Interior Tenders

Interior Tenders

Municipality Of San Vicente, Palawan Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Spareparts For The Repair And Maintenance Of Vehicles Under The Municipal Disaster Risk Reduction And Management Office, This Municipality/gds-2025-002 1. The Municipal Government Of San Vicente, Palawan, Through The Mdrrm Fund Intends To Apply The Sum Of Five Hundred Sixty-five Thousand Two Hundred Thirty Pesos And Sixty-eight Centavos (₱565,230.68); For Lot 1; One Million Forty-eight Thousand Four Hundred Twenty Pesos (₱1,048,420.00); For Lot 2 Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Spareparts For The Repair And Maintenance Of Vehicles Under The Municipal Disaster Risk Reduction And Management Office, This Municipality/gds-2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 Vehicle Spare Parts Motorcycles 1. Piece 4 Brake, Pad For Xrm 2. Piece 8 Brake, Pad For Honda Adv (front & Rear) 3. Piece 4 Brake, Pad For Yamaha Scooter 4. Piece 4 Brake, Shoe For Xrm 5. Piece 4 Brake, Shoe For Yamaha Scooter 6. Piece 4 Oil Filter For Honda Adv 7. Piece 4 Oil Filter For Yamaha Scooter 8. Piece 4 Air Filter For Yamaha Scooter 9. Piece 4 Air Filter For Honda Adv Mitsubishi Strada & Toyota Hilux 1. Pair 60 Brake, Pad 2. Pair 60 Brake Shoe Isuzu Dmax 1. Pair 8 Brake, Pad 2. Pair 8 Brake Shoe 3. Piece 4 Filter, Fuel 4. Piece 4 Filter, Oil 5. Set 4 Air Cleaner Nissan Nv350 Rescue Van 1. Pair 10 Brake, Pad Van 2. Pair 10 Brake Shoe Van 3. Piece 6 Filter Fuel, Van 4. Piece 6 Filter Oil, Van 5. Set 4 Air Cleaner Foton Taono Mobile 1. Pair 4 Brake, Pad 2. Pair 4 Brake, Shoe 3. Piece 4 Filter, Fuel 4. Piece 4 Filter Oil 5. Set 2 Air Cleaner Rescue Truck Hino Series 300 1. Piece 6 Brake, Pad, Truck 2. Piece 6 Brake, Shoe, Truck 3. Piece 6 Filter, Fuel Truck 4. Piece 6 Filter, Oil Truck 5. Set 4 Air Cleaner Truck Lot 2 Tire And Batteries 1. Piece 3 Motorcycle (xrm) Tire Tube (interior) 250 X 17 2. Piece 3 Motorcycle (xrm) Tire (exterior) 250 X 17 3. Piece 3 Motorcycle (adv Honda) Tubeless Tire 110/80 R14 4. Piece 3 Motorcycle (adv Honda) Tubeless Tire 130/70 R13 5. Piece 3 Motorcycle (mio) Tubeless Tire 80/90 R14 6. Piece 3 Motorcycle (mio) Tubeless Tire 70/90 R14 7. Piece 20 Tubeless Tire, 225/70 R15 (nv350) 8. Piece 8 Tubeless Tire, 215/75 R16 Lt (toano) 9. Piece 5 Tubeless Tire, 245/70 R16 (dmax) 10. Piece 70 Tubeless Tire 265/60 R18 (strada) 11. Piece 12 Tubeless Tire 225/70 R17 (toyota Hilux) 12 Piece 6 Tire And Tube With Flaps, 8.25- 16 Lt (hino Truck) 12. Piece 5 Battery 12v 3sm Free Maintenance 13. Piece 2 Battery 12v 2d Free Maintenance 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 To February 5, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (₱1,000.00) For Lot 1; Five Thousand Pesos (₱5,000.00) For Lot 2. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On January 24, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 5, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 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 February 5, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Closing Date10 Feb 2025
Tender AmountPHP 1.6 Million (USD 27.8 K)

U S FISH AND WILDLIFE SERVICE USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Details: Il-crab Orchard Nwr-leaking Underground Storage Tank (lust) Project********amendment One (1)two (2) Documents (united Science Industries Lust Incident 941970 Site Classification Completion Report Of July 113, 2000 And Drawing Showing Maintenance Shop Enclosing Pump Station At Lust #941970) Are Attached That Provide Background Information. Also Included In This Amendment Are Answers To Questions Received From An Interested Contractor. Question 1) For Task 1 (additional Sampling), Can U.s. Fish And Wildlife Service Provide A Defined Scope Of Sample Collection For Consistency Across Bidder Proposals? Or Can The Bidder Propose Their Own Sampling Protocol That Will Meet Ilepa Requirements? Answer: A Copy Of The United Science Industries Lust Incident #941970 Site Classification Completion Report Dated July 13, 200 Is Provided. The Contract Shall Evaluate The Report And Develop A Sampling Plan That Will Meet Ilepa Requirements. The Site Shall Be Tested For Betx And Pnas Based On The Previous Results As A Minimum. If Ilepa Guidance Has Changed For Required Sampling Since This Time, Additional Required Sampling Shall Be Conducted. Question 2) Is The U.s. Fish And Wildlife Amenable To Using A Groundwater Use Restriction As Part Of The Corrective Action? Answer: Yes, The U.s. Fish And Wildlife Is Amenable To Using A Groundwater Use Restriction As Part Of The Corrective Action.question 3) Is U.s. Fish And Wildlife Amenable To Using A Requirement For Future Buildings To Be Constructed As Slab On Grade Or With Full Concrete Basements And No Sumps As Part Of The Corrective Action? Answer: Yes, The U.s. Fish And Wildlife Is Amenable To Using A Restriction For Future Buildings To Be Constructed On Grade And On Slab. We Would Never Install A Basement In This Location. Question 4) Should Costs For "active" Remediation Be Included In This Proposal, For Example, Installation Of A Vapor Mitigation System To Address Potential Vapor Intrusion Pathway Should Exceedances Of This Exposure Route Exist? Or Would This Type Of Work Be Considered A Contract Modification Based On The Analytical Results? Answer: This Would Be Considered A Contract Modification Based On The Analytical Results And Use Of This Location If Needed. This Site Currently Is Used For Cold Storage No Personnel Are Housed In This Location. We May Also Consider A Restriction Of How This Location Is Used. Question 5) Can The Agency Consider Extending The Proposal Deadline By One Week Until February 14th To Allow For Question Responses? Answer: Yes, The Request For Quotation Due Date Can Be Extended To February 14, 2025. ********this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. U.s. Fish And Wildlife Service, Jao-acquisition And Property Operation; Offers A Requirement For The Crab Orchard Nwr, 6987 Headquarters Rd, Marion, Il 62959.this Request For Quotation (rfq) Is Conducted Under The Procedures Of Far Parts 12 And 13, Incorporating Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-02 Dated January 3, 2025. The North American Industrial Classification System (naics) Code Is 562910 Environmental Remediation Services And The Business Size Standard Is 1,000 Employees. This Requirement Is A Total Set-aside For Small Business. The Government Does Not Intend To Pay For Any Information Provided Under This Synopsis.this Requirement Is For Leaking Underground Storage Tank (lust) Project Testing And Report Writing . (scope Of Work Attached). Line Item Number 00010 Lust Project Testing, Report Writingthe Government Anticipates Awarding A Firm Fixed Price Purchase Order For This Requirement. Fws' Salient Characteristics That Will Satisfy The Government's Needs For Its Requirement Of Additional Sampling, Development Of A Work Plan And Corrective Action Completion Report Is As Follows:crab Orchard Nwr Is Seeking A Qualified Contractor To Conduct The Testing And Report Writing For Closure Of The Lust Number 941970 Per The Attached Statement Of Work. A Complete Statement Of Work (is Attached).all Bids Are To Be Submitted As A Complete Job Price To Include Sampling And Report Writing.delivery Address:crab Orchard Nwr6987 Headquarters Rdmarion, Il 62959all Responsible Business Sources May Submit A Quote, Which Shall Be Considered By The Agency. Award Will Be Made As A Firm-fixed-price Award. The Basis Of Award Is The Lowest Price Technically Acceptable Which Is Determined To Be Fair And Reasonable. Award Will Be Made To A Responsible Source Pursuant To Far Subpart 9.1.please Submit Your Quotation On Company Letterhead With Sam Unique Entity Identifier (uei) And Point Of Contact Phone And Email Address. No Formal Format Is Required As This Is A Combined Synopsis/request For Quote Solicitation. Additionally, If Your Company Holds A Gsa Contract That Would Apply To This Requirement, Please Provide The Contract Number. Refer To Far Provision 52.212-1 Instructions To Offerors - Commercial Items For Additional Submission Guidance. Requests For Information Due: February 3, 2025 4:00 Pm (ms)quotes Due: February 14, 2025 2:00 Pm (ms) Offers Received After This Date And Time Will Be Considered Non-responsive In Accordance With 52.212-1(f) And Will Not Be Evaluated. Quotes May Be Emailed (lydia_patrick@fws.gov).offerors Must Comply With All Instructions Contained Internet Payment Platform (ipp) Doi Electronic Invoicing, And In Far 52.212-1, Instructions To Offerors - Commercial Items. The Provisions At 52.212-2, Evaluation - Commercial Items Apply To This Acquisition. The Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Proposal Will Be Most Advantageous To The Government, Price And Other Factors Considered Including Past Performance And Vendor Capabilities. The Clause 52.212-4, Contract Terms And Conditions - Commercial Items, Applies To This Acquisition. Also Included In This Acquisition Are The Following Clauses: 52.204-7, 52.204-13, 52.204-16, 52.204-18, 52.204-19, 52.204-24, 52.204-26, 52.204-29, 52.212-3, 52.217-8, 52.219-1, 52.225-25, 52.232-39, 52.237-1, 52.237-2, 52.252-1, 52.252-2, 52.252-5, And 52.252-6. The Clause At 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders - Commercial Items Applies To This Acquisition, No Addenda Applies. Additional Far Clauses Cited In This Clause Applicable To This Acquisition Are: 52.203-19, 52.204-10, 52.204-23, 52.204-25, 52.204-27, 52.204-30, 52.209-6, 52.209-10, 52.219-6, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-36, 52.222-41, 52.222-42, 52.222-50, 52.222-55, 52.222-62, 52.225-1, 52.225-13, 52.232-33, 52.232-40, 52.233-3, And 52.233-4.the Full Text Of Any Solicitation Provision Or Clause Referenced Herein May Be Accessed Electronically At: Http://acquisition.gov/far (for Far Clauses) Or Http://www.ecfr.gov/cgi-bin (for Doi Clauses - Go To Title 48, Scroll To Department Of Interior, Scroll To 1452).in Order To Have A Quote Considered For Award, Respondent Must Be Registered In The System For Award Management (sam) Database (https://www.sam.gov) As An Active Vendor Before Submission Of The Quotation. Technical Poc: Robert Mcginn (612) 713-5235, Robert_mcginn@fws.govcontracting Poc: Lydia M Patrick (308) 635-7851, Lydia_patrick@fws.gov
Closing Date14 Feb 2025
Tender AmountUSD 37.9 K 
This is an estimated amount, exact amount may vary.

Authority For Interior And Sports Police Tender

Others
Germany
Purchaser Name: Authority For Interior And Sports Police | To the tender 'delivery of test equipment Dräger Quaestor 8000'
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Authority For Interior And Sports Police Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
Germany
Purchaser Name: Authority For Interior And Sports Police | To the tender 'delivery of 2,200 alarm pager batteries for the Hamburg fire department'
Closing Date15 Jan 2025
Tender AmountRefer Documents 

MINISTRY of THE INTERIOR and OVERSEAS Tender

Others
France
Purchaser Name: MINISTRY of THE INTERIOR and OVERSEAS | Supply of Modular Intervention Bulletproof Vests for the National Police Intervention Force (FIPN)
Closing Date25 Jan 2025
Tender AmountNA 

MINISTRY of THE INTERIOR and OVERSEAS Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
France
Purchaser Name: MINISTRY of THE INTERIOR and OVERSEAS | Supply of Modular Intervention Bulletproof Vests for the Benefit of the National Police Intervention Force (fipn)
Closing Date13 Jan 2025
Tender AmountRefer Documents 

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Is A Sources Sought Notice. No Proposals Are Being Requested Or Will Be Accepted In Response To This Posting. If You Are Interested In Proposing On The General Scope Of Work Stated Below For A Design-build Project, Please Respond By Email Only To Krista.miller@gsa.gov. Please Provide Your Bonding Capacity, A Capability Statement, And Your Small Business And Small Business Socioeconomic Status, If Any. Please Include In Your Capability Statement Projects Which Your Firm Has Completed That Are Particularly Relevant To This Scope Of Work, Especially Involving Exterior Structural And Glazing Improvements, And/or Performed In Hawaii. general Statement Of Work Summary: the Prince Jonah Kuhio Kalaniana’ole (pjkk) Federal Building And Courthouse Is Located At 300 ala Moana Blvd., Honolulu, Within The Hawaii Capital District And On The Outskirts Of The Downtown central Business District. This Reinforced, Cast In Place Concrete With Concrete Masonry And Glass curtain Walls Is A Two-building Mid-century Modern Complex Originally Constructed In 1977. The illuminated Entry Pavilion Was Originally Designed By Gensler Sf And Constructed By Swinerton construction In January 2015. The Illuminated Entry Pavilion Design Was An Elegant, Iconic Aia award Winning Design That Unified Two Separate Entries Into A Single, Sky Lighted And Transparent entrance For The Pjkk Complex. The Single Portal/pavilion Simplified The Circulation For The Public and Created A Strong Sense Of Entry For Pjkk. on April 6, 2021 A Fire Occurred At The Entry Pavilion That Created Significant Damage. On January 24, 2022, Clifford Planning Architecture Completed A Fire Investigation Report That Stated “it Is probable The Entry Pavilion Fire Initiated Was A Result Of An Electrical Fault Within The Led Light Panel installed Adjacent To The Bottom Panel Of The South Wall Of The Entry Pavilion. Low Level Arcing Over a Period Of Time Was The Likely Source Of Heat For Ignition Of The Acrylic Panel Material” (see volume 4 – Fire Investigation). As Further Defined In The Fire Investigation Report, There Was Fire damage To Architectural Finishes And Structural Members. The Scope Of Work For The Entry Pavilion includes, But Is Not Limited To, Installing (2) Temporary Covered Entry Tunnels To The Existing United states Marshal Service (usms) And Federal Protection Services (fps) Security Check-point locations, Providing Code Compliant Construction Documents And Full Design Services That Adhere to The Original Gensler Design And Architectural Appearance Of The Original Entry Pavilion, While also Making The Necessary Design Changes To Address The Issues That Contributed To The Fire And smoke Damage As Further Defined In Volume 4 - Fire Investigation. The Design Should Also include Solutions For The Following Known Building Maintenance Issues: 1. The Original Design Led Panels Were Located Behind Heavy Glass Panels That Created issues For Regular Maintenance And Care. 2. The Original Designed Entry Door Operated On A Small Pin That Would Fail And Was Difficult to Replace. in Addition To The Scope Above, The Design And Construction Of The Courthouse Hardening Upgrades To The entry Pavilion And Ground Level Windows And Doors Facing Halekauwila Street And Ala Moana Boulevard are A Requirement For This Project. The Judiciary Had Previously Sought From Congress Supplemental appropriations To Fund Enhanced Security Measures To Protect Judges And The Judicial Process In Response to The Civil Unrest Following The Murder Of George Floyd And The January 6th Attack On The U.s. Capitol. the Judicial Conference Approved Funding To Begin Enhanced Security Measure Projects To Harden courthouses. initial Stakeholders From The General Services Administration (gsa), The Administrative Office Of The U.s. courts (ao), U.s Marshals Service (usms), And The Federal Protective Service (fps) Worked Together To analyze Potential Security Measures To Be Used In This Program. This Scope Of Work Covers The countermeasures For The Pjkk Courthouse In Honolulu, Hi: 1. Windows: Impact Resistant Window Glazing System At The Entry Pavilion And ground Level Courthouse Windows And Doors Facing Halekauwila Street And Ala moana Boulevard, Excluding Ground Level Windows Along The United States marshal Service Offices And Within The Confines Of The Exterior Secured Courtyard: ● Windows / Doors / Frames – Shall Meet A Minimum 15-minute Forced entry Resistance Per Astm F3038 Or Dept Of State (dos) sd-std.01.01 Rev G (amended) – Forced Entry Resistance Is The standard That Shall Apply. ● The Contractor Shall Install A New Shatter Break Resistance Riot Glazing system ● Contractor Is Responsible To Field Verify And Measure Each Opening. 2. Exterior Doors And Hardware (see Volume 2b_existing Pavilion Design drawings For Specific Locations): ● All Exterior Pavilion Entry Doors And Interior Courthouse Pavilion Vestibule doors Shall Be Equipped With Hardware And Controls To Engage electro-magnetic And/or Electro-mechanical Remote Locks. ● Remote Locks Shall Give The Ability For The Court Security Officers And The usms To Lock All Doors Immediately In Case Of An Emergency. ● Remote Lock Override Control Shall Run To The Main Usms / Cso Control room the Courthouse Hardening Upgrades Will Upgrade The Ground Level Courthouse Windows And doors And Replace All Window, Exterior Doors, And Hardware Included In The Original Gensler designed Pjkk Entry Pavilion. the Forced Entry Resistance Doors And Windows Shall Meet A Minimum 15 Minute Forced Entry resistance In Accordance With Astm Standard F3038-21, With The Following Exception. Astm standard F3038-21 Requires A Full Scale Test For Each Unique System Size And Configuration, however, If The Actual Overall System Dimensions Are Within 6” (both Height And Width Dimension) of Another Successfully Tested System Meeting The Requirements Of Astm Standard 3038-21, And the System Components Are Of Similar Size And Makeup, The Proposed System Shall Be Considered acceptable. Support Documentation Shall Be Provided Prior To Installation. the Construction Services Scope Of Work Includes Demolition Of The Remaining Pavilion Structure, build-out Of (2) Temporary Tunnels To Access The Existing Usms And Fps Security Check-points, the Build-out Of The New Entry Pavilion, Installation Of The Courthouse Hardening Window And Door upgrades, Including But Not Limited To Structural, Architectural Finishes, Lighting, Mechanical, electrical, Plumbing, Fire And Life Safety, And Data/cabling Infrastructure. the Federal Building And Courthouse Must Remain Fully Operational Throughout Design And construction. All Construction Work Related To This Project Shall Be Scheduled From 5:00 Pm To 7:00 am, After Normal Building Operation Hours To Minimize Disruptions To Building Occupants And To maintain Public Safety. Normal Building Operation Hours Are From 7:00 A.m. To 5:00 P.m. weekdays. the Project Delivery Method Is Design-build (db). the Db Contractor Shall Provide All Supervision, Labor, Materials, Equipment, And Testing Required to Accomplish The Design And Construction For The Pjkk Entry Pavilion And Courthouse Hardening project. design Services Shall Include, But Are Not Limited To, Design And Certification By A State Of Hawaii licensed Architect-engineer (a/e), Design Reviews, Weekly Progress Meetings, Design development, Construction Documents, Basis Of Design Documents, Site Investigation, Site measurements And Verification, Code Compliance, Reproduction Services, Consultant Coordination, contract Administration, Contract Close-out, Record Drawings And As-builts. construction Services Shall Include, But Are Not Limited To, Complete And Timely Submission Of security Clearance Applications For Workers (hspd-12 And Tenant Agency Review), Project schedule, Cost Estimating, 3-week Look Ahead Schedules, Demolition, Site Supervision, Drywall, mechanical, Electrical, Automatic Sprinkler System, Architectural Finishes, Submittal Samples, submittal Schedule, Hvac, System Balancing, Structural, Fire And Life Safety, Security Infrastructure, protocols For Utility Outages, Separation Of Utilities To Avoid Impacts To Occupied Areas, Temporary barricade Plan, Noise Mitigation, Clean Up After Work, Lead Weekly Meetings And Provide Minutes, file And Record Management, And All Other Work To Meet The Contract Requirements.
Closing Date3 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 Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0062 Contract Name: Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (php 9,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo / 25gi0062. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo Contract Id No. : 25gi0062 Locations : Leganes, Iloilo Scope Of Works : Construction Of Multi-purpose Building Which Consists Of Two Circular Pavilions. The Larger Pavilion Has A Floor Area Diameter Of 16 Meters, While The Smaller Pavilion Spans 11 Meters. These Two Pavilions Are Connected By A Concrete Walkway. The Structure Features A Torch-applied Waterproofed Foundation, Liquid Waterproofed Concrete Slab Roofing And Walkway, And An Open-plan Interior With Railings And A Complete Electrical System. Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 136 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 - February 17, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Ten Thousand Pesos Only (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 At 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 16. 9. Bid Opening Shall Be On February 17, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. 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. 11. The Dpwh –iloilo 4th 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 29, 2025 Eva S. Bedonia Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)

Miley Sui Department Of The Interior Tender

Goods
Others
Kyrgyzstan
Purchaser Name: Miley Sui Department Of The Interior | Purchase Device 3-Phase Electricity Meter Hxe 310 Ackye
Closing Date3 Mar 2025
Tender AmountKGS 15.5 K (USD 177)

Ministry of the Interior and Overseas Tender

Others
France
Purchaser Name: Ministry of the Interior and Overseas | Use and Maintenance of the “Consul Station” Telemedicine Cabins
Closing Date8 Jan 2025
Tender AmountNA 
3741-3750 of 4130 archived Tenders