Interior Tenders
Interior Tenders
Verbandsgemeinde Liebenwerda Tender
Civil And Construction...+1Others
Germany
Details: Award no.: 67/24 Vg-l-bö Lot 1 Implementation of fire protection concept Gs Wahrenbrück - 2nd building + completion of 2nd escape route on the ground floor - Lot 1: main construction work - construction site setup; 1 construction site toilet; construction fence - 130 m² facade scaffolding; forward stair tower - 130 m³ surface-oriented scaffolding - 15 m² external masonry Hlz D= 30 cm - 20 m² lime-cement interior plaster - 20 m² facade plaster repair scratch plaster structure - 15 m² metal single stud wall 3 layers; F 90 A+m; fire wall - 55 m² suspended ceiling plasterboard - 170 m² acoustic ceiling system 62.5/62.5 cm
Closing Date20 Jan 2025
Tender AmountRefer Documents
Blood Donation and Blood Treatment Center of the Ministry of the Interior and Administration in Warsaw Tender
Software and IT Solutions
Poland
Purchaser Name: Blood Donation and Blood Treatment Center of the Ministry of the Interior and Administration in Warsaw | Announcement of the Procurement of the Service of Providing IT Cloud Infrastructure for Enova 365 Erp System Environments Along with Accompanying Services for the Polish Network of Blood Donation Centers
Closing Date18 Feb 2025
Tender AmountRefer Documents
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Others
United States
Details: The Minneapolis Vamc Requires Engineering Evaluation Of Boiler, Deaerator And Condensate Tank Reliability/life Expectancy Inspection Services In Accordance With The Draft Statement Of Work (sow) Below.
this Is A Sources Sought/proof Of Capability Solicitation Looking For Vendors To Perform The Services Per The Sow For Market Research Purposes. No Awards Of A Contract Will Be Made From This Announcement.
if You Are A Vendor That Can Complete The Work Described In The Sow With Competitive Pricing, Please Send Your Contact And Organization Information With A Description Of Proof Of Capability To: Jeffrey.brown8@va.gov On Or Before February 28th, 2025. Only Emailed Responses Will Be Considered.
additionally, Please Provide Answers As Appropriate To The Following Questions In The Table Below With Your Response To This Sources Sought. Failure To Respond To The Following Questions May Affect The Acquisition Strategy.
1.
identify Your Organization's Socio-economic Category.
2.
state Whether Any Of The Requested Services May Be Ordered Against A Government Contract Awarded To Your Organization (e.g Federal Supply Schedule (fss), General Services Administration (gsa), Etc.).
3.
state If Subcontracting Is Contemplated For This Requirement And What Percentage Of The Work Will Be Subcontracted And For What Tasks.
â
*if Applicable, Vaar 852.219-75 Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Services And Construction, Will Apply To The Potential Solicitation If Set-aside For Veteran Owned Small-businesses Or Service Disabled Veteran Owned Small-businesses.*
*if Applicable, Far 52.219-14 Limitations On Subcontracting, Will Apply To The Potential Solicitation If Set-aside For Small-businesses.*
statement Of Work
minneapolis Veteran Affairs Health Care System
Engineering Evaluation Of Boiler, Deaerator And Condensate Tank Reliability/life Expectancy Inspection
1. Introduction:
the Minneapolis Veteran Affairs Health Care System (mvahcs) Centers Provides Critical Health Care Which Requires Reliable Steam Supply For Sterilization, Domestic Hot Water, Kitchens, And Building Heating/air Conditioning.
boilers And Associated Equipment Serving Va Medical Centers Must Be Reliable, Safe And Efficient. The Age Of Boilers And Associated Equipment Is Often A Major Indicator Of Reliability.
the Vha Directive 1810 (1), Boiler And Boiler Plant Operations, Assigns Useful Life Expectancy , In Years, To The Boilers And Plant Equipment. The Directive Requires That Retention Of Certain Equipment Beyond The Useful Life Expectancy Must Be Based On An Engineering Evaluation Of The Reliability, Efficiency And Cost Effectiveness Of Continued Operation.
2. Summary Of Requirements:
the Consultant Shall Supply All Labor, Material, And Equipment To Inspect And Test The Boilers And Ancillary Equipment At The Mvahcs. The Work Shall Be Documented In A Full Report Of Findings And Recommendations. This Report Shall Include, But Not Be Limited To, An Itemized List Of Parts And Equipment That Need To Be Repaired Or Replaced And Services That Are Required Along With Estimated Costs For These Supplies And Services. The Report Must Be Stamped By A Licensed Professional Engineer. The Following Is A General List Of Equipment That Must Be Addressed.
item
manufacturer
model #
serial #
location
boiler #1
cleaver Brooks
dl-68-rh
wg3285
building 69
boiler #2
cleaver Brooks
dl-68-rh
wg3286
building 69
boiler #3
cleaver Brooks
dl-68-rh
wg3284
building 69
boiler #4
cleaver Brooks
dl-52-rh
wg3287
building 69
condensate Tank
midwest Tank Co.
unknown
16261
building 69
deaerator Tank
chicago Heater Co.
unknown
5754
building 69
3. Qualification Requirements For Consultant And Inspection Personnel:
a Professional Engineering Firm (professional License (pe)) That Specializes In Life Expectancy Evaluations Must Be Part Of The Team And Provide An Analysis And Recommendations Under Their Seal Based On The Evaluation Of The Boiler And Associated Equipment By Means Of Visual Inspection And Non-destructive Testing Conducted By Experienced Boiler Inspectors And Non-destructive Testing Experts On The Team.
the Inspections Shall Be Supervised On-site By A Qualified Professional Inspector , Defined As Anyone Or Combination Of The Following. Proof Of Qualifications Shall Be Provided With The Bid And As Part Of The Final Report.
a Boiler Inspector Who Has A Valid Commission From The National Board Of Boiler And Pressure Vessel Inspectors.
a Boiler Inspector Who Has Qualified By Passing A Written Examination Under The Laws, Rules And Regulations Of A Jurisdiction Of A State.
a Boiler Inspector Who Is Regularly Employed As A Boiler Inspector By A Jurisdiction That Has Adopted And Administers One Or More Sections Of The Asme Boiler And Pressure Vessel Code As A Legal Requirement, And Has A Representative Serving As A Member Of The Asme (american Society Of Mechanical Engineers) Conference Committee.
a Boiler Inspector Who Is Regularly Employed By An Insurance Company That Has Been Licensed Or Registered By The Appropriate Authority Of A State Of The United States To Write Boiler And Pressure Vessel Insurance.
c. Non-destructive Testing Personnel Shall Be Certified To American Society For Non-destructive Testing (asnt) Level Ii, Who Are Experienced In Evaluating Boilers And Associated Equipment.
Inspector:
the Qualified Professional Inspector Shall Demonstrate Familiarity With And Ready Access To The Current Versions Of The Following Codes And Manuals:
asme Boiler And Pressure Vessel Code
asme B31.1, Power Piping Code
ansi/nb-23, National Board Inspection Code
nace International Standard Rp0590, Recommended Practice For Prevention, Detection And Correction Of Deaerator Cracking
vha Boiler Plant Safety Device Testing Manual, Current Edition.
the Ndt Technicians Shall Demonstrate Familiarity With And Ready Access To The Current Version Of Nace International Standard Rp0590, Recommended Practice For Prevention, Detection And Correction Of Deaerator Cracking
mvahcs Responsibilities For Preparation Of Boiler Inspection
since Steam Production Cannot Cease, The Consultant And The Va Cor Will Have To Work Closely To Develop An Inspection Schedule That Will Ensure The Facility Can Always Meet Steam Demand With Sufficient Backup.
the Boiler Will Be Prepared By Mvahcs For The Inspection Prior To The Scheduled Arrival Of The Inspector. This Includes Cooling The Unit To Near Ambient Temperature And Having All Manways And Access Doors Open, The Unit Cleaned Of Loose Materials, Lock-out, Tag-out In Place, Connecting Piping Isolated, Proper Illumination Provided, Compliance With Confined Space Access Requirements Including Having Safety Personnel Present In The Boiler Plant.
mvahcs Will Comply With Any Other Requirements Of The Inspector That Are Considered Reasonable By Mvahcs And Have Been Presented In Writing At Least Two Weeks Prior To The Scheduled Inspection.
remove All Manway And Handhole Covers, Access Panels.
remove All Drum Internals.
clean All Fireside And Waterside Surfaces.
remove Insulation From Water Tube Boilers Steam And Mud Drum Ends And From Locations Where Pipes Are Connected To The Boiler.
arrange For Ladders, Lifts And Other Devices Necessary To Allow Access To The Boiler.
furnish Copies Of The Original National Board (nb) Manufacturer S Data Report Inspection Form That Was Prepared For The Boiler When It Was New And Nb Report Of Repair Forms If Boiler Pressure Vessel Repairs Have Been Performed.
6. Inspection Requirements For Boilers
consultant Shall Develop A Detailed List Of Information Required At Least Two Weeks Prior To The Inspection To Allow The Va To Compile The Information.
consultant Shall Develop A Detailed Schedule Of The Inspection In Consultation With The Va Cor To Ensure Availability Of Equipment As Needed During The Execution Of The Project.
visually Inspect The Following Items And Document The Locations With A Sketch Or Pictures. Any Adverse Findings Must Be Documented With Pictures And Notes In Detail. All Data Shall Be Included In The Final Report As Supporting Documentation.
review The Boiler/s History Including Operating Conditions, Date Of Last Inspection, Current Inspection Certificate, Asme Stamping, National Board Registration Number, Materials Of Construction, Extent Of Post Weld Heat Treatment, History Of Repairs And Modifications.
all Welded And Threaded Pipe Connections To The Boiler Shell Or Drum For Signs Of Leakage Or Defects In The Welded Areas. Defects Must Be Documented As To Location With A Sketch Or Picture And Be Non-destructively Tested.
boiler Support Structure For Proper Alignment, Evidence Of Sagging, Shifting Or Misalignment.
boiler Casings For Signs Of Warping, Misalignment And Overheating.
all Furnace Tubes And All Accessible Convection Tubes For Alignment, Evidence Of Corrosion, Erosion, Bulges, Sagging, Defective Or Deteriorated Welds.
exposed Surfaces Of Steam And Mud Drum In Furnace, Particularly Ligament Areas Between Tubes, For Evidence Of Corrosion, Cracking, Scale Buildup, Other Defects.
refractory For Cracking, Shifting, Sagging, Bulging Or General Deterioration.
internal Areas Of Steam Drum And Mud Drum (inside Boiler Shell In Fire Tube Boilers).
welded Outlet Connections.
surface Of Drums For Pitting Or Surface Discontinuities.
ligament Areas Between Tube Holes For Cracking.
each Tube End And Internal Surface Of Representative Number Of Tubes For Pitting, Erosion, Corrosion And Excessive Scale Buildup. Utilize Fiber Optic Inspection Equipment To Inspect Interior Of Tubes.
clean And Inspect Shell Or Tube Sheet Between Tube Holes For Cracking.
7. Mvahcs Responsibilities For Preparation Of Condensate Tanks Inspection
since Steam Production Cannot Cease, The Consultant And The Energy Center Supervisor Will Have To Work Closely To Develop An Inspection Schedule That Will Ensure The Facility Can Always Meet Feed Water Demand With Sufficient Backup.
8. Inspection Requirements For Condensate Tanks
national Board Inspection Code, Part Rb, Inservice Inspection Of Pressure-retaining Items.
review The Condensate History Including Operating Conditions, Date Of Last Inspection, Current Inspection Certificate, Asme Stamping, National Board Registration Number, Materials Of Construction, Extent Of Post Weld Heat Treatment, History Of Repairs And Modifications.
assess The External Parts Of The Condensate And Accessories And Piping For Safety, Accessibility, Cleanliness. Proper Operation, And Compliance With Codes.
inspect For Evidence Of Leakage.
inspect Condensate Tank Safety Valve Installation And Verify That The Valves Have Proper Set Pressure And Capacity And Are Properly Installed
inspect Support Structures For Proper Integrity And Allowance For Thermal Expansion.
internal Inspections:
visually Inspect All Visible Pressure Vessel And Tanks Surfaces For Corrosion, Material Thinning, Deposits, And Weld Cracking.
certified American Society For Non-destructive Testing (asnt) Level Ii Technicians Shall Perform Non-destructive Tests (ndt) Using The Wet Fluorescent Magnetic Particle (wfmt), Ultrasonic Testing (ut), And Any Other Necessary Non-destructive Tests.
completely Examine All Accessible Welds Utilizing The Wfmt Test Method. Properly Prepare The Surfaces Before Testing.
determine Pressure Vessel Material Thickness By Ut. Thickness Measurement Locations Shall Be Selected By Dividing The Storage Tank Heads Into Quadrants And Taking Measurements At Each Quadrant On Two Imaginary Rings In Each Head (eight Measurements Total) . Measurement Locations On The Shell Shall Be On Each Of The Quadrants, On Four To Six Locations Along The Length Of The Shell (16 To 24 Measurements Total). The Technician May Recommend Fewer Or More Tests To The Owner, Providing Justification.
typically, The Pressure Vessel Section Containing The Deaerator Trays And Sprays Is Not Accessible For Non-destructive Testing. The Experience Is That This Section, Which Is Mainly Exposed To Steam, Is Less Vulnerable To Weld Failures And Material Thinning Than The Storage Section Which Contains Condensate And Make-up Water.
9. Testing:
the Following Nondestructive Testing Shall Be Completed And Document As To The Location Or Findings With A Sketch Or Pictures. Any Adverse Findings Must Be Documented With Pictures And Notes In Detail. All Data Shall Be Included In The Final Report As Supporting Documentation.
ultrasonic Thickness Testing Of Representative Samples Of All Components.
obtain Sufficient Material Thickness Measurements To Accurately Reflect The Condition Of The Entire Boiler And Condensate Tank.
ultrasonic Thickness Testing Of All Areas Visually Noted To Have Corroded Or Eroded.
magnetic Particle Testing Of All Areas Where Indications Of Defects Have Been Found Visually.
metallurgical Analysis Of Representative Samples Of Boiler Metal If There Are Indications Or A Record Of Overheating.
10. Calculations:
the Consultant Shall Calculate And Report The Maximum Allowable Working Pressure Rating And Remaining Life Expectancy Based On The Thickness Measurements, Data Obtained, Observations And Testing For The Boiler And Condensate Tanks.
asme Code Formulas Must Be Used And References Provided In The Final Report.
calculate And Report The Depletion Rate Of Material Thickness.
remaining Life Calculation Shall Be Based On Original Material Thickness, Current Material Thickness, Evaluation Of Other Factors In The Condition Of The Boiler.
report Requirements:
provide Complete Written Report Fully With In 14 Calendar Days After Completion Of Boiler Inspected Report Shall Contain All Inspections And Tests Performed, Findings, And Recommendations. The Condition Of All Items Inspected Shall Be Stated Whether Acceptable Or Deficient. All Deficiencies Shall Be Fully Described Along With Recommendations For Methods Of Correction.
provide Oral Report Of Condition Of The Boiler To Vamc Engineering Management At The Conclusion Of The Inspection And Prior To Leaving The Site.
provide A Draft Report Microsoft (ms) Word Format Withing 7 Days Of The Completion Of Inspection For Review And Comment By The Cor. Once Approved By Va, Provide Ms Word Format And 6 Copies Of Final Report To Cor.
provide Complete Narrative Of The History Of The Equipment In The Plant And Current Conditions Of The Same As Well As An Analysis Of The Visual Inspections And Test Results, Photographic Views Of Deteriorated Areas And Photographs To Show Areas Identified As Not Acceptable For Continued Service Or Requiring Repair.
provide Calculations For Remaining Life Based On Calculated Present Maximum Allowable Working Pressure Vs. Original Maximum Allowable Working Pressure When The Boiler Was New. Show Locations And Extent Of All Non-destructive Testing By Sketches. (spec Writer Note: This Applies To Boiler, Deaerator And Only Condensate Tanks That Are Feed From Deaerator).
describe All Deteriorated Areas; Provide Expert Judgment On Need For Repairs And Repair Methods.
provide Expert Judgment On Cost Effectiveness Of Retaining The Boiler In Service.
provide Expert Analysis Of The Condition Of Boilers/ancillary Equipment And Recommended Extension To Useful Life In Years.
provide Photographs And/or Drawings And Show Where Each The Measurements Or Negative Observation Was Taken.
all Safety-related Deficiencies Shall Be Immediately Reported To The Cotr During The Inspection Visit.
provide Recommendations On Need For Re-inspections After Correction Of Deficiencies. Cost Of Re-inspections Shall Be Extra Cost Negotiated With Va Contracting Officer.
Security:
contractor S Personnel Will Utilize A Temporary Vendor S Security Badge Throughout The Duration Of The Inspection.
contractors Are Required To Check In With The Energy Center Supervisor Or Boiler Operator Upon Arrival At Facility To Obtain Instructions, Work Orders And Project Location Information.
Closing Date28 Feb 2025
Tender AmountRefer Documents
Landkreis Elbe Elster Tender
Civil And Construction...+1Civil Works Others
Germany
Details: Lot 02 - Shell - Construction site equipment and protective devices - Water management - Excavation and disposal Soil: 1000m³ - Substructure: 680m³ - Insulation under floor slab: 630m² - Frost protection and strip foundations: 50m³ - Earthing system - Underground pipes (tw + Sw) - House inlets - Concrete floor slab 25cm: 625 m² - Masonry Aw - Aerated concrete 550 m² - Masonry Iw - Ks 730 m² - Interior wall concrete Sb 3 30m² - Elevator walls reinforced concrete: 130m² - Reinforced concrete supports various designs 20m - Filigree ceilings 670 m² - Ring beams various designs 235 m - Prefabricated stairs and landings: 10m² - Expansion of reinforced concrete stairs and closing opening - Various demolitions and conversions
Closing Date20 Jan 2025
Tender AmountRefer Documents
U S COAST GUARD USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Details: General Requirements
1. Scope
1.1 Intent. This Standard Specification Invokes General Requirements For Conducting Vessel Repairs Performed By Commercial Contractors At A Coast Guard Facility For Coast Guard Vessels.
2. References
coast Guard Drawings
none.
coast Guard Publications
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
other References
none.
3. Requirements
3.1 General. The Contractor Must Conform To All Requirements Specified In Sflc Std Spec 0000 And In This Item, As Applicable, During The Performance Of This Availability. The Requirements Of This Wi Apply To All Work Under The Scope Of This Contract, Whether Explicitly Stated In All Following Work Items Or Not, And To All Other Work Subsequently Authorized By Changes, Modifications, Or Extensions To The Contract.
3.2 Period Of Performance. The Period Of Performance For This Work Is 24mar2025-05may2025
3.3 Location. The Contractor Must Perform The Work While The Uscgc Waesche Is Alongside The Pier At U.s. Coast Guard Base Alameda, Coast Guard Island, Alameda Ca 94501.
58310_mla_1124_418
item 1: Folding Boom Cranes, Biennial Maintenance, Perform
1. Scope
1.1 Intent. This Work Item Describes The Requirements For The Contractor To Inspect, Perform Maintenance, And Test Folding Boom Cranes Listed In Table 1.
table 1 – List Of Folding Boom Cranes
crane
location
manufacturer / Model Number
coast Guard Tech Pub
crane No. 2
main Deck, Port Side, Aft Of Frame 95
appleton Marine Inc. / Fb90-28
7903
crane No. 4
main Deck, Port Side, Aft Of Frame 90
appleton Marine Inc. / Fb90-28
7903
crane No. 3
main Deck, Stbd Side
appleton Marine Inc. / Fb90-28
7903
1.2 Government-furnished Property.
mti
item Description
nsn/pn
qty
estimated Cost ($/unit)
y
*cb-oth Mark Iv
(coast Guard Drawing 26b-cb-iv-801-001)
n/a
1 Ea.
n/a
y
*long Range Interceptor Ii
(lri-ii) Cutter Boat
(coast Guard Drawing 35-lri-ii-801-001)
n/a
1 Ea.
n/a
2. References
coast Guard Drawings
coast Guard Drawing 26b-cb-iv-801-001, Rev -, Booklet Of General Plans
coast Guard Drawing 35-lri-ii-801-001, Rev -, General Arrangement
coast Guard Drawing 418a-wmsl 801-001, Rev A, Booklet Of General Plans
coast Guard Drawing 750-wmsl-320-579, Rev -, Electrical Installations Iwo New Aft Folding Cranes
coast Guard Drawing 750-wmsl-583-508, Rev -, Installations Iwo Aft Folding Cranes
coast Guard Fleet Drawing Fl-1702-11, Rev -, Inspection Of Sheaves
coast Guard Publications
coast Guard Technical Publication (tp) 7903, Swbs 583, Oct 2021, Aft Boat Handling System –model Fb90-28
surface Forces Logistics Center Standard Specification 0000 (sflc Std Spec 0000), 2022, General Requirements
surface Forces Logistics Center Standard Specification 5000 (sflc Std Spec 5000), 2022, Auxiliary Machine Systems
surface Forces Logistics Center Standard Specification 6310 (sflc Std Spec 6310), 2022, Requirements For Preservation Of Ship Structures
other References
the Society For Protective Coatings (sspc) Surface Preparation Specification No.11 (sspc-sp 11), 2020, Power Tool Cleaning To Bare Metal
3. Requirements
3.1 General.
3.1.1 Cir. The Contractor Must Submit A Cir For The Inspections Listed In The Following Paragraph(s):
3.3 Inspect And Repair Task Particulars (task #1, #2, #3 And #7)
3.1.2 Tech Rep. The Contractor Must Provide The Services Of A Qualified Technical Representative Who Is Familiar With The Folding Boom Cranes, Appleton Marine Inc. Model Fb90-28, To Accomplish The Following On Site:
advise On Manufacturer's Proprietary Information Pertinent To The System.
ensure Compliance With Manufacturer's Procedures And Standards During Inspections, Repairs, Calibration And Testing.
3.1.2.1 Ensure The Tech Rep Has Experience With The System/equipment Stated Above And Demonstrated On Their Résumé.
3.1.2.2 Submit The Name And Résumé Of The Tech Rep With The Contractors Bid.
3.1.3 Protective Measures. The Contractor Must Furnish And Install All Protective Measures In Accordance With Sflc Std Spec 0000, Paragraph 3.3.3 (vessel Component, Space, And Equipment Protection).
3.1.3.1 Protection Of Fine Surfaces. The Contractor Must Protect All Fine Surfaces In Accordance With Sflc Std. Spec 5000.
3.1.3.2 Hydraulic System Contamination Protection. The Contractor Must Maintain Existing Hydraulic Cleanliness In Accordance With Sflc Std. Spec 5000.
3.1.4 Interferences. The Contractor Must Handle All Interferences In Accordance With Sflc Std Spec 0000, Paragraph 3.3.5 (interferences). Known Interferences Include, But Are Not Limited To The Following:
piping
electrical Cables
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
3.2 Operational Test, Initial. Prior To Commencement Of Work, The Contractor Must Witness Coast Guard Personnel Perform An Initial Operational Test Of All Items Or Shipboard Devices To Be Disturbed, Used, Repaired, Or Altered, To Demonstrate Existing Operational Condition. Submit A Cfr.
3.3 Inspect And Repair Task Particulars. The Contractor With Tech Rep Support Must Perform Tasks Listed In Table 2 In Accordance With Sflc Std Spec 5000 And Tp 7903. See Applicable Drawings And Tech Pub In Section 2 For Technical Information And Installation Details.
table 2 – Task List
additional Requirements
#
task Type
qty
component Or Assembly
appendix And Para. From Sflc Std Spec 5000
other
tech Pub 7903
1
operate And Inspect
3
folding Boom Crane
3.2.1
submit A Cir. Document The Existing Software Program/version.
note: There Is An Issue While Running Cranes #2 And #4 In Tandem (with A Load In Remote). While Hoisting, The Operator Receives Indication Crane #4 Is Overloading. Users Must Override To Operate The Cranes In Tandem. The Contractor Will Need To Conduct This “operate And Inspect” Task Under Load To Troubleshoot This Issue.
2
operate And Inspect
1
chest Pack (chest Pack Controls And Junction Boxes)
3.2.1
submit A Cir.
note: There Is One Chest Pack. It Should Be Rotated Between All Three Cranes.
3
operate And Inspect
1
control Console
3.2.1
submit A Cir.
4
service & Inspect
&
groom & Lubricate
3
crane Assembly
3.2.2
perform All Preventive Maintenance Actions As Indicated On Table 4-1 Of Cg Tp 7903, Regardless Of Specified Interval. Inspect Hydraulic Hoses For Leaks, Abrasions, Swelling And Defects. Inspect Entire Folding Crane Assembly For Signs Of Leakage, Cracks, Structural Damage And Deformations. Submit A Cfr.
note 1: Only Check The Torque Of 25% Of The Turntable Bearing Mounting Bolts (4-3.18.1) – Include A Diagram Of The Bolts That Were Checked In The Cfr For This Section.
note 2: Take Off Removable Hose Sleeves And Hose Fitting Tape For Inspection, If Applicable. Reinstall Hose Sleeves And Fitting Tape Upon Completion Of Inspection
5
service And Inspect
3
cranes (mechanical/hydraulic)
3.2.2
inspect Swing Drives, Swing Motor, Swing Manifold, Hydraulic Swivel, Slew Bearing, Slew Bearing Gear, Slew Bearing Bolts, Slew Bearing Wear Inspection, Main Control Manifold, Wire Rope, Elr Manifold, Heel Pins, Jib Pins, Telescope Cylinders, Slide Pads, Jib And Luffing Cylinders, Sheaves, Crane Block Assembly, 10 Ton Hook, Snatch Block, Winch, Constant Tension System, Overhaul Ball. Fasteners, Submit A Cfr.
6
partially Preserve
3
folding Boom Crane Assembly
3.2.4, 3.2.4.3.2, 3.2.4.4, And 3.2.4.5.1
7
hydraulic Lube Oil Analysis
3
hydraulic System
c2.1.3.1
submit A Cir.
8
service And Inspect
1
hydraulic Power Unit (hpu)
3.2.2
inspect Prime Mover/link Motor, Hpu Pumps, Hpu Reservoir, Hpu Tank Heaters, Oil Cooler, Hpu Manifold And Hoses. Hpu Temperature Transmitter, Hpu Display, Hpu Controls, Joysticks And Control Cabinet In Accordance With Tp 7903.
9
system Relief Valves, Switches And Indicators
1
hydraulic System
in Accordance With Tp 7903, Verify Set Points, Adjustment And Calibration On:
pump Compensator Relief Valve
system Relief Valve.
winch Limit Adjustment.
load Monitor Indicators
crane Position Indicators
submit A Cfr.
10
disassemble And Inspect
1
hydraulic Oil Heat Exchanger
3.2.3
disassemble To The Minimum Extent Necessary To Clean The Heat Exchanger.
11
service And Inspect
2
hydraulic System
crane Motor A And B
3.2.2
perform Insulation Resistance Test In Accordance With Ansi/easa Ar 100-2020.and Section 3 Of Tp 7903 Submit A Cfr.
12
service And Inspect
3
cranes
(electrical)
3.2.2
inspect Load Pin, Boom Angle Transducer, Jib Angle Transducer, Swing Angle Encoder, Length Transducer, Turret Enclosure, Flood Lights And Electrical Cables
13
operational And Weight Test
3
folding Boom Crane Assembly
perform In Accordance With Paragraph 3.5 Of This Work Item.
14
fabricate And Install
3
label Plate
b2.9
name Plate Must Also Include Additional Information Of Dynamic Load Test, Brake Test And Wll Weights.
3.3.1 Materials. The Contractor Must Provide All Parts (i.e. All Greases, Lubricating Oils, Hydraulic Fluid, Hydraulic Oil Filters, Tank Breather Elements And Other Miscellaneous Materials) And Materials Including, But Not Limited To, The Items Listed In Table 3 Below, To Conduct The Required Maintenance Actions Listed Above.
table 3 – List Of Parts
quantity
part Number
description
source Of Supply
1
ymd-8861-r
hpu Hydraulic Return Filter
appleton Marine Inc.
1
ymd-10416
hpu Hydraulic Return Filter
2
ymd-12209-r
pressure Filters (for Crane No.2 & 4)
1
ymd-12234-r
(0280d005bh4hc)
pressure Filters (for Crane No.3)
1
ymd-12234-r
(0060d005bh4hc)
pressure Filters (for Crane No.3)
3.3.2 Hose Inspection. The Contractor Must Visually Inspect The Condition Of All Flexible Hoses; Tp7903 Has A Comprehensive List Of Hoses And Their Locations. Submit A Cfr With The Following:
hose Number
hose Physical Condition
service Life Dates (date For Required Hose Renewal; If Not Specified, Add Twelve Years To Installation Date)
3.3.2.1 If Not Present, The Contractor Must Provide New Hose Tags, In Accordance With Sflc Std Spec 5000, Paragraph C2.2.1.4. Ensure Tag Color Coding Of Black On Natural Or Black On White. Ensure That Tags Must Be Attached Using Materials That Will Not Damage Hose Assembly In Any Way Or Interfere With The Normal Flexing Motion Of The Hose.
3.3.2.2 The Contractor Must Stamp, Engrave, Or Etch The Following Information On Each Tag. Handwritten Information On Each Tag Is Not Acceptable. Utilize The Cutter’s Hose Log For Information As Necessary.
hose Log Item Number (serial Number)
hydrostatic Test Pressure (psi)
hydrostatic Test Date (dd/mm/yy)
service Life (replacement Date) Date (qtr "q"/fy)
3.4 Preservation Requirements. The Contractor Must Perform The Following Work To Accomplish The First Bulleted Requirement Of Sflc Std Spec 5000 (para 3.2.4.3.2).
3.4.1 All Other Requirements As Specified From Sflc Std Spec 5000 Regarding “partially Preserve” Remain Applicable.
3.4.2 In Addition To Partial Preservation, Abrade Entire Crane Surface And Provide Aesthetic Topcoat.
note
coast Guard Personnel Will Operate All Shipboard Machinery And Equipment.
note
certain Water Weight Bags May Be Too Large To Fit Within The Notch. Ensure Test Weights Are Able To Fit Within The Notch To Accomplish All Testing.
caution
do Not Exceed The Working Load Limit (wll) Of The Cranes For Any Of The Tests Listed In Appendix A, Cg Tp 7903. Exceeding The Wll Could Result In Equipment Damage And/or Personnel Injury.
3.5 Operational And Weight Testing. The Contractor Must Perform The Appleton Marine Inc. “start-up And Overhaul Test Procedure”, Appendix A Of Cg Tp 7903 Items 1-10. Static Load Test (item 2.1) Is Not Required. Perform All Testing With Cutter At Or Near 0-degree Trim And 0-degrees List. Record And Provide All Testing Data Of Appendix A, Cg Tp 7903 Via A Cfr. Utilize Test Weights That Will Ensure The Boom Can Be Extended Horizontal In The Notch.
3.5.1 The Contractor Must Supply Weights And A Certified Dynamometer To Conduct Load Testing, Submit Cfr With Certification Details. Perform All Testing In The Presence Of The Coast Guard Inspector And The Tech Rep.
3.5.2 Upon Successful Completion Of The Load Testing, Operational Testing Must Be Performed Using The Various Gfp Small Boats In Accordance With The Test Procedure Detailed In Appendix A, Cg Tp 7903.
3.6 Bearing Wear Inspection. The Contractor Must Conduct A Bearing Wear Inspection Of The Turntable Bearing, For All Cranes In Table 1, In Accordance With Cg Tp 7903 Appendix B. Submit A Cfr With Test Results As Compared With The Baseline Measurements In Table 4.
table 4 – Cgc Waesche Turntable Bearing Baseline (15july2018)
3.7 Operational Test, Post Repairs. After Completion Of Work, The Contractor Must Thoroughly Test, In The Presence Of The Coast Guard Inspector And Demonstrate All Items Or Shipboard Devices That Have Been Disturbed, Used, Repaired, Altered, Or Installed To Be In Satisfactory Operating Condition. Submit A Cfr.
3.8 Touch-up Preservation. The Contractor Must Prepare And Coat All New And Disturbed Exterior And Interior Surfaces To Match Existing Adjacent Surfaces, In Accordance With Sflc Std Spec 6310. Abide By All Touch-up Requirements Outlined In Sflc Std Spec 6310.
4. Notes
this Section Is Not Applicable To This Work Item.
Closing Date11 Feb 2025
Tender AmountRefer Documents
Philippine International Convention Center Tender
Housekeeping Services
Philippines
Details: Description Request For Quotation Date: January 30, 2025 Rfq No. 2025-mc-62 _____________________________ _____________________________ _____________________________ _____________________________ (company Name & Address) Sir/madam: The Philippine International Convention Center, Inc. (picci), Through Its Bids And Awards Committee, Intends To Procure Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum, With An Approved Budget For Contract (abc) Of Four Hundred Thousand Pesos (₱400,000.00), Vat Inclusive, Which Will Be Undertaken In Accordance With Section 53.9 Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184. Please Quote Your Best Offer For The Service/s Described Herein, Subject To The Terms Of Reference Provided For This Rfq. Submit Your Quotation/offer Duly Signed By You Or Your Duly Authorized Representative Not Later Than 3:00 P.m. Of _february 7, 2025_. A Copy Of The Following Shall Be Submitted Along With Your Quotation/offer: A. 2025 Mayor’s/business Permit; In Case The Mayor’s Permit Is Pending Renewal, Attach Proof Of Renewal I.e. Or/sales Invoice; B. Bir Registration Certificate; C. Philgeps Registration Number; D. Omnibus Sworn Statement; And E. Copy Of The Terms Of Reference Duly Signed On All Pages. Open Quotations May Be Submitted Manually Or Through Email At The Address And Contact Numbers Indicated Below. For Any Clarifications, You May Contact Ms. Carreen M. Mangaya At Telephone No. (02) 8789-4761 Or Email Address At Cmmangaya@picc.gov.ph Kristine Angelica E. Agujo Head, Bac Secretariat/ Procurement Unit Rfq No. 2025-mc-62 Terms Of Reference I. Project Title: Supply Of Labor And Materials For The Cleaning Of Cistern Tanks At The Delegation Parking, Powerhouse And Forum Ii. Approved Budget For Contract (abc): Four Hundred Thousand Pesos (₱ 400,000.00), Vat Inclusive. Iii. General Scope Of Works: The Works Include The Supply Of All Materials, Tools, Labor, Equipment And Other Services Necessary For The Cleaning And Maintenance Of The Delegation, Powerhouse And Forum Cistern Tank. The Following Features Of The Work Shall Be Performed, But Not Limited To The Following: 1.0 General Requirements: 1.1 Mobilization Manpower, Tools, Materials And Equipment. 1.2 Securing Of Surety, Performance And Guarantee Bonds 1.3 Health And Safety Requirements - Personal Protective Equipment (ppe). All Workers Shall Wear Their Company Uniform. - The Contractor Shall Install Two (2) – Safety Signage, Same As The Picc Standard Signage, 22” X 32”, Printed In Sintra Board. Text To Be Provided By Picc. - The Contractor Shall Provide Necessary Safety Equipment Needed Like Exhaust System During Actual Cleaning. 1.4 Demobilization Manpower, Tools, Equipment, Including Hauling-out Of Debris. 2.0 Cleaning Of Cistern Tanks (delegation, Powerhouse And Forum) 2.1 Draining/pumping Of The Tank’s Water Residual Content To A Considerable Level To Facilitate Efficient, Effective And Economical Cleaning System. Draining Should Be Properly Coordinated So That All Water To Be Re-use Or For Watering The Plants. 2.2 Provide Submersible Pumps With Hose, High Pressure Washer, Exhaust Ventilation Units, Ladders And Lights. 2.3 Brushing And Scraping Of Slime, Scales And Other Sedimentary Deposits At The Tanks Bed And Laterals (wall Chambers). 2.4 De-rusting Of Equalizing Pipe, Supply Lines, Domestic Pumps Suction Lines Inside The Tank. Manhole Steel Covers Should Be De-rusted/repainted With Primer And Final Coated With Qde. 2.5 Mixing/stirring Of Water With Loose Dirt/scales And Slime For Siphoning. 2.6 Manual Cleaning Of Left-over Dirt (cannot Be Pumped-out). 2.7 Rinsing The Tanks Inner Walls With Plain Water Using High Pressure Washer (first Stage). 2.8 Rinsing The Tank With Chlorinated Water Of Higher Concentration Than Maynilad To Effect Safe Sanitation On The Tanks Inner Wall Using Higher Pressure Washer. 2.9 Neutralizing The Tanks Chemical Toxity To Safest And Most Acceptable Level By Re-washing Or Further Rinsing With Plain Water. 2.10 Testing And Commissioning. Testing Shall Be Done By Taking Samples Of Water For Testing On Approved Water Testing Laboratories For Bacteriological And Physicochemical Analysis Of Drinking Water. If The Result Of Water Testing Failed, Same Procedure Of Cleaning Shall Be Done Before Testing Is Again Administered. Result Of Water Testing Shall Be Submitted A Week After Refilling The Cistern Tank Or The Soonest Possible Time. 3.0 Repainting Of The Manhole Cover Of The Delegation, Powerhouse And Cistern Tanks With Top Coat Of Elastomeric Paint. 4.0 Repainting Of The Exterior Wall Of The Power House And Forum (including Generator Set And Pressure Tank Room) Cistern Tank. Use Semi-gloss Latex Paint. 5.0 Application Of Sealant For All Manhole Covers. Sealant To Be Used Shall Be Moisture-curing And Elastic Joint Sealant. 6.0 Restoration Of All Affected Areas (perimeter Of Cistern Tanks) 7.0 Cleaning And Hauling Out Of All Garbage. Iv. General Conditions: A. Interpretation 1. The Contract Documents, Specifications And Drawings Are Mutually Complimentary. What Is Noted In One Although Not Shown In Other Shall Be Considered Contained In All, In Case Of Conflict. The Specifications Shall Prevail Over The Drawings. The Documents Forming The Contract Shall Be Interpreted In The Following Order Of Priority: A. Contract/construction Agreement B. Contractor’s Bid C. Special Conditions Of The Contract D. Specifications E. Drawings F. Bill Of Quantities G. Any Other Document Listed In The Special Conditions Of The Contract As Forming Part Of The Contract. 2. The Contractor Shall Examine All The Issued Documents Relating To The Work And Must Have Verified All The Existing Conditions At The Site. No Considerations Will Be Given For Any Alleged Misunderstanding Of Misinterpretations Of The Specifications And Materials To Be Used Or Work To Be Done. 3. All Works Should Be Properly Coordinated With Picc Representative/bsd Project-in-charge. 4. All Cleaning System (excluding Of Water Pumping) Should Be Done Manually And Avoid Too Much Vibration Causing Work Process That Can Be Detrimental Effect To The Concrete Walls And Bed. Furthermore, All Chemicals To Be Used For The Cleaning And Sanitizing Works Should Have Been Tested/proven Safe For Such Application In The Industry, And For Approval Of The Picc Project-in-charge. 5. The Tank Should Be Inspected By The Project-in-charge Or His Authorized Representative To Determine Its Condition And Readiness For The Refilling. The Interior Wall Should Be Thoroughly Cleaned, Sanitized And Well Rinsed Prior To Re-watering Or Refilling. 6. Work Completion Time Should Be Religiously Followed By The Contractor. 7. Cost Of Re-work/restoration On Damage/s Due To Contractor’s Poor Workmanship Or Negligence Should Be Done By The Contractor. 8. The Contractor Should Free Picc From Any Problem, Legal Suit/s Or Whatsoever That May Arise Or Claims Or All Of The Personnel Employed By The Contractor Of The Project. 9. For Suppliers And Contractors With On-going Deliveries Of Projects At The Picc Who Had Incurred Late Deliveries Or Negative Slippage In Their Activities Or Were Rated “unsatisfactory” In Their Previous Performance Are Not Qualified To Join In This Bidding. B. Possession Of Site 1. The Contractor Admits That He Has Inspected The Site Where The Work Will Be Performed; That He Has Informed Himself Fully As To The Conditions Which Might Affect The Nature, Extent And Cost Of The Work Required; That Picc Shall In No Way Be Responsible For Any Additional Costs Or Expenses Which May Develop On Account Of Failure Of The Contractor To Make Accurate Examination Of Present Or Future Factors Attendant To The Execution. 2. Tapping Of Equipment And Other Related Works Shall Be Properly Coordinated With Picc’s Representative For Provision Of Electrical Power. 3. The Picc Shall Designate A Specific Area To Be Used By The Contractor As Temporary Facilities/storage Area/administration Area In Connection With The Project. The Contractor Must Submit Layout Of The Mentioned Temporary Facilities And Must Be Approved By The Picc Management. 4. The Picc Shall Allow The Contractor To Tap From The Existing Electrical Connections To Be Used In The Latter’s Temporary Facilities, For This Purpose, The Picc Shall Install A Sub-meter Which Was Provided By The Contractor For Power Consumptions And Shall Be Billed Accordingly. C. Contractor’s Obligation 1. The Contractor Shall Perform All Works Necessary To Fully Accomplish The Project. 2. A Joint Inspection Must Be Conducted By The Contractor And Picc Representative, On The Specific Works To Be Done For This Project. 3. The Conractor Is Required To Inspect And Examine The Site And The Surroundings Of The Project To Arrive At An Estimate Of The Labor, Materials, Equipment, Facilities And Services Necessary To Carry Out The Works. 4. The Contractor Shall Commence Execution Of The Works On The Start Date And Shall Carry Out The Works In Accordance With The Program Of Work Submitted By The Contractor, As Updated With The Approval Of Picc Representative And Complete Them By The Intended Completion Date. 5. The Contractor Shall Provide All Supervision, Labor, Materials, Plant And Contractor’s Equipment, Which May Be Required. 6. The Contractor Shall Be Liable To All Fire And Accident Claims And Other Related Claims Arising From The Injuries And Damage, Which Occurred In The Vicinity. 7. The Contractor Shall Free The Picc And Its Personnel From And Against All Liability For Damages Arising From Injuries Or Liabilities To Persons Or Damages To Property Occasioned By Any Act Of Omissions Of The Contractor Including Any And All Expenses Which May Be Incurred By Picc And Its Personnel In The Defense Of Any Claim, Action Or Suit. 8. Any Work That May Affect The Operation, Security And Image Of The Center Shall Be Coordinated Properly With Picc Representative And Shall Be Done In Accordance With The Center’s Approved Schedule. 9. Cost Of Rework And Restoration Of Damaged Properties Due To Contractor’s Poor Workmanship Or Negligence Shall Be Borne By The Contractor. 10. The Contractor Must Submit List Of Personnel Assigned To The Project Including Their Nbi Clearances/barangay Clearance Before Commencing The Above Scope Of Works. D. Warranty The Warranty Shall Be One (1) Year Reckoned From The Date Of Final Turn-over And Acceptance. E. Terms Of Payment 1. Full Payment Shall Be Made Upon Completion Of The Project And Will Be Process Upon Submission Of The Following Documents: A. Letter Request Of The Contractor For The Release Of Payment. B. Work Accomplished As Validated And Certified By Picc’s Representative. C. Photographs Of Work Accomplished. D. Invoice E. Bacteriological Analysis And Physicochemical Test. 2. Full Payment Shall Be Subject To Five Percent (5%) Of The Contract Amount As Retention Money. The Total “retention Money” Shall Be Due For Release Upon Final Acceptance Of The Works. 3. The Picc Representative Shall Check The Contractor’s Request For Payment And Certify The Amount To Be Paid To The Contractor As Progress Payments. Materials And Equipment Delivered On The Site But Not Completely Put In Place Shall Not Be Included For Payment. 4. Picc Shall Pay The Contractor The Amounts Certified By Picc’s Representative Within Twenty-eight (28) Calendar Days From The Date The Request For Payment Is Evaluated And Approved. No Payment Interest Shall Be Made For The Delayed Payments And Adjustments. F. Contractor Qualification 1. The Contractor Shall Be Pcab Licensed With A Classification Of General Building, “d” Category With At Least Three (3) Years’ Work Experience In Cleaning Of Cistern Tanks. 2. The Minimum Work Experience Required For Key Personnel: Key Personnel Relevant Experience 1 – Project Engineer License Civil Engineer/ Architect Must Have At Least Three (3) Years’ Experience As Supervisor Of Civil Works. 1 – Full Time Safety Officer Minimum Of Three (3) Years’ Work Experience As Safety Officer/practitioner. Must Have Certificate Of Employment As Safety Officer And Certificate Of Training In Occupational Safety And Health From Dole Or Any Dole Accredited Training Institution. 3. The Minimum Major Equipment Required For The Project Are The Following: Item No. Number Of Units Description Of Equipment 1 2-units 5hp Sump Pump G. Workmanship The Work Throughout Shall Be Executed In The Best And Most Thorough Manner To The Satisfaction Of Picc And Its Engineers And Supervisors Who Will Jointly Interpret The Meaning Of The Scope Of Work And Its Conditions And Shall Have The Power To Reject The Work, Method Of Accomplishing Every Part Of Work And Material Used Which In Their Judgement Are Not In Full Accordance Therewith And Are Disadvantageous To Picc. H. Schedule Of Work Schedule Of Cleaning Shall Be During Holy Week For The Delegation And Powerhouse Cistern Tanks. The Forum Cistern Tank Shall Be Scheduled Just After The Holy Week. Note: Delays Due To Work Stoppage Ordered By Picc Shall Not Be Counted Against The Set Completion Date. I. Liquidated Damages In Case Of Delay In The Completion Period Inclusive Of Duly Granted Time Extensions, If Any, The Contractor Shall Be Liable For Damages And Shall Pay The Picc For Liquidated Damages In An Amount Equivalent To At Least One (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Services For Everyday Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Award Without Prejudice To Other Courses Of Action And Remedies Open To It. V. General Conditions Of The Contract: 1. All Prices Quoted Herein Are Valid, Binding And Effective For One Hundred Twenty (120) Calendar Days From Date Of Quotation. 2. The Contractor Shall Be Responsible For The Source(s) Of His Services/equipment Shall Make Deliveries In Accordance With Schedule, Quality And Specifications. Failure By The Awardee To Comply With The Same Shall Be Ground For Cancellation Of The Award. 3. The Contractor Shall Pick Up Rs And Ntp Issued In His Favor Within Three (3) Days After Receipt Of Notice To That Effect. A Telephone Call, Fax Transmission Or Email Shall Constitute An Official Notice To The Awardee. Thereafter, If The Rs Remain Unclaimed, The Said Rs Shall Be Sent By Messengerial Service To The Awardee At The Latter’s Expense. To Avoid Delay In The Service Of The Requesting Agency’s Requirement, All Defaulting Awardees Shall Be Precluded From Proposing Or Submitting A Substitute Sample. 4. Subject To The Provisions Of The Preceding Paragraph, Where Awardee Has Accepted A Ntp But Fails To Deliver The Services Within The Time Called For In The Same Order, He Shall Be Extended A Maximum Of Fifteen (15) Calendar Days Under Liquidated Damages To Make Good His Services. Thereafter If Awardee Has Not Completed Delivery Of Services Within The Extended Period, The Subject Rs & Ntp Shall Be Cancelled And The Award For The Undelivered Balance Withdrawn From That Awardee. The Picc-bac Shall Then Purchase The Required Services From Such Other Source(s) As It May Determine, With The Difference In Price To Be Charged Against The Defaulting Awardee. Refusal By The Defaulting Awardee To Shoulder The Price Difference Shall Be Ground For His Disqualification From Future Bids Of The Same Or All Items, Without Prejudice To The Imposition Of Other Sanctions As Prescribed Under Ra 9184 And Its Irr-a. 5. All Services By The Contractor Shall Be Subject To Inspection And Acceptance By The Picc. 6. A Penalty Of One Tenth (1/10) Of One Percent (1%) Of The Total Value Of Services/works Shall Be Deducted For Each Day Of Delay Including Sundays And Holidays In The Delivery Of The Services. 7. All Transactions Are Subject To Withholding Of Creditable Value Added Tax (vat) Per Revenue Regulation No. 10-93.
Closing Date7 Feb 2025
Tender AmountPHP 400 K (USD 6.8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy2024 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Pagbilao By-pass Road, Package A Pagbilao, Quezon Contract Id No. : 24d00289 Contract Location : Quezon Province Scope Of Works : Lane Widening Of 2 Lanes Carriageway With 3.95 M Wide, 1.68 M Shoulder/ Shared Bike Lane With Paved Shoulder In Section I: Sta. 135+826.20 – Sta. 136+726.20 And Section Ii: Sta 140+215- Sta. 140+265.00 Section Iii: Sta. 140+400.00 – Sta. 140+500.00. Construction Of 6 Lanes Carriageway 3.35-3.95 M Wide, 1.68 M Shoulder/ Shared Bike At Sta. 140+180.00 – Sta. 140+215.00. Carriageway Construct With Item 200(1) Aggregate Subbase Course 0.25m. Thk. And Item 311(1)e1 Pccp 0.28 Thk. And Bikelane Construct With Item 200(1) Aggregate Subbase Course 0.30m. With Item 311(1)e1 Pccp 0.23 Thk. Approved Budget For The Contract : ₱28,950,000.00 Net Length : Road Concreting (1.260 Lane Km.) Source Of Funds : Fy 2024 Gaa For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Doh Health Faciities Enhancement Program (hfep) Other Facilities - Siniloan Dialysis Center, Laguna Contract Id No. : 24d00290 Contract Location : Laguna Province Scope Of Works : Structural - Foundation Works From Grid 5-7/a-c - All Concrete Beams From Grid 5-7/a-c - Roofing Works (trusses, Purlins, And Sagrods) From Grid 5-7/a-c Architectural - Chb Walls – 150mm Thk. & 10mm Thk. With Cement Plaster Finish - Prepainted Metal Roofing Sheets With Gutter & Ridge Rolls - Exterior And Interior Wall Partition - Doors And Windows - Floor Finishes Plumbing - Construction Of Catch Basin - Installation Of Sewer Line Pipes And Fittings Electrical And Auxiliaries - Rough-ins For Switch Boards, Panel Boxes, And Conduits - Grounding System Approved Budget For The Contract : ₱5,970,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 3. Name Of Contract : Doh Health Faciities Enhancement Program (hfep) Lgu Hospitals – Cavite Municipal Hospital – Maragondon, Cavite Contract Id No. : 24d00291 Contract Location : Cavite Province Scope Of Works : Structural - Foundation Works: All Isolated Footings And Slab-on-grade - All Concrete Beams And Concrete Columns - Roofing Works: All Trusses, Purlins, And Sagrods Architectural - Cement Floor Finish (plain) - Cement Plaster Finish - Chb: 100mm Thk. And 150mm Thk. - Roofing Works (flashings, Gutter, And Metal Sheets) Plumbing - Construction Of Cistern Tank, Catch Basin, And Septic Tank - Installation Of Waterline Pipes And Fittings Electrical And Auxiliaries - Fittings And Accessories - Rough-ins For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Grounding System Approved Budget For The Contract : ₱11,940,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 4. Name Of Contract : Doh Health Faciities Enhancement Program (hfep) Construction Of New Super Health Centers / Rhu Cavite Super Health Center, Cavite Contract Id No. : 24d00292 Contract Location : Cavite Province Scope Of Works : Structural - Concrete Foundation Works - Slab-on-grade And Suspended Slab - Concrete Beams And Concrete Columns - Stair - Roofing Works (trusses, Purlins And Sagrods) Architectural - Ceiling Works: Fiber Cement Board On Metal Frame - Finishing Hardware For Doors - Doors And Windows - Roofing Sheet And Accessories - Waterproofing - Tiles - Plaster On Both Sides - Painting Works: Masonry/ Conrete And Steel - Reflective Insulation - Chb Walls - Railing Plumbing - Construction Of Cistern Tank, Catch Basin, And Septic Tank - Installation Of Sewer Line Pipes And Fittings - Installation Of Storm Drainage And Downspout - Installation Of Plumbing Fixtures (water Closet, Kitchen Sink, Floor Drain Plates, Bidet, Faucet, And Hose Bibb) - Installation Of Waterline Pipes And Fittings Electrical And Auxiliaries - Fittings And Accessories - Rough-ins For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Lighting Fixtures And Lamps - Grounding System - Fire Extinguishers Approved Budget For The Contract : ₱11,940,000.00 Source Of Funds : Fy 2024 Ra 11975 Regular 2024 Current Contract Duration : 180 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation/application Of Road Safety Facilities (roadway Lighting) Along Tanza-trece Martires City-indang Rd - K0048 + (-848) - K0051 + 305 Contract Id No. : 25d00021 Contract Location : Cavite Province Scope Of Works : Installation Of Solar Led Street Light (100watts) 10 Meter Pole Along Along Tanza Trece Martires City-indang Rd - K0048+(-848) - K0051+305 Both Sides With 20 Meters Spacing And Reconstruction Of Drainage Structure. Approved Budget For The Contract : ₱103,255,000.00 Net Length : Solar Street Lights : 416 Units Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 240 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Street Light Along Tanza-trece Martires City-indang Rd - K0035 + (-302) - K0042 + 353 Contract Id No. : 25d00022 Contract Location : Cavite Province Scope Of Works : Installation Of Solar Led Street Light (100watts) 10 Meter Pole Along Tanza-trece Martires City-indang Rd (k0035+(-302) To K0042+353) Both Sides With 20 Meters Spacing And Reconstruction Of Drainage Structure. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Solar Street Lights : 768 Units Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Street Light Along Tagaytay-nasugbu Rd - K0076 + 000 - K0090 + 952 Contract Id No. : 25d00029 Contract Location : Batangas Province Scope Of Works : • Installation Of Solar Street Lights • Reconstruction Of Reinforced Concrete Pipe Culvert • Reconstruction Of Open Lined Canal Grouted Riprap Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1202 Units Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Guinayangan -tagkawayan Diversion Road, Package D, Quezon Contract Id No. : 25d00035 Contract Location : Quezon Province Scope Of Works : Limited To The Construction Of The Superstructure Of The Bridge At Pier “4” With A Length Of 100 Meters And 14 Meters Wide And Other Miscellaneous Items Of Work. Approved Budget For The Contract : ₱96,500,000.00 Net Length : Bridge : 640.00 L.m. (8,960.00 Sq.m.) Source Of Funds : Fy 2025 Nep For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. For Item Nos. 5, 6, 7 & 8 The Bac Is Conducting The Public Bidding For This Contract Pursuant To Gppb Circular 06-2019 Dated July 17, 2019 (guidelines On The Implementation Of Early Procurement Activities) In Relation To The Provisions Of The Republic Act 9184 And Its Implementing Rules And Regulations (irr). The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On October 08, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On October 15, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before October 29, 2024 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On October 29, 2024 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810220 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. October 07, 2024 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
Closing Date20 Feb 2025
Tender AmountPHP 289.5 Million (USD 5 Million)
The village of Miskovice Tender
Civil And Construction...+2Others, Building Construction
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the Public Contract is Construction Works and Related Supplies and Services Consisting in the Implementation of Construction Modifications and Extensions of Sokolovna, No. 87 In the Municipality of Miskovice in the Central Bohemian Region, Including the Necessary Preparation of Land, Paved Areas, Land Improvements, Implementation of Construction Works and Technological Objects and Other Construction Components, Using the Design & Build Method. Part of the construction is the implementation of clean floor surfaces, tiling and paving, but not the delivery of the interior equipment and catering equipment itself. The supply of interior equipment and catering equipment will be part of a separate procurement procedure. The building is divided into the following buildings: A) Sat 01 – Sokolovna, B) Sat 02 – Courtyard, C) Sat 03 – Playground. Part of the Subject of Fulfillment of the Public Contract Is, in particular: A) Processing of Project Documentation, which will include the following parts: A. Documentation for Construction Implementation (dps). Dps Will Be Prepared On The Basis Of Dúr+dsp From 2020 In The Wording Of The Updated Version Of The Addendum From 2023 Including A Detailed Item Budget With A Statement Of Areas, B. Documentation Of The Actual Execution Of The Construction Incl. Geometrical Plan and Focus of the Actual Construction, C. Operational Documentation, D. Documentation for the Needs of the Cadastral Office. B) Implementation of Construction Activities in the Form of Realization of Construction Modifications and Extensions of Sokolovna, No. 87 In the Municipality of Miskovice, i.e. Execution of construction works and technological objects in accordance with the contract and project documentation. C) Ensuring Approval. More detailed information is provided in other parts of the Public Procurement Terms and Conditions, which are an integral part of the Tender Documentation of this Public Procurement, i.e. In the Project Documentation for the Issuance of a Joint Permit (major+dsp) Entitled "Reconstruction of the Sokolovna" From 2020 As Amended from 2023 (hereinafter referred to as "Project Documentation Entitled "Reconstruction of the Sokolovna") and the Binding Model Contract.
Closing Date9 Jan 2025
Tender AmountRefer Documents
4081-4090 of 4200 archived Tenders