Paint Tenders
Paint Tenders
Municipality Of Tingloy, Batangas Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.5 K)
Details: Description Invitation To Bid The Municipality Of Tingloy, Batangas Through Its Bids And Awards Committee (bac), Invites Interested Contractors Registered With The Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract. Name Of Contract : Repair And Maintenance Of Multipurpose Building At Barangay 15, Poblacion, Tingloy, Batangas Location : Barangay 15, Poblacion, Tingloy, Batangas Brief Description : Partition/division.finishing Touches, Painting, Additional Electrical Wirings And Accessories) Approved Budget For The Contract (abc) :php 1,500,000.00 Contract Duration : 120 Calendar Days Source Of Fund : Repairs And Maintenance-buildings & Other Structures (5-02-13-040) Prospective Bidders Should Possess A Valid License Applicable To The Contract, Have Completed A Similar Contract With The Value Of At Least 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 Non-discretionary Pass/fail Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Qualification Of The Lowest Calculated Bid. All Particulars Related To Eligibility Screening, Pre-bid Conference, Evaluation Of Bids, Post Qualification, Bid Security, Performance Security And Award Of Contract, Shall Be Govern By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr) . The Schedule Of Bac Activities Is As Follows: Bac Activities Schedule Posting January 10-29, 2025 Issuance/availability Of Bid Docs January 10, 2025 Pre-bid Conference January 17, 2025 Submission Of Bids Until January 29, 2025, 10am Opening Of Bids January 29, 2025 At 2:00p.m. Reservation Clause A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders And Paid A Non-refundable Amount Of One Thousand Pesos (php1,000.00) To The Municipal Treasurer’s Office, Tingloy, Batangas. For Further Inquiries, You May Call Bac Chairman/ Secretariat At 09154585911. The Municipality Of Tingloy, Batangas Reserve The Rights To Accept Or Reject Any Bid, And To Annul The Bidding Process And Reject All Bids Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders And Assumes No Responsibility Whatsoever To Compensate Or Indemnity Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Moris R. Ramos Bac Chairperson Pob. Tingloy, Batangas 09154585911 Approved By: Moris R. Ramos Bac Chairperson
City Of Cape Town Tender
Civil And Construction...+1Construction Material
South Africa
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Struct Building & Hardware Mat Reference Number Gg12500504 Title Crack Filler 2kg Interior And Exterior Description 200 Each X Crack Filler 2kg Interior And Exterior Specification* Gg12500504 Crack Filler 2kg Interior And Exterior 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. Delivery Date2025/03/26 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 Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note The Onus Rests With The Service Providers To Download The Returnable Documentation Attached To This Advert. Failure To Submit The Attached Quotation Document In Response To This Advert Will Render Your Quote Non-responsive. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Municipality Of Aringay, La Union Tender
Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 141.9 K (USD 2.4 K)
Details: Description Quantity Unit Item Description Mv Rescue Vehicle 1, 010101 7 Ltrs Shell Synthetic 1 Pc Oil Filter Labor For: 1 Lot Change Oil 1 Lot Installation Of Blinker Mun. Dumptruck, Iaa 5764 2 Pc Grasa 1 Set Tierod End 1 Set King Pin Labor For: 1 Lot Wheel Bearing Greasing 1 Lot Replaced Tierod End & Replace King Pin Mv Toyota Innova, Skb 110 7 Ltrs Shell Synthetic 1 Pc Oil Filter Labor For: 1 Lot Change Oil Mun. Ambulance Ka 405a 1 Pc Windshield Rear 1 Pack Silicon Labor For: 1 Lot Installation Of Windshield Rear 1 Lot Repair & Portion Painting 1 Lot Installation Of Blinker Fire Truck 2 Pc 3sm Maintenance Free Battery Labor For: 1 Lot Installation Of New Battery & Cleaning Coroded Wire Mv Toyota Innova, Snd 7487 1 Pc Steering Rack-end Pinion Assembly 1 Ltr Atf Labor For: 1 Lot Replaced Steering Rack-end & Pinion Assembly Mun. Ambulance 1, P2n 045 1 Pc Evaporator 1 Pc Cabin Filter 1 Pc Drier Labor For: 1 Lot Aircon Cleaning, Freon Charging, Compressor Oil Mv Toyota Innova, Shy 668 1 Pc Alternator Drier Long 1 Pc Cabin Filter 1 Set Aircon Hose W/ Fittings & Crimp 18 Pcs Oring Gasket 1 Pc Flushing System Labor For: 1 Lot Aircon Gen. Cleaning, Freon Charging & Compressor Oil Mun. Dumptruck Faw, U2g 929 1 Set Hydraulic House Assy. & Hose Crimping 2 Ltrs Hydraulic Oil 1 Pc Grease Labor For: 1 Lot 4 Wheels Check-up & Cleaning Repack Bearing 1 Lot Replaced Hydraulic Hose Assy. Pnp Vehicle Toyota Hilux, 131 206 1 Pc Clutch Lining 1 Pc Pressure Plate 1 Pc Release Bearing 1 Pc Pilot Bearing 4 Ltrs Gear Oil Labor For: 1 Lot Down Transmission 1 Lot 4 Wheels Check-up & Cleaning
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Source Sought For Building 110 Repairs – Design Build Phase 1 At Watervliet Arsenal (wva), Ny. the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York. the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation. the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-build Rfp For Building 110 Repairs At Watervliet Arsenal (wva), Ny. the Scope Of Work Consists Of The Phase I Repairs To Building 110 Using The Design Build Contract Method. The General Work Involved Is As Follows: replace Exterior Doors, Transoms, And Rolling Overhead Service Doors That Are Approaching End Of Service Life, Targeting A Minimum 30% Improvement Above Ashrae 90.1-2019 Thermal Performance Requirements. areas Of Suspected Air Infiltration Be Sealed With Either A Low Expansion Spray Foam Or Automated Building Envelope Sealing System, Including But Not Limited To: Window And Door Perimeters, Bottom And Tops Of Walls Where They Intersect The Floor Slab And Roof, As Well As Roof Fastener Penetrations. all Interior Surfaces Of The Building (floors, Ceilings, Walls, Columns, And Windows) Require A Thorough Cleaning In Accordance With Historic Preservation Standards. Existing Paint That Is Flaking And Peeling On The Roof Deck And Interior Brickwork Will Be Removed. Surfaces Are To Be Re-coated In Accordance With Historic Preservation Standards. A Vapor Permeable Coating Compatible With The Automated Sealing System Must Be Utilized On The Inside Face Of The Brickwork In Order To Allow The Envelope To Dry Out. structural Scope For This Project Includes: Masonry Repointing, Repair, And Cleaning; Reinstatement Of Truss Anchors And Braces As Required To Comprise A Complete Lateral Load Path; Implementation Of Improvements To The Ladder System And Crane Operator Access; Localized Steel Column Repairs; Localized Floor Slab Repairs; Localized Roof Deck Repairs; And Localized Truss Reinforcement In Support Of New Roof Insulation, As Required. removal Of All B110 Steam And Condensate Piping Systems And Providing New Piping, Pressure Reducing Stations, Valves, Fittings, And Condensate Receivers And Pumps That Meet The Watervliet Standards Reference For Design And Applicable Codes. Objectives For The Hvac Design Include Renewing Infrastructure. A New Air Compressor Will Be Provided, And All Of The Distribution Piping Will Be Replaced. The Compressed Air System Will Continue To Be Tied Into The Existing Campus Compressed Air System As Well. All Non-potable Water Distribution Piping Will Be Replaced. the Electrical Scope Of Work Entails The Removal Of Circuits To Mechanical And Plumbing Equipment Being Demolished As Well As Providing New Circuits For Steam Condensate Pumps, An Air Compressor And Fire Protection System Nitrogen Generator. the Fire Protection Scope Of Work For Phase 1 Will Provide An Automatic Wet Pipe Sprinkler System Coverage Throughout Lab 156, Fed From Zone 1. The Preaction Sprinkler Systems Will Be Provided With Nitrogen Gas Supervision. The Fire Protection Scope Of Work Will Also Remove The Existing Manual Dry Standpipe System And Provide A New Class I Automatic Wet Standpipe System With Hose Stations Throughout The Manufacturing Area, Tied Into The Existing 8-inch Sprinkler Loop Feed Main. the Roof Scope Of Work May Include Replacement And/or Localized Repair Of The Roof Membrane. abatement Of Hazardous Materials To Support Repair Work. the Anticipated Magnitude Of Construction Is Between $10,000,000 And $25,000,000. interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction, And Similar In Cost Magnitude (between $10,000,000 And $25,000,000). The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program. responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba). all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 23 January 2025.
Misamis Occidental Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 232.8 K (USD 3.9 K)
Details: Description Republic Of The Philippines Province Of Misamis Occidental Municipality Of Concepcion Barangay Upper Salimpuno Invitation To Bid For Installation Of Solar Street Lights 1. The Barangay Capule Under The Municipality Of Concepcion Through Its 20% Bdf Fy 2024 Intends To Apply The Sum Of Php. 232,855.94 Being The Abc To Payments For The Procurement Of Various Materials Under The Contract For The Installation Of Solar Street Lights Located At Barangay Upper Salimpuno, Concepion Misamis Occidental With Project Identification No. Up Salimpuno- 2025-01-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Upper Salimpuno Of Concepcion Now Invites Bidder For The Above Procurement Project. Delivery Of The Goods Is Required To Be Done Within 30 Calendar Days After Receipt Of The Notice To Proceed. Bidders Should Have Completed Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 5. Prospective Bidders May Obtain Further Information From The Barangay Capule, Concepcion And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025, From The Given Address Below Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Before The Submission Of The Bidding Docs. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 24, 2025 .late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 24, 2025 @ 10:00 Am At The Given Address Below And Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Barangay Upper Salimpuno Of Concepcion Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Henaro S. Toloylunsod Bac Chairman Barangay Hall Capule , Concepcion Misamis Occidental (sgd) Henaro S. Toloylunsod Items To Be Procured Bac Chairperson 1 Tarpaulin 4x8 (printed) 1 Pc 2 Tarpaulin 8x8 (printed) 1 Pc 3 1/4" Thk Marine Plywood 3 Sht 4 Good Lumber 2x2x12 36 Bd.ft 5 Cwn # 2 1.5 Kg 6 Cwn # 3 1 Kg 7 Portland Cement 27 Bags 8 Washed Sand 1.5 Cu.m 9 Washed Gravel 3 Cu.m 10 Deform Bar 12 Mm 6 Lngth 11 Deform Bar 10mm 12 Lngth 12 Tie Wire 1 Kg 13 Assorted Nails 6 Kg 14 1/2 Ordinary Plywood 5 Sht 15 Good Lumber 2x2x12 72 Bd.ft 16 Primer Paint 8 Ltr 17 G.i Pipe #3 Schedule 40 10 Lngth 18 So 3c 500 Watts Integrated Solar Street Lights Solar Panel 50 Watts Led Highlights 224 Lumen 800 Lm Lithium Iron Phosphate Battery 2400 Mah Installation Height 6-8 M 10 Sets
Province Of Misamis Oriental Tender
Civil And Construction...+1Bridge Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 9.4 Million (USD 162.1 K)
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Nine Million Four Hundred Seventy Eight Thousand Six Hundred Ninety One & 09/100 (php 9,478,691.09) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Footbridge Purok 3, Rosario, Balingasag, Misamis Oriental, Under Purchase No. 0019-25 Dated December 23, 2024. Description Of Works Part A General Requirements B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Part C Earthwork 100(1) Clearing & Grubbing (with Stripping) 103(1)b Structure Excavation (soft Rock) 103(2)b Bridge Excavation (soft Rock) 104(1)a Embankment ( From Borrow) 104(5) Boulder Fill 804(4) Gravel Fill Part F Bridge Construction 401(1)a Metal Railings 403(7) Bolts With Nuts And Washers 902(1)a1 Reinforcing Steel (deformed) Grade 40 900(1)a Structural Concrete (class A, 28 Days) 901(1) Lean Concrete 408(1) Steel Bridge 411(2) Paint (steel) 903(2) Formworks & Falseworks 1047(5) Metal Structures Accessories ( Steel Plates) Part G Drainage And Slope Protection Structures 1713(1) Rubble Concrete 1717(2)a1 Steel Sheets Piles (slope Protection) Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 64 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php10,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Municipality Of Moalboal, Cebu Tender
Machinery and Tools
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 199.9 K (USD 3.4 K)
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Moalboal Canvass No.: Date: Request Quotation Sir/madam: Please Quote Your Price Of The Articles Listed Below For Immediate Delivery To Be Open On February 3, 2025 Qty. Unit Articles Unit Price Amount 1 Set Pressure Tank 150 Liters 1 Set 1 Hp Water Pump 1 Pc Pressure Switch 1 Pc Nipple 5/5 1 Pc Coupling 5/5 1 Pc Pump Acc Liquid Level 1 Pc Pump Acc 5 Way Connector 1 Pc Ppr Gate Valve 1 Pc Ppr Gate Valve (stop) 1 Pc Pressure Gauge 4 Pcs Ppr Coupling 4 Pcs Ppr Elbow 4 Pcs Ppr Union 2 Pcs Valve Check Begler Spring 1 Pc Ppr Coupling Reducer 2 Pcs Ppr Adaptor 1 Pc Bushing Reducer 1 Gal Lacquer Thinner 1 Gal Red Lead 2 Liters Rust Converter 4 Pcs Paint Brush 1 Pc Stailess Tank (2 Cubic) 1 Set Float Valve 1 Pc G.i. Bousing Reducer 1 X 3/4 2 Pcs G.i. C. Bow 1 X 90 2 Pcs G.i. Union #1 1 Pc Ball Valve 1 1 Pc G.i. Nipple 1x4 1 Pc G.i. Ball Valve 1/2 1 Mtr Pe Hose 3/4 1 Pc Ppr Ball Valve 1 1 Pc Ppr Male Adaptor 1 1 Pc Ppr L-bow 1x45 1 Pc Ppr Male Adaptor 3/4 1 Pc Ppr Female Adaptor 3/4 2 Pcs Ppr L-bow 1/2 110 Pcs Hollow Block 25 Length Drb 10 10 Length Drb 12 5 Kgs Tie Wire 15 Packs Sahara 10 Length Angle Bar 1/4x3 20 Kgs Welding Rod 3 Length Pvc Pipe #1 Blue 1 Pc Swing Valve 1/2 1 Pc Straight L-bow 3/4 2 Pcs Nipple 3/4 X 4 1 Pc Float Valve #1 1 Pc Ppr Tee #1 1 Box Thhn Wire #12 3 Pcs Safety Breaker 30a 4 Pcs Ppr L-bow #1 20 Mtrs Pe Hose #1 30 Mtrs Pe Hose #1/2 2 Pcs Ball Valve 3/4 5 Pcs Tapelon 3/4 2 Pcs Ppr Union #1 4 Gals Flexiband 2 Pcs Ppr Ball Valve #1 2 Pcs Check Valve #1 1 Pc Ppr Female Adaptor 3/4 1 Pc Ppr Reducer 1 X 3/4 3 Pcs Ppr Pipe #1 4 Pcs Ppr Coupling #1 3 Pcs Ppr Elbow 1 X 90 1 Pc Ppr Elbow 1 X 45 1 Pc Ppr Pipe 1/2 3 Pcs Ppr Tee #1 1 Pc Ppr End Plug 1/2 2 Pcs Ppr Female Elbow 1/2 2 Pcs Faucet 2 Pcs Ppr Tee #1 1 Pc G.i. Coupling 3/4 2 Pcs Teflon 3/4 3 Cubic Gravel 1 Ltr. All Purpose Epoxy 8 Pcs Coco 2x4x10 6 Pcs Coco 2x2x12 20 Pcs Coco 2x2x8 2 Kgs Cwn 4 2 Kgs Cwn 1 1/2 2 Kgs Cwn 2 1/2 1 Roll Tie Wire 1 Kgs Cwn 1 1/2 1 Kgs Cwn 3 1 Kgs Cwn 4 50 Pcs Coco Lumber 2x2x8 Name Of Project : Supply And Delivery Of Materials For Construction Of Cistern Tank And Overhead Tank At Tra Approved Budget For Contract : Php 199,900.00 Canvass By: I Hereby Certify That I Have The Stocks Of Items Above Mentioned. Jean Mea Meguiso _________________________________ Signature Of Bidder
BARANGAY BIHIS STA TERESITA, BATANGAS Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 450 K (USD 7.6 K)
Details: Description 1.the Barangay Bihis, Sta. Teresita, Batangas Through The Barangay Fund [] Intends To Apply The Sum Of Four Hundred Fifty Thousand Pesos (php 450,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Installation Of Streetlights. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Item & Description Qty Amount 1 Led Streetlights Single Arm, 4'' X 2'' X 6'' M 18 362,790.00 Tapered Pole Roadway Lighting Led, 60-100 W Complete With Fittings & Accessories 2 Heavy Duty Secondary Rock With Porcelain 18 3,510.00 Spool Insulator (1-spool) 3 Electrical Tape 8 520.00 4 Rubber Tape 6 1,080.00 5 No. I P.v.c. Pipe 1 265.00 6 No. I Entrance Cap 2 240.00 7 No. I Male Adaptor 4 144.00 8 No. I Short Elbow 2 72.00 9 No. 8 Stranded Cooper Wire 30 3,960.00 10 No. 6 Service Drop 360 17,280.00 11 4 Hole Panel Box 1 783.00 12 60a Circuit Braker 1 680.00 13 20a Circuit Braker 2 1,180.00 14 Sand 2 1,700.00 15 3/4 Gravel 4 5,800.00 16 12 Mm Round Bar 20 4,400.00 17 Cement 36 9,000.00 18 Paint 2 7,096.00 19 Foreman 1 7,500.00 20 Skilled Laborer 2 13,000.00 21 Laborer 2 9,000.00 2.the Barangay Bihis, Sta. Teresita, Batangas Now Invites Bids For The Installation Of Streetlights From Authorized Philippine Suppliers, Distributors And Dealers. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instruction To Bidders. Bidders Should Have On-going, Completed Similar Projects Of Government And/or Private Contracts 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorship's, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4.interested Bidders May Obtain Further Information From Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 3:00 Pm Weekdays. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below Upon Payment Of The Applicable And Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00) . It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6.bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before June 18, 2024. 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 February 6, 2025 At 3:00 Pm At Barangay Multipurpose Hall In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7.interested Bidders May Obtain Further Information From The Bac Secretariat C/o Charito P. Geminiano At The Barangay Multipurpose Hall Of Bihis, Sta. Teresita, Batangas From 8:00 Am To 3:00 Pm Only, Monday To Friday At Telephone Number 0963-265-6464 8.the Barangay Bihis, Sta. Teresita, Batangas 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. 9.for Further Information, Please Refer To: Charito P. Geminiano Bac Secretariat Brgy. Bihis, Sta. Teresita, Batangas Telephone No.: 63963-265-6464 Hon. Raymond R. Padua Bbac Chairman
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+2Others, Construction Material
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Synopsis For Little Rock Afb Base Pavements Idiq. Please Note That This Sources Sought Does Not In Any Way Obligate The Government To Award A Subsequent Contract. This Sources Sought Is For Market Research And Planning Purposes To Determine If Responsible Sources Exist And To Assist In Determining If This Effort Can Be Competitive. experience Required Is As Follows: - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience With Airfield Maintenance/repair And Successfully Completing Work Types Listed Below On An Active Airfield. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Chemical Detergent, Avion 50 (chemteck Incorporated), Or Equal For Rubber Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Ultra-high Pressure, Low Volume Water Blasting Equipment For Paint Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In New And Existing Layout, Preparation, And Painting Of Airfields And Roadways. the Principal Features Of The Work For Airfield Pavements Shall Consist Of But Are Not Limited To The Following: 1. Temporary And Permanent Airfield Markings. 2. Install Erosion Control Measures. 3. Seal Joints. 4. Spall Repair. 5. Bitumen Rejuvenation. 6. Random Crack Repair. 7. Rubber Removal 8. Friction Testing 9. Remove And Disposal Of Concrete Pavements. 10. Remove, Crush, And Stockpile Concrete Pavements. 11. Asphalt Cold Milling And Disposal Of Milled Material. 12. Asphalt Cold Milling And Stockpile Milled Material 13. Placing, Grading, And Compacting Government Provided Crushed Concrete And Asphalt Millings. 14. Construction Of New Concrete Pavements. 15. Groove The Runway Surface. 16. Install New Tie-downs In New Or Existing Pavement. 17. Placing Hot Mix Asphalt. 18. Install Subdrains. 19. Grading Airfield Areas To Meet Airfield Criteria 20. Hydroseed And Or Sod Disturbed Areas. 21. Providing Temporary Airfield Lighting During Construction. 22. All Concrete Repairs Require Class F Fly Ash In Mix Design. the Principal Features Of The Work For Civil Works Shall Consist Of But Are Not Limited To The Following: 1. Geographic Information Survey (gis) And As-built Drawings 2. Storm Water Pollution Prevention Plan (swppp) Implementation To Little Rock Afb And Arkansas Department Of Environmental Quality (adeq) Standards 3. Demolition Of Concrete, Asphalt And Various Structures 4. Concrete Work 5. Architectural Barriers Act (aba) And The Americans With Disabilities Act (ada) Ramps, Handrails, And Site Work 6. Site Work: Excavation To Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, And Demolition. 7. Landscape Establishment: Topsoil, Trees, Sodding, Seeding. 8. Concrete Joint Sealant 9. Asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal 10. Bollard Installation- Various Types Including Lighted 11. Valve, Meter, Hydrants Adjustments 12. Arkansas Highway And Transportation Department (ahtd) Standards Roadway Construction 13. Asphalt Construction 14. Asphalt Cold Milling 15. Roadway Maintenance Of Traffic And Traffic Control Devices 16. Lrafb, Ahtd, And Federal Highway Administration (fhwa) Pavement Markings And Signage 17. Culvert Installation, Modifications, And Safety End Sections 18. Drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation And Modifications 19. Underdrain Installation 20. Concrete Steps And Sidewalks 21. Traffic Detection Loop Installation And Repair 22. All Exterior Concrete Repairs Require Class F Fly Ash In Mix Design. performance Location: Little Rock Afb, Ar And Remote Locations Blackjack Drop Zone Near Romance, Ar; All American Landing Zone Camp Robinson, Ar; And Communication Site Near Cabot, Ar. period Of Performance (pop): The Period Of Performance Is Expected To Be Either: one (1) Twelve (12) Month Base Contract Period With Five (5) Twelve (12) Month Option Periods Or one (1) Twenty-four (24) Month Base Contract Period With Four (4) Twelve (12) Month Option Periods naics Codes: The Base Pavements Idiq Will Be Within The Following North American Industry Classification System (naics) Code Sectors And Subsectors: sector/subsector Size Standard sector 23 – Construction subsector 237 – Heavy And Civil Engineering Construction $39.5m 237310 – Highway, Street, And Bridge Construction $39.5m this Is A Sources Sought Synopsis Only And Not A Request For Proposal (rfp). No Solicitation Is Being Issued At This Time And This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. Contractors Are Highly Encouraged To Submit A Package Containing The Information Below To The Government As A Result Of This Sources Sought Notice. Responses Will Not Be Returned. No Entitlement To Payment Of Any Costs To The Government Will Arise As A Result Of Contractor Submission Of Responses Or The Government’s Use Of Such Information. Information Requested Is For Sources That Have The Capability And Financial Means To Handle An Indefinite-delivery Indefinite-quantity For Airfield Pavements/civil Works That Allows Civil Engineering To Have Projects Accomplished At An Accelerated Pace Without Competition Utilizing A Pre-priced Contract With Line Items. information Requested Outlined In The Below Paragraphs Is To Be Emailed To Ms. Jennifer Bradford At Jennifer.bradford.2@us.af.mil, Sra Lucas Navas At Lucas.navas@us.af.mil, Ms. Rachel Italiano At Rachel.italiano.1@us.af.mil, And Mr. Arthur Brown At Arthur.brown.17@us.af.mil, No Later Than 7 January 2025, 1:00 P.m. Cst. in Accordance With Far 52.204-7 – System For Award Management, Contractors Must Be Registered In The System For Award Management (sam) Database Via Https://sam.gov. Prime Contractors Must Be Us-owned Entities Who Intend To Submit A Package For This Sources Sought. 1. Company Information: -name -business Address -point Of Contact -telephone Number -e-mail Address -uei Number / Cage Code Number -business Size In Relation To The Naics Code Size Standard Assigned To This Acquisition -number Of Employees -number Of Years In Business, Etc. -a Positive Statement Of Your Intention To Submit A Proposal For This Solicitation As A Prime Contractor. 2. Socio-economic Status (e.g., Small Business, Hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb)), And Any Associated Documents Of Such Status, Certification Or Approvals. 3. Prime Contractors Shall Be Capable Of Securing Bonding Up To The Amount Of The Task Order (payment, Performance, Etc…). Provide Your Bonding Capacity Per Contract And Aggregate. 4. Provide A Point Of Contact To Assist In Market Research To Determine Solicitation Set-aside, If Any. 5. Demonstrate Your Ability To Execute Multiple Task Orders Concurrently 6. Summarize Projects That Show Your Capabilities And Past Performance. The List Of Relevant Projects May Include Names Of Project Team Members And Firm, Point Of Contact (contracting Officer And Quality Assurance Evaluator/inspector) With Titles, Phone Numbers, Project Scope, Type Of Contract, And Percentage Of Work Completed As The Prime Contractor. all Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns.
Offizielle Bezeichnung Tender
Others
Germany
Closing Date14 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Object planning for a building for renovation at the Schelderwaldschule, Dillenburg Object planning for a building for renovation at the Schelderwaldschule, Dillenburg Object planning services for buildings in accordance with part ... Multi-object planning for a building for renovation at the Schelderwaldschule, Dillenburg Object planning for a building for renovation at the Schelderwaldschule, Dillenburg Object planning services for buildings in accordance with part 3, section 1 Hoai, phases 1-8 for the renovation of the administration building with a pent roof structure at the Schelderwaldschule, Dillenburg Object planning services for buildings in accordance with part 3, section 1 Hoai, phases 1-8 for the renovation of the administration building with a pent roof structure at the Schelderwaldschule, Dillenburg. The Schelderwaldschule has existed since 1966 and was a primary and secondary school until 2005. It has been a primary school since 2005 with currently 85 pupils in five classes. The school has around 20,000 m² of outdoor space with play equipment and three terraced schoolyards, a three-field sports hall, art and craft room, school kitchen, music room, computer room and auditorium. In the administration building there is a large atrium with seating and green areas and a water feature for use as a reading garden. The administration building of the Schelderwaldschule is a 2-storey structure with a ground floor and a basement. The basement is only partially below ground level and, in addition to the technical areas, contains in particular the care and the teaching kitchen with dining room. On the upper floor (ground floor), the administration rooms, a library, an auditorium with a multi-purpose room and an entrance area are housed around an open atrium in the centre of the building. The renovation in question is intended to implement the following measures on the administration building: - Renewal of the suspended acoustic ceilings, - Replacement of existing external windows and doors, as well as internal doors as required (some of these have already been replaced), - Floor covering, painting and wallpapering work in the building, - Insulation of the roof and facade, - Dismantling of the flat roof sealing and reconstruction of the all-round pent roof, - Laying of the rainwater drainage pipes to the outside, including new connections to the underground pipe, - Restoration of the outdoor area after renovation (integration of the base area, integration of drainage and rainwater drainage) - If necessary, further measures can be added as required during implementation. These must be agreed with the contracting authority in advance.
8821-8830 of 9326 archived Tenders