Interior Tenders

Interior Tenders

Bc Timber Sales Timber Auctions Tender

Others
Canada
Ta2747 - Placer/pasayten - Kamloops Tsa (clearwater)
Closing Date8 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0112 - Construction (completion) Of Multi-purpose Building At Barangay Cawayan, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Cawayan, Bongabong, Oriental Mindoro, Phase Ii/25ei0112. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Cawayan, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0112 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Completion Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Cawayan, Phase Ii. This Includes The Installation Of Floor Tiles At Ground And Second Floors, Waterproofing (built-up And Preformed Membrane) At The Roof Deck, Complete Ceiling Systems For Ground And Second Floors, Stainless Steel Signage At Front Exterior Wall, And Additional G.i. Pipes And Square Steel Bars For Railings. Works Also Include Masonry And Concrete Painting For Interior And Exterior Areas, Ceiling Painting At Ground And Second Floors, Steel Painting Of Existing Square Bar Railings, And Fabrication And Installation Of Stainless Steel Railings At Roof Deck, And Flat Form At Session Hall. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 27, 2024 - January 16, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 3, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 16, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 16, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date16 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)

Bureau Of Fire Protection - BFP Tender

Energy, Oil and Gas
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of The Interior And Local Government Bureau Of Fire Protection Regional Office 10 Maharlika Bldg., Gumamela Extn., Carmen, Cagayan De Oro City Tel No: (088) 881-1981 Email Address: Bfprbac10@yahoo.com Invitation To Bid For The Indicative Procurement For The Supply Of Diesel Fuel Cy 2025 The Bureau Of Fire Protection R-10 Through The National Expenditure Program (nep) Of Fy 2025 Intends To Apply The Sum Of One Million, Two Hundred Forty-nine Thousand, Nine Hundred Fifty-two Pesos Only (php 1,249,952.00) Being The Abc To Payments Under The Contract For The Indicative Procurement For The Supply Of Diesel Fuel Cy 2025 With Reference Number: Bfpx 2024-32. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Quantity Item/description Approved Budget For The Contract (abc) (php) Price Of Bidding Documents Source Of Funds 23,320.00 Liters Indicative Procurement For The Supply Of Diesel Fuel Cy 2025 Php 1,249,952.00 Php 5,000.00 Nep The Summary Of Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid January 9, 2025 Issuance And Availability Of Bid Documents January 9,2025 To January 30,2025 Pre-bid Conference 9:30am January 17, 2025 Last Day Of Written Clarification January 20, 2025 Last Day Of Issuance Of Bid Bulletin January 23,2025 Deadline For Submission And Receipts Of Bid 9:00 Am January 30, 2025 Opening Of Bids 9:30 Am January 30, 2025 1. The Bureau Of Fire Protection R-10 Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within Five (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). 2. 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. 3. Prospective Bidders May Obtain Further Information From Bureau Of Fire Protection R-10, Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours (9:00 Am To 4:00 Pm.) 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 9,2025 To January 30,2025 From The Given Address And Website(s) Below. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In The Form Of Official Receipt Issued By The Finance Division, Bfp R-10 5. The Bureau Of Fire Protection R-10 Will Hold A Pre-bid Conference On 9:30 Am January 17, 2025 At Conference Room, Office Of The Regional Director, Bureau Of Fire Protection R-10 Through Face To Face Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Addressed To The Bids And Awards Committee (bac) And/or Bids And Awards Committee (bac) Chairperson And Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On 9:30 Am January 30, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. All Bidders Must Accomplish The Annex 1: Bidding Forms Which Is Available Online And/or Along With The Bidding Document Being Purchased. 10. Supplier/s Shall Have A Pumping Station Regionwide Which Bfp 10 Personnel Can Withdraw Diesel Fuel From The Supplier’s Pumping Stations To Any Of Their Branches Within Region 10. 11. Supplier/s Shall Supply The Diesel Fuel To The Bfp 10 On 24-hour Bases And Issue Only On The Service Vehicle Driver/operator. Also, They Must Provide The Bfp 10 A Summary Report Of Withdrawals Duly Signed For Purposes Of Accounting And/or Liquidations. 12. The Award Of Contract To The Winning Bidder Will Be Made Only Upon The Release Of The 2025 National Budget, This Being In The Nature Of Advance Procurement As Allowed Under Section 7.6 Of The 2016 Of Irr Of Ra 9184. 13. The Bureau Of Fire Protection R-10 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. 14. For Further Information, Please Refer To: Head Bids And Awards Committee Secretariat Office Of The Regional Director, Bureau Of Fire Protection R-10 Maharlika Building, Gumamela Extension, Carmen, Cagayan De Oro City Bfprbac10@yahoo.com Contact Number: (088) 881-1981 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://region10.bfp.gov.ph December 26, 2024 Signed Ssupt Rommel E Villafuerte, Dsc Assistant Regional Director For Operations /bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 1.2 Million (USD 21.3 K)

Bc Timber Sales Timber Auctions Tender

Others
Canada
Details: Bonus Bid/scale-based Take Notice That, Pursuant To Section 20 Of The Forest Act, Timber Sale Licence Ta1931 Is Being Offered For Sale By The Bc Timber Sales Kootenay Business Area. Tenders Will Only Be Accepted From Individuals Or Corporations Registered As A Bc Timber Sales Enterprise In Category 1 (mar-ket) & Category 4 (value-added) Under The Bc Timber Sales Regulation. Questions & Answers Official Contact Name: Paul Rendall All Questions Related To This Timber Sale Licence Must Be Submitted In Writing Only To The Official Contact At The Following Email Address: Tko.timberauctions@gov.bc.ca. The Deadline For Receiving Questions Is 12:00 Pm On January 14, 2025. If Questions Are Received, A Question & Answer Document Will Be Posted To Bc Bid By 4:30 Pm On January 15, 2025. Closing Date: January 21, 2025 At 11:00 Am Closing Location: Applications Will Be Accepted By The Timber Sales Manager, Kootenay Timber Sales Office, At: 1907 Ridgewood Road, Nelson, Bc V1l 6k1. Geographic Location: Bluejoint Creek Total Estimated Timber Sale Volume: 27,364m3, More Or Less • Estimated Net Cruise Volume: 26,942m3, More Or Less • Estimated Road Permit Volume External To The Block/s: 422m3, More Or Less Estimated Area: 135.2 Ha. Estimated Species: Lodgepole Pine (lo) 10,664m³(39%), Larch (la) 9,329m³(34%), Douglas Fir (fi) 3,093m³(11%), Western Red Cedar (ce) 2,150m³(8%), Spruce (sp) 1,136m³(4%), Balsam (ba) 482m³(2%), Hemlock (he) 345m³(1%), White Pine (wh) 148m³(less Than 1%), Aspen (at) 16m³(less Than1%), Cottonwood (co) 1m³(less Than 1%), More Or Less. The Preceding Volume And Species Estimates Are Based On Samples From A Full Cruise. Please See Tender Package For Additional Detail. Bidders Are Strongly Advised To Conduct A Thorough Field Review Of The Licence Area To Verify Timber Volume And Grade Estimates. Licence Term: 26 Months Upset Stumpage Rate: $39.72/m³. The Upset Stumpage Rate Was Determined In Accordance With The Interior Appraisal Manual And Applicable To Coniferous Sawlog Grades. The Successful Applicant Will Be Required To Implement And Conform To The Bc Timber Sales Envi-ronmental Management System And This Tsl Also Conforms To The Standards Of The Following Forest Management Certification System: Sustainable Forestry Initiative. Be Aware That Bcts Has Made Changes To Its Ems And Sfm Programs To Meet The Updated 2022 Sustainable Forestry Initiative (sfi) Forest Management Standard. Changes Impacting Bcts Clients Include New Training Requirements (table 008-1, 0008-1a, Tailgate Training, Sfi Awareness Documents, And New Indigenous Rights Awareness Information). In Addition, Note Changes To Ems/sfm Environmental Field Procedures And Incident Reporting Procedures Which Occurred June 1, 2022. Supervisors And Workers Will Need To Get Familiar With These Changes Pri-or To Commencement Of Operations. These Documents Are Posted On Our External Ems/sfm Website At Bc Timber Sales - Business Area Environmental Management System (ems) And Sustainable Forest Management (sfm) - Province Of British Columbia (gov.bc.ca). More Infor-mation On Sfi Available At Https://forests.org/. All Individuals, Corporations Or Partnerships Who Provide Direction To Workers Or Contractors Who Work Or Operate On Tsl Area(s) Will Be Required To Be Certified As Safe Companies, Endorsed By The Bc Forest Safety Council As New Entrants, Or Certified Under A Safety Certification Scheme Recognized By The Bc Forest Safety Council Or Bc Timber Sales, Or Work For An Employer That Is So Certified Or Endorsed. Please Also Refer To The Following Website For More Information: Https://www2.gov.bc.ca/gov/content/industry/forestry/bc-timber-sales/safety. On July 8, 2022 The Provincial Public Health Officer (pho) Signed An Order Under The Public Health Act (update To Earlier Orders) Regarding The Management Of Industrial Camps To Prevent And Control The Risk Of Transmission Of Communicable Diseases, Including Sars-cov-2. The Min-istry Of Health Has Prepared A Guidance Document For Employers And Operators Of Natural Re-source Sector Work Camps, Titled: Industrial Camps And Communicable Diseases Guidelines - Guidance For Workers, Contractors, And Employers In The Agricultural, Forestry, And Natural Re-source Sectors On Implementing The Provincial Health Officer Industrial Camps Order- July 8, 2022.. A Copy Of This Guidance Is Available At The Following Weblink: Https://www2.gov.bc.ca/assets/gov/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/covid-19/guidance_all_sector_work_camps.pdf Additional Information Is Available On The Office Of The Provincial Health Officer Weblink: Https://www2.gov.bc.ca/gov/content/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/current-health-issues/covid-19-novel-coronavirus Applicants Are Encouraged To Confirm The Status Of Their Bcts Enterprise Registration To Ensure They Are Eligible To Apply For This Timber Sale Licence Prior To Submitting A Tender. Please Contact The Bc Timber Sales Kootenay Business Area If You Are Unsure Of Your Eligibility To Submit A Ten-der. All Tender Information Provided For This Tsl Is Subject To Change. Any Changes Will Be Posted On This Site Before The Closing Date Of The Auction. It Is The Applicant’s Responsibility To Revisit This Site To Stay Abreast Of Any Changes That May Affect Their Bid.
Closing Date21 Jan 2025
Tender AmountRefer Documents 

SABTANG SCHOOL OF FISHERIES Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Details: Description 1. Accomplish This Rfq Correctly And Accurately. 2. Please Do Not Leave Any Blank Items. Indicate "0" If Item Being Offered Is For Free And "no Bid" If No Offer. 3. Do Not Alter The Contents Of This Form In Any Way. 4. New Suppliers/bidders Are Required To Submit A Photocopy/e-copy Of Valid Mayor's Business Permit, Bir Registration 2303, Dti/sec/cda Registration (whichever Is Applicable, And Certificate Of Philgeps Registration And Valid Pcab License (if Applicable) Together With Their Quotations. Please Disregard If You Have Submitted An Updated Copy/ies To Bac Office. This Shall Be Subjected For Validation. Quantity Unit Item And Description 5 Bag/s Cement 1 Kg/s Cwn 1" 1 Kg/s Cwn 2" 2 Kg/s Cwn 3" 2 Kg/s Cwn 4" 2 Kg/s Cwn 5" 1 Kg/s Cwn 2.5" 1 Kg/s Cwn 1.5" 3 Pc/s Bulb 23 Watts 3 Pc/s Receptacle, 4" 2 Gallon/s Paint White Qde @ 4lts/gallon 1 Pack/s Welding Rod Stainless 3 Meter/s Stainless Pipe 12mm Ø S-40 2 Cont. Wood Glue @ 500 Grams 5 Pc/s Lumber Kd 2" X 2" X 12' 1 Pc/s Cicular Saw Blade 185mmø 3/4" X 40t 1 Set/s Drill Bit, For Concrete 4 Pair/s Jalousie Frame 9 Blader 1 Pc/s Acry Glass/poly Glass 1/4" X 4' X 8' 70 Pc/s Battery Aa 15 Pc/s Bolt And Nut 3/8 X 3" 4 Lt/s Paint Epoxy Primer Gray 1 Pc/s Steel Brush 1 Unit/s Electric Paint Sprayer Flit 500w Atleast 1l Capacity 11 Meter/s Level Hose 1 Pc/s Motorcycle Exterion Tire 8 Ply 3.00 X 17 2 Pc/s Motorcycle Interior Tube Tire 3.00 X 17 2 Pc/s Soft Brooms 5 Pc/s Broom Tingting 5 Pc/s Dust Pan 2 Pc/s Floor Brush W/ Handle 3 Pack/s Detergent Powder 2kgs. 3 Bot./s Muriatic Acid 500ml 1 Pc/s Toilet Brush 1 Pc/s Refill Lpg Medium 20 Meter/s Multifilament Net "kuralon" (white) Mesh Size 1/2" X 200 Mesh 1 Coil/s Polyethylene Rope, 3mm 33 Pc/s Fish Net Rubber Floats R-3 4 Kg/s Fishnet Lead Sinker Xx 30 Meter/s Green Net, 100 Mesh 1 Kg/s Nylon Twine 120 Lbs. 2 Pc/s Brush Paint 1.5" 2 Pc/s Brush Paint 1" 3 Pc/s Brush Paint 3" 1 Gallon/s Paint Flat Latex White @ 4lts/gallon 1 Gallon/s Clear Acrylic Emulsion 2 Lt/s Paint, A/c Hansa Yellow 2 Lt/s Paint, A/c Taloudine Red 2 Lt/s Paint, A/c Thalo Blue 1 Lt/s Paint, A/c Black 5 Set/s Artist Paint Brush 6 Can/s Paint T/c Thalo Blue @ 1/4 Lit. 2 Pc/s Lumber Ordinary 2" X 2" X 12' Xxxxxnothing Followsxxxxx Terms And Conditions 1. Price Quotation Must Be Valid For A Period Of 45 Calendar Days From The Deadlne Of Submission. 2. Price Quotations Shall Include All Taxes, Duties And/or Levies. 3. The Sealed Request For Quotation Must Be Submitted Or Ready For Pick-up On Or Before The Date Stated Above. 4. Evaluation Of The Quoted Price Will Be Conducted On The Basis Of The Total Price. 5. Award Of Contract Shall Be Made To The Lowest Quotations (for Goods And Infrastructures) Or The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Snsf-bac Shall Adopt And Employ "draw Lots". 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Conformed Purchase Order Or Contract. 9. Liquidated Damages Equivalent To 1/10 Of 1% Per Day Of Delay For The Value Of Undelivered Items Shall Be Imposed. Snsf-bac Shall Rescind The Contract Once The Cumulative Amount Of Liquidated. "10. The Winning Bidder Is Required To Submit A Photocopy Of Latest Income/business Tax Return And Original Copy Of Omnibus Sworn Statement Prescribed By The Gppb Prior To Payment Of The Goods Delivered/services Rendered. " 11. For Procurement Above 50,000.00. Non-winning Bidders Are Not Required To Submit Omnibus Sworn Statement As Long As They Affix Their Signature. 12. Payment Shall Be Made Within (30) Days After 100% Completion Of Delivery Subject To Submission And/or Completion Of Supporting Documents, In Accordance With Existing Rules. 13. Delivery Period Must Be Within Thirty (30) Calendar Days Upon Receipt And Acceptance Of Purchase Order. 14. Delivery Term: Fob Delivery To Site/destination.
Closing Date10 Feb 2025
Tender AmountPHP 54 K (USD 931)

Bc Timber Sales Timber Auctions Tender

Others
Canada
Details: Bonus Offer/cruise-based Take Notice That, Pursuant To Section 20 Of The Forest Act, Timber Sale Licence Ta2678 Is Being Offered For Sale By The Bc Timber Sales Babine Business Area. Tenders Will Only Be Accepted From Individuals Or Corporations Registered As A Bc Timber Sales Enterprise In Category 1 Or Category 4 - Value-added Under The Bc Timber Sales Regulation. Questions & Answers Official Contact Name: Jon Penninga All Questions Related To This Timber Sale Licence Must Be Submitted In Writing Only To The Official Contact At The Following Email Address: Forests.babinetimbersalesoffice@gov.bc.ca. Closing Date: January 22, 2025 At 11:00 Am Closing Location: Applications Will Be Accepted By The Timber Sales Manager, Babine Timber Sales Office, At: 183 Highway 16 W, Box 999, Burns Lake, Bc, V0j 1e0. Geographic Location: Kivi Lake Total Estimated Timber Sale Volume: 29,121m3, More Or Less • Estimated Net Cruise Volume: 29,121m3, More Or Less • Estimated Decked Volume: 0m3, More Or Less • Estimated Road Permit Volume External To The Block/s: 0m3, More Or Less Estimated Area: 375.5 Ha. Estimated Species: Spruce (sp) 20,162m³(68%), Lodgepole Pine (lo) 8,292m³(28%), Balsam (ba) 96m³(1%), Aspen (at) 522m³(2%), Cottonwood (co) 49m³(1%), The Preceding Volume And Species Estimates Are Based On Samples From A Professional Estimate. Please See Tender Package For Additional Detail. Bidders Are Strongly Advised To Conduct A Thorough Field Review Of The Licence Area To Verify Timber Volume And Grade Estimates. Licence Term: 30 Months Total Stumpage Value: $137,005.38. The Total Stumpage Value Was Determined In Accordance With The Interior Appraisal Manual. This Is A Cruise-based Tsl Pursuant To Section 106 Of The Forest Act. Scaling Of Logs Is Not Required For Billing Purposes. The Total Amount Of Stumpage And The Bonus Offer Will Be Payable In Periodic Increments Upon Commencement Of Harvesting. If, After Reviewing The Tender Package, You Are Still Unsure Of The Differences Between A Bonus Offer And Bonus Bid, Or Of The Differences Between A Cruise Based And Scale Based Tsl, Please Contact The Timber Sales Office Identified Above. The Successful Applicant Will Be Required To Implement And Conform To The Bc. Timber Sales Environmental Management System And This Tsl Also Conforms To The Standards Of The Following Forest Management Certification System: Sustainable Forestry Initiative. Be Aware That Bcts Has Made Changes To Its Ems And Sfm Programs To Meet The Updated 2022 Sustainable Forestry Initiative (sfi) Forest Management Standard. Changes Impacting Bcts Clients Include New Training Requirements (table 008-1, 0008-1a, Tailgate Training, Sfi Awareness Documents, And New Indigenous Rights Awareness Information). In Addition, Note Changes To Ems/sfm Environmental Field Procedures And Incident Reporting Procedures Which Occurred June 1, 2022. Supervisors And Workers Will Need To Get Familiar With These Changes Prior To Commencement Of Operations. These Documents Are Posted On Our External Ems/sfm Website At Bc Timber Sales - Business Area Environmental Management System (ems) And Sustainable Forest Management (sfm) - Province Of British Columbia (gov.bc.ca). More Information On Sfi Available At Https://forests.org/. All Individuals, Corporations Or Partnerships Who Provide Direction To Workers Or Contractors Who Work Or Operate On Tsl Area(s) Will Be Required To Be Certified As Safe Companies, Endorsed By The Bc Forest Safety Council As New Entrants, Or Certified Under A Safety Certification Scheme Recognized By The Bc Forest Safety Council Or Bc Timber Sales, Or Work For An Employer That Is So Certified Or Endorsed. Please Also Refer To The Following Website For More Information: Https://www2.gov.bc.ca/gov/content/industry/forestry/bc-timber-sales/safety. On July 8, 2022 The Provincial Public Health Officer (pho) Signed An Order Under The Public Health Act (update To Earlier Orders) Regarding The Management Of Industrial Camps To Prevent And Control The Risk Of Transmission Of Communicable Diseases, Including Sars-cov-2. The Ministry Of Health Has Prepared A Guidance Document For Employers And Operators Of Natural Resource Sector Work Camps, Titled: Industrial Camps And Communicable Diseases Guidelines - Guidance For Workers, Contractors, And Employers In The Agricultural, Forestry, And Natural Resource Sectors On Implementing The Provincial Health Officer Industrial Camps Order- July 8, 2022.. A Copy Of This Guidance Is Available At The Following Weblink: Https://www2.gov.bc.ca/assets/gov/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/covid-19/guidance_all_sector_work_camps.pdf Additional Information Is Available On The Office Of The Provincial Health Officer Weblink: Https://www2.gov.bc.ca/gov/content/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/current-health-issues/covid-19-novel-coronavirus Applicants Are Encouraged To Confirm The Status Of Their Bcts Enterprise Registration To Ensure They Are Eligible To Apply For This Timber Sale Licence Prior To Submitting A Tender. Please Contact The Bc Timber Sales Babine Business Area If You Are Unsure Of Your Eligibility To Submit A Tender. All Tender Information Provided For This Tsl Is Subject To Change. Any Changes Will Be Posted On This Site Before The Closing Date Of The Auction. It Is The Applicant’s Responsibility To Revisit This Site To Stay Abreast Of Any Changes That May Affect Their Bid.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Southern Mindoro District Engineering Office Invitation To Bid For 25ei0117 - Construction (completion) Of Multi-purpose Building At Barangay Mapang, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Nep 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay Mapang, Bongabong, Oriental Mindoro, Phase Ii/25ei0117. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay Mapang, Bongabong, Oriental Mindoro, Phase Ii Contract Id No. : 25ei0117 Locations : Bongabong, Oriental Mindoro, Phase Ii Scope Of Works : Construction Of 1-unit 2-storey Multi-purpose Building With Dimensions 12.3m X 6.4m. The Project Includes Earthworks, Structural Works, And The Extension Of The Second Floor, Along With Concrete Finishing And Wall Painting For New Structures And Demolition. It Also Involves Tile Installation (including Interior Floors On The Second Floor And Stair) And Roof Installation, Including Rafters, Purlins, Gutters, Flashing And Downspouts. Additionally, The Scope Includes Installation Of Ceiling, Doors And Windows, Decorative Stonework, Louver Blocks, Electrical Works And Mechanical Works. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 3, 2025 - January 23, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 23, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Emmanuel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Rubico-fetalsana.marinelle@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date23 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.7 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0134 - Construction (completion) Of Multi-purpose Building At Barangay B. Del Mundo, Mansalay, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction (completion) Of Multi-purpose Building At Barangay B. Del Mundo, Mansalay, Oriental Mindoro, Phase Ii/25ei0134. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building At Barangay B. Del Mundo, Mansalay, Oriental Mindoro, Phase Ii Contract Id : 25ei0134 Location : Mansalay, Oriental Mindoro Scope Of Works : Completion Of 1 Unit Multi- Purpose Building. The Scope Of Works Includes Complete Masonry Painting To The Exterior Walls Of The Building, Complete Interior Painting Of Ground Floor Walls And Exposed Slab Ceiling, Complete Cement Plastering On All Walls Throughout The Building, Installation Of Ceiling Systems On The Second Floor, Toilet And Stage, Installation Of Tile Works On Ground Floor And Stairs. Electrical And Mechanical Works, Construction Of Additional Wall And Extension Of Wall On Stage, Remove And Replace Of Ceiling At Bdrrmo And Installation Of Doors, Windows, And Plumbing Fixtures Are Also Included. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15, 2025 – February 04, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 04, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 04, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date4 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ei0153 - Completion (construction) Of Multi-purpose Building (barangay Hall) At Brgy. Carmundo, Bongabong, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion (construction) Of Multi-purpose Building (barangay Hall) At Brgy. Carmundo, Bongabong, Oriental Mindoro, Phase Ii/25ei0153. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion (construction) Of Multi-purpose Building (barangay Hall) At Brgy. Carmundo, Bongabong, Oriental Mindoro, Phase Ii Contract Id : 25ei0153 Location : Bongabong, Oriental Mindoro Scope Of Works : Completion Of 1-unit Multi-purpose Building (barangay Hall) At Barangay Carmundo. This Includes The Installation Of Floor Tiles At Ground And Second Floors, Waterproofing (built-up And Preformed Membarane) At The Roof Deck, Complete Ceiling Systems For Ground And Second Floors, Stainless Steel Signage At Front Exterior Wall, And Additional Gi Pipes And Square Steel Bars For Railings. Works Also Include Masonry And Concrete Painting For Interior And Exterior Areas, Ceiling Painting At Ground And Second Floors, Steel Painting Existing Square Bar Railings, And Fabrication And Installation Of Stainless Steel Railings At Roof Deck, Flat Form At Seasion Hall, And Installation Of Three(3) Air Condition Units. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 – February 13, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 13, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 13, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 2.9 Million (USD 51.1 K)

Municipality Of Rizal,palawan Tender

Healthcare and Medicine
Philippines
Details: Description Acquisition Of 1 Unit Mobile Clinic Vehicle With Diagnostic Equipment Package And Accessories • Mobile Aluminum Van With An Interior Length Of 16ft. • Insulated Walls And Additional Reinforcement For Industrial Purposes. • All Walls Are Finished With A Composite Panel For The Interior • Sliding Glass Door (inside) And Swing Door (outside) At The Main Entrance • Installation Of 2 Sliding Windows • Provide An Entrance Stair For The Main Entrance • Painting Of The Alluminum Body • Installation Of Sticker Signage (layout Provide By The Client) • Installation Of Electrical Wiring And Lights. • Provide A Fifty-meter #10 Royal Cord As A Connecting Cable Wire •installation Of 1 Split-type And 1 Window-type Air Conditioner. • Installation Of Flooring (marine Plywood And Vinyl Finishing) • Provide An X-ray Room Area With A Small Lead Glass For Viewing (attached To The Sliding Door) • Installation Of An X-ray Unit • Provide A Mini Laboratory Workstation • Provide A Doctor's Consultation/check-up Room With A Patient's Bed And Floor Cabinets • Provide A Water Tank, Sink, Portable Vacuum Toilet With A Waste Tank, And An Exhaust Fan • Installation Of A Canopy • Installation Of A Generator Set •installation Of The Base For A 2-way Radio In The Driver's Dashboard • Comes With Four Pieces Of Park Jack • Provide A Special Key For All Compartments • Wind Breaker Laboratory Equipment * 1 Unit Centrifuge 8 Placer Tabletop Centrifuge Speed 200-6,000rpm, Display Digital Display For Time And Speed Value (or R,c,f, Value) Timer 0-30min Digital Timer Motor Brushless Dc Max. R.c.f. 4,265xg Capacity 8x(10-15)ml. Standard Accessory 8x(10-15)ml. Tube Adapter Optional Accessory (5-7)ml. Or (1.5-2.0)ml Tube Adapter, Weight (kg) N,w. 4,8/g.w.5.8 Overall Dimension W280xd280xh265mm Power Supply Ac 100-240v 50/60hz * 1 Unit Semiauto Chemistry Analyzer Test Mode: Kinetic, Endpoint, Two Point, Absorbance, Wavelength: 7 Standard Filters, 340,405,492,510,546,578,630nm, 1 Free Position, Wavelength Precision: ±2nm,width≤10nm, Absorbance Range: 0-4,500 Abs, Absorbance Precision: Outside 0.0001 Abs, Inside 0.00001 Abs Carryover & Repeatability Cv; <1%, Incubator: 37ᶞc,30ᶞc,25ᶞc And Others, Precision: ±0.1ᶞc, Sample Volume: 0-3000ul(500ul Recommend), Data Storage: 1000, Quality Control Curve: X Sd Cv% L-j Quality Control Curve For Each Test Item, Flow Cell: 32 Ul Quartz Glass 10mm, Lamp: Philips 6v 10w Halogen Lamp With The Longer Lifetime, Screen: 7-inch Color Lcd, Cpu: Arm Series High-speed Cpu, Printer; Internal Thermal Sensitive Printer, Interface; Rs-232 Work Environment; Temperature 0ᶞc-40ᶞc, Humidity:80%, Power Supply; 100240vac, 5060hz, 100va Dimension: L340mm*w270mm*h160mm, Net Weight; 5kc & 10.5kg •initial 1 Set Of Reagents (cholesterol, Hdlc &triclycerides-r-1:60mlx2, R-2: 20ml.x2 320 Test, Alt, Ast, & Glu Cod-pap-r-1:60mlx2, R-2: 15ml.x2 300 Test, Creatinine-s-r-1:60mlx2, R-2: 20ml.x2 320 Test, And Urea, Uric Acid-r-1:60mlx2, R-2: 15ml.x2 300 Test * 1 Unit 3 Parts Hematology Analyzer Priinciple Impedance Method For Wbc, Rbc, And Plt Counting, Cyanide-free Reagent For A Hemoglobin Test 21 Parameters Wbc, Lymph#, Mid#, Gran#, Lymph%, Mid%, Gran%,rbc,hgb,hct,mcv,mch,mchc,rdw-cv,rdw-sd, Plt,mpv,pdw,pct,p-lcr,p-lcc 3 Histograms Wbc,rbc, And Plt Reagent M-30d Diluent, M-20cfl Lyse, Probe Cleanser Sample Volume Prediluted Mode (20ul)whole Blood Mode (9ul) Throughput 70 Samples Per Hour Display 10.4-inch Tft Touch Screen Data Storage Capacity: Up To 500,000 Results Including Numeric And Graphical Information. Communication Lan Port Supports Hl& Protocol Support Bi-directional Lis Interface; 4 Usb Ports (for External Printer, Software Upgrade, Barcode Reader, External Wifi, Keyboard And Mouse) Lan Port (t) Printout Thermal Recorder, 50 Mm Wide Paper, Various Printouts Formats, External Printer Optional Operating Environment Temperature 0ᶞc-40ᶞc, Humidity:10%-90% Air Presure: 70k Pa-106kpa, Power Requirement 100v-24ov, ≤3000va, 50hz/60 Hz Dimension: Depth (410mm) X Width (300mm) X Height (400mm) Weight ≤20kg •initial 1 Set Of Reagents Lyse-0.31ml/cycle 1500, Diluent 20ml/cycle 950, Cleanser 1 Bot. 25 * 1 Unit Microscope Observation Method Brightfield, Darkfield Illuminator Transmitted Illuminator, Led Lamp Focus Focusing Mechanism: Stage Focus, Coarse Handle Stroke: 15mm, Coarse Adjustment Limit Stopper, Torque Adjustment For Coarse Adjustment Knob Field Diaphragm Binocular (option: Cx23-fs), Trinocular Revolving Nosepiece Manual, Standard (4 Positions) Stage Manual Stages With Right-hand Control, Built-in X; 76mm, Y;30mm Condenser Manual Abbe Condenser Na 1.25/w.d.-(4x-100x) (built - In) Observation Tubes Binocular, Standard (fn20), Trinocular, Tube Inclination Angel:30®, Trinocular Tube Light Path Selection (camera Observation): 0%:100%, 100%:0%, Interpupillary Distance Adjustment; 48-75mm Dimension (w X D X H) Binocular: 198 (w) X 398 (d) X 386 (h)mm, Trinocular: 198 (w) X 398 (d) X 430 (h)mm Weight Approx. 5.9kg. * 1 Unit Mini Refrigerator Full Range Digital Temperature Control From 5-20®c/frame And Handle, Triple-layered Tinted Glass Door With Stainless Steel Frame And Handle, 2 Durable And Attractive Wooden Shelves, Easy-to-use Touch Control With Led Temperature Display, Cool White Led Interior Lighting, Quiet And Low-vibration Compressor, Class A Rating Low Energy Consumption, Regulated Humidity, 4 Adjustable Feet * Pipetters • 1 Unit Pipette 1;10-100ul Adjustable Volum Pipette • 1 Unit Pipette 2;100-1000ul Single Channel Pipette * Basic Laboratory And Medical Supplies 1 Unit Digital X-ray With Panel Set • Using High Frequency Inverter Technology To Produce, Stable High Voltage Output Can Obtain Good Image Quality; • With Compact Design, It Is To Carry And Work In Different Areas And Locations; • There Are Three Exposure Cotrol Methods; Remote Control, Hand Switch And Interface Button Type; • Fault Self-diagnosis And Self Protection; • With A Flexible Digital Interface,users Can Go Deep Into The Core Programming Control And Can Be Adapted To Different Dr Detec Tors Parameters; • 5kw Portable X-ray Machine • Maximum Power; 5kw • Photography Kv Range; 40-50kv, 40-60kv, 40-80kv, 40-100kv, 40-110kv • Photography Ma Range; 100ma, 80ma, 63ma, 50ma, 32ma • Mas Range; 0.32-300 Mas • Exposure Time Range; 0.01-6.3s • Operating Frequency;>30 Khz • Input Power Type; 220v ± 10%, 50hz/60hz • Input Power Type; 37(l) X 26 (w) X23 (h) Cm220v ± 10%, 50hz/60hz • Weight; 21kg • X-ray Image Stand And Tube Pillar; Radio-graphic Device Movement Along Pillar1400 Mm ±5%; Focus Distance; 130 Cm ± 5%; Fixed Grid Optional; Grid Density 103l/inch, Grid 10;1; Sid 180cm; Size; 15"x18" * 1 Unit Truck Mounted Digital X-ray Machine Sensor; Scintillator; Direct Deposit Csl (cesium Lodide), Active Area; 434 X 430 Mm2, Image Matrix; 3072 X 3072 Pixels, Pixel Pitch; 140 Um Mechanical Dimension; 460 X 460 X 15 Mm3, Weight; 3.96 Kg, Housing Material; Carbon Fiber Imaging Plate, High Strength Aluminum Alloy Body Communication Communication Interface ; Gigabit Ethernet, Acquisition Timer; 2-4s, Exposure Control; F²aed® (full-field Aed), Manual Sync, External Sync Image Quality Spatial Resolution; 3.57 Ip/mm, Mtf; ≤63% (@1 Lp/mm), ≤35% (@2lp/mm), ≤17% (@3 Lp/mm), Dqe (rqa5, 30 Ugy)≤62% (@ 0 Lp/mm), ≤17% (@ 3 Lp/mm), Dynamic Range; > 80 Db Environmental Operating; Natural Cooling Temperature Range; 5-35 ͦc, Humidity Range (non-condensing); 30%-75% Rh, Storage-temperature Range 20-55 ͦc-humidity Range; 10% - 90% Rh Power Power Supply; 100-240 Volts Ac, Frequency; 50/60 Hz, Power Dissipation; 22w (operating), 8w (standby Mode) * 1 Unit Wired Panel 1800 Le * 1 Unit Laptop * 1 Unit Printer Ultrasound * 1 Unit Portable Ultrasound • 12-inch Rotatable Led Monitor (0-30 Deg) Adapt To Different Viewing Angles • Ultra-light And Compact Design, Ideal For Mobile Services • Applications; Urology, Vascular, Small Parts, Pediatrics, Cardiology • Display Modes; B, B/b, 4b, M, B/m • Gray Scale 256 Levels • Multiple Beam Forming Technology (enhance Frame Rate, Improve Image Resolution) • 240mm Max Scanning Depth (depending On The Probe Type) • 2.5mhz - 11 Mhz Probe Frequency (depending On The Probe Type) • Archives Management - Patient Information Management, Patient Images Record, Patient Exam Report • Power Supply - Ac 240v-100v, 50hz-60hz • A Broad Range Of Transducers Available • Software Packages, General Measurement, Ob, Obstetrics, Gyn, Urology, Abdomen, Cardiac B/m Mode, Vascular, Small Parts, Orthopedic, Pediatrics • Standard Configuration Main Unit, 3x Usb Ports, 1 X Probe Connector, C3-a Convex Probe Included, Vga Port, Video Port & Lan Port Ecg Machine * 1 Unit Portable Ecg Machine • 3 Packs Initial Tracing Paper • 3 Channel Ecg Machine With Interpretation, 5.0" Color Tft Lcd Display, Simultaneous 12 Leads Acquisition And 1, 1+1, 3 Channel (manual/auto) Recording With High Resolution Thermal Printer, Manual/auto Working Modes, Use Digital Isolation Technology And Digital Signal Processing, Baseline Stabilization Inspection, Full Alphanumeric Silicon Keyboard,support U Disk And Sd Card Storage, Support Wifi Connection Workstation, Dimension; 65cm X 35cm X 25cm Communication * 2 Units 2-way Radio • Portable Radio And Base Radio (to Be Installed In The Truck) 136-174mhz; 400-490mhz, Output Power; 60w (vhf), 40w (uhf), 200 Programmable Channels, Ctcss/dcs Scan, Scramble Function, Compander To Reduce Noise, Ani Function (dtmf)/ani, 5-tone/ani) Ptt Id, Qhm-03 Multifunctional Microphone With Dtmf • Receiver (etsi En 300 096 Standard Testing And Transmitted (etsi En 300 066 Standard Testing 1 Unit Generator Set (15 Kva) * Generator •brush, Self-excitation, 2 Poles Single-phase, Automatic Voltage Regulator (avr), 60hz, 15kva Max Ac Output, 10kva Rated Ac Output, 220v Rated Ac Voltage, 100%=1.0 Power Factor * Engine Forced Air-cooled, 4 Stroke, Direct Injection, Displacement; 496cc, Max Output; 18hp, Fuel; Diesel Light Fuel (bs- Al Or Equivalent), Fuel Tank Capacity; 1gl, Continuous Operating Hours; 5 Bh, Oil Capacity; 1.65l, Ignition System; Direct-injection, Standing System; Electric, Operating Noise Level (7m); 72db * Dimensions Dimension Lxwxh; 91cm X 52cm X 65cm * Package Dimensions Overall Dimension Lxwxh; 95cm X 56cm X 72cm, Net/cross Weight; 155kg/165kg 1 Unit Other Equipment And Supplies * Split-type Aircon, 1.5 Hp, Non-inverter, * Window Type Aircon, 1.5hp, Non-inverter, * Compact Silent Generator (10kva Gen Set) * Fire Extinguisher Classes Of Fire; Abc, Chimical Efficacy; 12 Years, Warranty; 5 Years, Non-conductor Of Electricity; Yes Non-corrosiver; No, Non-residual; No, Multi-shot; No * 1 Unit Wheelchair • Foldable Lightweight Alluminum Frame, Fixed Armrest & Flip-up Footrest, Foldable Backrest For Easy Storage, Comes With United Handbrakers, Solid Front Castor; 15cm, Solid Back Castor; 30cm, Nylon Seat, Weight; 8kg, Max Load; 100kg * 1 Unit Stretcher • Unfolded Size (lx W X H); 190x64x45cm, Folded Size (lx W X H); 92x19x11cm, Military Style With Bag, Durable Aluminum Constructed Frame With Steel Legs And Reinforced Water-resistance Polyester Fabric, Perfect For Outings, Traveling, Camping, Daycare, Or Lounging, Dimensions Of 75" L, By 25" W And 18" Off The Ground; Holds Up To 250 Poundsa, Carrying Bag Included; Folds Up To 36"l X 7"w X 4"h And Weight 121lbs, Hassle-free Set Up * 1 Unit First Aid Kit Adhesive Bandages In Various Sizes (also Known As Plasters Or Band-aids), Sterile Gauze Pads Or Rolls, Adhesive Tape, Antiseptic Wipe Or Solution, Alcohol Wipes Or Solution, Disposable Gloves, Tweezers, Scissors, Intant Cold Compress, Face Mask, Oral Thermometer, Pain Relievers (such As Acetaminophen Or Ibuprofen), Antihistamine Tablets Or Cream (for Allergic Reactions), Hydrocortisone Cream (for Skin Irritations And Rashes), Burn Ointment * 3 Unit Table * 12 Units Chairs * 1 Unit Canopy 1 Unit Genxpert Machine And Accessories And Cartridges Cepheid Gxiv-4 Tsk With Cartridges 1 Unit Dental Chair With Dental Kits And Accessories (lights And Forceps) Rapid Diagnostic Test * 10 Bxs. Trimera Drug Of Abuse (doa) Rapid Test Range (25's) * 10 Bxs. Trimera Hcg Pregnancy Test (urine And Serum)(25's) * 10 Bxs. Trimerah. Pylori Rapid Test(25's) * 10 Bxs. Trimera Fecal Occult Blood (fob) Rapid Test (25's) * 10 Bxs. Trimera Typhoid. Rapid Test (25's) * 10 Bxs. Trimera Dengue Nsi And Lgg/lgm Combo Rapid Test (25's) * 10 Bxs. Trimera Malaria Rapid Test (25's) * 10 Bxs. Trimera Leptospira Lgg And Lgm Rapid Test (25's) * 10 Bxs. Trimera Syphilis Rapid Test (25's) * 10 Bxs. Trimera Hepotitis B Virus (hbv) Rapid Test Range (25's) * 10 Bxs. Trimera Hepotitis B Surfoce Antigen (hbsag)) Rapid Test (25's) * 10 Bxs. Trimera Hepotitis C Virus (hcv) Rapid Test (25's) * 10 Bxs. Trimera Human Immunodeficiency Virus (hiv) Rapid Test Range (25's) * 10 Bxs. Trimera Cordioc Marker Rapid Test Range (25's) With Technical Assistance Of Company Manpower For 1 Month To Dry Run The Equipments And Train The Mho Personnel With Lgu Rizal Decals, Lto Registered Under Rizal Lgu And Gsis Insurance
Closing Date11 Feb 2025
Tender AmountPHP 13.5 Million (USD 233.8 K)
2771-2780 of 3355 archived Tenders