Paint Tenders
Paint Tenders
Oriental Mindoro Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Day Care Center At Pagkakaisa, Naujan, Oriental Mindoro And Rehabilitation Of Day Care Center At Pinahan, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of Five Hundred Ninety Seven Thousand Seven Hundred Seventy Pesos And 91/100 (php 597,770.91) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Day Care Center At Pagkakaisa, Naujan, Oriental Mindoro And Rehabilitation Of Day Care Center At Pinahan, Naujan, Oriental Mindoro (ib No. Cw-2025-069)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 25 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Rehabilitation Of Day Care Center At Pagkakaisa, Naujan, Oriental Mindoro Approved Budget For The Contract: Php 299,245.00 Item No. Description Qty/unit B.5 1004(2) 903(2) Spl 1008(2) 1010(2)a 1010(2)b 1003(1)a1 1032(1)a 1032 (1) C 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2)a, 1047(2)b 1047(10) 1001(10) 1002(4) 1100 (10) 1101(33) 1102 (1) 1200(1) Project Billboard/ Sign Board Finishing Hardwares Formworks And Falseworks Chipping Of Concrete, Demolition & Disposal Of Demolished Materials Aluminum Glass Windows Wooden Fush Door Wooden Panel Door 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Painting Works, Masonry, Concrete & Ceiling Painting Works, Steel Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm,rib Type Structural Steel, Trusses & Purlins Metal Structure Accessories Pipes With Connection Plumbing Fixtures Conduit, Boxes, And Fittings (conduit Works ) Wires And Wiring Devices Panelboard With Main & Branch Breakers Lighting Fixtures And Lamps ,ventilating Equipment 1.00 1.00 1.00 1.00 1.00 3.36 1.89 25.25 47.77 29.15 53.22 35.22 528.29 1.00 1.00 1.00 1.00 1.00 1.00 1.00 Ea L.s L.s L.s. L.s M2 M2 M2 M2 M2 M M2 Kg L.s L.s L.s. L.s. L.s. L.s. L.s. Rehabilitation Of Day Care Center At Pinahan, Naujan, Oriental Mindoro Approved Budget For The Contract: Php 298,525.91 Item No. Description Qty/unit B.5 801(1) 903(1) 1032 (1) C 1014(1)b2 & 1013 (2) A1, B1, B3 1047(1) 1100(10), 1101(33), 1103(1), 1200 (1) Project Billboard/ Sign Board Removal Of Structures And Obstruction Formworks & Falseworks Painting Works (steel) Pre-painted Metal Sheets Above 0.427mm, Rib Type Long Span & Fabricated Metal Roofing Accessories Structural Steel Conduits, Boxes & Fittings (conduit Works/conduit Rough In), Wires & Wiring Devices, Lighting Fixtures And Lamps, Ventilating Equipment 1.00 1.00 1.00 130.74 1.00 1.00 1.00 Ea L.s. L.s. M2 L.s L.s. L.s. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 07, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 07, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 07, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 9. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camilmil, Calapan City, Oriental Mindoro (january 31, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date7 Feb 2025
Tender AmountPHP 597.7 K (USD 10.2 K)
Philippine Nuclear Research Institute - PNRI Tender
Laboratory Equipment and Services
Philippines
Details: Description 1. 1 Set Simultaneous Alpha-beta Sample Counter Particulars:indicated Use: Simultaneous Alpha, Beta Sample Counting Detector : Zns(ag) Adhered To Plastic Scintillation Material, Tube: 5.1 Cm (2 In.) Diameter Magnetically Shielded Photomultiplier, Window: 0.4 Mg/cm2 Aluminized Mylar, Active And Open Area: 20.3 Cm2, Sample Holder: Brass Housing With Nickel Plated Brass Sample Tray Capable Of Holding Up To A 5.1 Cm (2 In.) Diameter Sample, Alpha Efficiency: 239pu 37%, 230th 32%, 238u 39%, Beta Efficiency: 14c 8%, 99tc 27%, 137cs 29%, 90sr/90y 26%, Cross Talk: Alpha To Beta ? 10%, Beta To Alpha ? 1%, Background: Alpha 3 Cpm Or Less, Beta-gamma Typically 50 Cpm Or Less (10 ?r/hr Field), Audio: Built In Unimorph-type Speaker With Volume Control To Provide A Dual Tone Click-per-event Audio, Status Indicators: Backlit Indicators For Daily Qc Check Needed (qc), Overload Condition (ol), Counting In Cpm Or Dpm Mode (cpm/dpm), Count Has Exceeded Alpha Alarm Set Point (?al), Count Has Exceeded Beta Alarm Set Point (?al), Scalers: Two Each Six-digit Lcd Displays With Backlights Providing A Range Of 0 To 999999 Counts, Scaler Linearity: Reading Within 2% Of True Value, Count Timer Settings: 0.1, 0.5, 1, 2, 5, 10, And 60 Minutes. Pc Position Facilitates Other User-defined Values Set By Software Program, High Voltage: Adjustable From 200 To 2500 Vdc, Thresholds: Alpha-120 Mv, Beta -4 Mv, Beta Window 50 Mv, Data Output: 9-pin Rs-232 Port For Connection To Pc For Data Download And Adjustment Of Detup Parameters. A One Meter Rs-232 To Usb Adapter Cable Is Included, Power: 250 W At 95 To 250 Vac, 50?60 Hz Single Phase Internal 12 Vdc, 1.2a/hr, Trickle Charged Battery Provides Power Up To Eight Hours, Construction: Aluminum Housing With Gray Powder Coat Paint And Sub-surface Printed Front Panel, Temperature Range: -20 To 50 °c (-4 To 122 °f), Size (h X W X L): 29.2 X 19.1 X 26.7 Cm (11.5 X 7.5 X 10.5 In.), Weight: Approximately 13.2 Kg (29 Lb), Software: Computer Based Software To Perform Setup And Calibration Routines Including: Background, Subtract, Crosstalk Correction, Cpm/dpm Modes, Daily Qc Check Parameters, Alarm Levels, And Automatic Plateaus., All Parameters Stored In The Instrument In Non-volatile Memory. The Supplied Software Is Capable Of Logging And Storing The Following: Sample Number, Sample Date, Sample Time, Alpha Count, Beta Count, Sample Type, Comments
Closing Date3 Feb 2025
Tender AmountPHP 709.3 K (USD 12.1 K)
BARANGAY BANTAGAN, TANAUAN, LEYTE Tender
Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description I. Structural Concrete For Column And Beam Ii. Removal Of Structures And Obstruction Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Formworks And Falseworks V. Carpentry And Joinery Works Vi. 6mm Marine Plywood On Metal Frame Ceiling Vii. Aluminum Glass Window (sliding Type) Viii. Wooden Panel Door Ix. Pre-painted Metal Sheets X. Glazed Tiles And Trims Xi. Cement Plaster Finish Xii. Painting Works (masonry Painting) Xiii. Painting Works (wood Painting) Xiv. Painting Works (metal Painting) Xv. 100mm Chb Non Load/load Bearing (including Reinforcing Steel) Xvi. Structural Steel Roof Framing And Truss Xvii. Structural Steel Purlins Xviii. Metal Structure Accessories (railings) Xix. Electrical Works 1. Barangay Bantagan, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Construction/improvement Of Sk Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 22, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 22, 2025. 5. Barangay Bantagan, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Bantagan, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Jerom T. Yepes Barangay Sk Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Bantagan, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Bantagan, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p800,000.00);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 22, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Jerom T. Yepes Barangay Sk Chairman
Closing Date22 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)
MUNICIPALITY OF LANTAPAN Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Bukidnon Municipality Of Lantapan Invitation To Bid For Supply & Delivery Of Materials For The Installation Of Household Sanitary Toilets At Basac (2nd Bid) 1. The Local Government Unit Of Lantapan, Through The Trust Fund Intends To Apply The Sum Of One Million Forty-one Thousand Seven Hundred Fifty Pesos (php 1,041,750.00) Being The Abc To Payments Under The Contract Supply & Delivery Of Materials For The Installation Of Household Sanitary Toilets At Basac Ib # 2024-12-086 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lantapan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Required Is 20 Calendar Days. Bidders Should Have Completed, 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 4. Prospective Bidders May Obtain Further Information From The Local Government Unit Of Lantapan And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 11, 2024 To January 2, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Personally Its Proof Of Payment For The Fees. [note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots.] 6. The Local Government Unit Of Lantapan Will Hold A Pre-bid Conference On December 17, 2024 At Municipal Conference Room Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office 2nd Floor, Municipal Conference Room, Municipal Hall, Poblacion, Lantapan, Bukidnon, On Or Before 8:45 A.m (philippine Standard Time) On January 2, 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 2, 2025 At 9:00 O’clock A.m At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. [insert Such Other Necessary Information Deemed Relevant By The Procuring Entity Such As The Use Of A Back-up Data Or Cloud Storage For Large Files Uploaded For Online Bid Submissions] 11. The Local Government Unit Of Lantapan Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jefer Mae B. Macana Bac Secretariat Bac Office, 2/f Municipal Hall Purok 6, Poblacion, Lantapan Bukidnon, Philippines Email Add: Lant.bacsec2024@gmail.com 13. You May Visit The Following Website/s: Lantapan.gov.ph For Downloading Of Bidding Documents: Www.philgeps.gov.ph Date Of Issue: December 11, 2024 Engr. Jessell S. Pacturan, C.e. Bac Chairperson Reference No.: Ib # 2024-12-086 Name Of Project: Supply & Delivery Of Materials For The Installation Of Household Sanitary Toilets At Basac Location Of Delivery: Lgu-lantapan, Bukidnon Abc: Php 1,041,750.00 Item No. Item Description Unit Of Issue Quantity Unit Price Amount 1 Portland Cement Bags 810 2 Screen Sand Cu.m 75 3 3/4 Gravel Cu.m 15 4 Fine Sand Cu.m 30 5 10mm Drsb Lhs 960 6 #16 Gi Tie Wire Kg 90 7 #4 Chb Pcs 10200 8 Water Closet Set 30 9 #4 X 3m Sanitary Pipe Lh 30 10 #2 X 3m Sanitary Pipe Lh 30 11 #4 Sanitary Elbow Pc 30 12 #4 Sanitary Tee Pcs 90 13 #4 Clean Out Cover Pcs 90 14 #2 Sanitary Elbow Pc 30 15 4x2 Sanitary Tee Pc 30 16 Pvc Solvent Cement (1/4 Ltr) Can 30 17 1/2 X 3m Upvc Pipe Lh 30 18 1/2 Upvc Elbow 90 Pcs 60 19 1/2 Hd Faucet (brass) Pc 30 20 1/2 Pe Coupling Pc 30 21 1/2" Sdr 11 Pe Pipe Mtrs 300 22 2.10x 0.60m Pvc Door W/ Frame & Door Knob Unit 30 23 Ga 24x 3' Corrugated Gi Roofing Shts 90 24 2"x3"x6m C-purlins Lhs 90 25 #2 Metal Tekscrew Pcs 600 26 Welding Rod Kl 30 27 Hacksaw Blade Pcs 90 28 Paint Brush #2 Pcs 30 29 Primer Paint (red Lead) Ltr 30 Total Total Bid Price In Figure: Total Bid Price In Words: Prepared And Submitted By:
Closing Date2 Jan 2025
Tender AmountPHP 1 Million (USD 17.9 K)
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Others
United States
Details: The Us Army Corps Of Engineers Will Be Hosting Two (2) Industry Days For The Albeni Falls Dam Replacement Spillway Gates Project. One Will Be Held Virtually And One On Site. Below Contains The Information For Both Days.
location: Virtual. Zoom Information Provided Below.
date: 29 January 2025
time: 10:00 Am To 12:00 Pm Pst
location: Onsite. Location Information Provided In Attachment 1. The Onsite Visit Is Restricted To Two Personnel Per Company. Follow Pre-registration Steps Provided Below.
date: 30 January 2025
time: 10:00 Am To 2:00 Pm Pst
project Description:
the Seattle District, U.s. Army Corps Of Engineers Has A Requirement To Replace Existing Steel Spillway Gates At Albeni Falls Dam (afd), Oldtown Idaho. Afd Is A Concrete Gravity Structure Consisting Of Two Main Sections, The Spillway And Powerhouse. The Spillway With A Total Of 10 Spill-bays, Which Are Controlled By 32 Feet High By 41 Feet Wide Vertical Steel Lift Gates. These Gates Consist Of An Upper And Lower Leaf. One Additional Gate Is Available With Each Leaf Being Stored At The Top Of A Maintenance Slot To Be Used During Emergencies Or When Maintenance Is Required On Another Gate. The Gates Underwent Inspection In 2012 Which Identified Repairs And Maintenance That Were Needed To Ensure That The Gates Are In Good Operating Condition. A Contract Was Awarded In 2022 For The Repair And Maintenance Of The Gates. However, The Rehabilitation Efforts Will Be Stopped After The Return Of The First Rehabilitated Gate Has Been Returned To The Dam. The Project Is Seeking To Fabricate Replacement Gates. Replacement Spillway Gates Components Include:
fabricate Minimum Three (3) And Maximum Eleven (11) New Vertical Lift Steel Spillway Gates Offsite
including Paint, Non-destructive Testing (ndt), Seals And Seal Heaters, Cathodic Protection, Wheels, Dogging And Latching Mechanisms.
fabricate Two (2) New Lifting Beams For New Spillway Gates.
including Paint, Ndt, And Three (3) Electric Gear Motor Driven Actuators For Latching And Dogging Mechanisms On Lifting Beam And Gates.
mobilize/demobilize A Crane To Transition Each Leaf Of The Gate(s) To A Designated Location In The Vertical Position For The Operating Project To Transfer And Install The Gate Into The Designated Slot With The Project Intake Gantry Cranes. Provide Fixture To Hold Gate Leaf In Vertical Position.
retrieve The Existing Gates From The Designated Location For Removal And Disposal Of The Existing Spillway Gates.
verify The New Spillway Gate, Lifting Beam Equipment, And Electrical Features Are Properly Fitted And Tested.
delivery Of New Fabricated Gates Need To Be Staged And Scheduled So That Usace Dam Operations Are Not Impacted.
the Contract Solicitation And Award Is Planned In Fy26 For The First 3 Gates. The Remaining 8 Gates Will Be Optional Award Items To The Contract With Anticipated Award In The Subsequent Years.
the Anticipated Naics Code May Be 332312, Fabricated Metal Product Manufacturing (supply). Or Naics Code Is 237990, Other Heavy And Civil Engineering, Construction.
the Proposed Project Is Anticipated To Be A Competitive, Firm-fixed-price Contract To Be Procured In Accordance With The Federal Acquisition Regulation (far) Part 15 (contracting By Negotiation), Using The Tradeoff Process To Acquire Gates In The Most Expeditious Manner Possible.
the Virtual Industry Day Event Will Take Place On 29 January 2025 At 10:00 Am Pdt Via Zoom. Below Is The Link To Register In Advance For This Webinar.
https://boisestate.zoom.us/webinar/register/wn_bl_wtmhztsezxzhazwle8q
after Registering, You Will Receive A Confirmation Email Containing Information About Joining The Webinar.
you Must Pre-register To Attend This Onsite Industry Day By Submitting The Attached Rsvp Form In An Email To Jeannette Patton, Contract Specialist, At Jeannette.k.patton@usace.army.mil And Daisy Douglass, Project Manager, At Daisy.p.douglass@usace.army.mil, And Reference The Albeni Falls Dam Spillway Gate Replacement Project Onsite Industry Day In The Subject Line. Rsvp By 22 January 2025 At 4:00 Pm Pst. Required Personal Protective Equipment For The Onsite Visit Includes Safety Vest And Boots/safety Shoes. If Attendee Is A Foreign National, This Information Must Be Provided By 17 January 2025 At 4:00 Pm Pdt. Late Respondents, Those Not Pre-registered, Or Those Not Providing The Correct Information Will Not Be Granted Access To The Site. Participation Is Limited To Two Representatives From Each Interested Entity. The Slide Deck And Attendance Participation Will Be Available After Both Industry Days Via Sam.gov.
attending The Site Visit Day Is Highly Recommended Since It Is Unlikely That An Additional Site Visit Will Be Offered Until The Solicitation Period.
in-processing Begins For All Vendors At The Main Entrance. When You Approach Gate 1 (marker 2), You Will Be Required To State That You Are Attending The “afd Spillway Gate Replacement Industry Day”. At Marker 2, You Will Use The Pedestal Call Box To Contact The Administrative Assistant At The Extension Listed On The Plaque. Your Name Will Be Checked Against The Pre-registered Attendees’ List And You Will Then Be Directed To Drive To The Main Parking Lot, Between Markers 2 And 3, Where You Will Park Your Vehicle For The Entirety Of The Site Visit. At Gate 2 (marker 3), You Will Be Required To Present Photo Identification And Afd Staff Will Direct You To The Conference Room For The Safety Briefing And Project Overview Prior To Proceeding Out To The Project Site. Your Safety Gear Will Be Inspected Before Entry Into Any Additional Areas.
the Following Documents Are Attached In Support Of This Special Notice.
attachment 1-location Information For Onsite Industry Day
attachment 2- Questions From Usace To Industry Regarding The Afd Spillway Gate Replacement
attachment 3- Rsvp Form
if You Would Like To Provide Feedback For Consideration On The Documents, Please Provide Them By Email To: Jeannette Patton, Contract Specialist, At Jeannette.k.patton@usace.army.mil By 6 February 2025, 12:00 Pm Pst.
small Business Program Inquiries:
enshane Hill-nomoto: Enshane.nomoto@usace.army.mil
https://www.nws.usace.army.mil/business-with-us/small-business/
thank You For Your Interest In This Usace Project.
1/7/2025: Amendment 1 - Remove Set Aside Requirement.
1/10/25: Amendment 2 - Add A N To Contract Specialist Name In The Description Section. The Correct Spelling Is Jeannette Patton Email @ Jeannette.k.patton@usace.army.mil
Closing Date29 Jan 2025
Tender AmountRefer Documents
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n9743f|feb|717-605-7237|karen.m.barlet.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
special Shipping And Marking Instructions|6|x|||x|||
general Information-fob-destination|1|b|
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
annual Representations And Certifications (jan 2025)|13|332919|750||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
to View The Drawings:
go To Www.sam.gov
click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation.
drawings Can Be Viewed Or Downloaded.
government Source Inspection Per Far 52.246-2 Is Required.
delivery 90 Days.
all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or
sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Pad Assembly .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents.
2.2 Order Of Precedence - In The Event Of A Conflict Between The Text Of This Contract/purchase Order And The References And/or Drawings Cited Herein, The Drawings Shall Take Precedence. Nothing In This Contract/purchase Order, However, Shall Supersede
applicable Laws And Regulations Unless A Specific Exemption Has Been Obtained.
drawing Data=56292 |53711| H|od |d|0001 | H|49998|0386331
drawing Data=5648735 |53711| D| |d|0001.1 | D|49998|0050478
drawing Data=5648735 |53711| D| |d|0001.2 | D|49998|0061822
drawing Data=5648735 |53711| D| |d|0002 | D|49998|0030011
drawing Data=5648735 |53711| D| |d|0003 | D|49998|0017654
drawing Data=5655969 |53711| E| |d|0001 | E|49998|0789321
drawing Data=5655969 |53711| E| |d|0001.1 | D|49998|0659743
drawing Data=5655969 |53711| E| |d|0001.2 | B|49998|0063332
drawing Data=56778 |53711| -|od |d|0000.a | -|49998|0028941
drawing Data=56778 |53711| -|od |d|0000.amd1 | -|49998|0036668
drawing Data=56778 |53711| -|od |d|0000.cov | -|49998|0030849
drawing Data=56778 |53711| -|od |d|0000.ii | -|49998|0016938
drawing Data=56778 |53711| -|od |d|0000.iii | -|49998|0009406
drawing Data=56778 |53711| -|od |d|0001 | -|49998|0035361
drawing Data=56778 |53711| -|od |d|0002 | -|49998|0030274
drawing Data=56778 |53711| -|od |d|0003 | -|49998|0034851
drawing Data=56778 |53711| -|od |d|0004 | -|49998|0026409
drawing Data=56778 |53711| -|od |d|0005 | -|49998|0038159
drawing Data=56778 |53711| -|od |d|0006 | -|49998|0027662
drawing Data=9412 |10001| -|ws |d|0001.am/cov1| -|49998|0025028
drawing Data=9412 |10001| -|ws |d|0002.am/cov2| -|49998|0030132
drawing Data=9412 |10001| -|ws |d|0003.amend1 | -|49998|0015570
drawing Data=9412 |10001| -|ws |d|0004.amend2 | -|49998|0042644
drawing Data=9412 |10001| -|ws |d|0005.cov1 | -|49998|0021651
drawing Data=9412 |10001| -|ws |d|0006.cov2 | -|49998|0016683
drawing Data=9412 |10001| -|ws |d|0007.1 | -|49998|0030426
drawing Data=9412 |10001| -|ws |d|0008.2 | -|49998|0034148
drawing Data=9412 |10001| -|ws |d|0009.3 | -|49998|0042804
drawing Data=9412 |10001| -|ws |d|0010.4 | -|49998|0056024
drawing Data=9412 |10001| -|ws |d|0011.5 | -|49998|0057573
drawing Data=9412 |10001| -|ws |d|0012.6 | -|49998|0054895
drawing Data=9412 |10001| -|ws |d|0013.7 | -|49998|0062877
drawing Data=9412 |10001| -|ws |d|0014.8 | -|49998|0053555
drawing Data=9412 |10001| -|ws |d|0015.9 | -|49998|0047288
3. Requirements
3.1 Manufacturing And Design - The Pad Assembly Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ; P/n: 5648735 Cage Code 53711 (naval Seas Systems Command) The Part Number 5648735 Is A Pad Assembly.
must Adhere To The Regs/specs Within Drawing 5648735 Rev D. Per Change In Drawing Note 7, Top Coat Color Is To Be Yellow (color 13538) Per Fed-std-595. Do Not Paint The Polyurethaner Rubber Of The Pad Assembly; .
3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And
specifications As Follows:
Mechanical Parts, Assemblies And Equipments - Mil-std-130
Electrical And Electronic Parts - Mil-std-1285, Method 1.
Electrical And Electronic Parts And Assemblies Not Covered
By Mil-std-1285-use Mil-std-130.
Electronic Equipment - Mil-std-454 Requirement Number 67.
Electrical Equipment - Mil-p-15024/5 (ships)
3.3 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products.
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies.
C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
Commander, Indian Head Division, Naval Surface Warfare Center
Code 8410p, 101 Strauss Avenue
Indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
Contracting Officer
Navicp-mech
Code 87321
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From:
Commanding Officer
Navicp-mech
Code 009
5450 Carlisle Pike
P.o. Box 2020
Mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
Naval Inventory Control Point
Code 1 Support Branch
700 Robbins Avenue
Phildelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech.
p/n: 5648735 Cage Code 53711 (naval Seas Systems Command) The Part Number 5648735 Is A Pad Assembly. Must Adhere To The Regs/specs Within Drawing 5648735 Rev D. Per Change In Drawing Note 7, Top Coat Color Is To Be Yellow (color 13538) Per Fed-std-595. Do Not
paint The Polyurethaner Rubber Of The Pad Assembly.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Province Of Occidental Mindoro Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid The Provincial Government Of Occidental Mindoro Through Its Bids And Awards Committee (bac) Invites All Interested Contractors To Apply For Eligibility And To Bid For The Following Projects: Reference No. Name Of Project Location Brief Description Abc (php) Fund Sources Contract Duration 022-2025 Construction Of Bahay Pag-asa For Car And Cicl Mamburao, Occidental Mindoro Construction Of 256.54m² Bahay Pag-asa Building Including Structural, Electrical And Architectural (excluding: Masonry Painting, Wood Painting, Tiling Works For Major Areas) 5,999,705.44 General Fund (appropriation Ordinance No. 5 S. 2023-pcpc) 155 Cd 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 Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. All Particulars Relative To Eligibility Requirements Or Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Opening And Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra. 9184 And Its Revised Implementing Rules And Regulation (irr). Activities Schedule& Venue 1.posting Of Invitation To Bid January 2, 2025 2.pre Bid Conference January 10, 2025 9:00 Am @ Bac Office Conference Room, Ground Floor, Capitol Main Building, Mamburao, Occidental Mindoro 3. Deadline Of Submission Of Bids January 22, 2025 8:00 Am @ Bac Office Conference Room, Ground Floor, Capitol Main Building, Mamburao, Occidental Mindoro 4. Opening Of Bids January 22, 2025 9:00 Am @ Bac Office Conference Room, Ground Floor, Capitol Main Building, Mamburao, Occidental Mindoro 5. Bid Evaluation January 23-24, 2025 9:00 Am @ Bac Office Conference Room, Ground Floor, Capitol Main Building, Mamburao, Occidental Mindoro 6. Post Qualification January 25-31, 2025 9:00 Am @ Bac Office Conference Room, Ground Floor, Capitol Main Building, Mamburao, Occidental Mindoro A Complete Set Of Bidding Documents Will Be Available To Interested Bidders Upon Payment Of A Non- Refundable Amount Of Ten Thousand Pesos Only (php10,000.00) To The Cashier Of The Provincial Treasurers Office. Interested Parties Are Required To Attend The Pre-bid Conference.pre Bid Conference Is Required For The Projects With An Abc Of 1 Million And Above. For Those Projects Below 1 Million, Pre Bid Conference Is Optional At The Discretion Of The Bac. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instruction To Bidders. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above. Late Bids Shall Not Be Accepted. The Provincial Government Of Occidental Mindoro Reserves The Right To Reject Any Bid, To Annul The Bidding Process, And To Reject At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Engr. Remigio V. Masangkay Provincial Engineer Bac Secretariat Provincial Capitol Building Mamburao, Occidental Mindoro Contact No. 0967-055-4226 Email: Bacpgom19@gmail.com Mario D. Mulingbayan, Jr. Bac Chairman Philgeps Posting Ref. No.: _____________________
Closing Date22 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.4 K)
MUNICIPALITY OF BANAYOYO, ILOCOS SUR Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 4.53 Months Occupation Safety And Health Program Earthworks 15.18 Sq.m. Removal Of Existing Concrete Pavement 111.74 Cu.m. Structure Excavation (common Soil) 111.74 Sq.m. Structure Excavation (common Soil) 38.19 Cu.m. Embankment From Borrow 36.47 Cu.m. Gravel Fill Plain & Reinforced Concrete Works 132.92 Cu.m. Reinforced Concrete 2,079.79 Kgs Reinforcing Steel, Grade 40 1,282.95 Kgs Reinforcing Steel, Grade 60 341.6 Sq.m. Formworks And Falseworks Finishing And Other Civil Works 1 L.s. Storm Drainage And Downspout 16.4 M Fabricated Metal Roofing Accessory (ridge/hip Roll) 28.46 M Fabricated Metal Roofing Accessory -flashing 61.71 M Fabricated Metal Roofing Accessory -gutter 553.93 Sq.m. Prepainted Metal Sheets, 0.50m Rib Type 657.9 Sq.m. Painting Works (steel) 11,373.95 Kgs Structural Steel, Trusses 4,813.20 Kgs Structural Steel, Purlins 1.78 Pcs Metal Structure Accessories, Bolts 32 Pcs Metal Structure Accessories, Turnbuckle 385.83 Kgs Metal Structure Accessories, Cross Bracing 241.15 Kgs Metal Structure Accessories, Steel Base Plates 246.08 Kgs Metal Structure Accessories, Sagrods Xxxnothing Followsxxx
Closing Date20 Jan 2025
Tender AmountPHP 4.9 Million (USD 84.3 K)
City Of Cape Town Tender
Civil And Construction...+2Paints and Enamels, Construction Material
South Africa
Details: Rfq Type Goods Goods Struct Building & Hardware Mat Reference Number Gg12500525 Title Sealant Joint Seal Grey 340ml Description 60 Each X Sealant Joint Seal Grey 340ml Specification* Ref Gg12500525 Sealant - Type Joint Seal Colour Grey Size 340ml Application Gun Specifications Waterproof Packaging 10 Per Box Preferred Brand Powermastic Or Equivalent. Delivery Date2025/03/14 Delivery Tologistics - Ndabeni Paints & Oils Ph 021 444 5451 Delivery Address25 Oude Molen Road, Ndabeni Contact Personn Van Der Vent Telephone Number0214445454 Cell Number Closing Date2025/02/06 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.
Closing Date6 Feb 2025
Tender AmountRefer Documents
8921-8930 of 9636 archived Tenders