Paint Tenders
Paint Tenders
Municipality Of Bindoy, Negros Oriental Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 617.5 K (USD 10.5 K)
Details: Description Invitation To Bid For Improvement Of Guardhouse At Magsiko Peak, Atotes The Municipality Of Bindoy, Through The Mun. Supplemental Budget Cy 2024 20% Df Intends To Apply The Sum Of Six Hundred Seventen Thousand Five Hundred Thirty-two & 50/100 Pesos (p 617,532.50) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Guardhouse At Magsiko Peak, Atotes, Bindoy, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Municipality Of Bindoy Through Its Bids And Awards Committee (bac), Now Invites Bids From Eligible Bidders To Enter Into Contract Based On Award For The Purchase Of Construction Materials On Dec. 26, 2024 - Jan. 20, 2025. Stock No. Items/description Qty Unit 1 Portland Cement Portland Cement Sand Gravel Fine Gravel G.i. Tie Wire #16 16mm Dia. X 6.0m Rebars 12mm Dia. X 6.0m Rebars 10mm Dia. X 6.0m Rebars ¼” Marine Plywood 2”x2”x12’ Coco Lumber (300 Pcs) 2”x3”x12’ Coco Lumber (240 Pcs) 2”x4”x12’ Coco Lumber (240 Pcs) 4” Cw Nails 3” Cw Nails 2-1/2” Cw Nails 1-1/2” Cw Nails Zinc Chromate & Phosphate Epoxy Primer Lacquer Thinner Paint Brush, 1” 145 Bags 2 Sand 13 Cu.m. 3 4” G.i. Pipe X 6.0 Mtr Schedule 20 3 Pcs 4 Hi-rib 0.50mm X 1.090m X 6.30m 6 Pcs 5 Tile Roof 0.50mm X 1.090m X 3.15m 56.70 I.m 6 Tile Roof 0.50mm X 1.090m X 2.15m 6.45 I.m 7 End Flashing 0.50mm X 2.4m 11 I.m 8 6” X 6.0m C-purlins 9 Lgths 9 1.2mm X 3” X 4” X 8ft Rectangular Tube 27 Lgths 10 1.2mm X 2.5” X 2.5” X 8ft Square Tube 27 Lgths 11 Welding Rod 15 Kgs 12 Wire Screen 1 Rolls 13 16mm Dia. X 6.0m Rebars 5 Lgths 14 15 12mm Dia. X 6.0m Rebars 30 Lgths 15 10mm Dia. X 6.0m Rebars 10 Lgths 16 G.i Tie Wire #16 3 Kgs 17 Expansion Bolt 5/8 40 Pcs 18 Tekscrew 2.5” 250 Pcs 19 (0.90m X 2.10m X 1/2 Inch Thk) Single Panel Swing Door With Aluminum Tube Jam And Accessories 2 Units 20 (0.90m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Aluminum Tube Jam And Accesories 2 Units 21 (0.60m X 2.1m X 1/2 Inch Thk) Fixed Wall Glass With Rectangular Aluminum Tube Jam And Accessories 6 Unit 22 (0.60m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Rectangular Aluminum Tube Jam And Accessories 6 Unit 23 (1.0m X 2.1m X 1/2 Inch Thk) Fixed Wall Glass With Rectangular Aluminum Tube Jam And Accessories 3 Unit 24 (1.0m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Rectangular Aluminum Tube Jam And Accessories 3 Unit 25 (1.5m X 2.1m X 1/2 Inch Thk) Partition Sliding Glass With Aluminum Tube Jam And Accessories 4 Unit 26 (1.50m X 1.0m X 1/2 Inch Thk) Fixed Glass Header With Rectangular Aluminum Tube Jam And Accessories 4 Unit 27 Fiber Cement Board (hardiflex) 19 Shts 28 Angular Wall (2.4m/length) 20 Lgths 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”. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Dec. 26, 2024 - Jan. 20, 2025 From The Bac Secretariat Upon Payment Of The Applicable Fee For The Bidding Documents, Of One Thousand Pesos Only (p 1,000.00). Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before Dec. 26, 2024 - Jan. 20, 2025 At 1:30pm. 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 20, 2025 At 2:00pm At The Office Of The Municipal Planning And Development Officer. 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. The Municipality Of Bindoy 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. For Further Information, Please Refer To: Roberto L. Amaro Bac Chairman Office Of The Municipal Planning And Development Officer Poblacion, Bindoy, Negros Oriental Mobile Contact Nos. 09274958041
Department Of Agriculture Tender
Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 14.4 Million (USD 245.8 K)
Details: Description Invitation To Bid For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Rice Program Intends To Apply The Sum Of Fourteen Million Four Hundred Thousand Pesos (ᵽ 14,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 4 Units Recirculating Dryer Under Rice Program Fy 2025 With Project Identification No.: Itb-2025-12-057. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 4 Units Recirculating Dryer I. Design And Performance Type: Batch Type, Recirculating, Stationary Drying Rate: 0.8% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 3% Maximum B. Head Rice, % Decrease: 5% Maximum C. Hulled/damaged Grain, % Increase: 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum Of 5kw Rated Power Of All Electric Motors Provision Of Built-in Automatic Moisture Meter Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat-resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made Of Non-corrosive And Food Grade Material Eg., Stainless Steel 304 Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made If Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Which Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (palay) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 120 Calendar Days Delivery Place: Laguna, Rizal And Quezon Delivery Of The Goods Is Required Of 120 Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). I. 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. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Ii. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Iii. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos (ᵽ 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025, 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 14. 9. Bid Opening Shall Be On January 7, 2025, 10:40 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 7.2 Million (USD 122.9 K)
Details: Description Invitation To Bid For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 1. The Department Of Agriculture Regional Field Office Iva Through The Corn Program Intends To Apply The Sum Of Seven Million Two Hundred Thousand Pesos (ᵽ 7,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 2 Units Recirculating Dryer (6 Tonner) Under Corn Program Fy 2025 With Project Identification No.: Itb-2025-12-061. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. 2 Units Recirculating Dryer (6 Tonner) I. Design And Performance Type: Batch Type, Recirculating, Stationary Capacity: 4 To 6 Mt Drying Rate: 2% Per Hour, Minimum (batch Type) Drying Efficiency: Minimum, 75% Moisture Gradient: Maximum, 2% Drying Loss/spillage: 1% Maximum Product Quality: A. Cracked Grain, % Increase: 10%, Maximum B. Broken/split Kernels, % Increase: 7%, Maximum C. Hulled/damaged Grain, % Increase, 2% Maximum With Programmable In-line Monitoring System For Moisture Content, Temperature And Can Control Heating System And Shutdown The Drying Operation When The Grain Is Already Dried. Material Of Construction: Parts Of The Dryer With Direct Contact With The Grains Shall Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Power Requirement: Single-phase Electrical Connection, Maximum 5 Kw Rated Power Of All Electric Motors Ii. Heating System Requirement 1. Heating System 1 (petroleum Based Fuel) Petroleum Based Fuel: Direct-fired Heating System Efficiency: 90%, Minimum With The Following Components And Accessories: - Flame Sensor - Electronic Ignition System - Automatic Fuel Shut-off - Adjustable Fuel Vaporizer - Automatic Temperature Control - Elevated Non-corrosive And Heat Resistant Fuel Container At Least 200 Liters Capacity - Compatible Single-phase Electric Motor For The Heating System 2. Heating System 2 (biomass Fuel) Biomass Fuel: Indirect-fired Heating System Efficiency: 50%, Minimum With The Following Components And Accessories: - Heat Exchanger: Stainless (ss 201/ss 304, 1.2mm, Minimum) / Fire Tubes (5mm Seamless, Minimum) - Burning Chamber: Made Of Refractory Bricks - Automatic Fuel Feeder: Auger Type - Temperature Control - Compatible Electric Motor For The Heating System Iii. Other Dryer Components And Accessories 1. Pre-cleaner Input Capacity: 4-6 Ton/hr, Minimum Sieve Mechanism: All Parts That Come In Contact With Grain Must Be Made By Non-corrosive And Food Grade Material Eg. Stainless Steel 304. Capable Of Removing Large Impurities And Unthreshed Paddy With Compatible Electric Motor" 2. Provision Of Ducting To Divert Heat Source From Heating System 1 Or Heating System 2, Made Of Stainless Steel Or Primer Painted And Powder Coated B.i. Or G.i. Sheet. Insulator Material For The Ducting Shall Be Made Of Ceramic Blanket. 3. Dust Collection System Consists Of Cyclone Separator / Collector And Suction Blower. All Ducting Shall Be Fabricated From Sheet Metal And The Connectors Must Be Airtight. 4. Generator Set Rated Power/kva: Minimum 15 Kva Voltage Requirement Compatible To The System Power Supply / Generating System Should Be Brand New And Not Refurbished. At Least Three (3) Years From The Date Of Manufacture To The Date Of Opening Of Bids And With Engrave Serial Number. Provided With Mechanical Transfer Switch (mts) The Electrical Wire, Wire Accessories And Piping To Connect The Power Generating Unit To The Mts And The Dryer Control Panel / System Shall Be Provided By The Bidder With Thermal Insulation And Noise Suppressor. Noise Level: 92db Maximum, If Exceeded, Earmuffs Shall Be Provided For Each Unit. With Protection Or Covering Against Rat Entry (as Per Manufacturer’s Specification) 5. Portable Handheld Moisture Meter Grain: Applicable To Corn Kernel, Paddy/rough Rice And Milled Rice Type: Capacitance Moisture Range: 12-15% Or Wider Accuracy: ±0.5% Or Better Lcd/led Display Battery Operated With Product Brochure Written In English 6. Standard Heavy-duty Tools, Made Of Tempered Steel And Chrome Vanadium Shall Include But Not Limited To The Following: - One Set Socket Wrench (no. 8, 10, 11, 12, 13, 14, 15, 16, 17, 18, 19, 20, 22, 23, 24, 27, 30, 32, Minimum) - One Set Combination Wrench (open And Box, 10pcs - Size Appropriate To The Drying System) - Electrical Plier: 200mm, Minimum - Screw Driver,: Philips And Flat Head, 300mm Minimum - Grease Gun: 250mm Cylinder Length, Minimum - Mechanical Pliers: 200mm, Minimum - Heavy Duty Toolbox And Roll Up Tools Holder (can Accommodate All Tools) 7. Air Compressor For Cleaning, Heavy Duty, At Least 120 Psi, 5m Air Hose 8. One (1) Unit Fire Extinguisher, Dry Chemical, Stored Pressure Type, 6 Kg Minimum 9. Provision Of Disposal Cart For The Ashes 10. With Portable, Heavy-duty Weighing Scale, Minimum 150 Kg Weighing Capacity 11. With Collapsible Cover (trapal), Thickness: S200 12. With Bagging Bin With Minimum Capacity Appropriate To The System 13. Non-stainless Material Of The Dryer Shall Be Painted Finish With Rust-proofing Primer And Final Paint Color. Iv. Other Requirements 1. Certification That The Bidder Will Submit A Duly Signed Electrical Plan Of The Drying System Offered (electrical Layout, Schedule Of Loads, General Notes And Specification, And Legends/symbols) By A Registered Professional Engineer As A Condition For Payment 2. Copy Of Equipment Manufacturer Manual Of Drying Unit, Biomass Furnace, Generator Set And Portable Handheld Moisture Meter Written In English/filipino/vernacular To Be Presented During Post-qualification Evaluation 3. Copy Of The Brochures For The Drying Unit, Generator Set, Weighing Scale, Portable Handheld Moisture Meter And Air Compressor Are To Be Presented During The Post-qualification Evaluation. 4. With Laminated Reflectorized Vinyl Sticker "da-calabarzon" Logo (254 Mm X 254mm) For The Prescribed Part Of The Dryer And Generator Set, Sticker Specifications: 140 Gsm And Thickness Of 175 Microns, Minimum 5. Manufacturer's Nameplate (engraved In A Metal Sheet) With The Serial Number Of The Machine And Serial Number Of The Power Generating Unit 6. With Valid Amtec Test Result That Conforms To The Pns-paes 201:2015-agricultural Machinery-heated-air Mechanical Dryer-specifications. Separate Amtec Test Report For Both Heating Systems Should Be Provided. 7. Conduct Of Acceptance Testing Of All Units After Complete Installation Is Required Prior To Acceptance And 100% Payment Of The Winning Bidder. 8. Certification From The Bidder That They Shall Provide All Fuel, Raw Materials (corn Kernels) And Technician/operator Needed During Acceptance Testing. 9. Certification From The Bidder That The Offered Unit Is Brand New, Latest Model And Not Rebranded 10. Conformity As To The Technical Specifications Of The Procuring Entity Signed And Sealed By An Agricultural And Biosystems Engineer As Prescribed By The Section 27.1 Of The Ra 10915 11. With National Agricultural And Fisheries Machinery Assemblers, Manufacturers, Importers, Distributors And Dealers Accreditation And Classification (namdac) Certificate Of Accreditation 12. With Permit To Operate And Certificate Of Conformity Issued By Da-bafe As Per Memorandum Circular No. 30 Series Of 2020 13. Provision Of After Sales Services: •with One Year Warranty For Major Parts And Service From The Date Of Acceptance Of The Beneficiary •valid Certificate Of Dealership / Distributorship / Authority To Sell And Commitment To Supply Directly Issued By The Dryer Manufacturer Or Distributor To The Bidder •certification From The Supplier That They Will Repair Or Replace The Defective Parts Or Components And Provide After-sales Service Within 72 Hours (3 Days) Upon Receipt Of Complaints (pns/bafs/paes 192:2024) •certification That The Bidder Will Provide Training On The Proper Handling, Operation And Maintenance Of The Dryer And Generator Set For At Least Two (2) Operators Per Beneficiary. 14. Notarized Certificate Of Stock Availability Or Stock Allocation From The National Distributor Or Manufacturer Specifying The Name Of The Project 15. Certification Of Guaranteed Spare Parts Availability For At Least Five (5) Years 16. With Certification Of Very Satisfactory Performance Of The Supplier From At Least Three (3) Clients, With Full Address And Telephone Numbers, Within The Last Two (2) Years. V. Terms Of Payment 85 % Upon Complete Installation And 15% Upon Testing/commissioning And Acceptance Of Recipient Vi. Contract Duration And Delivery Place: Days To Complete Supply, Delivery, Installation And Testing: 60 Calendar Days Delivery Place: Batangas And Quezon Delivery Of The Goods Is Required Within Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before January 7, 2025 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 14. 9. Bid Opening Shall Be On January 7, 2025 01:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: The Pre-solicitation For This Project Has Been Posted Under A New Solicitation Number. 36c24725r0071. Refer To This Solicitationn Number For Any Further Announcements Regarding This Project 619-20-103. this Iinformation Is Being Provided For Cross Reference Purposes Only. This Action Is Considered Closed Out. sources Sought Notice Sources Sought Notice Page 8 Of 8 Sources Sought Notice *= Required Field Sources Sought Notice Page 1 Of 8 Sources Sought: The Central Alabama Veterans Health Care System (cavhcs) Located At 215 Perry Hill Road, Montgomery, Al 36109 Has A Requirement For A Firm Fixed Price Contract That Includes General Construction, Demolition, Modification, And Renovation Of The Existing Central Boiler Plant- (building 14). Project Description: See The Attached Statement Of Work For What This Project Includes, But It Not Limited To This Description Of The Project. This Is Not A Request For Proposal (rfp): The Purpose Of This Notice Is To Determine If There Are Qualified Sdvosb, Vosb And Small Businesses That Have The Experience For This Highly Specialized Type Of Work And If Such Firms Are Interested In This Procurement. The Sources Sought Notice Is For A Design-bid-build Project. The Naics Code Is 236220 And The Small Business Size Standard Is $45 Million. The Psc Is Z1dz. The Magnitude Of Construction Is Between $10,000,000 And $20,000,000. Interested Firms Should Indicate Their Interest No Later Than 4:00 Pm Est On 01/31/2024 Via Email To Contract Officer Margaret.yeaton@va.gov (visn 7 Network Contracting Office) The Following Information Is Required In Response To This Notice. Please Number Your Responses (1) Through (5). Your Specific Response To The Following Items Is Requested. There Is No Page Limit, However Pages Should Be Sufficient To Describe Your Firm. A Positive Statement Of Your Intention To Submit A Proposal In Response To A Solicitation For This Project And Include Your Firm S Full Name, Address, Point(s) Of Contact, Telephone Numbers And Email Addresses, Url, And Uei. Your Firm S Bonding Capability (construction Bonding Level Per Single Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars Along With Your Current Available Bonding Capacity). Evidence Of Your Experience In Replacing And Installing Comparable Boiler Projects That Are Highly Specialized And Completed Within The Past Five (5) Years. Your Projects Must Be Similar In Size And Scope With A Construction Magnitude Between $10,000,000 To 50,000,000. Provide Contract Descriptions, Location, Contract Dollar Value And The Name Of The Company, Agency Or Government Entity For Which The Work Was Performed. State Your Firm S Role In The Successful Project (prime, Subcontractor, Jv Member Etc.) Include The Name, Title, Email And Phone Number Of Your Customer Point Of Contact (i.e., Cor, Contracting Officer, Program/project Manager). If Applicable, Your Firm Should Provide Proof Of A Valid Joint Venture Or Mentor-protege Agreement, By Supplying The Duns Number/uei And Names Of Respective Jv Or Mp Principals. (see Vaar 819.7003(c) For Joint Venture Agreements And Vaar 819.71 For Mentor-protege Agreements At Https://www.va.gov/oal/library/vaar/vaar819.asp Other Information That Is Useful To Show The Knowledge And Depth Of Experience Of Your Firm In Comparable Projects, Such As For Example, Your Experience With Environmental Compliance, Permitting Processes, Certifications, Any Awards, And Recognition, Your Ability To Implement Logical And Physical Security Measures And Safeguards, Accident-free Record, Etc. All Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Interested Sdvosb, Vosb Or Sb Concerns. Failure To Submit All Information Requested Will Result In A Contractor Not Being Considered As An Interested Sdvosb, Vosb Or Sb Concern. If Adequate Interest Is Not Received This Action Will Not Be A Set-aside. Interested Firms Should Reply Via E-mail To Margaret.yeaton@va.gov . Firms Must Be Registered In The System For Award Management (sam). Visit Sam.gov To Register In Sam. Sdvosb Or Vosb Firms Must Be Verified In Vet Cert. Https://veterans.certify.sba.gov/ The Contracting Office Welcomes The Interest Of New Entrants To Construction Projects For Visn 7 And Especially Looks Forward To Responses Of Well-qualified Small Businesses And In Particular To The Responses Of Certified Sd/vosb Contractors. A Project Description Is Set Out Below That Will Guide You In Furnishing The Information Requested In (1) Through (5) Above. Disclaimer This Source Sought Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Notice. Project Information: The Proposed Statement Of Work For This Project Is Within This Document. A. Project Description: Title Of Project: 619-20-103 - Correct Fca Deficiencies In Boiler Plant, Building 14. Project Overview: This Project Will Replace The Boiler System And Completely Renovate Building14. It Will Correct Several Fca Deficiencies Identified In The 2012, 2016, And 2021 Facility Conditions Assessment (fca). Scope Of Work: The Contractor Shall Provide All Labor, Supervision, Transportation, Materials, Cranes, And All Other Incidentals To Facilitate A Successful Construction Project. A. This Project Replaces The Boilers And Connected Piping And Equipment As Identified In The 2016 Visn 7 Facilities Condition Assessments (fca) For Central Alabama Veterans Health Care Systems-east (cavhcs-west). This Will Include The Design Of Replacement Of Boiler Plant, Which Include The Alternate Fueling System, Emergency Electrical System, Pumping System, Electrical Control System, Structural System, Replacing Windows And Refinishing Interior Painted Surfaces, And Temporary Boilers. B. This Project Shall Repair Or Replace Exterior Concrete And Brick Wall Repair, Metal Casework Replacement In Boiler Room, Roof Replacement, Deaeration Tank Replacement, Oil Water Separator Installation. Replace All Domestic Water Lines Inside Building, Restricted Access Design, Replace Sump Pump In Basement To Provide Duplex Unit, Increased Steam Tunnel Remediation Of Piping Supports And Associated Abatement, Testing, And Design. The Length Of Tunnel Remediation Included Is 240 Ft, Increased Steam Tunnel Lighting Replacement. A N+ 1 Temporary Boiler Configuration With Platforms For Boiler Personnel Use Along With A Boiler Personnel Operation Trailer. C. This Project Shall Installation, And Commissioning Of Fire Protection Sprinkler System For The Entire Building, The Electrical System, And The Boilers. These Modifications Will Not Change To The Exterior Of The Building. D. The Construction Work Does Not Require Coordination With Shpo. Applicable Codes And Standards: International Plumbing Code 2018 Edition Va Boiler Design Guides 2017 Edition International Mechanical Code 2015 Edition Ashrae Fundamentals Handbook 2015 Edition Nfpa 99 2021 Edition Va Plumbing Design Manual 2018 Edition Va Hvac Design Manual 2017 Edition Va Plumbing Design Manual 2018 Edition Existing Conditions: The Boiler Plant Is In Desperate Need Of Renovation To Include The Replacement All Major Components. The Two 400 Hp And One 150 Hp Boilers Are Beyond Their Useful Life And Require Replacement. The Building Infrastructure Needs Renovation To Comply With Present Occupancy, Workplace Use, And Safety Codes. Building 14 The Last Major Boiler Replacement Was Approximately 45 Years Ago. All Major Systems And Component Require Replacement. The Building Infrastructure Both Internally And Externally Is Crumbling And Require Significant Repair. The Physical Improvements Will Include A New Roof, Blast Resistant Storefront Windows, Energy Efficient Lights, Fresh Paint, New Flooring, Two Unisex Restrooms With Lockers And Dressing Spaces. Location Of Work: Central Alabama Veteran Health Care System, 215 Perry Hill Road Montgomery, Al 3610983 Period Of Performance: The Required Period Of Performance Will Be 915 Calendar Days From The Date Of Contract Award Or Notice To Proceed. Work Hours: The Contractor Shall Be Available During Normal Business Hours Of 8:00 Am 4:30 Pm, Monday Friday Excluding Federal Holidays. Contract Will Require Contractor To Work After Hours And On Weekends And Shall Be Coordinated With The Cor At Least 14 Business Days In Advance. Type Of Contract: This Shall Be A Firm Fixed Price Contract. General Requirements The Contractor Shall Provide The Cor With A List Of Contractor Employees Expected To Enter Facilities. While On Va Premises, All Contractor Personnel Shall Comply With The Rules, Regulations, And Procedures Governing The Conduct Of Personnel And The Operation Of The Facility. An Access Badge Will Be Given To The Contractor S Employee Upon Entrance Into Va Buildings. The Contractor Employee Must Safeguard The Access Badge And Immediately Report Any Lost, Stolen, Or Destroyed Badges To The Cor. All Contract Personnel Must Properly Display Their Access Badges. Access Badges Must Be Worn At Or Above The Waist (facing Forward.). The Contractor S Employees Must Return The Access Badge(s) To The Cor Or Designee When The Work Is Complete. It Is The Responsibility Of The Contractor S Personnel To Park In The Appropriate Designated Parking Areas. Parking Information Shall Be Coordinated With Each Facility Cor. Cavhcs Does Not Validate Or Make Reimbursement For Parking Violations Of The Contractor S Personnel Under Any Circumstance. Government Responsibilities The Government Shall Be Responsible For Making The Building Available To Contractor During Normal Business Hours 8:00 Am - 4:30 Pm. If There Is A Need For Work To Be Done After Hours, The Government Will Plan For Contractor To Have Access To The Building. Contractor Personnel Security Requirements The Contractor Shall Be Required To Comply With All Security Policies/requirements. All Security Policies/requirements Must Be Met, And Employees Cleared Prior To The Contractor Performing Work Under This Contract. Employees That Cannot Meet The Security And Clearance Requirements Shall Not Be Allowed To Perform Work Under This Contract. Temporary Badges For All Workers Will Be Required To Access The Facilities. Coordinate With The Cor For Receipt Of The Temporary Badge. Interference To Normal Function Contractor May Be Required To Interrupt Their Work At Any Time So As Not To Interfere With The Normal Functioning Of The Facility, Including Utility Services, Fire Protection Systems, And Passage Of Facility Patients, Personnel, Equipment, And Carts. In The Event Of An Emergency, Contractor Services May Be Stopped And Rescheduled At No Additional Cost To The Government. Contractor Personnel Shall Inform The Cor Or The Designee Of The Need To Gain Access To Secured Areas. If Access Is Required To Secure Areas, Prearranged Scheduling Will Be Made With Cor Or Designee.
Municipality Of Kauswagan, Lanao Del Norte Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 984 K (USD 16.8 K)
Details: Description Item No. Unit Item Description Quantity 1 Pcs Albatros 29 2 Gal Alcohol 68%-72% 1 Gallon 5 3 Bottle Alcohol 68%-72% 500ml 3 4 Pcs Air Freshener Spray 13 5 Bottle Bleach 1l 33 6 Pcs Arch File 3 Inch Long 7 7 Pcs Ballpen (black) 691 8 Pcs Ballpen (blue) 167 9 Pcs Ballpen (red) 38 10 Pcs Ballpen (green) 3 11 Pack Battery Aa 4pcs/pack 34 12 Pack Battery Aaa 4pcs/pack 20 13 Pcs Big Stapler (heavy Duty) 6 14 Box Spring Clip 2inch 6 15 Pcs Binder Spring 2 Inches 15 16 Pcs Binder Spring 1.5 Inches 9 17 Pcs Binder Spring 1 Inch 9 18 Ream Binder Clips 19mm Box 11 19 Pcs Binder Clips 25mm Box 10 20 Pcs Binder Clips 32mm Box 10 21 Pcs Binder Clips 42mm Box 17 22 Box Bond Paper (a4) 214 23 Box Bond Paper (long) 205 24 Box Bond Paper (short) 133 25 Box Bond Paper (legal) 8.5x14 19 26 Ream Bond Paper (a3) 6 27 Ream Box Filer 20 28 Ream Broom 23 29 Pcs Broomstick 15 30 Pcs Broom And Dust Pan Set 4 31 Bottle Brother Black Btd60 8 32 Bottle Brother Cyan Bt5000 7 33 Bottle Brother Magenta Bt5000 10 34 Bottle Brother Yellow Bt5000 7 35 Bottle Brother T700w (black) 2 36 Bottle Brother T700w (yellow) 1 37 Bottle Brother T700w (cyan) 1 38 Bottle Brother T700w (magenta) 1 39 Bottle Brother D60 (black) 5 40 Bottle Brother 5000 (yellow) 2 41 Bottle Brother 5000 (magenta) 2 42 Bottle Brother 5000 (cyan) 2 43 Pack Carbon Paper (permafilm) 10’s 3 44 Set Cartolina (assorted) 10pcs/set 2 45 Pcs Calculator 14 46 Pcs Cleaner, Toilet And Urinal 12 47 Pcs Combo Strip 1 Inch 40 48 Pcs Combo Strips 1.5 Inches 25 49 Pcs Combo Strips 2 Inches 13 50 Set Plastic Rings Comb (8mm) 100’s 41 51 Set Plastic Rings Comb (10mm) 100’s 41 52 Set Plastic Rings Comb (12mm) 100’s 41 53 Set Plastic Rings Comb (14mm) 100’s 41 54 Set Plastic Rings Comb (16mm) 100’s 1 55 Pcs Computer Mouse Wireless 8 56 Pcs Computer Mouse With Wire 2 57 Pcs Computer Keyboard (usb) 5 58 Box Continuous Paper 11x14 Box 2 Ply 2 59 Box Continuous Paper 9 ¾ X 11 ¾ 4 60 Pcs Correction Pen 22 61 Pcs Correction Tape 97 62 Pcs Correction Fluid (brush Type) 63 Pcs Cutter Heavy Duty 3 64 Pcs Desk Organizer 10 65 Pcs Document Tray 2 Tiers 8 66 Pcs Document Tray 3 Tiers 8 67 Pcs Documents Storage Box (large) 10 68 Pcs Duct Tape 15 69 Pcs Dust Pan 15 70 Pack Electrical Tape (big) 24 71 Pcs Engineering Field Book 10 72 Bottle Epson Black T001 15 73 Bottle Epson Cyan T001 12 74 Bottle Epson Magenta T001 12 75 Bottle Epson Yellow T001 12 76 Bottle Epson Black T003 89 77 Bottle Epson Cyan T003 51 78 Bottle Epson Magenta T003 53 79 Bottle Epson Yellow T003 65 80 Bottle Epson Black 664 16 81 Bottle Epson Cyan 664 8 82 Bottle Epson Yellow 664 10 83 Bottle Epson Magenta 664 10 84 Bottle Epson Black 008 2 85 Bottle Epson Cyan 008 2 86 Bottle Epson Yellow 008 2 87 Pcs Envelope Brown Long 113 88 Pcs Envelope Brown Short 146 89 Pcs Envelope Orange 15 90 Pcs Envelope Transparent 15 91 Pcs Envelope White Mailing (long) 984 92 Pcs Expanded Envelope Long 167 93 Pcs Envelope With Handle And Lock Long Plastic 6 94 Pcs External Drive (ssd) 1tb 8 95 Boxes Face Mask 3 96 Pcs Feather Duster 7 97 Pcs Flourescent Tube Light Bulb 3 98 Pcs Brown Folder (long) 307 99 Pcs Brown Folder ( Short) 164 100 Pcs White Folder (long) 455 101 Pcs White Folder (short) 202 102 Pcs Expanded (long) 30 103 Dozen Fabric Conditioner (sachet) 70 104 Pcs Garbage Bin/trash Can 11 105 Packs Garbage Bag (m) 27 106 Packs Garbage Bag (xl) 38 107 Pcs Glue All Purpose 32 108 Pcs Highlighter Pen Blue 9 109 Pcs Highlighter Pen Orange 12 110 Pcs Highlighter Pen Pink 16 111 Pcs Highlighter Pen Violet 5 112 Pcs Highlighter Pen Yellow-green 47 113 Bottle Hp Ink Cartridge 690 (tricolor) 1 114 Bottle Hp Ink Cartridge 680 (black) 1 115 Ream Index Card (5x8) 25 116 Pcs Insecticide 2 117 Rolls Laminating Film 1 118 Pack Laminating Sheets (a4 Size) 3 119 Pcs Led Bulb 10 Watts 39 120 Pcs Led Bulb 15 Watts 17 121 Pcs Long Plastic Envelope With Handle And Lock 15 122 Gal Disinfectant 4 123 Bottle Disinfectant Spray 510g 9 124 Pcs Manila Paper 76 125 Pcs Micro Sd Card 128gb 3 126 Pcs Notebook (regular) 45 127 Ream Paper Payroll A3 2 128 Box Paper Clips (big) 30 129 Box Paper Clips (small) 59 130 Box Plastic Paper Fastener (long) 10 131 Box Plastic Paper Fastener (short) 22 132 Pcs Paper Cutter (b3) 1 133 Pcs Plastic Ring Comb 3 134 Ream Pvc Cover A4 5 135 Ream Pvc Cover Long 3 136 Ream Pvc Cover Short 1 137 Pcs Pen Holder 7 138 Pcs Pencil Lead With Eraser 125 139 Pcs Permanent Marker Fine (black) 61 140 Pcs Permanent Marker Fine (blue) 20 141 Pcs Permanent Marker Fine (red) 4 142 Pcs Permanent Marker Broad (black) 38 143 Pcs Whiteboard Marker (black) 42 144 Pcs Whiteboard Marker (blue) 7 145 Pcs Permanent Marker Refill Ink 2 146 Pcs Whiteboard Marker Refill Ink 2 147 Packs Photo Paper Long 12 148 Packs Photo Paper A4 7 149 Packs Plastic Key Tags 20 150 Pcs Puncher 14 151 Box Push Pin 19 152 Pcs Rain Coat 27 153 Pcs Rain Boots 1 154 Pcs Record Book 200 Leaves 35 155 Pcs Record Book 300 Leaves 11 156 Pcs Record Book 500 Leaves Medium 33 157 Pcs Record Book 500 Leaves Wide 25 158 Box Rubber Bond (big) 5 159 Pcs Rugs 32 160 Set Ruler (transparent) 12pcs/set 11 161 Pack Scissors 8” 33 162 Pcs Scissors Big 6 163 Pcs Sign Pen (black) 178 164 Pcs Pencil Sharpener 9 165 Pcs Pencil Sharpener Mounted 11 166 Sachet Detergent Powder 48 167 Pcs Detergent Bar 33 168 Pcs Dishwashing Soap 7 169 Pcs Dishwashing Paste 40 170 Pcs Dishwashing Liquid 2 171 Pcs Soap Hand (bar) Big 25 172 Pcs Soap Hand (bar) Regular 4 173 Pcs Soap Hand (bar) Small 12 174 Bottle Hand Washing Liquid 18 175 Packs Special Paper A4 120 Gsm 48 176 Packs Special Paper Long 120 Gsm 48 177 Packs Special Paper A4 200 Gsm 20 178 Packs Special Paper Short 200 Gsm 10 179 Packs Special Paper Long 200 Gsm 33 180 Pcs Stamp Pad No. 2 10 181 Pcs Stamp Pad Ink (violet) 7 182 Pcs Stamp Pad Ink ( Black) 1 183 Pcs Stamp Pad Ink (blue) 5 184 Pcs Staedtler Eraser 2 185 Pcs Stamp (received) 3 186 Pcs Stapler With Remover 20 187 Box Staple Wire #35 38 188 Box Staple Wire #35 Copper 33 189 Box Staple Remover (pinch Claw) 23 190 Pcs Staple Gun Tacker 2 191 Pcs Staple Gun Tucker Wire 3 192 Packs Sticker Paper Long 100s 29 193 Packs Sticker Paper Long 100s 29 194 Packs Sticky Notes 3x3 31 195 Packs Sticky Notes 3x2 26 196 Pcs Sticky Notes 3x4 25 197 Pcs Scotch Tape 1 Inch 65 198 Pcs Scotch Tape 2 Inch 19 199 Pcs Masking Tape 24mm 32 200 Pcs Masking Tape 48mm 47 201 Pcs Double Sided Tape 1” 38 202 Pcs Packaging Tape 48mm 24 203 Rolls Steel (10 Mtrs) 2 204 Box Tissue Paper 66 205 Pcs Facial Tissue 13 206 Pcs Table Name Plates 11 207 Pack Tape Dispenser 7 208 Pcs Transparent Index Tab 2 209 Pcs Tornado Mop (360) 15 210 Pcs Usb Flash Drive (32gb) 5 211 Pcs Usb Flash Drive (16gb) 3 212 Pcs Whiteboard Eraser 3 213 Pcs Wifi Adapter 3 214 Pcs Window Glass Cleaner 10 215 Pcs Glass Cleaner Spray 3 216 Pcs Wireless Keyboard And Mouse 3 217 Pcs Yellow Paper 15 218 Pcs Long Expanded Plastic Envelope 12 219 Pcs Pail (big) 3 220 Pcs Dipper (big) 4 221 Pcs White Board 1 222 Pcs External Drive (ssd) 2tb 1 223 Pcs Ups 2 224 Pcs Computer Mouse Usb W/ Wire 1 225 Pcs Pen Organizer 2 226 Pcs Steel Grinding Disc 4” 4 227 Kl Cwn 3” 5 228 Kl Cwn 4” 5 229 Kl Tie Wire 6 230 Gal Enamel Paint (black) 2 231 Gal Red Lead 2 232 Pcs Paint Brush 2” 5 233 Pcs Cutting Disc 6 234 Set Welding Gloves 1 235 Box Welding Rod 6011 1 236 Set Safety Gloves 15 237 Pcs Mop 8 238 Unit Comb Binding Machine 1 239 Pcs Drum Kit Mb760/mb770 2 240 Pcs Cover Pan With Broom 1 241 Pcs Date Stamp Received 1
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date16 Jan 2025
Tender AmountRefer Documents
Details: This Project Is Being Solicited Under Affars Mp5332.7. Notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. this Is A Pre-solicitation Notice To Pending Solicitation: Fa441725r0004. repair Interior Renovation Of Bldg 90131. The Renovated Space Is To Provide Office And Work Space For The 2nd Special Operations Facility. Work Includes: Sitework: Provide New Concrete Sidewalk On South Side Of Building, And Bollards At The The Exterior Stairs. Structural: New Second-floor Mezzanine And Stairs At The Western Half Of Bldg 90131. Constructed Of Structural Steel Beams/purlins, Structural Steel Columns, And A Composite Floor System Consisting Of Normal Weight Concrete On Metal Deck. The Steel Columns Will Require New Shallow Foundations. Replacement Of The Slab-on-grade At The Foundations Will Consist Of 5-inch-thick Minimum Reinforced Concrete. Architectural: Demolition Includes Complete Demolition Of Existing Toilet Rooms, Central 2-story Office Pylon, Trolley Hoist System Including Beams And Columns And Some Slab Demolition. New Work Includes Work On The First Floor Additional Restrooms, Briefing Room, Break Room, Open Office Area, Private Offices, Fitness Room, Personnel Lockers, And 2 Resting/bunk Rooms. Interior Finish Systems Include Suspended Acoustical Tile Ceilings, Painted Gypsum Board On Metal Studs, New Break Room Casework, And New Toilet Rooms With Showers. Interior Design: Include Interior Finishes Consist Of No-wax, Luxury Vinyl Tile Flooring; Modular Carpet Tile In The Open Office, Admin And Rest Areas; Thermoset Rubber Wall Base; Porcelain Tile Floors And Walls In The Locker And Restrooms; Ceilings Are Open To Structure Or Suspended Acoustical Tiles; Signage Shall Be Modular, Acrylic With Printed Paper Inserts. This Acquisition Will Be Set-aside For Small Business Offerors Only. The North American Industry Classification System (naics) Code For This Project Is 236220 With A Size Standard Of $45m. This Contract Will Be Awarded In Accordance With Far Part 15, Negotiated Procedures. The Government Reserves The Right To Award A Contract To Other Than The Low Proposed Price. Performance Period Is 730 Calendar Days. The Contract Will Be A Single Award, Firm-fixed-price Type Contract. Estimated Magnitude For The Total Project Is Between $5,000,000 And $10,000,000. Bid Bonds Will Be Required With The Proposal. Payment And Performance Bonds Will Be Required Within Ten (10) Days Of Contract Award. The Work Is Required In Support Of The 1st Special Operations Civil Engineer Squadron. The Issuance Date For This Solicitation Is Projected To Be On/about 02 Dec 2024. Prospective Contractors Must Be Registered In The System For Award Management (sam) Database Prior To Award Of A Government Contract. Offerors Are Further Advised That Failure To Register In The Sam Database Will Render Your Firm Ineligible For Award. Registration Requires Applicants To Have A Duns Number. Recommend Registering Immediately In Order To Be Eligible For Timely Award. This Solicitation Will Be Available Only Via The Internet At The Following Address: Https://sam.gov. For Information On How To Register Your Company, To View Or Receive Updates And Notifications To The Solicitation, Please Reference The "about Contract Opportunities" Link On The Sam Web Site Home Page. no Paper Copies Of The Solicitation Will Be Furnished And Electronic Submission Of Proposals Is Anticipated For This Requirement.
MUNICIPALITY OF CAJIDIOCAN, ROMBLON Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 499.9 K (USD 8.5 K)
Details: Description Itb No. 2025-009 Republic Of The Philippines Province Of Romblon Municipality Of Cajidiocan Invitation To Bid For Completion Of Child Development Center/day Care Center- Taguilos, Cajidiocan, Romblon 1. The Municipal Government Of Cajidiocan, Romblon Intends To Apply The Sum Of Four Hundred Ninety-nine Thousand Nine Hundred Fifty-one And 41/100 (php 499,951.41) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Completion Of Child Development Center/day Care Center – Taguilos, Cajidiocan, Romblon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Municipal Government Of Cajidiocan, Romblon Now Invites Bid For The Completion Of Child Development Center/day Care Center – Taguilos, Cajidiocan, Romblon. Completion Of The Works Required Is 48 Calendar Days. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non- Discretionary ‘pass/fail’ Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines, And To Citizens, Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Cajidiocan, Romblon And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8.00 A.m. To 5.00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of Non- Refundable Fee For Bidding Documents Pursuant To The Latest Guidelines Issued By The Gpbb, In The Amount Of Five Hundred Pesos Only (p 500.00) 5. Bids Must Be Delivered To The Address Below On Or Before February 05, 2025 –9:00 A.m. At The Municipal Engineer Office. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount As Stated In Itb Clause. The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Accepted 6. The Municipal Government Of Cajidiocan, Romblon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process And To Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Contact/refer: Municipal Engineer/ Bac Chairman, Engr. Christopher M. Rizo Or Bac Secretariat Arc. Kathleen M. Rabino Lgu- Cajidiocan, Romblon. Signed Engr. Christopher M. Rizo Bac Chairman Date Of Posting: January 16, 2025 Item No. Description Quantity Unit Spl-i General Requirements 1 Lot Spl-ii Ceiling Works 106.238 Lot Spl-iii Doors & Windows 1 Lot Spl-iv Plumbing Works 1.00 Lot Spl-v Electrical Works 1.00 Lot Spl-vi Tile Works 66.26 Sq.m Spl-vii Painting Works 332.69 Lot Spl-vii Occupational Safety & Health Program 1 Lot
MUNICIPALITY OF CAJIDIOCAN, ROMBLON Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 499.9 K (USD 8.5 K)
Details: Description Itb No. 2025-010 Republic Of The Philippines Province Of Romblon Municipality Of Cajidiocan Invitation To Bid For Completion Of Lico Child Development Center/day Care Center- Lico, Cajidiocan, Romblon 1. The Municipal Government Of Cajidiocan, Romblon Intends To Apply The Sum Of Four Hundred Ninety-nine Thousand Nine Hundred Fifty-one And 41/100 (php 499,951.41) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Completion Of Child Development Center/day Care Center – Lico, Cajidiocan, Romblon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Municipal Government Of Cajidiocan, Romblon Now Invites Bid For The Completion Of Lico Child Development Center/day Care Center – Lico, Cajidiocan, Romblon. Completion Of The Works Required Is 48 Calendar Days. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly In Section Ii, Instruction To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedures Using A Non- Discretionary ‘pass/fail’ Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stocks Belonging To Citizens Of The Philippines, And To Citizens, Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Cajidiocan, Romblon And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8.00 A.m. To 5.00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of Non- Refundable Fee For Bidding Documents Pursuant To The Latest Guidelines Issued By The Gpbb, In The Amount Of Five Hundred Pesos Only (p 500.00) 5. Bids Must Be Delivered To The Address Below On Or Before February 05, 2025 –9:00 A.m. At The Municipal Engineer Office. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount As Stated In Itb Clause. The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Accepted 6. The Municipal Government Of Cajidiocan, Romblon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process And To Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Contact/refer: Municipal Engineer/ Bac Chairman, Engr. Christopher M. Rizo Or Bac Secretariat Arc. Kathleen M. Rabino Lgu- Cajidiocan, Romblon. Signed Engr. Christopher M. Rizo Bac Chairman Date Of Posting: January 16, 2025 Item No. Description Quantity Unit Spl-i General Requirements 1 Lot Spl-ii Ceiling Works 106.238 Lot Spl-iii Doors & Windows 1 Lot Spl-iv Plumbing Works 1.00 Lot Spl-v Electrical Works 1.00 Lot Spl-vi Tile Works 66.26 Sq.m Spl-vii Painting Works 332.69 Lot Spl-vii Occupational Safety & Health Program 1 Lot
MUNICIPALITY OF INOPACAN, LEYTE Tender
Civil And Construction...+1Road Construction
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 554.4 K (USD 9.5 K)
Details: Description 1. The [local Government Unit Of Inopacan, Leyte], Through The [20% Development Fund Of The Municipal Engineering Office (meo) With Aip Ref. Code No. 8000-000-3-1-10-002-001-019, Intends To Apply The Sum Of (five Hundred Fifty-four Thousand Four Hundred Forty-one Pesos Only And 58/100 (php 554,441.58) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The [rehabilitation Of Multi-purpose Pavement-brgy. Tinago]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The [local Government Unit Of Inopacan, Leyte] Now Invites Bids For The [rehabilitation Of Multi-purpose Pavement-brgy. Tinago]. Completion Of Works Is Required [27 Calendar Days After Contract Signing]. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As An Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184 Otherwise Known As ‘government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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 [bids And Awards Committee Of Lgu – Inopacan, Leyte] And Inspect The Bidding Documents At The Address Given Below During [office Hours At 8:00 A.m. To 5:00 P.m.]. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On [december 13, 2024 To January 6, 2024] From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of [five Hundred Pesos Only (php 500.00)]. Bids Must Be Delivered To The Address Below On Or Before [january 6, 2024 At 10:00 A.m.]. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In The Itb Clause 18.2. 6. The [local Government Unit Of Inopacan, Leyte] Will Hold A Pre-bid Conference On [_________ At 9:00 A.m] At The [new Municipal Building, Poblacion, Inopacan, Leyte] Which Shall Be Open To All Prospective Bidders. 7. Bid Opening Shall Be On [january 6, 2024 At 10:00 A.m.] At The [conference Room, New Municipal Building, Poblacion, Inopacan, 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. 8. The [local Government Unit Of Inopacan, Leyte] Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Engr. Francis Jonathan B. Phua Bac Chairperson New Municipal Building Poblacion, Inopacan, Leyte – 6522 Contact No. 0997-255-5525 (sgd) Engr. Francis Jonathan B. Phua Bac Chairperson Other Information: Project Description: Rehabilitation Of Multi-purpose Pavement 1. Mobilization – 1 Lot 2. Clearing And Chipping - 402.00 Sq.m 3. Earthworks – 1 Cu.m 4. Concrete Works – 40.50 Cu.m 5. Painting Works – 1 Lot 6. Electrical Works – 1 Lot
Province Of Cavite Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 16.6 Million (USD 287.4 K)
Details: Description I. Project Billboard Pc 1.00 Ii. Temporary Facility Lot 1.00 Iii. Occupational Safety And Health Program Lot 1.00 Iv. Individual Cutting Of Trees Lot 1.00 V. Disposal Of Debris Lot 1.00 Vi. Layout/staking And Safety Enclosure Lot 1.00 Vii. Earthworks A. Excavation Works (manual) Cu.m. 245.15 B. Backfilling Works Cu.m. 181.78 C. Earthfill Cu.m. 277.62 D. Gravel Bedding Cu.m. 21.22 Viii. Concrete Works A. 3500 Psi Ready Mix Pcd @ 28 Days Cu.m. 165.66 B. Reinforcing Bars Kgs. 27,054.88 C. Formworks Sq.m. 969.11 D. Pumpcrete Rental Lot 1.00 Ix. Metal Deck (1.00mm) Sq.m. 253.90 X. Shoring Jack Rental Lot 1.00 Xi. Masonry Works A. 5" Chb Laying Sq.m. 692.81 B. Plastering Works (rough) Sq.m. 2,011.95 Xii. Steel Works A. Roof Truss Kgs. 6,528.98 B. Stair Railings, Handrails, Safety Grilles And Fire Exits Lot 1.00 C. Stainless Steel Pwd Railings Lot 1.00 Xiii. Roofing Works A. Tinsmithry Sq.m. 378.00 B. Steel Works Accessories Lot 1.00 C. Bended/roof Accessories Lot 1.00 Xiv. Doors And Windows Lot 1.00 Xv. Ceiling Works Sq.m. 593.06 Xvi. Waterproofing Works Sq.m. 44.53 Xvii. Tile Works A. 40cm X 40cm Floor Tiles Sq.m. 546.94 B. 30cm X 30cm Comfort Room Tiles Sq.m. 148.31 C. Stairnosing Lot 1.00 Xviii. Painting Works A. Interior Surface Preparation Sq.m. 1,005.98 B. Exterior Surface Preparation Sq.m. 1,005.98 C. Masonry/concrete Surfaces Sq.m. 2,011.95 D. Steel Surfaces Sq.m. 849.20 E. Ficem Board Surfaces Sq.m. 969.11 F. Scaffolding Rental Lot 1.00 Xix. Plumbing And Sanitary Works Lot 1.00 Xx. Septic Vault Lot 1.00 Xxi. Catch Basin Lot 1.00 Xxii. Cistern Tank Lot 1.00 Xxiii. Fire Protection Works Lot 1.00 Xxiv. Pump And Tank Lot 1.00 Xxv. Pump House Lot 1.00 Xxvi. Electrical Works Lot 1.00 B. Relocation Of Entry Gate A. Dismantling Of Gate Lot 1.00 B. Masonry Works 5" Chb Laying Sq.m. 10.50 C. Plastering Works (rough) Sq.m. 30.00 D. Exterior Surface Preparation Sq.m. 30.00 E. Concrete Works (column For Gate) Cu.m. 0.36 F. Reinforcing Bars Kg 60.26 G. Formworks Sq.m. 1.60 H. Installation Of Existing Steel Gate Lot 1.00 I. Demolition (slab And Wall) Plantbox And Portion Of Perimeter Wall Cu.m. 1.40
9251-9260 of 9647 archived Tenders