Paint Tenders
Paint Tenders
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 3.3 Million (USD 56.2 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Lapgap, Maydolong, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Three Hundred Thousand Pesos Only (php3,300,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-037 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Lapgap, Maydolong, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7- Occupational Safety And Health Program (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)b – Structural Steel Roof Truss (9,404.79 Kg), Item No. 1047(2)c – Structural Purlins (3,687.93 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span ( 456.63 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (88.62 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (88.62 M), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (56.00 L.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (28.00 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (158.256 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00 M), Completion Of The Works Is Required Within 120 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 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. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 16, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Oriental Mindoro Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 3.4 Million (USD 59.7 K)
Details: Description Invitation To Bid For Construction Of Multi- Purpose Building At Pag-asa, Bansud, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Development Fund 2024 Intends To Apply The Sum Of Three Million Four Hundred Ninety Four Thousand Four Hundred Fifty Seven Pesos And 54/100 (php 3,494,457.54) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Multi- Purpose Building At Pag-asa, Bansud, Oriental Mindoro (ib No. Cw-2025-022)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 85 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.5 800(1) 801(1) 803(1)a 804(4) 900(1)c2 900(1)c3 900(1)c4 902(1)a 903(2) 1032(1)a 1032(1)с 1013(2)a1 & B1 1014(1)b2 1047(2)a 1047(2)b 1047(10) Project Billboard/ Sign Board Clearing And Grubbing Removal Of Structure And Obstruction Structure Excavation (common Soil) Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks Painting Works, Concrete/masonry Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel, Trusses Structural Steel Purlins Metal Structure Accessories 1.00 Ea 510.00 M2 1.00 I.s. 71.45 M3 7.30 M3 61.80 M3 9.87 M3 18.69 M3 5,849.63 Kg 373.56 M2 137.20 M2 886.75 M2 143.00 M 714.12 M2 10,151.55 Kg 2,544.30 Kg 1.00 I.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 03, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
U S COAST GUARD USA Tender
Others
United States
Closing Date22 Jan 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items, Prepared In Accordance With The Format In Subpart 12.6 Of The Far And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested And A Separate Written Solicitation Will Not Be Issued. solicitation Number 70z04025p60216y00 Applies And Is Used As A Request For Quote (rfq). This Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2005-87, Effective, 7 March 2016. it Is Anticipated That A Competitive Price Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. All Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By This Agency. the U.s. Coast Guard, Surface Forces Logistics Center (sflc) Intends To Award A Firm Fixed Price Purchase Order. quotes Will Be Evaluated By Who Can Provide All The Requested Items, Delivery Time Frame And By Price. the United States Coast Guard Surface Forces Logistics Center Has A Requirement For The Following Items: please Quote With Delivery To Zip Code 21226 - No Substitutions. vendor Shall Provide: all Items Listed In The Attached Parts List And No Substituions Will Be Authorized Without Approval From Uscg Yard Technical Experts. item 1: Pipe, 4” nsn: 4710 01-lg2-0241 cage: 6mbv0 / Part: Dv-1000a description: Pipe, 4", Aluminum 5086_h32, D Pipe, 4", Aluminum 5086_h32, Det 2-d . H= 96", L= 42", Per 803-1645271 Rev. E, Bend Only, 4" X Standard Pipe, (davit, Portable, Aluminum), Commercial Packing Acceptable. Pipe And Tubeshall Be Banded Together With No More Then 5 Lengths To A Bundle 4" And Above. Marking: Each Length Shall Be Marked With Coast Guard Stock Number And Purchase Order Number. Either Stencil, Paint Stick Or Permanent Marker. qty: 1 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 2: Tubing nsn: 4710 01-lg1-9541 cage: 7d409 / Part: Pipe-sales description: Tubing, 3" Od X 1/4" Wall, 316 stainless Steel, Seamless qty: 3 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 3: Tubing nsn: 4710 01-lg1-9542 cage: 7d409 / Part: Pipe-sales description: Tubing, 3 1/2" Od X 1/4" Wall, 316 Stainless Steel, Seamless qty: 1 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 4: Pipe nsn: 4710 00-277-7869 cage: 1ptu4 / Part: Mil-p-1144 cage: 7y703 / Part: Mil-p-1144 cage: 0fm65 / Part: Mil-p-1144 description: Pipe, 2" Ips, Sch 40, .154" Wall Thk., Sst 316l, Seamless, Mil-p-1144 qty: 1 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 5: Pipe nsn: 4710 01-lg1-7202 cage: 3l672 / Part: 6061 Aluminum description: Pipe, 2" Ips, Sch 80, Aluminum 6061. qty: 20 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 6: Duct nsn: 4710 01-lg4-5444 cage: 97537 / Part: Je5504g1 description: Duct, 4" Dia, Round, Spiral Wound, 20 Gauge, Galvanized Steel, qty: 20 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 7: Pipe nsn: 4710 01-lg2-0331 cage: 00945 / Part: Astm A 53b cage: 7d409 / Part: Astm A 53b description: Pipe, 5" Ips, 5.5625 Od, Sched 40, Galvanized Steel, Astm qty: 10 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 8: Elbow nsn: 4710 01-lg2-0330 cage: 7d409 / Part: 105g-40-2537 cage: 00945 / Part: Astm 234 description: Elbow, 5" Ips, 90 Degree, 5.5625 Od, Buttweld, Sched 10, Galvanized Steel, qty: 1 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 9: Pipe nsn: 4730 01-lg1-9761 cage: 08mn0 / Part: 304 Sst cage: 7d409 / Part: 304 Sst cage: 1ptu4 / Part: 312t304s description: Pipe, 3-1/2", Sch 40, 304 Stainless Steel qty: 1 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 10: Vent Check Valve nsn: 4730 01-lg1-9418 cage: 79128 / Part: 1750 cage: 79128 / Part: 5-1750fbm-i description: Vent Check Valve, 5" Ips, Semicircular Float Inverted, Bronze Body, Monel Float, 150 Ansi Wager 1750 Or Equal qty: 1 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 11: Pipe nsn: 4730 01-lg1-8308 cage: 1ptu4 / Part: 3" Cs Pipe cage: 7d409 / Part: 3" Cs Pipe description: Pipe, 3" Nps, Sch 10, 3.5" Od, 0.120" Wall, Welded Pe-a135 Steel Mechanical Pipe qty: 30 Ft unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 12: Flange nsn: 4730 00-lg2-2103 cage: 4730 / Part: 00-lg2-2103 cage: 7d409 / Part: Astm 105 description: Flange, 3" Ips, Slip-on, Comm., Asa, Steel, 150 Psi, Astm qty: 3 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ item 13: Flange nsn: 4730 01-lg1-2456 cage: 80204 / Part: B16-5-1953table21 cage: 7d409 / Part: B16.5 cage: 34646 / Part: B16-5-1953table21 description: Flange, 5" Slip On, Flat Face, Carbon Steel, Astm A105, 150#, Ansi B16.5 qty: 6 Ea unit Price: ______________ total: ___________________ est. Delivery Date: ________________ * Delivery Address Listed Below. * *all Deliveries Are Required By 09/22/25* ** Total Cost Shall Have Delivery And Any Freight Charges Included. ** ** Shipping: Fob Destination Required. ** quote Total: uein: Naics Code: ship To: Uscg Surface Forces Logistics Center 2401 Hawkins Point Road Receiving Room- Building 88 Baltimore, Md 21226 preparation For Delivery all Material Must Be Shipped To U.s. Coast Guard Surface Forces Logistics Center, 2401 Hawkins Point Road, Receiving Room- Bldg 88, Baltimore, Md, 21226 For This Purchase Order. Material Must Be Accompanied By An Itemized Packaging List Securely Attached To The Outside Of The Shipment. all Packing Lists Shall Cite The Purchase Order Number With The Packaging In Such A Manner To Ensure Identification Of The Material Provided. material Shall Be Packed For Shipment Using Military Packaging, For Examples In Packaging Please Reference Mil-std-2073-1e. Material Must Be Packaged In Such A Manner As To Afford Adequate Protection To The Item Against Corrosion, Deterioration, And Physical Damage During Shipment From The Supply Course To Surface Forces Logistics Center Locations. packaging Shall Provide Adequate Protection For Warehouse Storage And Shipments From The Warehouse. all Material Shall Be Marked In Accordance With Mil-std-129r And Barcoded Unless Otherwise Authorized By The Contracting Officer. All Material Will Have The Purchase Order Number, National Stock Number (if Applicable), Vendor Name And Part Number Clearly Marked On The Exterior Of All Material Shipped. all Deliveries Are To Be Made Monday Through Friday Between The Hours Of 7:00am To 1:00pm. please Make Sure That Any Changes In Delivery Timeframes Or Tracking Information Get Sent To D05-smb-sflc-cpd-cp3-sap-admin@uscg.mil. invoicing In Ipp it Is Now A Requirement That All Invoicing For Purchase Orders Will Now Be Entered And Processed Through Https://www.ipp.gov
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 2.4 Million (USD 42.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Re-invitation To Bid For Contract Id No.: 25ga0060 Contract Name: Construction (completion) Of Multi-purpose Building (covered Court/ Evacuation Center), Barangay Calacabian, Libacao, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 2,475,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ga0060 – Construction (completion) Of Multi-purpose Building (covered Court/ Evacuation Center), Barangay Calacabian, Libacao, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building (covered Court/ Evacuation Center) Contract Id No. : 25ga0060 Locations : Barangay Calacabian, Libacao, Aklan Scope Of Works : Completion Of Multi-purpose Building: Construction Of Six (6) Sets Of Footing, Six (6) Sets Of Column, Four (4) Sets Of Intermediate Beam And Four (4) Sets Of Roof Beam. Construction Of 6 Inches Chb Wall With A Total Area Of 92.12 Square Meters. Application Of Plastering And Painting Works. Fabrication And Installation Of Three (3) Sets Of Full Truss, Two (2) Sets Of Center Strut Beam Truss, Four (4) Sets Of Middle Strut Beam Truss And Four (4) Sets Of Side Strut Beam Truss. Installation Of Pre-painted Metal Sheet Roofing With A Total Area Of 383 Square Meters. Lastly, Application Of Painting Works On The Roof Framing Only. Approved Budget For The Contract : P 2,475,000.00 Contract Duration : 105 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enrol In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board/partnership/joint Venture Resolution With Secretary’s Certificate For Corporation/partnership/joint Venture/cooperative) C. Letter Of Intent (for Foreign Funded Projects) 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan During Weekdays From 8:00 A.m To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8, 2025 – January 28, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On January 15, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_aklan@dpwh.gov.ph For Electronic Submission On Or Before January 28, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On January 28, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan 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. 13. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
City Government Iligan Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 3.3 Million (USD 58.2 K)
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 3,381,096.77 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City With Project No. Cb(b)-24-149 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Stairs At Buhanginan Hills (near Girlscout Headquarters), Buhanginan Hills, Brgy. Pala-o, Iligan City General Requirements •permits And Clearances •facilities For The Engineers •installation Of Project Billboard- 2 Sets •occupational Safety And Health Program •mobilization And Demobilization Removal Of Obstructions •clearing/removal Of Obstruction •uprooting/cutting Of Trees Gravel Fill •100 Mm Thk. Gravel Base For Footings And Zocalo •75 Mm Thk. Gravel Base For Bench, Footing And Plantbox Flooring •50 Mm Thk . Gravel Base For Stair Steps Electrical Works •laying Of The Underground Or Overhead Power Cables Connecting To The Main Power Supply •installation Of Protection System And Outdoor Electrical'panel (nema Enclosure W/ 15at Circuit Breaker) •erection Of Modem-type Outdoor Lamp Posts And Bollards (including Foundations And Anchor Bolts) •complete Wiring Of The Luminaire To The Electrical Supply •installation Of Outdoor Junction Boxes For Protection And Organization •underground Cable Burial Or Concrete-embedding Of Cable For Cable Routing •proper Grounding Of The Lamp Posts,electrical Panel, And Other Metal Parts For Safety •concrete Pouring For Footings, Zocalo,columns, 75 Mm Thk. Concrete Flooring For Plantbox , 50 Mm Thk. Concrete Topping, Bench Footing And Bench, 100 Mm Thk. Concrete Flooring For Landing And Stair Steps With Pebble Topping. •installation Of Formworks And Falseworks For Columns, Bench, Concrete Topping, And Stairs (steps And Landing) •removal Of Formworks And Falseworks Steel Reinforcements And Steel Works •installation Of 12 Mm Ø Dsb For Footings And Columns (bedbars And Vertical Bars) Installation Of 10 Mm Ø Dsb For Column Lateral Ties, Concrete Flooring For Plantbox, Concrete Topping, Bench Footing And Bench, Concrete Flooring For Landing And Stairs •installation Of 50 Mm Ø G.i. Pipe Schd. 40 For Lamp Post •installation Of 50 Mm Ø G.i. Pipe Schd. 40,25 Mm X 25 Mm X 3mm Angle Bar And 50 Mm X 50 Mm Wire Mesh (5mm Thk.) For Railings •installation Of 38 Mm Ø G.i. Pipe Schd. 40 For Bench Fabrication Masonry Works •piling Of 4" Thk. Chb At 800 Mm Height W/ 10mm Ø Dsb For Vertical And Horizontal Bars Sped At 0.60m O.c Bothways For Plantbox Softscape •installation Of Plantboxes With Plants And Frog Grass I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 2"x 8' Coco Lumber, 2"x 3"x 10' Coco Lumber, 2"x 3"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes True-rms Clamp Meter, 400 A Ac/oc, 600v Ac/oc, Cat Iii 600 V Cat Iv 300 V, Fluke 325; Digital Light Meter, Up To 20,000 Lux, Fluke 941; Non-contact Voltage Tester,90 V Ac To 1000 V Ac, Cat V 1000, Fluke 2ac. V. Removal Of Structures And Obstruction (q = 55.56 Cu.m.) Includes Uprooting/cutting Of Trees. Vi. Earthworks (q = 59.82 Cu.m.) Includes Volume To Be Excavated, V = 39.82 Cu.m.;volume To Be Backfilled, V = 39.82 Cu.m.; Gravel Bedding, 1-1/2"ø, V = 20 Cu.m Vi . Steel Reinforcements & Steel Works (q = 9,083.70 Kgs.) Includes 12 Mm Dia. X 6m Dsb; 10 Mm Dia. X 6m Dsb; #16 G.i Tie Wire; 50 Mm Ø G.i. Pipe Schd. 40; 38 Mm Ø G.i. Pipe Schd. 40; 25.4 Mm Ø G.i. Pipe Schd. 40; 5mm Ø Thk. Wire X 50mm X 50mm Mesh Steel Matting; 25 Mm X 25 Mm X 3mm Thk. Angle Bar; Red Lead Metal Primer, Quick Dry Enamel Paint, Paint Brush; Welding Rod (e-6011). Viii. Concrete Works, Formworks And Scaffoldings (q = 47.04 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, 2" X 2" X 10' Sized Coco Lumber, Assorted Sized C.w Nails. Ix. Masonry Works (q = 194.40 Sq.m.) Includes 4" X 8” X 16" Chb, Portland Cement, Washed Sand, Pebbles. X. Electrical Works (q = 1.00 Lot) Includes Modern-type Outdoor Lamp W/ Post, 2m Height, W/ High-powered 50w Led Bulb, Daylight; Outdoor Bollard Fixture W/ 20w Led Bulb,ip65; Cu Wire,3.5mm2, Thhn/thwn-2, Stranded; Circuit Breaker,15a,2pole,220v,60hz; Circuit Breaker Enclosure, Nema 1,2p; Secondary Rack W/spool Insulator,2-pole,w/screws; Outdoor Junction Box, Ip65 Weather Water Proof, 80x50 Round/octa, W/ Rubber Gasket & Screws; Upvc Conduit Pipe,1/2"x3m; Electrical Tape,0.16x19x16000 Mm; Solvent Cement 200 Cc; Pvc Conduit Fittings And Connectors. Xi.softscape (q = 30.20 Sq.m.) Includes Softscape (includes Garden Soil (planting Medium), Ornamental Plants ,shrubs , Trees). Approved Budget For The Contract (abc): P 3,381,096.77 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Sixty-seven (167) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) 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. Instruction To Bidders. 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, 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. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-149 (ceo-infra)
Province Of Occidental Mindoro Tender
Automobiles and Auto Parts
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description 1.the Local Government Unit Of The Municipality Of Magsaysay, Through The Local Government Support Fund- Financial Assistance (lgsf-fa) To Local Government Units Under The Fy 2023 General Appropriations Act Or Republic Act (ra) No. 11936 Intends To Apply The Sum Of Five Million Pesos Only (p 5,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Of Vehicle – 1 Unit Disaster Equipment/ Vehicle For Disaster Response And Rescue Activities – Fire Truck (2nd Call) In Barangay Poblacion, Magsaysay, Occidental Mindoro With Contract Identification Number Of Itb-2024-044. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Local Government Unit Of The Municipality Of Magsaysay Now Invites Bids For The Purchase Of Vehicle – 1-unit Disaster Equipment/ Vehicle For Disaster Response And Rescue Activities – Fire Truck: Brand New 2000 Liters Stainless Steel P.t.o. Fire Truck 6-wheeler Unit Equipped W/ Side P.t.o. Driven Rear Mounted 1000 L.p.m. Fire Pump Unit Specifications: *engine: Japan Made Blue Power Diesel Engine With Manual Transmission (euro 4) - Engine Capacity: 2,999cc With Four Cylinder Diesel Engine *chassis: Brand New 6-wheeler Chassis With Large Carrier Type *differential: 5 Stud Heavy Duty 6-wheeler Heavy Duty Large Carrier Differential *water Tank: 2,000 Liters Water Capacity Oval Shape Imported Stainless Steel Water Tank - Water Level Indicator: Manual Type Water Level Indicator With Special Plastic Tubing With Aluminum Frame With Fittings *fire Pump: 1000 Liters Per Min (l.p.m.) Side Power Take Off Driven European Made ( Euro Standard )fire Pump -manufactured With High Quality Light Alloy Aluminum -single Stage Bronze Blower -complying With En (european) Iso 9001:2015 Certification -thermal Expulsion System (to Avoid Overheating) And Mechanical Stuffing Impermeability -self-priming With Automatic Suction System -vacuum Pump Made Of Etial 171 Aluminum Alloy -bronze (rg5 Gin 1705) Bearing Material -manually Controlled Electromagnetic Clutch For Vacuum Engaging -automatic Relieve System By Danfoss Pressure Transmitter -discharge Capacity Of 1000 Lpm - Gauges: 2023 Modern Design Pressure And Compound Gauges With Lcd Monitor System *power Take Off: Brand New Single Output Euro Grade Side P.t.o. (power Take Off) -p.t.o. Rpm Increaser: Equipped With Brand New Euro Grade 1/2.8 Rpm Increaser -european Made P.t.o. (class A) Side P.t.o. With R.p.m. Increaser -complying With En (european) Iso 14001:2015 Certification *equipped With Brand New Original Euro Grade Class A Power Take Off (p.t.o.) Drive Shafts *pump Connection: Stainless Steel Piping System -discharge Valve: 2 Sets Brand New Class A European-grade 2½” Anodized Aluminum Discharge Outlet Valves -suction Inlet: 1 Set Brand New Brass Suction Inlet -tank To Pump Valve: 1 Set Brand New 3” Japan-grade Tank To Pump Ball Valve *body (superstructure): Custom Fire Truck Superstructure “ Fire Tanker Style Body” -roll Up: 1 Set Imported Euro-grade Aluminum Roller Shutter § Designed For Pump Protection And Equipment Storage § Anodized Coating And High Quality Aluminum § Pipe-type Spring Locking For Opening And Closing The Roller Shutter § Specially Designed Aluminum Tumblers With Locking System § Plastic Cording For Water And Dust Proofing -crew Bench: Brand New Semi Open Type Compartment With Roof With Seating For 4 Men § Lined With High Quality Aluminum Checkered Plate Panels § Installed With Cushion For Seats With Plastic Protection -air Conditioning: Brand New Aircon Assembly For Front Cab Included -access Stairs: 2 Sets Custom Made Stainless Steel Access Stairs At The Middle Portion *fire Turret: Brand New Adjustable Nozzle Heart Shape Japan Grade Imported Fire Turret -made Out Of Bronze Bc6 (c83600), Which Is Ideal For Corrosive Environment -cast Ball Joints Fitted With Stainless Steel Ball Bearings And Lubricated With A Grease Mouth -stainless Steel Levers And Pvc Handles -2.5" Outlet Diamater With Angel Of Rotation At 85° Elevation Angle And 40° Depression Angle -capable Of 360° Rotation Adjustable Movement And 1 Types Of Water Output (adjustable) *painting: Imported Hipic High Quality Poly Urethane Paint “fire Red” Color *manufacturer And Supplier Iso Standard Minimum Requirement: -local Company Bidder And Supplier Manufacturer Must Have Iso 9001:2015 For Quality Management Standard For Supply, Delivery And Manufacture Of Fire And Rescue Vehicles. -local Registered Company Bidder And Supplier Must Be Registered In Trading, Sales And Supply Business For Fire Trucks For At Least Minimum Of 15 Years Or More To Assure Top Quality Experience & Training In Service And Maintenance With Specialized Equipments In The Industry. Delivery Of The Goods Is Required Within One Hundred Twenty (120) Calendar Days. Bidders Should Have Completed, Within 10 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4.interested Bidders May Obtain Further Information From Local Government Unit Of The Municipality Of Magsaysay And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00 Am To 5:00 Pm). 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 – January 06, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (p 5,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6.the Local Government Unit Of Magsaysay Will Hold A Pre-bid Conference On December 23, 2024 (10:00 Am) At The Office Of The Bids And Awards Committee, 2nd Floor, Municipal Building, Jp Laurel Street, Poblacion, Magsaysay, Occidental Mindoro Which Shall Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat On Or January 06, 2025 (09:30 Am) Through Manual Submission At The Office Address As Indicated Below. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9.bid Opening Shall Be On January 06, 2025 (10:00 Am) At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Local Government Unit Of The Municipality Of Magsaysay 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Municipality Of Paracale, Camarines Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 10 Million (USD 170.7 K)
Details: Description 1st Bidding The Local Government Unit Of Paracale, Camarines Norte, Through Its Bids And Awards Committee (bac) Invites A Contractor Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Be For The Here Under Project: Infra-04-2025 Construction Of Composter Building (rotary Machine) Construction Of 327.60 Sq. Meter (42.0m X 7.80m) Floor Area Of Composter Building. Sanitary Landfill, Barangay Tugos, Paracale, Camarines Norte Project Description (gravel Bedding, Concrete Works, Reinforcing Steel Bar, Formworks And Scaffolding, Masonry Works, Cement Plaster Finish, Wall Finishes, Roof And Roof Framing Works, Plumbing Works, Electrical Works, Painting Works) Approved Budget Cost : Php 10,000,000.00 Source Of Fund : Municipal Fund (from Lbp Loan Proceeds) Contract Duration : Approximately 240 Calendar Days Activities Schedules 1. Pre-bid Conference- January 10, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 2. Submission Of Letter Of Intent - January 10, 2025 At The Mun. Planning & Development Office, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 3. Issuance Of Eligibility Forms And Bidding Documents - January 10, 2025 To January 20, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 4. Deadline Of Submission Of Bidding Document- Before 1:00 Pm Of January 20, 2025 5. Opening Of Bids – January 20, 2025 At 1:00 Pm Conference Hall, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 6. Bid Evaluation And Post Qualification – January 24, 2025 And January 30, 2025 7. Notice Of Award 8. Contract Agreement 9. Notice To Proceed Prospective Bidders Should Have Pass The Pcab License Applicable For The Contract, Have Completed A Similar Contract With A Value Of 50% Of The Abc And Have Key Personnel And Equipment Listed In The Eligibility Forms Available For The Prosecution Of The Contract. The Bac Will Use A Pass Or Fail Criteria , Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To The Eligibility Statement Of Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of The Revised Implementing Rules And Regulations (irr) Of R.a.9184. The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, Old Municipal Building, Paracale, Camarines Norte Upon Payment Of Non-refundable Of Php 10,000.00 To The Treasures Office, New Municipal Building, Paracale, Camarines Norte. The Lgu Paracale Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bids.
Municipality Of Paracale, Camarines Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 4 Million (USD 68.2 K)
Details: Description 1st Bidding The Local Government Unit Of Paracale, Camarines Norte, Through Its Bids And Awards Committee (bac) Invites A Contractor Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Be For The Here Under Project: Infra-05-2025 Construction Of Multi Purpose Building Construction Of 180 Sq. Meter (15m X 12m) Floor Area Of Multi Purpose Building. Sanitary Landfill, Barangay Tugos, Paracale, Camarines Norte Project Description (excavation Works, Concrete Works, Reinforcing Steel Bar, Formworks And Scaffolding, Masonry Works, Cement Plaster Finish, Plumbing Works, Electrical Works, Painting Works, Roof Tinning & Roof Framing, Const. Health And Safety) Approved Budget Cost : Php 4,000,000.00 Source Of Fund : Municipal Fund (from Lbp Loan Proceeds) Contract Duration : Approximately 180 Calendar Days Activities Schedules 1. Pre-bid Conference- January 10, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 2. Submission Of Letter Of Intent - January 10, 2025 At The Mun. Planning & Development Office, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 3. Issuance Of Eligibility Forms And Bidding Documents - January 10, 2025 To January 20, 2025 At The Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 4. Deadline Of Submission Of Bidding Document- Before 1:00 Pm Of January 20, 2025 5. Opening Of Bids – January 20, 2025 At 1:00 Pm Conference Hall, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 6. Bid Evaluation And Post Qualification – January 24, 2025 And January 30, 2025 7. Notice Of Award 8. Contract Agreement 9. Notice To Proceed Prospective Bidders Should Have Pass The Pcab License Applicable For The Contract, Have Completed A Similar Contract With A Value Of 50% Of The Abc And Have Key Personnel And Equipment Listed In The Eligibility Forms Available For The Prosecution Of The Contract. The Bac Will Use A Pass Or Fail Criteria , Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To The Eligibility Statement Of Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Awards Of Contract Shall Be Governed By The Pertinent Provisions Of The Revised Implementing Rules And Regulations (irr) Of R.a.9184. The Bac Will Issue To Prospective Bidders Eligibility Forms At The Bac Secretariat, Old Municipal Building, Paracale, Camarines Norte Upon Payment Of Non-refundable Of Php 5,000.00 To The Treasures Office, New Municipal Building, Paracale, Camarines Norte. The Lgu Paracale Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Bids.
City Of Cape Town Tender
Energy, Oil and Gas...+1Chemical Products
South Africa
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Fuels & Lubricants Reference Number Gc12500284 Title Fuel & Lubricants Description 1,000 Each X Spray Penetrating N/f 500ml 24/box Specification* Spray - Type Penetrating Non-flammable Size 500ml Aerosol Can Packaging 24 Per Box Specifications Non-flammable And Non-conductive Water Displacing Anti-corrosive Penetrating And Lubricating Oil. Tin To Display Hazardous Codes And Safety Precaution Measures. Material Safety Data Sheet To Be Delivered With Each Delivery. Brand Spanjaard Or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Stock 1. Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/03/10 Delivery Tologistics - Ndabeni Store Paints & Oils Ph 021 444 5451 Delivery Address25 Oude Molen Road, Ndabeni Contact Personn Van Der Vent Telephone Number0214445454 Cell Number Closing Date2025/01/23 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 Attachments No Attachments Note The Onus Rests With The Service Providers To Download The Returnable Documentation Attached To This Advert. Failure To Submit The Attached Quotation Document In Response To This Advert Will Render Your Quote Non-responsive. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Province Of Cavite Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 22.3 Million (USD 385.5 K)
Details: Description I. Project Billboard Pc. 1.00 Ii. Temporary Facility Lot 1.00 Iii. Occupational Safety And Health Program Lot 1.00 Iv. Clearing And Disposal Lot 1.00 V. Layout/staking And Safety Enclosure Lot 1.00 Vi. Vii. Earthworks A. Excavation Works (manual) Cu.m. 169.16 B. Backfilling Works Cu.m. 112.60 C. Earthfill Cu.m. 208.00 D. Gravel Bedding Cu.m. 19.60 Viii. Concrete Works A. 3500 Psi Ready Mix Pcd @28 Days Cu.m. 223.19 B. Reinforcing Bars Kgs. 41,417.20 C. Formworks Sq.m. 892.50 D. Pumpcrete Rental Lot 1.00 Ix. Metal Deck (1.00mm) Sq.m. 507.79 X. Shoring Jack Rental Lot 1.00 Xi. Masonry Works A. 5" Chb Laying Sq.m. 926.89 B. Plastering Works (rough) Sq.m. 2,808.37 Xii. Steel Works A. Roof Truss Kgs. 6,528.98 B. Stair Railings, Handrails, Safety Grilles And Fire Exits Lot 1.00 C. Stainless Steel Pwd Railings Lot 1.00 Xiii. Roofing Works A. Tinsmithry Sq.m. 378.00 B. Steel Works Accessories Lot 1.00 C. Bended/ Roof Accessories Lot 1.00 Xiv. Doors And Windows Lot 1.00 Xv. Ceiling Works Sq.m. 885.83 Xvi. Waterproofing Works Sq.m. 66.80 Xvii. Tile Works A. 40cm X 40cm Floor Tiles Sq.m. 814.74 B. 30cm X 30cm Comfort Rooms Tiles Sq.m. 251.98 C. Stairnosing Lot 1.00 Xviii. Painting Works A. Interior Surface Preparation Sq.m. 1,421.50 B. Exterior Surface Preparation Sq.m. 1,421.50 C. Masonry/concrete Surfaces Sq.m. 2,843.00 D. Steel Surface Sq.m. 849.20 E. Ficem Board Surfaces Sq.m. 885.83 F. Scaffolding Rental Lot 1.00 Xix. Plumbing And Sanitary Works Lot 1.00 Xx. Septic Vault Lot 1.00 Xxi. Catch Basins Lot 1.00 Xxii. Cistern Tank Lot 1.00 Xxiii. Fire Protection Works Lot 1.00 Xxiv. Pump And Tank Lot 1.00 Xxv. Pump House Lot 1.00 Xxvi. Electrical Works Lot 1.00
7611-7620 of 8030 archived Tenders