Furniture Tenders
Furniture Tenders
Department Of Public Works And Highways Tender
Machinery and Tools
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 710.1 K (USD 12.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Ilocos Norte 1st District Engineering Office Airport Avenue, Brgy. Cavit, Laoag City Name Of Procuring Entity : Dpwh-infdeo Request For Quotation : 25gaa0009 (p.r. No.) : (2025-02-012) Revised On : Date : February 4, 2025 Standard Form/title : Request For Quotation Office/end-user : Dpwh-infdeo 25gaa0009: Procurement Of Janitorial Supplies For Use At Dpwh-infdeo, Laoag City Company Name : Address : Tel. No./fax No. : Tin : Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than 10:00 A.m. Of February 11, 2025 In The Return Envelope Attached Herewith, To The Bac Secretariat Dpwh-ined I, Airport Avenue, Brgy. Cavit, Laoag City. Terms And Conditions : 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within Seven(7) Calendar Days Upon Receipt Of The Approved Funded Purchase Order (p.o). Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. 3. Warranty Shall Be For A Minimum Of Three (3) Months For Supplies & Materials; One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. 4. Price Validity Shall Be For A Period Of Sixty (60) Calendar Days. 5. G-eps Registration, Tax Clearance, Mayor's/business Permit, And Income Tax Returns Be Attached Upon Submission Of The Quotation. 6.the Approved Budget Ceiling For This Procurement Is P710,195.00 Mark Louie B. Galiza Bac Chairperson Item Items & Description Qty. Unit Unit Price Total Price No. 1) Air Freshener, 320ml 36 Can 2) Alcohol Isopropyl 70% Solution 120 Gal 3) Deskmount Freshener, Scented Gel, 180g 30 Pcs 4) Bleaching Liquid, 1000ml 30 Btl 5) Disinfectant Surface Cleaner, 900ml 120 Btl 6) Disinfectant Spray, 454ml 84 Can 7) Disposable Gloves (blue), Large 3 Box 8) Deodorant Cake 200 Pcs 9) Facial Tissue, 3 Ply 20 Box 10) Fabric Conditioner, Small 150 Pcs 11) Liquid Soap 100 Btl 12) Garbage Bag, Transparent, Xl 200 Roll 13) Garbage Bag, Black, Small 30 Roll 14) Glass Cleaner Spray, 500ml 36 Btl 15) Insect Killer, 500ml 84 Can 16) Round Rag 5 Kilo 17) Sponge 50 Pcs 18) Toilet Bowl Cleaner, 500ml 84 Btl 19) Toilet Tissue, 3 Ply (12 Rolls/pack) 50 Pack 20) Detergent Powder, 500g 120 Pcs 21) Tornado Mop, Heavy Duty 3 Pcs 22) Furniture Cleaner, 300ml 40 Can ******nothing Follows******* Brand And Model: Warranty: Delivery Period: Price Validity After Having Carefully Read And Accepted Your General Conditions, I / We Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. The Awarding For This Rfq Will Be On A Lump Sum Basis. Prospective Suppliers Must Quote For All Of The Items, Otherwise, They Will Be Subject For Disqualification. Printed Name / Signature / Date Telefax: (077) 670-8468 C/o Bac Secretariat Tel. No. / Cellphone No. / E-mail Address Publication: February 8, 2025 Email: Doloroso.james@dpwh.gov.ph
DEPARTMENT OF EDUCATION DIVISION OF LAGUNA Tender
Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 595.6 K (USD 10.2 K)
Details: Description "republic Of The Philippines Department Of Education Region Iv-a Calabarzon Schools Division Office Of Laguna Provincial Capitol Compound Santa Cruz" Request For Quotation Date: Quotation No. : 25-rfq-023 To All Eligible Suppliers: I. Please Quote Your Lowest Price Inclusive Of Vat On The Item/s Listed Below, Subject To The Terms And Conditions Of This Rfq, And Submit Your Quotation Duly Signed By Your Representative Not Later Than __________ At Deped Division Of Laguna, Deped Bldg., Provincial Capitol Compound Sta. Cruz, Laguna. For More Information Please Call Bac Secretariat At Telefax Nos.: (049) 566-5015. Prospective Supplier Shall Be Responsible To Verify The Quoted Items From Above-stated Agency And Telephone No. Lot No. Items & Description Qty Unit Statement Of Compliance (state "comply" Or "not Comply") Total Price 1 Supply And Delivery Of Supplies For Sdo Laguna 1 Lot Budget: Php 595,670.00 (see Attached Annex A For Items In This Lot) Delivery: 30 Cd Lot No. Items & Description Qty Unit Unit Cost Total Supply And Delivery Of Supplies For Sdo Laguna 705 Toilet Bowl Cleanser - Tuff 500ml 50 Bottle 706 Sink And Drain Declogger - Liquid Sosa 500ml 15 Bottle 707 Scouring Pad With Foarm - Scotch Brite 200 Piece 708 Disinfectant Spray - Lysol 340ml 85 Can 709 Disinfectant Liquid - Lysol 900ml 85 Pack 710 Insecticide Spray - Baygon 500ml 50 Can 711 Alcohol - Cleene 500ml 100 Bottle 712 Toilet Deodorizer - Albatros 100g 200 Piece 713 Air Freshener - Glade 320ml 50 Can 714 Floor Rag 200 Piece 715 Sticky Notes 3x3 100 Piece 716 Furniture Cleaner - Splenda 330ml 100 Can 717 Dish Washing Liquid - Joy 475ml 100 Bottle 718 Sticky Notes 3x4 100 Piece 719 Sticky Notes 2x3 100 Piece 720 Bleach - Zonrox Lemon 1ltr 50 Bottle 721 Bathroom Tissue -sanicare 2ply 12 50 Pack 722 Pencil #2 20 Box 723 Ear Tag 50 Pack 724 Tape - Scotch Tape Transparent 1" 100 Roll 725 Paper Clip 33mm 30 Box 726 Record Book 300 Pages 30 Piece 727 Record Book 500 Pages 30 Piece 728 Correction Tape 50 Piece 729 Throw Pillow Set 4 Set 730 Folder Long White 30 Pack 731 Plastic Ruler 80 Piece 732 Personalized Division Flag 3'x 5'ft Satin Fabric, Double Face, Sublimated With Green Tassle And 4 Corner Yelets 6 Piece 733 Led Tv 43" 1 Set 734 Electrial Tape 20 Roll 735 Ruler Metal 15 Piece 736 Rubber Band 10 Box 737 Glue, Elmers 130g 30 Bottle 738 Car Shampoo 4 Gallon 739 Alcohol - Hyginex 1 Gal. 30 Gallon 740 Bleach Zonrox 1 Gal 50 Box 741 Marker Broad Pilot 100 Box 742 Marker Fine Pilot 100 Box 743 Signpen G-tech0.3 Pilot Black 100 Piece 744 Signpen Dong A Red 50 Piece 745 Document Box Green 30 Piece 746 Document Box Red 30 Piece 747 File Box Green 30 Piece 748 Folder Short 1000 Piece 749 Duct Tape 10 Roll 750 Bottel Water Wilkins Pure 500ml 2500 Bottle Buddy Chester M. Repia Bac Chairperson
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date26 Feb 2025
Tender AmountRefer Documents
Details: Youngstown Ars, Oh – Construct Base Fire Station -pre-solicitation Synopsis in Accordance With Far 5.204, This Pre-solicitation Notice Is Meant To Inform Industry Of An Anticipated, Upcoming Solicitation. This Notice Will Not Bind The Government To Any Actions Or Awards. description: The U.s. Army Corps Of Engineers (usace) Louisville District Intends To Issue A Issue An Unrestricted Single Construction Contract Solicitation (design Bid Build) For The Construction Of A Fire Station Located On Youngstown Air Reserve Station In Vienna, Ohio. This A Major Military Construction (milcon) Funded Project. This Project Includes Construction Of A 24,500 Square Foot, One-story Facility Including The Foundation, Floor Slab, Frame, Roof, Façade, Stud And Interior Walls, Interior Finishes, Heating, Ventilation, Air Conditioning, Electrical And Communications Systems. The Facility Will Include Drive Through Bays Sized To Current Aircraft Rescue And Fire Fighting Vehicle Requirements And A Sleep Space Sized To Accommodate 22 Beds. The Project Will Further Include Paved Parking And Accessway, Signage, Lighting, And All Necessary Support Work. Building 415, An Existing 9,365 Square Foot Facility, Is Located The Footprint Of This Milcon And Demolition Of This Existing Facility Is Required. A Furniture Package Is Also Included As Part Of This Project. contract Duration Is 790 Calendar Days From The Notice To Proceed (ntp). type Of Contract And Naics: This Invitation For Bid Will Be For One (1) Firm-fixed-price (ffp) Contract. The North American Industrial Classification System Code (naics) For This Effort Is 236220 – Commercial And Industrial Building Construction. type Of Set-aside: This Acquisition Will Be Advertised As Full And Open Competition. selection Process: This Is A Sealed Bid Procurement Operation Under Far Part 14. The Bids Will Be Evaluated Based On The Lowest Price Submitted. construction Magnitude: The Magnitude Of This Construction Project Is Anticipated To Be In The Estimated Cost Range Between $10,000,000 And $25,000,000 (far 36.204). anticipated Solicitation Release Date: The Government Anticipates Releasing The Solicitation On Or About 26 February 2025, For A Bidding Period Of Six (6) Weeks. Additional Details Can Be Found In The Solicitation, When It Is Posted To Http://sam.gov. solicitation Website: The Official Solicitation, When Posted, Will Be Available Free Of Charge By Electronic Posting Only And May Be Found At The Contracting Opportunities Website, Http://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Telephone And Fax Requests For This Solicitation Will Not Be Honored. Project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. To Download The Solicitation For This Project, Contractors Are Required To Register At The Contracting Opportunities Website At Http://sam.gov. Amendments, If/when Issued, Will Be Posted To The Above Referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offerors Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. registrations:
offerors Shall Have And Shall Maintain An Active Registration In The Following Database: system For Award Management (sam): Offerors Shall Have And Shall Maintain An Active Registration In The Sam Database At Http://sam.gov To Be Eligible For A Government Contract Award. If The Offeror Is A Joint Venture (jv), The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If At The Time Of Award An Offeror Is Not Actively And Successfully Registered In The Sam Database, The Government Reserves The Right To Award To The Next Prospective Offeror. point-of-contact: The Point-of-contact For This Procurement Is Karla Wright, Contract Specialist, At Karla.b.wright@usace.army.mil this Announcement Serves As The Advance Notice For This Project. Responses To This Synopsis Are Not Required. this Notice Does Not Constitute A Solicitation Announcement, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. No Solicitation Or Technical Scope Of Services Is Available At This Time. Please Ensure That No Other Government Officials Are Contacted Regarding This Notice.
Province Of Cotabato Tender
Publishing and Printing
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 136.8 K (USD 2.3 K)
Details: Description Office Supplies And Material Expenses 1 Battery, Dry Cell, Size Aa 5 Pack 2 Battery, Dry Cell, Size Aaa 5 Pack 3 Binder Clips (1 Inches And 2 Inches) 18 Boxes 4 Calculator Large Keys 12 Digits, Solar Battery 1 Pcs 5 Canon Paper 1 Box 6 Cd Rewritable 50 Pcs 7 Color Paper 80gsm, Legal (light Yellow) 2 Ream 8 Correction Tape, 8 Meters 50 Piece 9 Cutter Hd 2 Pcs 10 Dater Stamp 2 Piece 11 Envelope, Mailing, 500 Pieces Per Box 1 Box 12 Epson Printer Ink #003 (black, Cyan, Yellow, Magenta) 15 Set 13 Epson Printer Ink #664 (black, Cyan, Yellow, Magenta) 15 Set 14 External Hard Drive 1 Unit 15 Folder, Plain Legal Expanding 100s/box (yellow & Green) 2 Box 16 Glass Top Office Table 48" X 25" 1 Piece 17 Glue, All-purpose 5 Bottle 18 Ink, For Stamp Pad 10 Bottle 19 Ink Refill (for Dater And Numbering Stamp) 10 Bottle 20 Laminating Film 1 Box 21 Marker, Permanent, Black 12 Piece 22 Marker, Permanent, Blue 12 Piece 23 Marker, Whiteboard, Black 12 Piece 24 Marker, Whiteboard, Blue 12 Piece 25 Note Pad, Stick On, 50mm X 76mm 10 Pad 26 Note Pad, Stick On, 76mm X 100mm 10 Pad 27 Note Pad, Stick On, 76mm X 76mm 10 Pad 28 Paper Fastener, Plastic Coated 6" 20 Box 29 Paper Fastener, Plastic Coated 12" 10 Box 30 Puncher, Paper, Heavy Duty 2 Piece 31 Ruler 24" 1 Piece 32 Rubber Stamp 5 Pcs 33 Sign Pen, Extra Fine Tip, Black 50 Piece 34 Sign Pen, Fine Tip, Black 50 Piece 35 Stamp Pad Felt 2 Pcs 36 Staple Wire, Standard 10 Box 37 Stapler Standard Type 4 Pcs 38 Tape, Masking, 48 Mm 5 Roll 39 Tape, Packaging, 48mm 5 Roll Other Supplies And Material Expenses 40 Alcohol, Ethyl, 500 Ml 50 Bottle 41 Broom (walis Tambo) 2 Piece 42 Cleaner, Toilet Bowl And Urinal, 900ml - 1000ml 10 Bottle 43 Cleanser, Scouring Powder, 350g 5 Container 44 Detergent Bar 8 Piece 45 Detergent Powder, All Purpose, 1 Kg 3 Pouch 46 Disinfectant Spray 3 Can 47 Dust Pan 2 Piece 48 Diswashing Soap 10 Pcs 49 Furniture Cleaner 1 Can 52 Glass Cleaner 500 Ml 5 Piece 53 Lace Ethnic Trimming/lei Ribbon, 7 Yards 2" 5 Roll 54 Liquid Hand Soap, 500ml 3 Bottle 55 Plastic Gloves 5 Pack 56 Rags 1 Kilo 57 Sando Bag Plastic, Black Xl 10 Pcs 10 Pack 58 Scouring Pad 2 Pack 59 Trashbag Xxl 10 Roll/pack 60 Trashbag Xl 10 Roll/pack 61 Trashbag Large 15 Roll/pack 62 Zonrox 1 Gallon 63 Speaker For Computer 1 Set
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date29 Jan 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. 1. The Solicitation Number Is F1t0bw4292a001-1. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-03, Dated 17 January 2025. 3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 337214 With A Small Business Size Standard Of 1,100 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line-item Number (clin) Structure Is As Follows: ***reference Attachment 2 For Clin Structure 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachment 1 Through 7 For Specifications, Descriptions, And Additional Information. a. Delivery Date: 90 Days Aro b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: product Specification Sheet For Each Item Provided On Quote photos Of The Exact Items Provided On The Quote cage Code payment Terms discount Terms point Of Contact phone email proposed Delivery Schedule. it Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. quote Due Date. Quotes Are Due On Wednesday, 29 January 2025, At 1000 Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Erin Lilly At Erin.lilly.1@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (nov 2024) far 52.204-13 System For Award Management Maintenance (oct 2018) far 52.204-24 - Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29 Federal Acquisition Supply Chain Security Act Orders—representation And Disclosures (dec 2023) far 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (nov 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (oct 2024) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments attachment 1 – Sow attachment 2 – Item List attachment 3 – Specifications attachment 4 – Bldg 21 Location attachment 5 – Bldg 21 Drawings attachment 6 – Bldg 21 Furniture Layout attachment 7 – Questions And Answers
National Institutes Of Health Tender
Others
United States
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Sources Sought Announcement title: Laboratory Casework System id: Ss-niaid-25-2250915 post Date: January 7, 2025 response Date: January 17, 2025 naics: 337127 introduction this Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of All Qualified Sources To Perform A Potential Requirement. background, Purpose, Objectives the Division Of Intramural Research (dir) Office Of Operations Management (oom) Is A Component Of Niaid, One Of The Largest Institutes Of The National Institutes Of Health (nih). For More Than 65 Years, Dir Has Been At The Forefront Of Research On Immunologic, Allergic, And Infectious Diseases. Their Discoveries Promote The Development Of New Vaccines, Diagnostics, And Therapeutics That Improve Human Health. Dir Scientists Study All Aspects Of Infectious Diseases, Including The Causative Agents, Vectors, And Pathogenesis In Human And Animal Hosts. Clinical Research Is Integral To The Dir Mission, Enabling Key Lab Discoveries To Be Rapidly Translated Into Methods To Prevent, Diagnose, Or Treat Disease. the Rocky Mountain Lab’s Oom Renovation’s Division Is Requesting A Laboratory Casework System To Augment Their Existing System. The Casework Is Being Ordered For Laboratory Spaces 3118, 3119, And 3120 To Support The Incoming Tenure-track Principal Investigator In The Laboratory Of Neurological Infections And Immunity (lnii) At Rml. The Incoming Principal Investigator Will Be Instrumental In Advancing The Mission Of Rml. the Casework Will Consist Of New Alpha Modular Casework That Matches The Specifications And Design Currently Utilized In The Quad Building (3120) And Alpha Modular Casework Found In Building 28. This Casework Is Flexible, Durable, And Designed To Accommodate The Evolving Needs Of Cutting-edge Scientific Research. The Current Laboratory Spaces Are Outdated And No Longer Meet The Needs Of Modern Scientific Research. Upgrading To The Alpha Modular Casework Will: Provide Greater Flexibility For Adapting Workspaces To Various Research Needs. the Casework System Must Be Compatible With The Existing Laboratory Casework System. The Required Laboratory Casework System Must Be Modular, Durable, Customizable, And Meet Nih Design Requirements Manual (drm) Specifications And Biosafety Standards. The Required Laboratory Casework Is Essential To Support The Mission Of The National Institutes Of Health (nih) And Affiliated Agencies. This Procurement Will Equip The Labs With High-quality, Durable, And Modular Casework That Meets The Stringent Performance And Biosafety Requirements Necessary For Cutting-edge Research. This Action Ensures Researchers Have Access To Functional And Standardized Workspaces Critical For Advancing Scientific Discovery And Operational Efficiency. the Need For Continuity In Laboratory Infrastructure Is Paramount. Currently, A Significant Portion Of The Existing Laboratory Furniture And Casework Is Sourced From Innovative Laboratory Systems. This Consistency Ensures Seamless Integration With Existing Infrastructure, Minimizes Disruptions, And Facilitates Ongoing Maintenance Using In-house Expertise And Stocked Replacement Parts. description Of Need: See Attachment project Requirements successful Offerors Must Have The Knowledge, Skill, Ability, And Resources To Reliably Provide A Brand Name Or Equal To Laboratory Casework System. The Casework Must Integrate Seamlessly With Existing Infrastructure And Meet The Following Specifications: cabinet Material: Steel Cabinet Bodies, Drawer Bodies, Shelves, Drawer Heads And Door Assemblies Shall Be Fabricated From Cold Rolled Steel And Chemically Resistant Finishes To Withstand The Rigors Of A Research Environment And Meet Sefa 8 Industry Standards. Sefa-standards-and-its-importance-for-lab-furniture materials a. General Requirements: it Is The Intent Of This Specification To Provide A High-quality Steel Cabinet Specifically Designed For The Laboratory Environment. b. Steel: 1. Cold Rolled Steel: Cold Rolled Sheet Steel Shall Be Prime Grade 12, 14, 16, 18 And 20 Gauge U.s. Standard; Roller Leveled, And Shall Be Treated At The Mill To Be Free Of Scale, Ragged Edges, Deep Scratches Or Other Injurious Effects. c. Hardware And Trim: 1. The Cabinets And Drawers Must Meet Sefa 8 Specifications A. Drawer And Door Pulls Shall Construction a. Steel Cabinet Construction: 1. General: A. The Steel Furniture Shall Be Of Modern Design And Shall Be Constructed In Accordance With The Best Practices Of The Sefa 8 Industry Standards. B. Each Cabinet Shall Be Complete So That Units Can Be Relocated At Any Subsequent Time Without Requiring Field Application Of Finished Ends Or Other Such Parts. 2. Steel Gauges: Gauges Of Steel Used In Construction Of Cases Shall Be 18 Gauge, Except As Follows: A. Leveling Bolt Reinforcements 12 Gauge. B. Top And Intermediate Front Horizontal Rails, Apron Rails, Hinge Reinforcements, And Reinforcement Gussets, 16 Gauge. C. Drawer Assemblies, Door Assemblies, Bottom, Bottom Back Rail, Toe Space Rail, And Adjustable Shelves, 20 Gauge. b. Base Cabinets: 1. The Cabinets Construction Must Meet Sefa 8 Standards And Shall Be Formed Into Not Less Than An L Formation At Top, Bottom, Back And A 3/4" Wide Front C Formation. c. Special Purpose Storage Cabinets: 1. Acid Storage Fume Hood Cabinets: Acid Storage Fume Hood Cabinets Shall Utilize The Same Gauges Of Steel And Construction Features As Other Base Cabinets Except They Shall Be Completely Lined With A One Piece Polyethylene Corrosion Resistant Liner According To The Sefa 8 Standards. 2. Solvent Storage Cabinets: Solvent Storage Cabinets Shall Be Specifically Designed For The Storage Of Flammable And Combustible Liquids. Construction Shall Be Based Upon The Requirements Listed By Ufc, Osha And Nfpa No. 30 1993, And Cabinets Shall Be Fm Approved And Labeled. The Bottoms, Top, Sides And Doors Shall Be Fabricated Of 18 Gauge Steel And Shall Be All Double Panel Construction With A 1 1/2" Air Space Between Panels. The Cabinet Shall Be Labeled: "flammable Keep Fire Away". 3. Vacuum Pump Cabinets: Vacuum Pump Cabinets Shall Utilize The Sefa 8 Standards For Construction. Each Cabinet Shall Be Furnished With A 1½" Diameter Pvc Vent Pipe In The Back For Venting Or Access To The Fume Hood Above. d. Upper Cabinet Construction: 1. Upper Cabinets Shall Meet The Sefa 8 Standards. 2. Solid Panel Doors Shall Consist Of An Inner And Outer Door Pan. The Door Assembly Shall Be 3/4" Thick And Contains Sound Deadening Material. 3. Sliding Doors Shall Be Suspended From The Top In A Roll Formed Steel Track Fastened To The Cabinet Top And Shall Glide On Nylon Rollers. Track Shall Be So Designed To Prevent Accidental Removal Of Doors. 4. Swinging Doors Over 36" High Shall Be Hung On Three Or More Hinges. 5. Plate Glass Doors Shall Operate Based On Sefa 8 Standards. e. Steel Full Height Cabinet Construction: 1. Full Height Storage Cabinets Shall Have A Finished Interior Same As Exterior. 2. Cabinet Tops Shall Be Formed Into A Channel Shape At Front With Flange At Rear And Sides For Electro-welding Cabinet Top To Cabinet Back And Ends. 3. Solid Panel Doors Shall Consist Of Inner And Outer Pan Formations Mechanically Assembled After Painting And Comply With Sefa 8 Standards. 4. Swinging Doors Over 36" High Shall Be Hung On Three Hinges. performance Requirements a. Steel Casework Construction Performance: 1. Base Cabinets Shall Be Constructed To Support At Least A Uniformly Distributed Load 200 Pounds Per Square Foot Of Cabinet Top Area, Including Working Surface Without Objectionable Distortion Of Interference With Door And Drawer Operation. b. Steel Paint System Finish And Performance Specification: 1. Steel Paint System Finish: After Cold Rolled Steel And Textured Steel Component Parts Have Been Completely Welded Together And Before Finishing, They Shall Be Given A Pre Paint Treatment To Provide To The Finish System To The Steel And To Aid In The Prevention Of Corrosion. The Completed Finish System In Standard Colors Shall Meet The Performance Test Requirements Specified Under Performance Test Results. 2. Performance Test Results: The Surfaces Must Perform And Withstand Chemical Corrosion Based On Sefa Standard For Chemical Spot Tests; The Surface Must Withstand A Certain Level Of Heat According To Sefa 8 Standard For Heat Resistance; The Surface Must Withstand A Certain Level Of Impact According To Sefa 8 Standard For Impact Resistance; The Surface 18 Gauge Steel Strip Must Withstand A Certain Level Of Bending According To Sefa 8 Standard For The Bending Test; The Surface Coating Must Past The Astm D2197 68 “standard Method Of Test For Adhesion Of Organic Coatings"; The Surface Paint Film Hardness Shall Meet Industry The Sefa Standard For The Hardness Test. work Surfaces tops , Sinks, And Cupsinks Surfaces Are To Meet The Sepa 8 Standards. the Contractor Shall Provide: 1. Delivery And Installation Services To Ensure Proper Placement And Integration With Existing Infrastructure. 2. Maintenance Support, Including Access To Spare Parts, Troubleshooting Assistance, And Technical Support During Normal Business Hours. 3. Detailed Product Documentation And Training Materials To Assist Laboratory Staff With Casework Operation And Maintenance. Training Materials May Be Tailored To Suit The Specific Needs Of Nih Laboratories. the Government Anticipates Awarding A Firm Fixed Price Purchase Order, After Solicitation For This Requirement. delivery /installation Location: hamilton, Mt 59840 capability Statement/information Sought all Capable Vendors Should Respond With A Brief Capability Statement By January 17, 2025 At 10:00 Am Est. The Capability Statement Must Include The Ability To Provide The Required Brand Name Or Equal Products, As Per Specifications, And That Are Compatible With The Innovative Laboratory Casework System. Capability Statement Must Include Place Of Manufacturer As Per Executive Order 14005-ensuring The Future Is Made In All Of America By All Of America's Workers. “buy America” Or “buy American,” That Require, Or Provide A Preference For, The Purchase Or Acquisition Of Goods, Products, Or Materials Produced In The United States, Including Iron, Steel, And Manufactured Goods Offered In The United States”. if Your Organization Has The Potential Capacity To Support This Requirement, Please Provide The Following Information: 1) Organization Name, Address, Point Of Contact, Email Address, Website Address, Telephone Number, Uei Number And Size And Type Of Ownership For The Organization; And 2) Respondents Shall Indicate If They Are The Manufacturer Or The Distributor Of The Required Laboratory Casework System And Shall Include Basic Information On Product Specifications. If An Equal Product Is Recommended (not Specific To The Brand Proposed) Then Sufficient Details Shall Be Provided By The Respondent Describing How The Equal Product Being Recommended, Meets The Minimum Specifications Of The Requirement. capability Statements Should Also Include Documentation Indicating That Offerors Business Size As Determined By The Small Business Administration’s Table Of Size Standards Located At: (https://www.sba.gov/content/small-business-size-standards) For Naics 337127. This Sba Size Standard Is Currently 1250 Employees But Is Subject To Change. Prospective Offerors May Also Note Whether They Meet Any Other Socio-economic Business Categories Such As 8(a), Hub-zone, Or Service-disabled Veteran When Submitting Their Capability Statement. submission Instructions interested Businesses Who Consider Themselves Qualified To Provide The Above-listed Items Are Invited To Submit A Response To This Sources Sought Notice By January 17, 2025 At 10:00 Am Est. All Responses Under This Sources Sought Notice Must Be Submitted All Responsible Sources That Could Provide Comparable Services May Submit A Capability Statement. All Required Documents Must Be Submitted Via The Niaid Electronic Simplified Acquisition Submission System (esass) Website At Https://esass.nih.gov By January 17, 2024 10:00 Am. All Vendors Must Register In The Esass System To Submit Their Documentation. Instructions On How To Register /submit Documents Are Included On The Website. All Responses Received By The Closing Date Of This Synopsis Will Be Considered By The Government. disclaimer And Important Notes this Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Pre-solicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality no Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).
Municipality Of Basilisa, Dinagat Island Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 435.7 K (USD 7.4 K)
Details: Description Republic Of The Philippines Province Of Dinagat Islands Municipality Of Basilisa Barangay New Nazareth -ooo- Invitation To Bid Repair / Rehab Of Barangay Hall Phase 2 1. The Barangay New Nazareth, Through The 20% Bdf Intends To Apply The Sum Of Php 435,716.20 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Repair/rehab Of Barangay Hall Phase 2 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Name Of The Project : Repair / Rehab Of Barangay Hall Phase 2 Location : Purok-3 New Nazareth Basilisa, Dinagat Islands Approved Budget For The Contract :php 435,716.20 Funding Source :20% Bdf Duration :60 Calendar Days Qty. Unit Name Of Project Project Description/works To Be Done Abc Bid Docs Fee Contract Duration 1 Lot Repair / Rehab Of Barangay Hall Phase 2 (i) Removal Of Existing Damaged Paints, (ii)paint Works, (iii) Furniture, (iv) 1 Unit Glass, (v) Scaffolding 435,716.20 500.00 60 Days 2. The Barangay New Nazareth Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 60 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Barangay New Nazareth And Inspect The Bidding Documents At The Address Given Below From 8:00am – 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20 - February 11, 2025 From Given Address And Website/s Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 435,716.20. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Barangay New Nazareth Will Hold A Pre-bid Conference On 9:00 A.m, January 28, 2025 At Barangay New Nazareth, Which Shall Be Open To Prospective Bidders. 7. The Schedule Of Bac Activities Is As Follows: Procurement Activities Schedule Time Date Venue 1. Date Of Publication Jan. 20 - 30, 2025 2. Period Of Availability/issuance Of Bidding Documents Jan. 20 - Feb. 11, 2025 Barangay Session Hall 3.pre – Bid Conference 9:00 A.m. January 28, 2025 Barangay Session Hall 4. Deadline Of Submission And Opening Of Bids 9:00 A.m. February 11, 2025 Barangay Session Hall 5. Bid Evaluation 9:00 A.m. February 12 - 13, 2025 Barangay Session Hall 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 9:00 A.m. Of February 11, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause () Bid Opening Shall Be On February 11, 2025 At 9:00 O’clock In The Morning At Barangay New Nazareth, Barangay Session Hall. 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. 9. The Barangay New Nazareth 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. 10. For Further Information, Please Refer To: Milagros C. Atipongan Bac Secretariat Contact No.: 09109616670/09309965525 (sgd) Hon. Teodoro J. Tuniacao Bac Chairman Date Publication: 1st Posting: Jan. 20, 2025
City Of Cape Town Tender
Furnitures and Fixtures
South Africa
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Furniture & Accessories Reference Number Gl12500483 Title Foldable Camping Chairs For Outreach Pro Description 6 Activity Unit X Foldable Camping Chairs For Outreach Pro 8 Activity Unit X Pedestal Fans Specification* Please Supply And Deliver Foldable Camping Chairs Features # Heavy Duty 400sm Ripstop Canvas Back And Seat # Heavy Duty Powder Coated Steel Frame 22 Mm Specifications Weight Capacity 180 Kg Seat Width 48 Cm Pack Size 92 X 50 X 10 Cm Weight 5 Kg Contact Person Paul Arends Paul.arends@capetown.gov.za Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Please Supply And Deliver Pedestal Fans (large Size # 66 Cm Diameter Black In Colour Models That Are As Quiet As Possible 3 Blades X8 Automatic Oscillation Adjustable Height 3 Speed Settings) "1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation,supplier To Complete Rfq Sample Checklist Attached To Ad 2. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent# Contact Person Marc Smith Marc.smith@capetown.gov.za Delivery Date2025/06/30 Delivery Todv - Planning & Environment Dvpe Delivery Address0 Cape Town City Centre, Cape Town Contact Personpaul Arends Telephone Number0842325721 Cell Number Closing Date2025/02/05 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Edelweiss Asset Reconstruction Company Limited Tender
Real Estate Service
India
Closing Date3 Mar 2025
Tender AmountINR 52.2 Million (USD 597.7 K)
Details: Sale Of Property By Edelweiss Asset Reconstruction Company Limited, Mumbai V/s. Kings Electronics Private Limited (lot No. 1 To 5)- A) Flat No. 201 On 2nd Floor Adm 49.51 Sq. Mtrs. And 2.69 Sq. Mtrs., Terrace Equivalent To 533 Sq. Ft. And Terrace 29 Sq. Fts. (bua) In "yash Kamal Complex" Of Yash Kamal Co-op. Housing Society Ltd. Situated At Plot No. 153, Final Plot No. 205/1, (mcch) Society Panvel, Dist. Raigad Belonging To Mr. Dinesh Jashnani (pari-passu With Union Bank Of India). B) Flat No. 202 On 2nd Floor Adm. 49.51 Sq. Mtrs. And 2.69 Sq. Mtrs., Terrace Equivalent To 533 Sq. Ft. And Terrace 29 Sq. Fts. (bua) In "yash Kamal Complex" Of Yash Kamal Co-op. Housing Society Ltd., Plot No. 153, Final Plot No. 205/1, (mcch) Society Panvel, Dist. Raigad Belonging To Mr. Naveen Jashnani. (pari-passu With Union Bank Of India). Shop No. 3 In The Name Of Hema Jashnani Adm. 227.56 Carpet Area I.e. 357.25 Built Up On Ground Floor And Flat No. 101 In The Name Of Pooja Jashnani (adm 936 Sq. Ft.) & Flat No. 102 In The Name Of Bhavna Jashnani (adm. 936 Sq. Ft.) First Floor, Building Known As "durgaprasad" Final Plot No. 204/3, Plot No. 156 Of Middle Class Co-operative Housing Society Ltd. In The Limits Of "panvel Municipal Council" At Vasudev Balvant Phadke Marg, Panvel, Dist. Raigad (pari-passu With Union Bank Of India). A) Shop/basement No. 11 Admeasuring 187 Sq. Ft. Carpet Area I.e. The Basement Floor Of Building Known As "raje Commercial Complex" Situated On Land Bearing No. 198/a/205/14 At Panvel Within The Limits Of Panvel Municipal Council, Dist. Raigad Belonging To Mr. Ishwar Vasumal Jashnani (pari-passu With Union Bank Of India). B) Shop/basement No. 12 Adm. 187 Sq. Ft. Carpet Area I.e. The Basement Floor Of Building Known As "raje Commercial Complex Situated On Land Bearing No. 198/a/205/14 At Panvel Within The Limits Of Panvel Municipal Council, Dist. Raigad Belonging To Mr. Ramesh Jashnani. (pari-passu With Union Bank Of India). C) Shop/basement No. 13 Adm. 187 Sq. Ft. Carpet Area I.e. The Basement Floor Of "raje Commercial Complex Situated On Land Bearing No. 198/a/205/14 At Panvel Within The Limits Of Panvel Municipal Council, Dist. Raigad Belonging To Mr. Prakash V. Jashnani. (pari-passu With Union Bank Of India). Flat No. 1 (d/2/1) Admeasuring 386.56 Sq. Ft. Carpet In Wing 2 Situated On Ground Floor Of Building No. D Of "kinara Co-op. Housing Society Ltd." Bavan Bunglow, Panvel, Dist. Raigad Situated On Land Bearing Sub Plot Nos. 27 To 35 Final Plot No. 521/1 At Panvel In Registration Sub District Panvel And Dist. Raigad Belonging To Mr. Prakash V. Jashnani. (pari-passu With Union Bank Of India). Residential Flat No. B-103 On 1st Floor Admeasuring 52.62 Sq. Mtrs. Carpet In "b" Wing Of Building Landmark Chs Ltd. On Plot Of Land Bearing Ges Plot No. 2 & 2 A, Sector 12, Kamothe, Navi Mumbai, Tal. & Registration Sub District Panvel, Dist. Raigad Together With Furniture, Fixtures And Fit-tings Therein Present And Future Belonging To Mr. Prakash V. Jashanani (pari-passu With Union Bank
CARLOS HILADO MEMORIAL STATE UNIVERSITY Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 107.8 K (USD 1.8 K)
Details: Description Republic Of The Philippines Carlos Hilado Memorial State University Talisay City, Negros Occidental Mobile Phone Number: 0939 929 6624 Bac.sec@chmsu.edu.ph Request For Quotation Page 1 Of 4 Date: December 19, 2024 Quotation No. 24-541 __________________________ __________________________ Please Quote Your Lowest Price On The Item/s Listed Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________ In The Return Envelope Attached Herewith. Dr. Andrew Eusebio S.tan Bac Chairman Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within ___15___ Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of ______ Calendar Days 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered Item Description Of Works Qty. Unit Material Cost Labor Cost Total Cost No. Unit Cost Material Sub-total Cost Unit Cost Labor Sub-total Cost One (1) Lot Fabrication And Installation Of Overhead Cabinet At C-usg Office - Talisay Campus Scope Of Works 1.0 General Requirements 1.1 Mobilization And Demobilization 1.2 Safety Occupational Hazards 1.3 Site Clearing,cleaning And Hauling 2.0 Architectural Works 2.1 Carpentry Works 2.1.1 Fabrication And Installation Of Overhead Cabinet 2.1.2 Installation Of Accessories 3.0 Miscellaneous Works Bill Of Quantities 1.0 General Requirements 1.1 Mobilization And Demobilization 1 Lot 1.2 Safety Occupational Hazards 1 Lot 1.3 Site Clearing,cleaning And Hauling 1 Lot Sub-total, 1.0 (general Requirements) 2.0 Architectural Works 2.1 Carpentry Works Fabrication And Installation Of Overhead Cabinet 2 Units 2.1.1 3/4" X 1.2m X 2.4m Marine Laminated Plywood 10 Sht 2.1.2 Pvc Furniture Egde Banding 5m 6 Rll 2.1.3 Finishing Nail 4 Kls 2.1.4 Stickwel Wood Glue 2 Kg 2.1.5 Expansion Bolt 24 Pcs 2.1.6 Masonry Drill 8 Pcs 2.1.7 Concealed Hydrualic Hinge (full/half Overlay) 24 Pcs 2.1.8 C-type Aluminum Grab Handle 3m (matte Black) 4 Lght 2.1.9 Cabinet Lockset 24 Set Sub-total, 2.1 (carpentry Works) 2.2 Window Blinds Supply And Installation Of Window Blinds 2.2.1 Supply And Installation Of Korean Window Blindstri Color 2 Bay(1.10m X 2.40m Window Opening) 2 Set Sub-total, 2.2 (window Blinds) 3.0 Miscellaneous Works For All Other Items That Are Not Included In The Listed Bill Of Quantities In Your Bid But Are Deemed Necessary For The Completion Of The Work And The Delivery Of The Project. 1.00 Lot Sub-total, 3.0 (miscellaneous Works) Project Duration: 15 Calendar Days Note: Attach Certificate Of Site Inspection A. Total Direct Cost B. Consumables: C. Supervision And Administration: D. Total Indirect Cost (b+c): E. Total Cost (a+d) F. Vat (12% Of Item E): Grand Total Of Project Cost: *********nothing Follows***** Total Abc = Php 107,858.00 Procurement Of Fabrication And Installation Of Overhead Cabinet At C-usg Office - Talisay Campus/d.i. Hinojales & R. Caudellosa Pr# 24-895-1111 11-11-24 Income 473-164-24-11 11-13-24
9521-9530 of 9739 archived Tenders