Ppe Tenders

Ppe Tenders

Municipality Of Coron, Palawan Tender

Scraps
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 1.7 Million (USD 31 K)
Details: Description 1. The Municipal Government Of Coron, Palawan, Through The 2025 Trust- Fund Intends To Apply The Sum Of One Million Seven Hundred Ninety- Eight Thousand Six Hundred Eighty- Five Pesos & 89/100 (php1,798,685.89) Only Being The Abc To Payments Under The Contract For Supply And Delivery Of One (1) Lot Electrical Supplies And Materials For Municipal Dumpsite. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Unit Item Description Quantity 1 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 1 2 3 4 5 6 7 8 9 10 11 12 13 14 Lot Assy Meters Meters Pieces Pieces Pieces Piece Pieces Pack Pieces Pieces Pieces Piece Pieces Pieces Pieces Pieces Pieces Assay Meters Meters Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Pieces Assy Meters Meters Pieces Pieces Pieces Packs Pieces Pieces Pieces Pieces Pieces Pieces Pieces Preliminaries Mobilization & Demobilization Materials Handling Ppe, Health & Safety Temporary Facility/bunkhouse Hauling & Transportation Oxygen Plant Panelboard Fabricated And Assembled In Nema-1 Surface Mounted Using G.i 1.5(gauge #16), W/hinge Type Type Dead Front, Base Plate, W/grounding And Neutral Bus Bar, Complete With Lugs, Powder Coated Finished Main 1 600at/600af 3p 230v 50kaic Mccb Abn803c Branches 1 30at/100af 3p 230v 35kaic Mccb Abn103c 1 75at/100af 3p 230v 35kaic Mccb Abn103c 1 100af 3p 230v Mccb Space 1 20at/100af 2p 230v 30kaic Mccb Abn52c 2 30at/100af 2p 230v 30kaic Mccb Abn52c 3 100af 2p 230v Mccb Space Wire, Thhn,150mm, Black Wire, Thhn,22mm, Black Lugs, Terminal, Long Barrel, Crimp Type 150mm (white) Lugs, Terminal, Long Barrel, Crimp Type 30mm (brown) Pipe, Pvc,3" Disc, Cutting,4”, Thin Tape, Rubber Tox & Screw,6mm×1" Rack, Secondary, 3w, 5/8 W/o Spools Insulator, Spool Screw, Tex, Metal, #2 Tex Screw, Adopter 8mm Bolt, Dyna 3/8 Cap, Entrance,3" Adaptor, Male,3”, Pvc W/locknut Elbow, Long,3”, Pvc U-bolt, Nut & Washer,3"× ¼" Garbage Mill Mixer Panelboard Fabricated And Assembled In Nema-1 Surface Mounted Using G.i 1.5 (gauge #16), W/hinge Type Type Dead Front, Baseplate/grounding And Neutral Busbar, Complete With Lugs, Powder Coated Finished Main 1 300at/400af 3p 230v 35kaic Mccb Abn403c Branches 2 100at/100af 3p 230v 35kaic Mccb Abn103c 1 60at/100af 3p 230v 30kaic Mccb Abn53c 2 40at/100af 3p 230v 30kaic Mccb Abn53c 5 30at/100af 2p 230v 30kaic Mccb Abn52c Wire, Thhn,150mm, Black Wire, Thhn,22mm, Black Lugs, Terminal, Long Barrel, Crimp Type 150mm (white) Lugs, Terminal, Long Barrel, Crimp Type 30mm (brown) Pipe, Pvc,3" Solvent Pipe Cement,100cc Gas, Butane Disc, Cutting,4”, Thin Screw, Tex, Metal, #2 Bolt, Dyna 3/8 Adaptor, Male,3”, Pvc W/locknut Elbow, Long,3”, Pvc U-bolt, Nut & Washer,3"× ¼" Tape, Electrical Garbage Mill Main Panel Fabricated And Assembled In Nema-1 Surface Mounted Using G.i 1.5 (gauge #16), W/hinge Type Type Dead Front Base Plate, W/grounding And Neutral Bus Bar, Complete With Lugs, Powder Coated Finished Main 1 500at/600af 3p 230v 50kaic Mccb Abn803c Branches 1 300at/400af 3p 230v 35kaic Mccb Abn403c 1 100at/100af 3p 230v 35kaic Mccb Abn103c 2 60at/100af 3p 230v 30kaic Mccb Abn52c 4 40at/100af 2p 230v 30kaic Mccb Abn52c 2 20at/100af 2p 230v 0kaic Mccb Abn52c Wire, Thhn,150mm, Black Wire, Thhn,22mm, Black Lugs, Terminal, Long Barrel, Crimp Type 150mm (white) Lugs, Terminal, Long Barrel, Crimp Type 30mm (brown) Pipe, Pvc,3" Tox & Screw,6mm×1" Screw, Tex, Metal, #2 Tex Screw, Adopter 8mm Bolt, Dyna, 3/8 Cap, Entrance,3" Adaptor, Male,3”, Pvc W/locknut Elbow, Long,3”, Pvc U-bolt, Nut & Washer,3"× ¼" 1 1 120 40 20 2 6 1 2 1 2 6 15 1 4 2 4 2 16 1 180 60 3 1 6 1 1 1 4 4 4 2 16 5 1 195 65 20 2 6 1 15 1 4 2 4 2 16

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: The 764 Ess Contracting Squadron At Ramstein Afb, Germany Is Issuing This Sources Sought To Conduct Initial Market Research Efforts In Support Of The Reprocurement Of Bos Services. Information Submitted Will Be Used To Identify Capable, Experienced And Resourced Service Providers Experienced In Delivering The Services Discussed In Detail Below. Additionally, The Information Collected Will Guide The Development Of New Contract Language, Work Statements, Required Reporting, Performance Standards And Product Segmentation Strategies disclaimer: In Accordance With Far 15.201(e) And Far 52.215-3, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service And Your Response To This Opportunity Will Not Be Used As A Proposal. No Entitlement To Payment Of Direct Or Indirect Costs, Or Charges To The Government Will Arise Because Of A Contractor's Response. naics Code: 561210 – Facilities Support Services the Government Anticipates That North American Industry Classification System (naics) Code 561210, With A Small Business Size Standard Of $41.5m Will Apply; However, No Set-aside Determination Has Been Made By The Government At This Time. The Government Is Interested In Responses From All Businesses To Include Large Business, Small Business, Small Disadvantaged Businesses, 8(a)s, Service-disabled Veteran-owned Small Businesses, Hub Zone Businesses, And Women-owned Small Businesses. The Government Requests That Interested Parties Respond To This Notice And Identify Their Business Size Status Under The Identified Naics Code. customer/mission: Hq Usafe-afafrica, Headquartered At Ramstein Air Base, Germany, Is A Major Command (majcom) Of The United States Air Force (usaf). It Is Also The Air Component For Two Department Of Defense (dod) Unified Combatant Commands -- Useucom, Which Serves The U.s. Component Of The North Atlantic Treaty Organization (nato), And Usafricom, Which Oversees Security Cooperation Programs That Assist African Nations In Building Their Own Security Capacity. The Commander Of Usafe-afafrica Is Responsible For Delivering Full-spectrum Options To Each Of The Combatant Commanders; Leading And Supporting Joint, Coalition, Nato, And Warfighting Headquarters Operations; And Promoting Regional Stability Through Focused Theater Engagement. As Part Of This Mission, Usafe-afafrica Trains And Equips Usaf Units And Maintains Combat-ready Wings Based From Great Britain To Turkyie In Support Of Useucom. Usafe-afafrica Plans, Conducts, Controls, Coordinates And Supports Air And Space Operations In Europe And Parts Of Asia And Africa To Achieve U.s. National And Nato Objectives. The Command's Inventory Of Aircraft Is Ready To Perform Close Air Support, Air Interdiction, Air Defense, In-flight Refueling, Long-range Transport And Support Of Maritime Operations. As The Air Component Of Usafricom, Usafe-afafrica Protects And Defends The National Security Interests Of The United States By Strengthening The Defense Capabilities Of African States And Regional Organizations And, When Directed, Conducts Military Operations, To Deter And Defeat Transnational Threats And To Provide A Security Environment Conducive To Good Governance And Development. background: For Over 25 Years, The Usaf Has Relied On A Single-service Provider To Perform Critical Facilities/installation Maintenance And Mission Support Functions For Dod And Usaf Installations In Turkiye And Spain. Base Operating Support (bos) Services For Installations In Turkyie And In Spain Are And Have Historically Been Under A Single Contract And Pws. This Acquisition Strategy Is Administratively Burdensome And Overly Complex. For The Uabos Follow On Reprocurement, The Government Will Re-examine This Acquisition Strategy And The Contract Structures Historically Used. The Government Seeks Responses From Industry Partners That Can Fullfill The Requirements In Total, And Also Seek Responses From Industry Partners, Including Local Vendors In Turkyie And Spain, That Can Support Portions Of The Requirement. currently, Services Under The Uabos Contract Include Requirements That Fall Into The Following Categories: usaf Civil Engineer Related Services program Management/strategic Planning/resource & Optimization/maintenance Of Real Property Records engineering Design operations And Maintenance Of Facilities, Airfields, Utility And Sanitation Systems, Fresh-water Systems, Electrical Distribution And Hvac Systems, Equipment And Electronics Maintenance airfield Lighting And Maintenance Of Fuel Distribution And Grounding Systems custodial Services refuse Collection And Disposal pest/vector Control grounds Maintenance/ Street And Airfield Sweeping fire And Emergency Services Including Structural And Aviation Crash Rescue force Support Services full Food Service/dining Hall Operations maintenance And Operation (m&o) Of Recreational Facilities Including Gyms, Libraries, Gold Courses, Bowling Centers, Lodging Services, Managing Intramural And Sports Programs us Postal Service Operations usaf Logistics Support Services distribution Of Goods And Personnel transportation Services, Shuttle Bus And Taxi Services, Fleet Transportation vehicle Maintenance, Maintenance, Vehicle And Special Equipment Operations And Maintenance, Us Air Aircraft Supply Chain Services, Warehouse And Storage Operations, Base Supply Accountability Functions, Management, Storage And Distribution Of Ppe operations, Management And Maintenance Of War Reserve Material transient Alert Services tool Control, Fod Management And Airfield Operations management, Maintenance And Operations Of Aerospace Ground Equipment cryogenics, Non-destructive Inspection, Acft Crash Recovery communications/it Support operate, Maintain, Manage Computer Informational Systems safety, Occupational Health, Industrial Hygiene & Ambulance Services medical Maintenance Operations Maintenance Services purpose/response Format: The Government Is Currently Reviewing Various Aspects Of Prior Acquisition Strategies. We Are Seeking Submissions From Vendors That Can Provide All The Services Outlined Above And From Vendors Capable Of Providing Discreet Areas Of The Current Requirement. Local Vendors In Both Spain And Türkiye Are Encouraged To Respond And Identify Which Discreet Services They Are Capable And Experienced In Providing. for Firms Capable Of Providing All Services, We Are Seeking Input From Service Providers Experienced In Performing Contracts In An Overseas/oconus Environment And Capable Of Managing A Functionally Diverse, Predominately Local National Workforce Providing The Services Described Above. interested Sources Should Complete The Information Shown Below *there Are No Page Limits* And Email The Responses To Ms. Shannon Kennedy-butler, Contracting Officer And Mr. John Mclaurin Contracting Officer. The Contracting Officers Are The Only Government Authorized Points Of Contact For This Sources Sought; All Correspondence Must Be Directed Only To Them 1. Company Information a. Name, Cage Code And Duns Code For The Company Business Size. Please Identify Any Applicable Socio-economic Status. b. Are You A Subsidiary Of A Larger/parent Business? (name If Applicable) c. How Many Employees Do You Have, Including Any Subsidiaries? d. Capability Information/history In The Industry/market To Which You Are Responding e. Point Of Contact, Phone, And E-mail For Individual Responsible For Finalizing Time, Duration And Digital Forum Requirements. 2. Matrix Document: The Government Has Attached A Sources Sought Matrix Spreadsheet With A Series Of Questions The Government Seeks Industry Input To. Industry’s Responses To This Sources Sought Shall Include Responses To The Attached Matrix.

Cebu Technological University Tender

Machinery and Tools
Philippines
Closing Date3 Jan 2025
Tender AmountPHP 909.1 K (USD 15.6 K)
Details: Description 1. Angle Grinder With Accessories (branded) Specifications: Rated Input Power: 710w Disc Diameter: 100mm Brush Diameter: 100mm 2 Pieces 2. Portable Inverter Arc Welding Machine (branded) Specifications: Power Supply Voltage: 220 – 240v Rated Input Capacity: 28kva Ampere Range: 20 – 450amps 2 Pieces 3. Flip – Up Automatic Welding Helmet Specifications: Changeable Battery Automatic Darkening Welding Filter Variable Shades: 5 – 8 And 9 – 13 2 Pieces 4. Leather Welding Apron 2 Pieces 5. Leather Welding Gloves 2 Pairs 6. Grinding Helmet Specifications: Atleast 200mm High Grinding Visor 4 Pieces 1. Marine Type Plywood (local) 4ft X 8ft X 5mm Type: Type 1 (marine Plywood) 25 Pieces 2. Marine Type Plywood (local) 4ft X 8ft X 10mm Type: Type 1 (marine Plywood) 25 Pieces 3. Marine Type Plywood (local) 4ft X 8ft X 18 Mm Type: Type 1 (marine Plywood) 25 Pieces 1. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 5mm Type: Type 1 (marine Plywood) Approximately 8 – 9kgs Per Piece 10 Pieces 2. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 10mm Type: Type 1 (marine Plywood) Approximately 19– 20kgs Per Piece 10 Pieces 3. Branded Premium Marine Type Plywood 4ft X 8ft Thickness: 18mm Type: Type 1 (marine Plywood) Approximately 30 – 33kgs Per Piece 10 Pieces 1. Plasma Cutter Specifications: Current Input: 1ph 10 – 40a Torch Tpt40 (4 Meters) W/ Earth Clamp, 2 Meters Cable, 10mmˆ2 Inclusion For Tpt40 Plasma Torch: Alteast 4 Pieces Of Nozzles, 10 Pieces Of Tips, 2 Pieces Of Diffusers, 10 Pieces Of Electrodes 1 Unit 2. Mig/mag Welding Machine Specifications: 250a 240v 1hp Torch 250a (3 Meters) Earth Clamp (2.5 Meters) 190cr Co2 Flow Gauge Regulator Cga – 320 Inclusion Welding Mask And Gloves Feedroll Φ 0.8/1.0 Feedroll Φ 0.8/1.2 Contact Tip M6 1.0mm X 28mm (atleast 1 Piece) Carbon Teflon Liner I.d 1.5mm 3.5m – Black W/ 0.8 – 1.0mm (atleast 1piece) Carbon Teflon Liner I.d 1.5mm 3.5m – Black W/ 1.0 – 1.2mm (atleast 1piece) 1 Unit 1. 200 Liters Plastic Chemical / Water / Oil Barrel Specifications: Hdpe Plastic Vertical Water Drum Bucket Type: Double Ring Closed Top Color: Blue 18 Pieces 2. ½” Galvanized Iron Pipe (s-20) Diameter: ½”, 6m Length 45 Pieces 3. ¾” Galvanized Iron Pipe (s-20) Diameter: ¾”, 6m Length 28 Pieces 4. 1” Galvanized Iron Pipe (s-20) Diameter:1”, 6m Length 40 Pieces 5. 1 ¼” Galvanized Iron Pipe (s-20) Diameter: 1 ¼”, 6m Length 10 Pieces 6. 1 ¼” Galvanized Iron Pipe (s-40) Diameter: 1 ¼”, 6m Length 10 Pieces 7. 2” Galvanized Iron Pipe (s-40) Diameter: 2”, 6m Length 10 Pieces 8. 2 ½” Galvanized Iron Pipe (s-40) Diameter: 2 ½”, 6m Length 10 Pieces 9. 3” Galvanized Iron Pipe (s-40) Diameter: 3”, 6m Length 10 Pieces 10. 4” Galvanized Iron Pipe (s-40) Diameter: 4”, 6m Length 10 Pieces 11. 1” Mild Steel Flat Bar Thickness: 2mm; 6m Length 15 Pieces 12. 2” Mild Steel Flat Bar Thickness: 5mm; 6m Length 25 Pieces 13. 3” Mild Steel Flat Bar Thickness: 5mm; 6m Length 10 Pieces 14. Mild Steel Checkered Plate Dimensions: 4ft X 8ft; Thickness: 10m 5 Pieces 15. Mild Steel Plate Dimensions: 4ft X 8ft; Thickness: 10mm 2 Pieces 16. Grade 4 Deformed Steel Bar Diameter: 12mm; 6m Length 10 Pieces 1. Welding Protection Apron Material: Cowhide – Leather Type: Long Sleeve Apron Durable; Heat And Flame Resistant One Size Fits All 5 Pieces 2. Pvc Apron Material: Pvc Apron Pc – 2151 Color: Gray Chemical Resistant Suits 10 Pieces 3. Good Quality Leather Welding Gloves Ai – 140 Welding Gloves With Linings Size: 13 Inches Color: Orange 5 Pairs 4. Working Cover – All Suits (ppe) Color: Gray Durable, Waterproof Sizes: 3 Pieces Small (s) 3 Pieces Medium 2 Pieces Large 2 Pieces Extra Large 25 Pieces 5. White Cloth Sleeve Washable Clothe Sleeve Arm Protection 20 Pairs 6. White Safety Helmet (hard Hat) Material: Abs Inclusive Of Chin Strap Color: White 25 Pieces 7. Safety Life Vest Working Type Life Vest With Whistle And Reflector 15 Pieces 8. Welding Protection Mask Moisture Proof Welding Mask Polupropylene Shell 5 Pieces 9. Marine Life Buoy/ring About 2.5kg Life Ring Solas Approved Life Ring Outside Diameter: 725mm Inner Diameter: 445mm Buoyancy: ≥14.5kg Buoyancy Material: Urethane Foam Shell: High Density Polyethylene With Reflector 5 Pieces 10. Industrial Safety Boots Color: Black Ce Approved En20345 – S1p Steel Toe Cap Steel Midsole Anti – Static And Anti – Vibration And Oil Resistant And Slip Resistant Split Leather Upper Size: 2 Pairs For 7 Uk Size 2 Pairs For 8uk Size 2 Pairs For 9uk Size 2 Pairs For 10uk Size 2 Pairs For 12uk Size 10 Pairs 11. Led Flashlight With 4 Sets Of Extra Batteries 2 Cell Battery Explosion Roof Color: Orange And Black 2 Pieces 12. Branded High Quality Steel Tape Measure Length: 3 Meters 2 Pieces 13. Branded High Quality Steel Tape Measure 2 Pieces 14. Branded High Quality Steel Tape Measure Length: 8 Meters 2 Pieces

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 1.8 Million (USD 31.6 K)
Details: Description Invitation To Bid For Supply And Delivery Of Construction Materials For Ditay-guinoman Cis Cy 2025 Diplahan, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-cis Cy 2025 Intends To Apply The Sum Of (php 1,835,495.00) One Million Eight Hundred Thirty Five Thousand Four Hundred Ninety Five Pesos Only Being The Abc To Payments Under The Contract For Niareg9-12102024-repair-ciscy2025-1000 (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 1,492.00 Bags Portland Cement (type 1) 2 154.00 Cu.m Gravel 3/4" Dia. 3 82.00 Cu.m Washed Sand 4 130.00 Pcs 12" Thk. Marine Plywood 5 44.00 Pcs Rsb 10mm Dia. X 6m Length 6 934.00 Pcs Rsb 12mm Dia. X 6m Length 7 16.00 Pcs Rsb 16mm Dia. X 6m Length 8 90.00 Kgs Ctw #16 9 85.00 Kgs Cwn 2" 10 80.00 Kgs Cwn 3" 11 60.00 Kgs Cwn 4" 12 40.00 Pcs Pvc Cement Pail 12" 13 5.00 Kgs Nylon #90 14 12.00 Pcs Hacksaw Blade 15 100.00 M Laminated Sacks 2m Width 16 280.00 Pcs Form Lumber 2" X 3" X 12' 17 400.00 Pcs Form Lumber 2" X 2" X 12' Temporary Works (bunkhouse & Bodega) 18 40.00 Pcs Form Lumber 2" X 3" X 12' 19 5.00 Sheets G.i. Plain Sheet (3' X 8') - Gauge 26 20 7.00 Bundles Nipa (25pcs/bundle) 21 10.00 Sheets Amakan 22 5.00 Bundles Rattan Strips 23 30.00 Pcs Bamboo Poles 24 1.00 Pc Toilet Bowl (ordinary) 25 1.00 Pc 200-l Capacity Plastic Drum (heavy Duty) Construction Safety & Health 26 23.00 Pcs Safety Hard Hat: White 5 Pcs, Yellow 18 Pcs 27 23.00 Pcs Pvc Working Boots, Black 28 23.00 Pcs Construction Gloves 29 1.00 Set Ppe Signage (4' X 8') 30 1.00 Set Safety First (4' X 4') 31 1.00 Set Warning Signs (2' X 3') Estimated Cost Php 1,835,495.00 The Above Procurement Project. Delivery Of The Goods Is Required By 120 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

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 2.3 Million (USD 40.6 K)
Details: Description Invitation To Bid For Supply And Delivery Of Construction Materials For Imelda Irrigation Project Cy 2025 Siay, Zamboanga Sibugay 1. The National Irrigation Administration – Zamboanga Sibugay Irrigation Management Office Through The Repair-cis Cy 2025 Intends To Apply The Sum Of (php 2,357,645.00) Two Million Three Hundred Fifty Seven Thousand Six Hundred Forty-five Pesos Only Being The Abc To Payments Under The Contract For Niareg9-12102024-line-projectcy2025-1001 (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 67.00 Bags Portland Cement (type 1) 2 7.00 Cu.m Gravel 3/4" Dia. 3 4.00 Cu.m Washed Sand 4 10.00 Pcs 1/2" Thk. Marine Plywood 5 60.00 Pcs Rsb 10mm Dia. X 6m Length 6 7.00 Kgs Ctw #16 7 8.00 Kgs Cwn 2" 8 5.00 Kgs Cwn 3" 9 6.00 Pcs Pvc Cement Pail 12" 10 1.00 Kg Nylon #90 11 5.00 Pcs Hacksaw Blade 12 10.00 Pcs Form Lumber 2" X 3" X 12' 13 20.00 Pcs Form Lumber 2" X 2" X 12' Temporary Works (bunkhouse & Bodega) 14 10.00 Pcs Form Lumber 2" X 3" X 12' 15 2.00 Sheets G.i. Plain Sheet (3' X 8') - Gauge 26 16 3.00 Bundles Nipa (25pcs/bundle) 17 5.00 Sheets Amakan 18 2.00 Bundles Rattan Strips 19 10.00 Pcs Bamboo Poles Construction Safety & Health 20 9.00 Pcs Safety Hard Hat: White 3 Pcs, Yellow 6 Pcs 21 10.00 Pcs Pvc Working Boots, Black 22 10.00 Pcs Construction Gloves 23 1.00 Set Ppe Signage (4' X 8') 24 1.00 Set Safety First (4' X 4') 25 1.00 Set Warning Signs (2' X 3') Supply, Delivery & Installation Of Standard Turn Out Steel Gates 26 45.00 Assembly Standard Turn Out Steel Gates Estimated Cost Php 2,357,645.00 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, 2024 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

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.1 Million (USD 37.2 K)
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Extension Of Maruaya Irrigation Canal In Brgy. Maruaya, Piddig, 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-eight Thousand Three Hundred Twenty-nine Pesos And Fifty-nine Centavos (php2,178,329.59) 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 Extension Of Maruaya Irrigation Canal In Brgy. Maruaya, Piddig, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-012. 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. Maruaya, Piddig, Ilocos Norte Project Description: Extension Of Maruaya Irrigation Canal (600m) 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 700.00 Sq.m V. Earthworks 108.00 Cu.m Vi. Rsb Works 6,396.00 Kgs Vii. Concrete Works Class “a” W/ Forms 86.40 Cu.m Viii. Concrete Works Class “a” W/o Forms 60.48 Cu.m Ix. Marker 1.00 Unit Minimum Technical Personnel Required: • 1 Project Engineer • 3 Equipment Operator • 1 Foreman • 4 Skilled Workers • 15 Unskilled Workers Minimum Equipment Required: • 1 Backhoe (.28 Cu.m.) • 2 Dump Truck • 2 Concrete Mixer, 1 Bagger • 1 Low-bed Truck • Set Of Hand Tools Completion Of The Works Is Within Ninety (90) 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, 11:00 Am 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, 11:00 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 04 February 2025, 11:00 Am 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-012

City Government Iligan Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 4.8 Million (USD 82.3 K)
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 4,830,276.09being The Approved Budget For The Contract (abc) To Payments Under The Contract For Road Concreting With Side Drainage, Matuog, Brgy. Kiwalan, Iligan City With Project No. Cb(b)-25-004 (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 Road Concreting With Side Drainage, Matuog, Brgy. Kiwalan, Iligan City General Requirements •installation Of Project Billboard •occupational Safety And Health Program •mobilization And Demobilization •turn Over Earthworks •clearing And Grubbing •structural Excavation (common Soil) •embankment From Roadway Excavation •staking,lay-out Of Lines, Grades & Elevation Of The Pccp To Be Constructed As Per Plan And Specifications •subgrade Preparation •compaction Aggregate Basecourse •placing, Spreading And Compacting 200mm Thk Base Course Formworks •use 200mm Thk Fonnworks For The Pccp Base Course Portland Cement Concrete Pavement •provide 200mm Thk Pccp •provide 200mm Dia. Utility/service Pipe For Every 20m Distance. •provide Longitudinal And Transverse 16mm Dia Dsb •cutting Of Pccp At Every 4.5meters •pour Asphalt In Center Line And Every 4.5meters •apply Curing Compound After Pouring Reinforce Concrete Culvert Pipe •installation Of 610mm Dia Reinforce Concrete Pipe Culvert Grouted Riprap •grouted Riprap For Pipe Culvert Protection Headwall For Outlet And Catch Basin At Inlet (hillside) •provide 100mm Thk Concrete Flooring For Catch Basin 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.mobilization / Demobilization (q = 1.00 Lot) Ii.earthworks A.clearing And Grubbing (q = 1.00 Lot) Includes Clearing Of Obstruction B.structure Excavation (common Soil) (q = 858.69 Cu.m.) C.embankment From Road Way Excavation (q = 51.85 Cu.m.) D.subgrade Preparation (q = 1,020 Sq.m.) Iii.aggregate Base Course A.aggregate Base Course (q = 326.40 Cu.m.) Includes Aggregate Subbase Course, Hauling Cost Of Materials. Iv.form Works A.formwork (q = 1.00 Lot) Includes No. 16 G.i.tie Wire, Hauling Cost Of Materials. V.surface Course A.portland Cement Concrete Pavements (q = 204.00 Cu.m.) Includes Ready Mixed Concrete (3500 Psi, @14days), Reinforce Steel Bar 16mm Dia. Grade 40- 66pcs, Asphalt, Curing Compound, Concrete Saw Blade, 200mm Pvc Pipe, Hauling Cost Of Materials. Vi.drainage A.reinforced Concrete Culvert Pipe (q = 18.00 Ln.m) Includes 24" Dia. Reinforce Concrete Pipe Culvert (class Ii), Washed Sand, Portland Cement Typei, Hauling Cost Of Materials. A. Grouted Riprap (q = 5.00 Cu.m) Includes Boulders Class A, Washed Gravel, Washed Sand, Portland Cement Type I, Hauling Cost Of Materials. Approved Budget For The Contract (abc): P 4,830,276.09 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 Three (103) 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. 25-004 (ceo-infra)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Notice Of Intent To Sole Source: iaw Far 5.101 This Notice Is To Advise The Public That The Department Of Veterans Affairs, Regional Procurement Office East (rpoe), Network Contracting Office 4, Intends To Award A Sole Source, Firm-fixed-price Contract Pursuant To Far 13.106-1(b)(2) To Terarecon Inc. Located At 4309 Emperor Blvd Suite 310, Durham, Nc, 27703, For A Base Year With Four (4) Option Years, Exercisable At The Government S Discretion. The Philadelphia Va Medical Center (vamc) Requires Ongoing Licenses, Software Support, And Hardware Support For The Medical Center S Terarecon Picture Archiving Computer System (pacs) To Maintain Operability Of The System To Store Diagnostic Patient Images. this Notice Of Intent Is Not A Request For Competitive Proposals Or Quotations. responsible Sources That Believe They Can Meet The Requirements May Give Written Notification By Submitting Capability Information That Clearly Demonstrates The Capability To Perform The Required Work And Applicable Certifications/licenses For The Hardware/software. Capability Information Is Required Prior To The Response Due Date And Time, To Establish The Ability Of The Source To Meet This Requirement. Supporting Evidence Must Be Furnished In Sufficient Detail To Demonstrate The Ability To Perform The Requirements And Must Include Relevant Corporate Experience Along With The Applicable Contract Number, Total Contract Dollar Amount, Contract Period Of Performance, Details Of The Relevant Services And Customer Point Of Contact With Corresponding Telephone Number And Email Address. responses Must Include Following Information: 1. Company Name 2. Sam Number 3. Company S Address 4. Point Of Contact Information (title, Phone Number And Email Address) 5. Business Size. a Determination By The Government Not To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. The Government Will Not Be Responsible For Any Costs Associated With The Preparation Of Responses To This Notification. responses Are Due By 12:00 Pm Et, Thursday, February 13, 2025. No Submissions Will Be Accepted After This Date And Time. Responses Shall Be Submitted Via Email To Jefferson.mann@va.gov. Telephone Inquiries Will Not Be Accepted. the Naics Code For This Acquisition Is 513210 And The Size Standard Is $47 Million. performance Work Statement (pws) performance Work Statement (pws) terarecon Picture Archiving Computer System (pacs) Maintenance And Support philadelphia Va Medical Center (vamc) corporal Michael J. Crescenz Va Medical Center (cmcvamc) Woodland Ave, Philadelphia, Pa 19104 general: This Contract Is Issued To Ensure The Continuous Reliability Of The Terarecon Picture Archiving Computer System (pacs) Software And Associated Hardware. This System Is A Picture Archiving Computer System (pacs) For Storing Patient Images. This Equipment Requires Repair And Maintenance By Trained Personnel Using Manufacturer Approved Parts And Specifications. This System Is Critical For Viewing And Diagnosing Images For The Diagnostic Imaging Service At The Philadelphia Vamc, And The Reliable And Accurate Operation Of The Equipment At All Times Is Considered Critical To The Health Of Patients. description Of Services: The Contractor Shall Provide All Licenses, Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, Supervision, And Other Items And Non-personal Services Necessary To Service And Support The Ongoing Full Functionality Of Government Owned Terarecon Pacs System As Defined In This Performance Work Statement Except For Those Items Specified Herein. The Contractor Shall Perform To The Standards In This Contract. background: This Is A New Requirement For The Continued Maintenance And Support For Philadelphia Vamc Terarecon Picture Archiving Computer System. Ongoing Maintenance, Repair, And Licenses Are Required Keep The System Fully Functioning. objective: The Contractor Shall Provide Services, Which Include Software Licenses, Software Updates, Hardware Warranty And Repair, Volumepro Co-processing Board Warranty, Telephone Support, And Remote Support During Normal Business And After Hours, And On-site Emergency Repairs At Philadelphia Vamc. The Equipment Listed At Appendix A Is As Is . The Contractor Accepts Responsibility For The Equipment Listed. Failure To Inspect The Equipment Prior To Contract Award Will Not Relieve The Contractor From Performance Of The Requirements Of This Contract. period Of Performance: The Expected Period Of Performance For This Requirement Is A Base Year And Four Options Years (which May Or May Not Be Exercised Based On The Needs Of And At The Discretion Of The Government). base Year march 11, 2025, To March 10, 2026 option Year 1 march 11, 2026, To March 10, 2027 option Year 2 march 11, 2027, To March 10, 2028 option Year 3 march 11, 2028, To March 10, 2029 option Year 4 march 11, 2029, To March 10, 2030 work Hours And Scheduling Arrangements: Except By Special Alternative Arrangement, Services Will Be Performed During The Facility S Normal Business Hours (8:00 A.m. To 5:00 P.m. Et Monday Through Friday Excluding Federal Holidays). Customer Service Telephone And Remote Support Shall Be Available From 8:30 Am Et To 8:30 Pm Et For Standard Service. Standard Service Will Be Available Monday Through Friday, Excluding Weekends And Terarecon Observed Holidays. Emergency Service Shall Be Available 24 Hours 7 Days A Week, Including Weekends With The Exemption Of Terarecon After Hours Observed Holidays. All Work Will Be Coordinated By Program Point Of Contact (poc) And Biomedical Engineering Personnel. The Federal Holidays Which Are Observed By The Federal Government Are Annotated Below. terarecon Observed Holidays: new Year S Day martin Luther King S Birthday president S Day memorial Day independence Day labor Day columbus Day thanksgiving Day day After Thanksgiving christmas Eve christmas Day new Year S Eve terarecon After Hours Observed Holidays: new Year S Day christmas Eve christmas Day federal Holidays Observed By The Va Medical Center: new Year S Day martin Luther King, Jr. Birthday president S Day memorial Day juneteenth National Independence Day independence Day labor Day columbus Day veterans Day thanksgiving Day christmas Day any Other Day Specifically Declared To Be A National Holiday (per Federal Statute, Executive Order, Or By The President S Proclamation). contractor Required Qualifications, Experience & Technical Capability (to Perform Services): All Staff Working Under This Contract Shall Be Qualified To Work On Equipment Stated In Appendix A. conformance Standards: The Equipment Shall Be Maintained Such That It Meets Or Exceeds The Performance Specifications As Established In The Oem S Technical Specifications. scope Of Services-maintenance And Repair: required Tasks task #1: software Licensing the Contractor Shall Provide All Licenses Needed For Functionality The Of Intuition/aquarius System And Equipment Listed In Appendix A. task #2: hardware And Software Support the Contractor Shall Provide Hardware And Software Support Needed For Functionality Of The Intuition/aquarius System And Equipment Listed In Appendix A, In Accordance With Oem Specifications. Hardware And Software Shall Have Remote Support Capabilities To Diagnose, Troubleshoot And Correct System Errors And Outages, Including Telephone And Online Support. If Remote Support Is Unsuccessful In Resolving The Service Issue, Emergency On-site Support Is Required. task #3: software Updates the Contractor Shall Provide All Software Updates As Released According To Oem Specifications For The Intuition/aquarius System And Equipment Listed In Appendix A. task #4 response Time the Contractor Shall Respond To A Service Call By The Times List Below For The Following Criteria: critical Failure; Complete System Outage Less Than One Hour major Failure; Partial Outage Largely Impacting Patient Care 1 Hour minor Failure; Partial Outage With Minimum Impacts To Patient Care 24 Hours secondary Failure; Partial Outage With No Impacts To Patient Care 48 Hours requests; System Improvements With No Outage Or Impacts To Patient Care 96 Hours task #5: oem Parts the Contractor Shall Provide All Replacement Parts And Labor Required To Maintain The Intuition/aquarius System And Equipment Listed In Appendix A, In Accordance With Oem Specifications. the Contractor Shall Provide Oem Parts That Are Fully Compatible With The Existing System Listed In Appendix A. If Other Than New Parts Are Used, Approval From Biomedical Engineering Is Needed Prior To Repair. task #7: check In And Check Out Procedures prior To Commencement Of And Immediately After Each Service Visit, The Contractor And/or Contractor S Authorized Repair Technician Shall Sign In And Out In The Biomedical Engineering Shop, Building 2, Room 3a152 And Notify Biomedical Engineering Point Of Contact Of Arrival And Departure. all Vendor Mobile Media Devices (usb Drives, Cds, Dvds, Etc.) Must Be Scanned By Biomedical Engineering Before Use. task #8 notification For Out-of-scope Work the Contractor Shall Immediately, But No Later Than 24 Hours After Discovery, Notify The Biomedical Engineering Point Of Contact, In Writing, Of The Existence Or The Development Of Any Defects In, Or Repairs Required To The Equipment Listed In Appendix A Which The Contractor Considers They Are Not Responsible For Under The Terms Of The Contract. the Contractor Shall Provide The Poc With A Written Estimate Of The Cost To Make Necessary Repairs And No Additional Work Shall Be Completed Without A Written Modification Or Purchase Order Being Issued To The Contractor From The Government For The Required Work. task #8: vendor Engineering Service Reporting the Contractor Shall Submit All Electronic Service Reports (esr) With Signatures From The Contractor Who Completed The Work And Va Employee Who Witnessed Service Described. A Signed Accepted Copy Of The Electronic Service Report Shall Be Emailed To Biomedical Engineering (vhaphibiomedicalservicereports@va.gov) Within Five (5) Business Days Of Maintenance/service Which Describes The Maintenance, Repair, Work, And/or Services That Were Performed On The Equipment. The Contractor Shall Include The Vendor Name And Contract Obligation Number Listed In The Subject Line Of The Email. In Addition, Each Esr Must At A Minimum Document The Following Data Legibly And In Complete Detail: name Of Contractor name Of Fse Who Performed Services contractor Service Esr Number/log Number date, Time (starting And Ending), Hours-on-site For Service Call va Purchase Order Number(s) (if Any) Covering The Call, If Outside Normal Working Hours description Of Problem Reported By Biomedical Engineering/user identification Of Equipment To Be Serviced To Include The Following: equipment Ee # manufacturer's Name device Name model # serial # any Other Manufacturer's Identification Numbers itemized Description Of Service(s) Performed (including Costs Associated With After Normal Working Hour Services) Including: labor And Travel parts (with Part Numbers) And Materials location Of Problem/corrective Action scheduled And Unscheduled Maintenance Procedures Performed total Cost To Be Billed signatures From The Following: fse Performing Services Described va Employee Who Witnessed Service Described 9.1) Scope Of Additional Required Services: The Contractor Shall Provide The Following Additional Services In Addition To Regular Maintenance, Support Services And Repair (as Annotated In Section 1). Punch List Of Additional Required Services (a Through D) if Coming On-site, Contractor Personnel Must Provide A Copy Of The Following To The Biomedical Engineer Poc: tuberculosis (tb) Vaccination Documentation flu Vaccination Documentation a Copy Of Hipaa Compliance Training Certificate it Is The Responsibility Of The Contractor To Ensure That All Contract Staff Is Compliant With The Requirements Outlined In Vha Directive 1192. The Contractor Shall Maintain The Following Documentation: documentation Of Vaccination, E.g., Signed Record Of Immunization From A Healthcare Provider Or Pharmacy, Or A Copy Of Medical Records Documenting The Vaccination. Completed Healthcare Personnel Influenza Vaccination Form (attachment B Of Vha Directive 1192) If Unwilling Or Unable To Receive The Vaccine. the Contractor Is Required To Submit Annual Certification To Biomedical Engineering That All Contract Staff Performing Services At Va Facilities Are In Compliance With The Vha Directive 1192. the Contractor Shall Comply With The Federal Osha Bloodborne Pathogens Standard. The Contractor Shall Have Methods By Which All Employees Are Educated As To Risks Associated With Bloodborne Pathogens, Have Policies And Procedures That Reduce The Risk Of Employee Exposure To Bloodborne Pathogens, Have Mechanisms For Employee Counseling And Treatment Following Exposure To Bloodborne Pathogens And Provide Appropriate Personal Protective Equipment/clothing Such As Gloves, Gowns, Masks, Protective Eyewear, Mouthpieces For The Employee During Performance Of The Contract. upon Entering Philadelphia Vamc, Per Cdc And Federal Regulations, All Personnel Must Wear The Required Ppe While On-site; At A Minimum This Includes A Cloth Mask. Ppe Will Not Be Provided By Philadelphia Vamc. All Individuals Are Required To Enter Through The Main Entrance For Temperature Screening. If Contractor S Temperature Exceeds The Designated Threshold, They Will Be Asked To Leave. In The Event Of An Fse Being Forced To Vacate The Premises, They Shall Notify The Necessary Biomedical Engineering Staff And Provide A Contact For A Replacement. miscellaneous Requirements And Other Information: identification, Parking, Smoking, Cellular Phone Use And Va Regulations: the Contractor Shall Wear Visible Identification At All Times While On The Premises Of The Philadelphia Va. Identification Shall Include, As A Minimum, The Employee S Name, Position, And The Contractor S Trade Name. it Is The Responsibility Of The Contractor To Park In The Appropriate Designated Parking Areas. Information On Parking Is Available From The Va Police-security Service. Vaphi Will Not Invalidate Or Make Reimbursement For Parking Violations Of The Contractor Under Any Conditions. smoking Is Prohibited Inside Any Buildings And On Premise At Vaphi. This Covers All Smoking And Tobacco Products, Including But Not Limited To: cigarettes cigars pipes any Other Combustion Of Tobacco electronic Nicotine Delivery Systems (ends), Including But Not Limited To Electronic Or E-cigarettes, Vape Pens, Or E-cigars. chewing Tobacco cellular Phones And Two-way Radios Are Not To Be Used Within Six Feet Of Any Medical Equipment. possession Of Weapons Is Prohibited. Enclosed Containers, Including Tool Kits, Shall Be Subject To Search. Violations Of Va Regulations May Result In A Citation Answerable In The United States (federal) District Court, Not A Local District State, Or Municipal Court. va Security Requirements the Contractor May Not Have Access To The Va Network Or Any Va Sensitive Information Under This Contract. Contractor Owned Computer Equipment Including Laptops Are Not Permitted To Be Connected To The Va Network. Any Removable Storage Device Used In Medical Equipment Must Be Scanned By Biomed Or Oit. The Following Language From Va Handbook 6500.6 Is Required In This Contract: appendix B: All appendix C: Paragraphs 1, 2, 3, 5, 6, 7, 8, 9, 10 all Contractors Must Receive Privacy Training Annually Using One Of The Following Methods: complete Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information Training By Using Va S Tms System (https://www.tms.va.gov/). Contractors May Use The Tms Managed Self Enrollment Method To Complete The Training In Tms. Biomedical Engineering Staff Must Ensure That All Contractors Are Validated In The Phi Domain. complete The Hard Copy Version Of Va Privacy Training For Personnel Without Access To Va Computer Systems Or Direct Access To Or Use To Va Sensitive Information . Signed Training Documents Must Be Submitted To Biomedical Engineering. appendix A: Equipment Listing the Contractor Shall Perform All Services Required Within Pws In Accordance With Oem (original Equipment Manufacturer) Specifications On The Following System Equipment And Software. Equipment And Software Are Subject To Change. item manufacturer model serial # terarecon Server dell r730 dpm78m2 terarecon Server dell r430 f8550m2 volumepro Co-processing Board n/a n/a n/a intuition Software terarecon n/a n/a aquarius Software terarecon n/a n/a

City Government Iligan Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 1.9 Million (USD 33 K)
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund , Intend To Apply The Sum Of P 1,932,276.10 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City With Project No. Cb(b)-24-148 (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 Construction Of Male And Female Headquarters - Soco (phase 1), Pnp Camp Tomas Cabili, Brgy. Tipanoy, Iligan City 1. General Requirements • Permits And Clearances • Installation Of Project Billboard – 2 Sets • Occupational Safety And Health Program • Mobilization And Demobilization 2. Earthworks • Excavation Works For Footings, Tiebeams And Wall Footing • 100mm Thk. Gravel Base For Footings And Tiebeams • 50mm Thk. Gravel Base For Wall Footings 3. Steel Reinforcements • Installation Of 20mm Ø Dsb For Columns (6.50m), Tiebeams And Floor Beams (b1 & Cb) • Installation Of 16mm Ø Dsb For Footings, Tiebeams And Floor Beams (b1, B2, B3 & Cb) • Installation Of 10mm Ø Dsb For Tiebeams And Floor Beams Stirrups, Column Lateral Ties And Slab Matting For Second Floor 4. Concrete Works, Formworks And Scaffoldings • Installation Of Formworks And Falsework For Columns, Tiebeams, Beams (b1, B2, B3 & Cb) And Second Floor Slab • Concrete Pouring Of Footings, Columns (6.50m), Tiebeams, Floor Beams (b1, B2, B3 & Cb) And Second Floor Slab • Removal Of Formworks And Falsework • Installation Of 4” And 2” Pvc Pipes For Second Floor Plumbing Roughing-ins 5. Masonry Works • 4” X 8” X 16” Concrete Hollow Blocks For Perimeter Walls Up To Bottom Of Floor Beam I. Permit & Clearances (q = 1.00 Lumpsum) Includes Fire, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3)- 6 Sets Of Plans. Ii. Construction Safety And Health Program (q= 1.00 Lumpsum) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe, First Aid Kit & Medicines. Iii. Project Billboard (q=2.00 Set/s) Includes 4’x8’ 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=1.00lot) V. Earthworks (q=95.00 Cu.m.) Includes Volume To Be Excavated, V=54.4 Cu.m.; Volume To Be Backfilled, V= 28.1cu.m.;gravel Bedding, V=10.83cu.m.; (+15% Shrinkage). Vi. Steel Reinforcements (q= 7,873.65kgs.) Includes 20mm Dia. X 6m Dsb, 16mm Dia. X 6m Dsb, 10mm Dia. X 6m Dsb, #16 G.i Tie Wire. Vii. Concrete Works, Formworks And Scaffoldings (q=45.17cu.m.) Includes Portland Cement (type I), Washed Sand, Washed Gravel, 4’ X 8’ X ¾” Thk. Marine Plywood, Assorted Sized Coco Lumber (2” X 2” X 10’ & 2” X 3” X 10’), Assorted Sized C.w. Nails, Sahara Cement Waterproofing Compound 908grams, Plumbing Roughing-ins-4” Dia. X 10’ Pvc Pipes S-1000, Plumbing Roughing-ins – 2”dia X 10’ Pvc Pipes S-1000. Viii. Masonry Works (q=100.65sq.m.) Includes 4” X 8” X 16” Chb (a = 100.65), Portland Cement, Washed Sand) Approved Budget For The Contract (abc): P 1,932,276.10 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 Ten (110) 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. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 2. Pre-bid Conference: January 21, 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: February 4, 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: February 4, 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 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-148 (ceo-infra)

Department Of Agriculture Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 2.1 Million (USD 37.2 K)
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
471-480 of 531 archived Tenders