Paint Tenders

Paint Tenders

Offizielle Bezeichnung Tender

Civil And Construction...+1Others
Germany
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m

Metropolitan Naga Water District Tender

Civil And Construction...+2Construction Material, Pipe Line Project
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)
Details: Description Item No. Description Quantity Unit 1. Excavation A. Trench (100mm Ø) , 1107 Lm (75mm Ø) , 148 Lm (50mm Ø) , 118 Lm B. Bellhole 24 M³ 2. Installation Of Upvc Pipes With Partial Backfilling, Compaction And Warning Tape (100mm Ø) , 1107 Lm (75mm Ø) , 148 Lm (50mm Ø) , 118 Lm 3. Installation Of Fittings And Other Materials A. Materials 100mm Ø X 90° C.l. Elbow, W/ Bng , 1 Pc. 100mm Ø X 178mm C.i. Sleeve-type Coupling W/ Bng (adapted To Upvc And Gi Pipe) , 1 Pc. 100mm Ø C.i. Tee, M/m/m, W/ Bng , 1 Pc. 100mm Ø X 45° Ci. Elbow, M/m , 8 Pcs. 100mm Ø X 11.25° Upvc Bend, Cl. 150 With Machine Installed Plastic Ring Homogenously Bonded With Rubber Ring , 2 Pcs. 100mm Ø X 22.5° Upvc Bend, Cl. 150 With Machine Installed Plastic Ring Homogenously Bonded With Rubber Ring , 1 Pc. 75mm Ø X 22. 5° Upvc Bend, Cl. 150 With Machine Installed Plastic Ring Homogenously Bonded With Rubber Ring , 2 Pcs. 75mm Ø X 11.25° Upvc Bend, Cl. 150 With Machine Installed Plastic Ring Homogenously Bonded With Rubber Ring , 2 Pcs. 16mmø X 6m Round Bar , 174 Pcs Madrigal Sand , 70 Cu.m B. Labor (100mm Ø) , 14 Units (75mm Ø) , 4 Units 4. Interconnection A. Materials 1. Interconnection A 75mm X 50mm Ø C.i. Cross Tee Reducer, M/m/f/f W/ Bng , 1 Pc. 50mm Ø X D.i. Gate Valve, F/f W/ Bng , 1 Pcs 50mm Ø D.i. Adaptor, F/m W/ Bng (adapted To C.i Reducer Cross Tee And D.i. Adaptor) , 2 Pcs. 150mm Ø C.i. Valve Box Cover , 1 Pcs. 150mm Ø Upvc Pipe, Cl 150 , 1 Mtrs. 1m X 1m X 1/4" Thk Neoprene , 1 Pc. 50mm Ø X 6m Gi Pipe, Sch.40 , 1 Pc. 2. Interconnection B 100mm Ø C.i. Tee, M/m/f W/ Bng , 1 Pc. 100mm Ø X D.i. Gate Valve, F/f W/ Bng (adapted To D.i. Adaptor) , 1 Pc. 100mm Ø D.i. Adaptor, F/m W/ Bng , 1 Pc. 150mm Ø C.i. Valve Box Cover , 1 Pc. 150mm Ø Upvc Pipe, Cl 150 , 1 Mtrs. 1m X 1m X 1/4" Thk Neoprene , 1 Pc. 5. Fabrication & Installation Of Culvert Crossing (100mm Ø) , 1 Units (75mm Ø) , 1 Units 6. Fabrication & Installation Of Fire Hydran And Blow-off With Concrete Barricade And Concrete Pad (100mm Ø) , 2 Units (75mm Ø) , 1 Unit (50mm Ø) , 2 Units 7. Sand Bedding And Sand Cover (100mm Ø) , 1107 Lm (75mm Ø) , 148 Lm (50mm Ø) , 118 Lm 8. Hydrotesting, Disinfection And Flushing (100mm Ø) , 1107 Lm (75mm Ø) , 148 Lm (50mm Ø) , 118 Lm 9. Final Backfilling And Compaction A. Trench (100mm Ø) , 1107 Lm (75mm Ø) , 148 Lm (50mm Ø) , 118 Lm B. Bellhole , 24 M³ 10. Fabrication Of Safety Protectors And Warning Signs , 1373 Lm 11. Concrete Cutting , 782 Lm 12. Concrete Breaking , 32 M³ 13. Concrete Restoration , 32 M³ 14. Thrust Blocks Installation , 0.5 M³ 15. Interconnection To Existing Waterline A. Materials 1. Interconnection I 100mm Ø C.i. Wye Tee, F/f/f W/ Bng , 1 Pc 100mm Ø X D.i. Gate Valve, F/f W/ Bng (adapted To C.i. Wye Tee) , 1 Pc 100mm Ø D.i. Adaptor, F/m W/ Bng , 1 Pc. 100mm Fabricated Gi Short Pipe W/ 1/2" Thk Steel Flange W/ Bng (adapter To D.i Gate Valve And C.i. Sleeve Coupling) , 1 Pc. 100mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng (adapted To Upvc And Gi Pipe) , 2 Pc. 100mm Ø X 45° C.l. Elbow, M/m W/ Bng , 2 Pcs. 150mm Ø C.i. Valve Box Cover , 1 Pc. 150mm Ø Upvc Pipe, Cl 150 , 1 Mtr. 1m X 1m X 1/4" Thk Neoprene , 1 Pc. 2. Interconnection Ii & Iv 50mm Ø C.i. Tee, M/m/m, W/ Bng , 2 Pcs. 50mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng , 2 Pcs. 50mm Ø X 6m Gi Pipe, Sch.40(for Thrust Block) , 1 Pc. 3. Interconnection Iii 50mm Ø C.i. Tee, M/m/m W/ Bng , 1 Pc. 50mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng , 2 Pcs. 4. Interconnection V 75mm Ø C.i. Tee, F/f/f W/ Bng , 1 Pc. 75mm Ø X D.i. Gate Valve, F/f W/ Bng , 2 Pcs (adapted To C.i. Cross Tee And D.i. Adaptor) 75mm Ø D.i. Adaptor, F/m W/ Bng , 3 Pcs. 75mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng , 1 Pc. 150mm Ø C.i. Valve Box Cover , 2 Pcs. 150mm Ø Upvc Pipe, Cl 150 , 2 Mtrs. 1m X 1m X 1/4" Thk Neoprene , 1 Pc. 5. Interconnection Vi 75mm Ø C.i. Tee, M/m/f W/ Bng , 1 Pc. 75mm Ø X D.i. Gate Valve, F/f W/ Bng (adapted To C.i. Tee) , 1 Pc. 100mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng , 1 Pc. 75mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng , 1 Pc. 100mm Ø X 75mmø C.i. Reducer, M/f W/ Bng , 1 Pc. 150mm Ø C.i. Valve Box Cover , 1 Pc. 150mm Ø Upvc Pipe, Cl 150 , 1 Mtr. 1m X 1m X 1/4" Thk Neoprene , 1 Pc. 6. Interconnection Vii "200mm Ø X 100mm Ø Fabricated Wye W/ 1/2"" Thk Steel Flange(painted) " , 1 Pc 100mm Ø X 178mm D.i. Sleeve-type Coupling W/ Bng , 1 Pc 100mm Ø X D.i. Gate Valve, F/f W/ Bng (adapted To C.i. Tee) , 1 Pc 100mm Ø D.i. Adaptor, F/m W/ Bng , 1 Pc.

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 6.1 Million (USD 105.7 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-10 (pr No. Bt-25-infra-rice-39835-0008) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Rice 2025-current Fund Intends To Apply The Sum Of Six Million One Hundred Thirty-eight Thousand Six Hundred Ten Pesos And 53/100 Only (p6,138,610.53) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of Warehouse Located At Brgy. San Pablo, Tabon-tabon, Leyte.” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within One Hundred Eighteen (118) 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 Qty Uom Desription Total Cost Supply Of Labor And Materials For The Construction Of Warehouse Located At Brgy. San Pablo, Tabon-tabon, Leyte P6,138,610.53 96 Sq.ft Signboard/billboard 1 I.s. Mobilization/demobilization And Temporary Shelter 600 Sq.m. Clearing And Grubbing 82.77 Cu.m. Structure Excavation 371 Cu.m. Embankment 8927.65 Kgs. Reinforcing Steel 130.12 Cu.m. Reinforced Concrete 1 I.s. Formworks And Falseworks 587.78 Sq.m. Masonry Works 1185.34 Sq.m. Cement Plaster Finish 348.18 Sq.m. Metal Structures 348.18 Sq.m. Prepainted Metal Roofing 61 Sets Aluminum Screen And Aluminum Glass Windows 1 Sets Doors 2 Sets Sliding Steel Door 1 I.s. Conduits, Boxes & Fittings 1 I.s. Wires & Wiring Devices 1 I.s. Power Load Center Switch Gear & Panel Board 13 Sets Lighting Fixtures 1 I.s. Solar Panel System 1185.34 Sq.m. Paintings 1 Lot Brass Marker Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Major Equipment Schedule 6. Provide Contractor's All Risk Insurance (cari) 7. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2. Complete The Construction Within 118 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 9. Attend Pre-construction Meeting. 10. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 11. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 30% Of The Physical Accomplishment; 2. At Least 50% Of The Physical Accomplishment; 3. At Least 75% Of The Physical Accomplishment; 4. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 08, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Ten Thousand Pesos Only (p10,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 19, 2024 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 08, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On January 08, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

Pointe Coupee Parish Government Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Section 00 00 04 Advertisement For Bid Sealed Bids Will Be Received By The Point Coupee Parish Government, 160-a E Main St, New Roads, La 70760 On Wednesday, January 15, 2025 At 2:00 Pm From Commercial Building Contractors, And Then At Said Office Publicly Opened And Read Aloud For Construction Of The Project Described As Follows: Project Name: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility Project No. 24014 General Scope Of Project: The Project Consists Of The Construction Of A New 5,000 S.f. Pre-engineered Metal Building Containing Offices And Storage Space. The Project Also Includes Renovating An Existing Storage Building, Approximately 5400 S.f. Which Will Include Selective Demolition, Installation Of New Wire Storage Cages, Demolition And Infill Of Existing Windows, New Doors, Painting, New Mechanical System, Lighting, And A New Sbs Roof System. The Project Also Includes The Construction Of A New Parking Lot And Expansion Of A Second Parking Lot. Parking Lot A Is Approximately 13,138 S.f. Parking Lot B Is Approximately 18,500 S.f. Additionally, It Includes Repairs Of Approximately 275 S.f. Of The Courthouse Parking Lot. Miscellaneous Site Work Is Included Such As New Outdoor Benches And Light Poles In Front Of The Existing Courthouse. Additive Alternate #1 Work Includes: Full Replacement Of The South Courthouse Concrete Parking Lot, Approximately 8175 S.f. Additive Alternate #2 Work Includes: Additional 2,000 S.f. Concrete Parking To Lot B And Demolition Of Three Additional Trees. All Bids Must Be In Accordance With The Bid Documents And Any Bid Received After The Time And Date Of The Bid Opening Will Be Returned Unopened. Complete Bid Documents For This Project Are Available In Electronic Form. They May Be Obtained Without Charge And Without Deposit From Www.centralbidding.com. Printed Copies Are Not Available From The Designer, But Arrangements Can Be Made To Obtain Them Through Most Reprographic Firms. Plan Holders Are Responsible For Their Own Reproduction Costs. Questions About This Procedure Shall Be Directed To The Designer At: Mougeot Architecture, Llc Telephone: 225-767-1717 10343 Siegen Lane Building 7, Suite A Email: Amelancon@mougeotarchitecture.com Baton Rouge, La 70810 No Questions Or Pre-approvals Will Be Accepted After January 9, 2025. Bids From Only The Respective Contractors Obtaining Plans, Must Be Submitted On Bid Form Provided In The Bid Documents. Each Bid Must Be Submitted In A Sealed Envelope Bearing On The Outside The Name Of The Bidder, His/her Address, Contractors State License Number And The Name Of The Project For Which The Bid Is Submitted. If Forwarded By Mail Or Hand Delivery The Sealed Envelope Containing The Bid Must Be Enclosed In Another Envelope Addressed To The Following: Via U.s. Mail Pointe Coupee Parish Government (attn: Jeanne Hendrix) Sealed Bid: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility 160-a E Main Street, New Roads, La 70760 Via Fed Ex /ups Or Hand Delivered: 160-a E Main Street, New Roads, La 70760 (attn: Jeanne Hendrix) Sealed Bid: Pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility Contractor Name: _________________________________________ La State Contractor License Number: __________________________ Electronic Bids: Www.centralbidding.com Until January 15, 2025 At 2:00 Pm Bids Received After The Above Specified Date And Time Will Not Be Considered. Rs 38:2218. Evidence Of Good Faith; Countersigning To Address The Above Requirement For Electronic Bids Pointe Coupee Parish Government Will Allow Electronic Bids Submitted Via The Parish Approved On-line Bid Site To Be Submitted As Follows: A. A Copy Of The Bid Bond, Certified Check, Or Cashier's Check, Must Be Attached To Bid Document Submitted Electronically B. The Original Bid Bond Document, Certified Check, Or Cashier's Check, Must Be Received In Our Office No Later Than 48 Hours After Bid Opening Date And Time (mailing; Pointe Coupee Parish Government, 160-a East Main Street, New Roads, La 70760 – Physical; 160-a East Main Street, New Roads, Louisiana 70760) C. The Bid-bond, Certified Check, Or Cashier's Check, Envelope Must Be Clearly Labeled As A “bid Bond” With The Project Name, Vendor’s Name As It Appears On The Bid Documents And Address. All Bids Must Be Accompanied By Bid Security Equal To Five (5%) Of The Sum Of The Base Bid And All Alternates, And Must Be In The Form Of A Certified Check, Cashier’s Check, Or Bid Bond Form Made Payable To Pointe Coupee Parish Government Written By A Surety Company Licensed To Do Business In Louisiana, Signed By The Surety’s Agency Or Attorney-in-fact. Surety Must Be Listed On The Current U. S. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies As Approved For An Amount Equal To Or Greater Than The Amount For Which It Obligates Itself In The Bond, Or Must Be Louisiana Domiciled Insurance Company With At Least An A – Rating In The Latest Printing Of The A. M. 2019. Best’s Key Rating Guide. If Surety Qualified By Virtue Of Its Best’s Listing, The Amount Of The Bond May Not Exceed Ten Percent Of Policyholders’ Surplus As Shown In The Latest A.m. Best’s Key Rating Guide. The Bid Bond Shall Be In Favor Of The Pointe Coupee Parish Government And Shall Be Accompanied By Appropriate Power Of Attorney. No Bid Bond Indicating An Obligations Of Less Than Five (5%) By Any Method Is Acceptable. Beginning At 2:00 Pm On January 15, 2025 Bids Will Be Downloaded. No Bids Are Accepted After 2:00 P.m. Bids May Be Submitted Electronically At Www.centralbidding.com. Once Logged In, Users Must Click On Point Coupee Parish Government To View Current Advertisement Listings. This Listing Is Titled “pointe Coupee Parish Government – New Pointe Coupee Courthouse Storage And Oep Facility”. Pointe Coupee Parish Shall Not Be Responsible If The Bidder Cannot Complete And Submit A Bid Due To Failure Or Incomplete Delivery Of The Files Submitted Via The Internet. A Non-mandatory Pre-bid Conference Will Be Held On Tuesday, January 7, 2025 - 2:00 Pm (local Time) At The Project Site (128 Court Street, New Roads, Louisiana 70760). Contractors Should Have Obtained A Set Of Plans And Specifications Prior To This Time. Contract, If Awarded, Will Be On The Basis Stated In The Instructions To Bidders. No Bid May Be Withdrawn For A Period Of 45 Days After Bid Opening Except As Provided By Law. Bidders Must Meet The Requirements Of The State Of Louisiana Contractor’s Licensing Law, R.s. 37:2151 Et Seq. Bidders Must Comply With Provisions Of R.s. 38:2212.10. The Successful Bidder Shall Be Required To Furnish A Performance And Payment Bond Written By A Company Licensed To Do Business In Louisiana, In An Amount Equal To 100% Of The Contract Amount. Surety Must Be Listed Currently On The U.s. Department Of Treasury Financial Management Service List (treasury List) As Approved For An Amount Equal To Or Greater Than The Contract Amount, Or Must Be An Insurance Company Domiciled In Louisiana Or Owned By Louisiana Residents. If Surety Is Qualified Other Than By Listing On The Policyholders’ Surplus As Shown By Surety’s Most Recent Financial Statements Filed With The Louisiana Department Of Insurance And May Not Exceed The Amount Of $500,000. However, A Louisiana Domiciled Insurance Company With At Least An A – Rating In The Latest Printing Of The A.m. Best’s Key Rating Guide Shall Not Be Subject To The $500,000 Limitation, Provided That The Contract Amount Does Not Exceed Ten Percent Of Policyholders’ Surplus As Shown In The Latest A.m. Best’s Key Rating Guide Nor Fifteen Percent Of Policyholders’ Surplus As Shown By Surety’s Most Recent Financial Statements Filed With The Louisiana Department Of Insurance. The Bond Shall Be Signed By The Surety’s Agent Or Attorney-in-fact. The Pointe Coupee Parish Government Reserves The Right To Disqualify Any Bid, Response To A Request For Qualifications, Or Request For Proposals If It Is Determined That The Submitting Business Entity Is Not In Good Standing With The Louisiana Secretary Of State Or Is Not Authorized To Do Business In The State Of Louisiana. Pointe Coupee Parish Government Reserves The Right To Reject Any And All Bids For Just Cause. Major Thibaut, Parish President Pointe Coupee Parish Government Legal Ad To Run: Pc Banner - Please Publish 12/12/24, 12/19/24, 12/26/24

Department Of Agriculture Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Invitation To Bid For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The National Expenditure Program Fy 2025 Intends To Apply The Sum Of One Million Pesos (php1,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rebidding Of Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Livestock Housing Facility (beef Cattle) In Region 1 With Project Identification Number Da Rfo-1-2025-infra-001-r. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Early Procurement Activity (epa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184 For The Above-mentioned Procurement Project With The Following Details And Specifications, To Wit: Details And Specifications Project Site/location: Brgy. Calunetan, Sison, Pangasinan Project Description: Construction Of 135 Sq.m. Cattle House With Loafing Area, Feeding Through, Chute And Perimeter Fence Scope Of Work: Description Qty Unit I. General Requirements (permits & Project Billboard) 1.00 Lot Ii. Mobilization And Demobilization 1.00 Lot Iii. Safety And Health 1.00 Lot Iv. Earthworks 37.00 Cu.m. V. Rsb Works 1,163.00 Kgs. Vi. Form Works And Scaffoldings 600.00 Bd.ft. Vii. Concrete Works (class A) 30.00 Cu.m. Viii. Masonry Works (including Plastering) 28.00 Sq.m. Ix. Steel Works 1.00 Lot X. Tinsmithry Works 186.00 Sq.m. Xi. Painting Works 1.00 Lot Xii. Electrical Works 1.00 Lot Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 6 Skilled Workers • 8 Unskilled Workers Minimum Equipment Required: • 1 One-bagger Mixer • Minor Tools Completion Of The Works Is Within Seventy (70) 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. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 13, 2024 To January 7, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 20 December 2024, 3:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 07 January 2025, 2:00 Pm. 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 07 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. E. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix 31 Of The 2016 Revised Irr Of Ra 9184: E.1. Approval And Effectivity Of The Funding Sources, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or E.2. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ December 12, 2024 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-001-r

Department Of Agriculture Tender

Automobiles and Auto Parts...+1Agriculture or Forestry Works
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 750 K (USD 12.9 K)
Details: Description Invitation To Bid For The Procurement Of 5 Units Multi-tiller Cultivator Under Organic Agriculture Program Fy 2025 (second Posting) 1. The Department Of Agriculture Regional Field Office Iva Through The Organic Agriculture Program Intends To Apply The Sum Of Seven Hundred Fifty Thousand Pesos (ᵽ 750,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 5 Units Multi-tiller Cultivator Under Organic Agriculture Program Fy 2025 (second Posting) With Project Identification No.: Itb-2025-10-027 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 5 Units Multi-tiller Cultivator Walking-type Agricultural Tractor (rotary Tilling-type) I. Design And Performance Prime Mover: Four-stroke, Air-cooled, Single-cylinder, Gasoline Engine Rated Powe: 4.8 Kw (6.5hp), Minimum Starting System: Rope Recoil Fuel Consumption: Not More Than 1.5 Li/hr Engine Fuel Tank Capacity: 3.5 Liters, Minimum Field Capacity: 0.0625 Ha/hr, Minimum Average Depth Of Tillage: 65 Mm, Minimum Average Width Of Tillage: 1000 Mm Minimum Shall Be Free From Any Manufacturing Defects That May Be Detrimental To Its Operation All Metal Surfaces Shall Be Painted Properly Ii. Attachments And Accessories "a. Hoe Set (at Least 36 Cm Diameter) B. Rear Running Wheel C. L-shaped Tilling/rotary Blades D. Plough (1 Pc) E. Metal Wheel (pair) F. Weeding Wheel (pair) G. Ridger (1 Pc) H. Water Pump And Pto Mount (1 Set)" Iii. Safety Noise Level: 95db (a), Maximum During Operation, If Exceeded, An Ear Protection Device Must Be Provided For Each Unit. For Operator's Safety, The Following Shall Be Provided: Belt-guard Or Cover Mud-guard Rubber Hand Grip Iv. Maintenance Provided With Set Of Manufacturer's Standard Tools V. List Of Applicable Paes/pabes/pns/bafs Paes For Walking Type-agricultural Tractor (rotary Tilling Type) Paes For Small Engine Paes For Guidelines On After-sales Service Paes For Agricultural Machinery - Operator's Manual Vi. Other Requirements With Original Equipment Manufacturers (oem) Operators Manual With One (1) Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary Warranty Card For Each Unit Shall Be Provided By The Winning Bidder/supplier Upon Delivery Certification That The Bidder/supplier Shall Provide Warranty And After-sales Service Conforming To Pns/pabes 192:2024 - After-sales Service — Guidelines With Reflectorized "da-calabarzon" Logo With Valid And Passing Test Report Issued By Amtec Or Other Accredited Testing Center Certification That The Bidder/supplier Shall Provide Fuel And Technician/operator During Demonstration And Training Of The Operator/recipient Certification That The Bidder/supplier Shall Provide Fuel, Engine Oil And Technician/operator During Acceptance Testing. The Bidder/supplier Shall Ensure That The Machine And Its Engine Is Already Subjected To Break-in Prior To Conduct Of Acceptance Testing. Certification That All Units Shall Be Demonstrated And The Recipients Shall Be Trained In Proper Operation, Routine Maintenance, After-sales And Warranty Coverage Conduct Of Acceptance Testing Of Randomly Selected Units Upon Delivery Prior To Acceptance And Payment Of The Contractor. The Number Of Units Will Be Determined Using Pns/paes/pabes - Agricultural Machinery - Method Of Sampling. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers, Accreditation And Classification (namdac) Certificate Of Accreditation With Permit To Operate (pto) And Certificate Of Conformity (cc) Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 All Technical Specifications Shall Be Signed And Sealed By Professional Agricultural And Biosystems Engineer (abe) With Valid Prc License And Professional Tax Receipt (ptr) In Consonance With Ra 10915 Place Of Delivery: Apco Offices Calabarzon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (ᵽ1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 11:50 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.)) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 9:00 Am. 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 January 7, 2025 11:50 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee

EllisDon Construction Services Inc Tender

Aerospace and Defence
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Advanced Procurement Notice Future Fighter Capabilities Project (ffcp) Cfb Cold Lake, Ab (with Security Requirements) Purpose Of This Advanced Procurement Notice This Is Not A Bid Solicitation. This Is An Advanced Procurement Notice (apn) Of Potential Contracts With Anticipated Security Requirements To Provide Interested Contractors, Suppliers, And Vendors An Opportunity To Begin The Sponsorship Request Process For Potentially Obtaining The Required Security Clearance(s) That Are Anticipated. Note That There Is No Guarantee That These Contracts Will Proceed Or That Any Security Clearance(s) Will Be Granted Under The Sponsorship Process In A Timely Fashion Or Otherwise. Description Of The Project Ellisdon Construction Services Inc. (ellisdon) As The Design Builder, Along With Its Design Partner, Stantec Have Been Contracted To Provide Design Services And Constructability Oversight To Complete The Design Of The Royal Canadian Air Force (rcaf) Infrastructure That Will Support The Future Fighter Capability Project (ffcp). The Infrastructure Will Provide Shelter And A Working Environment Capable Of Supporting The Operation And Maintenance Of A Yet To Be Determined Advanced Fighter Aircraft. Design Has Progressed Significantly With Various Tender Packages Forthcoming Tentatively To Start In Q3 2024, With Project Construction Being Conditional On The Project Receiving Approval To Proceed From Dnd. details On Upcoming Projected Tender Packages To Follow Via Amendment. Prior To This, Ellisdon Is Seeking Interested Parties Consisting Of Trade Contractors, Vendors, And Suppliers To Ensure That They Have All Necessary Security Clearances In Place Prior To This As This Is A Requirement For This Project.    Description Of The Scope Of Works Project Construction Is Conditional On The Project Receiving Approval To Proceed From Dnd. Project Scope And Summary Are Noted Below. Contract Number:  71947 Title:  Modified Design Build Services For Fighter Squadron Facility Building Size: Approximately 555,000 Sf Anticipated Posting Date: q3 2024 Description: construction Of A New A Fighter Squadron Facility Consisting Of Two Fully Operational tactical Fighter Squadrons (tfs) And The Operational Training Unit (otu),  including But Not Limited to: Offices, Administrative Spaces, Mission Planning Rooms, Briefing / De-briefing Rooms, Meeting rooms, Classrooms, Auditorium, Speciality Training Rooms Including Simulators (sims) accommodations And Part-task Trainers Accommodations, Hangars, Maintenance Bay Facilities, specialty Aircraft Maintenance Labs, Shops And Storage, It Offices And Server Rooms, Building support Spaces, And Common Spaces. This Work Package Will Also Include The Construction Of Nearby Airfield Pavements, Apron And Taxiway Access Lane Edge Lighting, And Apron Flood Lighting consisting Of Concrete And Asphalt. Construction Of Infrastructure Will Encompass The Following Scopes Of Work. Scope Of Work, Using Masterformat Divisional Breakdown As A Reference, May Include, But Are Not Limited To: Masterformat Division             Scope Of Work 01 45 00                                 Surveying 01 45 00                                 Material Testing 01 45 00                                  Third Party Inspection (roof, Structural, Geotechnical) 01 52 00                                  Temporary Facilities (trailers, Toilets, Fencing, Waste Bins) 01 54 19                                  Tower Cranes 01 54 23                                  Scaffolding 02 41 19                                  Selective Demolition 03 11 00                                  Concrete Formwork 03 15 00                                  Concrete Accessories 03 20 00                                  Reinforcing Steel 03 30 00                                  Concrete Supply 03 35 00                                  Concrete Placing & Finishing 03 45 00                                  Precast Specialties 04 00 00                                  Masonry 05 10 00                                  Structural Steel 05 30 00                                  Metal Decking 05 50 00                                  Miscellaneous Steel 05 70 00                                  Ornamental (specialized) Metals 06 20 00                                  Millwork / Architectural Woodwork 07 10 00                                  Damp Proofing & Waterproofing 07 40 00                                  Metal Roofing, Cladding & Siding 07 50 00                                  Membrane Roofing 07 80 00                                  Firestopping & Fireproofing 07 90 00                                  Caulking 08 10 00                                  Openings – Doors, Frames & Hardware 08 33 00                                  Coiling Doors & Grilles 08 34 16                                  Hanger Doors 08 35 00                                  Folding Doors & Grilles 08 36 00                                  Overhead Doors 08 40 00                                  Aluminum Entrances, Storefronts & Curtain Wall 08 80 00                                  Glazing 08 87 00                                  Window Film 09 21 16                                  Gypsum Board Assemblies 09 51 14                                  Acoustic Panels 09 60 00                                  Flooring 09 66 00                                  Tiling 09 67 00                                  Fluid Applied Flooring 09 69 00                                  Access Flooring 09 90 00                                  Painting 10 11 00                                  Visual Display Boards 10 14 00                                  Signage 10 22 19                                  Demountable Partitions 10 26 00                                  Wall, Corner, Door Protection 10 28 00                                  Bathroom Accessories & Toilet Partitions 10 51 00                                  Lockers 10 75 00                                  Flagpoles 11 30 00                                  Appliances 11 61 00                                  Theater And Stage Equipment 11 66 00                                  Athletic Equipment 11 81 29                                  Fall Arrest Systems 11 98 00                                  Detention Equipment 12 00 00                                  Furnishings 12 20 00                                  Window Coverings 14 20 00                                  Elevator & Lifts 21 00 00                                  Fire Suppression 22 00 00                                  Mechanical – Plumbing 23 00 00                                  Mechanical – Heating, Ventilation And Air Conditioning (hvac) 25 00 00                                  Integrated Automation 26 00 00                                  Electrical 28 10 00                                  Access Control            31 00 00                                  Earthworks 31 60 00                                  Piling 32 10 00                                  Paving 32 16 00                                  Sidewalk Curb & Gutter 32 31 00                                  Fencing 32 90 00                                  Landscaping 33 00 00                                  Utilities & Underground 34 73 00                                  Airfield Construction - Apron 41 22 00                                  Overhead Cranes 48 16 00                                  Geothermal Energy Project Prequalification And Anticipated Security Requirements In Order To Be Eligible To Participate In The Upcoming Project Prequalification Process, The Interested Party Will Be Required To, Among Other Things, Actively Hold All Required Security Clearance(s) At The Time Of Closing. this Will Also Be Noted in All Upcoming Solicitation Tender Documents. As Of The Date Of Posting Of This Advance Procurement Notice, The Required Security Clearance(s) Are Anticipated To Be: * for Areas Established As Security And High Security Zones - A Valid And Active Facility Security Clearance (fsc) At The Level Of Secret Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc)   * For Areas Established As Public, Reception And Operations Zones - A Valid And Active Designated Organization Screening (dos) At The Level Of Reliability Granted Or Approved By The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) Industrial Security Program (isp) Sponsorship Defence Construction Canada (dcc) Is Providing Interested Parties Early Access To The Security Clearance Application Process Through Sponsorship Under Its Industrial Security Program (isp). Accordingly, Interested Parties That Are Interested In Submitting Or Participating In A Proposal/bid For These Procurements That Fall Under This Program And That Do Not Actively Hold The Above Identified Security Clearance(s) Should Begin The Security Clearance Application Process By Applying Through Dcc’s Isp. To Begin The Security Clearance Sponsorship Process, Please Submit A Sponsorship Request Application To Dcc By Following The Steps Identified On Dcc’s Website At: Https://www.dcc-cdc.gc.ca/industry/security-requirements In Their Sponsorship Request Application To Dcc, Interested Parties Are Asked To Quote The Following Information, Among Other Things: * Contract Number As Referenced Above; And * Level Of Clearance Requested To Be Sponsored For. Sponsorship Process Timeline Sponsorship Timeline Is Currently As Follows: * Thirty (30) Calendar Days Prior To Planned Tender Closing, For Designated Organization Screening (dos); And * Sixty (60) Calendar Days Prior To Planned Solicitation/tender Closing, For Facility Security Clearance (fsc) At The Level Of Secret. Questions Any Questions Pertaining To The Isp Sponsorship Process Outlined In This Advanced Procurement Notice Can Be Addressed To: Telephone: (613) 998-8974 Email Address: Isp.sponsorship@dcc-cdc.gc.ca Any Questions, Exclusive Of Security Sponsorship, Relating To This Advanced Procurement Notice Can Be Addressed To: Scott Barabash, Cet, Gsc, Cec Senior Estimator Ellisdon Construction Services Inc. 780-444-3042 Sbarabash@ellisdon.com Disclaimer Dcc Nor Ellisdon Do Not Provide Any Assurances Or Guarantees That A Sponsorship Request Package Or A Security Clearance Application Forwarded To The Contract Security Program (csp), Public Works And Government Services Canada (pwgsc) On Behalf Of A Interested Party Will Be Successful Or Result In The Granting Of The Requested Security Clearance(s) By The Csp, Pwgsc, In A Timely Fashion. At All Times, The Processing Of A Sponsorship Request Package Or A Securiy Clearance Application Is Subject To The Respective Terms, Conditions, And Timelines Of Dcc's Isp Sponsorship Process And The Csp, Pwgsc's Security Clearance Granting Process. By Applying To Either Of The Aforementioned Processess, The Interested Party Accepts And Agrees To Bear Any Risks Associated With: (i) The Completeness Or Accuracy, Or Lack Thereof, Of Its Application Or Related Documents Submitted Under Or In Connection With Either Said Processes, And (ii) The Timeliness, Or Lack Thereof, Of Any Processing Or Granting Of Security Clearance(s) Under Or In Connection With Either Said Processes.

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.8 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-11 (pr No. Bt-25-infra-rice-39835-0012) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Rice 2025-current Fund Intends To Apply The Sum Of Six Million Four Hundred Thirty-five Thousand Six Hundred Sixteen Pesos And 19/100 Only (p6,435,616.19) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Labor And Materials For The Construction Of Warehouse Located At Brgy. San Jose, Ormoc City.” Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within One Hundred Twenty (120) 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 Qty Uom Desription Total Cost Supply Labor And Materials For The Construction Of Warehouse Located At Brgy. San Jose, Ormoc City. P6,435,616.19 96 Sq.ft Signboard/billboard 1 I.s. Mobilization/demobilization And Temporary Shelter 600 Sq.m. Clearing And Grubbing 91.24 Cu.m. Structure Excavation 376 Cu.m. Embankment 9255.19 Kgs. Reinforcing Steel 123.6 Cu.m. Reinforced Concrete 1 I.s. Formworks And Falseworks 644.56 Sq.m. Masonry Works 1185.34 Sq.m. Cement Plaster Finish 348.18 Sq.m. Metal Structures 348.18 Sq.m. Prepainted Metal Roofing 1 I.s. Plumbing 15.32 Sq.m. Ceramic Tiles 10.92 Sq.m. Carpentry And Joinery Works 3 Sets Steel Windows 61 Sets Aluminum Screen And Aluminum Glass Windows 4 Sets Doors 2 Sets Sliding Steel Door 1 I.s. Conduits, Boxes & Fittings 1 I.s. Wires & Wiring Devices 1 I.s. Power Load Center Switch Gear & Panel Board 15 Sets Lighting Fixtures 1 I.s. Solar Panel System 1185.34 Sq.m. Paintings 1 Lot Brass Marker Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Major Equipment Schedule 6. Provide Contractor's All Risk Insurance (cari) 7. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2. Complete The Construction Within 120 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 9. Attend Pre-construction Meeting. 10. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 11. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 30% Of The Physical Accomplishment; 2. At Least 50% Of The Physical Accomplishment; 3. At Least 75% Of The Physical Accomplishment; 4. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 08, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Ten Thousand Pesos Only (p10,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 19, 2024 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 08, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On January 08, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.8 K)
Details: Description Section I. Invitation To Bid Da8-infra-2025-09 (pr No. Bt-25-infra-rice-39835-0010) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Rice 2025-current Fund Intends To Apply The Sum Of Six Million Four Hundred Thirty-five Thousand Six Hundred Sixteen Pesos And 19/100 Only (p6,435,616.19) Being The Approved Budget For The Contract (abc) To Payment For The Contract For “supply Of Labor And Materials For The Construction Of Warehouse Located At Brgy. Gapas, Sta. Fe, Leyte”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Regional Field Office Viii Now Invites Bid For The Above Procurement Project. Completion Of Works Is Required Within One Hundred Twenty (120) 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 Qty Uom Desription Total Cost Supply Of Labor And Materials For The Construction Of Warehouse Located At Brgy. Gapas, Sta. Fe, Leyte P6,435,616.19 96 Sq.ft Signboard/billboard 1 I.s. Mobilization/demobilization And Temporary Shelter 600 Sq.m. Clearing And Grubbing 91.24 Cu.m. Structure Excavation 376 Cu.m. Embankment 9255.19 Kgs. Reinforcing Steel 123.6 Cu.m. Reinforced Concrete 1 I.s. Formworks And Falseworks 644.56 Sq.m. Masonry Works 1185.34 Sq.m. Cement Plaster Finish 348.18 Sq.m. Metal Structures 348.18 Sq.m. Prepainted Metal Roofing 1 I.s. Plumbing 15.32 Sq.m. Ceramic Tiles 10.92 Sq.m. Carpentry And Joinery Works 3 Sets Steel Windows 61 Sets Aluminum Screen And Aluminum Glass Windows 4 Sets Doors 2 Sets Sliding Steel Door 1 I.s. Conduits, Boxes & Fittings 1 I.s. Wires & Wiring Devices 1 I.s. Power Load Center Switch Gear & Panel Board 15 Sets Lighting Fixtures 1 I.s. Solar Panel System 1185.34 Sq.m. Paintings 1 Lot Brass Marker Terms And Conditions: A During The Opening Of Bids, Bidders Shall: 1. Submit Certificate Of Project Site Inspection Issued By Farmer’s Association Or Barangay Officials Or Affidavit Of Site Inspection; 2. Submit Certificate Of Compliance To The Attached Drawings Duly Signed By The Bidder’s Authorized Representative And Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; B All Participating Bidder Must Comply With Section B Of Dpwh D.o. No. 197 Series Of 2016, Particularly In The Computation Ocm & Profit Of The Bid Amount. Use 12% For Vat Mark-up C During Post-qualification Evaluation 1. In Case Of Recomputed Bid, Bidder Shall Submit Its Revised Cost Estimates 2. Submit Pert/cpm And S-curve 3. Construction Methods 4. Manpower Schedule 5. Major Equipment Schedule 6. Provide Contractor's All Risk Insurance (cari) 7. Submit Plans, Design, And Specification Signed And Sealed By A Licensed Agricultural Engineer/ Agricultural And Biosystems Engineer; D Winning Bidder Shall: 1. Commence Construction Works Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp); 2. Complete The Construction Within 120 Calendar Days; 3. Provide Necessary Tools For The Satisfactory Completion Of The Project; 4. Assume Full Responsibility From The Time Project Construction Commences Up To The Final Acceptance By Darfo 8 And Shall Be Held Responsible For Any Damage In Part Or In Whole Except Those Occasioned By Force Majeure; 5. Assign A Project Engineer (either Licensed Agricultural Engineer Or Civil Engineer) That Will Oversee The Daily Construction Activities On Site; 6. Comply With The Quality Control Program (qcp) Schedule Of Minimum Testing Requirements Of The End-user; 7. Submit Material Test Report Or Its Equivalent Standard Certificate For Aggregate (sand & Gravel), And Cement 8. Submit Material Test Result From Accredited Testing Laboratory For Concrete, And Reinforcing Bar With Geotagged Photos, If Applicable; 9. Attend Pre-construction Meeting. 10. In Case Of Time Extension Due To Unworkable Weather Condition, Submit The Request With Pag-asa Weather Report And On-site Weather Chart Within The Succeeding Month. 11. Secure And Facilitate The Necessary Permits Required For The Project Implementation. 12. Strictly Observe Construction Safety Rules And Health Program Approved By Department Of Labor And Employment (dole) During Project Implementation. E Any Delay In The Project Completion Shall Be Subjected To Liquidated Damages Equivalent To At Least 1/10 Of 1% Of The Cost Of The Unperformed Portion Of The Works For Everyday Of Delay F Be Paid Through Partial Billing Based On Validated/verified Statement Of Work Accomplishment (swa) With Geo-tagged Photos On Major Works (before, During, And After) And Inspection Report By The Da-rfo8 Inspectorate Team. 1. At Least 30% Of The Physical Accomplishment; 2. At Least 70% Of The Physical Accomplishment; 3. At Least 75% Of The Physical Accomplishment; 4. 100% Of The Physical Accomplishment, Testing And Acceptance Of The Project G Advance Payment (maximum Of 15%) Will Be Granted Upon Submission Of The Following Requirements: 1. Advance Payment Bond By The Bidder 2. On-site Evaluation Report By The Da Project Engineer H Winning Bidder Shall Submit A Snapshot Of A Business Bank Account (preferably Landbank) To Effect Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 To January 08, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents Amounting To Ten Thousand Pesos Only (p10,000.00), Pursuant To The Latest Guidelines Issued By The Gppb. 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On December 19, 2024 9:00 Am At Bac Office, Da-rfo8, Kanhuraw Hill, Tacloban City Through Face To Face Or Videoconferencing/webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 08, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On January 08, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Either Physically Or Through Videoconferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee

Department Of Public Works And Highways Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.8 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00149 : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room) 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱3,860,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00149: Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Kilkiling Weighbridge Station, Claveria, Cagayan (control Room Building, Quarters Building And Comfort Room) Contract Id No. : 24b00149 Location : Claveria, Cagayan Brief Project Description : Maintenance, Repair And Rehabilitation Of Infrastructure Facilities: Control Room With Scope Of Work Of Extension Of Building, Repainting Of The Exterior And Interior Walls, Installation Of Damaged Window And Doors, Installation Of Roll-up Doors. While The Scope Of Work Of The Quarter Building Is Replacement Of Damaged Roof Framing And Roofing, Replacement Of Damaged Ceiling, Repainting Of The Exterior And Interior Walls And Repair Of Public Comfort Room With Provision Of Pwd Scope Of Works : Other General Requirements • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Removal Of Structures And Obstruction • Structure Excavation (common Soil) • Embankment (from Structure Excavation) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Sewer Line Works • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Aluminum Framed Glass Doors (swing Type) • Aluminum Glass Windows, (casement, Awning & Fixed) Type • Doors, (wood Panel) • Roll-up Door (steel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Waterproofing, Liquid • (glazed, Unglazed) Tiles • Cement (floor, Plaster) Finish • Painting Works, (masonry/concrete, Steel) • Metal Deck Panel • Reflective Insulation • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm) • Metal Structure Accessories, (sagrods, Cross Bracing & Steel Plates) • Structural Steel (purlins, Railing) Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures Mechanical Works • Ventilating System Approved Budget For The Contract (abc) : ₱3,860,000.00 Contract Duration : 60 Calendar Days Inclusive Of 4 Unworkable/rainy Days, 14 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bir - Buildings: Repair. 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 10 - 30, 2025, From The Address Given Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents 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. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 17, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before January 30, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On January 30, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Heirridge Kevin N. De Leon Chief, Rowal Division Bac Vice Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Deleon.heirridge_kevin@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 10 - 16, 2025 Conspicuous Place (procurement Bulletin Board): January 10 - 16, 2025
6821-6830 of 6865 archived Tenders