Paint Tenders

Paint Tenders

Provincial Government Of Aklan Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 19.1 Million (USD 327.5 K)
Details: Description 1. 10 Units - Fiberglass Boat With Marine Engine Dimension (length X Depth X Breadth): 30 Ft X 3.28 Ft X 4.26 Ft Inclusions: · Shafting - 3/4 In. X 8 Ft W/thread · Stainless Propeller - 3/4 In. X 9 In. · Stainless Rudder - 5/8 In. X 4 Ft · Brass Tube - 3/4 In. X 7 Ft · Cross Joint - 3/4 In. X 1 Ft Prime Mover: · Brand New 9.2 Hp, Single Cylinder, Four-stroke, Vertical, Air-cooled Diesel Engine · Maximum Power Developed: Atleast 93% Of The Rated Maximum Power · Continuous Power Developed: Atleast 83% Of The Rated Maximum Power · Specific Fuel Consumption At Continuous Running Test: 350 G/kw-hr With Aklan Provincial Logo Engraved And Painted On Fiberglass 2. 20 Sets - Walking-type Agricultural Tractor (pull-type) Type: Single Axle, Pull Type, Circular 50 Mm Diameter Actual Field Capacity: 0.19 Ha/hr, Minimum Fuel Consumption During Plowing: 1.8l/h, Maximum Field Efficiency: 86% Minimum Prime Mover: · Brand New 8.0 Hp, Single Cylinder, Direct Injection, Horizontal, Water-cooled Diesel Engine · Maximum Power Developed: Atleast 91% Of The Rated Maximum Power · Continuous Power Developed: Atleast 86% Of The Rated Maximum Power · Specific Fuel Consumption At Continuous Running Test: 350 G/kw-hr Implements: · Disc Plow (2 Discs), Minimum · Leveler · Comb Harrow · Moldboard Plow · With Cage Wheel (2 Pcs) And Brand New Pneumatic Tires (2 Pcs) · With Heavy Duty Trailer One (1) Ton Capacity With 2 Brand New Pneumatic Tires 3. 20 Units - Walking-type Agricultural Tractor (float-assist) Type: Single Axle-driven, Float-assisted Tiller Field Capacity: 0.44 Ha/hr, Minimum Field Efficiency: 84%, Minimum Width Of Cut: 950 Mm, Minimum Prime Mover: · Brand New 9.2 Hp, Single Cylinder, Four-stroke, Vertical, Air-cooled Diesel Engine · Maximum Power Developed: Atleast 84% Of The Rated Maximum Power · Continuous Power Developed: Atleast 85% Of The Rated Maximum Power · Specific Fuel Consumption At Continuous Running Test: 350 G/kw-hr 4. 20 Units - Mechanical Rice Thresher Type: Throw-in, Axial-flow, Single Open Peg Tooth Cylinder With Fan Threshing Capacity: 2000kg/hr, Minimum Threshing Efficiency: 99.8%, Minimum Threshing Recovery: 97% Minimum Total Losses: 3% Maximum Mechanically Damaged Grain: 1% Maximum Net Cracked Grains: 2%, Maximum Noise Level, Db(a): 95 Db (a) Maximum With Pulley (1pc) And Belts (2 Pcs) ***wtat-pull Type Engine Will Also Be Used As Prime Mover For Thresher ***amtec Tested Coupled With Engine Of Wtat-pull Type 5. 5 Units - Rice Reaper Type: Four Rows, Reciprocating Cutting Knife, Gear Driven Prime Mover: 5.22 Kw, Single Cylinder, Gasoline Engine Field Capacity: 0.35 Ha/hr, Minimum Field Efficiency: 80%, Minimum Header Loss: 0.5% Maximum Conveying Loss: 1% Maximum Total Machine Loss: 1.5% Maximum Noise Level: 92 Db (a), Maximum Cutting Width: 1200mm, Minimum Adjustable Cutting Height With Brand New Pneumatic Tires (2 Pcs) 6. 8 Sets - Water Pump And Engine Pump: · Single-end Suction, 100mm X 100mm, Self-priming Centrifugal Pump · Total Head: 20 M, Minimum · Suction Lift: 6m, Minimum · Discharge Rate Capacity: 25 L/s, Minimum Prime Mover: · 8 Hp, Four-stroke, Single Cylinder, Horizontal, Water-cooled Diesel Engine · Fuel Tank Capacity: 10 L · Lubricating System: Force Feed Type · Dry Weight: 85 Kg, Maximum Inclusions And Fittings: · One (1) Piece 4” Diameter Foot Valve · Pump And Engine Steel Base · Pulley , 1 Pc · Belt, 2 Pcs. · Flexible Hose, 30m Minimum Amtec Test For Prime Mover Must Conform To The Following: · Maximum Power Developed: Atleast 91% Of The Rated Maximum Power · Continuous Power Developed: Atleast 86% Of The Rated Maximum Power · Noise Level: 90 Db(a), Maximum · Specific Fuel Consumption At Continuous Running Test: 350 G/kw-hr 7. 4 Units - Corn Mill Type: Steel Huller, Hammer Mill-type, Stationary Screen With Rotating Brush Dimension (l X W X H): 1340 X 700 X 2050mm, Maximum Weight: 330 Kg, Maximum Input Capacity: 200 Kg/hr, Minimum Main Product Recovery: 55%, Minimum Losses: 5%, Maximum Degermer Efficiency: 80%, Minimum Prime Mover: Electric Motors (2 Units), 2.2kw Each (4.4 Kw Total), 220 V, 1760 Rpm Features: · Rotating Parts Are Enclosed. · Equipped With An Emergency Stop Button 8. 4 Units - Corn Sheller Type: Table Fed, Single Cylinder, Closed Frame Cylinder With Sifter Dimension (l X W X H): 2300 X 1500 X 1650 Mm, Maximum Shelling Capacity: 4000 Kg/hr, Minimum Shelling Recovery: 97%, Minimum Shelling Efficiency: 99.5%, Minimum Purity: 98% Minimum Prime Mover: · Brand New 9.2 Hp, Single Cylinder, Four-stroke, Vertical, Air-cooled Diesel Engine · Maximum Power Developed: Atleast 84% Of The Rated Maximum Power · Continuous Power Developed: Atleast 85% Of The Rated Maximum Power · Specific Fuel Consumption At Continuous Running Test: 350 G/kw-hr 9. 8 Sets - Walking-type Agricultural Tractor (rotary Tilling Type - Cultivator) Type: Rotary Tilling, Axle Driven, Hexagonal Cutting Width : 620 Mm, Minimum Prime Mover: 5.9kw, Four Stroke, Single Inclined , Aircooled Gasoline Engine Inclusions: · Modlboard Plow With Minimum Width Of 250 Mm · Bed Former With Minimum Working Width Of 400 Mm And Height Of 200 Mm Amtec Test For Unit Must Conform To The Following: · Field Capacity: 0.16 Ha/hr, Minimum · Fuel Consumption During Plowing: 2.70 L/hr, Maximum · Field Efficiency: 90%, Minimum · Dry Weight: 165 Kg, Maximum · Noise Level: 95 Db (a), Maximum Additional Requirements: • All Machineries Must Undergo Acceptance Testing. • All Machineries Must Have Provincial Government Of Aklan Logo And The Supplier's Contact Number And Logo. • Supplier Must Train Beneficiaries On Proper Operation, Maintenance, And Troubleshooting Of The Machineries. • With Complete Basic Tools And Accessories As Indicated In Paes • Must Conform To The Philippine National Standards/philippine Agricultural And Biosystems Engineering Standards For Respective Machinery/engine • Warranty Period: 1 Year From The Date Of Acceptance Of The Recipient/beneficiary • Supplier Should Have A Dealership Certification For The Machinery And Engine From The Authorized Distributor/manufacturer Of The Brand Being Offered Specific To The Project. • Supplier Must Have A Service Center In Panay With Competent Technicians. • Supplier Must Have A Namdac Certificate Issued By Pcaf. • Supplier Must Have A Permit To Operate Issued By Da-bafe Region Vi • With Amtec Test Report For Coupled Systems (except Item 1), Individual Machineries, And Engines. • The Engine Brand Offered Must Be Available In The Local Market For The Last 30 Years X-x-x

Province Of Misamis Oriental Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.2 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax/trust Fund Intends To Apply The Sum Of Three Million Six Hundred Forty Two Thousand One Hundred Eighty Seven And 42/100 (php 3,642,187.42) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Water System Brgy. San Isidro, Balingasag, Misamis Oriental, Under Purchase No. 0037-25 Dated January 13, 2025. Description Of Works I. Other General Requirements B.5 Project Billboard/signboard B.7(1) Occupational Safety And Health Program B.9 Mobilization/demobilization Ii. Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A. Elevated Concrete Tank 803(1)a Structure Excavation 804(1)a Embankment (from Structure Excavation) 804(4) Gravel Fill 900(1)c1 Structural Concrete, Class “a” (28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Falseworks 1032(1)a Painting Works (masonry/concrete) Part B. Water Supply 1002(1)e Galvanized Iron Pipes With Fittings (50mm Dia.) 1201(3) Submersible Multi-stage Deepwell Pump With Control 1201(12) Valves And Pipes Fittings 1600(2) Pipeline Trench Excavation 1601(1) Fill And Backfill 1602 Installation Of Pipeline 1724(16) Pump House And Accessories Part C. Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 161 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Indian Air Force - IAF Tender

Goods
Paints and Enamels
GEM
Corrigendum : Closing Date Modified
India
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
Description: Enamel, Synthetic, Exterior (a) Under Coating (b) Finishing Paint (v3) Confirming To Is 2932

Urban Administration And Development Tender

Works
Paints and Enamels
Eprocure
India
Closing Date17 Feb 2025
Tender AmountINR 2.3 Million (USD 27.2 K)
Description: Painting Work, Replacement Of Broken Jalis And Other Necessary Maintenance Work In Shri Vasudev Chaukhande Garden Located On Nanda Nagar Road No. 15 Under Ward No. 25 Zone No. 06

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Soon5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Catarman, Northern Samar Tel. No.: (055) 500-0559 Invitation To Bid For: 1. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar, Through Fy 2025 Gaa Intends To Apply The Sum Of The Approved Budget For The Contract (abc) Stated Below Being The Abc To Payments Under The Contracts Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected And Declared Non-complying/failed. 2. The Dpwh – Northern Samar 1st Engineering District Office, Through Its Bids And Awards Committee (bac), Invites Contractors To Submit Bids For The Following Contract/s: 1. Contract Id : 25ih0022 Contract Name : Construction Of Multi-purpose Building, Cidg Provincial Office, Camp Carlos Delgado, Barangay Calachuchi, Catarman, Northern Samar Contract Location : Catarman, Northern Samar Brief Description/scope Of Work : Construction Of Two (2) Storey Multipurpose Building With A Total Floor Area Of 153.6 Sq.m (9.6m Length X 8m Width), Which Includes Electrical Works On Ground Floor And Second Floor, Doors And Windows Complete, Ceiling On Second Floor, Cold Waterlines, Sewer Lines, Storm Drainage And Downspout, Catch Basin, Plumbing Works And Fixtures On Ground And Second Floor, Ramp And Railings, Masonry Or Concrete Painting Works And Steel Painting Works, Truss Approved Budget For The Contract (abc) : Php 4,949,705.91 Source Of Funds : Fy 2025 Gaa Contract Duration : 122 Calendar Days Cost Of Bidding Document : Php 5,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category, For “small B” As Per Pcab Resolution No. 201, Series Of 2017, (b) Completion Of A Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity Source (nfcc) At Least Equal To The Abc. For This Purpose, The Major Categories Of Work Are: 25ih0022 & 25ih0023 – Bicwoplc – Buildings: Construction – Without Piles – Low Rise – Concrete (frame)(1 To 5 Storeys) Contractor/applicants Who Wish To Participate In This Bidding Are Require To First Register With The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila, While Those Already Registered 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 Days From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (lrr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Dates And From Address/websites Stated Below And Upon Payment Of The Applicable Fee (nonrefundable) For The Bidding Documents, Pursuant To The Latest Guidelines Issued By Gppb, In The Amount Stated Above. Bidders Can Make Payment For The Purchase Of The Bidding Documents At Any Dpwh Field Offices. The Scheduled Of Key Procurement Activities Is Shown Below: Procurement Activity Date / Time Place 1. Issuance / Posting Of Bidding Documents January 16, 2025 – February 5, 2025 @ 1:00 P.m. * Hard Copies At Bac Secretariat, Dpwh – Nsfed, Office, Catarman, N, Samar * Downloadable From (a) Dpwh Website Www.dpwh.gov.ph, (b) Philgeps Website Www.philgeps.gov.ph, And (c) Website Of Concerned Foreign Financing Institution. 2. Pre-bid Conference January 24, 2025 @ 10:00 A.m. At The Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Pre-bid Conference Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 3. Deadline For Receipt / Submission Of Bids February 5, 2025 @ 1:00 P.m. Bac – Dpwh Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Submit Your Bids Through Our Official Electronic Mail (electronicbids_northernsamar1@dpwh.gov.ph) 4. Opening Of Bids (upon Availability Of Eligibility Results) February 5, 2025 Immediately After The Deadline Of Submission Of Bids Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar *you Can Join The Opening Of Bids Through [zoom - Meeting Id : 86527944585, Password : 810941 & Https://www.youtube.com/@dpwh.nsamar1deo] 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 8. The Pre-bid Conference Will Be Held On Dates Stated Above At Bac Office/ Conference Room, Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar And/or Through Videoconferencing/webcasting Via ( Zoom), Which Shall Be Open To Prospective Bidders. Bidding For The Above-mentioned Cy 2025 Projects Shall Be Conducted “short Of Award” Pending Availability/receipt Of Fund Fy 2025. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_northernsamar1@dpwh.gov.ph For Electronic Submission On Or Before February 5, 2025 At 1:00 P.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 5, 2025 Immediately After The Deadline Of Submission Of Bids At Bac Office / Conference Room, Dpwh – Northern Samar First Engineering District Office, Catarman, N. Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Northern Samar 1st District Engineering Office, Catarman, N. Samar Reserves The Right To Accept Or Reject Any And All Bids, Declare Failure Of Bidding, Or Not Award The Contract At Any Time Prior To The Contract Award In Accordance With Sections 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. 13. For Further Information, Please Refer To: The Head, Bac Secretariat Bac Office, Dpwh – Nsfed, Catarman, N. Samar Tel. No.: (055) 500-2536 Email Add: Arao.joan_candylou@dpwh.gov.ph Approved: Vicente C. Galecio Bac - Chairman Noted: Alvin A. Ignacio District Engineer Dates Of Dpwh Web/philgeps Posting : January 16 - 22, 2025 Dpwh-nsfdeo Bulletin Board

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.9 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Seven Hundred Ninety Four Thousand Three Hundred Eighty And 43/100(php 3,794,380.43) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Brgy. Poblacion, Alubijid, Misamis Oriental, Under Purchase No. 0011-25 Dated November 12, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Palin And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works & Fire Alarm System 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 67 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

DEPT OF THE NAVY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. the Intent Of This Notice Is To Identify Qualified, Experienced, And Interested Offerors Capable Of Performing The Type Of Work As Described Herein For Information And Planning Purposes. the Information Received Will Be Utilized Within The Navy To Facilitate The Planning And Decision Making Process And Will Not Be Disclosed Outside Of The Agency. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Information Requests. In Accordance With Federal Acquisition Regulation (far) 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. background Information: united States Naval Hospital (usnh) Yokosuka, Located At Commander Fleet Activities Yokosuka (cfay) In Japan, Has Identified The Need To Renovate The Emergency Department, Inpatient Pharmacy, Radiology, Sterile Processing Department, Surgery Suites, And The Laboratory In Order To Improve The Flow And Functionality Of Operations. The Scope Of Work Will Include Civil, Landscape Architecture, Architecture, Interior Design, Structural, Heating, Ventilation, And Air Conditioning (hvac), Plumbing, Electrical, Communications, Cybersecurity, Fire Protection, Including Life Safety, Physical Security, Antiterrorism / Force Protection (at/fp), Hazardous Material Abatement, Sustainability, And Energy Conservation Compliance Design. general Information: naval Facilities Engineering Systems Command (navfac) Far East (fe), Core Execution Team (cet), Is Seeking Potential Sources For A Design-bid-build (dbb) Construction Project At Usnh Yokosuka In Japan. The Magnitude Of This Construction Project Is Between $100,000,000 And $250,000,000 Or Japanese Yen Equivalent. the Construction Project Will Consist Of The Following Three Packages: package A – Electrical Infrastructure package B – Building 1400/1407 Alterations package C – Building 1400 Operating Room see Enclosure (1) Description Of Proposed Construction For More Information On The Scope Of Work For All Three Packages. the Following Constraints May Be Anticipated: package A Is The Base Bid Work And Must Be Completed Before Work Under Packages B And C Can Begin. packages B And C Are Option Items To Be Funded And Exercised Approximately 18 Months After Contract Award. packages B And C May Be Performed Concurrently. the Contractor Shall Furnish All Labor, Management, Supervision, Tools, Materials, Equipment, Incidental Engineering, Temporary Facilities, And Transportation Necessary To Perform Alterations Of Multiple Departments In The Existing Usnh Yokosuka. The Proposed Scope Of Work Includes, But Is Not Limited To, Office Renovation, Building Demolition, Built-in Equipment Repair/replacement, Piping Repair/replacement, Pipe Lagging, Electrical Work, Mechanical Work, Carpentry Work, Road Pavement, Fencing, Roofing, Painting, Site Work, Concrete Work, Masonry, Welding, Incidental Removal And Disposal Of Lead Based Paint And Asbestos Containing Material, Construction And Maintenance Of Temporary Phasing Facilities, And The Procurement, Relocation, Installation And Certification Of Real Property Installed Equipment And Personal Properties Including Medical Equipment, Furniture And Low Voltage System Equipment. the Contract Type Will Be Firm-fixed-price (ffp) With An Estimated Construction Completion Date Based On The Following: package A = 576 Calendar Days package B = 1488 Calendar Days package C = 986 Calendar Days contractor Licensing Requirements: this Contract Will Be Performed In Its Entirety In The Country Of Japan. Contractors Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Contract. Prior To Award Of Any Contract, Offerors Must Be Registered To Do Business And Possess An Appropriate License Issued By The Ministry Of Land, Infrastructure And Transport Or Prefectural Government In Order To Perform Work Under This Contract. Offerors Will Be Required To Provide Verification On Such License Prior To Award If Such Information Is Not Already On File With Or Available To The Contracting Officer. status Of Forces Agreement: the U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The U.s.-japan Status Of Forces Agreement (sofa) To Any Offeror Awarded A Contract For This Requirement. Furthermore, Unless Specifically Provided, The U.s. Government Shall Not Certify Any Employees Of A Contractor As “members Of The Civilian Component” Under Article I(b) Of The Sofa. submission Requirements: interested Sources Are Invited To Respond To This Sources Sought Notice By Completing And Submitting Enclosure (2) Contractor Information Form, To Demonstrate Capabilities, Capacity, And Experience, And To Provide Comments On The Proposed Construction. A Maximum Of Five (5) Projects Are Allowed And The Submission Should Be No More Than 12 Single-sided Pages Or 6 Double-sided Pages (including Attachments), And Single-spaced With 12-point Font Minimum. The Capabilities Package Must Be Complete And Sufficiently Detailed To Allow The Government To Determine The Firm’s Qualifications To Perform The Defined Work. respondents Will Not Be Notified Of The Results Of The Navy’s Market Research. Navfac Fe Will Utilize The Information For Acquisition Planning Purposes. All Data Received In Response To This Sources Sought Notice Marked Or Designated As Corporate Or Proprietary Information Will Be Fully Protected From Release Outside The Government. please Respond To This Sources Sought Announcement Electronically To Teresa Aguon At Teresa.f.aguon.civ@us.navy.mil No Later Than 1430 Pm Japan Standard Time (jst) On 20 February 2025. No Telephone Calls Or Facsimiles Will Be Accepted. Responses Received After The Deadline Or Without The Required Information May Not Be Considered. Since This Is A Sources Sought Announcement Only, Evaluation Letters Will Not Be Issued To Any Respondent.

Fraunhofer Company To Promote The Tender

Others...+1Civil And Construction
Germany
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Description: To the tender 'painting work 70-00001-2390-07'

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.4 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Four Million Nine Hundred Ninety Eight Thousand Five Hundred Seventy Four And 75/100(php 4,998,574.75) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Perimeter Fence At Tula Elementary School, Alubijid, Misamis Oriental, Under Purchase No. 0006-25 Dated December 26, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboard/signboards B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization Part Iii Construction Of Perimeter Fence A. Earthworks, Structural Works And Finishing Works 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(7) Gravel Fill 900(1)c4 Structural Concrete Class A, 28 Days 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formsworks And Falseworks 1027(1) Cement Plaster Finish 1032(1)a Painting Works (masonry/concrete) 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel, 100mm) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 76 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman

Municipality Of Matag ob, Leyte Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.4 K)
Details: Description Invitation To Apply For Eligibility To Bid The Local Government Unit Of Matag-ob, Through Its Bids And Awards Committee (bac), Invites Suppliers /manufacturers/distributors/ Contractors To Apply For Eligibility And To Bid For The Hereunder Projects. Name Of Projects : Water System Rehabilitation To Highland Barangays (mansaha-on, Naulayan, San Sebastian, Sta. Rosa-lgu Counterpart) Location : Brgy. Mansaha-on, Brgy. Naulayan, Brgy. San Sebastian, Brgy. Sta. Rosa, Matag-ob, Leyte Appropriation : Php 2,948,712.89 Source Of Fund : 20% Ldf (lgu, Brgy. Sta. Rosa, Brgy. San Sebastian, Brgy. Mansahaon) Description Quantity Unit Improvement Of Water System At Brgy. Sta. Rosa General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L.s. Mobilization And Demobilization 1.00 L.s. Construction Of Storage Tank Structure Excavation 3.06 Cu. M. Supply & Install Of Steel Reinforcement 526.04 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L.s. Supply & Place 3000 Psi Concrete 5.28 Cu. M. Fabricate And Install Security Lock For Water 1.00 Set Tank Cover, Including Accessories Cement Plaster Finish 24.35 Sq. M. Supply & Apply Waterproofing Inside Portion 26.79 Sq. M. Of Water Tank Supply & Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works (faucet, Piping, Etc.) 1.00 L. S. Repair Of The Existing Tank & Communal Faucet 1.00 L. S. (sitio Campisaw) Repair Of The Tapstand Above The Brgy Hall 1.00 L. S. Construction Of Intake Tank Structure Excavation 5.60 Cu. M. Supply & Install Of Steel Reinforcement For Wall Footing 50.28 Kgs And Top Slab Supply & Install Of Formworks/scaffoldings For Wall 1.00 L. S. Footing Supply & Place 3000 Psi Concrete For Wall Footing And 0.62 Cu. M. Top Slab Fabricate & Install Security Lock For Water Tank Cover 1.00 Set Including Accessories 100mm Chb Non Load Bearing (including Reinforcing 12.80 Sq. M. Steel) Cement Plaster Finish 12.80 Sq. M. Plumbing Works 1.00 L. S. Improvement Of Water System At Brgy. San Sebastian General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L. S. Mobilization And Demobilization 1.00 L. S. Construction Of Storage Tank Structure Excavation 5.30 Cu.m. Supply & Install Of Steel Reinforcement 555.38 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L. S. Supply & Place 3000 Psi Concrete 6.16 Cu. M. Fabricate And Install Security Lock For Water Tank 1.00 Set Cover Including Accessories Cement Plaster Finish 27.40 Sq. M. Supply And Apply Waterproofing Inside Portion Of 30.14 Sq. M. Water Tank Supply And Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works (faucet, Piping, Etc.) 1.00 L. S. Improvement Of Water System At Brgy. Naulayan General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L.s. Mobilization And Demobilization 1.00 L.s. Construction Of Storage Tank Structure Excavation 2.88 Cu. M. Supply & Install Of Steel Reinforcement 563.20 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L. S. Supply & Place 3000 Psi Concrete 12.65 Cu. M. Fabricate & Install Security Lock For Water Tank Cover 1.00 Set Including Accessories Cement Plaster Finish 28.60 Sq. M. Supply & Apply Waterproofing Inside Portion Of Water 31.46 Sq. M. Tank Supply & Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works 1.00 L. S. Improvement Of Water System At Brgy. Mansaha-on General Requirements Project Billboard/signboard 1.00 Each Construction Safety And Health 1.00 L.s. Mobilization And Demobilization 1.00 L.s. Construction Of Storage Tank Structure Excavation 7.92 Cu. M. Supply & Install Of Steel Reinforcement 800.60 Kgs Supply & Install Of Formworks/scaffoldings 1.00 L. S. Supply & Place 3000 Psi Concrete 10.92 Cu. M. Fabricate And Install Security Lock For Water Tank Cover 1.00 Set Including Accessories Cement Plaster Finish 28.00 Sq. M. Supply & Apply Waterproofing Inside Portion Of Water 48.00 Sq. M. Tank Supply & Apply Paint For Steel Materials/structure 1.00 L. S. Plumbing Works (faucet, Piping, Etc.) 1.00 L. S. Construction Of Intake Tank Structure Excavation 5.60 Cu. M. Supply & Install Of Steel Reinforcement For Wall 50.28 Kgs Footing And Top Slab Supply & Install Of Formworks/scaffoldings For 1.00 L. S. Wall Footing Supply & Place 3000 Psi Concrete For Wall Footing 0.62 Cu. M. And Top Slab Fabricate And Install Security Lock For Water Tank 1.00 Set Cover Including Accessories 100mm Chb Non Load Bearing (including Reinforcing 12.80 Sq. M. Steel) Cement Plaster Finish 12.80 Sq. M. Plumbing Works 1.00 L. S. Prospective Bidders Should Have Experience In Undertaking A Similar Profit Within The (the Last Two Years) With An Amount Of At Least 50% Of The Proposed Profit For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Nondiscretionary (pass/fail) Criteria. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conferences, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Govern By The Pertinent Provision Of R. A.9184 And Its Implement Rules & Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents January 16-february 5, 2025 2. Pre –bid Conference January 24, 2025/9:00 Am 3. Opening Of Bids Documents February 6, 2025/ 9:00 Am 4. Bids Evaluation February 6, 2025/ 9:00 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payments Of A Non-refundable Amount Of (please Refer To Bac Secretariat) To The Local Government Unit Treasurer. The Local Government Unit Of Matag-ob, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: Ofelia M. Senecio Bac Chairwoman
4001-4010 of 4929 active Tenders