Housekeeping Tenders
Housekeeping Tenders
HUMAN SETTLEMENTS ADJUDICATION COMMISSION REGIONAL ADJUDIC Tender
Housekeeping Services
Philippines
Details: Description Request For Quotation Date: 16 January 2025 Rfq No.: Rab13-2025-01-004 The Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii (hsac-rabxiii), Through Its Bids And Awards Committee (bac), Will Undertake Procurement For The Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 In The Sum Of One Hundred Sixty Thousand Pesos And 0/100 Only (php 160,000.00). It Will Be Undertaken In Accordance With Section 53.9 (small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. The Details Of The Project/ Activity/ Program Are As Follows: Project Name: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Description: One (1) Janitorial Service Personnel** Approved Budget Of Contract (abc): One Hundred Sixty Thousand Pesos (php 160,000.00)* Location: Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Specification: See Attached “annex A” Deadline Of Submission: 23 January 2025 *inclusive Of Tax ** Please Refer To The Items Indicated In “annex A” As Such, You Are Invited To Submit Your Establishment’s Sealed Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than 23 January 2025, At Exactly 10:00am At Hsac-rab Xiii Office, Arellano Real Estate Lessor Building, Doongan, Butuan City, Agusan Del Norte Or Through E-mail Address At Rab13@hsac.gov.ph. Copies Of The Following Eligibility Requirements Are Also Required To Be Submitted Along With Your Quotation/proposal: 1. Updated Mayor’s/business Permit; 2. Dti/ Sec Registration; 3. Income/business Tax Return; 4. Philgeps Registration; And, 5. Omnibus Sworn Statement Hsac-rabxiii Assumes No Responsibility Whatsoever To Compensate Or Indemnify Provider/s For Any Expenses Incurred In The Preparation Of Submission Of Proposals. The Hsac-rabxiii, Likewise, Reserves The Right To Reject Any Or All Proposals Proposal Found To Be Disadvantageous To The Government. For Any Clarification, You May Contact Mr. Gabby Rey M. Concepcion Of The Administrative And Finance Division Procurement Officer At Contact Nos. 09178350746/ (085) 817 4415 Or E-mail Address At Rab13@hsac.gov.ph. Atty. Michael P. Bajao, Cpa Chairperson, Bac Annex “a” Price Proposal/quotation Sheet Date: ______________________ The Bids And Awards Committee Human Settlements Adjudication Commission Regional Adjudication Branch No. Xiii Sir: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is The Proposal For Provision Of Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 For The Hsac Rab Xiii, With The Following Details: Procurement Project: Provision Janitorial Services Of One (1) Janitor For The Period Of Eleven (11) Months From February 1, 2025 To December 31, 2025 Items/description Qty./ Unit Approved Budget For The Contract (abc)* Proposal/quotation* Janitorial Service Personnel Eight (8) Hour Day Shift Ranging From 6:00am To 6:00 Pm Monday To Friday, Who Shall Perform Janitorial Services To The Office For The Period Of Eleven Months. 1 Pax Php 160,000.00 Scope Of Work I- Scope Of Service/requirements The Manning Agency/ Service Provider Shall Provide Housekeeping/ Janitorial Services For The Hsac Rab Xiii Within The Office Premises And Shall Perform Activities To Maintain Cleanliness, Sanitation, And Orderliness Of The Office Premises, Including But Not Limited To: A. Sweeping, Scrubbing, Moping, Waxing And/or Polishing Doors, Partitions, Stairways And Other Common Areas; B. Dusting And Cleaning All Glass Panes, Windows, Doors And Windowsills And Frames, Blinds, Furniture And Fixtures And Other Office Equipment Which Requires Maintenance; C. Spraying Of Air Fresheners And Disinfectants In All Offices Including Comfort Rooms; D. Refilling Soap Dispensers, Alcohol Dispensers And Soap Dishes, Wipes Down Stalls Replace Air Fresheners; E. Cleaning, Sanitizing And Disinfecting Of Washroom/ Toilets, Which Includes The Use Of Special Sanitization And Disinfecting Agents In Wash Basins, Urinals And Toilet Bowls; F. Collecting, Segregating And Proper Disposal Of Trash, Rubbish And/or Garbage And Such Other Necessary For Sanitization; G. If Necessary, Hauling And Moving Of Materials Such As But Not Limited To Furniture And Fixtures, Equipment, Supplies And/or Records In And Around The Office Premises; H. Maintaining Indoor And Outdoor Plants Within The Building Premises; I. Cleaning Grease Trap For At Least Two (2) Times Per Year; J. Errand Services As Required By Hsac Rab Xiii; K. Perform Other Functions As May Be Necessary For The Cleanliness And Orderliness Of The Office. Recruitment And Selection Requirement: Upon Receipt Of The Notice Of Award, The Agency Shall Submit The Brief Profile Of The Janitorial Personnel To Be Deployed To The Hsac Rab Xiii Who Shall Meet The Following Minimum Requirements: A. Filipino Citizen B. High School Graduate Or Any Of Its Equivalent Thereof; C. Physically And Mentally Fit; D. Not Less Than Twenty-one (21) Years Old Nor More Than Forty (40) Years Of Age; E. They Must Pass The Neuro-psychiatric Test Issued By A Government Accredited Psychometricians; F. Has Passed A Drug Test To Be Given By The Government Accredited Drug Testing Center; G. Has Been Cleared By The Concerned Law Enforcement Agencies, With No Previous Record Of Any Conviction Of A Criminal Offense Involving Moral Turpitude; H. Of Good Moral Character; And I. Must Be Willing To Undergo Drug Test Also When Deemed Necessary By The Agency. Ii- Janitorial Service Plan And Quotation The Quotation Shall Contain A Breakdown Of All Cost, Including Cost Of Supplies And Equipment, Necessary For The Execution Of The Contract. It Shall Be Submitted Together With A Janitorial Service Plan. Iii- Payment Terms Payment Shall Be Made Not Later Than Fifteen (15) Calendar Days Upon Complete Submission Of Security Agency The Following Requirements: 1. Dtr Duly Signed By The Office’s Chief Regional Adjudicator/ Supervisor/ Oic Or His Duly Authorized Representative; 2. Proof Of Previous Months’ Remittances To Sss, Philhealth And Pag-ibig, Together With Transmittal Sheet Stamped Received By The Foregoing, Certified True Copy Of A Duly Accomplished Previous Months Payroll Sheet, As Well As Such Other Relevant Documents As May Be Required By The Ps-dbm; 3. Invoice Of Billing Or Statement Of Account For The Period Covered. Iv- Period Of Contract The Period Of The Contract Will Be From February 1, 2025 To December 31, 2025 (11 Months). *total Bid/quotation Price For The Project: (inclusive Of All Taxes And Bank Charges) Terms And Conditions 1. Bidders/ Shall Submit Their Proposal Through Their Authorized Representative Using The Provided Official Forms (annex “a”). 2. Any Modifications In The Item(s) Specifications During Delivery Of Materials/equipment Is Strictly Prohibited. 3. Bidders Shall Provide Correct And Accurate Information Required In This Form. 4. All Fields With Asterisks (*) Are Mandatory And Must Be Filled Up. Failure To Provide Information On Mandatory Fields Will Disqualify Your Quotation. 5. Price Quotation(s) Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 6. Price Quotation(s), To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. 7. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 8. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, And Other Terms And Conditions Stated Herein. 9. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative(s). 10. The Hsac Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Hsac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reached Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. Conforme: Signature: Name/designation Of The Authorized Representative Name Of Company/supplier: Office Address: Contact No. & Email: Date & Time:
Closing Date23 Jan 2025
Tender AmountPHP 160 K (USD 2.7 K)
Department Of Education Region Xi Tender
Machinery and Tools
Philippines
Details: Description Invitation To Bid No. 001-02-2025 Invitation To Bid For Procurement Of Supply And Delivery Of Technical-vocational - Livelihood (tvl) Equipment Packages To Public Senior High Schools. 1. The Department Of Education, Regional Office Xi, Through The Sub Allotment Release Order No. Osec-11-24-3299 Intends To Apply The Sum Of Sixty-five Million Nine Hundred Thirty-one Thousand Five Hundred Ninety-eight Pesos (₱65,931,598.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For Itb 001-02-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Education, Regional Office Xi, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is 90 Days. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Unit Item Description Qty Unit Cost Total Cost Specialization: Bread And Pastry Production Nc Ii Set Air Compressor With Airbrush Cake Decorating Set 63 2,250.00 141,750.00 Piece Beater (manual Hand Beater) 378 210.00 79,380.00 Set Chopping Board, 6 Colors 378 835.00 315,630.00 Set Boiler (double) 63 850.00 53,550.00 Set Mixing Bowl (6 Pcs/set) 756 783.00 591,948.00 Set Cake Pans, Round #6,#8,#10,#12,#14,#16 378 490.00 185,220.00 Set Cake Stand, With Tier 378 748.00 282,744.00 Piece Cake Turn Table 189 1,080.00 204,120.00 Piece Coupler 819 134.00 109,746.00 Set Measuring Cup (for Solid) 756 334.00 252,504.00 Piece Measuring Cup, 250 Ml (for Liquid) 756 117.00 88,452.00 Piece Measuring Cup, 500ml (for Liquid) 756 142.00 107,352.00 Piece Dough Cutter 63 98.00 6,174.00 Piece Pie Cutter 378 101.00 38,178.00 Piece Flour Sifter, Hand Cranked 378 503.00 190,134.00 Piece Grater 378 512.00 193,536.00 Piece Kitchen Knife 378 631.00 238,518.00 Piece Pallet Knife 378 156.00 58,968.00 Piece Ladle, 3 0z 378 204.00 77,112.00 Piece Loaf Pan (big) 378 224.00 84,672.00 Piece Loaf Pan (medium) 378 366.00 138,348.00 Piece Loaf Pan (small) 378 309.00 116,802.00 6 Cups In A Tray/set Muffin Pan (big) 378 178.00 67,284.00 Unit Item Description Qty Unit Cost Total Cost 24cups In A Tray/set Muffin Pan (small) 378 114.00 43,092.00 Piece Pie Pan (10 Inches Diameter) 378 121.00 45,738.00 Piece Pie Pan # 6, #8,#10 378 454.00 171,612.00 Set Cake Pillars 378 45.00 17,010.00 Piece Piping Bag 1575 44.00 69,300.00 Piece Rectangular Pan, 1 X 8 252 210.00 52,920.00 Piece Rolling Pins 378 241.00 91,098.00 Piece Rubber Scraper 378 182.00 68,796.00 Piece Sauce Pan 378 1,592.00 601,776.00 Piece Sheet Pan 378 504.00 190,512.00 Set Measuring Spoon 1575 242.00 381,150.00 Piece Spoon (wooden) 378 201.00 75,978.00 Piece Strainer 378 279.00 105,462.00 Set Piping Tips (for Cake Decorating) 1260 209.00 263,340.00 Unit Weighing Scale, 10 Kgs 378 1,549.00 585,522.00 Unit Weighing Scale,5 Kgs, Digital 378 1,398.00 528,444.00 Set Wire Whisk (medium) 378 404.00 152,712.00 Bread And Pastry Production Nc Ii - Sub- Total ₱7,124,796.00 Specialization: Caregiving Nc Ii Piece Airpot 6 2,553.00 15,318.00 Piece Apron 6 429.00 2,574.00 Piece Baby Bathtub 3 1,117.00 3,351.00 Piece Baby Blanket 15 201.00 3,015.00 Piece Basin (small) 36 89.00 3,204.00 Piece Bath Towel/towelette 36 352.00 12,672.00 Piece Bedpan 6 214.00 1,284.00 Piece Blanket 12 529.00 6,348.00 Piece Bottle Sterilizer (electric) 3 2,655.00 7,965.00 Piece Bread Toaster 3 2,121.00 6,363.00 Piece Burping Cloth 6 208.00 1,248.00 Piece Cane 3 996.00 2,988.00 Piece Carpet 4 Ft. X 8 Ft. 3 4,407.00 13,221.00 Set China Ware (1 Pc Dinner Plate, 1 Pc Salad Plate, 1 Pc Bowl, 1 Pc Mug) 3 736.00 2,208.00 Piece Clothes Brush 3 204.00 612.00 Piece Clothes Hamper 3 598.00 1,794.00 Piece Clothes Rack 3 751.00 2,253.00 Piece Comforter 12 2,855.00 34,260.00 Piece Commode 3 2,724.00 8,172.00 Set Cooking Utensils 3 1,379.00 4,137.00 Set Crutches (adjustable) 3 514.00 1,542.00 Set Cutlery 3 376.00 1,128.00 Unit Item Description Qty Unit Cost Total Cost Piece Cutting Board, Plastic 15 682.00 10,230.00 Piece Digital Thermometer 3 361.00 1,083.00 Piece Dressing Trolley 3 8,925.00 26,775.00 Piece Electric Knife 3 1,024.00 3,072.00 Piece Face Towel/towelette 3 72.00 216.00 Piece Feeding Bottle Brush (cleaning Feeding Bottles) 6 597.00 3,582.00 Set Feeding Utensils (child) 3 1,497.00 4,491.00 Set First Aid Kit 3 3,216.00 9,648.00 Piece Flat Sheet 36 641.00 23,076.00 Piece Garbage Bin 3 366.00 1,098.00 Piece Gloves, Rubber (15 Mils) 36 365.00 13,140.00 Piece Gloves, Surgical (disposable) 3 654.00 1,962.00 Piece Gown (hospital) 30 304.00 9,120.00 Set Grooming Kit (hairbrush Comb, Nail Cutter, Nail Brush) 3 1,904.00 5,712.00 Piece Hand Towel 15 151.00 2,265.00 Piece Highchair/ Booster Seat/ Portable Seat 3 2,042.00 6,126.00 Piece Hot Water Bag 3 221.00 663.00 Piece Kettle 3 836.00 2,508.00 Set Measuring Cups, 1/4, 1/3, 1/2, 1 Cup 3 716.00 2,148.00 Piece Medical Tray 3 251.00 753.00 Set Mixing Bowl, Stainless Steel, 6-piece Set 3 2,044.00 6,132.00 Piece Pail, Plastic 10 Liters 12 254.00 3,048.00 Piece Pans 3 326.00 978.00 Piece Peeler 15 204.00 3,060.00 Piece Pick Up Forceps 3 256.00 768.00 Piece Pillow 24 754.00 18,096.00 Piece Pillowcase 36 304.00 10,944.00 Piece Portable Mixer 3 504.00 1,512.00 Piece Potato Masher 3 174.00 522.00 Set Pots 3 694.00 2,082.00 Piece Skillet 3 1,001.00 3,003.00 Piece Sphygmomanometer 3 1,022.00 3,066.00 Piece Stethoscope 3 601.00 1,803.00 Piece Urinal 6 327.00 1,962.00 Unit Vacuum Cleaner - Heavy Duty 3 10,501.00 31,503.00 Unit Wheelchair 6 7,504.00 45,024.00 Specialization: Caregiving Nc Ii - Sub-total ₱396,828.00 Specialization: Computer System Servicing (nc Ii) Set Allen Wrench 230 111.00 25,530.00 Piece Anti-static Device (anti-static Wrist Strap) 230 361.00 83,030.00 Unit Item Description Qty Unit Cost Total Cost Piece Combination Pliers, 8" 230 427.00 98,210.00 Set Crimping Tool (rj 11/45) 230 974.00 224,020.00 Piece Desoldering Pump 230 214.00 49,220.00 Set Electric Drill, Portable 23 2,126.00 48,898.00 Pack External Optical Drive 46 1,154.00 53,084.00 Piece Flash Drive 253 451.00 114,103.00 Piece Flashlight, Head-mounted 115 504.00 57,960.00 Pack Hub / Switch 230 1,432.00 329,360.00 Piece Lan Cable Tester 115 310.00 35,650.00 Piece Long Nose Pliers, 8" 230 619.00 142,370.00 Pack Multimeter, Digital 230 883.00 203,090.00 Piece Patch Panel (48 Ports) 460 1,654.00 760,840.00 Piece Pc Video Camera 23 726.00 16,698.00 Piece Phillip’s Screwdriver, 8" Insulated 230 224.00 51,520.00 Set Precision Screwdriver Set 115 254.00 29,210.00 Piece Soldering Iron, 60w 230 494.00 113,620.00 Piece Standard Screwdriver (flat), 8” Insulated 230 341.00 78,430.00 Piece Uninterruptible Power Supply (ups) 230 4,254.00 978,420.00 Piece Usb External Hd 23 4,004.00 92,092.00 Piece Wire Stripper 115 454.00 52,210.00 Piece Wireless Access Point 230 2,441.00 561,430.00 Computer System Servicing (nc Ii) - Sub Total ₱4,198,995.00 Specialization: Cookery Nc Ii Piece Apple Corer 200 501.00 100,200.00 Piece Bain Marie, Table 50 9,802.02 490,101.00 Piece Blender (electric) 50 1,677.00 83,850.00 Piece Chopping/cutting Board (plastic) 800 327.00 261,600.00 Set Boiler (double) 50 848.00 42,400.00 Piece Braising Pan (medium) 400 2,254.00 901,600.00 Piece Can Opener 50 149.00 7,450.00 Piece Utility Cart 50 6,222.00 311,100.00 Piece Casserole (medium) 200 1,989.00 397,800.00 Piece Casserole (small) 600 1,249.00 749,400.00 Piece Colander (medium) 100 352.00 35,200.00 Piece Colander (small) 200 292.00 58,400.00 Set Measuring Cup (for Solid) 400 332.00 132,800.00 Piece Paper Towel Dispenser 200 301.00 60,200.00 Piece Electric Fan (stand Fan) 50 4,122.00 206,100.00 Piece Fire Extinguisher (with Contents) 50 1,908.00 95,400.00 Piece Fish Poacher (medium) 50 2,249.00 112,450.00 Piece Carving Fork 150 287.00 43,050.00 Piece Kitchen Fork 400 136.00 54,400.00 Piece Frying Pan (large) 100 2,212.00 221,200.00 Piece Frying Pan (medium) 400 1,757.00 702,800.00 Piece Frying Pan (small) 600 616.00 369,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Funnel (stainless Steel), Medium 200 241.00 48,200.00 Piece Funnel (stainless, Steel) Small 200 129.00 25,800.00 Piece Garbage Bin 200 366.00 73,200.00 Piece Glass Rack 600 489.00 293,400.00 Piece Boning Knife 400 1,499.00 599,600.00 Piece Chef’s Knife 500 224.00 112,000.00 Piece Cleaver Knife 100 1,489.00 148,900.00 Piece Oyster Knife 200 107.61 21,522.00 Piece Emergency Light 50 3,503.00 175,150.00 Piece Meat Slicer (small) 50 8,502.00 425,100.00 Piece Roasting Pan 200 734.00 146,800.00 Piece Peeler (y-type) 400 254.00 101,600.00 Set Pepper And Salt Mill 400 452.00 180,800.00 Piece Piping Bag 400 42.00 16,800.00 Piece Plate Rack 600 3,404.00 2,042,400.00 Piece Preparation Table With Sink 250 13,604.00 3,401,000.00 Piece Pressure Cooker 50 4,129.00 206,450.00 Piece Kitchen Scissor 400 411.00 164,400.00 Piece Ice Cream Scooper 100 226.00 22,600.00 Piece Siever (small) 400 149.00 59,600.00 Piece Skimmer (fine) 400 189.00 75,600.00 Piece Skimmer (spider) 400 224.00 89,600.00 Piece Soup Cup Rack 600 301.00 180,600.00 Piece Soup Ladle (3 Oz) 400 214.00 85,600.00 Piece Soup Ladle (6 Oz) 400 301.00 120,400.00 Piece Soup Ladle (8 Oz 150 274.00 41,100.00 Piece Soup Ladle (12 Oz) 100 401.00 40,100.00 Piece Spatula 400 151.00 60,400.00 Piece Kitchen Spoon 400 42.00 16,800.00 Piece Kitchen Spoon (slotted) 400 179.00 71,600.00 Set Measuring Spoon 400 242.00 96,800.00 Piece Parisienne Spoon 400 251.00 100,400.00 Piece Serving Spoon 1200 91.00 109,200.00 Piece Wooden Spoon 400 251.00 100,400.00 Piece Stock Pot (large) 100 1,954.00 195,400.00 Piece Strainer Chinois (medium) 100 954.00 95,400.00 Piece Strainer Chinois (small) 150 654.00 98,100.00 Piece Strainer Medium, Fine 400 154.00 61,600.00 Piece Strainer Small, Fine 400 124.00 49,600.00 Piece Working Table 100 8,474.00 847,400.00 Piece Tenderizer (medium) 400 151.00 60,400.00 Piece Pocket/pen Thermometer 150 191.00 28,650.00 Piece Tong, 12 Inches 400 329.00 131,600.00 Piece Tong, 8 Inches 500 402.00 201,000.00 Piece Baking Tray (small) 400 319.00 127,600.00 Unit Item Description Qty Unit Cost Total Cost Piece Utility Tray 600 424.00 254,400.00 Set Pastry Tube 400 237.00 94,800.00 Piece Turner 3" X 6" 400 282.00 112,800.00 Piece Digital Weighing Scale, 1 Kg 200 1,252.00 250,400.00 Piece Mechanical Weighing Scale, 5 Kilograms 100 1,579.00 157,900.00 Piece Wire Skimmer (small) 400 247.00 98,800.00 Set Wire Whisk (heavy Duty) 100 597.00 59,700.00 Set Wire Whisk (medium) 400 402.00 160,800.00 Set Wire Whisk (small) 400 164.00 65,600.00 Piece Wok (medium) 50 939.00 46,950.00 Piece Wok (small) 200 572.00 114,400.00 Piece Zester 400 153.00 61,200.00 Cookery Nc Ii – Sub - Total ₱18,265,523.00 Specialization: Food And Beverage Services Nc Ii Piece Dining Chair 2124 2,999.00 6,369,876.00 Piece Coffee Pot, 2 Pints 118 914.00 107,852.00 Piece Creamer Container 295 597.00 176,115.00 Set Cups And Saucers 5-6 Oz. (2pcs) 1416 377.00 533,832.00 Piece Menu Folder 118 252.00 29,736.00 Piece Cocktail Fork 1416 252.00 356,832.00 Piece Dessert Fork 1416 264.00 373,824.00 Piece Dinner Fork 1416 341.00 482,856.00 Piece Fish Fork 1416 249.00 352,584.00 Piece Oyster Fork 1416 149.00 210,984.00 Piece Salad Fork 1416 127.00 179,832.00 Piece Champagne Flute Glass 1416 352.00 498,432.00 Piece Collins Glass 1416 252.00 356,832.00 Piece Highball Glass 1416 252.00 356,832.00 Piece Pilsner Glass (ice Tea Glass) 1416 302.00 427,632.00 Piece Red Wine Glass 1416 252.00 356,832.00 Piece White Wine Glass 1416 252.00 356,832.00 Piece Gravy Boats 236 302.00 71,272.00 Set Ice Bucket ,2 Liters With Tongs 118 552.00 65,136.00 Piece Butter Knife 1416 492.00 696,672.00 Piece Dinner Knife 1416 377.00 533,832.00 Piece Fish Knife 1416 792.00 1,121,472.00 Piece Salad Knife 1416 212.00 300,192.00 Piece Steak Knife 1416 275.00 389,400.00 Piece Napkin Holder 354 142.00 50,268.00 Pad Order Pads 118 152.00 17,936.00 Set Pepper And Salt Mill 118 452.00 53,336.00 Piece Plate Covers 472 424.00 200,128.00 Piece Plate For Dessert, 7”to 8” 1416 139.00 196,824.00 Piece Dinner Plate, 10” 1416 177.00 250,632.00 Unit Item Description Qty Unit Cost Total Cost Set Fish Plate, 8” To 9” 1416 227.00 321,432.00 Set Salad Plates 7” To 8” 1416 319.00 451,704.00 Set Salt And Pepper Shakers 236 427.00 100,772.00 Piece Sauce Ladles 118 202.00 23,836.00 Piece Cake Server 118 177.00 20,886.00 Piece Service Forks 354 222.00 78,588.00 Piece Service Tray 354 177.00 62,658.00 Set Show/service/ Base Plates 11” To 14” 354 952.00 337,008.00 Piece Side Plates Or Bread Plates 6” 1416 352.00 498,432.00 Piece Side Towels 236 352.00 83,072.00 Piece Silver Platter 472 352.00 166,144.00 Piece Soup Bowl 1416 302.00 427,632.00 Piece Soup Ladle 118 212.00 25,016.00 Piece Soup Tureen 236 1,002.00 236,472.00 Piece Dessert Spoon 1416 752.00 1,064,832.00 Piece Service Spoons 354 127.00 44,958.00 Piece Soup Spoons (cream And Consume) 1416 252.00 356,832.00 Piece Sugar Container 295 252.00 74,340.00 Meter Table Cloth, 54 X 54 Inches 236 302.00 71,272.00 Meter Table Cloth, Rectangular 118 302.00 35,636.00 Meter Table Napkins, Cloth, 16” X 16” 1770 302.00 534,540.00 Meter Table Skirting Cloth 90”x90” 118 302.00 35,636.00 Piece Round Table (8's) 118 2,000.00 236,000.00 Piece Square/rectangular Table (4's Or 6's) 236 1,500.00 354,000.00 Piece Tea Pot, 2 Pints 118 852.00 100,536.00 Piece Teaspoon 1416 377.00 533,832.00 Piece Tong, 8 Inches 118 402.00 47,436.00 Piece Tooth Pick Holder 236 257.00 60,652.00 Piece Tray Stand 118 2,749.00 324,382.00 Piece Tray, Bill Folders/ Change 118 252.00 29,736.00 Piece Tray, Round (bar) 472 374.00 176,528.00 Piece Water Goblet 1416 252.00 356,832.00 Piece Water Pitcher 354 372.00 131,688.00 Food And Beverage Services Nc Ii - Sub- Total ₱22,878,135.00 Specialization: Front Office Services Nc Ii Piece Calculator 105 357.00 37,485.00 Unit Bell Boy Cart (hotel Luggage Trolley) 42 6,499.00 272,958.00 Unit Cash Register With Drawer 21 3,074.00 64,554.00 Unit Credit Card Imprinter 21 3,502.00 73,542.00 Piece Credit Card Voucher Holder 21 352.00 7,392.00 Unit Fake Bills Detector 21 862.00 18,102.00 Piece Guest Folio Rack 21 299.00 6,279.00 Unit Hypercom 21 2,902.00 60,942.00 Unit Key Card Marker With Verifier 21 4,714.00 98,994.00 Unit Item Description Qty Unit Cost Total Cost Piece Key Rack 21 287.00 6,027.00 Unit Safety Deposit Box/ Drop Vault 21 1,952.00 40,992.00 Unit Lapel Speaker 84 1,602.00 134,568.00 Front Office Services Nc Ii - Sub- Total ₱821,835.00 Specialization: Hairdressing Nc Ii Piece Body Brush, Prosthetic 20 353.00 7,060.00 Piece Mixing Bowl, Plastic 20 87.00 1,740.00 Piece Shampoo Bowl 40 4,502.00 180,080.00 Piece Applicator Brush 20 64.00 1,280.00 Piece Hair Brush 20 252.00 5,040.00 Piece Frosting Cap With Hook 20 252.00 5,040.00 Piece Heating Cap 20 982.00 19,640.00 Piece Cape 20 239.00 4,780.00 Piece High Chair (bar) 60 2,972.00 178,320.00 Piece Hydraulic Chair 120 7,994.00 959,280.00 Piece Clamp 20 121.00 2,420.00 Piece Duck Bill Clamp 20 92.00 1,840.00 Piece Hair Clipper 20 2,601.00 52,020.00 Piece Comb, Afro 20 179.00 3,580.00 Piece Comb, All Purpose 20 224.00 4,480.00 Piece Comb, Haircutting 20 184.00 3,680.00 Piece Comb, Large Toothed 20 89.00 1,780.00 Piece Comb, Tail 20 122.00 2,440.00 Piece Comb, Teasing 20 152.00 3,040.00 Piece Comb, Wide Tooth 20 87.00 1,740.00 Piece Crimpers 120 749.00 89,880.00 Piece Curling Iron 120 952.00 114,240.00 Piece Drip Pan 20 292.00 5,840.00 Piece Hair Dryer 120 1,302.00 156,240.00 Piece Gloves, Disposable 20 274.00 5,480.00 Piece Gloves, Rubber 20 707.00 14,140.00 Piece Smock Gown 20 282.00 5,640.00 Piece Hairclips 20 52.00 1,040.00 Piece Hairnet, Invisible 20 32.00 640.00 Box Hairpin 20 119.00 2,380.00 Piece Headband 20 102.00 2,040.00 Piece Headband, Flannel 20 92.00 1,840.00 Piece Infrared Iron 20 2,902.00 58,040.00 Piece Mirror, Hand 200 222.00 44,400.00 Piece Mirror, Modular 20 1,222.00 24,440.00 Piece Prong Clip, Double 20 152.00 3,040.00 Piece Prong Clip, Single 20 152.00 3,040.00 Box Razor, Straight 20 552.00 11,040.00 Pack Roller Pins 20 352.00 7,040.00 Unit Item Description Qty Unit Cost Total Cost Piece Rollers, Large Sized 20 392.00 7,840.00 Piece Rollers, Medium Sized 20 382.00 7,640.00 Piece Rollers, Jumbo 20 452.00 9,040.00 Piece Cutting Scissors 20 852.00 17,040.00 Piece Thinning Scissor 20 752.00 15,040.00 Piece Scoop 20 62.00 1,240.00 Piece Shower Cap 40 152.00 6,080.00 Piece Spatula 20 152.00 3,040.00 Piece Spray Bottle 20 92.00 1,840.00 Piece Hair Steamer 20 6,502.00 130,040.00 Piece Stool 120 6,252.00 750,240.00 Hairdressing Nc Ii - Sub- Total ₱2,938,800.00 Specialization: Housekeeping Nc Ii Piece Apron, Polyester-cotton 800 392.00 313,600.00 Piece Laundry Baskets 160 4,558.00 729,280.00 Piece Alarm Clock 32 349.00 11,168.00 Set Bed, Queen Size 32 22,499.00 719,968.00 Set Bed, Single 32 12,752.00 408,064.00 Piece Ironing Board 32 3,202.00 102,464.00 Pair/ Set Boots, Safety, Plastic 320 652.00 208,640.00 Piece Housekeeping Brush 160 202.00 32,320.00 Piece Water Buckets 160 152.00 24,320.00 Piece Caddy, Toilet 32 187.00 5,984.00 Piece Carpet Sweeper 32 2,202.00 70,464.00 Unit Housekeeping Cart (nc Ii) 32 4,502.00 144,064.00 Piece Caution Sign 160 1,039.00 166,240.00 Piece Cleaning Cloths, Lint-free 320 352.00 112,640.00 Unit Coffee Maker 32 3,502.00 112,064.00 Piece Dust Pan 160 302.00 48,320.00 Piece Duster, Anti-static 160 272.00 43,520.00 Unit Electric Fan (stand Fan) 64 4,122.00 263,808.00 Unit Fire Extinguisher (with Contents) 96 1,908.00 183,168.00 Piece Flashlight 160 792.00 126,720.00 Unit Flat Iron 32 349.00 11,168.00 Piece Scrubbing Foam 320 144.00 46,080.00 Piece Garbage Receptacles 64 714.00 45,696.00 Piece Gloves, Rubber 800 707.00 565,600.00 Piece Goggles, Safety 480 362.00 173,760.00 Unit Hairdryer 32 952.00 30,464.00 Unit Water Hose 64 1,442.00 92,288.00 Unit Electric Kettle 32 1,902.00 60,864.00 Piece Laundry Sorter 160 1,762.00 281,920.00 Unit Emergency Light 64 3,502.00 224,128.00 Piece Mirror 32 1,502.00 48,064.00 Unit Item Description Qty Unit Cost Total Cost Piece Mop 160 1,302.00 208,320.00 Unit Electric Floor Polisher With Accessories 32 10,502.00 336,064.00 5 Shelves /piece Shelving 32 2,627.00 84,064.00 Piece Sponges, Dish 320 97.00 31,040.00 Piece Spray Gun, Water 160 152.00 24,320.00 Piece Squeegee 64 252.00 16,128.00 Piece Squeezer, Mop 64 1,540.00 98,560.00 Piece Step Ladder 32 2,601.00 83,232.00 Unit Vacuum Cleaner, Dry And Wet 32 10,502.00 336,064.00 Unit Washer, Laundry 32 22,377.00 716,064.00 Piece White Board 64 11,300.00 723,200.00 Housekeeping Nc Ii - Sub- Total ₱8,063,904.00 Specialization: Local Guiding Services Nc Ii Set First Aid Kit 8 3,214.00 25,712.00 Unit Megaphone 8 2,108.00 16,864.00 Piece Whistle 8 152.00 1,216.00 Piece White Board 8 11,300.00 90,400.00 Local Guiding Services Nc Ii - Sub- Total ₱134,192.00 Specialization: Wellness Massage Nc Ii Set Dummy, Anatomical 15 2,635.00 39,525.00 Unit Massage Bed / Table 75 6,249.00 468,675.00 Piece Massage Chair 15 13,002.00 195,030.00 Unit Sphygmomanometer 75 1,020.00 76,500.00 Unit Stethoscope 75 599.00 44,925.00 Unit Talking Sphygmomanometer 15 3,722.00 55,830.00 Piece Talking Thermometer 15 2,112.00 31,680.00 Piece Thermometer, Digital 75 359.00 26,925.00 Piece White Board 15 11,300.00 169,500.00 Wellness Massage Nc Ii - Sub- Total ₱1,108,590.00 Grand Total ₱65,931,598.00 Please See Attached Annex A For Detailed Specifications For Each Item. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From The Deped Regional Office Xi, F. Torres St., Davao City And Inspect The Bidding Documents During Monday – Friday, 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To March 3, 2025, Monday – Friday, 8:00 A.m. To 5:00 P.m. At Procurement Unit, Department Of Education Regional Office Xi, F. Torres St., Davao City, Upon Payment In Cash Of A Non-refundable Fee Of Fifty Thousand Pesos (₱50,000.00) To Deped Cashier. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person To The Procurement Unit. 6. The Department Of Education, Regional Office Xi, Will Hold A Pre-bid Conference On February 17, 2025 @ 9:00 A.m. (monday) At The Procurement Unit, Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Stamped Received By The Procurement Unit Staff Through Manual Submission At The Office Address Indicated Below On Or Before March 3, 2025, (monday) Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On March 3, 2025, (monday) Before 9:00 A.m At Deped Regional Office Xi, F. Torres St., Davao City And/or Via Microsoft Teams Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Deped Regional Office Xi, F. Torres St., Davao 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 Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Joy L. Sibonga Ao Iv, Ad-procurement Unit Department Of Education Region Xi F. Torres St., Davao City Procurementunit.regionxi@deped.gov.ph (082) 291-0051 Loc. 1119 +63 9453349262 Rebonfamil R. Baguio Bac Chairperson
Closing Date3 Mar 2025
Tender AmountPHP 65.9 Million (USD 1.1 Million)
NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender
Others
United States
Details: Sources Sought Number: Fd-2025-071
notice Type: Sources Sought Synopsis
title: Coastal Virginia Offshore Wind (cvow) Survey Mitigation Research Survey
response Date: January 10, 2025
this Is A Sources Sought Synopsis And Is Not A Pre-solicitation Announcement. The Purpose Of This Market Research And Sources Sought Notice Is To Gain Knowledge Of Potential Qualified U.s. Domestic Businesses, Which Could Include Small Business, Hubzone, 8(a), Service Disabled Veteran Owned, Women Owned Small Business Firms And Even Large Businesses. Responses To This Sources Sought Synopsis Will Be Used By The Government In Making Appropriate Acquisition Decisions.
background:
noaa Fisheries Performs Standardized, Scientific Surveys To Assess Changes In Abundance And Population Metrics Of Fish, Invertebrates, And Protected Species Over Space And Time. In Response To The Potential Disruption Of Long-running (some More Than 30 Years) Survey Missions, The Southeast Fisheries Science Center Has Developed A Survey Mitigation Plan Intended To Guide The Development And Implementation Of A Program To Mitigate Impacts Of Wind Energy Development On Fisheries Surveys In The Southeast Region. Construction Of Wind Turbines Along The U.s. East Coast Allows For Some Feasibility Testing Of Survey Methodologies Adapted For Data Collection Within And Around Wind Farms. This Project Aims To Identify And Develop New Survey Approaches And Will Require The Contracting Of Vessel(s) That Can Support Several Scientists And Deploy And Recover Multiple Types Of Survey Gear Near The Offshore Wind Turbines Located At The Cvow Pilot Area Over The Course Of 7 Days.
intended Use/purpose:
we Will Test The Feasibility Of Using The Following Methodologies Within And Around Wind Farms: Diver Surveys, Video Trap Surveys, Passive Acoustic Monitoring, Echosounder, Multibeam, Ctd, Uncrewed Aerial Systems, Water Collection, Benthic Sample Collection, Uncrewed Underwater Systems. Although A Single Vessel Is Preferred, Noaa Will Also Consider Multiple Vessels Working Together As An Alternative.
special Requirements/essential Salient Features:
vessel Must Have, In Proper Working Order, All Required United States Coast Guard (uscg) Approved Safety, Navigation, And Communication Devices And Equipment.
vessel Shall Have Sufficient Fuel Capacity To Support Operations For Seven Full Days At Sea Without Refueling.
vessel Shall Have A Rear Deck Area Clear Of Obstructions For Setting Up, Stowing, Rinsing, And Dismantling Survey Gear.
vessel Will Be Able To Maintain Station Using Dynamic Positioning
vessel Must Have An Indoor Dry Counter Area Suitable For Project Scientists To Use Government Provided Laptops And Other Small Electronic Equipment. The Workspace Shall Include Access To Adjacent Electrical Outlets (120 Vac, 60 Hz).
the Contractor Must Provide Clean And Sanitary Berthing Accommodations For Up To 8 Male And Female Government Personnel. Personnel May Share Berthing Arrangements, But Must Allow For Separate Rooms For Male And Female Personnel. Berthing Spaces Must Contain At Least One Drawer Or Closet Per Occupant For Stowage Of Clothing And Personal Gear, Lighting, Ventilation, Emergency Exit, And Separated From Machinery Or Fuel Tanks. Quarters And Furnishings Shall Contain Fireproof Installations And Co Monitors Where Applicable.
berthing Requirements, Including The Number And Gender Of Government Personnel, Will Be Provided By The Project Lead Approximately Two Weeks Prior To Departure. The Project Lead And Captain Will Work Together On A Detailed Berthing Plan To Accommodate The Gender Mix Of The Government Personnel, Taking Into Consideration The Current Complement Of The Vessel.
vessel Must Have A Potable Fresh Water Supply For Vessel And Personal Use (including Showers And Laundry) For All Personnel Aboard For The Duration Of The Charter. The Potable Water System Shall Have Dedicated Tanks (treated And Coated), Ventilated With Insect Screens Installed (if Appropriate), And A Dedicated Potable Water Hose With Filters That Remove Particulates Including Rust.
vessel Must Provide Clean Linens Including Mattresses, Clean Fitted Sheets, Pillows, And Towels For Government Personnel.
the Vessel Must Have A Minimum Of Two Heads And Two Freshwater Showers Available To Government Personnel. Additional Heads/showers Are Desired But Not Required And May Be Given Additional Consideration During Technical Evaluation. The Vessel Shall Provide Sufficient Soap, Toilet Paper, And Paper Towels For The Number Of Personnel On-board And The Duration Of The Charter.
all Indoor Vessel Workspaces, Berthing, And Galley Spaces Must Be Adequately Ventilated And Free From Tobacco Smoke, Excessive Engine Noise, And Hydrocarbon Fumes.
the Vessel Must Be Able To Maintain Underway Status, Including All Engine-room Functionality, For The Entire Duration Of The Charter. The Vessel Must Be Able To Maintain All Housekeeping, Deck, And Other Necessary Services While Underway Or While On-station (at Anchor Or Otherwise).
vessel Captain And Crew Shall Comply With Waste Management, In An Effort To Reduce Marine Debris Pollution, Vessel Regulations As Described In Section V Of The Marpol Convention. The Vessel Is Required To Have A Storage Facility, With Or Without A Trash Compactor, To Retain All Refuse, Or A Means To Incinerate This Refuse So That It Is Not Disposed Of At Sea.
the Contractor Must Provide A Captain, Appropriately Licensed By The Uscg For The Gross Tonnage Of The Vessel, For The Duration Of The Charter. The Captain Shall Be Competent In The Use Of Navigation And Safety Equipment. The Captain Shall Have Experience Launching And Recovering Scientific Equipment, Navigating Busy Waterways, And Operating In The Offshore Environment. The Captain Will Work Directly With The Chief Scientists For Matters Pertaining To Deck Layout, Berthing Arrangements, Trip Itinerary, Planning, And Operations. The Captain Will Be Familiar With All Contract And Statement Of Work Requirements.
the Contractor Must Provide Adequate Crew To Meet Uscg Safe Manning Levels And Provide Appropriate Crew To Safely Conduct The Required Operations. The Contractor Must Provide Skilled Individuals On The Vessel Capable Of Crane Operations And Line Handling For Launch And Recovery Of All Small Boats And Cargo.
captain And Crew Must Have All Required And Necessary Qualifications, Licenses, And Certifications Appropriate To Their Position. All Contractor Crew Will Be Physically Capable Of Performing All Required Tasks During The Charter. The Contractor Will Provide The Tpoc With The Captain And Crew Qualifications For Those Individuals That Will Be Sailing On The Charter At The Pre-charter Meeting Or No Less Than 14 Days Prior To Departure.
all Contractor And Government Personnel Must Comply With Noaa And Sefsc Personnel Conduct Policies Including: Eeo, Workplace Harassment, Substance Abuse, Safety, And Environmental Awareness. A Zero Tolerance Policy For Any Type Of Harassment Will Be Enforced. The Contractor Must Provide Safe, Efficient Working Conditions And Accommodations To The Government Personnel Free From Violence, Threats Of Violence, Harassment (including Sexual Harassment), Intimidation, And Other Disruptive Behavior. The Contractor, Its Agents, Subcontractors, And Employees, Including The Captain And Crew Of The Vessel Must Not Harass, Assault, Oppose, Impede, Intimidate, Threaten, Interfere With Or Make Unwelcome Advances Toward Any Member Of Government Personnel. Violation Under This Clause May Result In Termination Of The Contract, At The Discretion Of The Government Under The Default Clause, And Consequent Liability Of The Contractor To The Government For Any Costs Incurred, As Well As Debarment, Suspension Or Similar Action From Future Participation In Government Contracts. Violation Of The Contractor’s Obligations Under This Clause May Result In Criminal And/or Civil Prosecution Of The Person(s) Involved By Either The Government Or Affected Government Personnel, As Provided By Applicable Law, As Well As Adverse Performance Evaluation Under The Terms And Conditions Of This Contract.
during The Charter Period, The Possession Or Use Of Intoxicating Substances And/or Illegal Drugs, By Any Person, Is Not Permitted And May Be Grounds For Termination Of This Contract By The Government.
delivery Schedule:
the Cruise Must Be Completed Between April 1, 2025 And April 16, 2025.
the North American Industry Classification Code (naics) Is 483114 With A Size Standard Of 550 Employees.
interested Firms Shall Provide, In Writing, A Brief Narrative (no More Than 3 Pages In Length) And Documentation To Support Your Firm’s Capability And Experience Specific To Meeting This Requirement Herein And Include Your Firm’s Name, Address, Point Of Contact, Telephone Number, Sam Ueid Number, Ccr Cage Number, Business Type And Size (i.e., Small, Large, Non-profit, Educational, Etc.). Any Response That Does Not Include This Information Will Not Be Considered. The Government Will Review Your Response To Determine If Your Firm Has The Experience, Knowledge And Capability To Provide The Items As Specified Above. Do Not Provide A Generic Capabilities Statement. Only Respond With A Detailed Capabilities That Clearly Shows Capabilities To Meet The Above Specific Requirements.
this Request For Information Does Not Constitute A Commitment, Implied Or Otherwise, That A Procurement Action Will Be Issued. Nor Does This Request For Information Constitute A Commitment, Implied Or Otherwise, That Any Procurement Action May Be Issued For The Government’s Requirements.
no Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Government Will Arise Because Of The Submission Of Contractor’s Information. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Government Regulations.
all Contractors Doing Business With The Government Are Required To Be Registered And Active With The System For Award Management (sam) Website.
note: This Sources Sought Is Not Considered A Request For Proposal But A Request For Information Only. No Solicitation Document Is Available. No Contract Will Be Awarded Based On Responses Received To This Notice.
responses Shall Reference Sources Sought Fd-2025-071 And Be Sent To Amy.gilliland@noaa.gov
Closing Date10 Jan 2025
Tender AmountRefer Documents
Cebu Technological University Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Philippines
Details: Description 1. Agriculture & Fisheryy Arts 2023 1 Piece 2. Readings In The Philippine History (latest Edition) 3 Pieces 3. Mathematics In The Modern World (latest Edition) 3 Pieces 4. Teaching Mathematics In Primary Grade (latest Edition) 3 Pieces 5. Teaching Mathematics In Intermediate Grade (latest Edition) 3 Pieces 6. Teaching Science In The Elementary Grades 2024 1 Piece 7. Understanding The Self (go-monilla,a. Et Al) 2023 1 Piece 8. Understanding The Self (luna, A. Ph. L) 2023 1 Piece 9. Entrepreneurship 2022 1 Piece 10. Field Study 2 (latest Edition) 1 Piece 11. Field Study 2 (2023) 1 Piece 12. Purposive Communication (latest Edition) 2 Pieces 13. Essentials Of Purposive Communication 2023 1 Piece 14. Field Study 1 (latest Edition) 1 Piece 15. Field Study 1 2023 1 Piece 16. Fundamentals Of Programming 1st Edition 1 Piece 17. Computer Programming For Beginners And Cyber Security 1,2,3,4 (2023) 1 Piece 18. Architectural Drafting & Design (latest Edition) 2 Pieces 19. Architectural Graphics Standards (latest Edition) 1 Piece 20. Drafting Fundamentals For Entertainment Classroom 2023 1 Piece 21. Engineering Graphics Essentials W/ Autocad 2023 1 Piece 22. Architecture-form,space And Order (latest Edition) 1 Piece 23. Architectural Detailing (3rd Edition) 2023 2 Pieces 24. National Building Code Of The Philippines (2023) 1 Piece 25. Architecture 101 (latest Edition) 1 Piece 26. Visual Dictionary Of Architecture (latest Edition) 1 Piece 27. Architectural Terms (latest Edition) 1 Piece 28. Carpentry: The Complete Guide To Woodworking (latest Edition 1 Piece 29. Interior Design Masters (latest Edition) 1 Piece 30. Residential Interior Design (latest Edition) 1 Piece 31. Ultimate Electronics Practical Circuit Design & Analysis (latest Edition) 1 Piece 32. Computer Networking (latest Edition) 1 Piece 33. Modern Electronics Devices & Communication System 2023 1 Piece 34. Master's Mastery A Comprehensive Plumbing Visual Dictionary (latest Edition) 2 Pieces 35. Practical Methods On Construction Management (latest Edition) 1 Piece 36. Fundamental Of Building Construction Materials & Methods 2023 1 Piece 37. Tile Setting (latest Edition) 1 Piece 38. Fola 1 & 2 (advance Korean) 2023 2 Pieces 39. Fola 1 & 2 (korean For Beginners 3rd Edition) 2023 2 Pieces 40. Fola 1 & 2 (korean For Beginners Mastering Conversation Korean) Latest Edition 2 Pieces 41. Fundamentals Of Food Service Operation 2023 1 Piece 42. Management Of Food & Beverage Operations 2023 1 Piece 43. Organization & Management (latest Edition) 1 Piece 44. Business Finance (latest Edition) 1 Piece 45. Multicultural Diversity In Workplace For The Tourism Professional (latest Edition) 1 Piece 46. Cultural Diversity In Organization 2023 1 Piece 47. Micro Perspective Of Tourism & Hospitality 1st Edition 2023 1 Piece 48. Micro Perspective Of Tourism & Hospitality (maria Arlene Et Al) 2023 1 Piece 49. Fundamental In Food Services Operations 2023 1 Piece 50. The Bar & Beverage Handbook (latest Edition) 1 Piece 51. Bartending (the Basic Of Mixology) 2023 1 Piece 52. Cocktail Making & Bartending (latest Edition) 1 Piece 53. Tourism & Hospitality Research 2022 Edition 1 Piece 54. Research In Tourism 2023 Edition 1 Piece 55. Practical Research 1 On Quality Research (latest Edition) 1 Piece 56. Hotel Housekeeping Advance 2024 1 Piece 57. Risk Management As Applied To Safety Sanitation 2023 2 Pieces 58. Kitchen Essentials & Basic Food Preparation 2023 2 Pieces 59. Kitchen Essentials & Basic Food Preparation 2nd Edition (book W/ Dvd) 2023 1 Piece 60. Macro Perspective Of Tourism 7 Hospitality 1st Edition 2023 2 Pieces 61. Hilot: The Science Of The Anciest Filipino Healing Arts (latest Edition) 1 Piece 62. Massage Therapy, 7th Edition 2023 1 Piece 63. The Therapeutic Beauty Hilot (latest Edition) 1 Piece 64. Strategic Management In Tourism & Hospitality Industry (latest Edition) 1 Piece 65. Bread & Pastry Production (1st Edition) 2023 2 Pieces 66. Bread & Pastry Production (2nd Edition) 2023 2 Pieces 67. Foundation Of Operations Management 2024 1 Piece 68. Strategic Operations Management 2nd Edition 2024 1 Piece 69. Advanced Production & Operations Management 2024 1 Piece 70. Operations Management In Hospitality & Tourism Business 2023 1 Piece 71. Fundamentals In Lodging Operations 1st Edition 2023 1 Piece 72. Fundamentals In Lodging Operations 1st Edition 2023 1 Piece 73. Operations Management (latest Edition) 1 Piece 74. Operations Management & Total Quality Management 2023 1 Piece 75. Industrial/organizational Psychology & Applied Approach 8th Edition 2023 1 Piece 76. Industrial/organizational Psychology 6th Edition 2023 1 Piece 77. Entrepreneurial Mind (latest Edition) 1 Piece 78. Entrepreneurial Mindset (latest Edition) 1 Piece 79. Industrial Management (latest Edition) 1 Piece 80. Gender & Society W/ Peace Education Towards An Inclusive Higher Education Perspective 2023 1 Piece 81. Gender & Society (latest Edition) 1 Piece 82. Environmental Science (latest Edition) 1 Piece 83. Fundamentals Of Environmental Science 2023 1 Piece 84. Environmental Science Protect Our Planet 2nd Edition 2023 1 Piece 85. The Contemporary World 2nd Edition 2023 1 Piece 86. The Contemporary World Obe Based (latest Edition) 1 Piece 87. The Contemporary World 2024 1 Piece 88. The Child & Adolescent Learners & Learning Principles, Obe & Ppst Based-prof. Ed 2023 1 Piece 89. A Course Module For Child & Adolescent Learners & Learning Principles 2023 1 Piece 90. Teaching Profession 1st Edition 2023 2 Pieces 91. The Teaching Profession 4th Edition 2023 2 Pieces 92. Teaching Profession Passion & Mission 2nd Edition 2023 1 Piece 93. The Life & Work Of Jose Rizal-obe Based (latest Edition) 1 Piece 94. Jose Rizal; Social Reformer Patriot A Study Of His Life & Times 1 Piece 95. Kontekstwalisadong Komunikas Sa Filipino 2nd Edition 2023 1 Piece 96. Kontekstwalisadong Komunikas Sa Filipino 2023 1 Piece 97. Living In The Information Technology Era (latest Edition) 1 Piece 98. Living In The Information Technology Era (jr.romina,r.caoili-tayuan) 2023 1 Piece 99. Teaching Arts In Elementary Grade 2023 1 Piece 100. Masonry Design Principles & Practices 2023 1 Piece 101. Complete Book Of Carpentry 2023 1 Piece 102. Physical Activity Towards Health & Fitness 1 (latest Edition) 2 Pieces 103. Path-fit 2 (combative Sports & Outdoor Recreational Act) Latest Edition 3 Pieces 104. Path-fit Dance 2023 3 Pieces 105. Path-fit 4 (menu Of Sports) 2023 3 Pieces 106. Physical Education & Health Aquatic (basic Swimming & Mountaineering) 2023 2 Pieces 107. Physical Education 1 Introduction To Gymnastics (latest Edition) 2 Pieces 108. Teaching P.e & Health In Elementary Grades 2023 2 Pieces 109. Food Service Management 2023 3 Pieces 110. Cookery (home Economics) 2023 3 Pieces 111. Fundamental In Food Service Operations (latest Edition) 3 Pieces 112. Technology For Teaching & Learning 1 2023 3 Pieces 113. Fundamentals Of Carpentry Work (latest Edition) 3 Pieces 114. Cookery (exploratory Course) 2023 2 Pieces 115. Practical Research 1 2023 3 Pieces 116. The Teacher & The School Curriculum 2023 3 Pieces 117. Curriculum Development 2023 3 Pieces 118. Curriculum Development A Guide For Teachers & Students (latest Edition) 3 Pieces 119. Home Economics Literacy (latest Edition) 3 Pieces 120. National Service Training Program 2023 2 Pieces 121. Advance Electrical Plumbing With Cad (latest Edition) 1 Piece
Closing Date6 Feb 2025
Tender AmountPHP 117.1 K (USD 2 K)
ILOILO STATE UNIVERSITY OF FISHERIES SCIENCE AND TECHNOLOGY Tender
Others
Philippines
Details: Description Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003) - Lot 1 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of Two Hundred Twenty Thousand Pesos Only (php 220,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 11, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003) - Lot 1 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Reforming Aricultural: Employment Generation And Poultry Reduction/ Stokes/ 2023 2. 1 Pc Sensor Application In Managing Lu-season Crop Variability/ Uwera/ 2021 3. 1 Pc Urban Horticulture/ Bhanot/ 2021 4. 1 Pc Agriculture Innovation Systems In Asia/ Singh/ 2021 5. 1 Pc Production Technology Of Fruit Crops/ Patil/ 2022 6. 1 Pc Agriculture And Food Technology In Human Life/ Singh/ 2023 7. 1 Pc Agricultural Technology And Land Development Machinery/2022 8. 1 Pc Vegetables Crops Breeding/ Mulge/ 2021 9. 1 Pc Impact Of Globe Climate Change On Agricultural Productivity/ Miller 10. 1 Pc Herbicides And Weed Control/ Jhala/ 2021 11. 1 Pc Biotechnology For Food, Agriculture And Environment 12. 1 Pc Introductory Crop Science/ Ingram/ 2023 13. 1 Pc Crop Diseases Management: Principles And Practices/ James/2023 14. 1 Pc Remote Sensing And Gi's Application In Crop Mapping/ Khosravi/ 2024 15. 1 Pc Crop Production: Techniques And Technology/ Ingram/ 2023 16. 1 Pc Agricultural Implements And Machinery/ 3g E-learning/ 2023 17. 1 Pc Engineering Tolerance In Crop Plants Against Abiotic Stress/ 2022 18. 1 Pc The Latest Technologies In Agriculture And Plant Sciences: Improved Techniques, Methods, And Yields/ Fouda/ 2023 19. 1 Pc Role Of Biotechnology In Exploring And Protecting Agricultural Genetic Resources/ Ferry/ 2023 20. 1 Pc Integrated Farm Management For Sustainable Agriculture/ Recus/ 2024 21. 1 Pc Shelf-life Studiesin Food Science/ Marotirao/ 2023 22. 1 Pc Effects Of Food Processing On Bioactive Compounds/ Sharma/ 2023 23. 1 Pc Food Production And Processing/ Prakash/ 2020 24. 1 Pc Food Flavors: Generation, Analysis And Process Influence/ Kele/ 2022 25. 1 Pc Food Containing Genetically Modified Material/ Prakash/ 2023 26. 1 Pc Land Policy And Farm Management In Agriculture/ Brown/ 2023 27. 1 Pc Agriculture Trade And Marketing/ Wafullah/ 2023 28. 1 Pc Farm Management/ Kay/ 2024 29. 1 Pc Sustainable Use Of Agricultural Biodiversity In Nanotechnology/2023 30. 1 Pc Agriculture: Science And Technology/ Joseph/ 2022 31. 1 Pc Biointensive Integrated Pest Management In Horticultural Ecosystem/ Singh/ 2023 32. 1 Pc Horticulture Farming/ Kumar/ 2023 Republic Of The Philippines Iloilo State University Of Fisheries Science And Technology Office Of Bids And Awards Committee-procurement Office Dingle, Iloilo | Email: Iscofdingle@yahoo.com/annalynsoubiron@yahoo.com Website: Iscof.edu.ph | Contact No: 09488865995 Request For Quotation (rfq No. 25-003)-lot 2 The Iloilo State University Of Fisheries Science And Technology -dingle Campus, Dingle, Iloilo Through Its Bids And Awards Committee, Intends To Procure For The Project Supply And Delivery Of Various Reference Books With The Approved Budget For The Contract (abc) In The Amount Of One Hundred Forty Thousand Pesos Only (php 140,000.00) Chargeable Against Fund 164 And Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of The Ra 9184. Submit Your Quotation Duly Signed By The Authorized Representative Not Later Than February 10, 2025 At Exactly 9:00am At The Office Of Bids And Awards Committee . A Copy Of The Following Are Required To Be Submitted Along With Your Signed Quotation/proposal, To Wit: 1. Mayors Permit/business Permit 2. Philgeps Registration Certificate 3. Dti/sec Registration 4. Bir/tax Clearance Certificate 5. Itr 7. Omnibus Sworn Statement 8. Statement Of On-going And Completed Project 9. Spa For Any Clarification, You May Contact Us At Telephone Nos. (033) 3371591/096120077089/09488865995 Or Email At Iscofdingle@yahoo.com. (sgd) Alma P. Locara, Ed.d. Bac Chairperson Request For Quotation (rfq No. 25-003)-lot 2 Item No. Qty Unit Articles And Description Offered Brand/description Unit Cost Total Cost 1. 1 Pc Introduction To Molecular Biology Of Cell, Miller Bennett, 1666867241, C2024 2. 1 Pc Molecular Biology, Melton Vanessa, 1647403359, C2023 3. 1 Pc Psychology Of Human Sexuality, The \3ed., Lehmiller, 1119883954, C2024 4. 1 Pc Genetics: Analysis And Principles \8ed., Brooker, Robert 1266135170, C2024 5. 1 Pc Chemistry \10ed., Silbergberg, 1266222839, C2024 6. 1 Pc Biochemistry \10ed., Berg Jeremy, 1319498507, C2023 7. 1 Pc Events Management \4ed. Bowdin Glenn, 0367491842, C2024 8. 1 Pc Basic Knowledge Of Bartending, 3g, 1984685473, C2024 9. 1 Pc Basic Knowledge Of Front Office Management, 3g 1984685538, C2024 10. 1 Pc Basic Knowledge Of Housekeeping, 3g, 1984685503, C2024 11. 1 Pc Basic Knowledge Of Restaurant Service, 3g, 198468549x, C2024 12. 1 Pc Basic Knowledge Of Room Service, 3g 1984685481, C2024 13. 1 Pc Managing Operations Across The Supply Chain \5ed., Swink Morgan, 1266229779, C2024 14. 1 Pc Essentials Of Marketing \18ed., Cannon Joseph 1266124985, C2024 15. 1 Pc Biological Engineering For Pest Manangement, Anderson,1666867675, C2024 16. 1 Pc Biotechnology: Protection And Agricultural Genetic, Ferry Shad, 1666868868, C2024 17. 1 Pc Computer-based Study For Plant Pathology And Pannell, Chris 1666867667, C2024 18. 1 Pc Tissue Culture Techniques In Horticulture Crops, Turcotte, 1666869015, C2024 19. 1 Pc Mechanism Of Abiotic Stress Tolerance In Crop Plants, Jonathan, 1666869015, C2024 20. 1 Pc Management Of Pest And Soil In Horticulture Crops, Casper Raoul, 1666870773, C2024 21. 1 Pc Principles Of Marketing For A Digital Age \2ed. , Tuten Tracy L., 1529779790, C2024 22. 1 Pc Textbook Of Pest Control In Vegetable Crops, Wunsch Jake, 1666868531, C2024 23. 1 Pc Transgenic Technological Advances In Farmed Animals, Turner Taylor, 1666868663, C2024 24. 1 Pc Role Of Genetic Engineering In Insect Pest Management, Hatfield Henry, 1666867179, C2024 25. 1 Pc Agriculture Genetic Engineering For Crop Improvement , Avery Mark, 1666867217, C2024 26. 1 Pc Green Manuring: Approach For Soil Fertility Improvement, Treutel, Blaze, 1666870749, C2024 27. 1 Pc Plant Anatomy And Characteristics Of Soil & Water, Schamberger, 1666870838, C2024
Closing Date11 Feb 2025
Tender AmountPHP 360 K (USD 6.2 K)
Corazon Locsin Montelibano Memorial Regional Hospital doh R6 Tender
Electrical and Electronics...+1Electrical Works
Philippines
Details: Description Item Description Abc Unit Quantity Lot Bid 1 Outsource Preventive And Corrective Maintenance Of Airconditioning Units (please See Attached File For Reference) 7,423,360.00 Lot 1.00 Terms Of Reference Project Name : Outsource Preventive And Corrective Maintenance Of Airconditioning Units Project Location : Refer To The Attached General Cleaning Schedule Of Various Areas Estimated Project Cost : Php 7,423,360.00 Total Project Duration : Within 12 Months Period Estimated Starting Date : Upon Issuance Of Ntp General Objectives "to Ensure The Reliable And Efficient Operation Of Air Conditioning Units Through Comprehensive Preventive And Corrective Maintenance Practices. This Includes Minimizing Downtime, Enhancing System Performance, Extending Equipment Lifespan, And Improving Energy Efficiency By Systematically Addressing Potential Issues Before They Lead To Failure (preventive Maintenance) And Promptly Resolving Any Operational Problems That Arise (corrective Maintenance)." Key Components: 1.0 Preventive Maintenance: 1.01: Regularly Scheduled Inspections And Servicing To Identify And Address Potential Issues Before They Impact System Performance. 1.02: Routine Cleaning, Lubrication, And Adjustment Of Components To Maintain Efficiency And Prevent Breakdowns. 1.03: Monitoring And Optimizing System Settings To Ensure Peak Performance And Energy Efficiency. 1-04: Documentation Of Maintenance Activities And System Performance To Track Trends And Plan Future Interventions. 2.0 Corrective Maintenance: 2.01: Swift And Effective Response To Unexpected Equipment Failures Or Performance Issues. 2.02: Troubleshooting And Diagnosing Root Causes Of Problems To Apply Appropriate Repairs. 2.03: Ensuring Minimal Disruption To Operations And Reducing Downtime Through Timely Repair And Replacement Of Faulty Components. 2.04: Implementing Corrective Actions And Improvements Based On Maintenance Outcomes To Prevent Recurrence Of Similar Issues. General Conditions And Technical Specifications 1. The Bidder Shall Submit In Its Bidding Documents A Mechanical Pcab License. 2. The Procuring Entity Will Have The Option To Renew The Contract In Line With Appendix 37 Of The Revised Implementing Rules And Regulations Of Ra 9184. 3. The Prospective Contractors Shall Perform General Cleaning Of All Air-conditioning Units 6-times Within One Year Contract To Be Performed Every Other Month. 4. The Prospective Contractors Shall Perform Corrective Maintenance/emergency Repair Of All Air-conditioning Units Once It Is Found To Be Defective Or Non-functional. 5. The Prospective Contractors Shall Perform Troubleshooting To See To It That All Aircon Units Will Always Be Maintained To Its Normal Function. 6. The Prospective Contractors Shall Supply For Minor And Major Consumable Parts For The Emergency Repair Of Acu (capacitor, Freon Gas, Contactor, Compressor, Outdoor/indoor Boards And Others) However, If The Parts Needed For The Immediate Repair Of The Units Are Not Available In The Market (phaseout) Or The Repair Cost Reaches More Than Half The Price Of The Unit, Replacement Of New Unit Is Recommended. The Repair, Supply Of Consumable Parts And New Units Will Be Quoted At Reasonable Price To Be Approved By The Efm Head And Will Automatically Deducted From The Corrective Maintenance Budget. 7. If The Budget Set Aside For Parts And Repairs Isn't Fully Used, It Will Be Considered To Reallocate Those Funds To Purchase Of New Units. This Approach Ensures That Any Surplus Funds Are Effectively Used And That The Budget Remains Flexible To Meet Evolving Needs. 8. The Prospective Contractors Must Records And Submit Reports Either General Cleaning Of Aircon Units Or Emergency Repairs For The Sake Of Documentation. 9. The Prospective Contractors Are Liable To Any Damage Of Equipment That Was Proven In The Event Of General Cleaning Due To Mishandling, Repair Cost Will Be Charged To The Contractor. 10. The Prospective Contractors Shall Also Perform The Water Leaks Repair And Re-insulation Of Dilapidated Pipe Lines Of Aircon Units, Repair Cost And Consumable Parts Will Be Quoted At Reasonable Price To Be Approved By The Efm Head And Will Automatically Deducted From The Corrective Maintenance Budget. 11. The Prospective Contractors Shall Thoroughly Evaluate The Status Of Aircon Units Due To Wear And Tear, Submit A Proposal If The Units Are Subject For Repair Or Subject For Condemn And For Replacement Of New Units. 12. The Prospective Contractors Shall Submit To Efm Office Of General Cleaning And Corrective Maintenance Accomplishment Every Now And Then With Detailed Location, Specs And Capacity Of The Aircon Units. 13. The Prospective Contractors Shall Assign Qualified Technicians With Experience At Least 2 Years In Handling General Cleaning And Are Able To Perform Troubleshooting Of Acu And Always Available 24/7 In Case Of Emergency. 14. The Prospective Contractors Shall Observe Good Housekeeping Always Before And After The Job. 15. The Prospective Contractors Working Personnel Shall Always Wear Id's And Uniform At All Time For Easy Identification. 16. The Prospective Contractors Shall Clean All Aircon Units On-time According To Schedule. 17. The Prospective Contractors Shall Provide An Envelope With General Cleaning Monitoring Sheet And Always Record/update The Date After The Job Done. 18. The Prospective Contractors Shall Pull Out The Indoor Evaporator Coil Of Split Type Air-conditioning Unit And Thoroughly Clean If It Is Notice That The Cooling System Is Not Normal Due To Accumulated Dirt Inside The Evaporator-coil Cooling System. 19. The Prospective Contractors Shall Request Staggard Billing Of Any Accomplishment For General Cleaning And Corrective Maintenance Of Air-conditioning Units. However, If Incase The Jobs Stipulated In The Contract Will No Longer Be Completely Consumed During The End Of Contract Due To Limited Occurrence Of Equipment Failure, The Amount Left Will Stay At The Institution As Savings. 20. The Prospective Contractors Must Conduct Site Inspection And Secure Inspection Certificate From Efm Before The Submission Of Bid. 21. The Prospective Contractor Shall Comply The Following Requirements By The Commission On Audit: The Detailed Description Of The Maintenance Services To Be Rendered Or Activities To Be Performed, Approved Detailed Breakdown Of The Contract Cost Showing In Sufficient Detail The Derivation Of The Direct And Indirect Costs, Number Of Personnel Per Visit, Salary And Position Of Personnel Involved, Number Of Hours Per Visit, The Type And Number Of Equipment To Be Serviced, The Group Classification Of Personnel To Determine The Monthly Statutory Minimum Wage Rate In Accordance With The Applicable Rules Implementing Republic Act No. 6727. Project Name: Outsource Preventive And Corrective Maintenance Of Airconditioning Units Project Location: Refer To The Attached Preventive And Corrective Maintenance Schedule For Various Areas Estimated Project Cost: Total Project Duration: Within 2 Months Period Estimated Starting Date: 1. Preventive Maintenance Of Airconditioning Units 12 Months Preventive Maintenance Of Airconditioning Units General Cleaning Cost For 12 Months Period Aircon Type/ Equipment Description Capacity Qty Frequency Of Cleaning Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 No. Of Units To Be Cleaned For 12 Months Period Cleaning Cost Per Unit Estimated Direct Cost Vat, 12% Total Indirect Cost Cleaning For 12 Months Period Wac (inv./non-inv.) 0.65 Hp 14 Every 2 Months 14 14 14 14 14 14 84 Wac (inv./non-inv.) 1.0 Hp 28 Every 2 Months 28 28 28 28 28 28 168 Wac (inv./non-inv.) 1.5 Hp 35 Every 2 Months 35 35 35 35 35 35 210 Wac (inv./non-inv.) 2.0 Hp 76 Every 2 Months 76 76 76 76 76 76 456 Wac (inv./non-inv.) 2.5 Hp 19 Every 2 Months 19 19 19 19 19 19 114 Wm (inv./non-inv.) 1.0 Hp 51 Every 2 Months 51 51 51 51 51 51 306 Wm (inv./non-inv.) 1.5 Hp 54 Every 2 Months 54 54 54 54 54 54 324 Wm (inv./non-inv.) 2.0 Hp 69 Every 2 Months 69 69 69 69 69 69 414 Wm (inv./non-inv.) 2.5 Hp 57 Every 2 Months 57 57 57 57 57 57 342 Wm (inv./non-inv.) 3.0 Hp 5 Every 2 Months 5 5 5 5 5 5 30 Fm(inv./non-inv.) 3 Tons 34 Every 2 Months 34 34 34 34 34 34 204 Fm(inv./non-inv.) 5 Tons 17 Every 2 Months 17 17 17 17 17 17 102 Cc (inv., Non Inv.) 2.0 Hp 8 Every 2 Months 8 8 8 8 8 8 48 Cc (inv., Non Inv.) 2.5 Hp 14 Every 2 Months 14 14 14 14 14 14 84 Cc (non-inv.) 3 Tons 7 Every 2 Months 7 7 7 7 7 7 42 Cc (non-inv.) 4 Hp 3 Every 2 Months 3 3 3 3 3 3 18 Cm(inv./non-inv.) 3 Tons 8 Every 2 Months 8 8 8 8 8 8 48 Cm(inv./non-inv.) 5tons 6 Every 2 Months 6 6 6 6 6 6 36 Cconceled 3 Tons 1 Every 2 Months 1 1 1 1 1 1 6 C-suspended 2.0 Hp 1 Every 2 Months 1 1 1 1 1 1 6 C-suspended 2.5 Hp 2 Every 2 Months 2 2 2 2 2 2 12 Ducted (non-inv.) 10 Hp 5 Every 2 Months 5 5 5 5 5 5 30 514 514 514 514 514 514 514 3,084.00 2. Corrective Maintenance Of Airconditioning Units: Corrective/repair And Maintenance Description 12 Months Corrective Maintenance Of Airconditioning Corrective/repair Cost For 12 Months Period Month 1 Month 2 Month 3 Month 4 Month 5 Month 6 Month 7 Month 8 Month 9 Month 10 Month 11 Month 12 No. Of Corrective/ Repair To Be Performed For Within 12 Months Period Corrective/ Repair Cost Estimated Direct Cost Vat, 12% Total Indirect Cost Total Cost Of Corrective/ Repair For 12 Months Period 1. Supply Labor And Materials For The Installation/replacement Of New Airconditioning Units (note: The Price Of Aircon Units Will Vary Depending On The Size And The Distance Of Indoor And Outdoor Of Split Type Units And The Size Of Window Type Units To Be Supplied) 2 2 2 2 8 2. Supply Labor And Materials For The Repair, Re-insulation Of Dilapidated Piping System, And It Includes Repair Of Damage Ceiling After The Job Done. 2 2 2 2 2 2 12 3. Supply Labor And Materials For The Emergency Replacement Of Outdoor/indoor Pc Board, Motor Compressors And Other Major Repair Of Airconditioning Units. 2 2 2 2 2 2 12 4. Supply Labor And Consumable Materials For The Emergency Repair Of Airconditioning Units. 2 2 2 2 2 2 12 General Cleaning And Corrective/repair Maintenance Cost: Please Refer To Public Bidding Documents For Preventive Maintenance Schedule
Closing Date19 Feb 2025
Tender AmountPHP 7.4 Million (USD 128.3 K)
Las Pi as General Hospital And Satellite Trauma Center Tender
Electrical and Electronics...+1Electrical Works
Philippines
Details: Description Terms Of Reference Preventive And Corrective Maintenance And All Other Airconditioning Works On All Lpgh&stc Air Conditioning Units I. Scope Of Works 1. Provide A Quarterly Preventive Maintenance And Timely Repair Of All Air Conditioning Units. 2. Conduct A Scheduled Check-up And Standard Preventive Maintenance Of The Air Conditioning Unit As Per Prescribed By The Equipment Manufacturer. 3. The General Scope Of Services Are As Follows: A. Quarterly Maintenance 1. Ensure Proper Functionality And Temperature Settings 2. Clean Or Replace Filters As Needed To Improve Airflow And Efficiency. 3. Check For Leaks Or Damage In Refrigerant Lines 4. Ensure The Drain Is Clear And Free Of Blockages To Avoid Water Damage. 5. Clean Both Coils To Remove Dust, Dirt, And Debris To Maintain Efficiency 6. Tighten All Electrical Connections And Inspect Wires For Wear Or Corrosion 7. Lubricate Motors And Bearings To Reduce Friction And Wear. 8. Ensure The Refrigerant Is At Optimal Levels For Efficient Cooling 9. Check The Blower Assembly And Clean The Fan Blades 10. Listen For Unusual Noises And Inspect For Signs Of Wear And Damage B. Semi – Annual Maintenance (as Above Plus…) 11. Ensure The Refrigerant Lines And Other Components Are Properly Insulated. 12. Clear Any Debris From Around The Outdoor Condenser Unit. C. Annual Maintenance (as Above Plus…) 13. Use A Leak Detector To Locate Possible Refrigerant Leaks 14. Ensure The Contacts Are Free Of Wear And Damage To Prevent Electrical Issues 15. Test The Voltage And Current Draw Of The Compressor To Ensure It’s Within Manufacturer Specifications D. Repair Services 1. Repair Service Is For Situations Where The Air-conditioning Units Either Breaks Down Completely Or Has A Malfunction And Is Not Operating As It Should And This Requires An Additional Unplanned Service Visit By The Service Provider’s Technician At Lpgh&stc’s Request. 2. Service Provider Shall Immediately Respond And Conduct Inspection Within Twenty-four (24) Hours From The Receipt Of Report From Lpgh&stc In Case Of Any Abnormal Operation, Breakdown, And/or Stoppage Of Air-conditioning Units 3. Upon Inspection, The Service Provider Shall Conduct The Necessary Repairs To Ensure That Safety And Functionality Of The Air-conditioning Units. In The Event The Service Provider Assesses That The Air-conditioning Units Requires The Replacement Of Parts, It Shall Give Lpgh&stc Its Recommendation For Replacement Of Parts And A Price Quotation From Their Suppliers Of The Air-conditioning Units Parts Necessary For Replacement. Recommendation For Replacement Of Parts And Price Quotation From Suppliers Must Be Approved By Lpgh&stc. All Parts Supplied By The Service Provider Shall Be Original Parts Or Of Similar Functionality And Quality As Original Parts. 4. In Case Of Unavailability Of Parts From The Service Provider’s Supplier For Whatever Reason Which Shall Cause Delay, Lpgh&stc Shall Have The Option To Purchase The Necessary Parts Form Another Source Through Applicable Mode Of Procurement Allowed Under The Law In Order To Avoid Unnecessary Delay In The Works. 5. Upon Arrival Of The Parts, The Service Provider Shall Ensure That The Parts Are Properly Installed And That The Air-conditioning Units Shall Fully Function Upon The Parts Installation. In Case, The Third-party Supplier For Parts Purchased By Lpgh&stc Under Paragraph 4 Caused The Installation Of The Parts As Required By Its Warranty, The Service Provider Shall Ensure That The Air-conditioning Units Parts Are Properly Installed In Compliance With Its Recommendation And Report. E. Call Back Service • Call Back Services Is For Situations When Within The Fourteen (14) Days, After Preventive Maintenance Or Repair Service Works, There Is A Stoppage Or Malfunctioning Of The Subject Air-conditioning Units. • The Service Provider Shall Immediately Respond Within Twenty-four (24) Hours From The Receipt Of Report From Lpgh&stc In Case Of Any Abnormal Operation And Stoppage Of The Air-conditioning Units. • The Service Provider Shall Provide Call-back Service At No Charge. However, Charges Will Be Applied For Call-backs When Malfunctioning Is Caused By Misuse Of The Equipment Or Negligence. Call Back And Repair Services Coverage Does Not Cover The Cost Of Materials And Labor For Any Additional Repairs Required To Bring The Equipment Back Into Operation. 4. Submit Test Sheets/inspection Reports Including Any Findings And Recommendations. Gathered Data Includes Voltage, Amperes, Pressure For The Gas Coolant, Temperature, Room Temperature, And Remarks And Necessary Data Needed. (data Gathering Is Based Before And After The Pms). 5. The Service Task Of The Preventive Maintenance Shall Include The Following: • A Comprehensive Quarterly Maintenance Of All Air Conditioning Units, Troubleshooting, Repair And Restoration Of All The Components Of Air Conditioning Unit. • Assistance And Advice With Regards To The Proper Operation Of The Equipment. • Check That The Units Are Functioning Properly. • Check For Unusual Noise, Vibration Or Leaks • Submit A Report In A Form Of Checklist Indicating All Components That Needs To Be Checked During Preventive Maintenance Works With The Acknowledgment Of The End User, Verified By Maintenance Personnel And Approved By The Hospital Engineer. 6. The Service Provider Makes Every Effort To Ensure That The Breakdowns Of The Air Conditioning Units As A Result Of Normal Use Of Equipment Should Be Handled By Providing The Following Services: • On-site Repair Works Shall Be Provided Within An Hour For Phone Calls Or Work Requests Received During Office Hours And Two (2) Hours If After Office Hours Or During Holidays. • 24/7 Phone And Email Support - Must Provide Phone And Email Support For Immediate And Best Effort Responses In Order To Serve Lpgh&stc Inquiries And Support Requests/issues. - Service Provider’s Technical Personnel Must Be Available/reachable Through Their Official Contact Numbers (office Telephone And Mobile Phone Numbers) To Reply To All Queries On Various Issues, Request Or Inquiries That Require Urgent Over-the-phone Support. • All Repair Works On The Equipment Shouldn’t Hinder The Progress/completion Of The Preventive Maintenance And Cleaning Works Based On The Schedule Submitted. • The Service Provider Shall Submit Quotation For Parts And Services Not Covered In This Term Of Reference. In Some Cases, Lpgh&stc May Provide The Parts And The Service Provider Will Just Quote For The Labor Cost For The Installation And Vice Versa. 7. Relocation Of Air Conditioning Units As Per Instruction From Lpgh&stc. Service Provider To Submit Quotation And Is Subject For Approval. 8. The Air Conditioning Unit Located At The Emergency Room Should Be Maintained On A Weekly Basis. Ii. Service Provider’s Responsibility 1. The Service Provider Shall Be Responsible For Any Accidental Damages On The Air Conditioning Unit And To Other Hospital Properties Occurred During The Performance Of Their Job. 2. The Service Provider Shall Submit A Schedule On A Quarterly Basis For The Preventive Maintenance And General Cleaning Services For The Duration Of The Contract And Shall Be Subject For Approval Of Lpgh&stc. 3. The Service Provider Shall Provide The Necessary Tools And Equipment Such As Pressurized Water Compressor, Pressure Gauge, Testers, Pushcart, Ppes, Step Ladder, Fins Comb, Vacuum Cleaner, Plastic Containers, Basic Cleaning Materials And Detergent, Housekeeping Tools, Mechanic Tools And All Other Materials And Tools Necessary To Complete The Task. 4. The Service Provider Is Responsible For Providing Qualified Trained Personnel To Undertake Cleaning Of Air Conditioning Units And Its Components. Consult All Local Building, Occupational Safety, Electrical, Mechanical And Other Codes Applicable To The Work/task. Safety Considerations Include, But Are Not Limited To: • The Accessibility Of The Equipment To Non-service Personnel. • Cleaning And Maintenance Procedures. • Use Of Proper Personal Protective Equipment. • Lockout Of All Power Supplies Prior To Beginning Of Work In Accordance With Electrical Safety Guidelines. • Always Return Any Protective Covers Removed From Servicing. 5. During The Contract Implementation, The Service Provider Shall Provide Protective Covering (if Necessary) For The Affected Equipment/area/s. 6. Provide Safety Work Programs To Include Wearing Of Appropriate Company Uniforms And Id For All Workers. 7. The Service Provider Shall Provide At Least Four (4) Certified Air Condition Technicians On Weekdays Working From 8:00 Am – 5:00 Pm And At Least One (1) Certified Air Condition Technician During Weekends And Holidays Working From 8:00 Am – 5:00 Pm. They Also Need To Provide A 24/7 On- Call Technician During Emergency Situations. 8. Conduct Meeting With The Clients For The Status And Other Concerns. 9. Submission Of Service Reports Ie: Preventive Maintenance Checklist, General Cleaning And Other Works Are On A Daily Basis. 10. On The Occasions That Some Areas Are Not Available, They Must Inform The Client And Provide Proper Documentation/reasons With Signature Of The End-user. Iii. Minimum Requirements For The Service Provider 1. Must Be Operating In The Philippines For The Past Five (5) Years Or More. Should Also Be An Authorized Distributor Of Air Conditioning Unit Brands Installed At Lpgh&stc. 2. Must Have At Least One (1) Registered Electrical Engineer And One (1) Registered Mechanical Engineer As Their Regular Employees For At Least Two (2) Years. 3. Must Have At Least Three (3) Certified Air Conditioning Technician With At Least Three (3) Years Of Work Experience In Refrigeration And Air Conditioning Works To Be Assigned At Lpgh&stc. 4. The Bid To Be Submitted Must Indicate The Service Cost Per Unit Of Air Conditioning Unit Per Quarter. The Service Cost Per Unit Per Quarter Shall Further Be Broken Down Into Cost For Preventive Maintenance And Cost For General Cleaning. Iv. Final Inspection And Report A Final Check Is To Be Carried Out To Ensure That No Dust Or Debris Remains On The Surfaces As A Result Of Dismantling Operations. The Maintenance Personnel Will Thoroughly Inspect The Space Jointly With The Air Condition Technician To Determine Whether Any Damage Has Been Done On The Finishes, Equipment Or Any Other Part Of The Workspace. A Final Inspection Report (2 Copies) Will Be Prepared And Submitted Jointly Between The Maintenance Personnel And The Air Conditioning Technician To The Engineering And Facilities Management (e&fm) Head. The Report Shall Contain The Following: • Completion Of The Cleaning Project, As Verified Through Visual Inspection. • The Report Shall Contain Photo Documentation Both Before And After Pictures Verifying The Air Conditioning Units Are Clean, But At A Minimum Must Contain After Pictures That Show That The Air Conditioning Unit Is Free From Non-adhered Substances And Debris. • Areas Of The Air Conditioning Unit Found To Be Damaged, In Need Of Repair, And/or Requiring More Aggressive Cleaning. A Certificate Of Preventive Maintenance And General Cleaning Shall Be Issued By The Service Provider Once All The Pm For The Month Are Completed And All The General Cleaning For The Quarter Are Accomplished. The Certificate Must Be Validated By The In-house Air-condition Technician/s And Approved The Hospital Engineer. V. Penalty 1. A Penalty Will Be Imposed For Every Unperformed Acu’s Computed As Follows: Total Amount Deducted (pro-rata) + 20% Penalty. If The Reason For The Unperformed Acu’s Is/are From The Client, No Penalty Will Be Imposed. 2. If The Service Provider Failed To Performed All The Acu’s For Two (2) Consecutive Months And/or Two (2) Unsatisfactory Evaluations Within The Duration Of The Contract. The Service Provider Will Not Be Able To Join The Bidding And Will Be Blacklisted To The Hospital. Vi. Lpgh&stc Air Conditioning Unit Inventory (complete Tor Shall Be Provided Upon Written Request) Total Cost ₱1,689,000.00 Note: Preventive Maintenance And General Cleaning Of Acu Located In The 12 Storey Building Will Only Start At The End Of Its Warranty Period. (warranty Period Ends On August 2025)
Closing Date19 Feb 2025
Tender AmountPHP 1.6 Million (USD 29.1 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: This Is Announcement Constitutes A Source Sought Synopsis. This Announcement Seeks Information From Industry And Will Only Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Bids And No Contract Shall Be Awarded From This Synopsis. Respondents Will Not Be Notified Of The Results Of The Evaluation.
the Jacksonville District Of The U.s. Army Corps Of Engineers Is Seeking Interest From Prospective Bidders For A Potential Fiscal Year (fy) 2025 Award Of A Contract For This Large-scale Construction Project. The National Park Service (nps) Has A Requirement To Provide Cliff Stabilization At Flamingo, National Park Service (nps) Rehabilitate Marina Bulkheads.
the Purpose Of This Sources Sought Is To Gauge Interest, Capabilities, And Qualifications Of Contractors That Have Construction Experience In Completing Similar Projects. The Scope Of The Contract Will Include But Is Not Limited To Bulkheads Replacement And Cantilevered Sheet Pile Placement.
the Proposed Project Will Be A Firm Fixed Price (ffp) Contract. The Jacksonville District Anticipates The Issuance Of A Request For Proposal (rfp). No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow-up Information Requested.
description Of Work:
the Project Work Includes The Removal Of The Existing Concrete Cap Of The Bulkhead Walls, Installation Of New Steel Sheet Pile Bulkhead Walls With Cast-in-place Concrete Cap And Precast Concrete Wall Panel Cap, Site Grading, And Mechanical/plumbing/electrical Equipment Replacements And Additions, And Storm Water Outfall Pipe Extensions. The Work Also Includes The Removal And Replacement Of The Asphalt/concrete Pavement, Timber Guide And Mooring Piles, Floating Docks And Aluminum Ramps (where Indicated On The Plans), And Modification Of The Fixed Docks. The Overall Project Site Components Encompass Work To Done Within And Around The Four Marina Basins (whitewater Bay, Florida Bay, Visitor Center Bay, And Maintenance Marina Bay) Located At The Flamingo Marina In The Everglades National Park. Shallow Draft Barges Or Similar Is Authorized, With Approval By The Government, For Use So Long As Dredging Of The Basins Is Not Required, At No Additional Cost To The Government.
specific Project Components Include The Following Items And Incidental Related Work:
the New Sheet Pile Bulkhead Wall Systems Are Comprised Of A Total Of Approximately 3,900 Linear Feet. The Installation Of The Sheet Pile Walls Is Offset 22 Inches From The Existing Bulkhead Walls For Whitewater Bay, Florida Bay, And Maintenance Marina Bay; And Offset 22.5 Inches From The Existing Bulkhead Walls For Visitor Center Bay. The Offset Dimension Is Measured From The Exterior Face Of The Existing Soldier Piles To The Centerline Of The Sheet Piles. Flowable Fill Will Be Placed Between The Two Wall Systems. The Precast Concrete Wall Panel Cap Will Overhang The Sheet Pile Walls And Tied Into Cast-in-place Concrete Cap, Resulting In Both Wall Systems Being Encompassed. The Placement Of The Wall Systems Must Not Extend Through The Canal Plug Between Whitewater Bay And Florida Bay, And The Structural Canopy In Maintenance Marina Bay.
the Floating Docks And Aluminum Ramps Affected By The Placement Of The New Wall Systems (indicated On The Plans) Will Be Removed, Stored, And Reinstalled In Approximately The Same Location. The Affected Docks Will Also Include The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. Areas That Involve Work For The Floating And Fixed Docks Are Located In Whitewater Bay And Florida Bay. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project.
the Mechanical/plumbing/electrical Equipment Replacements And Additions For Whitewater Bay, Florida Bay, And Maintenance Marina Bay Will Include The Removal And Replacement Of Utility Pedestals, Boat Off-loading Sewage Pumps, Fuel Dispensers, Electrical (circuit Breaker) Panels, Plumbing And Wiring/conduits For The Equipment, Sewage Shore Ties, And Equipment Housekeeping Pads. The Mechanical/plumbing/electrical Equipment Replacements And Additions Will Also Include The Removal Of The Makeshift Water Stations On The East Side Of The Marina Store And The Installation Of A Packaged Utility Wastewater Pumping Station (grinder Pump) At The South Wall Of The Maintenance Marina Bay.
order Of Work:
the Work For Each Of The Bay/basin Must Be Completed In The Following Order: (1) Whitewater Bay (sta 1+00 To Sta 7+29.37) And Florida Bay (sta 7+67.42 To Sta 11+37.78), (2) Whitewater Bay (sta 7+29.37 To Sta 13+75.80), (3) Florida Bay (sta 1+00 To Sta 7+67.42), (4) Visitor Center Bay, And (5) Maintenance Marina Bay. The First Stage Of Work Of The Project Must Include All Features Of Work Indicated In The Plans For Whitewater Bay From Station 1+00 To Station 7+29.37 And Florida Bay From Station 7+67.42 To Station 11+36.49. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, And Flowable Fill. The Placement Of The Wall Systems Must Not Extend Through The Canal Plug Between Whitewater Bay And Florida Bay. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location With The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work.
the Second Stage Of Work Of The Project (option B) Must Include All Features Of Work Indicated In The Plans For Whitewater Bay From Station 7+29.37 To Station 13+75.80. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, Flowable Fill, And Extension Of The Outfall Pipe. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location With The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work.
the Third Stage Of Work For The Project (option C) Must Include All Features Of Work Indicated In The Plans For Florida Bay From Station 1+00 To Station 7+67.42. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, Flowable Fill, And Extension Of The Outfall Pipe. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location With The Removal And Replacement Of The Timber Guide And Mooring Piles. The Fixed Docks Will Remain In Place With Only The Affected Portions To Be Removed, Modified, And Reinstalled. The Replacement Of All The Floating Docks (indicated On The Plans) Must Be Replaced With Aluminum Floating Docks And Are Identified As Option A Of The Project. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work.
the Fourth Stage Of Work Of The Project (option D) Must Include All Features Of Work Indicated In The Plans For Visitor Center Bay From Station 1+00 To Station 6+86.31. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, Flowable Fill, And Extension Of The Outfall Pipe. The Work Must Also Include The Removal And Replacement Of The Concrete Sidewalk Near The Visitor Center Building. This Stage Of Work Must Be Completed And Accepted By The Government Prior To Continuing To The Next Stage Of Work.
the Fifth Stage Of Work Of The Project (option E) Must Include All Features Of Work Indicatedin The Plans For Maintenance Marina Bay From Station 1+00 To Station 10+63.10. The Work Must Include The Removal Of The Existing Concrete Caps And Installation Of The Sheet Pile Wall, Precast Concrete Wall Panel Cap, Cast-in-place Concrete Cap, And Flowable Fill. The Placement Of The Wall Systems Must Not Extend Through The Structural Canopy In Maintenance Marina Bay. The Work Must Also Include The Removal And Replacement Of The Associated Asphalt Sidewalks And The Mechanical/plumbing/electrical Work. The Floating Docks Must Be Removed, Stored, And Reinstalled In Approximately The Same Location.
rough Order Of Magnitude: $25,000,000 To $50,000,000
product Service Code: Z1pa - Maintenance Of Recreation Facilities (non-building)
naics Code: The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 237990- Other Heavy And Civil Engineering Construction.
small Business Size Standard: $45,000,000
submission Requirements:
responses To This Sources Sought Shall Be Limited To 5 Pages And Shall Include The Following Information:
company/contractor Name, Address, Point Of Contact, Phone Number And E-mail Address.
company’s Interest In Bidding On The Subject Requirement When Issued.
company’s Capability To Perform A Contract Of This Magnitude And Complexity (include Company’s Capability To Execute Comparable Work Performed Within The Past 10 Years). Company Should Provide At Least 3 Examples Which, At A Minimum, Include The Following:
brief Description Of The Project
customer Name
customer Satisfaction
timeliness Of Performance
dollar Value Of The Completed Projects
offeror Shall Identify Their Small Business Classification And Small Business Size:
small Business
small Disadvantage Business
8(a) Small Business
hubzone
sdvosb
wosb
if Significant Subcontracting Or Teaming Is Anticipated In Order To Deliver Technical Capability, Firms Should Address The Structure Of Such Arrangement Include Joint Venture Information, If Applicable – Existing And Potential.
bonding Capacity (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From The Bonding Company.
notes:
do Not Submit A Response To This Sources Sought If You Do Not Intend To Bid On This Project.
do Not Submit Proprietary And/or Business Confidenital Data.
submission Instructions:
interested Parties Who Consider Themselves Qualified To Perform The Work Associated With The Subject Requirement, Are Invited To Submit A Response To This Sources Sought Notice No Later Than March 4, 2025, At 2:00 Pm, Edt. All Responses Under This Sources Sought Notice Shall Be Sent To Ireishal Adams At Ireishal.c.adams@usace.army.mil And I’sis Hill At Isis.s.hill7@usace.army.mil.
prior Government Contract Work Is Not Required For Submitting A Response Under This Sources Sought Synopsis.
you Must Be Registered In The System For Award Management (sam), In Order To Be Eligible To Receive An Award From Any Government Solicitation. To Register, Go To Www.sam.gov. For Additional Information Visit The Website For The Federal Service Desk (www.fsd.gov) Which Supports Sam Or Contact Them At 866-606-8220 For Assistance.
Closing Date4 Mar 2025
Tender AmountRefer Documents
PUBLIC BUILDINGS SERVICE USA Tender
Machinery and Tools
United States
Details: This Is Not A Request For Proposal
this Announcement Is Open To All Business Concerns.
the General Services Administration (gsa), Public Buildings Service (pbs), Greater Southwest Region (region 7), Acquisition Management Division, Greater West Team Is Conducting A Market Survey Seeking A Qualified Construction Contractor To Provide Construction Services For The Removal Of The Two (2) Existing 750 Ton Chillers And The Installation Of Two (2) 750 Ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers For The Department Of Veteran Affairs, Austin Auto Center, Located At 1615 Woodward Street, Austin, Texas 78741.
this Is A Secure Facility And Will Require Badging To Access The Site. The Building Operating Hours Are Typically 5:30 Am To 5:30 Pm. For This Project, The Anticipated Working Hours To Be 30% Normal Operating Hours And 70% Other Than Normal Working Hours.
gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025.
project Information
this Construction Project Involves The Replacement Of Two (2) Existing 750-ton Water-cooled Chillers And Their Associated Pumps, With An Option To Install Each Chiller And Associated Pumps Individually. The Scope Includes The Removal Of Refrigerant From The Current Chillers And The Installation Of Two New 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers, Which Will Come With Factory-supplied Evaporator/condenser Marine Water Boxes And 1.5-inch Insulation. One Pump Will Be Designed To Manage The Required Gallons Per Minute (gpm) On The Condenser Side, While The Other Will Handle The Gpm On The Evaporator Side. The Contractor Is Responsible For Sizing And Selecting Replacement Condenser Water And Chilled Water Pumps That Match The Flow Requirements Of The New Chillers, Utilizing Existing Piping As Much As Possible. Additionally, All Necessary Connections For Water Thermowells Must Be Provided, Including New Thermometers (four (4) Per Chiller) And Liquid-filled Pressure Gauges (four Per Chiller), Along With All Related Hardware. Chiller Access Control Panel Systems Are To Be Non-proprietary On An Open Architecture Platform.
the Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Estimated Contract Duration Is Approximately 9 Months Or Earlier From The Notice To Proceed.
the Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction, As It Relates To The Following:
division 1 – General Requirements
outlines The Administrative And Procedural Aspects Of A Construction Project, Including Details Like Quality Control Measures, Project Submittals, Contract Administration Procedures, Safety Requirements, And Overall Project Management Guidelines, Setting The Foundation For How The Project Will Be Run And Managed From Start To Finish.
division 2 – Existing Conditions
details The Current State Of A Site Or Building Before Any Renovation Or Construction Work Begins, Outlining Important Aspects Like Structural Integrity, Layout, Finishes, Utilities, Potential Issues, And Any Other Relevant Details To Inform The Project Planning And Design Process.
remove Refrigerant From The Two (2) Existing R123 Trane 750-ton Water Cooled Chillers.
division 3 – Concrete
all Aspects Of Concrete Placement, Including The Materials, Reinforcement, Forming, Handling, Finishing, And Inspection Of Both Cast-in-place And Precast Concrete Elements Used In A Building Project, Essentially Covering Everything From Foundation Walls To Slabs, Beams, And Columns Made Of Concrete.
contractor Will Strip/repaint The Chiller Housekeeping Pad With Epoxy Paint. Approved Paint/epoxy Submittals Are Required. Increase Size Of The Concrete Pads To Accommodate The New Chiller(s) Footprint If The New Chiller(s) Size Is Larger Than The Existing Chiller’s Dimensions If Necessary. Pad Shall Extend 6” Beyond The Chiller Footprint.
division 23 – Heating, Ventilation, And Air Conditioning
the Design, Installation, And Testing Of All Heating, Cooling, And Ventilation Systems Within A Building, Including Equipment Like Furnaces, Air Handlers, Ductwork, Cooling Towers, Piping, Controls, And Associated Components, Ensuring Proper Temperature And Air Quality Throughout The Space, While Adhering To Relevant Building Codes And Energy Efficiency Standards.
chillers: Provide And Install Two (2) Each (with The 2nd Chiller Being An Option) 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser Marine Water Box And Insulation Option 1.5 Inch.chiller Control Panels Are To Be Open Source Non-proprietary Systems With Password Protected Overview Settings
water Pumps: Contractor Shall Provide And Install 2 Pumps Per Chiller. One Pump Will Be Sized To Handle The Design Gpm Of The New Chiller Installed On The Condenser Side And The Other Pump Sized To Handle The Design Gpm On The Evaporator Side. Contractor Shall Size And Select Replacement Condenser Water And Chilled Water Pumps. New Pumps Must Be Selected To Provide Water Flow Matched To The New Chillers Utilizing Existing Piping To The Maximum Extent Possible. Contractor Must Submit Pump Curves Validating Pump Selections As Part Of The Shop Drawing Level Design Submittal.
thermometers / Gauges/ Meters: Chillers-provide And Install All Necessary Water Thermowell Connections And Include New Thermometers And Liquid Filled Pressure Gauges (four (4) Thermometers Per Chiller / Four (4) Each Liquid Filled Gauges Per Chiller) Including All Associated Hardware (shut Off Ball Valve) To Provide Shut Off And Removal During Gauge Removal.
division 25 – Integrated Automation
covers The Design, Installation, And Integration Of All Building Systems' Control And Monitoring Components.
contractor Shall Abide And Adhere To All Gsa Bas Requirements.
division 27 – Communications
the Design, Installation, And Termination Of All Telecommunication Systems Within A Building, Including Voice, Data, Video, Security, And Other Low-voltage Systems.
equipment Under This Section That Will Connect To A Gsa Network Is Subject To: Cio 09-48, It Security Procedural Guide: Security And Privacy It Acquisition Requirements And Cio 12-2018, It Policy Requirements Guide.
potential Naics Is 333415 With An Sba Size Standard Of 1,250 Employees. The Psc/fsc Is Z2aa (repair And Alteration Of Office Buildings).
procurement Information
this Announcement Is Open To All Business Concerns, However If You Are A Small Business, Please Clearly State This And Any Applicable Small Business Designation (small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business, Etc.).
the Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources Because Of This Market Survey.
gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. Award Of Any Resulting Procurement Will Be Based On Employing A “best Value Concept” Methodology. The Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis.
gsa Anticipates The Solicitation Will Require Proposals To Include Epds To Support The Proposed Materials.
submission Instructions For Interested Firms
construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. Similar Project Is Defined As A Project That Is Similar In Size, Type And Complexity. To Qualify As A Similar Project, The Project Must Meet All Three Elements Of Size, Complexity, And Type As Further Defined Here.
to Be Considered Similar In Size, Each Project Must Have Exceeded $1,000,000 In Cost/price And Be Completed In The Last Eight Years. To Be Considered Similar In Complexity, Projects Must Include Replacement Of 2 Or More Chillers Between 150 Ton – 1,000 Ton Capacity For An Occupied Space. The Project Cost Should Include Any Removal Of Old Chillers, Demolition, And Rebuild To Gain Access To The Mechanical Space Where The Chillers Were Installed.
interested Firms Are Invited To Respond To This Notice By Providing The Following Information:
provide Firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business.
provide Project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics.
provide The Name Of The Surety, Maximum Bonding Capacity Per Project And Aggregate Maximum Bonding Capacity.
provide A Realistic Period Of Performance Using The Information Provided At The End Of This Notice. As Well As The Typical Lead Time For The Chiller You May Provide Under The Resultant Solicitation.
provide Confirmation That The Chillers And Subsequent Equipment Are Either Buy American Act (baa) Compliant Or Trade Agreement Act (taa) Compliant Where Baa Compliant Is Not Possible.
construction Firms: Any Interested Construction Firm Should Provide A Written Letter Of Interest With The Aforementioned Information (no More Than 3 Pages) By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “letter Of Interest For Va Chiller #1 And #2 Replacement Project - 2nd Notice”.
suppliers And Manufacturers: In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Two (2) Each 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser, (optional Marine Water Box And Optional Double Think Insulation (1.5 Inch)). It Is Expected That Any Product Offered Is Buy American Act (baa) Compliant, If A Baa Compliant Product Is Not Available, Then Please Make Sure Any Offered Product Is Taa Compliant. If You Are A Supplier Or Manufacturer, You May Submit An Expression Of Interest By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “expression In Manufacturing Va Chillers #1 And #2 - 2nd Notice.”
expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On The Construction Requirement. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa.
by Participating In The Competition, Offerors Consent To Gsa Sharing Their Suppliers’ Names And The Global Warming Potential Values Associated With Suppliers’ Materials With The Successful Offeror. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared, In Accordance With The Procurement Integrity Act.
all Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. Reimbursement Costs For Information Received Are Not Authorized.
note: Questions Submitted May Or May Not Be Answered. This Is A Market Survey To Identify Interested And Qualified Firms To Determine Lead Times On The Chillers, Typical Period Of Performance For This Type Of Work (see Below), And If Adequate Competition Exists To Set Aside Any Potential Procurements.
period Of Performance (pop): 9 Months (at The Latest), And Includes The Following Estimated Timeframes - (including Security Clearances (45 Days), Submittals / Ordering Of Units (6-7 Months) And Installation (2 Weeks)). If You Can Provide This Solution In A Shorter Timeframe, Please Identify It With One Of The Below (pops).
1-3 Months
4-6 Months
7-8 Months
please Clearly Identify The Lead Time For Each Chiller As Well.
location Of Current Chillers: On The First Floor Of An Office Building With Alleyway Access To The Room Where The Existing Units Are Installed. Cherry Picker Will Be Required To Install Both Units. A Non-louvered Filter Wall (12x9 Foot) Must Be Removed To Access Mechanical Space.
Closing Date21 Jan 2025
Tender AmountRefer Documents
Rizal Medical Center Tender
Housekeeping Services
Philippines
Details: Description Bids And Awards Committee Request For Quotation Rfq No. 2025-001 The Rizal Medical Center (rizal Med) Through Its Bids And Awards Committee (bac), Hereby Invites All Interested Suppliers Or Distributors Registered With The Philippine Government Electronic Procurement System (philgeps), To Submit Their Quotation On The Project Listed Below, Subject To The General Conditions Stated Herein, And Submit Not Later Than January 20, 2025. Name Of Project: Procurement Of One (1) Lot Pest Control Services For Cy 2025 Mode Of Procurement: Negotiated Procurement Sec. 53.9 – Small Value Procurement Approved Budget For The Contract: Two Hundred Twenty Eight Thousand Pesos (php228,000.00) Terms Of Reference Pest Control Services 2025 I. Objective To Provide Pest Control Services To Rizal Medical Center For The Cy 2025 Ii. Approved Budget For The Contract The Approved Budget For The Contract Is Two Hundred Twenty-eight Thousand Pesos (php228,000.00). Iii. Scope Of Work The Service Provider Shall Provide The Following Pest Control Services For A Period Of One Year (12 Months) To Rizal Med Premises: I. Crawling And Flying Insect Control Frequency • Thermal Fogging Monthly • Misting Monthly • Residual Spraying Monthly • Trapping/baiting As Needed • Spraying And Misting Of Surrounding Quarterly Ii. Rodent Control • Baiting As Needed • Trapping As Needed Iii. Termite Control • Soil Poisoning Once A Year • Residual Spraying Quarterly • Chemical Dusting Quarterly • Termites Mound Examination/ Demolition Quarterly Iv.animal Control • Controlling According To Local Regulations Of Cats, Dogs, Etc. As Needed • Technical And Professional Services The Service Provider Shall Provide The Following Technical Methods And Professional Services For The Effective Pest Control Program Of Rizal Med Premises: A. For Crawling And Flying Insects Control Thermal Fogging – It Is An Aerial Surface Disinfection Method Which Provides Access To Hard-to-reach Areas And Simultaneously Disinfects Walls And The Atmosphere. It Is An Effective Smoke Odor Removal Procedure Because It Recreates The Fire Related Properties Of Heat And Pressurization. Misting – Use Of Misting Machines Inside The Offices Which Disperse Minute Droplets Of Insecticide Solution In An Aerosol Range To Attain Minimum Penetration Of Hard To Reach Or Inaccessible Area To Control Mosquitoes And Other Flying Insect O Use Of Foaming/chalk And Gel Bait Inside The Ward And Other Specialty Wards (or, Er, Ob-er, Dr, Rr, Icu, Picu, Nicu, Imcu And Cancer Wards), Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Chemicals Used Should Be Approved By The Food And Drug Authority (fda). Residual Spraying – This Shall Be Done To Facilitate Direct Extermination Of Insects In Places And Areas Where Insects Congregate, Crawl And Hide, Including Cracks And Crevices. It Will Be Applied To Areas Where Fogging Treatment Is Not Available. Trapping/baiting – Use Of Cage Traps, Glue Board, Snap And Other Mechanical Devices To Augment The Baiting Technique, Installation Of Bait Stations In Hidden Places And Strategic Location Where Crawling Insects Usually Search For Food, Roam Around And Congregate. B. For Rodent Control Regular Treatment By Bait Laying Of Anticoagulant Preparations In Areas Used As Passageway And Harborages Of Rats And Mice, Based On A System Of Permanent/semi-permanent Bait Stations. These Rodenticides Provide Good Control Without Presenting Any Hazard To Products Or Personnel. However, If The Degree Of Infestations Should Ever Warrant It, Acute Bait/chronic Rodenticides Will Be Used, But Only After Close Consultation With Rizal Med And Under The Strict Supervision Of The Engineering And Facilities Management Section. Supplementary Control Methods Such As Mechanical Traps And Sticky Boards, Plugging Or Sealing Off Of Holes That May Serve As Entry Points Will Also Be Employed If The Situation So Warrants. C. For Termite Control 1. Soil Poisoning This Service Shall Be The Application Of Termiticidal Chemicals Along The Perimeter Of Rizal Med. The Service Provider Shall Create A Continuous Chemical Barrier Making It Impossible For Termite To Enter And Destroy The Wooden Structures Of The Buildings Through The Following: A. Drilling Holes 30 Centimeters Apart At The Concrete Perimeter Fence Of The Compound Using An Electric Rotto Hammer Drill, Then Injecting Termiticidal Chemicals, Using A Modern Pressurized Soil Rudder Injector. B. Direct Injection Of Termiticidal Chemicals Along The Concrete And/or Soil Perimeter Of The Building Of The Compound 30 Centimeters Apart Using The Same Procedure And Equipment In 1(a). C. Drilled Holes After Treatment Shall Be Restored To Its Original Appearance Through The Use Of Concrete Mix/cement. 2. Residual Spraying This Shall Be Done To Facilitate Direct Extermination Of Termites On Infested Parts Of The Building. Uninfected Areas Shall Also Be Treated To Provide Adequate Protection. 3. Chemical Dusting The Service Refers To The Application Of Anti-termite Powder To All Joints, Ends, Crevices, Baseboards And Cabinets. Emphasis Of Treatment Shall Be On The Wooden Structures Of The Building. 4. Termites Mound Extermination All Termites’ Mounds Found Within The Rizal Med Building Compound Shall Be Excavated And Exterminate The Queen And Workers Since These Are Infesting The Wooden Structures Of The Building. Terms And Conditions 1. The Service Provider Shall Warrant That The Services To Be Rendered Will Effectively Exterminate All Pests, Insects And Rodents Without The Visible Presence And Disturbing Odor Of Smoke And Fumes. Should Rizal Med Find The Services To Be Ineffective As Evidenced By The Continuous Presence Of Termites, Cockroaches, Mice And Other Common House Pests And Insects, Rizal Med Reserves The Right To Terminate The Contract. In Such Case, The Rizal Med Shall Not Be Obliged To Pay The Service Provider For The Services Rendered. 2. The Service Provider Shall Warrant That All Preparations And Formulations, Including The Use Thereof, Will Be In Accordance With The Specification Of Its Toxicologist And Enterologist, Pyrethroid Insecticides That Are Biodegradable In Nature And Only Chemicals Certified By The Proper Government Authorities As Safe Shall Be Used. 3. The Service Provider Shall Render Pest Control Treatment To The Nutrition And Dietetics Department Twice A Month. 4. The Service Provider Shall Agree That Only Honed, Skilled And Well-trained With Training Certificates Personnel/technicians Will Be Assigned To The Rizal Med Premises To Ensure The Proper Treatment And Application Of Chemicals. 5. The Service Provider Shall Assign A Sufficient Work Force With Proper Personal Protective Equipment (ppe) And Sufficient To Carry Out Or Implement The Service. Assigned Staff Shall Wear Proper Uniform And Identification Card While Within The Rizal Med Premises. 6. The Service Provider Shall Agree That The Required Services Shall Be Conducted From 4:00 Pm – Onwards And Weekends, As May Be Determined By The Rizal Med, In Order Not To Disrupt The Working Schedule Of Rizal Med Personnel. 7. The Service Provider Shall Provide On-call Service In Between Schedule Without Additional Cost To Rizal Med, Including Performing Immediate Special Or Additional Service Should There Be A Sudden Outbreak Of Infestation At The Rizal Medical Center Premises At No Cost To Rizal Med. 8. A Quality Control Supervisor Affiliated With The Service Provider Shall Visit The Rizal Med Premises Quarterly Or Whatever Necessary To Undertake The Following: A. Coordination With Rizal Med Authorized Representative In Evaluating The Effectiveness Of The Pest Control Treatment. B. Serve As Pest Control Consultant By Recommending Ways And Means To Control Infestation. C. Provide Orientation On The Pest Control Management, Handling And Application Of Chemicals To Concerned Rizal Med Personnel. 9. A Penalty Of One-tenth Of 1% (.001) Of The Total Value Of The Undelivered Goods/services Shall Be Charged As Liquidated Damage For Every Day Of Delay Of The Delivery Of The Service. A. Payment Shall Be Done Within Sixty (60) Days Upon Receipt Of The Statement Of Account/billing Invoice, With Complete Supplementary Documents On A Monthly Basis. 10. The Service Provider Must Submit An Accurate Monthly Assessment Report. 11. The Service Provider Shall Cover The Following Areas: Administrative Building 1 Office Of The Medical Center Chief And Board Room 2 Office Of The Chief Of Medical Professional Staff 3 Professional Education, Training, And Research Unit 4 Office Of The Chief Administrative Officer (hopss) 5 Office Of The Chief Administrative Officer (finance) 6 Ent Office (former Chief Training Office) 7 Office Of The Chief Nurse 8 Heart Station 9 Integrated Management Information System Section 10 Quality Improvement, Infection Prevention Control, And Patient Safety Unit 11 Blood Bank 12 Cash Operations Section 13 Billing And Claims Section 14 Admitting And Information Section 15 Security Unit (in-house) Dormitory Building (old) 1 Dormitory 2 Budget Section 3 Accounting Section 4 Coa Auditor’s Office 5 Legal Unit 6 Wound Care Center Office 7 Public Health Unit 8 Planning & Management Unit 9 Hrm/ Psb – Shrpsb Office Other Areas 1 Nutrition And Dietetics Department (weekly) 2 Engineering And Facilities Management Section 3 Powerhouse 4 Housekeeping, Linen & Laundry 5 Materials Management Section 6 Tb Dots 7 New Dormitory 8 Solid And Infectious Waste Storage / All Public Comfort Rooms 9 Chapel 10 Central Supply And Sterilization 11 Health Information Management Department 12 New Er Extension 13 Human Resource Management Section 14 Procurement Section 15 Medical Social Work Department 16 Udds Office 17 Other New Office And Establishments Out Patient Department Complex First Floor 1 Department Of Otorhinolaryngology Head And Neck Surgery 2 Surgery Clinic 3 Opd Central Registration Section 4 Minor Or 5 Opd Laboratory & Drug Testing 6 Pharmacy & Consignment 7 Department Of Radiology And Imaging Science 8 Department Of Physical Medicine And Rehabilitation 9 Pharmacy Department 10 Stone Center Second Floor 1 Social Service (opd & Pasig City Constituents) 2 Dental Department 3 Opd Head 4 Health & Wellness Clinic 5 Cashier 6 Mental Hygiene 7 Pediatric Clinic 8 Medicine Clinic 9 Opd Registration 10 Department Of Obstetrics And Gynecology/ Ultrasound 11 Employees Health Service 12 Neuro Science Third Floor 1 Department Of Opthalmology 2 Family And Community Medicine Department 3 Department Of Dermatology 4 Opd Philhealth ` Diagnostic Center 1 Main Laboratory 2 Nuclear Medicine 3 Molecular Imaging & Radionuclide Therapy Unit/cobalt 4 Department Of Physical Medicine And Rehabilitation 5 Blood Bank 6 Molecular Laboratory 7 Linear Accelerator (linac) Main Building A & B Basement 1 Health Emergency Management Service/er Head Office 2 Emergency Room 3 Dialysis Unit 4 Pharmacy Satellite 5 Er Triage 6 Er Waiting Area 7 Brachy Therapy Treatment 8 Breast Clinic 9 Mammography Section 10 Toxicology First Floor 1 Ob Main 2 Ob Er 3 Delivery Room And Labor Room 4 Neonatal Intensive Care Unit (nicu) 5 Ob Covid 6 Radiation Oncology Unit 7 Milk Bank 8 Netr Office Second Floor 1 Surgery Ward (1) 2 Operating Room 3 Department Of Anesthesiology 4 Recovery Room 5 Intensive Care Unit (icu) 6 Hemodialysis (stock Room) 7 Catheterization Laboratory 8 Surgical Intensive Care Unit (sicu) 9 Social Service Office 10 Food Hall Third Floor 1 Surgery Ii 2 Pedia I 3 Pediatric Intensive Care Unit (picu) 4 Pedia Ii 5 Department Of Pediatrics 6 Department Of General Surgery 7 Social Service Office Fourth Floor 1 Medicine Ward 2 Philhealth Ward 3 Medicine Department Office 4 Imcu 5 Institutional Review Board 6 Pulmonary/ Respiratory Unit 7 Office Of The Rotator’s Manager Fifth Floor 1 Ob Annex 2 Pantry I. General Requirements: 1. Original Signed Price Quotation 2. Certified True Copy Of The Following: A) Philgeps Certificate/registration No. B) Mayor’s/business Permit 3. Duly Notarized Omnibus Sworn Statement Together With Original Notarized Secretary’s Certificate Or Original Special Power Of Attorney 4. Documentary Requirements Must Be Submitted To The Bac Secretariat Not Later Than The Deadline. Ii. General Conditions: • All Quotations Shall Be Considered Fixed Price, And Not Subject To Price Escalation During Contract Implementation. • Supplier/contractor/ Service Provider Is Entitled To One (1) Quotation Only; Otherwise All Quotations Made Shall Automatically Be Rejected. Iii. Terms Of Payment • Payment Shall Be Based On Actual Deliveries Made By The Supplier/contractor/ Service Provider. • The Terms Of Payment Shall Not Be Later Than Sixty (60) Days After Submission Of Sales Invoice And Complete Supporting Documents By The Supplier/contractor. • Pursuant To Circular Letter No. 2013-16 Of Department Of Budget And Management Dated December 23, 2013, The Supplier/contractor Is Encouraged To Open An Account With The Land Bank Of The Philippines (lbp), The Government Servicing Bank Of The Procuring Entity, To Facilitate Settlement Of Account Payables Due To The Supplier/contractor. All Charges Incurred For Payment Through Bank Transfer With Other Banks Shall Be For The Account Of The Supplier/contractor. Iv. Delivery Term • Delivery Term Shall Be One (1) Year (12 Months) Upon Receipt Of A Notice To Proceed. For Further Inquiries, You May Contact The Bac Secretariat At Mobile No. 0917 104-6556. The Quotation And Requirements Must Be Submitted/delivered To The Following Address: Edwin E. Alcazar, Llb,mgm Head, Bac Secretariat Rizal Medical Center Pasig Blvd., Pasig City 1600 Mobile No. 0917 104-6556 The Rizal Med Reserves The Right To Reject Any Or All Quotations/bids, To Waive Any Minor Defects Therein, To Annul The Bidding Process, To Reject All Quotations/bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder(s), And To Accept Only The Offer That Is Most Advantageous To The Government. The Rizal Med Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Quotation/bid. Very Truly Yours, (sgd.)santiago G. Cabangon, Cpa, Mba Chairperson, Bids And Awards Committee
Closing Date20 Jan 2025
Tender AmountPHP 228 K (USD 3.8 K)
1281-1290 of 1297 archived Tenders