Paint Tenders
Paint Tenders
Metropolitan Naga Water District Tender
Civil And Construction...+2Construction Material, Pipe Line Project
Philippines
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.
Closing Date7 Jan 2025
Tender AmountPHP 2.3 Million (USD 39.6 K)
Department Of Agrarian Reform Tender
Automobiles and Auto Parts
Philippines
Details: Description 1. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Through The Cy-2025 National Expenditure Program (nep) Intends To Apply The Sum Of Seven Hundred Sixteen Thousand Pesos & 00/100 (php 716,000.00) Being The Abc To Payments Under The Contract For Cy-2025 Procurement Of Farm Machineries & Equipments (various Fme’s For Rice Production, Processing And Marketing) Through Block Farming-major Crop Based Farm Productivity For Dreamco, Datag, Caramoran, Catanduanes (darcat-pb-epa2025-010). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Fme Specifications Price /unit Total Price 1 2 Unit – Hand Tractor With Implements Specifications: • 7-8 Hp (min-max) Water-cooled Diesel Engine With Cage Wheel; • 2-disc Blades (1 Disc Guide, 1 Disc Frame), Leveler And Comb Harrow; • 1 Mound Board-type Single Plow; • Heavy Duty Trailer 1.5 Tons Capacity; • 1 Set Pneumatic Tire (600x12) Php 160,000.00 Php 320,000.00 Inclusions: • With Amtect Test Report; • With Request Authority To Bid; • Service Provider Should Be With Namdac Certifications In Agriculture And Fisheries; • Spare Parts Within 30 Years; • Available In The Philippine Market With Attached Evidence And Must Have Service Center Within Region 5; • Inclusive Of On-site Delivery At The Arbo Recipient At Datag, Caramoran, Catanduanes, Field Testing And Demo On Operations And Maintenance. 2 2 Unit – Rice Thresher With Blower Specifications: • Dimensions (lxwxh): 1391mm X 1765mm X 1336mm; • Threshing Recovery: 98%; • Threshing Efficiency: 100%; • Purity: 98%; • Powered By 6.3 Kw Single Cylinder Four Stroke Cycle Air-cooled Diesel Engine; • Threshing Capacity: 1.5-2 Tons Per Hour • With Complete Tools And Accessories Php 135,000.00 Php 270,000.00 Inclusions: • Inclusive Of Onsite Delivery At The Arbo Recipient At Datag, Caramoran, Catanduanes, Demo On Operations And Maintenance And Field Testing; • Amtect Tested And Has Passed Minimum Request Of 80% Based On Maximum Power, Pns/paes • With Amtect Test Report; • With Request Authority To Bid; • Service Provider Should Be With Namdac Certifications In Agriculture And Fisheries; • Spare Parts Within 30 Years; • Available In The Philippine Market With Attached Evidence And Must Have Service Center Within Region 5 3 2 Unit – Water Pump Specifications: • Diesel Fueled Engine; • Power: 6 Hp; • Suction Port Diameter: 2”; • Discharge Port Diameter: 2”; • Total Head: 80ft; • Max Flow Rate: 150 Mgal./min; • Speed: 3,600 Rpm; • With 2” Hd Hose Pipe At Least 40 Meters Php 27,500.00 Php 55,000.00 Inclusions: • Inclusive Of Onsite Delivery At The Arbo Recipient At Datag, Caramoran, Catanduanes, Demo On Operations And Maintenance And Field Testing; • With Amtect Test Report; • Service Provider Should Be With Namdac Certifications In Agriculture And Fisheries; • Spare Parts Within 30 Years; • Available In The Philippine Market With Attached Evidence And Must Have Service Center Within Region 5 4 4 Unit – Knapsack Sprayer Specifications: • With Complete Accessories Such As: Four Holes Bend, Single Head Nozzle, Power Faucet, Pump Gasket, Piston, Pump, Pipe Lance, Strap Belt, Spray Hose, Ring, Filler Cap, O-ring; • Sa – 16; • Capacity Of 16 Liters Php 6,000.00 Php 24,000.00 Inclusions: • Inclusive Of Onsite Delivery At The Arbo Recipient At Datag, Caramoran, Catanduanes, Demo On Operations And Maintenance And Field Testing; 5 2 Unit – Grass Cutter Specifications: • Engine Type: 4-stroke Single Cylinder Ohc Petrol Engine; • Bore X Stroke: 39x30mm; • Displacement: 35.8 Cm3; • Compression Ratio: 8.0:1; • Net Power: 1.0 Kw (1.3 Hp) / 7000 Rpm; • Max. Net Torque: 1.6 Nm (0.16 Kgfm) / 5500 Rpm; • Ignition System: Transistorized; • Starter: Recoil; • Fuel Tank Capacity: 0.63 Liter; • Fuel Cons. At Net Power: 0.71 L/h 7000 Rpm; • Lubrication: Oil Mist; • Engine Oil Capacity: 0.1 Liter; • Dimension (lxwxh): 198x234x240mm; • Dry Weight: 3.33 Kg. Php 13,500.00 Php 27,000.00 Inclusions: • Inclusive Of Onsite Delivery At The Arbo Recipient At Datag, Caramoran, Catanduanes, Demo On Operations And Maintenance And Field Testing; • Painted With Dar Logo 6 1 Unit – Mechanical Weighing Scale Specifications: • Capacity: 300kg; • Heavy Duty Php 20,000.00 Php 20,000.00 Inclusions: • Inclusive Of Onsite Delivery At The Arbo Recipient At Datag, Caramoran, Catanduanes, Demo On Operations And Maintenance And Field Testing; Total Abc: Php 716,000.00 2. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By A Period Sixty (60) Days. Bidders Should Have Completed, Within At Least Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 Agrarian Reform (dar), Catanduanes Provincial Office And Inspect The Bidding Documents At The Address Given Below During Regular Office Hours (8:00 Am To 5:00 Pm), Mondays Thru Fridays, Valid For The Duration That This Particular Bidding Activity Is Open From December 12, 2024 – January 3, 2025 Until 12:00 Noon. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 12, 2024 – January 3, 2025 From The Given Address And Website(s) 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 One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Mail, Or Through Electronic Means. 6. The Department Of Agrarian Reform, Catanduanes Provincial Office Will Hold A Pre-bid Conference For This Particular Procurement On December 19, 2024, Thursday, 9:00 Am At Dar Catanduanes Provincial Office, Constantino (pob.), Virac, Catanduanes. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before January 3, 2025 Friday, Until 12:00 Noon. 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 3, 2025 Friday, 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agrarian Reform (dar), Catanduanes Provincial Office, Through The Provincial Bids & Awards Committee (bac) 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. Ma. Katrina M. Sarausa Arpo I /head Bac Secretariat Department Of Agrarian Reform (dar) Catanduanes Provincial Office Brgy. Constantino (pob.), Virac, Catanduanes Cellphone Hotline: 09634442986 Email Address: Bacsec.catan@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website For Online Bid Submission: Bacsec.catan@gmail.com 9 November 2024 Atty. Cherry A. Agmata Bac Chairperson
Closing Date3 Jan 2025
Tender AmountPHP 716 K (USD 12.3 K)
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Section I. Invitation To Bid Da8-infra-2025-08 (pr No. Bt-25-infra-rice-39835-0011) 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. Consuegra, Leyte, 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. Consuegra, Leyte, 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
Closing Date8 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.8 K)
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date8 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date30 Jan 2025
Tender AmountPHP 3.8 Million (USD 65.8 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
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 24b00107 (re-advertisement) : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱28,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00107: Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan. 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 : Oo1: Ensure Safe And Reliable National Road System: Network Development Program - Construction Of By-pass And Diversion Roads - Alcala -sto. Niño - Lasam Road, Cagayan (alcala Bridge), Cagayan Contract Id No. : 24b00107 Location : Alcala, Cagayan Brief Project Description : Installation Of 4 Pcs. Steel Girder @ 56.25 Meter- Length Per Girder Driving Of Structural Steel Sheet Piles @ Abutment A Slope Protection Completion Of Abutment A Scope Of Works : Other General Requirements • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization • Environmental Management And Monitoring Earthworks • Embankment From Borrow (granular Coarse Material) Road/ Bridge Construction • Structural Steel Sheet Piles, (furnished & Driven) • Structural Steel, (erected, Furnished, And Fabricated) Grade 50 • Structural Steel Painting Works • Bolts With Nuts And Washers • Reinforcing Steel Grade (40 & 60) (bridge) • Structural Concrete 27.58 Mpa Class A 28 Days • Elastomeric Bridge Bearing (movable) Approved Budget For The Contract (abc) : ₱28,950,000.00 Contract Duration : 227 Calendar Days Inclusive Of 15 Unworkable/rainy Days, 44 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bridges: Construction - Steel (superstructure) - Without Piles. 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 December 12, 2024 - January 08, 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 Twenty Five Thousand Pesos Only (₱25,000.00). 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 December 19, 2024, 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 08, 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 08, 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 Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: December 12-18, 2024 Conspicuous Place (procurement Bulletin Board): December 12-18, 2024
Closing Date8 Jan 2025
Tender AmountPHP 28.9 Million (USD 498.8 K)
EllisDon Construction Services Inc Tender
Aerospace and Defence
Canada
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.
Closing Date6 Jan 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Automobiles and Auto Parts...+1Agriculture or Forestry Works
Philippines
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
Closing Date7 Jan 2025
Tender AmountPHP 750 K (USD 12.9 K)
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
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
Closing Date8 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.8 K)
DEPARTMENT OF EDUCATION SCHOOLS DIVISION OF EASTERN SAMAR Tender
Education And Training Services
Philippines
Details: Description Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) 1. The Deped Schools Division Of Eastern Samar, Through The General Appropriation Act Of 2024 Intends To Apply The Sum Of ₱ 359,916.00 Being The Abc To Payments Under The Contract For Procurement Of Inclusive Learning Resource Centers Assistive Devices, Equipment, Supplies And Materials (lot 3- Support Service Area: Physical Therapy Area) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Deped Schools Division Of Eastern Samar Now Invites Bids For The Above Procurement Project. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 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, Otherwise Known As The “government Procurement Reform Act”. 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 5183 And Subject To Commonwealth Act 138. 4. Prospective Bidders May Obtain Further Information From Deped Schools Division Office Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below During Monday-friday, 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 500.00. It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Deped Schools Division Of Eastern Samar Will Hold A Pre-bid Conference On January 13, 2025, 10:00am At The Bac Office, Deped Schools Division Of Eastern Samar 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, On Or Before January 27, 2025, 9:00am 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 January 27, 2025, 10:00am At The Given Address Below Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. Only The Proprietor Or Authorized Representative May Be Allowed To Purchase Bidding Documents. Letter Of Intent (loi), Special Power Of Attorney (spa) (for Authorized Representative), And Drl (document Request List From Philgeps) Are Required Upon Purchase. 11. The Deped Schools Division Of Eastern Samar 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. Items, Specifications, Quantity Of Delivery, And Abc: Cabinet, 4' X 6' Double Door (3/4 Plyboard, Varnish Paint) Set 1 Wooden Cubicle Partition, 4 Panel Divider (l 70.25 Inches X H70.25 Inches X T0.75 Inches) Set 4 Mirror, Aluminum Frame (thickness 1/4 Inch X 4 X 8 Ft) Set 1 Filing Cabinet, Vertical Filing Cabinet In 2, 3 And 4 Drawers With Plastic Divider And Central Lock Heavy Duty Construction Assembles In Minutes Power Coated Finish Anti-tilt Mechanism Quiet Closing 3 Sectional Railings For Smooth Actions Central Locking System Unit 1 Learners'/clients' Chart Materials, High Quality Abs Body, Moulded Light Blue, Pink, Grey Color, Size: 340×230mm Unit 10 Anatomical Models, Brand New, High Quality, 1/2 Life Size Can Be Disassembled Into 27 Parts Hand Numbered With Key Guide Anatomically Accurate A Perfect Tool For Teaching/studying Human Muscular And Organs Anatomy Set 1 Blood Pressure, Product Details Type: Upper-arm Monitor Type: Digital Cuff Size: 32cm Dimension (w X H X D): 145 X 466 X 145mm Weight: 250g Technical Details Power Supply: Battery Battery Type: Li-polymer Features Smart App Availability: Yes Automatic Shut Off: No Low Battery Indicator: No Connection Bluetooth: No Wi-fi: No Unit 2 Stethoscope, Product Name: Dual Tube Stethoscope Weight: 185g Length: 80cm Product Material: Polymer Diaphram Listener Material: High-density Stainless Steel Product Composition: Eartip, Ear Hooks, Leaf Spring, Hose Heads, Diaphrams Unit 2 Tape Measure, Material: Pvc It Has Centimeter Scale On Reverse Side Which Is Up To 300cm Large, Easy To Read Marking Measures Up To 120 Inches Piece 2 Hand Dynamometer, Type: Electronic Counting Gripper Function: Comprehensive Fitness Exercise Material: Abs Size: 15cm/5.90"x10.5cm/4.13"x2cm/0.79" Piece 2 Ice Massage Caps, Size: 2 Count (pack Of 1) Measuring 2.9” In Diameter, The Ice Cup Massager Holder Also Fits Comfortably In The Hand. Material: Polyethylene Pack 3 Foam Rolls, Material: Expanded Polypropylene Foam Item Weight: 0.42 Pounds Size: 18 Inches Piece 4 Balance Board, Type: Rocker Board Dimensions: 32.28 X 11.81 X 0.59 Inches Weight Capacity: 100 Kg Material: Beech Wood Anti-skid Feature: Not Specified Unit 2 Treatment Table, Product Name: Multi Functions Physical Electric Therapy Treatment Table Size: L2040*w560*h550-820mm Product Feature 1. Electric Operation,3 Sections, New Design Epoxy Metal Frame. 2. Equipped With 3 Motors For Height, Back And Leg Rest Adjustment. 3. Height Adjustments For The Arm Rests. 4. With Artificial Leather Cover On The Head, Seat, Leg Areas. 5. 4 Luxurious Castors With Brake. Function: Suitable For Hospital Electric Therapy Treatment Table Use. Unit 1 Mat Table, Wood Construction Adds Strength And An Attractive Natural Finish. Supports Up To 500 Lbs For Better Patient Accommodation. Heavyweight Vinyl Upholstery Is Comfortable And Strong. Thick Foam Padding Provides Patient Comfort For A Better Experience. Five-leg Design With Center Support Ensures Stability Through Heavy Treatment. Height: 18" Weight Capacity: 500 Lbs Size: 4 Ft Wide X 7 Ft Long Unit 1 Adjustable Height Exercise Steps, Color: Teal/purple Brand: Us Weight Item Weight: 80 Ounces Item Dimensions Lxwxh: 30 X 15 X 8 Inches About This Item Made In The United States From Durable, Recyclable High-density Polyethylene Circuit-size (28. 5" L X 14. 5" W X 4" H) Aerobic Platform, 4 Original Risers, And Streaming Videos Platform Features Grooved, Nonslip Top And Supports Up To 275 Lbs Four Nonskid Feet On Each Riser And Platform Prevents Sliding Or Scratching Floors Vary Workout Difficulty By Adjusting Platform Height From 4" To 6" To 8" Using Risers Unit 1 Pediatric Examination Gowns, Opening: Full Open Back Style: Child Size Color: Jellybean Print Made With High Quality, 100% Cotton Comfortable, Durable, Washable, And Reusable Hook And Loop Closures At Neck And Mid-back Piece 5 Towels, Material: High Quality 100% Cotton Terry – 500gm2. Size: 90 X 180cm. Piece 10 Bed Sheets, Waterproof 5.5 Mil Vinyl Contoured Corners, Fitted 36" X 80" X 6" Case Of 12 Pack 5 Pillows, Pillow Shape: Rectangle Pillow Weight: 0.95-1000 Grams Pillow Height: 12.7cm Pillow Width: 40.64cm Pillow Length: 66.04cm Pillow Size: 40 X 66 Cm Pillow Material: 100% Cotton Pillow Filing: Cotton Poly-fiber Piece 4 Pillowcase, 2pcs Pillowcase Size: 1 X 28 Inches Material: Cotton & Polyester Set 10 Blankets, 100% Canadian Cotton, Soft Texture, High Quality Fabric Size: 52 X 90 Inch Piece 10 Step Stools, Double Steel Caravan Step. Rubber Non- Slip Steps. Leg Distance Front To Back 65 Cm. Width 42 Cm. Top Step Height 38 Cm. Bottom Step 20 Cm. Unit 2 Therapist Stools On Wheels, Description: This Stool Can Be Adjusted To Just About Any Position You Want, Making It Incredibly Versatile And Comfortable. It Has A 360-degree Swivel So You Can Quickly Spin Around To Access Anything You Need At Home Or In The Office. The Unique Saddle Seat Has Thick Padding, Making It Easy For You To Stay In The Same Place For Hours At A Time. Unit 2 Wedge Bolsters, Use A Wedge Bolster Along With Our Quicklock Face Rest Platform To Create A Quick And Easy Backrest For Any Portable Or Stationary Massage Table. Dimensions: 24"w X 10"h X 24"l With A Flat Top And A 36" Incline. Piece 1 Round Bolsters, 6" Round Bolster Bolsters Are Made With Earth Friendly Materials Of Cfc Free Foam And Pvc Free Upholstery Choices. High Quality Foam Offers Comfortable Support And Allows Clients To Fully Relax, And Come With Pull Handles At Both Ends For Therapist Convenience. Unlimited Versatility Makes This Comfortable And Supportive Cushion Your Building Block For Positioning. Measures 6" D X 26" L. Made Of Aero-cel Foam: Won't Flatten Or Get Lumpy Like Dacron Bolsters Incredibly Supple Conforms To Fit Curves Firm Gentle Support Piece 1 Core Peak Bolsters, Core Peak Bolster Peaked Shape Fits Comfortably Under Your Knees Precision-cut Foam 10" X 24", With 7" Peak Available In Blue, Gray, Or Black Piece 1 Mobilization Belts And Devices Features: Long Enough To Meet Your Needs: The Strap Belt For Mobilization Measures About 8.2 Feet Long, Enough To Meet Your Using Needs On Leg And Shoulder Stretch, Dancing Training, Yoga, Hop And Waist Support, Arm Movement And So On. Adjustable And Portable: The Yoga Belt With Buckle Comes With An Adjustable Buckle, Allowing You To Adjust The Length Of The Belt To Get A Desired Length, And You Can Easily Carry And Store The Belt, Without Taking Up Too Much Space. Specifications: Main Material: Nylon Color: Blue Size: Approx. 8.2 Feet In Length, About 2 Inches In Width Piece 5 Gait Belt Features: This Transfer Belt Is Designed With A Buckle, Which Can Be Adjusted According To Your Needs Without Worrying About Being Too Loose Or Too Tight. This Gait Belt Metal Buckle Has Reliable Materials, Smooth Surface And Lightweight Structure, Which Is Convenient For Long-term Use And Storage. Specifications: Material: Vinyl Color: Black Size: 60 X 2 Inches Piece 5 Kinesiology Tape, Ultra-strong And Sticky-hypoallergenic Adhesive Water Resistant 97% Cotton, 3% Nylon 180% Stretch For Full Range Of Motion Latex And Zinc Free Sticks 2-7 Days 5-10 Applications Per Roll Each Is 2"x 16.4" (5cmx5cm) Piece 5 Splinting Materials, Rescue Padded Board Splint 6 Paddes Wood Splint (different Sizes) Sizes: 35", 25" And 15" Velcro Straps Color: Blue Set 2 Paraffin Bath, Bath Arm, Hand And Foot Usage: Wax Fomentation Condition: New Voltage: 220v Ac Power:2 Kw Tank Size: 50cm X 35cm X 25cm Deep Unit 1 Dumbells Sets, Product Name: Dumbbell Set Dimension: 810 × 525 × 765mm (excluding Dumbbells) Weight: 37kg Sandbags Qty: 18 Pcs With Different Weight Sandbags Weight: 1lb, 2lbs, 3lbs, 4lbs, 5lbs Type: Medical Rehabilitation Equipment Function: Used For Whole Body Rehabilitation Training Total 18 Dumbbells 1 Lb / Piece, 2 Pieces 2 Lbs / Piece, 4 Pieces 3 Lbs / Piece, 4 Pieces 4 Lbs / Piece, 4 Pieces 5 Lbs / Piece, 4 Pieces Set 1 Theraband, Brand: Theraband Material: Rubber Color: Blue/black Sport Type: Exercise And Fitness/pilates Heavy Set Includes The Fifth And Sixth Of Eight Levels Of Latex Resistance Tubes, Blue, 100%, 5.8 Lbs., 200%, 8.6 Lbs., Black, 100%, 7.3 Lbs., 200%, 10.2 Lbs. Set 4 Goniometers, Protractro Goniometer With 360 Degrees Coverage To Measure Joint And Compare The Changes In Joint Angles Material: Clear Plastic 3 Gonimeter: 12 Inch, 8 Inch And 6 Inch Set 2 Reflex Nuero Hammer, Features: The Pointed Babinski-style Tip At The Base Of The Handle Elicits Superficial Or Cutaneous Responses, Including Plantar And Abdominal Reflexes. Multi-function Double-headed Percussion Hammer For Tapping On Various Parts Of The Patient To Check Nerve Response. Ergonomic Handle Design Make The Percussion Hammers Light And Easier To Use. Weight Balanced Hammer, With Two Soft Rubber Heads, A Large And A Small Hammerhead For Accurate Knocking. Zinc Alloy Comfortable Handle Grip Control, Hammer For High Elastic Pvc Rubber Material: Zinc Alloy + Pvc Color: Black Package Size: 27*11*3.5cm/10.6*4.3*1.3 Inch Package Weight: 140g/4.9oz Piece 2 Thermometer, 1 Second Measuring Time 3 Color Backlight Fever Reminder Auto Shut Off At 18 Seconds Store 50 Sets Of Data Body Temperature Measurement: 34.0-42.9°c / 93.2-109.2°f Surface Temperature Measurement: 0-100°c / 32-212°f Material: Abs Plastic Display Resolution: 0.1°c(0.1°f) Measuring Distance: 1~5cm (0.4~2in) Accuracy: (+/-)0.2°c Auto-shutdown Time: About 18s Power Supply: 2 * 1.5v Aaa Batteries (not Included) 1 Year Warranty Unit 1 Multiple Mode Electrical Stimulator Specification: Dimension: 170 X 60 X 26 (mm) Channel: Two Independent Channels Power Supply: 9v Battery X 1 Pcs Output: 0~100ma P To P Into 500ω Load Density(intensity): Change Of 15 Steps Pulse Amplitude Timer: 30 Minutes Countdown Timer With Auto Off Wave For Dual Phases Square Wave Display: Lcd Display With Timer/mode/density (“density”=intensity) Mode: 10 Programs, P1~p5 Tens, P6~p0 Fitness Ems Ramp Up: 3 Seconds Buzzer: 2 Different Reminders 1.correct: Single Beep 2.caution: Long Beep Pulse Wave Form Low Frequency Stimulator Low Frequency Stimulator Standard Accessories: Electrical Stimulator 1 Stimulator Lead Wire 2 Self Adhering Electrode 4 Operating Manual 1 9v Battery 1 Reusable Package Box 1 Unit 2 Abc = 359,916.00
Closing Date28 Jan 2025
Tender AmountPHP 359.9 K (USD 6.1 K)
6831-6840 of 6871 archived Tenders