Paint Tenders

Paint Tenders

City Government Iligan Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.8 Million (USD 83.2 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Special Educational Fund Intend To Apply The Sum Of P 4,830,913.32 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City With Project No. Cb(b)-24-130 (ceo-infra) Re-bid. 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 Three-storey Guidance And Counselling Building, Iligan City National High School (icnhs), Brgy. Mahayahay, Iligan City •general Requirements -pennits & Clearances; -installation Of Project Billboard,2 Sets; -occupational Safety & Health Program; •clearing & Grubbing -cutting Of Trees; •earthworks -excavation For Foundation, Tie Beam, Wall-footing , Zocalo, Septic Vault, Concrete Storage, Stairs Foundation & Grease Trap; -backfilling & Compaction For The Slab On Grade; -gravel Bedding For Foundation , Tie Beam, Wall-footing , Slab On Grade, Zocalo, Septic Vault , Concrete Storage, Stairs Foundation & Catch Basin; •concrete Works, Forms & Scaffoldings -concrete Pouring For Foundation , Columns, Tie Beam, 2nd & 3rd Floor Beams, Suspended Slab, Roof Beams , Cantilever Beams, Slab On Grade, Wall-footing (foundation) , Zocalo (foundation) , Septic Vault Flooring (top & Bottom), Concrete Storage (foundation), & Catch Basin Flooring; •masonry Works -installation Of 4" X 8" X 16" Concrete Hollow Blocks (chb) For Wallings At Ground Floor, Balcony (2nd Floor) , Parapet,wall-footing ,septic Vault, Catch Basin, Concrete Storage & Zocalo, W/plaster Finish,& Smooth On Expose Areas; -using 10mmø X 6m Deformed Steel Bars Wf#.16 G.i Tie Wire; And Vertical Spaced @600mm O.c & For Horizontal, Every @3rd Layer; •steel Reinforcement -using 10mmø, 12mmø, 16mmø & 20mmø Deformed Steel Bars Wf#.16 G.i Tie Wire; •paint Works & Finishes; -skim Coating Only For All Wallings At Ground Floor Only; •steel Works -fabrication & Installation Of 50mm X 50mm X 6mm Thk., 38mm X 38mm X 6mm Thk., 38mm X 38mm X 4.smm Thk ., 25mm X 25mm X 4.smm Thk., 25mm X 25mm X 2mm Thk. Angle Bar,25mm X 25mm X 3/16" Thk. Angle Bar, 25mm X 3/16" Thk. Flat Bar. 2" X 4" X 1.smm Thk. C-purtins W/ 10mmø Dsb Sagrods, 12mmø Turnbuckle & Cross Brace; 10mmø Anchor Bolt,epoxy Primer; -installation Of Stainless Steel Square Tube Railings- Grade 304 For Stairs & Balcony; •tinsmithry Works -installation Of 0.4mm Thk. Colored Roof Long-span Rib Type,0.4mm Thk. Pre-fab End Flashing, 0.4mm Thk. Pre-fab Fascia Cover,& 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type W/complete Accessories ; •electrical Works ; -electrical Works At Ground Floor, & Provisions; •plumbing Works; -installation Of Plumbing Fixtures At Ground Floor Only; -installation Of 3"ø Pvc Pipe For Downspout W/ G.i Basket Strainer, Pvc Pipe Clip W/complete Accessories ; -provision Of Pvc & G.i Pipes For 2nd Floor & 3rd Floor Fixtures; I. Permits And Clearance (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans. Ii. Construction Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. 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 2"x 10' Coco Lumber, 2"x 2"x 14' Coco Lumber, Assorted Sizes C.w Nails. Iv.mobilization & Demobilization (q = 1.00 Lot) V.clearing And Grubbing (q = 1.00 Lot) Vi. Earthworks (q = 147.48 Cu.m) Includes Volume To Be Excavated, Volume To Be Backfilled, Pit Run Soil/earthfill (backfilling Suitable Materials), Gravel Bedding (1-1/2"ø). Vii. Concrete Works, Formworks And Scaffoldings (q = 75.99 Cu.m) Includes Portland Cement, Washed Sand, Washed Gravel, 4' X 8' X 1/4" Thk. Marine Plywood, Assorted Sized Coco Lumber, Assorted Sized C.w Nails. Viii. Masonry Works (q = 284.81 Sq.m) Includes 4" X 8" X 16" Chb, Portland Cement, Washed Sand, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Ix.steel Reinforcements (q = 16,429.80 Kgs.) Includes 10mm Dia. X 6m Dsb, 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 20mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.steel Works (q = 2,034.40 Kg/s) Includes 50mm X 50mm X 6m X 6mm Thk. Angle Bar- 16pcs, 38mm X 38mm X 6m X 4.smm Thk. Angle Bar- 20pcs, 38mm X 38mm X 6m X 6mm Thk. Angle Bar- 23pcs, 25mm X 25mm X 6m X 4.5mm Thk. Angle Bar- 24pcs, 25mm X 25mm X 6m X 2.0mm Thk. Angle Bar- 7pcs, 1" X 1" X 6m X 3/16" Thk. Angle Bar- 4pcs, 25mm X 6m X 3/16" Thk. Flat Bar- 3pcs, 50mm X 100mm X 6m X 1.5mm Thk. C-purlins- 20pcs, 12mmø X 6mm Plain Bar Cross Brace- 8pcs, 12mmø Turnbuckle, Sagrods-10mmø X 6mm Dsb- 18pcs, 10mmø Anchor Bolt (l-type), Welding Rod (6011), 2" X 3" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, 2" X 2" X 6m X 1.0mm Thk. Stainless Steel Rectangular Tube- Grade 304, Stainless Welding Rod (1.60mm), Epoxy Primer, 4" Paint Brush, 4"ø Cutting Disc, 4"ø Grinding Disc, Assorted Sand Paper. Xi.tinsmithry (q = 80.73 Sq.m) Includes 0.4mm Thk. Colored Roof Long Span Rib Type, Pre-fab Colored End Flashing (0.4mm Thk. X 8'), 0.30m X 2.40m X 0.4mm Thk. Pre-fab Colored Gutter Spanish Type, Pre-fab Colored Fascia Cover (0.4mm Thk. X 8'), Sealant, Teksrew, Blind Rivets (1000pcs/box), Riveter, Aviation Metal Snip Scissor. Xii. Paint Works & Finishes (q = 388.99 Sq.m) Includes Skim Coat, Sand Paper. Xiii. Electrical Works (q = 1.00 Lot) Includes 2.0mm2 Thhn Stranded Copper Wire, 3.5mm2 Thhn Stranded Copper Wire, 8.0mm2 Thhn Stranded Copper Wire, 14.0mm2 Thhn Stranded Copper Wire, 38.0mm2 Thhn Stranded Copper Wire, Pvc Conduit 15mm, Pvc Elbow 15mm, Junction Box 4x4", Utility Box 2x4", Pvc Conduit 20mm, Pvc Elbow 20mm, Emt Conduit 32mm, Emt Coupling 32mm, Service Entrance Cap 32mm, Secondary Rack With 2 Spool, Duplex Convenience Outlet, Airconditioning Outlet, Single Gang Switch With Led Indicator 230v, Two Gang Switch With Led Indicator 230v, Three Gang Switch With Led Indicator 230v, Single Gang Three Way Switch With Led Indicator 230v, Led Panel Light Recessed Round Type 18w (230v), Led Panel Light 30x60 24w (230v Daylight), Led Panel Light 30x30 18w (230v), Circuit Breaker 2 Pole 15at (230v Plug In Type), Circuit Breaker 2 Pole 20at (230v Plug In Type), Circuit Breaker 2 Pole 60at (230v Plug In Type), Electrical Panelboard 10 Holes 8 Branches Plug In Type, Mccb 125 At 2 Pole 230v, Enclosure For 125 At Mccb, Solvent Cement 100cc, Minor Electrical Peripherals. Xiv. Plumbing Works (q = 1.00 Lot) Includes 6" Dia. X 10' Pvc Pipe S-1000, 4" Dia. X 10' Pvc Pipe S-1000, 4" Dia. Pvc Sanitary Tee (s-1000), 4" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 4" Dia. Pvc Elbow 1/8 Bend (45 Deg.), 4" Dia. Pvc Coupling, 4" Dia. Pvc Clean Out W/adapter & Plug, 4" X 2" Dia. Pvc Coupling Reducer, 4" Dia. Pvc Cross Tee, 3" Dia. X 10' Pvc Pipe S-1000, 3" Dia. Pvc Elbow 1/4 Bend (90 Deg.), 3" X 2" Dia. Pvc Coupling Reducer, 3" X 2" Dia. Pvc Wye, 3" Dia. Pvc Elbow 1/8 Bend (45 Deg .), 3" Dia. Pvc Clean Out W/adapter & Plug, 3" Dia. Pvc Sanitary Tee (s-1000), Pvc Pipe Strap/clip, Bolt (54pcs), Nut (54pcs) And Washer (54pcs), 2" Dia. X 10' Pvc Pipe S-1000, 2" Dia. Pvc Tee, 2" Dia. Pvc P-trap, 2" Dia. Stainless P Trap, 2" Dia. Pvc Elbow 1/4 Bend (90 Deg.), Pvc Cement (400cc), 1/2" Dia. X 20' G.i Threaded Pipe Water Supply Line, 1/2" Diam. G.i Threaded Pipe Elbow (90deg.), 1/2" Diam. G.i Threaded Pipe Tee, 1/2" Diam. G.i Threaded Union Patente, G.i Basket Strainer, 4" X 4" Stainless Floor Drain, Water Closet W/complete Fittings/accessories-heavy Duty, Lavatory -heavy Duty, Faucet W/complete Accessories-heavy Duty, Teflon Tape (3/4" X 10m). Approved Budget For The Contract (abc): P 4,830,913.32 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 Eighty (180) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (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. 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 3.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 4.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. 24-130 (ceo-infra)

Municipality Of Talakag, Bukidnon Tender

Civil And Construction...+2Construction Material, Pipe Line Project
Corrigendum : Closing Date Modified
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 68.7 K (USD 1.1 K)
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Talakag Request For Quotation Date: 14-jan-25 Rfq No. Rfq-24-07301 Name Of The Contract: Procurement Of Construction Materials (for The Construction Of Overhead Tank, Salucot) Name Of Company: Address: Business Permit No.: Tin: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than January 21, 2025. Open Quotations May Be Submitted, Manually Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Sherwin U. Seno Bac Secretariat After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Description Qty Unit Approved Budget For The Contract Offer Price Compliance With Technical Specifications Remarks Unit Price Total Qty Unit Price Total Price Yes No 1 Portland Cement 8 Bags 320.00 2,560.00 2 16mm Rsb (column/pedestal) 4 Length 540.00 2,160.00 3 12mm Rsb (bed Bars) 4 Length 300.00 1,200.00 4 10mm Rsb (lateral Ties) 12 Length 240.00 2,880.00 5 Screened Sand 1 Cu.m 1,750.00 1,750.00 6 #16 Tie Wire 8 Kls 90.00 720.00 7 1/4" Opw 2 Shts 480.00 960.00 8 2x2x8 (12 Pcs) G-melina Or Its Equiv. 32 Bd.ft 28.00 896.00 9 #4 Cwn 3 Kls 75.00 225.00 10 #3 Cwn 3 Kls 75.00 225.00 11 #1 1/2 Cwn 0.5 Kl 75.00 37.50 12 #2 1/2 G.i Pipe Sch.40 1 Length 6,500.00 6,500.00 13 2x2x6mx4mm Angle Bar 5 Length 1,550.00 7,750.00 14 1.22x2.44x5mm Chekered Steel Plate 1 Sht 2,600.00 2,600.00 15 .25x.25x3/4 Thick (bottom) 4 Pcs 450.00 1,800.00 16 .15x.15x3/4 Thick (top) 4 Pcs 350.00 1,400.00 17 1/2" Thick Triangular Plate Bracket 16 Pcs 200.00 3,200.00 18 Welding Rod (fuji) 1 Box 2,000.00 2,000.00 19 5/8x16" Anchor Bolt With Nut & Washer 16 Pcs 280.00 4,480.00 20 1/2x4" Bolts With Nut & Washer 4 Pcs 100.00 400.00 21 #4 Cutting Disc (steel) 5 Pcs 180.00 900.00 22 Red Oxide 2 Ltrs 350.00 700.00 23 #3 Paint Brush 2 Pcs 45.00 90.00 24 Water Tank Stainless (1,000 Ltrs) 1 Unit 20,000.00 20,000.00 25 #4 Pvc Pipe 3 Length 450.00 1,350.00 26 Solvent Cement 1 Qrt 120.00 120.00 27 #4 Pvc Elbow 2 Pcs 55.00 110.00 28 1/2 Pvc Blue Pipe 3 Length 180.00 540.00 29 1 Pvc Blue Pipe 1 Length 200.00 200.00 30 1/2 Pvc Gate Valve (threaded) 1 Pc 200.00 200.00 31 1/2 Female Threaded Adaptor (coupling) 2 Pcs 40.00 80.00 32 1/2 Pvc Tee 1 Pc 50.00 50.00 33 1/2"x90° Pvc Elbow 4 Pcs 35.00 140.00 34 Pvc Coupling (female Threaded) 2 Pcs 35.00 70.00 35 Teflon Tape (1/2) 2 Rolls 30.00 60.00 36 1 X 1/2 Pvc Reducer Connector 1 Pc 55.00 55.00 37 Pvc Faucet 1 Pc 300.00 300.00 38 1/2" Coupling 2 Pcs 35.00 70.00 Note: Delivery Is 10 Cd Upon Receipt Of P.o. 68,778.50 Total Signature Over Printed Name Contact Numbers (landline And/or Cellphone Nos.)/email Address

Indian Army Tender

Goods
GEM
Corrigendum : Corrigendum Added
India
Closing Date11 Jan 2025
Tender AmountRefer Documents 
Description: BOQ ITEMS: Inj Amikacin sulphate 250mg/ml vial of 2ml, Inj Hyoscine Bromide 20 mg / ml, Inj Ketamine Hcl 50 mg / ml - 2 ml, Inj Bupivacaine HCl 5 mg/ml heavy 4 ml , Inj Pantoprazole 40 mg , Inj Lignocaine Hcl 2% with Adrenaline 1/80000 - 2 ml cartridge, Inj Lignocaine Hcl 2% without Adrenaline Vial of 30 ml Inj Lignocaine Hcl 2% without Adrenaline Vial of 30 ml Inj Lignocaine Hcl 2% without Adrenaline Vial of 30 ml, Inj Adrenaline Tartrate 1/1000 amp of 1ml, Inj Dextrose 25% - 25 ml, Inj Dextrose 50% - 25 ml, Inj Amoxycillin1000mg+ Clavulanic acid 200 mg, Inj Human Rabipur Vaccine 1ml/dose, Inj Typhoid Vi polysaccharide 0.5 ml , Inj Pentazocine Lactate 30mg/ml, 1ml, Inj Tranexamic acid 500mg/5ml, Inj Ranitidine Hcl 50 mg/2 ml, Inj Artesunate 60mg/ml amp of 2ml, Inj Atropine sulphate 0.6 mg / ml, amp of 1ml, Inj Ceftriaxone 1gm, Inj Morphine 15 mg, 1 ml , Inj Multi Vit 10 ml with minimum constituents having Thiamine (B1)-30mg/ml, Pyridoxine (B6) 30mg/ml and (B12) Cyanocobalamin-300mcg/ml, Inj Sodium Bicarbonate 7.5% amp of 10ml, Inj Paracetamol with Cysteine HCl monohydrate infusion 1000 mg/100 ml, Inj Mannitol 20%, 100 ml bottle, Inj Nor Adrenaline bitartrate 2mg/ml, Inj Lorazepam 2 mg/ml, 2 ml , Inj Insulin Lispro 25% and 75% Insulin Lispro Protamine Susp 300 IU, Prefilled Pen, Inj Diclofenac 25 mg/ml IP, 3 ml , Inj Midazolam 5 mg, 1 ml , Inj Thiamine 100 mg/ml, 2 ml Amp , Inj Ciprofloxacin 200 mg bott of 100 ml , Inj Hydrocortisone Sodium Succininate 100 mg, Inj Pheniramine Maleate 22.5 mg / ml amp of 2ml , Inj Metronidazole for IV use containing 500 mg per bott of 100 ml, Inj Etophylline 84.7mg +heophylline25.3mg/ml amp of 2ml, Inj Anti Venom serum polyvalent dry vial of 10ml, Inj Tetanus Toxoid, purified, absorbed rubber capped, Vial of 5 ml (10 Doses), Oint Mupirocin 2% tube of 5gm, Oint Silver Sulphadiazine 1% tube 20 gm , Oint Framycetin Sulphate cream 1% tube of 100 gm, Oint Framycetin sulphate cream 1% tube 20 gm, Oint Lulicanazole tube of 20gm , Sunscreen lotion tube of 60 ml, Tab Naproxen 250 mg, Tab Cinnarizine 25 mg, Tab Levofloxacin 500 mg, Tab Folic Acid 5 mg, Tab Mefanemic Acid 250 mg+ Dicyclomine HCL 10 mg, Tab Ranitidine 150 mg, Tab Ascorbic acid 500 mg, Tab Vitamin-complex therapeutic with a minimum concentration , Tab Amoxycillin 500 mg + Clavulanic acid 125 mg, Amoxycillin 875 mg + Clavulanic acid 125 mg- 1000 mg, Tab Fluoxetine HCl 20 mg , Tab Glucosaimine 500 mg, Tab Glucosamine 250 mg + Chondrotoin Sulphate 200 mg , Tab Tramadol Hcl 50 mg , Tab Fexofenadine 180 mg, Tab Ornidazole 500mg + Ofloxacin 200mg, Tab Atorvastatin 20 mg , Tab Clopidogrel 75 mg, Tab Antacid containing Aluminium hydroxide 250 mg, Magnesium hydroxide NF 250 mg, Methyl Polysiloxane 50 mg, Tab Norfloxacin 400 mg + Tinidazole 600 mg, Tab Doxylamine Succinate 10 mg + pyridoxine Hydrochloride 10 mg IP , Tab Etoricoxib 90 mg, Tab Terbinafine Hcl 250 mg, Tab Duloxetine 20 mg, Tab Paracetamol 650 mg, Tab Telmisartan 40 mg + HCTZ 12.5 mg, Tab Ciprofloxacin 500 mg, Tab Diclofenac Sodium SR 100 mg , Tab Levetiracetam 500 mg , Tab Canagliflozin 100 mg , Tab Itopride 50 mg , Tab Thyroxine Sodium 25 mcg , Tab Thyroxin 50 mcg, Tab Thyroxine Sodium 100mcg, Tab Azithromycin 500 mg , Tab Nitrofurantoin 100 mg , Tab Acyclovir 800 mg , Tab Sitagliptin phosphate 100 mg, Tab Nifedipine Retard 20 mg , Tab Ramipiril 5 mg, Tab Ramipiril 10 mg, Tab Dabigatran Etexilate 150mg, Tab Indomethcin 75 mg SR, Tab Allopurinol100 mg, Tab Rifampcin 600mg + Isoniazid 300mg, Cap Fluconazole 150 mg, Cap Cefuroxime 250 mg , Cap Doxycycline 100 mg , Cap Gabapentin 300 mg , Cap Amoxycillin IP 500 mg , Cap Vitamin E 200 mg, Cap Omeprazole 20mg+Domperodone 10 mg, Sevoflurane Bottle of 250 ml, Ether Solvent bott of 500ml , Syp Lactulose each 5ml containing 3.325g bott of 100ml, Syp Cetrizine 5 mg / 5ml bott of 60 ml, Syp Cough Sedativeeach 5ml containing Chlorpheniramine Maleate 2.5 mg, Guiaphenesin 100mg, Noscopine 15mg, Sodium citrate 60mg in flavoured base bott of 100ml, Syp Bromhexine Syp 5 ml containing 4 mg of Bromhexine Hcl bottle of 100 ml, Syp Azithromycin 200 mg per 15 ml, Syp Zinc 20 mg/5 ml, bottle of 100 ml, Iron Syp Paediatric Each 5 ml Containing elemental iron of 50 mg as iron polymaltose complex in 200 ml bottle, Syp Levo-Salbutamol 1mg/5ml bottle of 100 ml, Syp Calcium Phosphate (80mg/5ml), 200 ml bottle, Syp Metronidazole suspension 200 mg/5 ml bott of 60 ml, Syp Iron drops Paediatric containing Ferrous fumerate 25mg/ml, Vit B12 12.5mg/ml & Folic Acid 200mg/ml bott of 15ml, Syp Multivitamin drops with constituents having Vit A-1400-1600 IU/ml, vit b1-0.3-0.6mg/ ml, vit B2 -0.3-0.8 mg/ml, vit B6 -0.2-0.6 mg/ml, vit C-20-30 mg/ml, vit D-200-400 iu/ml in bott of 15 ml , Syp Albendazole 200 mg / 5 ml bott 10 ml , Syp Dextromethorphan hydrobromide 5.0mg/5ml + Chlorpheniramine maleae 2.0mg/5ml (Tixylix), Syp Antacid gel each 5 ml containing dried Aluminium hydroxide gel 250mg,Magnesium hydroxide 250mg & Simethicone suspension bott of 200ml, Syp Ibuprofen 100 mg/5 ml Bott of 50 ml, Syp Cefuroxime 125 mg / 5 ml bott 30 ml , Syp Dicyclomine + Simethicone bott of 30 ml, Syp Chlorpheniramine Maleate 2mg/5ml+ Phenylepherine HCL 5mg/5ml,bott of 60ml, Syp Ibuprofen 100 mg + Paracetamol 162.5 mg, Syp Montelukast 4 mg + Levocetirizine 2.5 mg, Syp Ofloxacin + Ornidazole bott of 30ml, E/D Ciprofloxacin 0.3% eye drops of 3 mg/ml bott of 5ml, E/D Carboxy MethyI Cellulose 1% Eye drops bott of 5 ml , E/D Para dichlorobenzene 2% w/v Benzocaine 2.7% w/v Chlorbutol 5% , Turpentine oil 15% w/v bott of 10ml, E/D Ciprofloxacin HCl 0.3% + Dexamethasone 0.1 % bott of 5ml, Midazolam nasal spray 0.5 mg/spray 5 ml bottle, Xylometazoline HCL 0.05% w/v nasal Solution for paed use bott of 10ml, MDI Formeterol 6 mcg and Budesonide 400 mcg CFC free MDI, 120 metered doses, MDI Salmetrol 50 mcg + Fluticasone 250mg inhaler of 60 doses, MDI Levo-Salbutamol aerosol inhalation inhalerpack of 200 metered dose , MDI Budesonide 200mcg Inhaler, Resp Budesonide 1mg , Resp Levosalbutamol inhalation solution amp of 2.5ml, Isabgul husk 3.5 gm sachet, Clotrimazole mouth paint 1% - 15 ml, Povidone Iodine solution 5% bott of 500 ml, Povidone Iodine Germicidial Gargle 2%W/V bott of 100ml

Municipality Of Kauswagan, Lanao Del Norte Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date16 Jan 2025
Tender AmountPHP 834.4 K (USD 14.2 K)
Details: Description Qty Unit Item Description Estimated Unit Price Total Unit Price 15 Rolls Led Rope Lights (white) 8,500.00 127,500.00 3 Rolls Led Rope Lights (green) 8,500.00 25,500.00 2 Rolls Led Rope Lights (red) 8,500.00 17,000.00 3 Rolls Tie Wire #16 2,800.00 8,400.00 4 Rolls Flat Cord #16 8,700.00 34,800.00 2 Boxes Thhn #12 9,950.00 19,900.00 2 Boxes Thhn #10 12,700.00 25,400.00 1 Box Thhn #8 17,000.00 17,000.00 20 Packs Cable Tie #6 (100 Pcs) 750.00 15,000.00 20 Pcs Electrical Tape Big 75.00 1,500.00 2 Pcs Safety Breaker 100 Amp 1,200.00 2,400.00 2 Pcs Safety Breaker 60 Amp 990.00 1,980.00 7 Pcs Safety Breaker 20 Amp 625.00 4,375.00 7 Pcs Safety Breaker 15 Amp 625.00 4,375.00 20 Pcs Surface Type Outlet 4 Gang 595.00 11,900.00 30 Pcs Heavy Duty Male Plug 90.00 2,700.00 15 Pcs Rope Light Sequencer 150.00 2,250.00 5 Rolls Rubber Tape 245.00 1,225.00 2 Boxes Staple Wire #1 245.00 490.00 10 Kgs Tie Wire #14 175.00 1,750.00 1 Box Thhn #8 17,000.00 17,000.00 3 Boxes Thhn #12 9,950.00 29,850.00 2 Boxes Thhn #10 12,700.00 25,400.00 1 Pc Safety Breaker 100 Amp 1,200.00 1,200.00 1 Pc Safety Breaker 60 Amp 990.00 990.00 3 Pcs Safety Breaker 20 Amp 625.00 1,875.00 3 Pcs Safety Breaker 15 Amp 625.00 1,875.00 2 Rolls Flat Cord #16 8,700.00 17,400.00 150 Boxes Led Shower Lights (warm White) 850.00 127,500.00 20 Pcs Electrical Tape Big 75.00 1,500.00 50 Pcs Pvc Pipe ½” 175.00 8,750.00 2 Packs Pvc Nail Clip ½” 425.00 850.00 20 Pcs Pvc Long Elbow ½” 40.00 800.00 10 Packs Cable Tie #6 (100pcs) 750.00 7,500.00 100 Mtrs Flexible Hose ½” 20.00 2,000.00 50 Pcs Led Buld Daylight 3 Watt 245.00 12,250.00 50 Pcs Rubber Socket (weather Proof) 150.00 7,500.00 1 Gal Rugby 1,600.00 1,600.00 2 Pcs Cutter 200.00 400.00 6 Pcs Scissors 125.00 750.00 4 Pcs Paint Brush #1 ½ 55.00 220.00 40 Pcs 10mm Dsb 265.00 10,600.00 20 Kgs Welding Rod 295.00 5,900.00 15 Pcs Cutting Disc 125.00 1,875.00 30 Mtrs Chicken Wire #1 275.00 8,250.00 100 Boxes Led Shower Lights (warm White) 850.00 85,000.00 3 Boxes Thhn #12 9,950.00 29,850.00 3 Boxes Thhn #10 12,700.00 38,100.00 5 Packs Cable Tie #6 (100pcs) 750.00 3,750.00 10 Pcs Electrical Tape Big 75.00 750.00 Christmas Decoration (wharf) 50 Boxes Led Shower Lights (warm White) 850.00 42,500.00 1 Roll Flat Cord #16 8,700.00 8,700.00 10 Pcs Electrical Tape Big 75.00 750.00 2 Pcs Safety Breaker 20 Amp 625.00 1,250.00 2 Packs Cable Tie #8 (100pcs) 750.00 1,500.00 3 Packs Cable Tie #12 (100pcs) 850.00 2,550.00 2 Kgs Tie Wire #16 95.00 190.00 1 Roll Rubber Tape 245.00 245.00

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice And Is For Market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid. No Solicitation Is Currently Available. the U.s. Army Corps Of Engineers, Omaha District Is Conducting Market Research To Identify Sources (small Businesses And Other-than-small Businesses) That Have The Knowledge, Skills And Capability To Perform The Work Concerning The Potential Project Described Below. Responses Are Requested Only From: Potential Prime Construction Contractors With Company Bonding Capability (single Job) Of At Least $65m. The Responses To This Source Sought Announcement Will Be Used By The Government To Make Appropriate Acquisition Decisions For This Project. responses Are To Be Sent Via Email To Scott.dwyer@usace.army.mil And Courtesy Copy Jessica.r.jackson@usace.army.milno Later Than 2:00 P.m. Cdt, 31 January 2025. questions Or Concerns Surrounding Small Business Matters Can Be Sent To Cenwo-sb@usace.army.mil. Please Include The Sources Sought Notice Identification Number In The Subject Line Of Any Email Submission. magnitude Of Construction: disclosure Of The Magnitude Of Construction, As Prescribed In Far 36.204 And Dfars 236.204, Is Between $25m And $100m. This Project Will Be Primarily Funded With Milcon-appropriated Dollars. project Location And Description: this Upcoming Solicitation Will Be Executed Using A Design-bid-build (dbb) Project Delivery Method, Which Will Require The Contractor To Provide The Government With A Complete Facility And Warranty Based On The Request For Proposal (rfp). pavements & Maintenance Facility, Grand Forks Air Force Base (gfafb), North Dakota (nd). this Project Will Provide A Storage And Light Maintenance Facility To Store And Maintain Snow Removal Equipment. This Storage Facility Is Approximately 60,000 Sf With Space To Perform General Vehicle Maintenance. The Project Also Includes Ground Support Equipment (gse) Paving. This Project Also Includes Demolition Of Approximately 80,000 Sf Of Existing Facilities. Supporting Facilities Include Providing Liquid Storage Tanks, Generator, And Fuel Storage Tanks. facilities Will Be Designed As Permanent Construction In Accordance With The Dod Unified Facilities Criteria (ufc) 1-200-01, General Building Requirements And Ufc 1-200-02, High Performance And Sustainable Building Requirements. Each Facility Must Be Compatible With Applicable Dod, Air Force, And Base Design Standards. In Addition, Sustainable (green) Construction Materials And Techniques Shall Be Used Where Cost Effective And/or Where Specified. special Construction And Functional Requirements: The Project Will Be Constructed Near The Southern End Of The Flightline Facilities At Gfafb. As Such, The Project Will Be Constructed Adjacent To – And May Be Required To Integrate With Active Airfield Operations. Demolition Of Existing Utilities And Infrastructure – To Include Hazardous Materials Contaminated Apron And Soils May Be Required. project Period Of Performance: period Of Performance Will Be 900 Calendar Days From Construction Ntp. project Labor Agreement Requirements: please Note, This Project May Be Subject To A Project Labor Agreement As Per Executive Order (e.o.) 14063. A Separate Project Labor Agreement Survey Will Be Posted To Sam.gov To Assist With The Market Research Of This Acquisition. submission Details: all Interested, Capable, Qualified (under Naics Code 236220 – Commercial And Institutional Building Construction) And Responsive Contractors Are Encouraged To Reply To This Market Survey Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Construction Projects Of Similar Nature For Each Facility As Described Above. Narratives Shall Be No Longer Than 12 Pages. E-mail Responses Are Required. please Include The Following Information In Your Response/narrative: company Name, Address, And Point Of Contact, With (h)is/her Phone Number And Email Address cage Code And Duns Number statement Certifying Business Size Such As Wosb, Sdvosb, Etc. To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Projects Within The Last 8 Years And State Whether You Were The Prime Or Subcontractor start And End Dates Of Construction Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job information On Your Bonding Capability - Specifically Identify Performance And Payment Bonds Capacities details On Similar Projects With Scope And Complexity Should Identify Experience With The Following Within The Past 10 Years. construction Of Vehicle Storage And Or Vehicle Maintenance Facilities, Or Similar To Include Associated Site Features, Utilities, And Infrastructure. construction Of Similar Clear-span Type Covered Storage Or Maintenance Facility (large Pre-engineered Metal Building Systems, Large Vehicle Storage, Large Bay Facility, Etc.) construction Of Facilities On A Dod Military Installation. construction Of Facilities On An Active Airfield Flightline. construction Of Ufc 1-200-01, Building Code General Requirements construction Of Ufc 1-200-02 High Performance And Sustainable Building Requirements abatement And/or Remediation Of Asbestos, Lead Based Paint, And/or Other Hazardous Materials. responses Will Be Shared With Government Personnel And The Project Management Team On A Need-to-know Basis, But Otherwise Will Be Held In Strict Confidence. please Note: At This Time, We Are Only Interested In Responses From Companies Who Have The Ability To Be Prime Contractors With Bonding Capability (single Job) Of At Least $65m. estimated Construction Contract Award Will Be Second / Third Quarter Of Fiscal Year 2026. telephone Inquiries Will Not Be Accepted.

Municipality Of Isabela, Negros Occidental Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 499.1 K (USD 8.5 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Invitation To Bid For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. 1. The Municipality Of Isabela, Through The General Fund Intends To Apply The Sum Of Four Hundred Ninety Nine Thousand One Hundred Pesos (php 499,100.00) Only Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Isabela Now Invites Bids For The Bidding Of Rehabilitation Of Giant Cross, Barangay Mansablay, Isabela, Negros Occidental.delivery Of The Goods Required Is Thirty (30) Calendar Days. 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 An 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. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee, Municipality Of Isabela And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 A.m. – 5:00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) And One Thousand Pesos Only (p1,000.00) For Accreditation Fee. 5. Bids Must Be Delivered To The Address Below On Or Before January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 31, 2025, 3:00 P.m. At The Bids And Awards Committee (bac) Office, Municipal Hall, Isabela, Neg. Occ.. 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. 6. The Municipality Of Isabela 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. 7. The Bid Price Shall Be Submitted In Lump Sum Not To Exceed The Total Approved Budget For The Contract (abc). 8. For Further Information, Please Refer To: Virginia A. Ariola Bac Primary Secretariat Isabela, Municipal Hall Borromeo St., Brgy. 4, Isabela, Neg. Occ. Cellphone Number : 09317644890 Email Add: Virgie_aariola@yahoo.com Republic Of The Philippines Province Of Negros Occidental Municipality Of Isabela Bids And Awards Committee Bill Of Quantities Project Name Rehabilitation Of Giant Cross Location Barangay Mansablay, Isabela, Negros Occidental Abc Php 499,100.00 Item No. Qnty. Unit Item Description Unit Price Total Price 1 155 Bag Cement 2 25 Cu.m. Wash Sand 3 15 Cu.m. Gravel 3/4 4 65 Lengths 10 Mm Dsb 5 8 Lengths 3'' Gi Pipe Schedule 40 6 12 Lengths 2'' Gi Pipe Schedule 40 7 35 Sheet 1/4" Ordinary Plywood 8 50 Pcs 2 X 2 X 8 Good Lumber 9 5 Box Welding Rod 6013 10 10 Gal Epoxy Primer 11 15 Gal Enamel (white) 12 10 Gal Semi Gloss Latex (white) 13 10 Pcs Paint Brush 3'' 14 5 Pcs Roller Brush 7" 15 5 Kg Cwn 4" 16 5 Kg Cwn 2" 17 7 Kg Concrete Nails 2'' 18 30 Kg G.i. Tie Wire 19 4 Pcs 20,000 Lumens, 6000k Daylight Solar Streetlight With Solar Panel & 12 Hours Standby Battery Operation Life Span 20 4 Pcs 3'' G.i Pole With Concrete Base 21 4 Box Led Strip Light - Daylight White 22 1 Box Thwn 3.5mm (150meters/box) 23 10 Box No. 14 Cable Clip 24 1 Lot Labor Xxxnothing Followsxxx Signature Over Printed Name Of Bidder Date

BARANGAY BINALIW DANAO CITY CEBU Tender

Solid Waste Management
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 900 K (USD 15.5 K)
Details: Description Description Republic Of The Philippines Danao City Brgy. Binaliw Invitation To Apply For Eligibility And To Bid Brgy. Solid Waste Management Vehicle Of Brgy.binaliw, Danao City The Brgy.binaliw, Tends To Apply The Sum Of Php900,000.00 Being Approved Budget For The Contract (abc) To Payments Under The Contract For Brgy. Solid Waste Management Vehicle At Brgy. Binaliw, Danao City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Binaliw, Now Invites Sealed Bids From Eligible Bidder To Participate In The Public Bidding For Brgy.solid Waste Management Vehicle @ Brgy. Binaliw, Danao City As Follows; Seq. Qty. Item Description Estimated Unit Cost Estimated Cost 1. 1 Unit Dump Truck 6 Wheeler At Least 5 Cu.m Capacity Load 900,000.00 900,000.00 Diesel Engine 4 Cylinder Manual Transmission Reconditioned Surplus New Paint & Upholstery With Barangay Logo Each Door With Sticker Barangay Binaliw Front & Back 1 Hydraulic Jack, Spare Tires, Tire Wrench Registered Name Of Barangay Binaliw With Public Address System Php 900,000.00 Delivery Of The Goods Is Required Not Later Than January 11, 2025.the Description Of An Eligible Bidders Is One Who Have Submitted The Following Requirements: Eligibilty Requirements To Be Submitted On Dec. 27- January 03, 2025 At 2:00 P.m. (note: All These Documents Should Be In A Separate Envelope.) 1. Dti Business Name Registration Or Sc Registration 2. Tax Clearance 3. Business Permit 4. Tax Identification Number 5. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 6. Omnibus Sworn Statement Duly Notarized 7. Valid Joint Venture Agreement 8. Articles Of Partnership Or Incorporation 9. On-going And Awarded Contracts 10. Completed Similar Contracts 11. Copies Of End-user’s Acceptance Letters For Completed Contracts 12. Specification Of Whether Or Not The Prospective Bidder Is A Manufacturer, Supplier, Or Distributor Duly Notarized 13. Audited Financial Statement. 14. Nfcc Duly Notarized Or Credit Line At Least 10% Of The Abc 15. Geps Registration 16. Procurement Of Bid Document Php 3,000.00 17. Letter Of Intent Submission And Receipts Of Bids On January 03, 2025 At 1:30 O’clock In The Afternoon At The Bids And Awards Committee Office At Brgy. Binaliw, Danao City. Technical Envelope: 1. Bid Security -2% Cash/ Cashier’s Check/manager’s Check/letter Of Credit/bank Draft/guarantee (based On Abc)5% Gsis Bond (based On The Abc)/bid Securing Declaration 2. Authority Of The Signatory Duly Notarized If (single Proprietorship) / Secretary Certificate If Corp. 3. Production / Delivery Schedule 4. Manpower Requirements 5. After-sales/parts, If Applicable. 6. Technical Specification Of The Products 7. Commitment To Extend A Credit Line / Nfcc At Least 10% Of The Abc Duly Notarized. 8. Omnibus Sworn Statement Duly Notarized Financial Envelope: 1. Bid Prices In The Bill Of Quantities In The Prescribed Bid Form. 2. The Recurring And The Maintenance Costs,if Applicable. Instructions To Bidders: 1.) For Winning Bidders, Performance Security Shall Be Required To Guarantee The Faithful Performance Upon Signing The Contracts It Maybe 5% Of The Contract Prices On A Form Of Cash/manager’s Check Or 30% Gsis Bond. 2.) Retention In The Amount Equivalent To At Least 10% Of Every Progress Payment Made Or Special Bank Guarantee Equivalent To At Least 10% Of The Total Contract Price.the Said Amount Shall Be Released Only After The Lapse Of The Warranty Period,3 ,months In Case Of Supplies And 1year In The Case Of Purchase Of Equipment. 3.) All Particulars Relative To Pre-qualifications, Biddings, Evaluation Of Bids And Awards Of Contracts Shall Be Governed By The Provision Of Ra 9184 And Other Rules Regulation As Maybe Applicable. 4.) The City Government Reserves The Right To Reject Any/or All Bids, To Waive Any Defect,informalities Therein And To Award To The Bidders Upon Evaluation By The Bids And Awards Committee (bac) The Bid That Are More Advantageous To The City. 5.)5% Value Added Tax (vat) Withheld Of The Contract Price.1% Creditable Income Tax Of Contract Price. 6.) Bidders Should Fill-up All Items; Otherwise In Case Their Quotation Is Incomplete They Are Automatically Disqualified. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using As Specified In The Implementing Rules And Regulations Par! (irr-a) Of Republic Act No. 9184 (r.a. 9184), Otherwise Known As The Government Procurement Reform Act,and Is Restricted To Organization With At Least Sixty Percent (60%)interest Or Outstanding Capital Stock Belongings To Citizen Of The Philippines, As Specified In Republic Act 5183 (r.a.5183).only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ll Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Who’s Responsiveness To The Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. Very Truly Yours, Hon.saifel M. Roble Brgy. Chairman Bayabas, Danao City

MINDORO STATE UNIVERSITY Tender

Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 656.4 K (USD 11.3 K)
Details: Description Please Quote Your Lowest Price On The Items / Listed Below, Subject To The General Condition On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than ________________ In The Address Stated In The Last Page. Ciedelle Piol-salazar, J.d., Ph.d. Bac Chairperson Note: 1. All Entries Must Be Typewritten. 2. Delivery Period Within ___ Calendar Days. 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be A Period Of 30 Calendar Days. 5. G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Showing Certification Of The Product Being Offered (optional). 7. Mode Of Delivery: [ ] Pick-up (schedule) [ ] Door To Door Delivery Item No. Unit Item And Description Qty. Unit Price Total Amount Lot 1 - Furniture And Fixtures 1 Pcs Round Table 4 120 Cm - Diameter X 75 Cm, Color: White Thickness: 1.5 Inches Particleboard, Melamine Foil, Acrylic Paint, Melamine Foil, Plastic Edging, Underframe F Round Conference Table, Leg/ Hook/ Rail:steel, Epoxy/polyester Powder Coating, Inside Leg: Steel, Foot: Polypropylene 2 Pcs Scandinavian White Chair 16 Molded Plastic Backrest White Color, Finished Iron Legs And Anti-slip Foot Pads Overall Size: 19" L X 21" W X 32" H Polypropylene Plastic Contoured Shell 3 Pcs Rapid High Bar Chair 10 Frame Material: Metal Color: White Adjustable: Yes Rotatable: Yes Seating Height Adjustable To: 23-31'' Inches Load Capacity Kilogram: 149.69 Kg Weight: 8 Kilograms 4 Pcs Long Table 2 Solid Wood Narrow Bar Table Size: (400 Cm X 60 Cm X 75 Cm) Finish: Brown 5 Pcs Aluminum Cabinet And Organizer 1 90 X 40 X 185 Cm (lxwxh) Filing Cabinet With Swing Metal Doors Material: Cold Rolled Steel Plate (spcc) Finish: Electrostatic Powder Coating Msu-bac-fr-05.01 Steel Thickness: 0.6mm Inner Parts: 4 Shelves Lock With Set Of Keys 6 Pcs Four Seater Sofa 2 Measurement: Length: 272 Cm, Width: 79 Cm, Height: 82 Cm Materials: Frame: Plywood & Gmelina Wood Fixed Seat Cushion: Polyurethane Foam Loose Back Cushion: Polyester Fiber Cover: 100% Polyester Leg: Wood Leg Color: Dark Blue 7 Pcs Swivel Chair Brice 2 Measurement: Length: 96 Cm, Height: 70 M, Width: 85 Cm Specifications: Brushed Brass Finish Swivel Base Max Weight Load: 150 Kg Fabric Composition: 81% Polyester | 19% Acrylic Color: Cream 8 Pcs Footrest Sofa Stool 2 Measurement: 12.4" Length X 12.4" Width X 9.8" Height, Leg Length: 3.5" Materials: Made Of Durable Soft Material, Sturdy Frame Base, Whole Piece Of High Quality Thick Sponge Color: Brown Weight Capacity: 250 Lbs. Solid Wood Legs With Anti- Skidding Feet-pad 9 Pcs Striker Foosball Football Table 60-inch 1 Specifications: 60-inch Table Crafted With Furniture-grade Steel, Laminated Pvc, Robust 12mm Play Board, With Room For 2 To 4 Players Equipped With 8 Nonslip Rubber Grips And Black Handles Furniture Grade Steel Ball Return System, Slide Scoring At The Ends 8 Nonslip Rubber Grips, Black Handles Product Size: 60 In X 30 In X 37 In 10 Pcs Rectangular Coffee Table 2 Specifications: Style: Traditional, Transitional Material: Wood Finish: Wood Finish Frame Material: Wood Base Type: Leg Color: Brown Design: Table Product Features: Shelf, Number Of Shelves: One (1) Shape: Rectangular Top Material: Wood Dimensions: 18 Inches High X 42 Inches Wide X 24 Inches Deep Sub-total Lot 1 Lot 2- Workstation 1 Set Complete Set Of Work Station With Pedestal 5 Cabinet And Swivel Chair Working Station Dimensions: 1.2m X 0.6m X 0.65m Material: Melamine Color: Dark Wallnut & Iron Gray Inclusions: Cabinet (mobile Pedestal Flush-type) 40 X 56 X 65 Cm 3 Drawer Steel Cabinet Central Locking System Gauge 22 (0.65 X 0.45 X 0.65) Office Swivel Chair Glosy Black Nylon Base, Twin Casters Nylon Foam With Mesh L665xw675xh1198-1298mm 25.00 Kgs Sub-total Lot 2 Xvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvxvx

BARANGAY MALALANGSI PAMPLONA, NEGROS ORIENTAL Tender

Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 197.7 K (USD 3.3 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Pamplona Invitation To Bid For Additional Appropriation For The Improvement Of Water System At Sitio Alawihao (amwasai) The Barangay Malalangsi, Through The General Fund Intends To Apply The Sum Of One Hundred Ninety Seven Thousand Seven Hundred Twenty Pesos Only (197,720.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Additional Appropriation For The Improvement Of Water System At Sitio Alawihao (amwasai) F, Barangay Malalangsi Pamplona Negros Oriental. Bids Received In Excess Of The Bac Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Malalangsi, Through The General Fund Intends To Apply The Sum One Hundred Ninety Seven Thousand Seven Hundred Twenty Pesos Only (197,720.00) Being The Approved Budget For The Contract (bac) To Payments Under The Contract For Each Lot/item. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. Important: 1. Please Pay The Amount Of P 500.00 As Payment For This Bid At The Office Of The Municipal Treasurer. Quote Your Price For Each Item Only. 2. Remember That 2% Cash/check Deposit Of The Amount Of Abc Or Bid Securing Declaration Is Required Before Your Bid Will Be Considered No. Qty Unit Description Unit Price Total 1 480 Bd.ft. 120-2x2x 12 Coco Lumber 2 840 Bd. Ft. 140-2x3x 12 Coco Lumber 3 20 Kgs Cwnails #4 4 20 Kgs Cwnails #3 5 10 Kgs Cwnails 1 ½ 6 350 Bags Portland Cement 7 22 Cu. M. Washed Sand 8 33 Cu. M. Fine Gravel 9 130 Pck Sahara Water Proofing 10 7 Length 1/4”x1 1 ½” Angle Bar 11 2 Pcs 1/4” Cutting Wheel 12 4 Kgs Welding Rod 13 3 Pcs 2” Paint Brush 14 2 Liter Epoxy Primer Gray Total 2. The Barangay Malalangsi Now Invites Bids For Additonal Appropriation For The Improvement Of Water System At Sitio Alawihao (amwasai), Barangay Malalangsi, Pamplona, Negros Oriental. Delivery Of The Goods Is Required 30 Calendar Days After Purchase Order. Bidders Should Have Completed, Within [insert Relevant Period] 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, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: 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. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Barangay Malalangsi And Inspect The Bidding Documents At The Address Given Below During 8:00 Am- 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From The Address Below. 6. 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. 7. The Barangay Malalangsi Will Hold A Pre-bid Conference On No Pre-bid At The Barangay Hall, Barangay Malalangsi Municipality Of Pamplona 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 31, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On Febuary 5, 2025 At The, Barangay Hall, Barangay Malalangsi. 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. 9. N/a. 10. The Barangay Malalangsi 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. 11. For Further Information, Please Refer To: Ronald V. Cornelio Bac Secretariat Sitio Alawihao, Barangay Malalangsi Pamplona Negros Oriental 09455118548 Anecito B. Torres Bac Chairman

DEPT OF THE NAVY USA Tender

Environmental Service
United States
Closing Date10 Jan 2025
Tender AmountRefer Documents 
Details: **rfp Amendment 0006: Provides Revised Sf 30 To Reflect Amendment 0005. Rfp Amendment 0005: Provides Attachment J.b-1 Sub Line Item Numbers Slins Rev1 In Response To Ppi 08. Rfp Amendment 0004: Extends Response Date To 10 January 2025 13:00 Pacific Standard Time And Provide Sf30(s) Relating To Rfp Amendment 01-04 As Attachments. Rfp Amendment 0003: Extends Response Date To 03 January 2025 13:00 Pacific Standard Time. Rfp Amendment 0002: Provides Response To Ppi 07. Rfp Amendment 0001: Provide Responses To Ppi 01-06 And Provides Revision 1 Of The Pws As Attachments. Navfac Nw, In Support Of The Environmental Business Line (ev), Is Requesting Proposals From Potential And Eligible Contractors To Provide Navy Installations And Navy Sites Primarily Within The Greater Puget Sound Area Environmental Services To Include, But Not Limited To The Following:? laboratory Testing? field Sampling, Testing, Surveys, And Investigations? shipping (containers And Coolers)? development/modification Of Sampling And Analysis Plans (saps), Standard Operating Procedures (sops), Quality Assurance Plans (qaps), And Project Specific Documentation? procure And Manage Testing/sampling Equipment And Supplies? drinking Water Testing? wastewater Testing? storm Water Testing? asbestos And Lead Facility Inspections? air Emission Testing? insulating Oil Testing? soil Testing Technical Work Description - Typical Work For This Contract Will Be:? laboratory Testing. Provide Testing Supplies (containers, Coolers, Blue Ice, Packing Materials, Preservative, Etc.) And Services To Analyze Environmental And Other Samples, Including But Not Limited To, The Following Regulatory Programs: Drinking Water, Wastewater, Stormwater, Groundwater, National Pollutant Discharge Elimination System, Industrial Wastewater, Hazardous/solid Waste, Air Testing, Cercla (remedial ? field Sampling And Field Testing. The Contractor Shall Furnish All Labor, Supervision, Materials, Supplies, Travel, Consumables, And Equipment To Conduct Field Sampling And Testing Service Calls. Perform Sampling In Accordance With Relevant Federal, State And Local Regulations, Sampling And Analysis Plan(s), And Customer Guidance. Samples May Be Collected By The Navy And Delivered To A Laboratory Or The Contractor May Be Tasked With Sample Collection.? database Development Support. Develop, Design, And/or Modify Databases, In Ms Access, Or Other Database/programming Language, For Navfac Northwest And Their Customers To Facilitate The Import Of Laboratory Data, To Permit The Analysis, Query And Reporting Of That Data (including Temporal Queries), And To Provide Export Of That Data Into Multiple Formats.? develop/modification Of Sampling And Analysis Plans. Develop Sampling And Analysis Plans (saps) And/or A Standard Operating Procedure (sop) That Covers All Aspects Of The Field Sampling Activities.? procure Equipment And Supplies. Procure Equipment And Supplies Associated With Field Sampling As Specified By The Government. For Example, Equipment May Include Automatic Storm Water Samplers.? air Emission Source Testing. Air Emission Monitoring And Testing Performed In Accordance With Requirements Set Forth By Federal, State, And Local Rules And Permits. Testing And Monitoring May Be Performed For The Following Sources, But Not Limited To: Boilers, Generators, Storage Tanks, Fugitive Emissions From Building Enclosures, Electroplating/anodizing Tanks, Blast Booths, Paint Booths, And Powder Coating Booths. ? project-specific Documentation. Develop And Provide Documentation Related To A Sampling And/or Laboratory Service Such As: Security Access Requirements, Schedules, Project Plans, Quality Control Plans, Data Validation, Operations/maintenance Manuals, Final Or Interim Project Reports, Health And Safety Plans, Underground Storage Tank Closure Documentation, And Well Closure Documentation.geographic Location: The Geographic Location Of Your Company?s Primary Office Must Be Within A Three-hour (one-way) Ground Travel Distance From Naval Base Kitsap Bangor. This Criterion Is To Facilitate Efficient On-site Presence To Naval Facilities In The Greater Puget Sound Area To Conduct Activities Such As Sample Collection, Sample Pick-up, Equipment Delivery/pick-up, And On-site Meetings. The Laboratory, If A Separate Entity From The Primary Contractor, Does Not Need To Be In The 3-hour Distance But Does Need To Be Located In Washington Due To Certification Requirements.the Majority Of The Work For This Planned Solicitation Will Be Performed In The Greater Pacific Northwest Area To Include The Facilities Listed Below:? Naval Base Kitsap, Bremerton, Wa? Naval Base Kitsap, Keyport, Wa? Naval Base Kitsap, Bangor, Wa? Naval Station Everett, Wa? Naval Air Station Whidbey Island, Wa? Naval Magazine Indian Island, Wa ? Naval Radio Station Jim Creek, Wa? Naval Base Kitsap Manchester? Naval Base Kitsap Jackson Parkit Is Anticipated That The Preponderance Of Work Under This Solicitation Will Be Performed In The Greater Pacific Northwest Area, However; Project May Occur At Other Facilities Manage By Navy Region Northwest (nrnw) Throughout Washington, Oregon, Alaska, Idaho, Montana, Wyoming, North Dakota, South Dakota, Nebraska, Minnesota, And Iowa. All Work Required Herein Shall Be Performed In Accordance With All Applicable Federal, State, And Local Laws And Regulations.please See Attached Rfp For Further Details.
8301-8310 of 8729 archived Tenders