Paint Tenders

Paint Tenders

Province Of Cavite Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 22.3 Million (USD 385.1 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. Individual Cutting Of Trees Lot 18.00 V. Disposal Of Debris Lot 1.00 Vi. Layout/staking And Safety Enclosure Lot 1.00 Vii. Double Hauling Lot 1.00 Viii. 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 Ix. Concrete Works A. 3500 Psi, Using 1 Bagger Concrete Mixer Cu.m. 223.19 B. Reinforcing Bars Kgs. 41,417.20 C. Formworks Sq.m. 892.50 X. Metal Deck (1.00mm) Sq.m. 507.79 Xi. Shoring Jack Rental Lot 1.00 Xii. Masonry Works A. 5" Chb Laying Sq.m. 926.89 B. Plastering Works (rough) Sq.m. 2,808.37 Xiii. 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 Xiv. Roofing Works A. Tinsmithry Sq.m. 378.00 B. Steel Works Accessories Lot 1.00 C. Bended/roof Accessories Lot 1.00 Xv. Doors And Windows Lot 1.00 Xvi. Ceiling Works Sq.m. 885.83 Xvii. Waterproofing Works Sq.m. 66.80 Xviii. Tile Works A. 40cm X 40cm Floor Tiles Sq.m. 814.74 B. 30cm X 30cm Comfort Room Tiles Sq.m. 251.98 C. Stairnosing Lot 1.00 Xix. 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 Xx. Plumbing And Sanitary Works Lot 1.00 Xxi. Septic Vault Lot 1.00 Xxii. Catch Basins Lot 1.00 Xxiii. Cistern Tank Lot 1.00 Xxiv. Fire Protection Works Lot 1.00 Xxv. Pump And Tank Lot 1.00 Xxvi. Pump House Lot 1.00 Xxvii. Electrical Works Lot 1.00 B. Additional Work: I. Earthfill Cu.m. 109.53 Ii. Reinforecement Kg. 191.60 Iii. Concrete Works Concrete (3500 Psi) Cu.m. 2.50 Iv. Formworks Sq.m. 5.28

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 96.7 K (USD 1.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Agusan Del Norte District Engineering Office Regional Office Xiii J. Rosales Avenue, Butuan City Name Of Procuring Entity: Dpwh-deo, Agusan Del Norte Request For Quotation (p.r. No.): 2025-01-0002 Revised On Date : 1/16/2025 Standanrd Form/title : Request For Quotation Office/end-user : Administrative Section Company Name: Address: Tel. No./fax No.: Tin: Please Quote Your Lowest Price On The Item(s) Listed Below, Subject To The Terms And Conditions Stated Below And Submit Your Quotation Duly Signed By Your Representative Not Later Than In The Return Envelope Attached Herewith, To The Procurement Unit, Dpwh-deo, Agusan Del Norte. Terms And Conditions: 1. All Entries Must Be Typewritten Or Legibly Written. 2. Delivery Period Within 30 Days Upon Receipt Of The Approved Funded Purchase Order (p.o.) Administrative Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall Be Imposed For Non-delivery Without Valid Reason. Liz M. Abrau 3. Warranty Shall Be For A Minimum Of Three(3) Months For Supplies & Materials: Assistant District Engineer One Year For Equipment; 3 Years It Equipment From Date Of Acceptance By The End-user. Bac Chairperson 4. Price Validity Shall Be For A Period Of Sixty(60) Calendar Days 5. G-eps Registration Certificate/mayor's Permit/dti Shall Be Attached Upon Submission Of The Quotation. 6. Bidders Shall Submit Original Brochures Of The Product. 7. Please Indicate The Brand For Each Items Being Offered. 8. The Approved Budget Ceiling For This Procurement Is P 96,749.78 Item Item & Description Qty. Unit Unit Price Total Price No. 1 Drywall Partition With Labor 1 Lot 6mm Thk. X 4'x8' Fiber Cement Board Metal Studs Rivets 1" Metal Scrw 2 Painting Works With Labor 1 Lot Concrete Neutralizer Concrete Sealer/primer Patching Compound Semi Gloss Latex (two Coats) 3 Wpc Wall Panel 169mm X 15mm X 2900mm 8 Pc 4 120cm X 180cm Roller Blind Double Fabric (gray) 5 Pc 5 180cm X 180cm Roller Blind Double Fabric (gray) 1 Pc For Use In Coa At The Dpwh-agusan Del Norte, Deo. Note: Lump Sum Basis Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item(s) At Prices Note Above. If The Space For Delivery Period, Warranty And Price Validity Are Left Blank, It Means That I Concur With The Terms And Conditions Specified By Dpwh. Tel. No.: (085) 817-3696/817-1436 Email Address: Dpwhagusandelnorte@yahoo.com.ph Printed Name/signature/date Tel. No./cellphone No./e-mail Address Rjs/pu

DEPT OF THE NAVY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice Only. This Notice Does Not Constitute A Request For Proposal, Request For Quotation, Or Invitation For Bids. The Notice Does Not Commit The Government To Issue Any Type Of Solicitation Or Award An Ultimate Contract. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. The Notices Does Not Restrict The Government From A Particular Acquisition Approach. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Indefinite Delivery/indefinite Quantity (idiq), Multi-discipline Architect-engineer (ae) Services As Required For Construction, Repair, Replacement, Demolition, Alteration, Improvements, And Maintenance Execution Projects For Military Construction (milcon) And Special Project Facilities. These Services Will Be Procured In Accordance With 40 United States Code (usc) Chapter 11, Selection Of Architects And Engineers, Federal Acquisition Regulation (far) Subpart 36.6. work Under The Contract Is Anticipated To Occur Primarily At Navfac Mid-atlantic, Marine Corps Area Of Responsibility (aor) Including Marine Corps Air Station Cherry Point, Marine Corps Air Station New River, Marine Corps Base Camp Lejeune, Marine Corps Air Station Beaufort, Marine Recruit Depot Parris Island, And Marine Corps Logistics Base Albany. However, Work May Be Ordered Throughout The Naval Facilities (navfac) Mid-atlantic Aor And Navfac Worldwide (rare Occasion). comprehensive A-e Services Are Required For Planning, Design, And Construction Services In Support Of The New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Design Projects. Ae Services May Include Multiple Disciplines Or Single Disciplines, Including But Not Limited To Architectural, Landscape Architecture, Interior Design, Structural, Mechanical, Electrical, Civil, Geotechnical, Fire Protection, And Cost Engineering. most Projects Will Be New, Repair, Replacement, Upgrade, Maintenance, Energy Savings And/or Sustainability Projects Covering The Full Range Of The Field Of Architecture And Engineering For A Wide Variety Of New And Existing Facilities And/or Systems, Utilities And Infrastructure. The Projects Will Include Delivery Of Both Design-build (db) And Design-bid-build (dbb) Project Design As Well As Ae-specific Study/evaluation Work. the Multi-discipline Architect And Engineering Services Expected Under This Contract Include, But Are Not Limited To The Following: (a) Planning Services, Including Those Associated With The Development Of Project Programming Document (dd 1391), Facility Evaluations/site Investigations, And Cost Estimation. facility Planning Services, Including: project Programming And Scope Development conceptual Pricing Development development Of Alternatives Including Economic Analysis interior Space Planning/design collateral Equipment Inventories facility Analysis, Including: general Condition Assessment Including Code Compliance energy Utilization Studies life Safety Analysis exterior And Interior Hazardous Material Surveys And Analysis (b) Design Services, Including Development Of Either Contract Documents For Design/bid/build (dbb) Or Design/build (db) Request For Proposal (rfp) Packages For New Construction, Renovations, Repairs, Replacement, Demolition, Alteration, And/or Improvement Of Military And Other Governmental Facilities For Large And Small Design Projects And Renovations Of Facilities, Including, But Not Limited To: multi-unit Housing Facilities administrative Facilities training Facilities, Such As Operational, Maintenance, Or Classroom industrial Facilities, Such As Maintenance Shops, Manufacturing, Public Works Shops, Or Warehouses. facilities That Require Phased Construction Due To Operational Requirements (c) Construction Services Such As The Following Services: contractor Submittal Reviews field Consultation And Special Inspections electronic Operation And Maintenance Support Information (eomsi) obtaining Environmental Permits And Regulatory Approvals as-built And Record Document Preparation asbestos And Or Lead-based Paint Assessments Will Be Required On This Contract To Determine The Presence Of Hazardous Material In Existing Facilities Or At Utility Points Of Connections. When Asbestos Or Lead Is Found, Comprehensive Asbestos Or Lead Surveys, To Include Sampling And Testing, And The Preparation Of Plans And Specifications Showing The Location Of Asbestos And Lead, And Specifying The Procedure To Be Followed During Construction And/or Demolition For Removal Or Abatement, Will Be Required. Ae Firms Must Be Able To Accept Work That Involves Asbestos, Lead Paint, Pcbs, Contaminated Ground-water/soil And Other Hazardous Materials, Work On Airfields, And In Confined Spaces. all Design Services Shall Comply With The Most Current Edition Of Fc 1-300- 09n Navy & Marine Corps Design Procedures And Other Requirements As Indicated On The Whole Building Design Guide Web Site (www.wbdg.org). the Duration Of The Idiq Contract Will Be For A Five-year Ordering Period. The Total Fee For The Contract Term Shall Not Exceed $249,000,000 For The Life Of The Contract. The Primary North American Industry Classification System (naics) Code For This Procurement Is 541330 – Engineering Services And The Annual Size Standard Is $25,500,000. all Small Businesses, Certified 8(a), Hubzone, Service-disabled Veteran-owned, And Women-owned Small Businesses Are Encouraged To Respond. Upon Review Of Industry Response To The Sources Sought Synopsis, The Government Will Determine Whether A Set-aside Acquisition In Lieu Of Full And Open Competition Is Appropriate. This Office Anticipates Award Of A Contract For These Services No Later Than September 2025. this Sources Sought Notice Is Not A Request For Proposals. This Notice Is A Market Research Tool Used To Determine The Availability And Adequacy Of Potential Small Business Sources Prior To Determining The Method Of Acquisition And Issuance Of An Award. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Sources Sought Notice. it Is Requested That Interested Small Businesses Submit To The Contracting Office A Brief Capabilities Statement Package (no More Than 25 Pages In Length, Single-spaced, 12-point Font Minimum Including Document Searchable Bookmarks) Demonstrating Your Ability To Perform The Requested Services. Please Use The Attached Project Information Form For Each Project Submitted Demonstrating The Requisite Experience. the Sources Sought Project Information Form Shall Be Used To Document A Minimum Of Three (3) And Up To A Maximum Of Five (5) Relevant Design Projects Completed In The Past Five (5) Years That Best Demonstrate Experience On Projects That Are Similar In Size, Scope And Complexity To The Projects Proposed For This Idiq. This Documentation Shall Address, At A Minimum, The Following: 1. Relevant Experience: Relevant Experience To Include Experience In Performing Efforts Of Similar Scope And Complexity Within The Last Five (5) Years, Including Contract Number, Indication Of Whether A Prime Or Subcontractor, Contract Value, Government/agency Point Of Contact And Current Telephone Number, And A Brief Description Of How The Contract Referenced Relates To The Technical Services Described Herein. The Relevant Experience Project Submitted Is Defined As And Shall Include The Following Attributes: A. Size: Design And Engineering Services For A Project With A Final Construction Cost Of $10,000,000 Or Greater. At Least One (1) Project Must Have A Final Construction Cost Of $50,000,000 Or Greater. B. Scope/complexity: Projects, Cumulatively And Collectively, Shall Demonstrate Specialized Design Experience In Performance Of Services Similar To Those Anticipated Under This Contract Through Evaluation Of Experience In: planning, Project Programming And Requirements Development. conceptual Pricing Development, And Development Of Alternatives Including Economic Analysis. facility Analysis, Such As General Condition Assessment Including Code Compliance, Energy Utilization Studies And Facility Life Safety Code Analysis. hazardous Material Surveys And Analysis. design Services And Deliverables, Including Development Of Comprehensive Contract Packages Such As Design-build Rfps And Design-bid-build Drawings, Specifications, And Construction Cost Estimates. construction Services Such As Contractor Submittal Reviews, Field Consultation And Special Inspections, Electronic Operation And Maintenance Support Information (eomsi), Obtaining Environmental Permits And Regulatory Approvals, And Preparation Of As-built Documents. note: – Projects Submitted That Only Include Utilities And Horizontal Or Civil Site Work Will Not Be Considered Relevant. C. Characteristics: Additionally, Submitted Relevant Design Projects Shall Demonstrate The Following Characteristics: offerors Shall Have Acted As The Designer Of Record (dor) On Submitted Projects. experience With Design Of Both New Construction (at Least One (1) Project) And Renovation (at Least One (1) Project) experience With The Preparation Of A Solicitation Package For Design-build Request For Proposal (at Least One (1) Project). experience With The Preparation Of A Solicitation Package For Design-bid-build/full Design (at Least One (1) Project). offeror’s Experience Performing As A Subcontractor Will Not Be Considered, Nor Will Experience Of Companies Proposed To Work As Subcontractors On The Resulting Solicitation/contract. ensure That The Project Description Clearly Identifies Whether Or Not The Project Is New Construction Or Renovation, Provides The Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. 2. Workload And Availability: – The Ability Of Potential Offerors To Manage Their Firm’s Present Workload And Availability Of Their Project Teams (including Consultants) For The Specified Contract Performance Period. Potential Offerors Are Requested To Describe The Workload/availability Of Their Key Personnel During The Anticipated Contract Performance Period And The Ability Of Their Firm To Provide Qualified Backup Staffing For Key Personnel To Ensure Continuity Of Services. General Statements Of Availability/capacity May Be Considered Less Favorably. Typical Task Orders Issue Under This Contract Are Expected To Range Between $100,000 To $10,000,000; However, Some Projects May Be Larger Or Smaller Than This Range. Historically, The Yearly Projected Workload Can Yield Up To 10 Task Orders Ranging From Full Design Effort, Planning, And Post Construction Award Services. Project Programs Typically Supporting This Contract Are Military Construction Programs, Major Maintenance Repair Program (mmrp), And Special Projects. 3. Limitations On Subcontracting: – Additionally, The Government Will Assess The Firm’s Ability To Be Compliant With Far 52.219-14, Limitations On Subcontracting (deviation 2021-o0008). Potential Offerors Are Requested To Describe Their Plan To Complete The Work Anticipated Under This Contract With Qualified Personnel And Continuity Of Service That Satisfies The Requirements Of Far 52.219-14 (e) (1) Under Which The Contractor Will Not Pay More Than 50 Percent Of The Amount Paid By The Government For Contract Performance To Subcontractors That Are Not Similarly Situated Entities. a Company Profile Shall Also Be Included Utilizing The Attached Contractor Information Form. This Will Include The Number Of Employees, Office Locations(s), Unique Entity Identification (uei) Number, Cage Code, And Statement Regarding Small Business Designation And Status. please Note That If You Are Responding As An 8(a) Mentor-protégé, You Must Indicate The Percentage Of Work To Be Performed By The Protégé. A Copy Of The Sba Letter Stating That Your 8(a) Mentor-protégé Agreement Is Approved Would Be Required With Your Proposal, If Requested. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. responses Are Due Nlt Friday, 31 January 2025 At 2:00 Pm (est). Late Responses Will Not Be Accepted. the Package Shall Be Sent By Email To The Following Address: James.a.godwin41.civ@us.navy.mil. Attachments Are Limited To A Total Size Of 5mb. Questions Or Comments Regarding This Notice May Be Addressed By Email To James Godwin At The Same Email Address Above.

Municipality Of Bacacay, Albay Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)
Details: Description Republic Of The Philippines Province Of Albay Municipality Of Bacacay Invitation To Bid For The Improvement Of Lying-in Facility (public Bidding No. 2025-002) 1. The Lgu-bacacay, Albay, Through General Fund 2021 Intends To Apply The Sum Of One Million Pesos (₱1,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Lying-in Facility/project No. 2025-002 At Barangay 11, Bacacay, Albay. Bids Received More Than The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Lgu-bacacay, Albay Now Invites Bids For The Construction Of Placenta Pit & Exit; Painting, Ceiling And Electrical Works At Barangay 11, Bacacay, Albay. Completing The Work Requires Ninety (90) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Lgu-bacacay, Albay And Inspect The Bidding Documents At The Bids And Awards Committee (bac) Office During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 15-february 3, 2025, At The Bids And Awards Committee (bac) Office And From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Under The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (₽1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Bac Secretariat Must Duly Receive Bids Through Manual Submission At The Office Address Indicated Below, On Or Before February 3, 2025; 8:30 Am. Late Bids Shall Not Be Accepted 7. All Bids Must Be Accompanied By A Bid Security In Any Acceptable Form And The Amount Stated In Itb Clause 16. 8. The Lgu Bacacay Will Hold A Pre-bid Conference On January 21, 2025, At 10:00 Am At The Bac Office, Bacacay, Albay. 9. Bid Opening Shall Be On February 3, 2025 At 9:00 Am At The Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Lgu-bacacay, Albay Reserves The Right To Reject Any Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Before The Contract Award Under 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: Bids And Awards Committee Local Government Unit Of Bacacay Magsaysay Avenue, Barangay 4 Bacacay, Albay Email Address: Lgubacbacacay@gmail.com Tel. No. (052) 742-5978 Edgar M. Quiambao Chairperson, Bids And Awards Committee

Belfast Health And Social Care Trust Tender

Works
Civil And Construction...+1Civil Works Others
United Kingdom
Closing Date13 Jan 2025
Tender AmountGBP 38.4 Million (USD 47.2 Million)
Details: Term Service Framework For Building Maintenance And Minor Installation Works For Belfast Health And Social Care Trust (2024) (re-issue)-the Contracting Authority Is Seeking To Appoint Up To 8 Nr Economic Operators To A Framework, Under Which The Contracting Authority May Enter Into Call-off Contracts For The Provision Of Building Maintenance And Minor Building Works. Works Will Often Be Within Complex, Occupied, Operational, Clinical Environments Where The Contractor Must Work In Accordance With Strict Constraints And Control Measures Such As Infection Control Risk Assessments, Policies, Procedures And Permit Systems. Any Call-off Contracts Awarded Under The Terms Of The Framework Agreement Shall Be Comprised Of The Nec4 Term Service Short Contracts As Amended By The Contracting Authority. The Call-off Contracts May Incorporate, Civil Engineering, Roofing, Flooring, Windows, Painting, Glazing Works And Other Related Specialist Works. Minor Works May Comprise Projects, New Buildings, Extensions To Existing Buildings, Conversion/refurbishment Of Existing Buildings, Works To Ensure Compliance With Various Legislative Requirements, E.g. Legionella, Fire Safety, Dda, Asbestos Regulations, Mechanical And Electrical Engineering Works And Enabling Works In Advance Of Major Capital Works Schemes. The Contracting Authority Is Not Under Any Obligation To Award Any Contracts Or Call-off Contracts Or Instruct Any Task Orders (as Defined Under The Nec4 Term Service Short Contract) Under A Call-off Contract. The Contracting Authority Is Not Responsible For Meeting Any Costs Incurred By The Economic Operator Should The Quantity Of Work Fall Short Of Economic Operators’ Expectations. It Is Expected That The Economic Operators Shall Adopt An Integrated Supply Chain Approach To Managing The Provision Of The Works To Be Delivered Under The Framework And Any Call-off Contract. Each Economic Operator Will Be Expected To Have Significant Flexible And Readily Available Resources In Order To Provide The Contracting Authority With A Rapid Response And An Ability To Deal With Emergency Type Works. It Is A Condition Of The Term Service Contract That Economic Operators Shall Make Provision To Have Available Resource To Carry Out Any Works Required 24 Hours Per Day 365 Days Per Year (including All Weekends And All Holiday Periods). Successful Tenderers Shall Be Appointed To The Framework For A Period Of Three Years, With An Optional Fourth Year Extension, At The Sole Discretion Of The Contracting Authority. It Is Anticipated That Any Call-off Term Service Contracts Awarded May Have A Term Of Up To Three Years, With An Optional Additional Year Extension, At The Sole Discretion Of The Contracting Authority Subject To The Terms Of The Relevant Call-off Contract. Economic Operators Should Note That The Contracting Authority Shall Also Seek To Appoint Separate Term Service Contracts With Electrical, Mechanical And Asbestos Removal Economic Operators. The Framework And Any Term Service Contract With The Economic Operator Will Be Based On Partnering And May Involve Working In Conjunction With Other Contractors Appointed Directly By The Contracting Authority. This Role May Be As Principal Contractor Or As Partnering Contractor To Other Term Service Contract Providers Appointed Directly By The Contracting Authority.

Department Of Social Welfare And Development Region Iv B Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 120 K (USD 2 K)
Details: Description Sir/madam: The Department Of Social Welfare And Development Field Office Mimaropa Will Undertake An Alternative Method Of Procurement Through Negotiated Procurement In Accordance With Section 53.9 -small Value Procurement. Please Quote Your Government Price/s Including Delivery Charges, Vat Or Other Applicable Taxes, And Other Incidental Expenses For The Goods Listed In Annex A. Failure To Indicate Information Could Be Basis For Non -compliance. Also, Furnish Us With Descriptive Brochures, Catalogues, Literatures And/or Samples, If Applicable. Name Of Project : Repair And Minor Improvement Of Mimaropa Youth Center Kitchen Approved Budget For The Contract (abc) : One Hundred Twenty Thousand Pesos Only (php 120,000.00) "award Of Contract Shall Be Made To The Bidder With The Lowest Quotation For The Subject Goods Which Comply With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. All Bids Higher Than The Approved Budget For The Contract (abc) Shall Automatically Be Disqualified." Please Accomplish And Submit This Form Together With Annex A And B To Dswd Mimaropa Region -bac Secretariat At 2nd Floor 1680 F.t. Benitez Corner Malvar Sts., Malate, Manila Or Email To: Procurement.fomimaropa@dswd.gov.ph Not Later Than 5:00 Pm Of 27 January 2025 (monday). Quotations Submitted To The Different Email Address(es) As Stated Above Shall Not Be Considered For Evaluation. Please Indicate In The Subject Of Your Email The Title Of The Project Using This Format: [rfq Number ], [deadline Of Submission]. Interested Supplier/service Provider Is Required To Submit The Following Documents: 1. Platinum Philgeps Registration Only With Valid And Current Annexes; 2. For Red Membership: A. Current Mayor's/ Business Permit B. Philgeps Registration Number C. Latest Income And Business Tax Return (for Abc Above 500k) D. Sec Registration/dti Certificate 3. Bir Form 2303 (certificate Of Registration) 4. Omnibus Sworn Statement (required For Abc Above 50k) ( Please See Attached Form ). The Notarized Omnibus Sworn Statement Shall Be Submitted Immediately Upon Issuance Of Notice Of Award If Previoulsy Submitted Is Unnotarized. 5. Pcab License The Head Of The Procuring Entity (hope) Of The Dswd Field Office Mimaropa Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Procurement, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Very Truly Yours, (original Signed) Harvy B. Calabio Administrative Officer V Procurement Section Head \ Item No. Item Description Quantity Unit I. Removal Of Existing Walls And Kitchen Facility 1.54 Cum Ii. Tile Works 3.00 Sqm Iii. Painting Works 192.00 Sqm Iv. Replacement Of Manhole Cover 2.00 Unit V. Repair Of Downspouts 4.00 Unit Vi. Installation Of Kitchen Equipments 1.00 Lot Vii. Installation Of Hand Pumps 3.00 Units

City Of Cape Town Tender

Chemical Products
South Africa
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Cleaning Materials Reference Number Gc12500323 Title Cleaning Materials Description 360 Each X Disinfectant Pine Gel Detergent 5kg Specification* Disinfectant - Type Pine Gel Detergent Germicide Unit Package Size 5kg Label Info Description Of Product. Manufacturer Credentials. Volume Of Contents. Batch Identification And The Expiry Date Of The Batch. Directions For Use. Storage Conditions. Safety, Hazard And Caution Requirements Specifications Deodorizer And Cleaner Made From Pure Triple Pine Stream Distilled Oil Standards Sans 116. Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared 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" · 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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Nb!!! Please Provide Sample Pictures And Specifications With Your Submission. Delivery Date2025/03/13 Delivery Tologistics - Ndabeni Store Paints & Oils Ph 021 444 5451 Delivery Address25 Oude Molen Road, Ndabeni Contact Personnichlas Richard Van Der Vent Telephone Number0214445454 Cell Number Closing Date2025/01/31 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 This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. 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.

Ilocos Norte Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 6.8 Million (USD 117 K)
Details: Description Scope Of Works: I. Mobilization/demobilization = 1 Lot Ii. Construction Health & Safety = 1 Lot Iii. Troubleshooting And Repair Of Existing 10,000watts Grid Tied Power System = 1 Lot Iv. Vertical Inline Cps/duplex Type Pump With Vfd Controller = 1 Assy V. Installation Of Distribution And Service Connection A. Distribution Pipelines, Appurtances, Valves, Fittings, And Service Connection = 1 Lot B. Chipping/excavation Works And Concreting = 960.00 Lnm Vi. Repair Of Water Supply System From Old Water Tank And Pipelines = 1 Lot Vii. Installation Of Plumbing Fixtures = 1 Lot Viii. Painting Works (railings Second Floor) = 1 Lot Ix. Rehabilitation Of Septic Tank At The Eastern Part Of Market (under The Bakery) A. Demolition Works = 70.00 Sqm B. Excavation Works = 18.62 Cum C. Declogging Of The Septic Tank = 35.08 Cum D. Concrete Works = 2.06 Cum E. Masonry Works = 16.08 Sqm F. Plastering Works = 20.79 Sqm G. Plumbing Works = 1 Lot X. Pwd Comfort Room A. Demolition Works = 24.86 Sqm B. Excavation Works = 11.42 Cum C. Installation Of Doors = 2 Set D. Declogging Of Septic Tank = 33.23 Cum Xi. Plastering Works At The Rear Of Market = 107.17 Sqm Xii. Rehabilitation Of Septic Tank At The Northern Part Of Market (under The Block Tienda) A. Demolition Works Inside The Septic Tank = 96.53 Sqm B. Excavation Works Inside The Septic Tank = 120.66 Cum C. Aggregates Sub-base Coarse Inside The Septic Tank = 9.65 Cum D. Concrete Works Inside The Septic Tank = 9.66 Cum E. Declogging Of The Septic Tank = 161.82 Cum Xiii. Tile Laying Works (market) = 983 Sqm The Complete Schedule Of Activities Is Listed Below As Follows: 1. Issuance Of Bid Documents –january 16-february 5, 2025 At The Budget Office, Municipal Hall Bldg. Snin 2. Pre-bid Conference – January 24, 2025; 2:30pm; Mayor’s Office Conference Room, Municipal Hall Building 3. Opening Of Bids – February 5, 2025; 2:00pm; Mayor’s Office Conference Room, Municipal Hall Building 4. Bid Evaluation – February 6, 2025 5. Post Qualification – February 10, 2025 Bid Documents Shall Be Available At The Bac Office, Municipal Hall, San Nicolas, Ilocos Norte Upon Payment Of Prescribed Non-refundable Fee. The Municipality Of San Nicolas Reserves The Right To Reject Any Of All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. Deadline/opening Of Bids: February 5, 2025; 2:00pm; Mayor’s Office Conference Room, Municipal Hall Building.

Municipality Of Paracale, Camarines Norte Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description 1st Bidding The Local Government Unit Of Paracale, Camarines Norte, Through Its Bids And Awards Committee (bac) Invites A Legitimate Contractor Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Be For The Hereunder Project: Infra-16-2025 Construction Of Multi Purpose Hall Phase 9 Construction Of 51.10 Sq. Meter (114.60m X 3.50m) Kitchen; Cement Plaster Finish Of 313.41 Sq. Meter Masonry Wall At 3rd Floor And Ground Floor And Installation Of Stainless Gate And Barangay Logo Barangay Batobalani, Paracale, Camarines Norte Project Description (concrete Works, Reinforcing Steel Bar, Formworks And Scaffolding, Masonry Works, Cement Plaster Finish, Floor Finishes, Ceiling Finishes, Doors And Windows, Waterproofing Works, Stainless Works, Roof And Roof Framing Works, Electrical Works, Plumbing Works, Painting Works, And Project Billboard/ Signboard) Approved Budget Cost : Php 2,000,000.00 Source Of Fund : 20% Municipal Fund 2025 Realignment Contract Duration : Approximately 120 Calendar Days Activities Schedules 1. Pre-bid Conference- January 30, 2025 At 2:00 Pm Conference Hall, 2nd Floor New Municipal Building, Paracale, Camarines Norte 2. Submission Of Letter Of Intent - January 30, 2025 At The Mun. Planning & Development Office, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 3. Issuance Of Eligibility Forms And Bidding Documents - January 30, 2025 To February 7, 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 February 7, 2025 5. Opening Of Bids – February 7, 2025 At 1:00 Pm Conference Hall, 2nd Floor, New Municipal Building, Paracale, Camarines Norte 6. Bid Evaluation And Post Qualification –february 14, 2025 And February 21, 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.

Municipality Of Burgos, Surigao Del Norte Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 2 Million (USD 34.1 K)
Details: Description Republic Of The Philippines Caraga Region Xiii Province Of Surigao Del Norte Municipality Of Burgos Bids And Awards Committee Invitation To Bid 1. The Local Government Unit Of Burgos, Through The Financial Assistance From The Department Of Health – Center For Health Development Caraga (doh-chd Caraga) Intends To Apply The Sum Of Two Million Pesos (p 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Completion Of Burgos Super Health Center, Surigao Del Norte / Contract No. B-01-2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Burgos Now Invites Bids For The Completion Of Burgos Super Health Center, Surigao Del Norte. Completion Of Works Is Required To Be Completed 90 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. Instructions To Bidders. 3. Bidding Will Be Conducted Through 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”. 4. Interested Bidders May Obtain Further Information From The Bac Chairman, Municipal Agriculture Office And Inspect The Bidding Documents 8:00am To 5:00pm. No. Particulars Unit Quantity Unit Cost Amount I Painting Works Sq.m. 935,844.45 Ii Ceiling Works Sq.m. 197,487.44 Iii Installation Of Air Conditioning Unit Units 866,668.11 Total Cost 2,000,000.00 Availability Of Bidding Documents - 07 Jan. 2025 – 20 Jan. 2025 Pre-bid Conference - 14 Jan. 2025 (2:00pm) Deadline For Submission And Receipt Of Bids - 20 Jan. 2025 (12:00pm) Opening Of Bids - 20 Jan. 2025 (2:00pm) 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 07 – January 20, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For Bidding Documents In The Amount Of Php 5,000.00. 6. Bids Must Be Delivered To The Address Below On Or Before January 20, 2025 At 12:00pm At Municipal Agriculture Office, Municipal Hall Building, Burgos, Surigao Del Norte. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 7. The Local Government Unit Of Burgos 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. 8. For Further Information, Please Refer To Oscar L. Domiňos At-ii/mao-oic/bac Chairman Ma Office, Municipal Hall Bldg., Burgos, Surigao Del Norte
8341-8350 of 8730 archived Tenders