Fire Extinguisher Tenders
City Of Rogers Tender
Civil And Construction...+1Civil Works Others
United States
Details: Noticesealed Bids For The City Of Rogers Nw Park Reconstruction Notice Is Hereby Given That The City Of Rogers Is Accepting Sealed Bids For The Rogers Nw Park Reconstruction Project. Deadline For Submission: 2:00 Pm, Local Time, April 15, 2025. Sealed Bids Will Be Accepted At City Of Rogers City Clerk’s Office, 301 West Chestnut Street, Rogers, Ar 72756, Until 2:00 Pm, Local Time On April 15 2025, At Which Time The Bids Will Be Publicly Opened And Read Aloud. Sealed Bids Should Be Marked “bid – Nw Park Reconstruction Bids May Also Be Submitted Electronically Through The City’s Central Bidding Portal Located At Https://www.centralauctionhouse.com/rfpc10664-city-of-rogers.html. Bids Received After The Indicated Date And Time Will Be Rejected. The City Reserves The Right To Reject Any And All Bids. Bids Must Be Submitted To The City Of Rogers. Do Not Submit Bids Directly To Nabholz. Bid Will Not Be Accepted If Sent Directly To Nabholz. Multiple Mandatory Pre-bid Walkthroughs Will Be Held On Site At 1251 Will Rogers Drive On April 2nd, 3rd And 4th From 8:00 Am To 11:30 Am. Subcontractors Are Only Required To Come Once, But Multiple Site Visits Are Encouraged Due To Scope Of Work. Work Will Include The Following Trades: Final Cleaning Concrete Masonry Asphalt & Pavement Stripping Pemb Structure Supply Pemb Structure Installation Pemb Insulation Misc. Metal Fabrications (fabricate And Install) Millwork Waterproofing, Damproofing, Joint Sealants Roofing And Metal Panels Overhead Doors Glass And Glazing Light Gauge Framing, Drywall And Acoustical Commercial Flooring Epoxy Flooring Painting Div 8 & 10 Supply Div 8 & 10 Install Bird Control System Fire Suppression (fire Extinguishers) Plumbing Hvac Electrical Fencing Athletic Surfacing (astro Turf) Bird Control Digital Copies Of Drawings, Specifications, And Construction Manager’s Bid Manual Are Available At Central Bidding. Process For Submitting Bids: Bids Must Be Submitted On The Supplied Bid Form. The Bid Form For Each Trade Package Can Be Found In The Cm’s Nw Park Reconstruction Construction Manager’s Bid Manual. Bidders Must Acknowledge All Addenda And Construction Manager’s Clarifications On The Bid Proposal Form. Bidders Are Required To Check With The Plan Rooms, Specify Location Or Https://www.centralauctionhouse.com/rfpc10664-city-of-rogers.html To View Addenda Prior To Submitting Their Bid. Successful Bidders Providing A Complete, Responsive, And Responsible Bid Will Be Required To Execute A Contract With Cm’s Nw Park Reconstruction. Bidders Must Be Prepared To Provide Insurance As Specified In The Construction Manager’s Bid Manual Portion Of The Bidding Documents. Subcontractor’s Performance And Payment Bond Value Shall Be Excluded From The Scope Of Work And Base Bid For The Project. Bidders Will, However, Need To Provide Their Performance And Payment Bonding Rate On The Bid Form. Each Subcontractor Must Be Prequalified Prior To Execution Of The Subcontract. Contractors Without A Current Qualification File Will Receive A Pre-qualification Request Via Building Connected Email. Please Complete The Form Completely And Accurately. All Information Requested Is Required For Prequalification Purposes. **please Note That Successful Bidders Will Be Required To Sign A Nabholz Master Contract As Well As A Project Subcontract / Purchase Order And Follow Nabholz Safety Policies. Copies Of These Documents Are Available For Review At Our Office Or Online At Https://www.nabholz.com/bidding-and-contract-documents/ . Subcontractors Will Be Required To Furnish Insurance As Outlined In The Cm Manual. For Any Questions Regarding Our Insurance Requirements, Please Contact Our Office. A Reflective Vest, Shirt, Or Jacket, Level 2 Helmet, Cut Resistant Gloves And Eye Protection Are Required As Mandatory Personal Protective Equipment On All Nabholz Projects. The Owner Reserves The Right To Accept Any Proposal, To Reject Any Or All Proposals, Or To Waive Any Information In Proposals Received Where Such Acceptance, Rejection, Or Waiver Is Considered To Be In The Best Interest Of The Owner. The Owner Reserves The Right To Waive Any Informalities Or Irregularities In Procedure. No Proposal May Be Withdrawn For A Period Of Sixty (60) Days Subsequent To Date Of The Opening Of Proposals Without Consent Of The Owner. The Owner Hereby Notifies All Submitters That This Contract May Be Subject To Applicable Labor Laws, Non-discrimination Provisions, Wage Rate Laws And Other Or Federal Laws, Including The Fair Labor Standards Act Of 1938. The Work Hours Act Of 1962 And Title Vi Of The Civil Rights Act Of 1964 May Apply. The City Of Rogers Complies With All Civil Rights Provisions And Federal Statutes And Related Authorities That Prohibit Discrimination In Programs And Activities Receiving Federal Financial Assistance. Therefore, The City Does Not Discriminate On The Basis Of Race, Sex, Color, Age, National Origin, Religion Or Disability, In The Admission, Access To And Treatment Of The City's Programs And Activities, As Well As The City's Hiring Or Employment Practices. Complaints Of Alleged Discrimination And Inquiries Regarding The City's Nondiscrimination Policies May Be Directed To The Senior Staff Attorney - Ada/504/title Vi Coordinator, 301 West Chestnut Street, Rogers, Ar 72756, (479) 636-0100, Or The Following Email Address: Jpesek@rogersar.gov. Free Language Assistance For Limited English Proficient Individuals Is Available Upon Request. If You Are Deaf Or Hard Of Hearing, Please Dial 7-1-1 To Access Telecommunications Relay Services. The City Of Rogers Encourages All Qualified Small, Minority And Women Business Enterprises To Bid On And Receive Contracts For Goods, Services, And Construction. Also, City Of Rogers Encourages All General Contractors To Subcontract Portions Of Their Contract To Qualified Small, Minority And Women Business Enterprises.
Closing Date15 Apr 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Fourteen Million Four Hundred Thousand Pesos (ᵽ 14,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 With Project Identification No.: Itb-2025-12-057. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 4 Units Recirculating Dryer I. Design And Performance Type: Batch Type, Recirculating, Stationary Drying Rate: 0.8% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 3% Maximum B. Head Rice, % Decrease: 5% Maximum C. Hulled/damaged Grain, % Increase: 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum Of 5kw Rated Power Of All Electric Motors Provision Of Built-in Automatic Moisture Meter Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made Of Non-corrosive And Food Grade Material Eg., Stainless Steel 304 Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made If Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Which Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (palay) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 120 Calendar Days Delivery Place: Laguna, Rizal And Quezon Delivery Of The Goods Is Required Of 120 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 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 (instructions To Bidders). I. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Ii. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Iii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (ᵽ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025, 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 14.4 Million (USD 245.8 K)
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos (ᵽ 7,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-061. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Recirculating Dryer (6 Tonner) I. Design And Performance Type: Batch Type, Recirculating, Stationary Capacity: 4 To 6 Mt Drying Rate: 2% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 10%, Maximum B. Broken/split Kernels, % Increase: 7%, Maximum C. Hulled/damaged Grain, % Increase, 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum 5 Kw Rated Power Of All Electric Motors Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat Resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made Of Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Corn Kernel, Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (corn Kernels) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 60 Calendar Days Delivery Place: Batangas And Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within 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 (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 7, 2025 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)
Municipality Of Caibiran, Biliran Tender
Publishing and Printing
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Acquisition Of Office Supplies, 1st Quarter 2025 Location : So, Lgu Of Caibiran, Biliran Delivery Period : 20 W.d. Abc : P522,011.00 Source Of Funds : Mooe 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Unit Item Description Quantity 1 Ream A3 Bondpaper 3 2 Bottle Acohol 500ml 15 3 Pcs Airfreshener (glade) Gel (for Table) Lemon / Lavender Scents 5 4 Bottle Airfreshener (glade) Lemon / Lavender Scents 25 5 Pcs Airfresherner California Scents Lemon) 8 6 Pcs Albatross 10 7 Gal Alcohol 4 8 Box Ballpen Blue 1 9 Box Ballpen Faber Castel 9 10 Box Ballpen Pilot (black) (retractable) 1 11 Box Ballpen Red 1 12 Pcs Battery Aa 7 13 Box Battery Aa Energizer 1 14 Box Binder Clip 1/2" 10 15 Box Binder Clip 2" 15 16 Box Binder Clip 3/4 15 17 Box Binder Clips 1" 9 18 Unit Biometric 1 19 Box Bondpaper A4 37 20 Box Bondpaper Legal 34 21 Box Bondpaper Long 6 22 Box Bondpaper Short (substance 24) Letter Size 1 23 Ream Bookpaper A4 Ivory/cream Color 5 24 Bottle Brother Ink Bt5000 Cyan 2 25 Bottle Brother Ink Bt5000 Magenta 2 26 Bottle Brother Ink Bt5000 Yellow 2 27 Bottle Brother Ink D60 Black 12 28 Pcs Brown Envelope Long 125 29 Ream Brown Folder A4 1 30 Ream Brown Folder Legal 5 31 Pcs Bulb Led 5 32 Pcs Calculator 12digits 2 33 Bottle Canon Ink Black 1 34 Bottle Canon Ink Cyan 1 35 Bottle Canon Ink Magenta 1 36 Bottle Canon Ink Yellow 1 37 Pail Chlorine 1 38 Kilo Chlorine 1 39 Pcs Clear Folder Long 100 40 Roll Clear Tape Big 14 41 Pcs Computer Monitor 27" 144hz (nvision) 2 42 Pcs Correction Pen 5 43 Pcs Correction Tape Ct-cf5c 8m X 5mm 39 44 Pcs Cutter Good Quality 1 45 Box Cutter Blade 4 46 Pcs Data File Box Red 8 47 Pcs Diswashing Soap (paste) 10 48 Bottle Domex Cleaner 1 49 Roll Double Sided Tape 1" 2 50 Pcs Double Sided Tape 2" 4 51 Pc Dust Pan 1 52 Bottle Epson 001 Black 5 53 Bottle Epson 001 Cyan 1 54 Bottle Epson 001 Magenta 1 55 Bottle Epson 001 Yellow 1 56 Bottle Epson 003 Black 51 57 Bottle Epson 003 Cyan 9 58 Bottle Epson 003 Magenta 9 59 Bottle Epson 003 Yellow 9 60 Bottle Epson 008 Black 8 61 Bottle Epson 008 Cyan 4 62 Bottle Epson 008 Magenta 4 63 Bottle Epson 008 Yellow 4 64 Bottle Epson 664 Black 5 65 Bottle Epson 664 Cyan 3 66 Bottle Epson 664 Magenta 3 67 Bottle Epson 664 Yellow 3 68 Meter Ethernet Cable (indoor) Cat 6 50 69 Pcs Expandaple Foler Long 100 70 Pack File Divider (long) 15 71 Pcs Fire Extinguisher Standard Size 2 72 Pcs Flash Drive Otg 64gb Type C 3 73 Meter Flat Wire #16 50 74 Ream Folder Long (white) 5 75 Pcs Folder Long Red Color 50 76 Pcs Folding Table 3 77 Roll Garbage Bag Large 3 78 Bottle Glass Cleaner 4 79 Bottle Glue (elmers) 143ml 8 80 Pc Hdmi Cable 3m 1 81 Set Highlighter 1 82 Pcs Hp Ink Cartridge 310 Black 2 83 Pcs Hp Ink Cartridge 310 Colored 1 84 Pcs Industrial Mop (dust Mop Set) 2 85 Pcs Ledger Filer , Color Blue (long) 15 86 Box Mailing Envelope (long) 2 87 Pcs Maintenance Box (epson) L6170 2 88 Roll Masking Tape 1" 17 89 Pcs Masking Tape 1/2" 10 90 Roll Masking Tape Large 2" 14 91 Pcs Mechanical Keyboard With Numpad "wired" (msi "vigor Gk50 Z") 1 92 Pcs Micro Fiber Cloth 10 93 Pcs Monoblock Chairs 12 94 Box Morroco Cover Blue 1 95 Pcs Mouse For Computer 1 96 Pc Mouse Pad Long 70cm X 30cm 1 97 Roll Packing Tape 1 98 Box Paper Clip Big 21 99 Box Paper Clip Small 13 100 Pc Paper Cutter A3 1 101 Box Paper Fastener Plastic 6 102 Box Paper Fastener Round Head 2" 2 103 Box Paper Fasterner Long 5 104 Box Pencil Mongol #2 8 105 Pcs Permanent Marker Black Broad (refillable) 2 106 Pack Photo Paper A4 6 107 Pack Photo Paper Legal 31 108 Pcs Picture Frame A4 Size 12 109 Pcs Plastic Bag Clear 20"x30" P.e Plastic Bag Clear 80 110 Pack Plastic Cellophane (ice Candy Wrapper) 2 111 Pcs Plastic Pallet Crate 2 112 Unit Printer 3 In 1 Adf Monochrome M2170 1 113 Unit Printer L121 1 114 Box Push Pin 1 115 Pcs Record Book 500 3 116 Pcs Ribbon Cartridge Lq310 4 117 Pcs Ribbon Cartridge Lx-310 4 118 Unit Rice Cooker 6liter 1 119 Pcs Rj45 Connector 30 120 Pcs Rj45 Ethernet Cable Splitter Lan Cable Adapter 1male To 3 Female Port Splitter 2 121 Pcs Scissor (big) 21cm X 8 Cm 5 122 Roll Scotch Tape 1" X 200mm Big Hole 14 123 Roll Scotch Tape 1/2" 10 124 Pcs Sdi Stapler . Sdi- 1242m - Hbw 1 125 Pcs Sign Pen Gtech C-4 Pilot 3 126 Pcs Signpen 0.5mm Black 46 127 Pcs Signpen 0.5mm Blue 12 128 Pcs Signpen 0.5mm Red 12 129 Kls Soap Powder 10 130 Pc Soft Broom 12 131 Pack Special Paper (a4) 50 132 Pcs Stamping Pad 3 133 Box Staple Wire #35 42 134 Pcs Stapler With Staple Remover 1 135 Pcs Steel Brush With Handle 3 136 Pc Steel Rack 4layers Heavyduty 2 137 Pcs Steel Rack 5 Layers Heavy Duty 2 138 Set Steel Sink With Faucet 1 139 Pack Sticker Paper A4 Gloss Good For Inkjet 33 140 Pad Sticky Notes 3x4" 8 141 Box Storage Box 120l 2 142 Pcs Styro Box 2 143 Pack Toilet Paper 34 144 Pcs Toner Brother Tn2380 2 146 Pc Tp Link /ls1005g/ 5 Ports/ 10 To 100mbps] Network Switch 1 147 Pc Tp Link /tp-sf 1008p/ 8 Ports/ 10 To 100mbps] Network Switch 1 148 Pcs Trash Bin With Cover Medium 2 149 Pack Vellum Board A4 20 150 Pack Vellum Board Legal 10 151 Bottle Vs1 150ml 10 152 Unit Water Dispenser With Chiller 1 153 Pcs White Board Marker 13 154 Unit Wifi Starlink With Adapter 1 155 Pad Yellow Paper 2 156 Bottle Zonrox 1 Schedule Of Activities: (1st Posting) Advertisement : January 30, 2025 To February 6, 2025 Bid Evaluation : February 10, 2025 (10:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 Until February 7, 2025, Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos. [p1,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before February 10, 2025 At 10:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 5. Bid Evaluation Shall Be On February 10, 2025 At Exactly 10:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. 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. 6. The Lgu Caibiran 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. 7. Checklist Of Eligibility Requirements For Goods Is Hereto Attached: First Envelope (technical Proposal) Note: All Document To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) Eligibility Requirements: Class A Documents 1. Philgeps Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A. Dti/sec/cda Registration B. Mayors Business Permit Or Its Equivalent Documents C. Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & Stamp Approved By The Bir D. Audited Financial Statement 2. Statement Of On-going Contracts 3. Statement Of Single Largest Completed Contract (slcc) 4. Nfcc Computation Of Committed Line Of Credit Class B Documents 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Ventures If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Production Delivery Schedule 4. Manpower Requirement 5. After Sales Service/parts, If Applicable 6. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. Second Envelope (financial Proposal) 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Certification If Claiming Preference As Domestic Bidder 3. Other Documents Required In The Bidding Documents Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid 2025philgeps022
Closing Date10 Feb 2025
Tender AmountPHP 522 K (USD 8.9 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: Page 9 Of30
statement Of Work
louis A. Johnson Va Medical Center
contractor Shall Provide All Labor, Parts And Transportation To Provide Inspection, Function Testing, Maintenance And 24 Hour Emergency Repairs To The Fixed Fire Protection System, Fire Extinguishers, Emergency Lights, Emergency Showers And Eye-wash Stations And Other Life-safety Equipment And Systems At The Louis A. Johnson Va Medical Center Campus, Located In Clarksburg, Wv And At The Tucker County Community Based Outreach Center (cboc), Located In Parsons, Wv And The Wood County Community Based Outreach Center (cboc), Located In Parkersburg, Wv And Braxton County Community Based Outreach Center (cboc), Located In Flatwoods, Wv And Monongalia County Community Based Outreach Center (cboc) And Monongalia County Veterans Outreach Center, Located In Westover, Wv And Rosebud Facility Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following:
contractor Shall Be Responsible For All Above-ground Portions Of The Fixed Fire Protection System In The Hospital, All Out-buildings And Hospital Grounds.
annual Full Maintenance On Ten (11) Wet Pipe Fire Sprinkler Systems. 3 In Main Building, 2 In Bldg. 2, 2 In Bldg. 7, 2 In Bldg. 20, 1 In Bldg. 5, 1 In Bldg. 22.
annual Dry Sprinkler Trip Test On, (5) Dry Sprinkler Systems (1) In Main Building, (1) In Ca, (1) In Building 6, (1) In Building 20. (1) In Building 22. Full Flow Trip Test Will Be Conducted At Least Every Third Year.
annual Trip Test Of (1) Pre-action System In Clinical Addition Mri. All Devices Associated With The Pre-action System Will Be Tested Annually.
quarterly Testing Of Supervisory Signals (3) Low Air Low Devices (1) In The Penthouse, (1) In Room B202, (1) In Bldg. 6.
quarterly Inspections Of Each Additional Floor Control Assembly Inspection (all Tampers And Alarming Devices) Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible. Building 1 (48) Tamper And
(35) Alarming Devices, Ca (28) Tamper And (20) Alarming Devices, Building 5 (3) Tamper And (1)
alarming Device, Building 6 (1) Tamper And (1) Alarming Device, Building 7 (3) Tamper And (2)
alarming Device, Building 20 (6) Tamper And (3) Alarming Device. Building 22 (4) Tampers And (2) Alarming Devices.
supervisory Alarm Other Than Tamper Switches Will Be Tested Quarterly. Building I (2), Building 2 (2), Building 6 (1), Building 22 (2)
annual Test Of (4) Antifreeze Systems In Main Building (1) At The Northwest Entrance, (1) On Old Dock Area, (1) In Biomedical Engineering And (1) In Ambulance Bay. Conducted Prior To Freezing Weather.
quarterly Inspection For The Post Indicator Valves (7). (3) For Main Building, (2) For Ca, (1) For Building 6, (1) For Building 7. Fully Exercise Valves At Least Annually.
quarterly Inspection For The Wall Post Indicator Valves (1) For Building 20 And (1) For Bldg. 22. Fully Exercise Valve At Least Annually.
quarterly Inspection Of (7) Fire Department Connections (3) For Bldg. I, (2) For Bldg. 2, (1) For Bldg. 6, (1) For Bldg. 7, (1) For Bldg. 22.
annual Private Yard Hydrant Flow Test, (5). Flow Test Must Be Conducted After 14:00 So Not To Interfere With Laundry Service.
annual Inspection And Testing Of (42) Backflow Preventer.
annual Testing And Inspection Of All Facility Fire Doors (campus Wide) (250 Total)
four (4) Kitchen Fire Suppression Systems Semi-annual Inspections (includes Changing Up To Three Fusible Links Per System Annually, Must Have Current Date Stamped On Links). Provide Hood And Duct Cleaning On A Semi-annual Basis As Required Nfpa 17a. In The Following Locations (1) Dietary Kitchen, (2) Canteen Service And (1) In Building 20.
monthly And Annual Inspections Of 210 Portable Fire Extinguishers At The Medical Center Campus; Including Annual Inspection, Tags, And Recharge For Each Extinguisher. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag.
monthly Test Of The 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo. Report Will Include Valve Operation, Flow Rates And Temperature.
annual Testing Of 21 Eye Wash Stations And 1 Emergency Showers/eye Wash Combo According To The Manufacturer's Inspection Procedures To Ensure Continued Conformance With American National Standards Institute (ansi) 358.1 And Maintaining A Written Record Of The Procedures Used And The Testing Date. The Va Will Provide What Will Be Required To Meet Ansi 358.1 Standard.
monthly Testing And Maintenance On Approximately 95 Emergency Lights At The Medical Center Campus. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor.
monthly Testing Of The Firefighter Recalls For All Elevators. Testing Will Follow Asme Al 7.1 Standards. Three (3) Elevators Are Located In Bldg. 1, Three (3) In Clinical Addition, And One (1) In Bldg. 20.
contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type.
community Based Outreach Center And Rosebud Facility
annual Full Maintenance On (1) Wet Sprinkler Risers At Mon Co. Cboc And Rosebud Facility.
quarterly Testing Of Water Flow And Tampers Devices At The Mon Co. Cboc And Rosebud Facility. Valves Will Be Fully Exercised Annually To Operate The Tamper Switch. Flow And Pressure Switches Will Be Operated With Water Flow When Possible.
quarterly Inspection Of (1) Fire Department Connections At Rosebud Facility.
monthly Inspection Of Eyewash Stations In Each Cboc Location.
monthly And Annual Inspection Of Approximately 40 Total Portable Fire Extinguishers At The Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center And Rosebud Combined, Including Annual Inspection, Tags. Annual And Monthly Inspection Cannot Be Combined On The Inspection Tag.
annual Inspection And Full Maintenance As Well As Monthly Inspection On Approximately 80 Emergency Lights At Tucker, Braxton, Wood, And Monongalia County Cboc's, Monongalia County Veterans Outreach Center Combined. Annual And Monthly Testing Will Follow The Current Nfpa 101 Periodic Testing Of Emergency Lighting Equipment Code. Annual Test Will Include New Annual Test Stickers. Battery Replacement Will Be The Responsibility Of The Contractor.
annual Testing Of Fire Alarm Systems:
braxton Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (9) Smoke Detectors, (8) Visual Horns/strobes.
wood Co. Cboc, (1) Fire Alarm Panel, (3) Manual Pull Stations, (3) Smoke Detectors,
(2) Duct Detectors, (4) Heat Detectors, (7) Horns And (3) Horn/strobes.
mon Co. Cboc, (1) Fire Alarm Panel, (4) Manual Pull Stations, (4) Smoke Detectors,
(12) Speaker/strobes,
tucker Cboc, (1) Fire Alarm Panel, (3) Manual Pull Station, (8) Smoke Detectors, (2) Duct Detectors, (11) Strobes And (3) Horn/strobes
rosebud, (1) Fire Alarm Panel, (12) Smoke Detectors, (7) Speaker/strobes
contractor Shall Be Responsible For Development Of A Full Inventory Of All Inspected Devices That Will Include A Unique Identifier For Each, Its Location, Inspection Frequency And Device Type.
24/7 Emergency Service Will Be Provided By The Contractor. The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person Onsite Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs.
the Work Included In This Item (1) Does Not Cover Hard Wiring.
contractor Shall Be Responsible For All Labor, Parts, And Transportation To Provide Inspection, Maintenance And 24-hour Emergency Service To The Emergency Alarm System At The Louis A. Johnson Va Medical Center, Located In Clarksburg, Wv. The Work For This Portion Of The Contract Includes The Following;
main Building- Three (3) 4100 Panels And Nine (9) 4009 Nac Power Extenders
bldg. 5- One (1) 4010 Panel
bldg. 7- One (1) 4010 Panel And One (1) 4009 Nac Power Extender
bldg. 6 - One (1) 4010 Panel
bldg. 20- One (1) Game Well Panel
bldg. 22 - One (1) 4100 Panel
parking Garage One (1) 4100 Panel
four (4) Annunciator Led Type (aod, Operator, Main Entrance, Bp)
battery Testing Will Be Required For All Panels.
two (2) True Site Systems (fire Alarm Panel Room And Safety Office)
forty-five (45) Initiating Devices- Duct Detectors
thirty-eight (38) Initiating Devices - Heat Detectors - Non-restorable
two Hundred (200) Initiating Devices - Smoke Detectors - Photoelectric (includes Sensitivity Testing And Cleaning)
one Hundred Forty-five (145) Initiating Devices - Fire Alarm Box, Manual, Un-coded.
eighty (80) Alarm Notification Appliance - Fire Alarm Visual Devices.
sixty (60) Alarm Notification Appliance - Fire Alarm Audio Devices.
three Hundred Seventy-five (375) - Alarm Notification Appliance - Fire Alarm Audio/visual Devices.
twenty-nine (29) Door Closers
monthly Inspections For The Carbon Monoxide Detectors At The Medical Center (1) In Bldg. 5
24/7 Emergency Service
establish And Maintain The Communications Link/ Monitoring Service Between The Medical Center Campus' Alarm Systems And The Local Fire Station On A Twenty-four-hour, Seven Day Per Week Basis. Signals Must Be Ul Listed. The Va Has Already Established Two Dedicated Lines. Quarterly Reports Must Be Furnished By The Contractor On A Separate Report With The Time, Date, And The Amount Of Time To Transmit, To Assure That The System Is Functioning.
36c24519c0060
page 10 Of30
all Necessary Programming Of Simplex Equipment To All Points.
the Work Included In This Item (2) Does Not Cover Hard Wiring
fire And Smoke Damper Testing:
test And Inspect A Different 25% Of All Dampers Annually, 100% Will Be Tested At The End Of 4 Years, (162 Dampers Located In 2016 Are Testable). Contractor Will Spend Up To 4 Additional Hours A Year Locating Additional Dampers Missed In Previous Years. A Label Will Be Placed On The Outside Of The Damper. A Detailed Report Will Be Provided Which Will Include Photograph Of The Dampers, Open And Closed, Type Of Damper. The Va Will Provide Drawings That The Contractor Will Then Mark The Location Of The Dampers.
all Inspectors On Site Will Carry A Minimum Of Nicet Level 2 For Sprinkler And Fire Alarm Inspections.
there Will Be One Person Of Contact For All The Listed Locations
each Report Will Be Broken Down By Building And Inspection Type. Example, Bldg. I Sprinkler, Bldg. 5 Co2, Bldg. 2 Emergency Lights
each Report Is To Include The Following:
unique Identifier Of Each Device Inspected In Relation To The Full Inventory List.
the Results Of The Inspected Device.
how Each Device Was Inspected Or Tested.
a Recommendation For Correction Of Deficiency Noted.
the Conclusion Of Each Inspection Is To Be Reviewed Concurrently With The Cort And Appropriate Representative From The Inspection Company.
reports Will Be Electronic And Sent By E-mail At The Completion Of Each Inspection.
all Work Performed Under This Contract Shall Be In Accordance With All Applicable Codes And Standards, Including But Not Limited To Nfpa, Jacho, Ansi, Asme And Va Standards.
the C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required.
for Emergency Repairs, The Contractor Shall Be Required To Respond By Telephone Within Two (2) Hours And Have A Service Person On-site Within Four (4) Hours Of Being Contacted By The Department Of Veteran Affairs.
records Management Obligations
a. Â applicability
this Clause Applies To All Contractors Whose Employees Create, Work With, Or Otherwise Handle Federal Records, As Defined In Section B, Regardless Of The Medium In Which The Record Exists. Â
b. Â definitions
Federal Record As Defined In 44 U.s.c. § 3301, Includes All Recorded Information, Regardless Of Form Or Characteristics, Made Or Received By A Federal Agency Under Federal Law Or In Connection With The Transaction Of Public Business And Preserved Or Appropriate For Preservation By That Agency Or Its Legitimate Successor As Evidence Of The Organization, Functions, Policies, Decisions, Procedures, Operations, Or Other Activities Of The United States Government Or Because Of The Informational Value Of Data In Them. Â
the Term Federal Record:
includes Lajvamc Records.â
does Not Include Personal Materials.
applies To Records Created, Received, Or Maintained By Contractors Pursuant To Their Lajvamc Contract.
may Include Deliverables And Documentation Associated With Deliverables.
c. Â requirements
contractor Shall Comply With All Applicable Records Management Laws And Regulations, As Well As National Archives And Records Administration (nara) Records Policies, Including But Not Limited To The Federal Records Act (44 U.s.c. Chs. 21, 29, 31, 33), Nara Regulations At 36 Cfr Chapter Xii Subchapter B, And Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974 (5 U.s.c. 552a). These Policies Include The Preservation Of All Records, Regardless Of Form Or Characteristics, Mode Of Transmission, Or State Of Completion.â
in Accordance With 36 Cfr 1222.32, All Data Created For Government Use And Delivered To, Or Falling Under The Legal Control Of, The Government Are Federal Records Subject To The Provisions Of 44 U.s.c. Chapters 21, 29, 31, And 33, The Freedom Of Information Act (foia) (5 U.s.c. 552), As Amended, And The Privacy Act Of 1974 (5 U.s.c. 552a), As Amended And Must Be Managed And Scheduled For Disposition Only As Permitted By Statute Or Regulation.â
in Accordance With 36 Cfr 1222.32, Contractor Shall Maintain All Records Created For Government Use Or Created In The Course Of Performing The Contract And/or Delivered To, Or Under The Legal Control Of The Government And Must Be Managed In Accordance With Federal Law. Electronic Records And Associated Metadata Must Be Accompanied By Sufficient Technical Documentation To Permit Understanding And Use Of The Records And Data.â
lajvamc And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Records May Not Be Removed From The Legal Custody Of Lajvamc Or Destroyed Except For In Accordance With The Provisions Of The Agency Records Schedules And With The Written Concurrence Of The Head Of The Contracting Activity. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. In The Event Of  any Unlawful Or Accidental Removal, Defacing, Alteration, Or Destruction Of Records, Contractor Must Report To Lajvamc .the Agency Must Report Promptly To Nara In Accordance With 36 Cfr 1230.
the Contractor Shall Immediately Notify The Appropriate Contracting Officer Upon Discovery Of Any Inadvertent Or Unauthorized Disclosures Of Information, Data, Documentary Materials, Records Or Equipment. Disclosure Of Non-public Information Is Limited To Authorized Personnel With A Need-to-know As Described In The [contract Vehicle]. The Contractor Shall Ensure That The Appropriate Personnel, Administrative, Technical, And Physical Safeguards Are Established To Ensure The Security And Confidentiality Of This Information, Data, Documentary Material, Records And/or Equipment Is Properly Protected. The Contractor Shall Not Remove Material From Government Facilities Or Systems, Or Facilities Or Systems Operated Or Maintained On The Government S Behalf, Without The Express Written Permission Of The Head Of The Contracting Activity. When Information, Data, Documentary Material, Records And/or Equipment Is No Longer Required, It Shall Be Returned To Lajvamc Control Or The Contractor Must Hold It Until Otherwise Directed. Items Returned To The Government Shall Be Hand Carried, Mailed, Emailed, Or Securely Electronically Transmitted To The Contracting Officer Or Address Prescribed In The [contract Vehicle]. Destruction Of Records Is Expressly Prohibited Unless In Accordance With Paragraph (4).
the Contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, Contracts. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Lajvamc Guidance For Protecting Sensitive, Proprietary Information, Classified, And Controlled Unclassified Information.
the Contractor Shall Only Use Government It Equipment For Purposes Specifically Tied To Or Authorized By The Contract And In Accordance With Lajvamc Policy.â
the Contractor Shall Not Create Or Maintain Any Records Containing Any Non-public Lajvamc Information That Are Not Specifically Tied To Or Authorized By The Contract.â
the Contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected From Public Disclosure By An Exemption To The Freedom Of Information Act.â
the Lajvamc Owns The Rights To All Data And Records Produced As Part Of This Contract. All Deliverables Under The Contract Are The Property Of The U.s. Government For Which Lajvamc Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. Any Contractor Rights In The Data Or Deliverables Must Be Identified As Required By Far 52.227-11 Through Far 52.227-20.
training. Â all Contractor Employees Assigned To This Contract Who Create, Work With, Or Otherwise Handle Records Are Required To Take Lajvamc-provided Records Management Training. The Contractor Is Responsible For Confirming Training Has Been Completed According To Agency Policies, Including Initial Training And Any Annual Or Refresher Training.â
[note: To The Extent An Agency Requires Contractors To Complete Records Management Training, The Agency Must Provide The Training To The Contractor.]â
d. Â flow Down Of Requirements To Subcontractors
the Contractor Shall Incorporate The Substance Of This Clause, Its Terms And Requirements Including This Paragraph, In All Subcontracts Under This [contract Vehicle], And Require Written Subcontractor Acknowledgment Of Same.â
violation By A Subcontractor Of Any Provision Set Forth In This Clause Will Be Attributed To The Contractor.
â
locations:
louis A Johnson Va Medical Center
1 Medical Center Drive, Clarksburg, Wv 26301
braxton Co. Community Based Outreach Center (cboc) 93 Skidmore Lane, Sutton, Wv 26601
monongalia Co. Community Based Outreach Center (cboc) 40 Commerce Drive, Suite 101, Westover, Wv 26501
tucker Co. Community Based Outreach Center (cboc) 260 Spruce Street, Parsons, Wv 26287
monongaliaco. Veterans Outreach Center 34 Commerce Drive, Suite 101
westover, Wv 26501
wood Co. Community Based Outreach Center (cboc) 2311 Ohio Avenue, Suite A, Parkersburg Wv 26101
rosebud Facility
513 Rosebud Plaza, Clarksburg, Wv 26301
Closing Date10 Jan 2025
Tender AmountRefer Documents
Indian Army Tender
Goods
Civil And Construction...+1Construction Material
GEM
India
Details: CATEGORY: Superstructure of Medium Living Shelter , Ceramic tiles and
all other specification as per RFP , White cement and all
other specification as per RFP , Peg set of six and all other
specification as per RFP , Curtain Arrangement and all other
specification as per RFP , Distribution box and all other
specification as per RFP , MCB SPN and all other
specification as per RFP , MCB SP and all other specification
as per RFP , PVC tape and all other specification as per RFP ,
Cable PVC and all other specification as per RFP , PVC
casing capping and all other specification as per RFP ,
Switch Piano and all other specification as per RFP , LED
Tuble light fittings and all other specification as per RFP ,
Steel screw and all other specification as per RFP , PVC
switch board and all other specification as per RFP , PVC L
bend and T junction joint and all other specification as per
RFP , Switch socket combination and all other specification
as per RFP , Service bracket and all other specification as
per RFP , Service cable and all other specification as per RFP
, Ceiling rose and all other specification as per RFP , LED
Bulk head fitting and all other specification as per RFP , PVC
flexible wire copper and all other specification as per RFP ,
PVC flexible conduit pipe and all other specification as per
RFP , PVC round square block and all other specification as
per RFP , Exhaust fan and all other specification as per RFP ,
Fire exitingusher and all other specification as per RFP ,
Earthing Plate and all other specification as per RFP , CI
earthing pit cover and all other specification as per RFP ,
Funnel fitted and all other specification as per RFP , GI Wire
and all other specification as per RFP , Charcoal and all
other specification as per RFP , Salt normal and all other
specification as per RFP , Air terminal and all other
specification as per RFP , Testing point terminal block and
all other specification as per RFP , Aluminium strips and all
other specification as per RFP , Galvanised iron strip and all
other specification as per RFP , Insulating PVC block and all
other specification as per RFP , Individual standalone plastic
body smoke alarm and all other specification as per RFP ,
Individual standalone plastic body heat alarm and all other
specification as per RFP , Fire ball extinguisher and all other
specification as per RFP , Double Sleeping Bunk and all
other specification as per RFP , Steel Bed Side Locker and all
other specification as per RFP , Study Chair and all other
specification as per RFP , Study Table and all other
specification as per RFP , Looking Mirror and all other
specification as per RFP , Water Dispenser and all other
specification as per RFP , Protable indoor and all other
specification as per RFP , Plastic dustbin and all other
specification as per RFP
Closing Date12 Apr 2025
Tender AmountRefer Documents
Indian Army Tender
Goods
Electrical Goods and Equipments...+1Electrical and Electronics
GEM
Corrigendum : Corrigendum Added
India
Details: CATEGORY: Supertructure of Small Living Shelter , Ceramic tiles and all
other specification as per RFP , White cement and all other
specification as per RFP , Peg set of six and all other
specification as per RFP , Curtain Arrangement Drapery and
rod and all other specification as per RFP , Distribution box
and all other specification as per RFP , MCB SPN and all
other specification as per RFP , MCB SP and all other
specification as per RFP , PVC tape and all other
specification as per RFP , Cable PVC insulated electric
cables and all other specification as per RFP , PVC casing
capping and all other specification as per RFP , Switch Piano
and all other specification as per RFP , LED Tuble light
fittings and all other specification as per RFP , Steel screw
and all other specification as per RFP , PVC switch board
and all other specification as per RFP , PVC L bend and T
junction and all other specification as per RFP , Switch
socket combination and all other specification as per RFP ,
Service bracket and all other specification as per RFP ,
Service cable and all other specification as per RFP , Ceiling
rose and all other specification as per RFP , LED Bulk head
fitting and all other specification as per RFP , PVC flexible
wire and all other specification as per RFP , PVC flexible
conduit pipe and all other specification as per RFP , PVC
round square block and all other specification as per RFP ,
Exhaust fan and all other specification as per RFP , Fire
exitingusher and all other specification as per RFP , Earthing
Plate and all other specification as per RFP , CI earthing pit
and all other specification as per RFP , Funnel fitted and all
other specification as per RFP , GI Wire and all other
specification as per RFP , Charcoal and all other
specification as per RFP , Salt normal and all other
specification as per RFP , Air terminal and all other
specification as per RFP , Testing point terminal block and
all other specification as per RFP , Aluminium strips and all
other specification as per RFP , Galvanised iron strip and all
other specification as per RFP , CI earthing pit cover and all
other specification as per RFP , Insulating PVC block and all
other specification as per RFP , smoke alarm and all other
specification as per RFP , Heat alarm and all other
specification as per RFP , Fire ball extinguisher and all other
specification as per RFP , Double Sleeping Bunk and all
other specification as per RFP , Steel Bed Side Locker and all
other specification as per RFP , Study Chair and all other
specification as per RFP , Study Table and all other
specification as per RFP , Looking Mirror and all other
specification as per RFP , Water Dispenser and all other
specification as per RFP , Kero Room Heater and all other
specification as per RFP , Plastic dustbin and all other
specification as per RFP
Closing Date26 Apr 2025
Tender AmountINR 9.2 Million (USD 108.9 K)
This is an estimated amount, exact amount may vary.
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-03-44 Attention : All Service Provider Subject : Advertisement Date : March 20, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food & Venue Of The Divison Management Committee Meeting For The Month Of April 2025 Food (2 Snacks And 1 Lunch) Venue And For 258 Paticipants. 258pax X P800.00= P206,400.00 Pax 258 800.00 206,400.00 Technical Specifications For Food: I. Menu April 10, 2025 Am Snacks 1 Regular Bowl Chicken Loglog W/egg 1pc Boiled Meduim Size Banana 1 Bottle Mineral Water (500ml) Lunch 1 Cup Stemed Rice 1 Pc Potcherong Baboy With Saging Na Saba And Other Veggies 1 Regular Serving Small Shrimp Okoy 1 Regular Serving Tropical Fresh Fruits 1 Glass Of Water Pm Snacks 1pc Large Ibos 1 Regular Serving Bihon 1 Cup Hot Choco/tablea Drink Ii. Conditions 1. Meal Coverage 258 Participants. Am Snacks/lunch/ Pm Snack 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook. 3. With Water Dispenser And Purified Water. 4. With Sterilized And Properly Cleaned Utensils. 5.with 2 Free Meals For Guests. 6.with Assigned Waiters And Head Waiters During The Event Proper, Always Present In The Hall During The Event. Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 258 Participants. 2. Date: (april 10, 2025) 8am To 5pm Ii. Location And Site Condition 1. Within Naga City Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue. Reserved 3 Parking Spaces For Car With Plate Numbers To Be Assigned By The End-user. 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations. Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of The Hall 2.1- Session Room - Air Conditioned And Well Lighted Hall. 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table With Proper Skirting To Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Tables For The Secretariat. 2.1.4 - Front Stage Must Be Free From Any Obstruction From The View Of The Participants. 2.1.5- 2 Lcd Projector And Widescreens, Complete Set Of The Sound System, 3 Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall. 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care Of The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cords That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall And Well Ventilated & Lighted. Generator Set Must Be Ready In Case Of Power Interruption. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 258 Participants. 3. Facilities 3.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. With Standby Cleaner All The Time During The Meeting. 3.2 Lighting System - With Uninterrupted Electrical Supply And Proper Lighting System At The Hall. 3.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 3.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 3.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 3.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 4. Other Requirements 4.1 Maintenance - Maintained Cleanliness, Disinfection Of Hall Prior To Use, Restrooms, With Stand By Cleaner All Throughout The Meeting. Including The Sleeping Quarter As Occupied. 4.2 Attractiveness - With Ambiance That Promotes Learning. 4.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 4.4 Parking - With Sufficient Parking Area For Guests & Visitors. With Resereved Parking Space For The Sdo Management With Plate Numbers To Be Given By The End-user Prior To The Meeting. Total 206,400.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: March 25, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬1cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd:arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date25 Mar 2025
Tender AmountPHP 206.4 K (USD 3.6 K)
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-02-15 Attention : All Service Provider Subject : Advertisement Date : February 3, 2024 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). 2, Description Unit Qty Unit Price Total Abc/cost Food, Venue And Accommodation Of The Regional Special Management Committee Meeting Food (1 Dinner,1 Breakfast,2 Snacks And 1 Lunch) For February 13-14, 2025 100pax X P2,000.00= P200,000.00 Pax 100 2,000.00 200,000.00 Technical Specifications For Food: I. Menu February 13, 2025 Dinner 1 Cup Steamed Rice 1 Regular Serving Oven Roasted Baby Back Ribs With Plum Hoisin Sauce 1 Regular Serving Ginataang Parapagolong 1 Regular Serving Squash Soup With Bacon Bits 1 Regular Serving Buko Pandan Salad(semi-sweet) 1 Glass Of Water February 14, 2025 Breakfast 1 Large Whole Egg 1 Regular Size Fried Dried Fish 1 Regular Serving Beef Tapa 1 Cup Steamed Rice 1 Cup Hot Choco/coffee Am Snacks 1 Regular Serving Baked Macaroni 1 Glass Of Water Lunch 1 Cup Steamed Rice 1 Pc Potcherong Baboy At Saging Na Saba 1 Regular Serving Ampalaya Con Tausi 1 Regular Serving Sinigang Na Hipon Soup 1 Regular Serving Buko Salad W/tapioca 1 Glass Of Water Pm Snacks 1 Snack Plate Pancit Guisado 2 Pcs. Slice Bread 1 Glass Mango Juice Ii. Conditions 1. Meal Coverage:100 Participants. Meals Starts At Dinner Time. 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper 8.with Five (5) Extra Free Meals For Guest Technical Specifications For Venue: I. Availability Of Function Rooms: 1.one (1) Big Air-conditioned Session Hall That Can Accommodate 100 Participants As Session Hall. 2. Date: (february 13-14, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue 3. With One(1) Free Accommodation For Guest. Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1arrangement Of Tables And Chairs Must Observe Proper Distancing Occupying 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 100 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 200,000.00 Source Of Fund: Division Mooe- Gass Fund 2025 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: February 7, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬¬¬7 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd.arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date7 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Department Of Education Division Of Camarines Sur Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Department Of Education Region V Schools Division Office Of Camarines Sur San Jose, Pili, Camarines Office Of The Procurement – General Services Projects No. 25-05-80 Attention : All Service Provider Subject : Advertisement Date : May 15, 2025 Notice Is Hereby Given To All Interested Suppliers Of The Deped Division Of Camarines Sur Through The Bids And Awards Committee For The Following Procurement That Will Be Done Through Negotiated Procurement (small Value Procurement). Description Unit Qty Unit Price Total Abc/cost Food And Venue For The Reskilling Of Sdo Program Owners And Key Personnel On The Program Management Information System (pmis) Major Processes And Accountability Per Governance Level, And Procurement Planning Food ( P 750 X 80 X 2 Days = P128,000.00) A.m. Snack : P 150 P.m Snack : P 150 Lunch : P 450 Pax 80 1,500.00 120,000.00 Technical Specifications For Food: I. Menu June 5, 2025 A.m. Snack 1 Regular Serving Cheese Pimiento Sandwich With Crispy Chips 1 Can Orange Juice Lunch 1 Cup Steamed Rice 1 Regular Serving Chicken Afritada 1 Regular Serving Of Chopsuey 1 Pc Regular Size Banana 1 Bottle Mineral Water P.m Snack 1 Snack Plate Of Pancit Miki Guisado 2 Pcs Kutsinta 1 Bottled Orange Juice June 6, 2025 A.m. Snack 1 Regular Serving Cassava Cake 1 Bottled Orange Juice Lunch 1 Cup Steamed Rice 1 Bowl Cream Of Mushroom Soup 1 Regular Serving Pork Pochero 1 Regular Serving Of Stir Fry Vegetables 1 Regular Serving Of Mango Tapioca P.m Snack 1 Snack Plate Of Pancit Miki Guisado 2 Pcs Kutsinta 1 Bottled Orange Juice June 5-6, 2025 Ii. Conditions 1. Meal Coverage 80 Participants. Meals Start At A.m Snack 2. With Unlimited Coffee, Creamer And Sugar In A Coffee Nook 3. With Water Dispenser And Purified Water 4. With Sterilized And Properly Cleaned Utensils 6.with 2 Free Meals For Guests 7.with Assigned Waiters And Head Waiters During The Event Proper Technical Specifications For Venue: I. Availability Of Function Rooms: 1. One (1) Big Air-conditioned Session Hall That Can Accommodate 80 Participants. 2. Date: (june 5-6, 2025) Ii. Location And Site Condition 1. Within Naga City With Access To Main Roads And National Highways. 2. With Free Parking Space Within The Venue Iii. Neighborhood Data 1.sanitation And Health Conditions – Proper Waste Management System Such As Regular Garbage Collection And Sanitary Permit From Appropriate Authority. 2. Police And Fire Station – Proximity To Police And Fire Stations Iv. Venue: 1. Structural Conditions: The Foundation Is Made Of Concrete And Structural Steel Materials Or Combination Of Both. 2. Functionality Of Function Room 2.1- Session Room - Air Conditioned Hall 2.1.1 Arrangement Of Tables And Chairs At Least 8 Guests Per Table. 2.1.2 - With Presidential Table Accommodate 6 Officials/guests. 2.1.3 - With 2 Rectangular Table For Secretariat 2.1.4 - Front Stage Must Be Free From Obstruction From The View Of The Participants. 2.1.5- 1 Lcd Projector And Widescreen, Complete Set Of The Sound System, 2 Microphones Microphones (if Wireless, Provision Of Extra Batteries), Splitter Cable For Additional Projector. 2.1.6 - 1 Podium. Lectern For The Hall 2.1.7 - Hotel It Staff On Stand-by In The Session Hall. 2.1.8- Unlimited Access To Internet. Wifi And At Least 100 Mbps. 2.1.9 - Free Backdrop, Layout Approved By The End-user Care For The Winning Bidder Indicating The Title, Date, Venue And Other Salient Information About The Training. 8x12 Ft. Size. 2.1.10 - Extra Extension Cord That Can Be Used By The Participants. 2.2- Light, Ventilation And Air Conditioning - With Uninterrupted Electrical Supply, Fully Air-conditioned Hall. 2.3 - Space Requirements - One (1) Hall) Session Hall That Can Accommodate 80 Participants. 3. Room Arrangements 3.1 - Air-conditioned Rooms For The Facilitators, Guest Speakers, And Technical Working Group. 3.2 - With Hot And Cold Bath. 3.3 - Provision Of Toothpaste, Soap, And Other Hygiene Materials. 3.4. With Clean Beddings And Towels. 4. Facilities 4.1 Water Supply And Toilet - With Continuous Water Supply, And Accessible And Clean Comfort Rooms And Continuous Supply Of Toilet Paper. 4.2 Lighting System - With Uninterrupted Electrical Supply. 4.3. Elevator - With Functional Elevator If High Storey Building And Standby Wheelchair. 4.4 Fire Escapes - With Fire Escapes, Structure In Compliance With The Standards Provided By The Building Code Of The Philippines. 4.5 Firefighting Equipment - With Accessible Emergency Exit And Alarm, With Standby Fire Extinguishers And Automatic Sprinklers. 4.6 Internet And Telecommunications - Unlimited Access To Internet / Wifi And At Least 100 Mbps. 5. Other Requirements 5.1 Maintenance - Maintained Cleanliness/ Disinfection Of Hall, Restrooms, Sleeping Quarters, Coffee/tea/creamer/sugar Cover And Dining Area. 5.2 Attractiveness - With Ambiance That Promotes Learning. 5.3 Security- With 24-hour Security Service, Front Desk And Housekeeping Services. 5.4 Parking - With Sufficient Parking Area. Total 120,000.00 Source Of Fund: Division Mooe-gass Continuing Fund 2024 Interested Qualified Service Provider May Download The Attached Request For Quotation Form And Send The Online Quotation Using The Attached Form To Sdocamsur.procurement@deped.gov.ph Or You May Call At 054-871-1553 / 054-881-3483 Local : 407 Or 0946-1944-109 For Any Query. Date Of Opening: May 19, 2025 9:00 A.m. Delivery Date: ¬¬¬¬¬¬2 Cd From The Date Of Receipt Of The Notice To Proceed The Deped Division Of Camarines Sur Has The Right To Declare/award And Nullify Quotes Of Supplier Considering What Is Advantageous To The Government. Sgd. Arvin R. Sese, Ceso Vi Bac Chairperson – General Services Projects
Closing Date19 May 2025
Tender AmountPHP 120 K (USD 2.1 K)
6901-6910 of 7113 archived Tenders