, Water-cooled 1 Cylinder > Output Capacity : 4.5 Tons/hr > Shelling Recovery : Minimum Of 99% > Shelling Efficiency, Minimum Of 99.5% Maximum Losses A. Blower : 1 B. Separation : 1 C. Unshelled : 0.5 D. Scattering : 0.5 Purity, Minimum Of 98% > Engine (1 Year Warranty Against Factory Defects) > Warranty Shall Be Provided For Parts And Services Within One Year After The Acceptance Of The Corn Sheller, Except On Fast Moving And Easy To Wear Parts Such As Belts. > Provided With Fuel And Oil During Actual Testing. > With Brand New Tires, Size:14 Inches Diameter Wheel Rim > With Amtec Test Result For Machine And Engine Must Conform To Paes With Standard Heavy Duty Tools: 2 Pcs. Screw Driver (flat Screw And Philips Screw- 12 Inches) 1 Pc. Open Wrench (10 Mm X11 Mm) 1 Pc. Open Wrench (12 Mm X14 Mm) 1 Pc. Open Wrench (14 Mm X17 Mm) 1 Pc. Open Wrench (19 Mm X21 Mm) 1 Pc. Holder Of Tools *** Nothing Follows *** Delivery Area Maguindanao Del Norte Maguindanao Del Sur 7 Unit 127 Hand Tractor 39,420,800.00 25,000.00 Goods Must Be Delivered Within 30 Calendar Days After The Receipt Of The Notice To Proceed (ntp) 2024-11-9048 Specification Application: Corn Machine Type: Corn Harvester Type: Mini Harvester Use: Corn Harvester Structural Type: Handheld Four-wheel Seif-propelled Number Of Row: 1 Working Width(mm): 60mm Tractor Power (hp): 10-13hp Engine: 192f Engine : Gasoline Or Diesel Engine Steering: Built-in Dual Differential Transmission Method: Gear Transmission Row Distance (mm): 10-20mm Number Of Cutting Tools: 12pieces Blade Length: 8cm Cutting Width (mm): 70cm Dimension: (l*w*h) 2.2*0.85*1.2m Packaging And Delivery Selling Unit: Single Item Single Packaging Size: 137x67x100cm Single Gross Weight: 280kg *** Nothing Follows *** Delivery Area Maguiundanao Del Sur & Maguindanao Del Norte
Closing Date23 Jan 2025
Tender AmountPHP 136.7 Million (USD 2.3 Million)
1381-1390 of 1428 archived Tenders