Fire Extinguisher Tenders

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date8 May 2025
Tender AmountPHP 289.5 Million (USD 5.1 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package C, Cavite Contract Id No. : 25d00068 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱147,645,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Mauban-tignoan Road (real Section), Package A, Quezon Contract Id No. : 25d00126 Contract Location : Quezon Province Scope Of Works : Construction Of Bridge Construction Of Four Span 4 Lane Carriageway Bridge Substructure With A Length Of 160 Linear Meters And Width Of 20.00 Meters Supported By 3-1.8 Meter Diameter Bored Piles At Abutment B Only And 3 - 2.5 Meter Diameter Bored Piles At Piers 3 & 4 Respectively With Craneway And Slope Protection. Approved Budget For The Contract : ₱86,850,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Infrastructure Program, Convergence And Special Support Program, Construction / Improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program – Tikas) Enhancement And Construction Of 2nd Floor Of Naval Combat Systems Center’s (ncsc) Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00158 Contract Location : Cavite Province Scope Of Works : Structural - Foundation Works: All Isolated Footings And Slab-on-grade - All Concrete Beams And Concrete Columns At All Levels - All Suspended Slabs - Roofing Works (truss, Purlins, & Sagrods) Architectural - Fiber Cement – Ceiling - Finishing Hardware For Doors - All Aluminium Glass Windows (sliding Type) - All Exterior And Interior Doors - Roofing Works (ridge/hip Rolls, Gutter, Rib Type Metal Sheets) - Glazed Tiles - Cement Floor Finish - 150mm And 100mm Chb Walls With Plaster Finish On Both Sides - Painting Works For Concrete / Masonry, Wood, And Steel - Reflective Insulation - Railings Electrical - Fittings And Accessories (service Entrance) - Conduit, Boxes, Fittings (conduit Works / Conduit Rough-ins) - Panel Board With Main & Branch Breaker - Lighting Fixtures And Lamps - Grounding System Plumbing - Catch Basin - Sewer Line Works - Storm Drainage And Downspout - Septic Tank - Waterlines - Plumbing Fixtures - Cistern Mechanical - Ventilating Equipment - Airconditioning - Fire Hose Cabinet Assembly - Fire Extinguisher Approved Budget For The Contract : ₱59,347,500.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package E, Cavite Contract Id No. : 25d00228 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱289,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Access Roads And/or Bridges From The National Roads/s Leading To Major Strategic Public Buildings/ Facilities Construction Of Bridge 2 At Bypass/alternate/diversion Road-muntinlupa-cavite Expressway To Daang Hari Road, Bacoor, Cavite Contract Id No. : 25d00229 Contract Location : Cavite Province Scope Of Works : Construction Of A Single Span Bridge With A Total Length Of 30 Linear Meters And Width Of 30 Meters, Aashto Prestressed Concrete Girder Type Iv - A Including Reinforced Concrete Deck Slab, Sidewalk, And Post & Railing As Superstructure; And 5-1.8-meter Diameter Bored Piles At Abutments As Substructure, Slope Protection, Approach Slabs, And Other Miscellaneous Items. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Cluster 7: 1. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0162 + 475 2. Fy 2025 Dpwh Infrastructure Program, Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0196+431 3. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0216+193 4. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0217+279 Contract Id No. : 25d00247 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Re Blocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Flood Mitigation Structures Protecting Public Infrastructures/facilities Construction Of River Control Along Pagsanjan River, Lumban Section, Laguna (phase 2) Contract Id No. : 25d00270 Contract Location : Laguna Province Scope Of Works : Construction Of 300mm Thick Reinforced Concrete Revetment With Rubble Concrete As Fill Material, Supported By Reinforced Concrete Pile Cap With Type Ii, U-type, Steel Sheet Pile At The Foot Of The Structure, Parapet Wall, And Earthworks. Approved Budget For The Contract : ₱49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Evacuation Centers/ Quarantine Facilities/ Public Health Facilities Construction Of Isaac Tolentino Memorial Medical Center, Phase 2, Barangay Guinhawa South, Tagaytay City, Cavite Contract Id No. : 25d00278 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱139,927,895.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On March 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On March 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before April 08, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On April 08, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. March 17, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date18 Jun 2025
Tender AmountPHP 147.6 Million (USD 2.6 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package C, Cavite Contract Id No. : 25d00068 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱147,645,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Mauban-tignoan Road (real Section), Package A, Quezon Contract Id No. : 25d00126 Contract Location : Quezon Province Scope Of Works : Construction Of Bridge Construction Of Four Span 4 Lane Carriageway Bridge Substructure With A Length Of 160 Linear Meters And Width Of 20.00 Meters Supported By 3-1.8 Meter Diameter Bored Piles At Abutment B Only And 3 - 2.5 Meter Diameter Bored Piles At Piers 3 & 4 Respectively With Craneway And Slope Protection. Approved Budget For The Contract : ₱86,850,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Infrastructure Program, Convergence And Special Support Program, Construction / Improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program – Tikas) Enhancement And Construction Of 2nd Floor Of Naval Combat Systems Center’s (ncsc) Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00158 Contract Location : Cavite Province Scope Of Works : Structural - Foundation Works: All Isolated Footings And Slab-on-grade - All Concrete Beams And Concrete Columns At All Levels - All Suspended Slabs - Roofing Works (truss, Purlins, & Sagrods) Architectural - Fiber Cement – Ceiling - Finishing Hardware For Doors - All Aluminium Glass Windows (sliding Type) - All Exterior And Interior Doors - Roofing Works (ridge/hip Rolls, Gutter, Rib Type Metal Sheets) - Glazed Tiles - Cement Floor Finish - 150mm And 100mm Chb Walls With Plaster Finish On Both Sides - Painting Works For Concrete / Masonry, Wood, And Steel - Reflective Insulation - Railings Electrical - Fittings And Accessories (service Entrance) - Conduit, Boxes, Fittings (conduit Works / Conduit Rough-ins) - Panel Board With Main & Branch Breaker - Lighting Fixtures And Lamps - Grounding System Plumbing - Catch Basin - Sewer Line Works - Storm Drainage And Downspout - Septic Tank - Waterlines - Plumbing Fixtures - Cistern Mechanical - Ventilating Equipment - Airconditioning - Fire Hose Cabinet Assembly - Fire Extinguisher Approved Budget For The Contract : ₱59,347,500.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package E, Cavite Contract Id No. : 25d00228 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱289,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Access Roads And/or Bridges From The National Roads/s Leading To Major Strategic Public Buildings/ Facilities Construction Of Bridge 2 At Bypass/alternate/diversion Road-muntinlupa-cavite Expressway To Daang Hari Road, Bacoor, Cavite Contract Id No. : 25d00229 Contract Location : Cavite Province Scope Of Works : Construction Of A Single Span Bridge With A Total Length Of 30 Linear Meters And Width Of 30 Meters, Aashto Prestressed Concrete Girder Type Iv - A Including Reinforced Concrete Deck Slab, Sidewalk, And Post & Railing As Superstructure; And 5-1.8-meter Diameter Bored Piles At Abutments As Substructure, Slope Protection, Approach Slabs, And Other Miscellaneous Items. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Cluster 7: 1. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0162 + 475 2. Fy 2025 Dpwh Infrastructure Program, Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0196+431 3. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0216+193 4. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0217+279 Contract Id No. : 25d00247 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Re Blocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Flood Mitigation Structures Protecting Public Infrastructures/facilities Construction Of River Control Along Pagsanjan River, Lumban Section, Laguna (phase 2) Contract Id No. : 25d00270 Contract Location : Laguna Province Scope Of Works : Construction Of 300mm Thick Reinforced Concrete Revetment With Rubble Concrete As Fill Material, Supported By Reinforced Concrete Pile Cap With Type Ii, U-type, Steel Sheet Pile At The Foot Of The Structure, Parapet Wall, And Earthworks. Approved Budget For The Contract : ₱49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Evacuation Centers/ Quarantine Facilities/ Public Health Facilities Construction Of Isaac Tolentino Memorial Medical Center, Phase 2, Barangay Guinhawa South, Tagaytay City, Cavite Contract Id No. : 25d00278 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱139,927,895.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On March 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On March 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before April 08, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On April 08, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. March 17, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Invitation To Bid For 25ka0089 Construction Of Multi-purpose Building, Barangay Aglayan, Malaybalay, Bukidnon Barangay Aglayan, Malaybalay, Bukidnon 2nd Ld 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 4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0089 Construction Of Multi-purpose Building, Barangay Aglayan, Malaybalay, Bukidnon Barangay Aglayan, Malaybalay, Bukidnon 2nd Ld. 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 : 25ka0089 Contract Name : Construction Of Multi-purpose Building , Barangay Aglayan, Malaybalay, Bukidnon Contract Location : Barangay Aglayan, Malaybalay, Bukidnon 2nd Ld Scope Of Work : Scope; A.) Removal Of Structures And Obstruction B.) Construction Of Reinforced Concrete Structures Such As Footing, Columns, Ground Beams, 2nd Floor Beams), Roof Beams And Suspended Slab On Metal Deck, Wall Footing, Slab On Grade, Lintel Beam For Doors And Window Openings C.) Chb Laying, Plastering And Painting For Perimeter Walls, D.) Installation Of Ground Floor Ceiling (fiber Cement On Metal Frame) E.) Fabrication And Installation Of Roof Trusses And Purlins W/ Cleats And Sag Rods, F.) Supply And Installation Of Doors And Windows, G.) Laying Of Pipes For Waste And Sewer Line(sanitary Pvc Pipe S-1000), H.) Electrical Works, I.) Installation Of Air Conditioning Unit Awith Pvc And Aluminum Duct And Vent Cap, J.) Supply And Installation Of Fire Extinguishers, K.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade And On The Perimeter Of The Building After Construction Is Complete. Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php 4,950,000.00 Source Of Fund : Gaa 2025 Contract Duration : 195 C.d. Bid Documents Fee In Php : Php 5,000.00 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 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The 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

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.3 K)
Details: Description Invitation To Bid For 25ka0085 Construction Of Multi-purpose Building (sports Complex), Barangay Halapitan, San Fernando, Bukidnon Barangay Halapitan, San Fernando, Bukidnon 2nd Ld 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 Php4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0085 Construction Of Multi-purpose Building (sports Complex), Barangay Halapitan, San Fernando, Bukidnon Barangay Halapitan, San Fernando, Bukidnon 2nd Ld. 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 : 25ka0085 Contract Name : Construction Of Multi-purpose Building (sports Complex), Barangay Halapitan, San Fernando, Bukidnon Contract Location : Barangay Halapitan, San Fernando, Bukidnon 2nd Ld Scope Of Work : Scope; A.) Removal Of Structures And Obstruction B.) Construction Of Reinforced Concrete Structures Such As Footing, Columns, Ground Beams, 2nd Floor Beams), Roof Beams And Suspended Slab On Metal Deck, Wall Footing, Slab On Grade, Lintel Beam For Doors And Window Openings C.) Chb Laying, Plastering And Painting For Perimeter Walls, D.) Installation Of Ground Floor Ceiling (fiber Cement On Metal Frame) E.) Fabrication And Installation Of Roof Trusses And Purlins W/ Cleats And Sag Rods, F.) Supply And Installation Of Doors And Windows, G.) Laying Of Pipes For Waste And Sewer Line(sanitary Pvc Pipe S-1000), H.) Electrical Works, I.) Installation Of Air Conditioning Unit Awith Pvc And Aluminum Duct And Vent Cap, J.) Supply And Installation Of Fire Extinguishers, K.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade And On The Perimeter Of The Building After Construction Is Complete. Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php4,950,000.00 Source Of Fund : Gaa 2025 Contract Duration : 195 Cd Bid Documents Fee In Php : Php 5,000.00 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 18,2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The 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

Municipality Of Pintuyan, Southern Leyte Tender

Automobiles and Auto Parts
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 17.8 Million (USD 306.7 K)
Details: Description Item No. Item And Descriptions Quantity Unit 1 Lot Of Mobile Command And Control Vehicle (moccov) With Triage Technology Specifications: Trailer; 1 Set Trailer Dimension: L 16’ft X 6’8” Ft Trailer 40 Sq.m. Covered Area, Command Center Tent Maximum Capacity: 18 Persons Capacity: 10,000 Lbs. Multi-use Compartment For Rescue Equipment Swing Out Sink Rear/kitchen Top Tailgate Water Tank Gauge Indicator Automatic Water Pump For Faucet Reflectorized Trailer Side Markers Full Color Decal Suspension And Under Chassis Details: Round Axle With Hubs And Heavy-duty Bearings Rear Stabilizer Swivel Legs Front Stabilizer Swivel Legs Tandem Wheel And Fender With Spare Tires Front Swing/swivel Hand Jack With Tire Electromagnetic Brake System Swing Out Rear Tail Gate Dust And Waterproof Pvc Travel Cover Tent System; 1 Set Material: Wax Poly Cotton Canvas Fabric Annex 1: Mission Room Convertible To Bedroom Annex 2: Kitchen And Pantry Room Annex 3: Mission Room Annex Walls, With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All Made With Heavy Duty Materials Maximum Capacity: 18 Persons Annex Walls With Extra-large Mesh Screens, Roll Down Window Cover, Poles, Pegs And Guy Ropes All In Heavy Duty Material Tent Material Is Water Repellent 3-season Tent That Can Withstand A Wind Force Of 7.5 Mph Baseline With Approximately 38 Mph Winds And Gusts Trailer Utilities; 1 Set Trailer Built-ins 150 Liters Water Tank Pump And Plumbing System Ac And Dc Power Inlet Mounted And Wash Basin Dust And Waterproof Pvc Travel Cover Portable Air-conditioning Unit Horsepower: 1 Hp Weight: 29 Kg Dimensions: 36.5 × 44.5 × 71.5 Cm Cooling Capacity: 12,600 Kj/h Power Consumption: 1100 W Applicable Area: 18-28 M 3 Units Independent Portable Toilet Material: Pp, Abs Dimension:35x42x43cm / 13.8×16.5×17" Capacity: 24l Flush Method: Press Compact Size And Lightweight Design Also Fit For Outdoor 1 Unit Toilet/shower Tent Material: Waterproof Cloth Rod: Glass Fiber Pop-up Dimension: 1.2x1.2x1.8 M With 1unit Portable Camping Shower, Rechargeable 2 Units Fuel Tank Standard: As/nzs 2906:2001 Capacity: 20l Of Fluid Spill Proof Vented Pouring Spout. Material: Uv Stabilized High Density Polyethylene 4 Units Fire Extinguisher 5lb Abc Non-toxic And Non-corrosive Chemicals Refillable Mono Ammonium Phosphate Chemical, Non-conductor, Non-toxic, Stored Pressure Equipped With Pressure Gauge, Brass Valve And Heavy-duty Air Hose With Nozzle 1 Unit Communication And Surveillance Pneumatic Mast Operation: Arc Movement + Vertical Movement Height: 10m Pan Movement: 360°gross Weight: 50 Kg Operation Platform: Arc Movement Horizontal And Vertical Rotation Speed: 6r/min Wind Resistance: 66km/h Control Way: Rs485, Pelco-d/p Agreement, Remote Control Material: Aluminum Alloy Power Supply: Dc12v-10a 1 Unit Wireless Siren Voltage: Dc 12v Output Power: 200w Siren And Microphone 1 Set Weather Station System Measurements: Hygrometer//humidity, Rainfall, Temperature, Wind Direction, Wind Speed Sensors: Anemometer, Rain & Temperature Solar-powered With Stored Energy Backup. Corrosion-proof And Can Withstand Extreme Weather Environments Has Wireless Transmission Range Of 1000 Ft. (300 M) Transmits Data Every 2.5 Seconds 1 Set Rescue Quadcopter Drone Waterproof Extended Flight Time Up To 20 Minutes Power-flip Function When Floating Flight Control Feel Tuned For Lifesaving As Well As Search And Rescue Operations 2.7k Color Camera, Remote Control Specially Designed Rescue Buoyancy Sausage Live As Well As Recorded Video Footage Payloads Up To 1.2kg 1 Set Satellite Internet Starlink; Standard Roaming Account (subscription Not Included) 1 Unit Uhf/vhf Radio Communication System Frequency Range 136-174 Mhz Or 450-520 Mhz Number Of Channels Max. 32 Channel Spacing Analog 12.5 Khz Digital 6.25 Khz Operating Voltage 13.6 V Dc ± 15% Frequency Stability ± 2.0 Ppm ± 1.0 Ppm Antenna Impedance 50 Ω Weight: 1.10 Kg 1 Set Management Laptop Intel Core I5 Ram 8gb Display: 15.6 Inches (main Display) Windows 10/11 Home/webcam/bt/wifi/cardreader/backlit Keyboard 1 Set Led Robotic Search Light Lighting Mode: Low Light, High Light, And Flashing Image Resolution: 1280 × 720 Max. Rotation Range Yaw: - 70° To + 70°, Pitch: - 135° To 45° Power Consumption: ≤ 40 W 1 Unit Ptz Perimeter Camera System Pan, Tilt, Zoom 1/2.8" Hd Progressive Scan Cmos 1920 × 1080 Resolution 25× Optical Zoom 120 Db True Wdr (wide Dynamic Range) Up To 100 M Ir Distance 3d Intelligent Positioning Switchable Tvi/ahd/cvi/cvbs Video Output 1 Unit Bullet Camera System Image Sensor 1/3" Progressive Scan Cmos Min. Illumination Color: 0.01 Lux @ (f1.2, Agc On), 0.018 Lux @ (f1.6, Agc On), 0 Lux With Ir Day & Night Ir Cut Filter Angle Adjustment: Pan: 0° To 360°, Tilt: 0° To 100°, Rotate: 0° To 360° Max. Resolution: 2688 × 1520 4 Units Cctv Nvr 8 Channel (ds-7208huhi-k1/e) Digital Video Recorder Mouse, Manual And Power Cord Remote Viewing Anytime, Anywhere Live View From Pc, Smartphone Or Tablet Turbo Hd Camera Ultra-low Light Chromatic Night Vision 1 Set Console Box Heavy Duty Case For Cctv System And Media System Laminated Water Resistant, 1 Unit All In One Pc, 2 Units 22inch Multimedia Tv With Tv Box, 1 Unit 32-inch Smart Tv, 7inch Am/fm Audio Receiver With Speakers, Wireless Keyboard And Mouse 1 Unit Step Ladder 3 Step Foldable Aluminums Ladder 1 Unit Table For Mapping Folding Half Table With Foldable Steel Legs 4ft 122 X 60 X 74cm 1 Unit White Board Magnetic White Board 30cm X 60cm 1 Unit Rescue And Triaging Foldable Rescue Boat With Outboard Motor Width (beam) When Open: 60″ 1.52mdraft: 4″ 11.4cmdepth Mid-ship: 24″ 56cmcapacity: 807 Lbs. Number Of Seats: 6material: Hard Plastic 1 Set Water Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 2 Rescue Vest, 1 Rescue Can, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag 1 Set High Angle Rescue Equipment. 2 Rescue Helmet, 4 D Shape Carabineer, 4 Oval Shape Carabineer, 2pairs Glove, 1 Half Body Harness, 1 50meters 12mm Rope, 2pcs Waterproof Headlamp, 1 Carry Bag, 1 Swing Spinner Carabiner,1 Hand Ascender Device, 1 Adjustable Foot Loop Sling, 1 Descender Rescue 8, 1 Pulley Single Sheeve, 1 Pulley Double Sheave 1 Set Automated External Defibrillator Protocol: Semiautomatic And Fully Automatic Configuration Defibrillator Charge Hold Time: 30 Seconds. Aed 3 Automatic Model: 3 Seconds Prior To Automatic Shock Delivery Energy Selection: Factory Pre-programmed Selection Patient Safety: All Patient Connections Are Electrically Isolated Size: (h X W X D) 12.7 Cm X 23.6 Cm X 24.7 Cm. 5.0 In X 9.3 In X 9.7 In Weight: 2.5 Kg; 5.5 Lbs. (with Battery) 1 Unit Emergency And Trauma Bag. 1 Btl Alcohol 150ml 1 Btl Betasol Povidone 60ml 1 Btl Hydrogen Peroxide 60ml 1pc. Tourniquet 1 Set Oxygen Tank W/ Regulator 1 Pc. Emergency Blanket 1 Pc. Arm Splint / Sam Splint 1 Pc. Leucoplast ½ 1pc. Cpr Mask Surgi-tech 1 Pc. Cervical Collar 1 Pc. Triangular Bandage 1 Pc. Hot And Cold Pack 160g Surgi-tech 1 Pc. Digital Thermometer Advan 1 Btl Dextrose Partners 1 Pc. Iv Tubing Surgi-tech 1 Pc. Iv Cath G.24 1 Pc. Cosmed Butterfly G.23 1 Pc. Pulse Oximeter 1 Set Ambu Bag Pvc 1 Pc. Pen Light Indoplas 1 Set Blood Pressure / Bp Set 1 Pc. Kelly Forceps Straight 1 Pc. Surgical Scissor Straight 1 Set Foldable Military Spec Medical Beds Material: High-grade Aluminum Foldable Product Size: 194 X 66 X 41cmfolded Size: 90 X 12 X 20cmweight: 9.5kgload Bearing: Less Than 159kg 5 Units Jack 3-ton Crocodile Jack 1 Unit Rescue Axe Gross Weight: 32oz Or 910g Length: 15" Or 38cm Carbon Steel Head Dual Fiberglass Handle Rubberized Grip 1 Unit Bolt Cutter Size: 12" Max. Cutting Size: 5mm Cr-v Blade 1 Unit Hi-lift Responder Jack Material: Cast Iron Steel Size: 42” Leverage: 4660 Lbs. 1 Unit Medical Stretcher Product Size (length*width*height): 214*54*13cm Foldable 1 Unit Shovel Full Length: 42cm Spade Width: 10cm Shovel Length: 12.5cm Pick Length: 11cm 1 Unit Power Supply And Electronics Jump Starter/power Bank Ce/rohs/emc Battery Capacity:15000mah Input: 14/a Output:5v/4a; 12v/12a; 19v/3.5a Charging Time: 5 Hours Start Current: 300a Peak Current: 600a 1 Unit Solar Power Generator System Rated Power: 200w Rated Voltage (vmp): 18v Rated Current (imp): 3.34a Open-circuit Voltage: 21.6v Short-circuit Current: 3.64a Number Of Cells: 36 Cell Type: Poly-crystalline Silicon Glass Type: High Transmission, Low Iron, Tempered Glass, Glass Thickness Of Glass: 3.2mm 1 Set Wind Power Generator System - Material: Nylon Fiber - Blade Length:600mm - Wind Wheel Diameter:900mm - Weight:12.5kg - Rated Power: 400w - Starting Wind-speed: 12m/s - Rated Voltage: 12/24vr 1 Unit Generator Set Power Inlet Mounted220-240vopen Type Generator Starting System: Recoil/electrical Starting Alternator Material: 100% Cu Frequency (hz): 60voltage(v): 120-240rated Output (kw): 8max Output (kw): 8thd (%): 25running Time At 50% Loading(h): 8.5fuel Tank Size(l): 21noise Db(a): 97insulation Grade: F 1 Unit 220v Backup Inverter Power System 3000 Watts Power Inverter Dc Charging System Output Voltage: 220v (+-) 10% Output Frequency: 60hz (+-) 2 Output Wave Form: Modified Sine Wave Peak Efficiency: 65% 1 Unit Battery Bank Power Supply 100ah X 4 (total Capacity= 400ah) Lithium Ion Battery 1 Unit Training - Seminar Technical Seminar Training For Ingress And Digress Of Trailer-tent System Gain Knowledge Of Equipment And Its Specifications Proper Handling And Proper Use Of Tools And Equipment's Ergonomic Placement Of Equipment Individual Seminar Training And Testing Of Each Individual For A Specific Role Ex: Basic Drone Pilot Training, Cctv Controller Etc. Note: Caap Certification Not Included Team Seminar Conducting Team For Ground Training And Actual Response Action Efficient Ingress And Digress Of Mocov Synchronization Of Individual And Their Roles At A Specific Time Of Action Tool Set 82 Pcs Tool Set 1 Set Cook Set 6 Persons Cook Set 1 Set Portable Stove 2 Burner Portable Butane Stove 1 Unit Vehicle Modified 4x4 Xl Ford Ranger 2024 Or Its Equivalent Or Better Powertrain 4x4 Drivetrain 2.0l Turbo Diesel Maximum Power 170hp @ 3,500maximum Torque 405nm @ 1,750-2500 Rpm6-speed Manual Transmission Chassis & Suspension Front Suspension Double Wishbone With Coil Springs Rear Suspension Leaf Spring Front Ventilated Discs/rear Drum Wheels & Tires16" Off-road Mag-wheels 255 / 70r 16 Tires Accessories: Snorkel Led Bar Light, Roof Tray, Led Emergency Strobe Light Bar, Load Plus (suspension), Tow Hitch Set 1 Lot Notes: 1. All Items Should Be Supplied, Delivered And Installed On-site As Designated By The End-user Unit. 2. Mobile Command And Control Vehicle With Triage Technology And Its Accessories Should Be Accredited Or Recognized From Department Of Science And Technology (dost) Or Any Appropriate Government Agencies. 3. Vehicle Inclusions: Lto Registration – 3years, Ctpl-3years, Insurance With Aog – 1 Year, With Logo Of The Municipality (pintuyan). 4. Product Warranty Certificates For Vehicle. 5. Product Warranty Certificates For Equipment, Devices And Accessories Not Less Than One (1) Year. 6. Trainings For Operators Of All Equipment, Devices And Accessories And Corresponding Seminars For Conducting Team Shall Be Formed Part Of The Contract.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 139.9 Million (USD 2.4 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package C, Cavite Contract Id No. : 25d00068 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱147,645,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Mauban-tignoan Road (real Section), Package A, Quezon Contract Id No. : 25d00126 Contract Location : Quezon Province Scope Of Works : Construction Of Bridge Construction Of Four Span 4 Lane Carriageway Bridge Substructure With A Length Of 160 Linear Meters And Width Of 20.00 Meters Supported By 3-1.8 Meter Diameter Bored Piles At Abutment B Only And 3 - 2.5 Meter Diameter Bored Piles At Piers 3 & 4 Respectively With Craneway And Slope Protection. Approved Budget For The Contract : ₱86,850,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Infrastructure Program, Convergence And Special Support Program, Construction / Improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program – Tikas) Enhancement And Construction Of 2nd Floor Of Naval Combat Systems Center’s (ncsc) Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00158 Contract Location : Cavite Province Scope Of Works : Structural - Foundation Works: All Isolated Footings And Slab-on-grade - All Concrete Beams And Concrete Columns At All Levels - All Suspended Slabs - Roofing Works (truss, Purlins, & Sagrods) Architectural - Fiber Cement – Ceiling - Finishing Hardware For Doors - All Aluminium Glass Windows (sliding Type) - All Exterior And Interior Doors - Roofing Works (ridge/hip Rolls, Gutter, Rib Type Metal Sheets) - Glazed Tiles - Cement Floor Finish - 150mm And 100mm Chb Walls With Plaster Finish On Both Sides - Painting Works For Concrete / Masonry, Wood, And Steel - Reflective Insulation - Railings Electrical - Fittings And Accessories (service Entrance) - Conduit, Boxes, Fittings (conduit Works / Conduit Rough-ins) - Panel Board With Main & Branch Breaker - Lighting Fixtures And Lamps - Grounding System Plumbing - Catch Basin - Sewer Line Works - Storm Drainage And Downspout - Septic Tank - Waterlines - Plumbing Fixtures - Cistern Mechanical - Ventilating Equipment - Airconditioning - Fire Hose Cabinet Assembly - Fire Extinguisher Approved Budget For The Contract : ₱59,347,500.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package E, Cavite Contract Id No. : 25d00228 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱289,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Access Roads And/or Bridges From The National Roads/s Leading To Major Strategic Public Buildings/ Facilities Construction Of Bridge 2 At Bypass/alternate/diversion Road-muntinlupa-cavite Expressway To Daang Hari Road, Bacoor, Cavite Contract Id No. : 25d00229 Contract Location : Cavite Province Scope Of Works : Construction Of A Single Span Bridge With A Total Length Of 30 Linear Meters And Width Of 30 Meters, Aashto Prestressed Concrete Girder Type Iv - A Including Reinforced Concrete Deck Slab, Sidewalk, And Post & Railing As Superstructure; And 5-1.8-meter Diameter Bored Piles At Abutments As Substructure, Slope Protection, Approach Slabs, And Other Miscellaneous Items. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Cluster 7: 1. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0162 + 475 2. Fy 2025 Dpwh Infrastructure Program, Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0196+431 3. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0216+193 4. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0217+279 Contract Id No. : 25d00247 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Re Blocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Flood Mitigation Structures Protecting Public Infrastructures/facilities Construction Of River Control Along Pagsanjan River, Lumban Section, Laguna (phase 2) Contract Id No. : 25d00270 Contract Location : Laguna Province Scope Of Works : Construction Of 300mm Thick Reinforced Concrete Revetment With Rubble Concrete As Fill Material, Supported By Reinforced Concrete Pile Cap With Type Ii, U-type, Steel Sheet Pile At The Foot Of The Structure, Parapet Wall, And Earthworks. Approved Budget For The Contract : ₱49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Evacuation Centers/ Quarantine Facilities/ Public Health Facilities Construction Of Isaac Tolentino Memorial Medical Center, Phase 2, Barangay Guinhawa South, Tagaytay City, Cavite Contract Id No. : 25d00278 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱139,927,895.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On March 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On March 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before April 08, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On April 08, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. March 17, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Apr 2025
Tender AmountPHP 49.5 Million (USD 868.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package C, Cavite Contract Id No. : 25d00068 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱147,645,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Missing Links/ New Roads Mauban-tignoan Road (real Section), Package A, Quezon Contract Id No. : 25d00126 Contract Location : Quezon Province Scope Of Works : Construction Of Bridge Construction Of Four Span 4 Lane Carriageway Bridge Substructure With A Length Of 160 Linear Meters And Width Of 20.00 Meters Supported By 3-1.8 Meter Diameter Bored Piles At Abutment B Only And 3 - 2.5 Meter Diameter Bored Piles At Piers 3 & 4 Respectively With Craneway And Slope Protection. Approved Budget For The Contract : ₱86,850,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 3. Name Of Contract : Fy 2025 Infrastructure Program, Convergence And Special Support Program, Construction / Improvement Of Various Infrastructures In Support Of National Security (tatag Ng Imprastraktura Para Sa Kapayapaan At Seguridad Program – Tikas) Enhancement And Construction Of 2nd Floor Of Naval Combat Systems Center’s (ncsc) Barracks, Nspl, Fort San Felipe, Cavite City, Cavite Contract Id No. : 25d00158 Contract Location : Cavite Province Scope Of Works : Structural - Foundation Works: All Isolated Footings And Slab-on-grade - All Concrete Beams And Concrete Columns At All Levels - All Suspended Slabs - Roofing Works (truss, Purlins, & Sagrods) Architectural - Fiber Cement – Ceiling - Finishing Hardware For Doors - All Aluminium Glass Windows (sliding Type) - All Exterior And Interior Doors - Roofing Works (ridge/hip Rolls, Gutter, Rib Type Metal Sheets) - Glazed Tiles - Cement Floor Finish - 150mm And 100mm Chb Walls With Plaster Finish On Both Sides - Painting Works For Concrete / Masonry, Wood, And Steel - Reflective Insulation - Railings Electrical - Fittings And Accessories (service Entrance) - Conduit, Boxes, Fittings (conduit Works / Conduit Rough-ins) - Panel Board With Main & Branch Breaker - Lighting Fixtures And Lamps - Grounding System Plumbing - Catch Basin - Sewer Line Works - Storm Drainage And Downspout - Septic Tank - Waterlines - Plumbing Fixtures - Cistern Mechanical - Ventilating Equipment - Airconditioning - Fire Hose Cabinet Assembly - Fire Extinguisher Approved Budget For The Contract : ₱59,347,500.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1: Ensure Safe And Reliable National Road System Network Development Program Construction Of Bypass/diversion Roads Bacoor Diversion Road, Package E, Cavite Contract Id No. : 25d00228 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱289,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Access Roads And/or Bridges From The National Roads/s Leading To Major Strategic Public Buildings/ Facilities Construction Of Bridge 2 At Bypass/alternate/diversion Road-muntinlupa-cavite Expressway To Daang Hari Road, Bacoor, Cavite Contract Id No. : 25d00229 Contract Location : Cavite Province Scope Of Works : Construction Of A Single Span Bridge With A Total Length Of 30 Linear Meters And Width Of 30 Meters, Aashto Prestressed Concrete Girder Type Iv - A Including Reinforced Concrete Deck Slab, Sidewalk, And Post & Railing As Superstructure; And 5-1.8-meter Diameter Bored Piles At Abutments As Substructure, Slope Protection, Approach Slabs, And Other Miscellaneous Items. Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 285 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Cluster 7: 1. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0162 + 475 2. Fy 2025 Dpwh Infrastructure Program, Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0196+431 3. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0216+193 4. Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund- Motor Vehicle User's Charge (mvuc) As Per R.a.11239 Improvement Of Intersection - Maharlika Highway K0217+279 Contract Id No. : 25d00247 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Re Blocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱53,075,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Flood Mitigation Structures Protecting Public Infrastructures/facilities Construction Of River Control Along Pagsanjan River, Lumban Section, Laguna (phase 2) Contract Id No. : 25d00270 Contract Location : Laguna Province Scope Of Works : Construction Of 300mm Thick Reinforced Concrete Revetment With Rubble Concrete As Fill Material, Supported By Reinforced Concrete Pile Cap With Type Ii, U-type, Steel Sheet Pile At The Foot Of The Structure, Parapet Wall, And Earthworks. Approved Budget For The Contract : ₱49,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱25,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Sustainable Infrastructure Projects Alleviating Gaps (sipag) Evacuation Centers/ Quarantine Facilities/ Public Health Facilities Construction Of Isaac Tolentino Memorial Medical Center, Phase 2, Barangay Guinhawa South, Tagaytay City, Cavite Contract Id No. : 25d00278 Contract Location : Cavite Province Scope Of Works : The Structural Works Includes The Installation Of Scaffolding And Netting, Clearing And Grubbing, Structure Excavation, Embankment From Roadway/structure Excavation (common Soil) And Gravel Fill. Construction Of Structural Concrete Of 4000psi, 5000psi And 6000psi For Foundation Works And Underground Tank. Construction Of Lean Concrete, Reinforcing Steel Bars Grade 40 And Grade 60 And Installation Of Formworks And False Work. Also Included Are The Application Of Soil Poisoning And Damp Proofing. Approved Budget For The Contract : ₱139,927,895.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On March 18, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On March 25, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before April 08, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On April 08, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Atty. Cheryll C. Antonio - David Bac, Vice Chairperson Chief, Administrative Officer Administrative Division Telephone No. (02) (049) 34810220 Email Address: Procurement_r4a@dpwh.gov.ph Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: Procurement_r4a@dpwh.gov.ph Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. March 17, 2025 Approved By: Sgd Atty. Cheryll C. Antonio - David Chief, Administrative Officer Administrative Division Bac Vice Chairperson

Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Description: Restricted invitation to tender with public participation competition Vob/a heating-ventilation-sanitary 1. The construction project involves the new extension of the fire station with 4 vehicle parking spaces and the necessary social rooms. The existing building will be partially demolished and rebuilt. The base to be added to the vehicle hall, including the foundation and upstands, will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be newly built using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the building yard (fire service location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see appendix. Everything else must be agreed with the construction management, particularly exceptions. 2. During the project, some work may be carried out by building yard employees and fire service members on their own. This may result in various items being omitted altogether or quantities in parts of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled in without fail, as it is possible that these items will also be implemented. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The material costs and wage cost shares requested in the individual items must be filled in without fail. Reference is made to the Vob/a (§25 ff). Here, if certain items are no longer required, the order may be for just the delivery of materials. 4. Each contractor must provide their own construction site toilets and break rooms. Energy, water and electricity are provided free of charge. 5. A weekly construction meeting is held with all contractors in the community center/construction site. Company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 6. Upon acceptance of the order, the contractor acknowledges the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out any work required outside of working hours at no extra cost so as not to jeopardize the dates for subsequent work. He undertakes to provide the number of workers according to the amount of work and the working days. 7. the contractually binding partial deadlines are set out in the construction schedule. 8. the work advertised must be carried out in partial deliveries in accordance with the construction progress. This does not give the contractor any right to assert additional claims. 9. waste and rubble disposal must be carried out every two days at most, analogous to the work steps. Each contractor is responsible for this himself. 10. all further details can be found in the list of services. 11. contrary to DIN 1961 Vob Part B § 13 (4), the limitation period for claims for defects is set at five years. 12. services that exceed the contract value require prior written approval, otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 13. daily construction reports must be kept. The forms from "Zweckform - Construction Daily Reports No. 177" or similar are to be used as templates. These are to be presented to the construction supervisor every 2-3 days for signature and countersignature. The work carried out, the number of workers and the hours worked are to be entered here. 14.Depending on the trade, all inventory and audit documents are to be enclosed with the final invoice in duplicate in paper form and digitally (copied onto a CD or data carrier): Final payment will only be approved once the Vg documents have been submitted. 15.The bidder acknowledges these preliminary remarks by signing the list of services. PRELIMINARY REMARKS The basis of the contract is - Vob, Part B (DIN 1961) - Vob, Part C (DIN 18 299) - Vob, Part C (DIN 18 380) - Vob, Part C (DIN 18 421) in the version valid at the time of the tender. When carrying out the services, the following standard sheets and guidelines in particular must be observed: - Second Ordinance Amending the Drinking Water Ordinance of December 5, 2012 - Drinking water dimensioning according to DIN 1988-300 - DIN 1986 and DIN 1988 - Energy Saving Ordinance (ENEV) - Water Management Act (WHG) - Here: Section 19 - Safety equipment for heating systems DIN 4751 and VDI 2715 - House chimneys DIN 181 60 - Calculation of chimney dimensions DIN 4705 - Masonry standard DIN 1053, Part 3 - Model guideline on fire protection requirements for pipe systems (model pipe system guideline MLAR) - Electrical equipment for combustion systems DIN VDE 0116 - Technical rules for hazardous substances TRGS 905 and 952 - Technical rules for gas installation TRGI Ï68 - 1996 - DVGW worksheet G 459 - Gas house connections for operating pressures up to 4 bar; installation - Technical rules for liquefied petroleum gas (TRF) 1996 - Guidelines for the use of liquefied petroleum gas Zh 1/455 (GUV 19.9) - Technical connection conditions of the local electricity and gas supply company - Contract template for maintenance (servicing, inspection, repair) of technical systems and facilities in public buildings (Maintenance 90) - as well as all relevant standard sheets and guidelines. The electrical connection and electrical installation of the items advertised must be carried out by the contractor in accordance with the VDI regulations (DIN VDE 0100) and the technical connection regulations of the electricity supply company and must be included in the unit prices. The supply lines are laid on site, and the contractor is responsible for laying and connecting them. Official rules and regulations, rules of the statutory accident insurance provider remain unaffected. The bidder is free to inspect the construction site in order to be able to take all the work that determines the price into account. Additional demands due to insufficient knowledge of the assembly conditions and the scope of work cannot be granted. All travel costs, parking fees, construction site facilities, construction meetings and the like are to be included in the unit prices and are not reimbursed separately. Participation in weekly construction meetings is to be included in the calculation. The use of subcontractors is only permitted with the express consent of the client. Particular care/caution is required when securing the construction site and when arriving and leaving the construction site. In deviation from DIN 18 379 and DIN 18 380, the following are agreed: 1.)Special measures for sound insulation in accordance with DIN 4109 and vibration dampening of system components against the building structure are to be included in the corresponding items. 2.)Delivery and assembly of pipe sleeves are to be included in the unit prices. 3.)Services in accordance with DIN 18 380, points 4.2.11 and 4.2.13 are to be included. 4.)Adapting system components to services not carried out to size by other contractors is not remunerated separately and is to be included in the unit prices. 5.)Checking the electrical cabling and the control and regulation system that is not carried out by the contractor is to be included in the unit prices. 6.) Chiselling and drilling for inserting brackets must be included in the unit prices. 7.) Erection and dismantling as well as provision of scaffolding whose working platforms are more than 2 m above the ground or floor must be included. 8.) Preparation of inventory and inspection plans must be included in the unit prices (unless shown as a separate item). EXECUTION - GENERAL: Fire protection: All soldering and welding work must be carried out with particular caution; additional fire protection measures, such as providing filled water buckets or fire extinguishers, must be taken. Before leaving the construction site, all work areas must be carefully checked for possible fire nests - this applies in particular to the ceiling and floor cavities. Accident prevention: Please note that the respective contractor is responsible for keeping the construction site tidy. In particular, the contractor is obliged to clean the construction site at regular intervals to remove any leftover materials, waste, etc. If the contractor does not comply with the construction management's request to clean, another company will be commissioned to carry out the work. The contractor must bear the resulting costs or the costs will be passed on to the companies involved in the construction. EXECUTION: Checking equivalence: The items in the tender are advertised in a completely product-neutral manner. Product details are only given where existing components are to be reused or need to be expanded, such as control systems. If equivalent types are offered that do not comply with the manufacturing and type designations for materials, valves, etc. specified in the tender, then in order to obtain clear price comparison options, brochures must be enclosed with the tender showing the equivalence of the items offered. Accessories such as controls, mixer motors, exhaust systems, etc. must be offered by the same manufacturer as the heating system in order to guarantee the system warranty. Sound insulation: The contractor must observe and take all measures in accordance with DIN 4109 "Sound insulation in building construction" and VDI 2715 "Noise reduction in warm and hot water heating systems" to avoid noise transmission. Thermal insulation: The Vob, Part C, DIN 18 421 and the Energy Saving Ordinance (enev) apply to the execution of the work. For the "direct handling" (i.e. placing on the market, processing, removal, etc.) of products made of artificial or natural, inorganic mineral fibers, TRGS 905 and TRGS 952 apply, in the version valid at the time of the tender. Attention! Only insulation materials that meet the acquittal criteria of TRGS 905 or that have the rating "free from suspected cancer" may be offered and processed! Proof of the classification of the insulation material must be included in the offer! Technical room - heating-water: Thermal insulation made of mineral fiber shells, aluminum-laminated with PVC foil sheathing. Cold water with rubber insulation. The sheathing must be processed correctly so that an increased release of fiber dust does not pose a health risk! DESCRIPTION OF THE SYSTEM General: The measure involves the conversion and extension of an existing fire station, Goethestrasse 32, 35114 Haina (kloster). A conversion and extension of the existing fire station is being carried out. The conversion includes the renewal of the sanitary facilities and the sanitary installation. The fire station will receive new underfloor heating and new radiators. The heating remains in the house connection room. The extension will be equipped with underfloor heating on the ground floor and first floor. Hot water is prepared for the ground floor using the existing hot water preparation centrally in the boiler room. On the first floor, hot water is prepared using instantaneous water heaters. Sanitary installation: Waste water pipes will be re-laid and connected to the new toilets and washbasins. Hot water is prepared decentrally using instantaneous water heaters. Cold and hot water is supplied to the individual taps using copper pipes and metal composite pipes. Prefabricated wall installations will be installed in the washrooms. The prefabricated wall installations must be integrated using drywall. The pipes are laid from above in clad installation shafts or in the suspended ceiling and in the prefabricated walls to be created. A hygienic drinking water installation is planned with flushing stations at the end of the installation or in ring mains. Drinking water samples taken before the system is handed over are to be included in the unit price of the contract unless specifically advertised. Careful and clean work must be carried out on the construction site. All components of the drinking water system must be transported and stored in such a way that internal contamination is avoided. To keep the system components in perfect condition, their protective devices must not be removed until immediately before assembly. The system must first be leak-tested dry using oil-free compressed air or inert gas in accordance with the Zvshk information sheet. All pipes, cold and hot water pipes are 100% insulated. Cold water is to be laid separately from hot water pipes. Heating installation: A new heating circuit distributor is to be installed in the building's technical room. Circuit regulating valves are provided, which are regulated using a measuring computer. All circuits are hydraulically balanced. The pipes are laid in copper pipe. This must be factored into the unit prices. Careful and clean work must be carried out on the construction site. All pipes, supply and return lines are to be 100% insulated. Heating lines are to be laid separately from cold water pipes. The utmost care and consultation with all companies involved in the construction and the construction management is required. The construction site must always be staffed with enough specialist personnel in order to adhere to the construction schedule. Measurements must be numbered and carried out room by room. Timesheets must be submitted to the construction management by the end of the week at the latest. Hourly work must always be announced to the construction management before execution and only carried out after approval. Timesheets submitted without prior consultation with the construction management will not be accepted. Timesheets must also be numbered. A measurement summary must be prepared for each invoice. This must be taken into account in the calculation. ACCEPTANCE Acceptance must be formal. The contractor will be given the opportunity to put the system into operation before acceptance. During this time, the operating personnel should be instructed if possible. Acceptance will only take place if the system is already running safely, all of the instructions listed below have been provided and appropriate labels have been put up on the system components. In addition, the system must meet the required conditions in terms of function and performance. The following must be submitted in duplicate for acceptance: inventory and inspection documents for the entire heating and sanitary system must be submitted in duplicate, 1 set in color and digitally (copied onto a CD or data carrier). Divided into the following chapters: 1. System description 2. Calculations/design data 3. Certificates/proof 4. Measurement reports 5. Manufacturer list/hotline 6. Component documents 7. Maintenance information 8. Spare parts list/consumable parts list 9. Diagrams 10. Drawings with the following contents: - System description - System log for filling and make-up water - Setting report for flushing stations - Reports on leak tests and pressure tests carried out - Certificates for flushing pipes - Commissioning reports - Instruction of operating personnel - Measurement reports for air volumes - Proof of hydraulic balancing - Technical data sheets - Operating and maintenance instructions - Manufacturer's assembly and service documents - Table of contents and dividers - Specialist contractor declaration in accordance with Enev - Contractor declaration for technical building equipment - Acceptance reports for chimney sweeps - Heating + ventilation circuit diagrams - Declarations of conformity for fire protection - Spare parts lists/consumable parts lists - Inspection drawings (inventory plans) - Diagrams (existing plans) in A4 folders and 1 copy in digital form (USB stick/CD). Additional contract terms § 1 The latest version of the procurement and contract regulations (parts B and C) apply. § 2 Before submitting a tender, the construction site and access roads must be inspected and the drawings viewed so that the tenderer is familiar with the local conditions. A lack of information about the location, the scope of work or any other opinion does not entitle the tenderer to make subsequent demands. § 3 Tender prices are fixed prices. Wage increases cannot be taken into account until 12 months after the tender has been submitted. After this date, collectively agreed wage increases can only be taken into account if they were not previously announced. § 4 Each contractor must ensure that the preconditions for his work are met before starting work; otherwise the construction management must be informed in writing. Hourly wage work may only be carried out on the basis of a prior order from the construction management. The required daily wage reports must be submitted to the construction management in writing for signature no later than 3 days after completion. Daily wage reports that are not recognized will not be taken into account in the billing. § 5 The client reserves the right to delete individual items from the list of services in whole or in part. If this occurs, the contractor has no claim to lost profits. Changes in quantity do not entitle the contractor to a price change. § 6 The contractor's special delivery and payment terms will not be recognized. § 7 The client is entitled to retain a security amount of 5% of the final sum for the duration of the liability for claims for defects after defect-free acceptance and invoice verification (not for scaffolding work). This amount can be replaced by a bank guarantee. 10% of the interim invoices submitted will be retained as security for contract fulfillment. § 8 The contractor expressly confirms that the expertise and performance capability of his company and his specialists is given to accept this order. § 9 The contractor must pay a contractual penalty of 0.2% of the gross order amount for each calendar day of delay. The contractual penalty is limited to a maximum of 5% of the gross order amount. § 10 Warranty period: in accordance with Vob, but the duration is extended to 5 years! § 11 Acceptance takes place formally with an acceptance protocol; fictitious acceptance is excluded. § 12 The award period ends on March 18, 2020. The bidder remains bound to his offer until the end of this period. § 13 The contractor is obliged to verify the location and route of underground cables and channels. § 14 The client reserves the right to request daily construction reports from the contractor every working day. § 15 Notices of disability must also be in writing if the disability is obvious. End of the preliminary remarks

PALAWAN NATIONAL SCHOOL Tender

Publishing and Printing
Philippines
Closing Date2 Jun 2025
Tender AmountPHP 950 K (USD 17 K)
Details: Description Item No. Item And Description/ Specifications/ Stock No. Quantity Unit Unit Price Amount Project Title Procurement Of Common Used Office Supplies And Ict Equipment For Second Quarter Fy 2025 1 Battery, Dry Cell, Aa 10 Piece 2 Battery, Dry Cell, Aaa 166 Piece 3 Aa Alkaline Battery 2 Piece 4 Printer Ink (brother Bt5000c, Cyan) 37 Bottle 5 Printer Ink (brother Bt5000m, Magenta) 37 Bottle 6 Printer Ink (brother Bt5000y, Yellow) 37 Bottle 7 Printer Ink (brother Btd60bk, Black) 54 Bottle 8 Printer Ink (hp Gt53, Black) 2 Bottle 9 Printer Ink (hp Gt52, Cyan) 2 Bottle 10 Printer Ink (hp Gt52, Magenta) 2 Bottle 11 Printer Ink (hp Gt52, Yellow) 2 Bottle 12 Printer Ink (epson 003, Black) 38 Bottle 13 Printer Ink (epson 003, Cyan) 26 Bottle 14 Printer Ink (epson 003, Magenta) 26 Bottle 15 Printer Ink (epson 003, Yellow) 26 Bottle 16 Printer Ink (epson T6641, Black) 25 Bottle 17 Printer Ink (epson T6642, Cyan) 17 Bottle 18 Printer Ink (epson T6643, Magenta) 17 Bottle 19 Printer Ink (epson T6644, Yellow) 17 Bottle 20 Toner, Brother Tn2560 Xl 2 Pcs 21 Toner Tn 116 2 Unit 22 Bond Paper, Short 12 Ream 23 Bond Paper, Long 100 Ream 24 Folder, 14pts. Legal 9 Bundle 25 Folder, Expanding, Long, Green 200 Piece 26 Folder, Legal With Tab ,red, 50/pack 30 Bundle 27 Folder, Legal With Tab , Dark Blue , 50/pack 30 Bundle 28 Folder, Legal With Tab , Ligth Blue, 50/pack 30 Bundle 29 Folder, Legal With Tab , Orange, 50/pack 4 Bundle 30 Ballpen, Black 11 Tube 31 Ballpen, Blue 2 Tube 32 Sign Pen, Black, Liquid/gel Ink, 0.5mm Needle Tip 90 Piece 33 Sign Pen, Red, Liquid/gel Ink, 0.5mm Needle Tip 41 Piece 34 Sign Pen, Blue, Liquid/gel Ink, 0.5mm Needle Tip 37 Piece 35 My Gel Pen (0.5) 4 Dozen 36 Ball Pointpen (0.5 Tip) 1 Box 37 Marker, Permanent, Black, Fine 46 Piece 38 Marker, Permanent, Blue, Fine 4 Piece 39 Marker, Whiteboard, Black 3 Piece 40 Marker, Permanent, Red, Fine 1 Piece 41 Marker, Permanent, Black, Broad 12 Piece 42 Markers, Colored 2 Set 43 Ink Refill Permanent Marker Black 1 Bottle 44 Pencil, # 2 3 Dozen 45 Colored Pencil 2 Set 46 Pencil Sharpener, Manual, Single Cutter Head 3 Pie 47 Push Pins 14 Box 48 Cartolina, Assorted, 100s 1 Pack 49 Construction Paper, Assorted Colors 20s 5 Pack 50 Paper, Parchment 210x297mm, Multipurpose 4 Pack 51 Manila Paper 27 Piece 52 Memeographing Paper 3 Ream 53 Bond Paper, Brown, Legal 1 Ream 54 Special Paper, 20s 10 Pack 55 Colored Paper, Assorted, 20s 15 Pack 56 Vellum Paper, 120 Gsm, Size: A4 964 Piece 57 Vellum Paper, 180 Gsm, Size: A4 900 Piece 58 Vellum Board Paper, A4, 180 Gsm, 10s 5 Pack 59 Photo Paper, Legal, 10s 10 Pack 60 Tape, Transparent 2" 25 Roll 61 Tape, Masking, 48 Mm Width, (1mm) 6 Roll 62 Tape, Double Sided, 1", 10 Meters 20 Roll 63 Tape, Double Sided, 2" 3 Roll 64 Stapler, Standard Type, Load Cap: 200 Staples Min 11 Piece 65 Stapler, Binder Type, Heavy Duty, Desktop 1 Piece 66 Staple Wire,for Heavy Duty Staplers,(23/13) 1 Box 67 Staple Wire # 35 15 Box 68 Staple Wire # 10 2 Box 69 Staple Wire, Standard, (26/6) 20 Box 70 Staple Wire,standard, (26/6) 1 Box 71 Stapler, Binder Type, Heavy Duty, Desktop 1 Piece 72 Certificate Holder 11 Piece 73 Note Book (small) 17 Piece 74 Plastic Envelop, Long, Expandable 10 Piece 75 Plastic Envelop With Pushlock, Expanding, Tranparent White, A4 6 Piece 76 Plastic Envelop With Pushlock, Expanding, Tranparent White, Long 170 Piece 77 Brown Envelop, A4 1 Box 78 Brown Envelop, Long 2 Box 79 Envelop. Plastic 0.50 Mm 100 Piece 80 Kraft Brown Envelop Long 30 Piece 81 Yellow Pad 2 Pad 82 Clearbook, 1 Transparent Pocket, For Legal Size 1 Piece 83 Clearbook, 2 Transparent Pocket, For Legal Size 1 Piece 84 Cardboard, 3 X 4 Ft, 3 Mm 3 Piece 85 Notebook, Stenographer, Spiral, 40 Leaves 222 Piece 86 Note Pad, Stick On, 76 Mm X 76 Mm 12 Pad 87 Note Pad, Stick On, 76 Mm X 100 Mm 5 Pad 88 Note Pad, Stick On, 2 X 3 9 Pad 89 Correction Pen 5 Piece 90 Glue 130 G 11 Bottle 91 Glue, All Purpose, Gross Weigth 200 G Min 17 Jar 92 Glue Gun(for Big Glue Sticks, 20 W, 210-240 V 4 Piece 93 Glue Stick Big 52 Piece 94 Heavy Duty Gun Tacker, Industrial Grade 2 Piece 95 Gun Tacker Staple Wires 2 Box 96 Dustless White Chalk, 144s 18 Box 97 Paper Clip, Vinyl Coated, 48 Mm Min 3 Box 98 Puncher, Paper,heavy Duty With Two Holes Guide 8 Piece 99 Ruler, Plastic, 450 Mm(18"), Width 38 Mm 10 Piece 100 Crayons, 16s 30 Box 101 Flashdrive, 64gb/128gb 10 Piece 102 Paper Cutter Board, 10 X 13 Inches 1 Piece 103 Cutter Blade 2 Piece 104 Stamp Pad 4 Piece 105 Stamp Pad Ink 4 Bottle 106 Clear Slide Folder, Long Expandable 2 Bundles 107 Filling Tray, 3 Layers 4 Units 108 Scissors, Symmetrical, Blade Length: 65mm Min 7 Pair 109 Data File Box, Made Of Chipboard, With Closed Ends 11 Box 110 30 Liters Mega Box Storage Mg-500 1 Box 111 Steel Cabinet, 2 Drawers 47x67x77 2 Unit 112 Steel Cabinet, 3 Drawers 40 X 50x 63 1 Unit 113 Steel Cabinet, 4 Drawers 90 X 45 X 130 2 Unit 114 Metal Rack/storage Shelves, Heavy Duty, Adjustable, 5 Layer, Black, 80x30x150 4 Set 115 Metal Rack/storage Shelves, Heavy Duty, Adjustable, 5 Layer, Black, 60x30x120 1 Set 116 Metal Rack/storage Shelves, Heavy Duty, Adjustable, 120x50x180 1 Set 117 Diswashing Liquid 475 Ml 2 Bottle 118 Diswashing Liquid 3 Galloon 119 Wide Steel Mop( 60cm ) 2 Unit 120 Wide Steel Mop( 90cm) 2 Unit 121 Tornado Mop 5 Unit 122 Fabric Conditioner 12 Gals 123 Doormat Oval Good Quality 11 Piece 124 Clean Momma (tile And Toilet Bowl Cleaner) 12 Gals 125 Chlorine 12 Kilos 126 Zonrox Bleach 12 Galloon 127 Zonrox Bleach Lemon 1 Galloon 128 Trashbag (m) 500 Roll/pack 129 Dust Pan, Non -rigid Plastic , W/detachable Handle 6 Piece 130 Walis Tambo (plastic Whisk Broom) 20 Piece 131 Muriatic Acid 2000ml 5 Bottle 132 Cleaner , Toilet Bowl And Urinal, 900ml-1000ml Cap 5 Bottle 133 Trashbag Large Gpp Specs Black 23 Roll 134 Cotton Buds Plastics Stem 200 Tips/pack 15 Pack 135 Elastic Bandage 3" 5 Piece 136 Elastic Bandage 4" 5 Piece 137 Mop Handwash Free-lazy Sponge 1 Piece 138 Scrub (bunot) 2 Piece 139 Detergent Powder , All- Purpose , 1 Kg/pack 83 Pack 140 Rags 1 Klo 141 Broom (walis Ting Ting ) 10 Piece 142 Insecticide 3 Can 143 Floor Wax, Paste Type Red 14 Can 144 Air Freshener, Aerosol, 280 Ml/150g Min 32 Can 145 Cleanser , Scouring Poweder 10 Piece 146 Facial Tissue 44 Box 147 Curtain, Non-ring, Non-blackout, 7x5ft Color:apple Green/avocado 12 Piece 148 Tumbler 16 Piece 149 Used Sack 500 Piece 150 Buho (big & Long) 84 Piece 151 Pongee Cloth (green) 19 Meter 152 Pongee Cloth (blue) 19 Meter 153 Pongee Cloth (yellow) 19 Meter 154 Pongee Cloth (red) 19 Meter 155 Pongee Cloth (pink) 14 Meter 156 Pongee Cloth (maroon) 14 Meter 157 Pongee Cloth Double Width, White 10 Meter 158 Latex Paint (white) 1 Gallon 159 Paint Brush (21 Inch) 4 Piece 160 Latex Paint (white) 40 Gallon 161 Latex Paint (green) 10 Gallon 162 Raw Sienna Tinting Color 10 Quartz 163 Acrylic Paint White 8 Liter 164 Acrylic Paint Blue 6 Liter 165 Acrylic Paint, Red 2 Liter 166 Acrylic Paint Yellow 2 Liter 167 Acrylic Paint, Green 2 Liter 168 Acrylic Paint. Orange 2 Liter 169 Paint Brush #.5 6 Piece 170 Paint Brush #.75 2 Piece 171 Art Paint Brush Set 3 Set 172 Paint Trays 5 Piece 173 Tennis Ball (pingpong Balls) 4 Piece 174 Yarn 10 Piece 175 Plastics Cups 5 Pack 176 Plasticks Spoon 5 Pack 177 Water Color 5 Set 178 Molding Clay 5 Box 179 Balloons 4 Pack 180 Candies And Chocolates 15 Pack 181 Cookies 10 Pack 182 Stress Balls 50 Pieces 183 Dropbox 3 Piece 184 Board Games : Snakes & Ladder 1 Piece 185 Board Games : Chess 1 Piece 186 Board Games :jengga 1 Set 187 Tplink 1300mbps Wifi Dongle 1 Piece 188 Art Materials 3 Sets 189 Backpacks 3 Pieces 190 Journal 12 Piece 191 Coin Box 3 Piece 192 Fresh Air Mist Ultrsonic Aroma Humidifier, 220 V, 60 Hz, 28 Watts, 2,5 L Cap, 250 Ml/h Output 1 Pcs 193 Printer (brother Dcp-t720w) 5 Unit 194 Epson Eco Tank L5290 A4 I-fi-all-in-one Ink Tank Printer Ith Adf 1 Unit 195 Epson All - In -one Eco Tank L5990 1 Unit 196 Laptop Ryzen 1.7 1 Unit 197 Desktop , Complete Computer I5 10400 6core 12threads 8gb Ram Ddr4 266mhz 500gb Ssd 2 Unit 198 Keyboard Wieless 1 Piece 199 Portable Voice Amplifier Lapel With Microphone 3 Unit 200 Wireless Presenter With Laser Pointer 2 Piece 201 Active Portable Trolley Speaker Party Machine Maximum Power :600w Bluetooth Usb/sd Playback Fm Radio High Quality Lead Acid 12ah Battery Line In / Line Out2 Wired Mic Input2 Guitar Input With Mic Priority 2 Wireless Mic 1 Unit 202 External Hard Drive 1tb. 2.5"hd, Usb 3,0 1 Unit 203 Office Table And Sivel Chair 1 Set 204 Heavy Duty Stretcher 2 Unit 205 55 Inches Smart Tv 1 Unit 206 Heavy Duty Height And Weight Detector, Scale Height:59 In/150 Cm; Platform Size: 10.5in Wx14.5 In D/27cm W X 37 Cm D 1 Unit 207 1 Pc Pro 5008r Plus 15" 2 Wa 480/w Powered Portable Sound System Ac220v Or Dc12v (with Built-in Rechargeable Batteries With 2 Wireless Microphone 1 Unit 208 Handy Mega Phone Voice Recorder S9-966, 30 Watts, 230mmx355mm,lithium Battery 12v Or Tpe C Batt.x 8 Pcs 3 Piece 209 Commercial Oven 1 Unit 210 Uno R3 Advance Upgraded Starter Arduino Kit 2023 With Pdf Manual Full Set 10 Unit 211 Fire Extinguisher , Dry Chemical , 4. 5kgs 2 Unit 212 Canvass Cloth For Painting 12 Meter 213 Roof Paint 5 Gal 214 Paint Hansa Yellow Latex (boysen Only ) 1 Gallon 215 Clear Gloss Acrylic Emulision 1 Liter 216 Wooden Scrabble Game Board 2 Board 217 Seam Ripper 10 Piece 218 Tape Measure 5 Piece 219 Nail Drill Machine 2 Units 220 Nail Cuticle Pusher 10 Piece 221 Medium Nail Cutter 10 Piece 222 Medium Nail Brush 5 Piece 223 Nail File 10 Piece 224 Small Towel 5 Piece 225 White Satin Cloth 1 Roll 226 White Neopren Cloth 1 Roll 227 Red Satin Cloth 1 Roll 228 Blue Satin Cloth 1 Roll 229 Red Thread (big) 2 Piece 230 Blue Thread (big) 2 Piece 231 Electrical Foot Massager 1 Piece 232 Uv Lamp 108 W 1 Unit 233 Sewing Machine Oil 3 Liter 234 Big White Thread 1 Piece 235 Big Black Thread 1 Piece 236 Dressmaking Shears 1 Piece 237 Bathroom Tissue 14 Roll 238 Water Dispenser 1 Unit Approved Budget For The Contract: Php 959,068.68 Source Of Fund: Mooe Delivery Period: 20 Calendar Days

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice/request For Information Only. Responses To This Notice Will Be Used For Information And Planning Purposes And This Notice Is Being Posted To Contract Opportunities On Sam.gov. No Proposals Are Being Requested Or Accepted With This Notice. This Is Not A Solicitation For Proposals And No Contract Shall Be Awarded From This Notice. This Notice Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). Responses To This Sources Sought Is Not A Request To Be Added To A Prospective Bidders List Or To Receive A Copy Of The Solicitation. This Is A Non-personal Services Agreement To Provide On-site Mobile Magnetic Resonance Imaging (mri) Services And Equipment On Site At The Overton Brooks Medical Center, 510 E. Stoner Ave. Shreveport, La. 71101. The Number Of Staff Needed To Fulfill The Contract Are Estimated At (3) Mri Certified Technologists (2) Tech Assistants -transporter And (2) Schedulers. The Contractor Will Also Be Required To Provide Mri Equipment And Trailer. The Va Requires The Vendor To Provide Sufficient Staff (during Normal Operational Hours) To Provide Mri Services/patient Access Covering The Required 7 Days Per Week (7:00 Am 7 Pm; Weekdays; 8:00 Am 5:00 Pm Every Saturday And Sunday Depending On Workload Volume. Place Of Performance: Contractor Shall Furnish Services At The Overton Brooks Medical Center, 510 E. Stoner Ave. Shreveport, La. 71101. This Requirement Is Projected To Be Posted As A 100% Sdvosb Set-aside. Naics 621512, (medical Resonance Imaging (mri) Centers) Sba Size Standard Of $19m The Vendor S All-inclusive Rate Will Be Required To Be Based On A Rate/charge Per Scan Encompassing Staff/equipment/trailer Costs. Offeror S Response To This Notice Shall Include The Following Information: Offeror S Company Name Uei Federal Tax Id Address, Point Of Contact, Title, Phone Number, And Email Address. Type Of Small Business If Applicable (this Requirement Is Projected To Be A Service-disabled Veteran Small Business Set-aside (sdvosb)) This Requirement Also Requires The Contractor To Provide An Mri Trailer/equipment With Specifications Provided Below. Mri Trailer: 1. Due To Limited Space In The Ed/pet Driveway, The Contractor Shall Provide A Maximum Size Of 12 Feet Wide And 50 Feet Long. 2. Mri Transportable Building/trailer To Accommodate Full Access Inside The Building And Around Mri Scanner. 3. Hand Washing Sink If Available. The Requirement Is Optional. (not Mandatory). 4. Fire, Code, And Intercom Connection To Va Systems. Mri Equipment: Minimum Requirements For This System Are A 1.5t Mri The Minimum Bore Size Is 60 Cm/may Be Larger If The System Adheres To Space Requirements. 16 Or 32-channel Rf System Base Unit Gradients 33/120 Or Higher. System Must Be Able To Connect Multiple Coil Elements Which Can Be Seamlessly Integrated Into One Examination. A Detachable Table Is Required Dedicated Application Packages: The Mri System Will Include These Applications Packages As A Minimum Neuro Suite Angio Suite Body Suite Ortho Suite Space/ (3d) Turbo Spin Echo Sequence Twist Sequence Blade Sequence Diffusion Swi These Coils Must Be Included As A Minimum: Matrix Head Coil Matrix Neck Coil Matrix Body Coil Matrix Spine Coil High Count Inherent Body Coil 4 Channel Shoulder Array, Small And Large Coils Or 16ch Flex Coil Large And Small Cp Flex Coils Tmj Coil 8 Channel Foot/ankle/knee Coil Or 16ch Flex Coil 8-channel Wrist Coil Or 16ch Flex Coil The System Shall Also Include: Minimum Of 350 Lb. Load Table Limit Gradient Noise Level Of 99 Db Or Below Without Reducing Performance. Equipment Will Be Capable Of Sending Images To A Minimum Of 3 Destinations (printer, Pacs, Hospital Ris System, Etc.) Console Requires An Adapter For Each Stx Table. Two Days Of On-site Applications Training Mri Safe Patient Audio System Must Be Included. High-fidelity Digital Audio Headset For The Patient To Listen To Audio Channels Include Cd, Internet Radio Provided By Va, External Audio Source. Patient Microphone To Enable Speaking To Mri Technologist When Talking To The Patient The Patient Sees And Hears The Mri Technologist With Positive 2-way Communication. The Patient's Voice Response Is Transmitted From The Microphone To The Mri Technologist Station Speaker. Emergency Call Button For The Patient To Alert The Mri Technologist Of Any Problem Or To Speak To The Mri Technologist Capability To Play And Offer The Patient Fm Radio, Internet Radio, And Mp3, Connections For Ipad, Ipod, Or Other Audio Source. Additional Mri Trailer And System Requirements Cd Burner Full Compatibility With Hospital Pacs System Dicom 3.0 Patient Intercom System Safety And Warning Systems Visual And Audible Alarms Smoke Detectors, Mri Safe Fire Extinguishers Emergency Lighting Battery Phone And Data Ports 480v 50 Power Cable Hydraulic Patient Lift, Stairs, And Railings Hvac System To Maintain Trailer Environmental Systems Operators And Technical Support Manuals Full System Service (monday Friday 8 Am To 5 Pm Local Time Excluding Federal Holidays) 24-hour Telephone Technical Support Toll-free Line, Response Within 1 Hour. Qualified And Trained System Applications Specialist On Site 3-5 Days To Train Technologists In Mri Operation And To Build And Confirm Mri Protocols As Described By Va Reading Radiologists Connection To Va Vpn To Enable Qualified Personnel To Remote Mri Troubleshooting And System Analysis This Requirement Is Planned To Be Posted As A Sdvosb Set-aside. Offerors Interested In Bidding On The Solicitation, Please Verify That You Can Provide (3) Mri Certified Technologists, (2) Tech Assistants -transporter, And (2) Schedulers. Also Verify That You Have The Capability To Provide The Mri Trailer And The Equipment Based On The Specification Provided Above. This Requirement Period Of Performance Is Estimated To Include A Base Year And Four Additional Ordering Periods For A Total Of 5 Years. If Applicable, Provide Past Capability/evidence Of Providing The Staff Services And Equipment Required. Offeror S Type Of Business And Socioeconomic Status Since This Is Planned To Be A Total Service Disable Veteran Owned Business Set-aside. The Naics Code Is 621512, (medical Resonance Imaging (mri) Centers) (size Standard Of $19 Million), Psc Q522 Medical - Radiology. Responses Must Be Received No Later Than 3 Pm Central Time, 21 March 2025. Responses May Be Emailed To Thomas.kovarovic@va.gov Using Mri And Equipment Overton Brooks Vamc Sources Sought Response In The Subject Line. Facsimile Responses Will Not Be Accepted. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published On Contract Opportunities. Responses To This Sources Sought Notice Are Not Considered Adequate Responses To The Solicitation Announcement. All Interested Offerors Will Have To Respond To The Solicitation Announcement In Addition To Responding To This Sources Sought Notice. All Interested Parties Are Reminded To Be Registered With System Award Management (sam) At Https://beta.sam.gov/ In Order To Be Eligible For Award Of Government Contracts.
6921-6930 of 7110 archived Tenders