Paint Tenders
Paint Tenders
City Of Natchez Tender
Civil And Construction...+2Civil Works Others, Building Construction
Corrigendum : Closing Date Modified
United States
Details: Advertisement For Bid The City Of Natchez Will Receive Sealed Bids For The Renovations For Natchez Convention Center Bid Package No. 5 In The Office Of The City Clerk, 124 South Pearl Street, Natchez, Ms 39120, Until 10:00 A.m. Cst On Thursday, January 9, 2025, With Bids Then Publicly Opened, Read Aloud, And Thereafter Taken Under Advisement Until The Next Meeting Of The Natchez Mayor And Board Of Alderman. The Funding For The Natchez Convention Center (bid Package #5) Is A 2022 Convention Center Complex General Obligation Bond Issue. No State And/or Federal Funds Will Be Used For This Renovation Project. Work At The Convention Center Will Consist Of But Not Be Limited To The Painting And Recarpeting Of The Second Floor Of The Convention Center, Including Remodeling Of Bathrooms And The Installation Of Meeting Room Blinds. Contract Documents May Be Obtained In Person From The Architect, Wacaster-dungan Architect & Engineers, Pllc, 101 South Shields Lane, Natchez, Ms 39120, Or Requested By Mail At Po Box 824, Natchez, Ms 39121, Email At Danielle@waycaterdungan.com Or Requested By Telephone: 601-442-3649 Voice, Upon Deposit Of $100.00 Per Set. The First Two Sets Are Refundable, Additional Sets Are Nonrefundable. Sets Remain The Property Of The Architect With Deposit(s) Refundable To General Contractors Submitting Bona Fide Bids, One Half Of Deposit Amount Is Refundable To All Others ‘provided Documents Are Returned In Good Condition Within 10 Working Days Of Bid Date. Official Bid Documents Can Be Downloaded At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Regarding The Electronic Bidding Process, Please Contact Central Bidding At 225-810-4814 Or Support@centralbidding.com. Bid Preparation And Submittal Will Be In Accordance With Section 00 21 13 Instructions To Bidders Bound In The Project Manual. Bid Bond Security/guarantee In The Amount Of 5% Of Total Bid Will Be Required In Contracts Exceeding $25,000. 100% Performance And Payment Bond Will Be Required. Licensing And Other Certification Of Qualifications Will Be Required As Specified In The Contract Documents. Where Applicable, The Foregoing Certificate Number Must Be Indicated On The Exterior Of The Sealed Bid Envelope Before It Is Opened. State Law Requires A Non-resident Bidder To Attach/include A Copy Of His Resident State’s Current Law Pertaining To Such State’s Treatment Of Non-resident Contractors With Their Bid. Any Bid Submitted By A Non-resident Contractor Which Does Not Include The Non-resident Contractor’s Current State Law Shall Be Rejected And Not Considered For Award. All Bids Submitted Must Comply With Section 31-3-21 Of The Mississippi Code Of 1972. Bids May Be Withheld By The Owner For A Period Not To Exceed Forty-five (45) Days From The Date Of The Opening Of The Bids For The Purpose Of Bid Review And Investigation Of The Bidder's Qualifications, Prior To Award Of The Contract. The Owner Reserves The Right To Reject Any And All Bids, To Waive Any Informalities, To Negotiate With The Lowest And Best Bidder To Reduce The Bid Price To Come Within The Funds Allocated For The Work, To Reduce The Job In Order To Stay Within Available Funding Or As Desirable In The Discretion Of The Natchez Mayor And Board Of Alderman, And To Accept Bids By Classes And/or Groups, If Applicable, All As Set Forth And In Accordance With Applicable Dan M. Gibson, Mayor Megan Mckenzie, City Clerk Publish Dates: December 6, 2024 December 13, 2024
Closing Date16 Jan 2025
Tender AmountRefer Documents
MUNICIPALITY OF SANTA TERESITA, CAGAYAN Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Installation Of Directional Signages Leading To Tourism Sites Santa Teresita, Cagayan 1.the Local Government Unit Of Santa Teresita, Through 20% Development Fund Continuing 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (p 500,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Directional Signages Leading To Tourism Sites. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Brief Description Of The Contract: Item No. Description Unit Qty. I Project Billboard/signboard Lot 1.00 Ii Mobilization/demobilization Lot 1.00 Iii Earthworks Cu.m 24.52 Iv Concrete Works Cu.m 5.00 Vi Formworks Sq.m 19.60 Vii Painting Works Sq.m 23.85 Vii Steel Works Lot 1.00 Ix Stickers Lot 1.00 2.the Local Government Unit Of Santa Teresita Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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 Local Government Unit Of Sta. Teresita And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm From Mondays To Fridays. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17-27, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (p 500.00) Only. 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 Or Through Courier At The Office Address Indicated Below On Or Before January 27, 2025 1:00 Pm. 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 January 27, 2025 1:15 Pm At The Given Address And/or Through Video Conferencing When Applicable Or As The Need Arises. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9.the Local Government Unit Of Santa Teresita 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: Louvette D. Madrid Head, Bac Secretariat Local Government Unit Of Santa Teresita Santa Teresita, Cagayan Email Address: Madridlouvette@gmail.com Engr. Mark Henri M. Mercado, Enp Bac Chairperson Local Government Unit Of Santa Teresita Santa Teresita, Cagayan
Closing Date24 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)
Municipality Of Basista, Pangasinan Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For The Construction Of 3 Span Covered Court Phase Ii (barangay Bayoyong) 1. The Municipality Of Basista, Through The Budget For The Contract Approved By General Appropriation Act 2025 Intends To Apply The Sum Of Two Million Pesos (p2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Construction Of 3 Span Covered Court Phase Ii (barangay Bayoyong) 2025-07. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Basista Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Sixty Two (62) 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 Municipality Of Basista And Inspect The Bidding Documents At The Address Given Below From 8:00 Am -5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 16-23, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (p5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees It Will Be Presented In Person. 6. The Municipality Of Basista Will Hold Pre-bid Conference On January 27, 2025 At Engineering Office, 2nd Floor Ebuilding, Municipality Of Basista, Basista, Pangasinan @ 10:00 Pm Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 6, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening And Bid Evaluation Shall Be On February 6, 2025 At 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Basista 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. 13. Structure Excavation 14.73 Cu.m Reinforcing Steel Bar 2,362.70 Kgs Concrete Works 21.51 Cu.m Masonry Works 14.40 Sq.m Embankment 32.00 Cu.m Formworks And Falseworks 1.00 Lot Roofing Works 357.00 L.m Painting Works 37.44 Sq.m Engr. Pedro F. De Guzman Bac Chairman
Closing Date4 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Municipality Of Paniqui, Tarlac Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Municipality Of Paniqui Province Of Tarlac Solicitation No.: I-2025-004 Name Of The Project : Construction Of Two Storey Multi-purpose Building Location Of The Project : Pob. Sur, Paniqui, Tarlac Invitation To Apply For Eligibility And To Bid The Municipality Of Paniqui Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Project: Name Of Contract : Construction Of Two Storey Multi-purpose Building Location : Pob. Sur, Paniqui, Tarlac, Paniqui, Tarlac Brief Description : General Requirements, Earthworks, Earthfill, Foundation (cf,tb), R.c. Column (grnd To 2nd Flr), , Concrete Slab (on Floor), Plastered Chb Wall (ground), Second Floor Beam, Concrete Slab (2nd Floor), R.c. Column (2nd Flr To Rb) , Plastered Chb Wall (2nd Floor), Roof Beam, Roof & Roof Framing, Ceiling (ground And 2nd Floor), Concrete Stair, Plumbing & Septic Tank, Formworks, Doors And Windows, Electrical, Painting, Tiles, Site Prep & Site Devt, Mobilization,/demobilization, Project Billboard, Occupational Health And Safety Program Approved Budget For The Contract : P 3,800,000.00 Source Of Fund : General Fund Contract Duration : 210 Days (a) Prospective Bidders Should Possess A Valid Pcab License Applicable To The Contract, Have Completed A Similar Contract With A 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 Use Non-discretionary “pass/fail” Criteria In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. The Bac Will Conduct Post-qualification Of The Lowest Calculated Bid. (b) The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 10, 2025 To February 5, 2025, 8am To 5pm @ Bac Office, Lgu-paniqui, Tarlac , 2. Pre-bid Conference January 24, 2025, 11:00am @ Bac Office 2. Submission, Receipt And Opening Of Bids February 5, 2025, 11:00am @ Bac Office, Lgu-paniqui, Tarlac For Single-stage Bidding: (c) Bid Documents Is Available From January 10, 2025 To February 5, 2025, 8am To 5pm At Bac Office, Lgu-paniqui, Tarlac Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Five Thousand Pesos (p 5,000.00) To The Municipality Of Paniqui Cashier. (d) The Municipality Of Paniqui Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. (e) For Further Information, Interested Bidders May Access The Bidding Documents Thru Www.paniquitarlac.gov.ph Or Inquire From The Bac Secretariat And Look For Mr. Gaylord P. De Guzman From 8:00am -5:00pm, Monday To Friday At Lgu-paniqui, Tarlac With Tel. No. (045) 931-0303. Date Of Publication : January 10, 2025 To February 5, 2025 Type Of Publication : Bulletin, Philgeps & Website Approved By: Eugenio B. Galanga, Rsw Bac Chairman
Closing Date5 Feb 2025
Tender AmountPHP 3.8 Million (USD 64.9 K)
City Of San Jose Del Monte Tender
Others
Philippines
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 600 K (USD 10.3 K)
City Of San Jose Del Monte Tender
Others
Philippines
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 198.8 K (USD 3.4 K)
BARANGAY STO NI O 1, HINUNANGAN, SOUTHERN LEYTE Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Republic Of The Philippines Province Of Southern Leyte Municipality Of Hinunangan Barangay Sto. Niño I -ooo- Invitation To Bid For Improvement Of Barangay Health Center Project Id: 2024 Edf02/202402 1. The Barangay Sto. Niño I, Through The 20% Edf Of Lgu Budget Cy 2024 Intends To Apply The Sum Of One Hundred Thousand Pesos Only (php 100,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of Barangay Health Center . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Sto. Niño I Now Invites Bids For The Improvement Of Barangay Health Center Located At Brgy. Sto. Niño I, Hinunangan, Southern Leyte With The Following Scope Of Works: Item No.: Description Quantity Unit 1 General Requirements (project Billboard/signboard & Occupation Safety And Health Program) 1.00 Lot Ii Scaffolding Works 1.00 Lot Iii Ceiling Works 26.88 Sq.m Iv Painting Works 231.03 Sq.m Completion Of The Works Is Required 25 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 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” 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 The Barangay Sto. Niño I Hinunangan, Southern Leyte And Inspect The Bidding Documents At The Address Given Below From 8am – 5pm During Office Hours. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before December 10, 2024- January 10, 2024 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 10, 2024 At 2:00 Pm At The Sto. Niño I, Covered Court Hinunangan, Southern Leyte. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Barangay Sto. Niño I 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. 8. For Further Information, Please Refer To: Glena S. Makiling Barangay Treasurer Contact No.: 09493580078 ====================================================================================== (sgd) Hon. Fermin L. Tictic Jr., Bac Chairman Noted: (sgd) Hon. Joseph S. Nejudne Punong Barangay
Closing Date10 Jan 2025
Tender AmountPHP 100 K (USD 1.7 K)
City Of San Jose Del Monte Tender
Others
Philippines
Details: Description Request For Quotation The City Government Of San Jose Del Monte, Through Its Bids And Awards Committee (bac) Invites Suppliers/manufacturers/distributors To Bid For Hereunder Procurement: Rfq No. Pr No. Project Title Requesting Office Approved Budget For The Contract (abc) Cost Of Bid Documents 25-02-0016 25-02-0016 Purchase Of Trash Bin To Be Distributed To Different Toda Terminals To Maintain Cleanliness Tru 384,000.00 P500.00 25-02-0014 25-02-0014 Purchase Of Various Janitorial Supplies For Cleaning And Clearing Operations Ctm-scog 600,000.00 P1,000.00 25-02-0015 25-02-0015 Purchase Of Hardware Supplies For Demolition And Restoration Projects Ctm-scog 1,000,000.00 P1,000.00 25-02-0013 25-02-0013 Purchase Of Garments For The Use Of City Traffic Enforcers And Sidewalk Clearing Operatives Ctm-scog 826,000.00 P1,000.00 25-02-0005 25-02-0005 Purchase Of Hardware Supplies For The Operations Of Road Markings Ctm-scog 700,000.00 P1,000.00 25-02-0004 25-02-0004 Purchase Of Hardware Supplies For Transport Regulation And Traffic Operation Ctm-scog 450,000.00 P500.00 25-02-0001 25-02-0001 Purchase Of Hardware Supplies For Re-painting And Maintenance Of Government Facilities, Roads, Drainage, Electrical Posts And Etc. Ctm-scog 700,000.00 P1,000.00 25-01-0359 25-01-0359 Purchase Of Fuel To Be Used For R.p. Vehicles At This City (motorpool Supply) Motorpool 804,375.00 P1,000.00 25-01-0336 25-01-0336 Purchase Of Various Common-use Supplies And Equipment To Be Used By Various Government Departments/offices In The City Gso 198,825.50 P500.00 25-01-0335 25-01-0335 Purchase Of Various Office Supplies To Be Used By Various Government Departments/offices In The City Gso 299,086.02 P500.00 The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule / Time Sales And Issuance Of Bid Quotation February 7 - 10, 2025/ 9:00am-12:00nn Deadline Of Submission Of Quotation February 10, 2025 12:00nn Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of Non-refundable Amount Specified Above To The Cashier Of The City Treasurer’s Office. The City Government Of San Jose Del Monte Further Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid And Reserves The Right To Reject Any Application For Eligibility Or All Bids Without Offering Any Reason, Waive Required Formality And To Make An Award To The Bidder Whose Proposal Is Most Advantageous To The City Government. For More Information, Please Call At The Office Of The Bac Secretariat At (044)815-6469; Look For Mr. Atty. Rizaldy L. Mendoza. Dennis M. Booth, Ph.d. City Administrator / Bac Chairman
Closing Date10 Feb 2025
Tender AmountPHP 299 K (USD 5.1 K)
MUNICIPALITY OF LAMBAYONG Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Labor B- Improvement And Beautification Of Parks And Playgrounds (meo) 1. The Local Government Unit Of Lambayong, Through 20% Development Fund Intends To Apply The Sum Of Php 265,793.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Lam-bac-488-024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Lambayong Now Invites Bids The Labor B- Improvement And Beautification Of Parks And Playgrounds (meo). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From The Local Government Unit Of Lambayong And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 10, 2024 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00 5. The Local Government Unit Of Lambayong Will Hold A Pre-bid Conference On December 18, 2024 2:00 P.m. At The Bac Office, New Municipal Hall, Lambayong, Sultan Kudarat. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 2:00 P.m.; January 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause Error! Reference Source Not Found.. Bid Opening Shall Be On 2:00 P.m.; January 6, 2025 At The Office Of The Bids And Awards Committee, New Municipal Hall, Lambayong, Sultan Kudarat. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Local Government Unit Of Lambayong 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. 8. For Further Information, Please Refer To: Ramon J. Dudo Bac Chairperson 9802 Poblacion, Lambayong, Sultan Kudarat 09662296201/ 09171180904/ 09163712885 Baclambayong@gmail.com/ Lgu_lambayong@yahoo.com Qty Description Unit 1 Formworks & Scaffolding Ls 1 Concrete Works Ls 1 Tile Works Ls 1 Painting Works Ls 1 Railings Ls
Closing Date3 Jan 2025
Tender AmountPHP 265.7 K (USD 4.5 K)
PUBLIC BUILDINGS SERVICE USA Tender
Machinery and Tools
United States
Details: This Is Not A Request For Proposal
this Announcement Is Open To All Business Concerns.
the General Services Administration (gsa), Public Buildings Service (pbs), Greater Southwest Region (region 7), Acquisition Management Division, Greater West Team Is Conducting A Market Survey Seeking A Qualified Construction Contractor To Provide Construction Services For The Removal Of The Two (2) Existing 750 Ton Chillers And The Installation Of Two (2) 750 Ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers For The Department Of Veteran Affairs, Austin Auto Center, Located At 1615 Woodward Street, Austin, Texas 78741.
this Is A Secure Facility And Will Require Badging To Access The Site. The Building Operating Hours Are Typically 5:30 Am To 5:30 Pm. For This Project, The Anticipated Working Hours To Be 30% Normal Operating Hours And 70% Other Than Normal Working Hours.
gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025.
project Information
this Construction Project Involves The Replacement Of Two (2) Existing 750-ton Water-cooled Chillers And Their Associated Pumps, With An Option To Install Each Chiller And Associated Pumps Individually. The Scope Includes The Removal Of Refrigerant From The Current Chillers And The Installation Of Two New 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers, Which Will Come With Factory-supplied Evaporator/condenser Marine Water Boxes And 1.5-inch Insulation. One Pump Will Be Designed To Manage The Required Gallons Per Minute (gpm) On The Condenser Side, While The Other Will Handle The Gpm On The Evaporator Side. The Contractor Is Responsible For Sizing And Selecting Replacement Condenser Water And Chilled Water Pumps That Match The Flow Requirements Of The New Chillers, Utilizing Existing Piping As Much As Possible. Additionally, All Necessary Connections For Water Thermowells Must Be Provided, Including New Thermometers (four (4) Per Chiller) And Liquid-filled Pressure Gauges (four Per Chiller), Along With All Related Hardware. Chiller Access Control Panel Systems Are To Be Non-proprietary On An Open Architecture Platform.
the Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. Estimated Contract Duration Is Approximately 9 Months Or Earlier From The Notice To Proceed.
the Contractor Will Be Responsible To Provide All Labor, Materials, Transportation, Supervision, And Management To Perform Design And Construction, As It Relates To The Following:
division 1 – General Requirements
outlines The Administrative And Procedural Aspects Of A Construction Project, Including Details Like Quality Control Measures, Project Submittals, Contract Administration Procedures, Safety Requirements, And Overall Project Management Guidelines, Setting The Foundation For How The Project Will Be Run And Managed From Start To Finish.
division 2 – Existing Conditions
details The Current State Of A Site Or Building Before Any Renovation Or Construction Work Begins, Outlining Important Aspects Like Structural Integrity, Layout, Finishes, Utilities, Potential Issues, And Any Other Relevant Details To Inform The Project Planning And Design Process.
remove Refrigerant From The Two (2) Existing R123 Trane 750-ton Water Cooled Chillers.
division 3 – Concrete
all Aspects Of Concrete Placement, Including The Materials, Reinforcement, Forming, Handling, Finishing, And Inspection Of Both Cast-in-place And Precast Concrete Elements Used In A Building Project, Essentially Covering Everything From Foundation Walls To Slabs, Beams, And Columns Made Of Concrete.
contractor Will Strip/repaint The Chiller Housekeeping Pad With Epoxy Paint. Approved Paint/epoxy Submittals Are Required. Increase Size Of The Concrete Pads To Accommodate The New Chiller(s) Footprint If The New Chiller(s) Size Is Larger Than The Existing Chiller’s Dimensions If Necessary. Pad Shall Extend 6” Beyond The Chiller Footprint.
division 23 – Heating, Ventilation, And Air Conditioning
the Design, Installation, And Testing Of All Heating, Cooling, And Ventilation Systems Within A Building, Including Equipment Like Furnaces, Air Handlers, Ductwork, Cooling Towers, Piping, Controls, And Associated Components, Ensuring Proper Temperature And Air Quality Throughout The Space, While Adhering To Relevant Building Codes And Energy Efficiency Standards.
chillers: Provide And Install Two (2) Each (with The 2nd Chiller Being An Option) 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser Marine Water Box And Insulation Option 1.5 Inch.chiller Control Panels Are To Be Open Source Non-proprietary Systems With Password Protected Overview Settings
water Pumps: Contractor Shall Provide And Install 2 Pumps Per Chiller. One Pump Will Be Sized To Handle The Design Gpm Of The New Chiller Installed On The Condenser Side And The Other Pump Sized To Handle The Design Gpm On The Evaporator Side. Contractor Shall Size And Select Replacement Condenser Water And Chilled Water Pumps. New Pumps Must Be Selected To Provide Water Flow Matched To The New Chillers Utilizing Existing Piping To The Maximum Extent Possible. Contractor Must Submit Pump Curves Validating Pump Selections As Part Of The Shop Drawing Level Design Submittal.
thermometers / Gauges/ Meters: Chillers-provide And Install All Necessary Water Thermowell Connections And Include New Thermometers And Liquid Filled Pressure Gauges (four (4) Thermometers Per Chiller / Four (4) Each Liquid Filled Gauges Per Chiller) Including All Associated Hardware (shut Off Ball Valve) To Provide Shut Off And Removal During Gauge Removal.
division 25 – Integrated Automation
covers The Design, Installation, And Integration Of All Building Systems' Control And Monitoring Components.
contractor Shall Abide And Adhere To All Gsa Bas Requirements.
division 27 – Communications
the Design, Installation, And Termination Of All Telecommunication Systems Within A Building, Including Voice, Data, Video, Security, And Other Low-voltage Systems.
equipment Under This Section That Will Connect To A Gsa Network Is Subject To: Cio 09-48, It Security Procedural Guide: Security And Privacy It Acquisition Requirements And Cio 12-2018, It Policy Requirements Guide.
potential Naics Is 333415 With An Sba Size Standard Of 1,250 Employees. The Psc/fsc Is Z2aa (repair And Alteration Of Office Buildings).
procurement Information
this Announcement Is Open To All Business Concerns, However If You Are A Small Business, Please Clearly State This And Any Applicable Small Business Designation (small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business, Etc.).
the Government Is Not Obligated To And Will Not Pay For Any Information Received From The Potential Sources Because Of This Market Survey.
gsa Anticipates Issuing A Solicitation, Based On The Outcome Of This Market Survey, On Or About February 2025, And Awarding A Subsequent Contract On Or About April 2025. Award Of Any Resulting Procurement Will Be Based On Employing A “best Value Concept” Methodology. The Anticipated Contract Will Be Awarded On A Firm-fixed Price Basis.
gsa Anticipates The Solicitation Will Require Proposals To Include Epds To Support The Proposed Materials.
submission Instructions For Interested Firms
construction Firms Interested In This Effort Must Be Able To Demonstrate Experience With At Least Two (2) Similar Projects. Similar Project Is Defined As A Project That Is Similar In Size, Type And Complexity. To Qualify As A Similar Project, The Project Must Meet All Three Elements Of Size, Complexity, And Type As Further Defined Here.
to Be Considered Similar In Size, Each Project Must Have Exceeded $1,000,000 In Cost/price And Be Completed In The Last Eight Years. To Be Considered Similar In Complexity, Projects Must Include Replacement Of 2 Or More Chillers Between 150 Ton – 1,000 Ton Capacity For An Occupied Space. The Project Cost Should Include Any Removal Of Old Chillers, Demolition, And Rebuild To Gain Access To The Mechanical Space Where The Chillers Were Installed.
interested Firms Are Invited To Respond To This Notice By Providing The Following Information:
provide Firm Name, Address, Point Of Contact, Phone Number, Email Address, And Unique Entity Identification (uei) Number. Identify All Business Categories And Naics Codes Applicable To Your Firm, I.e., Small Business, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Hubzone Small Business, Small Disadvantaged Business, Women-owned Small Business And/or Large Business.
provide Project Experience Of Two (2) Projects Of Similar Size, Complexity, And Type. Include Project Dates, Price, And Role As Either Prime Contractor Or Subcontractor. Include Points Of Contact And All Information Necessary To Contact The Owner Of The Project Who Can Substantiate Similar Project Characteristics.
provide The Name Of The Surety, Maximum Bonding Capacity Per Project And Aggregate Maximum Bonding Capacity.
provide A Realistic Period Of Performance Using The Information Provided At The End Of This Notice. As Well As The Typical Lead Time For The Chiller You May Provide Under The Resultant Solicitation.
provide Confirmation That The Chillers And Subsequent Equipment Are Either Buy American Act (baa) Compliant Or Trade Agreement Act (taa) Compliant Where Baa Compliant Is Not Possible.
construction Firms: Any Interested Construction Firm Should Provide A Written Letter Of Interest With The Aforementioned Information (no More Than 3 Pages) By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “letter Of Interest For Va Chiller #1 And #2 Replacement Project - 2nd Notice”.
suppliers And Manufacturers: In Addition To The Construction Opportunity Reflected Herein, Gsa Is Seeking Suppliers And Manufacturers That Are Interested In Supplying Two (2) Each 750-ton Nominal Capacity Magnetic Bearing Frictionless Water-cooled Chillers With Factory Supplied Evaporator/condenser, (optional Marine Water Box And Optional Double Think Insulation (1.5 Inch)). It Is Expected That Any Product Offered Is Buy American Act (baa) Compliant, If A Baa Compliant Product Is Not Available, Then Please Make Sure Any Offered Product Is Taa Compliant. If You Are A Supplier Or Manufacturer, You May Submit An Expression Of Interest By 9:00 Am Cst, January 21, 2025, To Billeto Mcgee Via Email, Billeto.mcgee@gsa.gov. The Subject Line Should State “expression In Manufacturing Va Chillers #1 And #2 - 2nd Notice.”
expressions Of Interest Should Indicate Materials Available And Global Warming Potential Values Reflected In Materials’ Environmental Product Declarations. Submission Of An Expression Of Interest Grants Gsa Your Permission To Publish Your Firm’s Contact Information And Offerings For Use By Potential Offerors On The Construction Requirement. Supplier And Manufacturer Contact Information Will Be Published In An Informational Amendment Issued By Gsa.
by Participating In The Competition, Offerors Consent To Gsa Sharing Their Suppliers’ Names And The Global Warming Potential Values Associated With Suppliers’ Materials With The Successful Offeror. Technical Solutions, Supplier Pricing, And Supplier-offeror Terms And Conditions Will Not Be Shared, In Accordance With The Procurement Integrity Act.
all Information Submitted Is Subject To Verification. Additional Information May Be Requested To Substantiate Responses. Reimbursement Costs For Information Received Are Not Authorized.
note: Questions Submitted May Or May Not Be Answered. This Is A Market Survey To Identify Interested And Qualified Firms To Determine Lead Times On The Chillers, Typical Period Of Performance For This Type Of Work (see Below), And If Adequate Competition Exists To Set Aside Any Potential Procurements.
period Of Performance (pop): 9 Months (at The Latest), And Includes The Following Estimated Timeframes - (including Security Clearances (45 Days), Submittals / Ordering Of Units (6-7 Months) And Installation (2 Weeks)). If You Can Provide This Solution In A Shorter Timeframe, Please Identify It With One Of The Below (pops).
1-3 Months
4-6 Months
7-8 Months
please Clearly Identify The Lead Time For Each Chiller As Well.
location Of Current Chillers: On The First Floor Of An Office Building With Alleyway Access To The Room Where The Existing Units Are Installed. Cherry Picker Will Be Required To Install Both Units. A Non-louvered Filter Wall (12x9 Foot) Must Be Removed To Access Mechanical Space.
Closing Date21 Jan 2025
Tender AmountRefer Documents
9231-9240 of 9644 archived Tenders