Ppe Tenders

Ppe Tenders

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Rehabilitation And Extension Of Bacsil North Diversion Dam Ii Irrigation Canal In Brgy. Bacsil North, Laoag City, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Two Million One Hundred Seventy-seven Thousand Two Hundred Thirty-seven Pesos And Twenty-seven Centavos (php2,177,237.27) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Rehabilitation And Extension Of Bacsil North Diversion Dam Ii Irrigation Canal In Brgy. Bacsil North, Laoag City, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-013. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. Bacsil North, Laoag City, Ilocos Norte Project Description: Extension Of Canal Lining Length = 500 Meters Construction Of Box Culvert Length = 20 Meters Demolition Of Irrigation Canal Length = 150 Meters Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s Ii. Temporary Facility 1.00 Lot Iii. Provision Of Safety And Health (ppe And Signages) 1.00 L.s Iv. Clearing And Grubbing 600.00 Sq.m V. Earthworks 140.00 Cu.m Vi. Demolition 48.60 Cu.m Vii. Rsb Works 6,743.56 Kgs Viii. Concrete Works Class “a” W/ Forms 77.40 Cu.m Ix. Concrete Works Class “a” W/o Forms 52.42 Cu.m X. Marker 1.00 Unit Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 4 Skilled Workers • 15 Unskilled Workers • 3 Equipment Operator Minimum Equipment Required: • 1 Backhoe (.28 Cu.m.) • 2 Concrete Mixer, 1 Bagger • 1 Low-bed Truck • Set Of Hand Tools Completion Of The Works Is Within Seventy (70) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 4, 2025 From The Address Given And Websites 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 04 February 2025, 1:00 Pm. 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 04 February 2025, 1:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-013
Closing Date4 Feb 2025
Tender AmountPHP 2.1 Million (USD 37.2 K)

Province Of South Cotabato Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0039 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 1 Desktop Computer , Desktop Computer 55,000.00 Set Core I5 13400 2.5ghz 20mb Smart Cache Or Higher Compatible H610 Motherboard W/ Gigabit Lan Or Higher 16gb Ddr4-3200mhz (2 X 8gb) Memory Or Equivalent 1tb Nv2 M.2 Nvme Pcie4 Ssd, 4gb Gtx 1050ti Video Card 21.5" Fhd 75hz Ips Monitor, 650watts 80+ Bronze Rated Power Supply Heavy Duty Black Atx Casing, 1000va 500watts Ups W/ 8 Outlets, Usb Combo Keyboard With Mouse And Mouse Pad 2.1 Multimedia Speaker System With Subwoofer Total Output Power (rms)-8w X 2 + 12w Pc 1 Year Warranty On Parts And Service, Ups 2 Years Conditions: 1. 36 Months Premium Support And Onsite Service From The Manufacturer. 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And It Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Suppliers/dealers Shall Have An Authorized Service Centers With In Socsargen Area. 1 2 Desktop Computer , Desktop Computer 77,500.00 Sets Core I7 14700f 2.1ghz, 33mb Smart Cache Or Higher With All In One Cpu Tower Air Cooler Or Equivalent B760 Plus Motherboard With Gigabit Lan Or Higher 16gb X 2 Ddr4 3600 Mhz Memory, 1tb 2.5" Sata Ssd, 6gb Rtx 3060 Video Card 750watts 80+ Bronze Semi Modular Power Supply Dual Chamber Atx Tower Case, (6) Pcs 120mm Fans Monitor 23.8" 1080p 75hz Ips, Contrast Ratio 1000 : 1 Combo Usb Keyboard And Mouse Plus Pad 1000va, 500watts Ups W/ 8 As Outlets Conditions: 1. All Equipment Shall Have At Least (1) Year Warranty On Parts And Services/labor From The Date Of Purchase Unless Stated By The Manufacturers. Warranty Covers Any Defects In Material Or Workmanship Under Normal Use During The Warranty Period. 2 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0079 Page 1 Of 2 Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Standard Form Title: Request For Quotation Republic Of The Philippines Provincial Government Of South Cotabato Bids And Awards Committee Capitol Compound, Alunan Avenue, City Of Koronadal Tel. No. (083) 228-9951 1. All Entries Must Be Handwritten (legible)/ Typewritten 2. Delivery Period Within 10 Calendar Days Upon Receipt Of The Notice To Proceed Note: Date: Svp 25 - 0039 February 04, 2025 Quotation No. Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions Below, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 11, 2025 12:00 Noon Provincial Legal Officer Bac Chairman (sgd.) Atty. Marnito B. Cosep 3. Warranty Shall Be For Period Of Three (3) Months For Supplies And Materials, One (1) Year For Equipments, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 120 Days 5. Interested Suppliers Are Required To Submit Their Eligibility Documents Such As Valid And Current Mayor’s Permit/business Permit, Philgeps Registration Number ________, And Income/business Tax Return (for Abcs Above 500k) During The Submission Of Price Quotation. 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered (if Applicable) 7. Omnibus Sworn Statement Must Be Submitted During Submission Of Offer/s Or Before Issuance Of Notice Of Award.(for Abcs Above P50k) Note: Suppliers With Updated Eligibility Documents On File At The Bids And Awards Committee, May No Longer Require Its Re-submission. Quotation Per Item Item No. Item & Description Estimated Unit Of Abc Qty. Unit Of Total Cost Issue Unit Cost 2. Equipment Under Warranty Shall Be Checked And Diagnose Within A Maximum Of 48hrs Upon Received Of The Equipment. In Case The Repair Will Took More Than 48hrs, The Suppliers/dealers Shall Provide A Service Unit With The Same Specification Or Higher. 3. Suppliers/dealers Shall Replace The Equipment Immediately At No Charge With The Same Specification Or Higher And Has Agreed By The End User, In Case The Unit Has A Factory Defect That Cannot Be Repaired. 4. Vendor Shall Have Local Office In Socsargen To Provide Immediate Onsite Support If The Need Arises. X-x-x Nothing Follows X-x-x Note: "please Attach Brochure" Note: Ict Equipment To Be Used By Ppdo Source Of Fund: 1041-ppdo-1-07-05-030-ppe-25-01-10246 Approved Budget: P 210,000.00 Brand And Model Delivery Period Warranty Price Validity After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name / Signature Tel. No. / Cellphone No. Email Address Date Powered By Ppdo - Itu Powered By Ppdo - Itu Prepared By: Bac-shainalyn; Pr.no.25 - 0079 Page 2 Of 2
Closing Date11 Feb 2025
Tender AmountPHP 210 K (USD 3.6 K)

City Government Iligan Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 , Intend To Apply The Sum Of P 5,972,559.62 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City With Project No. Cb(b)-24-143 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Office Building (bahay Pag-asa Youth Home), Brgy. Abuno, Iligan City General Requirements • Permits And Clearances • Facilities For The Engineers • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization Removal Of Obstructions • Clearing / Removal Of Boulders • Uprooting Of Trees Structural Excavation • Excavation Works For Footings, Wall Footings, Zocalo And Tie Beams Gravel Fill • 100mm Thk. Gravel Base For Footings And 50mm Thk. Gravel Base For Wall Footings Concrete Works, Formworks And Scaffolding • Concreting Pouring Using Readymix (3000 Psi) For Footings, Wall-footings, Tie Beams And Columns • Installation Of Formworks And False Works For Columns Beams And Tie Beams • Removal Of Formworks And Falseworks Steel Reinforcements • Installation Of 20mmø Dsb For Columns (c1), Footings (f1), And Tie Beams • Installation Of 16mmø Dsb For Columns (c2) And Footings (f2) • Installation Of 10mmø Dsb For Wall Footings (long Bars And Traverse Bars) Stirrups For Tie Beams And Lateral Ties For Columns Steel Reinforcements • Piling Of 4”thk Chb At 3.70m Height W/ 10mmø Dsb For Vertical And Horizontal Bars Spcd At 0.60m O.c Bothways I. Permit & Clearances (q=1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)-6 Sets Of Plans, Cutting Of Trees. Ii. Construction Safety And Health Program (q=1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aide Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’ X 8’ Tarpaulin Print Billboard, 8’ X 8’ Tarpaulin Print Billboard, 2” X 2” X 8” Coco Lumber, 2” X 3” X 10” Coco Lumber, 2” X 3” X 14” Coco Lumber, Assorted Sizes C.w Nails. Iv. Mobilization & Demobilization (q=1.00 Lot) V. Facilities For The Engineers (q=1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project-in-charge, Technical Personnel To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor: Field Office For The Field Engineer (standard Engineer Field Camp, Office Table And Chair); Laptop Computer For Field Engineer: Processor: 165hz 13th Gen Intel Core I9; Memory: 13900hx/16gb, 2 X 8 Gb, Ddr5; Storage: 4800 Mhz/ 1tb,m.2, Pcle Nvme; Graphics: Nvidia Geforce Rtx 4060, 8gb; Screen: 15.6” Fhd Ips 165hz Vi. Removal Of Structures And Grubbing (q=1.00 Lot) Includes Uprooting, Removal Of Boulders. Vii. Earthworks (q=535.00 Cu.m) Includes Volume To Be Excavated, V=286.00 Cu.m.; Volume To Be Backfilled, V=165.75 Cu.m.; Gravel Bedding, 1-1/2”ø, V=62.11cu.m. Viii. Steel Reinforcements (q=21,326.80kg/s) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6 Dsb, #16 G.i Tie Wire. Ix. Concrete Works, Formworks And Scaffoldings (q=133.10cu.m.) Includes Ready Mix Concrete – (3000 Psi @ 14 Days), 4’x8’x1/4” Thk. Marine Plywood, Coco Lumber (2” X 2” X 10’) – 833 Pcs, Assorted Sized C.w Nails. X. Masonry Works (q=281.64 Sqm.) Includes 4” X 8” X 16” Chb, A = 281.64 Sqm.; Portland Cement; Washed Sand Approved Budget For The Contract (abc): P 5,972,559.62 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Ninety-four (194) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through 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 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: November 26, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-143 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 5.9 Million (USD 102.9 K)

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Bid For Supply And Delivery Of Construction Materials For Sibuguey Valley Irrigation System – Repair Nis Cy 2025 – Package 3 Bayog, Zamboanga Del Sur 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair - Nis Cy 2025 Intends To Apply The Sum Of (php 1,184,478.00) One Million One Hundred Eighty Four Thousand Four Hundred Seventy-eight Pesos Only Being The Abc To Payments Under The Contract For Niareg9-12102024-svis-repair-niscy2025p3-999 (goods). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Now Invites Bids For Item No. Quantity Unit Item Description 1 648.00 Bags Portland Cement (type 1) 2 173.00 Cu.m Gravel 3/4" Dia. 3 33.00 Cu.m Washed Sand 4 80.00 Pcs Marine Plywood 1/2" Thickness 5 470.00 Pcs Rsb 10mm Dia. X 6m Length (g-40) 6 30.00 Kgs Ctw #16 7 30.00 Kgs Cwn 2" 8 30.00 Kgs Cwn 3" 9 25.00 Kgs Cwn 4" 10 17.00 Pcs Pvc Cement Pail 12" 11 2.00 Kgs Nylon #90 12 8.00 Pcs Hacksaw Blade 13 50.00 M Laminated Sacks 2m Width 14 130.00 Pcs Form Lumber 2" X 3" X 12' 15 240.00 Pcs Form Lumber 2" X 2" X 12' Temporary Works (bunkhouse & Bodega) 16 20.00 Pcs Form Lumber 2" X 3" X 12' 17 3.00 Sheets G.i. Plain Sheet (3' X 8') - Gauge 26 18 5.00 Bundles Nipa (25pcs/bundle) 19 5.00 Sheets Amakan 20 3.00 Bundles Rattan Strips 21 15.00 Pcs Bamboo Poles 22 1.00 Pc Bathroom Pail 23 1.00 Pc Toilet Bowl (ordinary) 24 1.00 Pc 200-l Capacity Plastic Drum (heavy Duty) Construction Safety & Health 25 15.00 Pcs Safety Hard Hat: White 3 Pcs, Yellow 12 Pcs 26 15.00 Pcs Pvc Working Boots, Black 27 15.00 Pcs Construction Gloves Signages 28 1.00 Set Ppe Signage (4' X 8') 29 1.00 Set Safety First (4' X 4') 30 1.00 Set Warning Signs (2' X 3') Radial Gate, Intake Gate And Railings 31 3.00 Pcs Neoprene Rubber Sheet 1m X 1m X 10mm Thickness 32 4.00 Pcs Angle Bar 2 1/2" X 1/4" X 6m Length 33 1.00 Pc Wire Rope 1/2" Dia. X 4m Length 34 1.00 Pc Copper Bar 2" Dia. X 12" Length 35 2.00 Pcs Copper Tube 3/8" Dia. X 2m Length 36 4.00 Pcs Brass Flare Nut Fitting 3/8" 37 8.00 Pcs G.i Pipe 2 1/2" Dia. X 6m Length 38 4.00 Pcs G.i Elbow 90 Degrees 2 1/2" Dia. 39 1.00 Box Welding Rod 6011 (10kgs) 40 1.00 Pc Oil 10 (1 Pail) 41 1.00 Pc Multi-purpose Grease (1 Pail) 42 4.00 Pcs Zinc Oxide Metal Primer (1 Gallon) 43 1.00 Pc Lacquer Thinner (1 Gallon) 44 4.00 Pcs Enamel Paint Color White (1 Gallon) 45 2.00 Pcs 3" Paint Brush 46 2.00 Pcs 2" Paint Brush 47 2.00 Pcs 1" Paint Brush 48 2.00 Pcs Paint Tray 49 5.00 Pcs Cutting Disc 4 1/2" Dia. Estimated Cost Php 1,184,478.00 The Above Procurement Project. Delivery Of The Goods Is Required By 90 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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 National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 16, 2024 To January 6, 2025 At 5:00 P.m. From The Given Address And Website(s) Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Da- Rfoix Research Division Compound Sanito, Ipil, Zamboanga Sibugay Notices.ps-philgeps.gov.ph, 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 (php 5,000.00). One The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person, By Facsimile, Or Through Electronic Means. However, The Interested Bidder Can Purchase The Bidding Documents Only Upon Presentation Of An Original Copy Of Sworn Affidavit Of Site Inspection, And An Original Copy Of A Certificate Of Site Inspection Signed By The Nia Authorized Personnel Or The Irrigators Association President Certifying That The Bidder Has Actually Inspected The Project Site (prescribe Forms Can Be Availed From This Office). Photocopy Is Not Acceptable. Such Affidavit/s And Certificate/s Must Be Submitted For Verification To The Bac Secretariat. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. 6. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 Pm At National Irrigation Administration – Da- Rfoix Research Division Compound Sanito, Ipil, Zamboanga Sibugay And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below On Or Before January 7, 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 14. 9. Bid Opening Shall Be On January 7, 2025 At 9:00 Am At The Given Address Below National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office, Da- Rfoix Research Division Compound Sanito, Ipil, Zamboanga Sibugay And/or Via Www.region9.nia.gov.ph, Google Meet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Wilson N. Cabrales National Irrigation Administration Zamboanga Sibugay Irrigation Management Office Zsimobac2020@yahoo.com / R9.zamboangasibugay@nia.gov.ph 09488713237 Https://region9.nia.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://notices.philgeps.gov.ph Or Https://region9.nia.gov.ph/content/invitation-bid ______________ [date Of Issue] Wilson N. Cabrales (sgd.) Bac Chairperson
Closing Date7 Jan 2025
Tender AmountPHP 1.1 Million (USD 20.4 K)

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Six Million Nine Hundred Twenty-nine Thousand Six Hundred Ninety-one Pesos And Five Centavos (php6,929,691.05) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Installation Of San Marcelino Solar-powered Irrigation System (spis) In Brgy. San Marcelino, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-014. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Brgy. San Marcelino, Dingras, Ilocos Norte Project Description: Installation Of Spis With A Minimum Pump Discharge Of 1,200 Cu.m./day And Solar Led Flood Light, Construction Of Slope Protection With Pump Sump, Control Room, Water Storage Support And Perimeter Fence With Project Marker. Scope Of Work: Description Qty Unit I. Mobilization And Demobilization 1.00 L.s. Ii. Temporary Facility 1.00 Lot Iii. Provision Of Safety And Health (ppe And Signages) 1.00 L.s. Iv. Clearing And Grubbing 600.00 Sq.m. V. Earthworks 258.85 Cu.m. Vi. Rsb Works 1,950.42 Kgs. Vii. Form Works 232.38 Sq.m. Viii. Concrete Works 36.85 Cu.m. Ix. Pv Module And Mounting & Solar Flood Light 30,800.00 Watts X. Water Pump 1.00 Unit Xi. Pump Controller/ Inverter 1.00 Unit Xii. Iron, Tinsmithry And Carpentry Works 1.00 Lot Xiii. Cable And Electrical Works 1.00 Lot Xiv. Distribution Works 1.00 Lot Xv. Masonry And Painting 43.10 Sq.m. Xvi. Dewatering Works 1.00 Lot Xvii. Doors & Windows 2.29 Sq.m. Xviii. Stone Masonry Works 337.63 Cu.m. Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 3 Skilled Workers • 12 Unskilled Workers • 2 Equipment Operators Minimum Equipment Required: • 1 Backhoe, 0.75 Cu. • 1 Concrete Mixer, One Bagger • 1 Dump Truck • 1 Hdpe Butt Fusion Machine Completion Of The Works Is Within One Hundred Thirty (130) 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 4, 2025 The Address Given And Websites 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 Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 23 January 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, 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 Above On Or Before 04 February 2025, 2:00 Pm. 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 04 February 2025, 2:00 Pm At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. The Technical Specifications (as Part Of Tab F - Project Requirements), To Be Signed By The Bidder/authorized Representative And Submit During Bid Opening, Of The Unit Offered Must Be Duly Signed/countersigned And Sealed By A Licensed Agricultural And Biosystems Engineer In Accordance With Republic Act 10915, Dated 21 July 2016, Otherwise Known As "philippine Agricultural And Biosystems Engineering Act Of 2016" And Department Of Agriculture (da) Memorandum Order No. 50, Series Of 2020. The Technical Specification Must Be Supported With The Following: O Colored, Clear And Readable Original Copies Of Brochures (in English Language) Of The Offered Goods (pump, Inverter/controller And Solar Module/panel). O Other Technical Specification Requirements: • With Minimum Warranty Of 1 Year On Pump And Controller/inverter, Accessories, And Services • With Minimum Warranty Of 15 Years On Pv Module E. Valid Amtec Test Report For The Pump Is Required During Bid Opening. Upon Completion Of The Project The Raed Shall Conduct Acceptance Testing. If The System Fails To Meet The Prescribed Specifications And Performance Standards, The Contractor Shall Institute Corrective Measures For The System To Conform To Specifications And Standards As Requirement For Payment. Otherwise, The Procuring Entity Shall Not Accept The Project And Proceed With The Termination Of Contract On The Ground That The Supplier/ Winning Bidder, Who Is In Default, Fails To Perform Its Obligation Under The Contract. F. Permit To Operate And Notification Letter From Bafe Shall Be Verified During Post-qualification. G. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 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: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-014
Closing Date4 Feb 2025
Tender AmountPHP 6.9 Million (USD 118.5 K)

Philippine National Oil Company - PNOC Tender

Environmental Service
Philippines
Details: Description Ii. Scope Of Works A. Quarterly Air Quality And Noise Level Monitoring 1. On-site Sampling And Laboratory Analysis Of The Following: Parameter No. Of Samples Per Quarter 1. Sulfur Dioxide (so2) 4 2. Nitrogen Dioxide (no2) 4 3. Particulate Matter 10 Microns (pm10) 4 4. Total Suspended Particulate (tsp) 4 5. Pb 4 2. Laboratory Technical Personnel Shall Conduct The Air Sampling Activity And The Collection Of Air Samples At Designated And/or Identified Sampling Stations. Sampling Points And Regulated Parameters May Vary When The Park Has New Locators And/or As Assessed And Approved By The Denr. 3. The Laboratory Shall Provide The Absorbing Solutions, 10 Ml Per Sample Before The Scheduled Sampling. The 10-ml Absorbing Solutions Shall Be Placed In Individual Clean And Closed Vials. Thus, The Laboratory Shall Prepare A Total Number Of 10 Vials (4x10ml Solutions For No2 And 4x10ml Solutions For So2). Note: Additional Vials Will Be For Blank Samples. 4. The Laboratory Shall Provide And Prepare The 8” X 10” Glass Fiber Filter Papers For The Tsp, Pb And Pm10 Parameters. The Preparation Includes Oven Drying, Desiccating For 24 Hours And Taking The Initial Weights Of Each Filter Papers. 5. The Laboratory Shall Reflect In Laboratory Results/report The Allowable Limit (denr Air Quality Standards For Tsp, Pm10, So2, Pb And No2) I.e. Results Vs. Denr Standards. Sampling Activity Must Be Photo Documented And Must Be Included In The Report. 6. Include In The Ambient Air Sampling Conduct Of Sound Level Monitoring (noise Level Monitoring) At The Designated Sampling Stations. 7. Laboratory Shall Cover All Associated Cost In The Conduct Of The Activity. 8. In Case Of Complaints On The Contractors’ Performance And Sampling Result, The Contractor Must Be Willing To Conduct Verification/confirmatory Test For The Parameters/sampling Procedures Being Questioned With No Additional Or Extra Charge. 9. Duly Signed Laboratory Results (including Photo Documentation And Copy Of Calibration Certificated Of Instruments Used) Must Be Strictly Provided To Pnoc 7-15 Calendar Days After The Sampling Activity. A Penalty Will Be Charged To The Contractor In An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of Delayed Report Scheduled For Delivery For Everyday Of Delay Until Such Report Are Finally Delivered And Accepted By The Proponent. B. Quarterly Raw Water Quality Monitoring 1. Laboratory Analysis Of Five (5) Raw Water Deep Wells With The Following Parameters: A. Chloride B. Iron C. Bicarbonate As Caco3 D. Color E. Manganese F. Calcium G. Fecal Coliform H. Potassium I. Magnesium J. Nitrate As No3-n K. Sodium L. Sulfate M. Ph (range) N. Turbidity O. Silica P. Phosphate Q. Specific Conductivity R. Total Hardness S. Tss T. Tds U. Oil And Grease (2nd And 4th Quarter Only) 2. Laboratory Shall Provide Sampling Bottles And Take Samples Within Pnoc Industrial Park (with Pnoc Personnel Assistance); 3. Test Results Must Be Reported Versus The Allowable Limit Of The Denr For Raw Water And Philippine National Standards For Drinking Water And Must Be Duly Signed By Authorized Personnel. Sampling Activity Must Be Photo Documented And Must Be Included In The Report; 4. Laboratory Shall Cover All Associated Cost In The Conduct Of Sampling; 5. In Case Of Complaints On The Contractors’ Performance And Sampling Result, The Contractor Must Be Willing To Conduct Verification/confirmatory Test For The Parameters/sampling Procedures Being Questioned With No Additional Or Extra Charge; 6. Duly Signed Laboratory Results (including Photo Documentation And Copy Of Calibration Certificated Of Instruments Used) Must Be Strictly Provided To Pnoc 7-15 Working After The Sampling Activity. A Penalty Will Be Charged To The Contractor In An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of Delayed Report Scheduled For Delivery For Everyday Of Delay Until Such Report Are Finally Delivered And Accepted By The Proponent. C. Quarterly Effluent And Marine Water Monitoring 1. Laboratory Analysis For The Following Shall Be Conducted: Effluent Marine E1 Pp Outfall E2 Prii (pvc) Outfall E3 Npca (pe) Outfall E5 Orica (explosives) Outfall Marine Water (sb) - 6 Stations Ammonia (nh3) Ammonia (nh3) Ammonia (nh3) Arsenic (as) Bod Arsenic (as) Arsenic (as) Arsenic (as) Bod Arsenic Benzene (c6h6) Benzene (c6h6) Benzene (c6h6) Cadmium (cd) Cadmium Benzo(a)pyrene (c20h12) Benzo(a)pyrene (c20h12) Benzo(a)pyrene (c20h12) Cod Chloride Bod Bod Bod Color Color Cadmium (cd) Cadmium (cd) Cadmium (cd) Dissolved Oxygen Dissolved Oxygen Chromium (cr+6) Chromium (cr+6) Chromium (cr+6) Hexavalent Chromium (cr +6) Fecal Coliform Cod Cod Cod Lead (pb) Hexavalent Chromium Color Color Color Mercury (hg) Lead Cyanide (cn-) Cyanide (cn-) Cyanide (cn-) Nitrate Mercury Dissolved Oxygen Dissolved Oxygen Dissolved Oxygen Oil And Grease Nitrate As No3-n Ethylbenzene (c8h10) Ethylbenzene (c8h10) Ethylbenzene (c8h10) Ph Oil And Grease Lead (pb) Lead (pb) Lead (pb) Phosphate Ph Mercury (hg) Mercury (hg) Mercury (hg) Sulfate Phenol & Phenol Substances Nitrate As No3-n Nitrate As No3-n Nitrate As No3-n Surfactants (mbas) Phosphate Oil And Grease Oil And Grease Oil And Grease Temperature Temperature Ph Ph Ph Tss Tss Phenol & Phenol Substances Phenol & Phenol Substances Phenol & Phenol Substances Phenol & Phenol Substances Cod Phosphate Phosphate Phosphate Fecal Coliform Sulfate Sulfate Sulfate Temperature Temperature Temperature Toluene (c7h8) Toluene (c7h8) Toluene (c7h8) Tss Tss Tss Xylene (c8h10) Xylene (c8h10) Xylene (c8h10) Zinc (zn) Zinc (zn) Zinc (zn) Fecal Coliform Fecal Coliform Fecal Coliform Surfactants (mbas) Surfactant (mbas) 2. Samples Will Be Taken From Ten (10) Sampling Stations: Four (4) Of Which Are Effluent Outfalls And Six (6) Marine Sampling Points Monitored Quarterly. Sampling Points And Regulated Parameters May Vary When The Park Has New Locators And/or As Assessed And Approved By The Denr. 3. The Laboratory Shall Provide The Sterilized Bottles For Bod5 And Wide-mouth Glass Bottles With Foil As Top Cover For Oil And Grease On The Scheduled Day Of The Sampling; 4. Laboratory Shall Reflect In The Tabulated Results Of Laboratory Analysis The Dao 34 & 35 Water Quality Standard And Dao 2016-08 Water Quality Guidelines And General Effluent Standards Of 2016 For Class Sb (i.e. Results And Test Methods). Sampling Activity Must Be Photo Documented And Must Be Included In The Report; 5. Rental Of Motorized Banca During Marine Sampling Will Be Charged To The Contractor; 6. Laboratory Shall Cover All Associated Cost In The Conduct Of Sampling; 7. In Case Of Complaints On The Contractors’ Performance And Sampling Result, The Contractor Must Be Willing To Conduct Verification/confirmatory Test For The Parameters/sampling Procedures Being Questioned With No Additional Or Extra Charge; 7. Duly Signed Laboratory Results (including Photo Documentation And Copy Of Calibration Certificated Of Instruments Used) Must Be Strictly Provided To Pnoc 7-15 Working Days After The Sampling Activity. A Penalty Will Be Charged To The Contractor In An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of Delayed Report Scheduled For Delivery For Everyday Of Delay Until Such Report Are Finally Delivered And Accepted By The Proponent. Note: • New Contractors/bidders Are Required To Conduct Site Inspection In Pnoc Industrial Park Including All Sampling Points For Air And Water Quality Monitoring Prior To The Submission Of Final Quotation. • For Winning Bidders (new), A Process/methods Presentation (including Sampling Analysis And Calculations) Or A Scheduled Laboratory Visit Of Pnoc Personnel Must Be Conducted Prior To The Execution Of The Project. • Winning Bidders Are Required To Accomplish Pnoc Industrial Park’s Main Permit To Work And Raw Data Forms Prior To And On The Day Of Sampling Respectively. • Winning Bidder Will Undergo Pnoc Ims- Safety Orientation And Must Abide With The Policies Of The Industrial Park Including But Not Limited To The Compliance To Permitting Requirements. They Shall Provide Their Employees With Complete Personal Protective Equipment (ppe) • Only Actual Number Of Samples Collected And Analyzed Will Be Charged To Pnoc.
Closing Date30 Jan 2025
Tender AmountPHP 1 Million (USD 17 K)

Ministry Of The Interior Tender

Security and Emergency Services
Corrigendum : Closing Date Modified
France
Details: The purpose of this consultation is to provide cleaning services for the offices, educational areas, the infirmary, the gymnasium and the common areas of these four buildings (including toilets), corridors, reception areas including the annex room to the bar, meeting rooms and windows. These premises concern the educational, administrative, infirmary and gymnasium buildings (otherwise known as Excellence and Devotion for the first two) located within the grounds of the National Police School Park (hereinafter referred to as Ensp), 9 Rue Carnot – 69450 Saint Cyr Au Mont D'or. The supply of consumables for these services. As well as the supply of materials, personal protective equipment (PPE) and work clothing.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: This Is Not A Solicitation. This Is A Sources Sought Notice Only And Is Issued To Conduct Market Research And Gain Knowledge Of Current Market Capabilities. Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Notice Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Solicitation Or A Guarantee To Issue A Solicitation In The Future. This Notice Does Not Commit The Government To Contract For Any Supply Or Service. All Information Submitted In Response To This Announcement Is Voluntary; The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Not Responding To This Notice Does Not Preclude Participation In Any Future Solicitation, If Issued. This Announcement Is Based On The Best Information Available At This Time And Is Subject To Future Amendment. the Department Of Veterans Affairs, Network Contracting Office 4, Is Conducting A Market Survey To Identify Potential Sources To Perform A Firm Fixed Price Contract For Procurement Of Scrub Dispensing Machines For The Lebanon Va Medical Center, 1700 S. Lincoln Ave., Lebanon, Pa 17042: draft Requirements Description (not Comprehensive) the Lebanon Va Medical Center Is Seeking To Procure A Contract For Scrub Dispensing Machines To Cover A Five-year Period. description the Lebanon Veterans Affairs Medical Center (lvamc), Located At 1400 S. Lincoln Avenue, Lebanon, Pa 17042, Has A Requirement For A Firm Fixed Price Five-year Idiq Requirements Contract For Automated Scrub Dispensing Machines. the Contractor Shall Provide All Resources Necessary To Install And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, And All Scrub Rentals To Include A Loss/replacement Program, Laundering, And Restocking Of The Dispensers. The Automated Dispensing Machines And Automated Return Units Shall Be Located Throughout The Lvamc. the Contractor Shall Provide All Labor, Equipment, Tools, Materials, Supervision, And Technical Expertise Necessary To Maintain A Properly Managed Automated Dispensing And Scrub Rental Program. place Of Performance: department Of Veterans Affairs lebanon Va Medical Center 1700 South Lincoln Ave lebanon, Pa 17042 anticipated Period Of Performance: year 1 - 05/10/2025 Through 05/09/2026 year 2 - 05/10/2026 Through 05/09/2027 year 3 - 05/10/2027 Through 05/09/2028 year 4 - 05/10/2028 Through 05/09/2029 year 5 - 05/10/2029 Through 05/09/2030 scope Of Work: contractor Shall Provide The Lebanon Va Medical Center With Surgical Scrub Services. All Personnel, Equipment, Tools, Materials, Supervision Shall Be Provided By The Contractor. Contractor Shall Provide, Install, And Maintain Four Automated Scrub Dispensing Machines, Eight Automated Return Units, Along With All Scrub Rentals To Include An Auto-loss Replacement Program, Laundering And Restocking The Dispensers. The Contractor Shall Furnish Everything Needed To Perform This Contract According To All Its Terms. all Automated Dispensing And Return Units Shall Adhere To The Provided Size Restraints Annotated Herein, And All Scrubs Shall Be Laundered, Folded And Tracked In Accordance With This Statement Of Work. performance Requirements the Contractor Shall Provide, Install, And Maintain To Ensure Proper Operations Of: 4 Automated Scrub Dispensers: dispenser #1 Shall Fit Into The Dimensions Of 93 H X 158 W X 34 D dispenser #2 Shall Fit Into The Dimensions Of 108 H X 158 W X 34 D dispenser #3 Shall Fit Into The Dimensions Of 100 H X 79 W X 30 D dispenser #4 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D 8 Automated Scrub Return Units: return Unit #1 Shall Fit Into The Dimensions Of 94 H X 106 W X 30 D return Unit #2 Shall Fit Into The Dimensions Of 96 H X 95.5 W X 29 D return Unit #3 Shall Fit Into The Dimensions Of 109 H X 37 W X 24 D return Unit #4 Shall Fit Into The Dimensions Of 108 H X 60 W X 33 D return Unit #5 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D return Unit #6 Shall Fit Into The Dimensions Of 100 H X 40 W X 25 D return Unit #7 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D return Unit #8 Shall Fit Into The Dimensions Of 123 H X 112 W X 108 D the Contractor Shall Provide, Stock, Collect, Transport, Hygienically Launder, Fold, Individually Package In Poly Wrap, And Maintain Stock Of Contractor-owned Scrubs Of Various Sizes With Estimated: minimum Annual Order Of 300,000 Scrubs maximum Annual Order Of 800,000 Scrubs the Contractor Shall Have The Ability To Track Weekly Use Of Garments Via An Electronic Monitoring System And Provide A Report Of Items Serviced Upon Request. The Contractor Shall Provide A Rental Program For Scrub Pants, Shirts And Jackets And Provide The Lvamc With An Auto-loss Replacement Policy To Replace Any Scrubs That May Become Damaged Or Deemed No Longer Usable. detailed Performance Requirements automated Scrub Dispensers contractor Shall Deliver All Automated Scrub Dispensers To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System. the Dispensing Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The Contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Program Point Of Contact (poc) During This Process. The Contractor May Leave A Key To The Dispensing Machines With The Poc In Case Of A Malfunction, Requiring Them To Be Opened For Simple Fixes. contractor Shall Gather Usage Data Through Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor. contractor Shall Train All Necessary Staff On How To Properly Use The Dispenser/return Units. dispenser Locations: Dispenser #1 Shall Be Housed Within Building 1 Sterile Processing Service Department Dispenser #2 Shall Be Housed Within Building 101 Operating Room Dispenser #3 Shall Be Housed Within Building 17, 5th Floor, Dental Dispenser #4 Shall Be Housed Within Building 101, Room 140 automated Scrub Returns contractor Shall Deliver All Automated Scrub Returns To Proper Locations, Install, Program, Stock And Insure Proper Operations Of Every System. the Return Machine Units Shall Be Provided By The Contractor On A Rental Basis For As Long As The contract Is In Place. The Machines Shall Be Installed, Serviced, And Maintained By The Contractor As Well As Be Fully Functional. If A Machine Has Any Technical Difficulties And/or Malfunctions, The Contractor Shall Make Every Effort To Properly Resolve The Issue By Coming On Site As Needed, As Well As Maintaining Open Communication With The Poc During This Process. The Contractor May Leave A Key To The Return Machines With The Poc In Case Of A Malfunction And The Machine Would Need To Be Opened For Simple Fixes. contractor Shall Gather Usage Data Thru Input Collected At Each Station. The Collected Data Will Not Require Any Medical Staff Phi/pii Information. Contractor Shall Have No Need To Connect To The Lvamc Network. At No Time Will Patient Or Employee Information Be Shared With The Contractor. contractor Shall Train All Necessary Staff On How To Properly Use The Return Units. return Locations: Return Unit #1 And #2 Shall Be Housed Within Building 1 Sterile Processing Service Department Return Unit #3 Shall Be Housed Within Building 101 Operating Room Locker Room #1 Return Unit #4 Shall Be Housed Within Building 101 Operating Room Locker Room #2 Return Unit #5 Shall Be Housed Within Building 17, 5th Floor, Dental Lab Return Unit #6 Shall Be Housed Within Building 17, 5th Floor, Dental Lab Return Unit #7 Shall Be Housed Within Building 101, Room 140 Return Unit #8 Shall Be Housed Within Building 101, Room 140 scrubs the Contractor Shall Be Capable Of Providing Hygienically Clean Scrubs Individually Folded And In Individually Poly-wrapped Packages. The Contractor Shall Have A Management System That Uses Barcoded Garments To Determine Lifecycle Of The Garments For Replacement And Be Capable Of Delivering Disinfected, Sterilized, And Cleaned Scrubs Within 24 Hours To The Facility. contractor Shall Barcode Each Item To Maintain Precise Management Of Rental Garments In Accordance With Contractor S Regular Business Practices. Contractor Shall Sort And Stock/restock Clean Scrubs Into Dispensing Machines In Designated Areas Of The Medical Center. Contractor Shall Empty Out Soiled Items From The Return Units Located In Designated Areas Of The Medical Center. Contractor Shall Launder Scrubs To Infection Control Standards As Well As The Removal Of Foreign Material (e.g., Soil, And Organic Material) From Scrub Supply Using High-level Disinfection And Sterilization Process. Contractor Shall Also Provide Cleaned Scrubs With No Stained, Marked, Tinted, Or Any Other Foreign Material That Did Not Come With The Original Fabric Of The Surgical Scrubs. All Scrubs Shall Be Cleaned Within Hohenstein And Cdc Approved Standards. each Item Shall Be Individually Folded And Individually Poly-wrapped Prior To Delivery. Each Item Shall Be Loaded Individually As To Allow For Mix Matching Of Sizes To Be Dispersed As Needed. contractor Shall Track The Weekly Use Of Garments And Provide A Report Of What Items Have Been Serviced To The Poc Upon Request. contractor Shall Have The Ability To Custom Tailor Garments To Fit Staffing Sizing Needs And requirements. Each Dispenser Is To Stock Complete Sizes Of Scrub Sets, I.e. Extra Small, Small, Medium, Large, Extra-large, 2 Extra-large, 3 Extra-large, 4 Extra-large Etc. Request For More Or Less Of Certain Sizes Due To Employee Needs And/or New Sizes Of Scrubs, Due To Change Of Employees, Shall Be Communicated On A Written Request Through The Poc. Contractor Shall Fill The Dispensers To Their Full Capacity On Each Visit. Sizes For Each Dispenser Shall Be Adjusted Based On The Average Weekly Demand History After The Contract Is Awarded. The Contractor Shall Establish, Track, And Modify Distribution Based On Demand History. the Contractor Shall Provide All Personnel, Rental Equipment, Tools, Materials, Supervision, Other Items And Services Necessary To Manage The Required Garments For Pick-up Three Times Per Week (mondays, Wednesdays And Fridays), Cleaning, Drop-off Three Times Per Week (mondays, Wednesdays And Fridays) And Restocking Of Cotton/polyester Blend Scrub Uniforms/scrub Jackets For The Lebanon Va Medical Center As Defined In This Statement Of Work. the Following Scrub Colors Shall Be Available And Decided Upon Award Of Contract: ceil Blue royal Blue navy steel Grey teal black forecasted Demand Per Dispenser By Size: regular Sizes 4-xl-5% 3-xl-5% 2-xl 10% xl-25% large 25% medium 10% small-5% extra Small-5% hours Of Operation the Contractor Shall Perform The Tasks As Required By The Sow Under This Contract During The Following Hours: Monday, Wednesday, And Friday Between 6:00am, Et, And 2:30pm, Et, Unless Other Time Is Specified. holidays: Delivery Of Scrubs Shall Not Occur On Federal Holidays. Should A Delivery Be Regularly Scheduled On A Holiday, The Delivery Shall Occur On The Workday Prior To The Holiday. The Observed Federal Government Holidays Are: New Year S Day, Martin Luther King Jr. Day, Presidents Day, Memorial Day, Juneteenth, Independence Day, Labor Day, Columbus Day, veterans Day, Thanksgiving Day, And Christmas Day. When Such Holiday Falls On First Non-workday, The Preceding Workday Shall Be Considered A Holiday. When Such Holiday Falls On The Second Non-workday, The Next Workday Shall Be Considered A Holiday. a Special Event Or Adjusted Work Hours: If Circumstances Should Arise Wherein The Contractor Desires A Different Work Schedule As Required, The Contractor Shall Request This In Writing. Submit A Written Request To The Government Poc A Minimum Of 72 Hours Before The Requested Adjusted Work Schedule, To Include Inclement Weather. general Information quality Control the Contractor Shall Monitor Its Employees' Performance And Based Upon The Results Of Such monitoring, Shall Establish Performance Improvement Activities To Assure Employee Efficiency And Knowledge Meets Standards. Contractor Shall Ensure Employees Are Performing Their Duties In A Manner Consistent With All Federal, State, And Local Rules And Regulations As Set Forth By Applicable Regulatory Agencies And This Contractual Agreement. quality Assurance if The Government Performs Inspections Or Tests On The Premises Of The Contractor, The contractor Shall Furnish, Without Additional Charge, All Reasonable Facilities And Assistance For the Safe And Convenient Performance Of These Duties. infection Control all Laundering Employees, Including Truck Drivers, Shall Be Educated As Well As Practice Proper hand-washing Techniques And Shall Also Participate In Educational Programs To Learn About Blood Borne-pathogen Management And The Use Of Personal Protective Equipment (ppe). Care Shall Be Taken To Contain Pathogens During Transport (separation Of Clean From Soiled), Efforts To Avoid Cross Contamination Between Soiled And Clean Items And Use Of A Consistent Thorough Wash Process. A Quality Assurance Program Shall Be Used To Ensure Life Of Textile Is Not Exceeded Per Manufacture Recommendations. Transportation Of Any Scrubs Shall Be Covered With Heavy Plastic Prior To Leaving The Plant To Avoid Any Pathogen Contamination And Handled In Accordance With Industry Best Practice To Ensure That They Remain Hygienically Clean. This Includes The Use Of A Truck Dedicated To Healthcare Transport And Proper Use Of Personal Protective Equipment (ppe). inspections the Government, At All Reasonable Times, Shall Have Access And Permission To Inspect The Delivery Truck And Carts. contractor Staff Information the Contractor Shall Provide A Contract Manager Who Shall Be Responsible For The Performance Of The Work. The Name Of This Person, And An Alternate Or Alternates, Who Shall Act For The Contractor When The Manager Is Absent, Shall Be Designated In Writing To The Contracting Officer. The Contract Manager Or Alternate Shall Have Full Authority To Act For The Contractor On All Contract Matters Relating To Daily Operation Of This Contract. The Contract Manager And Alternate Or Alternates Shall Be Able To Read, Write, Speak, And Understand The English Language. uniforms all Employees Shall Wear Contractor Provided Uniforms (contractor Code Of Dress), Which Include Pants, Shirts Or Blouses, And Protective Clothing Which Are Clearly Distinguishable From Other Lvamc Uniforms Currently In Use. The Uniform Shall Be Worn As Designed By The Manufacturer. Open Toe Shoes Or Sandals Shall Not Be Worn. A Basic Leather Shoe Covering The Entire Foot Is Recommended. All Personnel Shall Display Identification Badges On Their Uniforms, Which Will Show The Employee S Last Name And The Contractor S Full Name. personal Hygiene contractor S Personnel Shall Be Clean, Bathe Daily (including Hair), And Wear A Clean Uniform Daily. Fingernails Shall Be Clean And Free Of Dirt. Hair Shall Be Neatly Trimmed And Combed. security Requirements the Contractor S Employees Shall Wear Visible Identification At All Times While On The Premises. It Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. The Department Of Veterans Affairs Shall Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. Smoking Is Prohibited On Va Grounds. Possession Of Weapons Is Prohibited. Violations Of Va Regulations May Result In Citation Answerable In The United States (federal) District Court, Not A Local District, State, Or Municipal Court. All Contractor Employees Performing Tasks Related To This Sow, While On Lvamc Property, Shall Have Proper Valid Identification. All Applicable Background Checks Shall Be Completed Before Contractor Employees May Begin Work. Badges After Security Clearances Shall Be Worn At All Times While On Va Grounds. damage extreme Caution Shall Be Exercised To Prevent Damage To The Building And Its Contents. Any Damage Shall Be Reported To The Poc Immediately For Appropriate Action. Any Damage Caused By The Contractor Shall Be Repaired And Or Replaced To The Satisfaction Of The Va At The Contractor S Expense. Damage To The Building, Its Contents Or Loss Of Government Property In Excess Of $100,000 Shall Require A Report Of Survey Or Investigation Report By The Vacc. Appropriate Government Personnel Shall Conduct The Investigation. The Responsible Party Shall Be Required To Replace And/or Submit Payment For Damage Or Loss. access (keys) if The Poc Provides Keys For Access, It Shall Be The Contractors Responsibility To Safeguard And Control Keys Provided. capabilities Statement And Documentation: companies Are Invited To Provide Their Capabilities, Experience, And Knowledge In The Provision Of Scrub Dispensing Machines. Sources Are Asked To Provide Information To Demonstrate Their Answers To The Following Items Of Information: 1. General Information About Your Company To Include: company Name: company Address: socioeconomic Status: gsa Contract Number Covering These Services And Expiration Date (if Applicable): company Unique Equity Identifier (uei): company Naics Code(s): point Of Contact Name: point Of Contact Phone Number: point Of Contact Email Address: company Website (if Available): 2. The North American Industry Classification System Code (naics) Is 812332 (industrial Launderers), And The Small Business Size Standard Is $47 Million. 3. Based On Market Response, The Following Clauses May Be Included In A Resulting Solicitation, Should One Be Issued: vaar 852.219-10, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside. vaar 852.219-11, Va Notice Of Total Veteran-owned Small Business Set-aside. far 52.219-6, Notice Of Total Small Business Set-aside. accordingly, Prospective Contractors Will Be Required At Time Of Solicitation Response To Certify To The Applicable Limitation On Subcontracting Requirements In 13 Cfr 125.6, With Reference To The Appropriate Set-aside. Please Include In The Response To This Sources Sought Notice Your Ability Or Inability To Certify To The Clause Applicable To Your Organization. 4. Provide A Summary Of Your Firm S Ability To Provide The Services Described In This Announcement. In Addition To A Capability Statement, Submissions Can Include Specifications, Brochures, And Manuals As Attachments. submit Responses Via Email Only To Contracting Officer Stephanie Mcfadden At Stephanie.mcfadden@va.gov, No Later Than 1:00 Pm Est, Tuesday, January 14, 2025, With Sources Sought Number 36c24425q0186 In The Subject Line. Telephone Responses And/or Questions Shall Not Be Accepted. The Government Will Not Provide Feedback In Response To Vendor Questions About The Requirement At This Time. If You Identify Ambiguities Or Have Concerns About Anything In The Description Of The Requirement, However, Please Include Them With Your Response. Confirming Receipt Of The Response Is The Responsibility Of The Contractor. Contact The Contract Specialist If The Government Does Not Confirm Receipt Of The Sources Sought Response Within 2 Business Days. simply Responding As An Interested Party Does Not Constitute Your Company As A Source. Prospective Contractors Must Provide The Above Requested Information. After Review Of The Responses To This Sources Sought Notice, A Solicitation Announcement May Be Published On The Sam, Nasa Sewp V Or Gsa Websites In The Near Future. Responses To This Sources Sought Notice Are Not Considered Adequate Responses To A Solicitation Announcement. All Prospective Contractors Are Required To Respond To A Solicitation Announcement In Addition To Responding To This Sources Sought Notice. prospective Contractors Are Reminded That In Accordance With Far 4.11 They Shall Be Registered In The System For Award Management (sam) Database And Shall Complete Electronic Annual Representations And Certifications In Sam Prior To Award Of A Contract. Sam Is Located At Https://sam.gov/sam/ And Consolidated The Capabilities Of Ccr/fedreg, Orca, And Epls. There Is No Cost To Use Sam. no Solicitation Document Is Available At This Time; This Notice Is To Acquire Information Only.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

City Government Iligan Tender

Civil And Construction...+1Drainage Work
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund-20% / Dev. Fund, Intend To Apply The Sum Of P 2,801,581.61 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Drainage System Improvement Program. Brgy. Luinab, Iligan City With Project No. Cb(b)-25-003 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Drainage System Improvement Program. Brgy. Luinab, Iligan City General Requirements •installation Of Project Billboards •occupational Safety And Health Program •mobilization And Demobilization Earth Works •excavation For Box Culvert, Rcp,catch Basin, Pccp, Roadside And Riprap.. •embankment From Excavation For Box Culvert, Rcp And Catch Basins •gravel Filling For Box Culvert, Rcp, Catch Basin, Pccp, Roadside And Riprap. • Filling Of Aggregate Base Coarse For Pccp. Grouted Riprap •installation Of Grouted Riprap (class A) Clearing, Grubbing & Dredging •clearing Of Trashes •grubbing Of Soil •dredging Of Soils And Other Sedimentation Concrete Works •concrete Pouring For Roadside, Lean Concrete, And Side Drainage @ 3000psi. Catch Basins •concrete Pouring For Catch Basins @ 3500psi •installation Of 16mm Ø Rsb Reinforced Concrete Pipe •installation Of 24" Dia. Reinforece Concrete Pipe •concrete Collar For Evey Joint Of Rcp Demolition And Removal •demolition Of Existing Pccp •demolition Of Existing Boxculvert •demolition Of One Side Drainage •removal Of Demolished Materials Steel Reinforcement •installation Of 12mm Ø Rsb •installation Of 16mm Ø Rsb Box Culvert •concrete Pouring For Box Culvert @ 3500psi •installation Of 16mm 0 Rsb •boulder ( 6" Ø To 12" Ø) Filling For Box Culvert Pccp (reinforced) - 0.2m Thk. •ready Mix Concrete Pouring For Pccp @ 3500psi •installation Of 16mm Ø Rsb •boulder ( 6"0 To 12"0) Filling For Pccp (block1) I. Construction Safety And Health Program (q = 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Ii. Project Billboard (q = 2.00 Set/s) Includes 4' X 8' Tarpaulin Print Billboard, 8' X 8' Tarpaulin Print Billboard, 2"x 3"x 10' Coco Lumber, Assorted Sizes C.w Nails. Iii. Mobilization & Demobilization (q = 1.00 Lot) Iv. Facilities For The Engineers (q = 1.00 Lot) Includes The Contractor Shall Furnished Temporary Field Office/bunkhouse For The Use Of Field Engineers, Project -in-charge,technicals Personnels To Include Tables And Chairs, Latest Laptop Suitable For The Use Of Engineering Softwares And Other Related Facilities Provided By The Contractor; Site Of Temporary Facilities Will Be Determined By The Project Engineer; Field Office For The Field Engineer (standard Engineer Field Camp,office Table And Chair) V.clearing, Grubbing & Dredging (q = 1.00 Lot) Vi.demolition And Removal (q = 1.00 Lot) Vii.earthworks (q = 137.73 Cu.m.) Includes Volume To Be Excavated: Box Culvert Excavation = 41.77 Cu.m.; Reinforce Concrete Pipe Excavation = 12 Cu.m.; Catch Basin - 1excavation = 4.95 Cu.m.; Catch Basin - 2 Excavation = 6.19 Cu.m.; Pccp = 28.18 Cu.m.; Roadside And Riprap Excavation =17.72 Cu.m.; Embankment From Excavation (15% Shrinkage Factor): Box Culvert Soil Embankment = 14.41 Cu.m.; Reinforce Concerete Pipe Soil Embankment = 3 Cu.m.; Side Drainage = 6.00 Cu.m.; Washed Gravel (gravel Bedding With 20% Shrinkage Factor): Box Culvert = 1.71 Cu.m.; Reinforce Concerete Pipe = 9.00 Cu.m.; Catch Basin = 0.47 Cu.m.; Pccp = 14.09 Cu.m.; Riprap = 2.16 Cu.m.; Side Drainage = 4.38 Cu.m.; Aggregate Base Coarse (gravel Bedding With 20% Shrinkage Factor): Roadside = 0.43 Cu.m.; Box Culvert (pccp Restoration) = 1.22 Cu.m.; Reinforce Concrete Pipe (pccp Restoration) = 3.00 Cu.m.; Pccp = 14.09 Cu.m. Viii. Concrete Works (q = 26.05 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. Ix.steel Reinforcements (q = 898.61 Kgs.) Includes 12mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, #16 G.i Tie Wire. X.catch Basin (q = 4.03 Cu.m.) Includes 12mm Dia. X 6m Dsb, #16 G. I. Tie Wire, Portland Cement (3500psi), Wash Sand, Washed Gravel. Xi.box Culvert (q = 7.43 Cu.m.) Includes 16mm Dia. X 6m Dsb, #16 G. I.tie Wire, Ready Mix Concrete (3500 Psi @ 14 Days), Marine Plywood 12mm Thk 4 ' X 8 ', Assorted Coco Lumber, Assorted Sizes C.w Nails, Boulders : 6"ø To 12" Ø. Xii.reinforce Concrete Pipe (q = 10.00 L.m.) Includes 24" Dia. Reinforece Concrete Pipe - 1m/pc, Portland Cement, Collar (3000psi), Washed Sand, Washed Gravel. Xiii. Pccp (reinforced) - 0.2m Thk. (q = 18.31 Cu.m.) Includes Ready Mix Concrete (3500 Psi @ 14 Days): Pccp Restoration (box Culvert) = 1.22 Cu.m., Pccp Restoration (rcp) = 3.00 Cu.m., Pccp = 14.09 Cu.m.; Steel Forms (rental); Curing Compund; Concrete Saw (diamond Blade 14"); Asphalt Sealant; Grease/tar; Boulders : 6110 To 12"ø (pccp (block 2) = 5.49 Cu.m.). Xiv.grouted Riprap (class A) (q = 11.97 Cu.m.) Includes Portland Cement, Washed Sand, Boulders - Class A, 8" Ø To 14" Ø, Washed Gravel. Approved Budget For The Contract (abc): P 2,801,581.61 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within One Hundred Twenty (120) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through 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 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4 . Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 5,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 25-003 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 2.8 Million (USD 47.7 K)

City Government Iligan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through Gen Fund-20% / Dev. Fund / Sb No. 2 Cy 2024, Intend To Apply The Sum Of P 14,491,947.25 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Redevelopment Of Public Cemeteries (phase I), Brgy. Villa Verde, Iligan City With Project No. Cb(b)-24-137 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Redevelopment Of Public Cemeteries (phase I), Brgy. Villa Verde, Iligan City General Requirements • Installation Of Project Billboard • Occupational Safety And Health Program • Permits And Clearance • Mobilization And Demobilization • Removal / Demolition • Mobilization Of Exhume Bodies • Tum Over Steel Reinforcement • Footings •columns • Wall Footings •pantheons And Chamber • Pedestal •slab Carpentry Works • Temporary Pantheon & Chamber Earthworks • Staking, Lay-out Of Lines, Grades & Elevation Of The Fence And Pantheons To Be Constructed As Per Plan And Specifications • Excavation Work For Footings, Wall Footings, Pedestal Footing • Gravel Bedding For Footings, Wall Footings, Pantheons Slab • Backfilling Of Common Soil Using Excavated Soil Must Be Compacted Layer By Layer Masonry Works • Chb Fence (4 In. Chb) • Plastering (inside Wall Of Cemetery And Front Wall) Painting Works • Concrete Pedestal • Fence (inside & Front Wall Only) • Cemetery Cross • Man Gates & Main Gates • Cemetery Signages • Pantheon And Chamber Electrical Works • Complete Installation Of The Service Entrance Wires And Equipments . • Assembly And Installation Of Light Poles • Installation And Complete Overhead Wiring Of 100w Led Flood Lights Steel Works • Fence • Man Gate And Main Gate • Cemetery Cross • Cemetery Signages Concrete Work, Formwork & Scaffolding • Footings • Wall Footings • Pedestal • Columns • Scaffolding For Temporary Pantheon W/ Base Plate • Pantheons And Chamber • Slab I.general Requirements A.project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14" Coco Lumber, 2"x3"x10" Coco Lumber, 2"x2"x8" Coco Lumber, Assorted Sizes C.w. Nails. B.occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C.permits And Clearance (q = 1.00 Is) Includes Fire Safety Evaluation Fee 0.1% Of Total Material Cost + 500, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). D.mobilization / Demobilization (q = 1.00 Lot) E. Demolition/removal (exhume Body) (q = 1.00 Lot) Ii.earthworks A. Structural Excavation (q = 269.68 Cu.m) B. Gravel Bed (q = 53.52 Cu.m) Includes Washed Gravel. C.compaction (q = 525.82 Sq.m) Iii.steel Works A.steel Works (q = 1.00 Lot) Includes 50mm Dia Gi Pipe (scaffolding), 150mm X 150mm X 6mm Thk Base Plate, Accessories (scaffolding), 25mm X 25mm X 6000 X 4mm Angle Bar, Signage, 50mm X 6mm Thk Flat Bar, Perforated Panel, 75mm X 50mm X 2mm Tubular Pipe, 25mm X 50mm X 3mm Tubular Pipe. Iv.formwork & Scaffolding A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, 2"x3" Coco Lumber, Assorted Sizes C.w. Nails. V.carpentry Works A.carpentry Works ( Q = 1.00 Lot) Includes Assorted Nail, Total 1/2" Thk Plywood, 25mm Thk Phenolic Board, Plastic Bag, Laminated Sakolin 12ft. Vi.reinforce Concrete Works A.concrete Works (q = 442.66 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B.reinforcing Steel Works (q = 44,119.26 Kgs.) Includes 12mm Ø Dsb, 10mm Ø Dsb, 16mm Ø Dsb, No. 16 G.i. Tie Wire. Vii.masonry Works A.masonry Works (q = 423.80 Sq.m) Includes 4" Chb 700psi, Portland Cement, Washed Sand. Viii.painting Works A.painting Works (q = 1,236.16 Sq.m) Includes Skim Coat 20kg, Primer, Putty, Topcoat, Lacquer Thinner, Red Oxide Primer, Paint Roller 7" W/ Paint Tray, Paint Brush 2-1/2 ",paint Brush 1", Sand Paper (assorted Sizes). Ix.electrical Works A.electrical Works (q = 1.00 Lot) Includes Service Entrance Cap,1-1/4"ø; Emt Pipe, 1-1/4"xl0'; Emt Connectors; Secondary Rack W/spool Nsulator,2-pole,w/screws; Grounding Rod,10ft,1/2",copper Plated; Ground Clamp,1/2",copper Plated; Grounding Busbar, Copper; Circuit Breaker Enclosure, Nema 3r,2p,bolt-on; Moulded Case Circuit Breaker, 100at, 100af, 2p, 30kaic @ 415vac; Dob Led Flood Light, 100w, 220-240v,ip65, Daylight; Cu Wire, 5.5mm2,thhn/thwn-2, Stranded; Tapered Straight Pole,2.5mm Thick, 4.5m/15ft, 4" Bottom Ø, 2"-top Ø, W/ 200x200x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts, W/ Single Crossarm; Cu Wire,8.0mm2,thhn/thwn- 2,stranded (green - Grounding Wire); Cu Wire,30mm2,thhn/thwn-2, Stranded, Phelps Dodge; Electrical Tape,0.16x19x16000 Mm, Royu. Approved Budget For The Contract (abc): P 14,491,947.25 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Two Hundred Seventy (270) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through 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 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 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 14, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 3. Submission Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Opening Of Bids: January 28, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 25,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-137 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 14.4 Million (USD 247.1 K)
441-450 of 490 archived Tenders