Security Guard Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+2Road Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Laguna 1st District Engineering Office Sta. Cruz, Laguna, Region Iv-a Notice Of Procurement Through Small Value Procurement February 21, 2025 The Department Of Public Works And Highways-laguna 1st District Engineering Office Through Its Bids And Awards Committee (bac) Invites Suppliers To Submit Quotations/bids For The Following Request For Quotations: 1.contract Name : Purchase And Delivery Of Construction Materials (2t Motor Oil With Decarbonizer And Nylon Line) For Routine Maintenance Activities Along Various National Roads Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-005 Purchase Request : 2025-02-013 Contract Location : Dpwh Laguna 1st District Engineering Office Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 513,975.00 Source Of Fund : Fy 2025 Annual Maintenance Fund 2.contract Name : Purchase And Delivery Of Construction Materials (asphalt Cement Penetration Grade 60-70) For Routine Maintenance Activities (repair Of Paved Roads) Along Various National Road Sections Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-006 Purchase Request : 2025-02-014 Contract Location : Dpwh Laguna 1st District Engineering Office Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 997,920.00 Source Of Fund : Fy 2025 Annual Maintenance Fund 3.contract Name : Purchase And Delivery Of Construction Materials (bituminous Concrete Surface Binder Course Hot Laid And Asphalt Emulsified Cationic Ss1-tact Coat) For Routine Maintenance Activities Along Pagsanjan-lucban Road Contract Id No : Dh-svp2025-02-007 Purchase Request : 2025-02-016 Contract Location : Pagsanjan-lucban Road Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 946,922.97 Source Of Fund : Fy 2025 Annual Maintenance Fund 4.contract Name : Purchase And Delivery Of Construction Materials (bituminous Concrete Surface Binder Course Hot Laid And Asphalt Emulsified Cationic Ss1-tact Coat) For Routine Maintenance Activities Along Rizal Bdry-famy-quezon Bdry. Road Contract Id No : Dh-svp2025-02-008 Purchase Request : 2025-02-017 Contract Location : Rizal Bdry-famy-quezon Bdry. Road Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 955,241.70 Source Of Fund : Fy 2025 Annual Maintenance Fund 5.contract Name : Purchase And Delivery Of Construction Materials (bituminous Concrete Surface Binder Course Hot Laid And Asphalt Emulsified Cationic Ss1-tact Coat) For Routine Maintenance Activities Along Calamba-sta. Cruz-famy Jct. Road 2 And Paete-famy Poblacion Road Contract Id No : Dh-svp2025-02-009 Purchase Request : 2025-02-018 Contract Location : Calamba-sta. Cruz-famy Jct. Road 2 And Paete-famy Poblacion Road Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 952,594.72 Source Of Fund : Fy 2025 Annual Maintenance Fund 6.contract Name : Purchase And Delivery Of Construction Materials (bituminous Concrete Surface Binder Course Hot Laid And Asphalt Emulsified Cationic Ss1-tact Coat) For Routine Maintenance Activities Along Calamba-sta. Cruz-famy Jct. Road 1 And Sta. Cruz Poblacion Road And Cavinti-caliraya Road Contract Id No : Dh-svp2025-02-010 Purchase Request : 2025-02-019 Contract Location : Calamba-sta. Cruz-famy Jct. Road 1 And Sta. Cruz Poblacion Road And Cavinti-caliraya Road Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 952,973.00 Source Of Fund : Fy 2025 Annual Maintenance Fund 7.contract Name : Purchase And Delivery Of Construction Materials (bituminous Concrete Surface Binder Course Hot Laid And Asphalt Emulsified Cationic Ss1-tact Coat) For Routine Maintenance Activities Along Majayjay-lucban Road, Liliw-majayjay Road And Pagsanjan-lucban Road Contract Id No : Dh-svp2025-02-011 Purchase Request : 2025-02-020 Contract Location : Majayjay-lucban Road, Liliw-majayjay Road And Pagsanjan-lucban Road Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 953,729.07 Source Of Fund : Fy 2025 Annual Maintenance Fund 8.contract Name : Purchase And Delivery Of Construction Materials (aggregates) For Routine Maintenance Activities Along Various National Roads Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-012 Purchase Request : 2025-02-021 Contract Location : Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 957,589.20 Source Of Fund : Fy 2025 Annual Maintenance Fund 9.contract Name : Purchase And Delivery Of Construction Materials (cold Mix Asphalt Patch) For Routine Maintenance Activities (repair Of Paved Roads) Along Various National Road Sections Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-013 Purchase Request : 2025-02-022 Contract Location : Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 498,960.00 Source Of Fund : Fy 2025 Annual Maintenance Fund 10.contract Name : Purchase And Delivery Of Construction Materials (curing Compound Bitumen High Grade) For Routine Activities Along Various National Road Sections Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-014 Purchase Request : 2025-02-023 Contract Location : Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 497,227.50 Source Of Fund : Fy 2025 Annual Maintenance Fund 11.contract Name : Purchase And Delivery Of Safety Devices (concrete Barrier With Led Illuminated Directional) Along Calamba-sta. Cruz-famy Jct. Road 1 (sambat Bubukal Intersection)and Warning Devices On Road Slips Along Pagsanjan-lucban Road Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-015 Purchase Request : 2025-02-026 Contract Location : Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 993,300.00 Source Of Fund : Fy 2025 Annual Maintenance Fund 12.contract Name : Purchase And Delivery Of Safety Devices (guardrail Metal Beam) Along Various National Roads Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-016 Purchase Request : 2025-02-027 Contract Location : Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 963,085.95 Source Of Fund : Fy 2025 Annual Maintenance Fund 13.contract Name : Purchase And Delivery Of Grasscutter For Vegetation Control Along Various National Roads Of Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Id No : Dh-svp2025-02-017 Purchase Request : 2025-02-031 Contract Location : Dpwh-laguna 1st District Engineering Office, Santa Cruz, Laguna Contract Duration : 15 Calendar Days Approved Budget For The Contract : Php 311,850.00 Source Of Fund : Fy 2025 Annual Maintenance Fund 1. Bidding Will Be Conducted Through Open-sealed Canvass Criterion For At Least Three (3) Suppliers Of Known Qualifications, As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 2. Bidding Is Restricted To Filipino Citizen/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Interested Bidders May Obtain Further Information From Dpwh-laguna 1st District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00am~5:00pm. 4. The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1..issuances/downloading Of Bidding Documents February 22, 2025 To February 28, 2025 • Hard Copies At Bac Secretariat, Dpwh Laguna 1st Deo, Santa Cruz, Laguna • Downloadable From A) Dpwh Website, Www.dpwh.gov.ph And B) Philgeps Website Www.philgeps.gov.ph 2..receipt By The Bac Of Bids Deadline: 9:00 Am February 28, 2025 Bac Secretariat Office, Dpwh Laguna 1st Deo, Santa Cruz, Laguna 3..opening Of Bids Immediately After Deadline Of Submission At 9:00 A.m. , February 28, 2025 Conference Room, Dpwh Laguna 1st Deo, Santa Cruz, Laguna 5. The Department Of Public Works And Highways-laguna 1st District Engineering Office, M.l. Quezon Avenue, Brgy. Calios, Santa Cruz, Laguna Reserves The Right To Accept Or Reject Any Bid And To Annul The Bidding Process Any Time Before The Contract Award, Without Incurring Any Liability To The Affected Bidders. . 6. Pursuant To Proclamation No. 57 Dated September 12, 2022 And Executive Order No. 07 Dated October 28, 2022, Visitors/bidders Are Encouraged To Comply With The Following: 7. Visitors Must Present Copies Of One (1) Company Id And One (1) Valid Government Issued Id To Security Guard On Duty. 8. Pursuant To The Updated Health Protocols Following The Lifting Of The Covid-19 Public Health Emergency, Wearing Of Face Mask Is Still Encouraged For The Following: A. Elderly, B. Individuals With Comorbidities; C. Immunocompromised Individuals; D. Pregnant Women; E. Unvaccinated Individuals; And F. Symptomatic Individuals Observe Physical Distancing At All Times Of At Least One (1) Meter Or Two (2) Meters When Possible. Any Requests For Additional Information Concerning This Bidding Shall Be Directed To The Following: Editha L. Laron Head, Procurement Unit Dpwh Laguna 1st District Engineering Office Brgy. Calios, Sta. Cruz, Laguna (049) 546 7094 /(049) 501-2081 Dpwh.laguna1@gmail.com Danilo D. Apuada Jr. Bac – Chairperson Dpwh Laguna 1st District Engineering Office Brgy. Calios, Sta. Cruz, Laguna (049) 546 7094 /(049) 501-2081 Dpwh.laguna1@gmail.com
Closing Date28 Feb 2025
Tender AmountPHP 498.9 K (USD 8.6 K)

Office Of The President Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Title Of The Project: Procurement Of One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Wells Passenger Elevator Located At Malacañan Palace (april To December Of Cy 2025) Under Pr No. 25-01-0144 A) Request For Quotation 1. 1 Lot Monthly Preventive Maintenance Of One (1) Unit Wells Passenger Elevator Located At Malacañan Palace (april To December Of Cy 2025) I. Purpose The Scope Of The Monthly Preventive Maintenance Covers The Necessary Equipment/ Accessories/ Materials Needed In Order To Execute The Scope Of Works Indicated On Item Iv. Ii. Description Of Elevator Location Of Elevator: Malacañan Palace Brand: Wells Capacity: 800 Kg (10pax) Number Of Stops/opening: Three (3) Service: Passenger Iii. Requirements To Ensure Attainment Of The Project Objectives, The Following Are The Contractor's Minimum Qualification: A. The Contractor Must Be An Authorized Service Provider Of The Indicated Brand Of Elevator And Must Provide Certificate Or Equivalent Document From The Manufacturer. Iv. Scope Of Works 1. Mobilization Of All The Technical Engineers, Technicians, Labors, Tools And Equipment, Materials Consumables, Including Additional Electrical Wires And Cables To Be Used During The Preventive Maintenance Service. 2. Check And Cleaning Of All Areas Of The Machine Room, Traction Motor, Wire Rope, Elevator Pit And Elevator Car. 3. General Inspection And Diagnosis Of All The Electrical Controls And All Elevator Pc Boards In Operation Of The Elevator. 4. Check And Correct Door System And The Hall Call Button Of The Elevator. 5. Check All Switches, Limit Switches And Alarms Of The Elevator If All Working. 6. Commissioning Of The Entire Elevator System And Check If The Program Will Work In Its Normal Operation. 7. Checking And Correcting All The Cables, Wirings, Controls, Elevator Car And Other Component Of The Elevator. 8. Check The Alignment Of All Elevator In Normal Operation After All The Checking And Adjustments. 9. Test And Run The Elevator Doors And Adjust It To Make It Smooth In Opening And Closing. 10. Demobilization 11. Turn-over Of The Elevator To Authorized Representative. 12. Submit Elevator Monthly Maintenance/service Report Including Recommendation/s (if Any): 12.1 Machine Room: 12.1.1 Check-up, Monitor & Observe Motor Running. 12.1.2 Check-up, Monitor & Observe Feedback Rotary Encoder Against Vibration. 12.1.3 Check-up The Condition Of Main Drive Secondary Sheave Pulleys, Bearing & Oil Rings. 12.1.4 Check-up, Monitor & Observe Braking System, Break Oil, Pads And Lining. 12.1.5 Check-up And Test Governor Safety Function (calibrate If Necessary). 12.1.6 Check-up Oil Gauge Machine (use Oil-type Only). 12.1.7 Check-up Machine Room Bed/base Bolts And Nuts If Properly Tightened. 12.1.8 Clearing Of Machine Room. 12.2 Control Panel: 12.2.1 Check-up Electrical And Electronic Components For Possible Overheating And Defects Such As Magnetic Contactors, Transformer, Breakers, Fuses, Main Board, Inverter And Etc. 12.2.2 Check-up And Monitor The Exhaust Fan For Ventilation If Functional (temperature Must Be Less Than 45 Deg.) 12.2.3 Check-up Wires, Bolts, Nuts, And Other Terminal Fixtures. 12.2.4 Check-up And Test Emergency Communication System Such As Intercom, Alarm Indicators And Ups If Functional. 12.3 Hoist Way/shaft Components: 12.3.1 Lubricate Alignment And Calibrate Door Mechanisms Rollers, Guide Shoes, Counterweight, Cables, Interlocks, Safety Switches And Other Door Related Components. 12.3.2 Check-up, Monitor And Adjust Leveling In Every Landing Floor (leveling Error Must Not Exceed 5mm). 12.3.3 Check-up And Monitor Entrance Sill To Sill Allowable Clearance. 12.3.4 Check-up And Monitor The Condition Of Wire Ropes, Degree Of Tightness And Tension. 12.3.5 Check-up And Monitor Compensating Chain Against Vibration While Elevator Is In Motion. 12.3.6 Check-up And Test Top And Bottom Limit And Terminal Switches If All Functional. 12.3.7 Check-up And Monitor Hoist Way Wiring Cable Tray/raceway Holders And Fixtures. 12.4 Elevator Car (top & Inside) 12.4.1 Check-up And Monitor Leveling Sensors Response If Acceptable. 12.4.2 Check-up And Monitor Car Door System, Door Motor, Drives And Other Related Parameters. 12.4.3 Check-up And Test Landing Gong Overload Alarms And Emergency Stop Butt On If All Functional. 12.4.4 Check-up And Monitor Light Curtain Sensors Response Time If Acceptable. 12.4.5 Cleaning Of Car Top. 12.5 Elevator Pit 12.5.1 Check-up And Monitor Spring Buffer Switch, E-top Switch And Governor Switch If All Activated. 12.5.2 Cleaning Of Pit. 12.6 Others 12.6.1 Observe Elevator Running Parameters, Accelerations, Deceleration High Speed Running. 12.6.2 Observe Elevator Door Opening And Closing Delay If Acceptable. 12.6.3 Observe Hall And Car Buttons And Digital Indicators If All Functional. 12.6.4 Check-up And Test Safety And Emergency Switch If Activated (by Pass Is Not Allowed). V. Support Services The Contractor Should Be Able To Send Certified Service Engineers Or Qualified Technicians During Emergency Call In Case Of Breakdown, Disorderly Operation, Or Malfunctioning Of The Equipment And To Provide 24/7 Response Center Service. The Contractor Shall Cover The Labor Of Replacement Of Available Material, Components, And Parts Not Covered In The Purchase Order (po) However Provided By The End-user. In Case Of Entrapment, The Contractor Should Be Able To Respond And Take Action In No More Than Half An Hour After Receiving The Report. Vi. Safety And Health The Contractor Shall Be Responsible For: A. Compliance With All Applicable Safety And Health Regulations For Basic Ppes Under Dole-osh; B. Taking Care Of The Safety And Health Of All Contractor’s Personnel On The Site; C. Using Reasonable Efforts To Keep The Site And Works Clear Of Unnecessary Obstruction So As To Avoid Accident And Damage To Property; D. The Technician Of The Contractor Shall Submit Themselves To All Health Protocols As May Be Prescribed By Op/presidential Security Command (psc). Vii. Maintenance Schedule The Duration Of The Monthly Preventive Maintenance Is Within The Calendar Year 2025 (unless Renewed Or Extended) Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance And/or Approval Of Visitor Management System (vms). The Preventive Maintenance Schedule Is To Be Agreed Upon By The End-user And Coordinated For Information With The Contract Implementer By The Contractor. Viii. Security Clearance The Contractor Upon Acceptance Of Po, Must Coordinate With The Engineering Office Within Five (5) Working Days For The Schedule Of The Preventive Maintenance Service, For The Vms Link, And For The Submission Of The Following Documentary Requirements: A. Letter Of Request For Access Addressed To The Head Of The Eo Indicating The Date And Time Of Scheduled Preventive Maintenance And List Of Personnel And Vehicle. (recommended To Be Accomplished Monthly At Least Three (3) Working Days Before The Scheduled Preventive Maintenance); B. Company Ids Of The Listed Personnel (clear Photocopy); C. Or/cr Of Service Vehicle/s (clear Photocopies); And D. Driver’s License Of The Driver/s Of The Service Vehicle/s (clear Photocopies) Each Personnel Of The Contractor Must Send A Visitor Request Every Service Day Through The Vms Link To Be Approved By The End-user. In The Case Wherein The Documentary Requirements Was Unable To Submit By The Contractor Only After The First Pms, The Approved Vms Request May Be Used As Reference For Security Clearance. Ix. Contract Renewal/extension/amendment Considering That The Preventive Maintenance Service Is Procured Repeatedly In The Last Three (3) Years And Deemed Essential To The Day To Day Operations And To Ensure Uninterrupted Operation Of The Equipment, The Contract/po May Be Renewed Or Extended In Accordance With Annex “a” – Guidelines On Renewal Of Regular And Recurring Services Of Government Procurement Policy Board (gppb) Resolution No. 06-2022 Dated 12 September 2022, Under The Following Conditions: 1. Renewal- The Duration Of Each Contract/po Renewal Shall Not Exceed One (1) Year; However, The Total Combined Period Covering The Original Contract/po, Renewal Contract/po, And Contract/po Extension/s, If Applicable, Shall Not Exceed Three (3) Years (section 3.5) ; And 2. Extension- The Duration For Each Contract Extension Shall Not Extend Three (3) Months; However, The Total Combined Period Covering All Contract/po Extension/s Shall Not Exceed Six (6) Months. The Duration Of Contract/po Extension/s Shall Form Part Of The Total Combined Period Of Three (3) Years As Previously Mentioned (section 5.2) 3. Amendment- The Terms And Conditions Of The Contract/po May Be Amended In Accordance To Existing Budgeting, Accounting, And Auditing Rules, Given The Following Instances Stated In Section 6, Appendix 37 Of Ra 9184. A Performance Evaluation Shall Be Conducted By The Op Through The Eo, Which Shall Have Direct Oversight And Supervision Of The Contractor To Ensure That The Services Are Effectively And Efficiently Conducted. X. Terms Of Payment The Preventive Maintenance Service Shall Be Paid Monthly Upon The Submission Of The Following Documents To The Contract Implementer: A. Letter Of Request For Payment B. Billing Service Invoice; And C. After Service Report Complete With Findings And Recommendation Duly Signed By Authorized Eo Representative With Attached Pictures. (original Copy To The Contract Implementer And A Copy To The End-user) Delivery Period: Three (3) Working Days Upon The Issuance Of The Presidential Security Guard (psg) Clearance. B) Use Company Letterhead For Your Quotation & Address To: The Procurement Management Service Office Of The President M-123 Mabini Hall, J.p. Laurel St., Malacañang Complex, San Miguel, Manila Tel. No. (02) 8249-8310 Local 8238 Email Address: Pmas@op.gov.ph C) The Following Documentary Requirements Must Be Submitted As Follows (attached To The Quotation Or During The Evaluation Of Quotation/s.): 1. Philgeps Registration Certificate 2. Latest/valid Mayor’s/business Permit 3. Latest Income/business (vat Or Percentage) Tax Return (for Abcs Above ₱500,000.00) Prior To The Award: 4. Omnibus Sworn Statement (for Abcs Above ₱50,000.00) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certificate For Corporations, Partnerships, Or Cooperatives Note: •kindly Attach The Complete Eligibility Documents To Avoid Disqualification. •include The Back Page Of The Mayor’s/business Permit If Available •scan The Documents In A Manner That The Entries Are Legible/readable. •please Use The Rfq Template Provided By The Office Of The President (op). In Case You Submit Your Own Template And There Is Conflict Between The Two (2), The Op Rfq-template Shall Prevail. •collected Personal Information/data Is Processed In Accordance With The Existing Data Privacy Policy Of The Office Of The President. D) Indicate In Your Quotation The Following 1. Terms Of Payment: 2. Warranty: 3. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 4. Delivery Period: 5. Price Validity Period: 6. Stock Availability: 7. Certificate Of Exclusive Distributorship, If Any 8. Specify Brand 9. Tin
Closing Date3 Mar 2025
Tender AmountPHP 116.2 K (USD 2 K)

Office Of The President Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Title Of The Project: Procurement Of One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Schindler Passenger Elevator Located At Malacañan Palace (april To December Of Cy 2025) Under Pr No. 25-01-0143 A) Request For Quotation 1. 1 Lot Monthly Preventive Maintenance Of One (1) Unit Schindler Passenger Elevator Located At Malacañan Palace (april To December Of Cy 2025) I. Purpose The Scope Of The Monthly Preventive Maintenance Covers The Necessary Equipment/ Accessories/ Materials Needed In Order To Execute The Scope Of Works Indicated On Item Iv. Ii. Description Of Elevator Location Of Elevator: Malacañan Palace Brand: Schindler Capacity: 1000 Kg (13pax) Number Of Stops/opening: Three (3) Service: Passenger Iii. Requirements To Ensure Attainment Of The Project Objectives, The Following Are The Contractor's Minimum Qualification: A. The Contractor Must Be An Authorized Service Provider Of The Indicated Brand Of Elevator And Must Provide Certificate Or Equivalent Document From The Manufacturer. Iv. Scope Of Works 1. Mobilization Of All The Technical Engineers, Technicians, Labors, Tools And Equipment, Materials Consumables, Including Additional Electrical Wires And Cables To Be Used During The Preventive Maintenance Service. 2. Check And Cleaning Of All Areas Of The Machine Room, Traction Motor, Wire Rope, Elevator Pit And Elevator Car. 3. General Inspection And Diagnosis Of All The Electrical Controls And All Elevator Pc Boards In Operation Of The Elevator. 4. Check And Correct Door System And The Hall Call Button Of The Elevator. 5. Check All Switches, Limit Switches And Alarms Of The Elevator If All Working. 6. Commissioning Of The Entire Elevator System And Check If The Program Will Work In Its Normal Operation. 7. Checking And Correcting All The Cables, Wirings, Controls, Elevator Car And Other Component Of The Elevator. 8. Check The Alignment Of All Elevator In Normal Operation After All The Checking And Adjustments. 9. Test And Run The Elevator Doors And Adjust It To Make It Smooth In Opening And Closing. 10. Demobilization 11. Turn-over Of The Elevator To Authorized Representative. 12. Submit Elevator Monthly Maintenance/service Report Including Recommendation/s (if Any): 12.1 Machine Room: 12.1.1 Check-up, Monitor & Observe Motor Running. 12.1.2 Check-up, Monitor & Observe Feedback Rotary Encoder Against Vibration. 12.1.3 Check-up The Condition Of Main Drive Secondary Sheave Pulleys, Bearing & Oil Rings. 12.1.4 Check-up, Monitor & Observe Braking System, Break Oil, Pads And Lining. 12.1.5 Check-up And Test Governor Safety Function (calibrate If Necessary). 12.1.6 Check-up Oil Gauge Machine (use Oil-type Only). 12.1.7 Check-up Machine Room Bed/base Bolts And Nuts If Properly Tightened. 12.1.8 Clearing Of Machine Room. 12.2 Control Panel: 12.2.1 Check-up Electrical And Electronic Components For Possible Overheating And Defects Such As Magnetic Contactors, Transformer, Breakers, Fuses, Main Board, Inverter And Etc. 12.2.2 Check-up And Monitor The Exhaust Fan For Ventilation If Functional (temperature Must Be Less Than 45 Deg.) 12.2.3 Check-up Wires, Bolts, Nuts, And Other Terminal Fixtures. 12.2.4 Check-up And Test Emergency Communication System Such As Intercom, Alarm Indicators And Ups If Functional. 12.3 Hoist Way/shaft Components: 12.3.1 Lubricate Alignment And Calibrate Door Mechanisms Rollers, Guide Shoes, Counterweight, Cables, Interlocks, Safety Switches And Other Door Related Components. 12.3.2 Check-up, Monitor And Adjust Leveling In Every Landing Floor (leveling Error Must Not Exceed 5mm). 12.3.3 Check-up And Monitor Entrance Sill To Sill Allowable Clearance. 12.3.4 Check-up And Monitor The Condition Of Wire Ropes, Degree Of Tightness And Tension. 12.3.5 Check-up And Monitor Compensating Chain Against Vibration While Elevator Is In Motion. 12.3.6 Check-up And Test Top And Bottom Limit And Terminal Switches If All Functional. 12.3.7 Check-up And Monitor Hoist Way Wiring Cable Tray/raceway Holders And Fixtures. 12.4 Elevator Car (top & Inside) 12.4.1 Check-up And Monitor Leveling Sensors Response If Acceptable. 12.4.2 Check-up And Monitor Car Door System, Door Motor, Drives And Other Related Parameters. 12.4.3 Check-up And Test Landing Gong Overload Alarms And Emergency Stop Butt On If All Functional. 12.4.4 Check-up And Monitor Light Curtain Sensors Response Time If Acceptable. 12.4.5 Cleaning Of Car Top. 12.5 Elevator Pit 12.5.1 Check-up And Monitor Spring Buffer Switch, E-top Switch And Governor Switch If All Activated. 12.5.2 Cleaning Of Pit. 12.6 Others 12.6.1 Observe Elevator Running Parameters, Accelerations, Deceleration High Speed Running. 12.6.2 Observe Elevator Door Opening And Closing Delay If Acceptable. 12.6.3 Observe Hall And Car Buttons And Digital Indicators If All Functional. 12.6.4 Check-up And Test Safety And Emergency Switch If Activated (by Pass Is Not Allowed). V. Support Services The Contractor Should Be Able To Send Certified Service Engineers Or Qualified Technicians During Emergency Call In Case Of Breakdown, Disorderly Operation, Or Malfunctioning Of The Equipment And To Provide 24/7 Response Center Service. The Contractor Shall Cover The Labor Of Replacement Of Available Material, Components, And Parts Not Covered In The Purchase Order (po) However Provided By The End-user. In Case Of Entrapment, The Contractor Should Be Able To Respond And Take Action In No More Than Half An Hour After Receiving The Report. Vi. Safety And Health The Contractor Shall Be Responsible For: A. Compliance With All Applicable Safety And Health Regulations For Basic Ppes Under Dole-osh; B. Taking Care Of The Safety And Health Of All Contractor’s Personnel On The Site; C. Using Reasonable Efforts To Keep The Site And Works Clear Of Unnecessary Obstruction So As To Avoid Accident And Damage To Property; D. The Technician Of The Contractor Shall Submit Themselves To All Health Protocols As May Be Prescribed By Op/presidential Security Command (psc). Vii. Maintenance Schedule The Duration Of The Monthly Preventive Maintenance Is Within The Calendar Year 2025 (unless Renewed Or Extended) Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance And/or Approval Of Visitor Management System (vms). The Preventive Maintenance Schedule Is To Be Agreed Upon By The End-user And Coordinated For Information With The Contract Implementer By The Contractor. Viii. Security Clearance The Contractor Upon Acceptance Of Po, Must Coordinate With The Engineering Office Within Five (5) Working Days For The Schedule Of The Preventive Maintenance Service, For The Vms Link, And For The Submission Of The Following Documentary Requirements: A. Letter Of Request For Access Addressed To The Head Of The Eo Indicating The Date And Time Of Scheduled Preventive Maintenance And List Of Personnel And Vehicle. (recommended To Be Accomplished Monthly At Least Three (3) Working Days Before The Scheduled Preventive Maintenance); B. Company Ids Of The Listed Personnel (clear Photocopy); C. Or/cr Of Service Vehicle/s (clear Photocopies); And D. Driver’s License Of The Driver/s Of The Service Vehicle/s (clear Photocopies) Each Personnel Of The Contractor Must Send A Visitor Request Every Service Day Through The Vms Link To Be Approved By The End-user. In The Case Wherein The Documentary Requirements Was Unable To Submit By The Contractor Only After The First Pms, The Approved Vms Request May Be Used As Reference For Security Clearance. Ix. Contract Renewal/extension/amendment Considering That The Preventive Maintenance Service Is Procured Repeatedly In The Last Three (3) Years And Deemed Essential To The Day To Day Operations And To Ensure Uninterrupted Operation Of The Equipment, The Contract/po May Be Renewed Or Extended In Accordance With Annex “a” – Guidelines On Renewal Of Regular And Recurring Services Of Government Procurement Policy Board (gppb) Resolution No. 06-2022 Dated 12 September 2022, Under The Following Conditions: 1. Renewal- The Duration Of Each Contract/po Renewal Shall Not Exceed One (1) Year; However, The Total Combined Period Covering The Original Contract/po, Renewal Contract/po, And Contract/po Extension/s, If Applicable, Shall Not Exceed Three (3) Years (section 3.5) ; And 2. Extension- The Duration For Each Contract Extension Shall Not Extend Three (3) Months; However, The Total Combined Period Covering All Contract/po Extension/s Shall Not Exceed Six (6) Months. The Duration Of Contract/po Extension/s Shall Form Part Of The Total Combined Period Of Three (3) Years As Previously Mentioned (section 5.2) 3. Amendment- The Terms And Conditions Of The Contract/po May Be Amended In Accordance To Existing Budgeting, Accounting, And Auditing Rules, Given The Following Instances Stated In Section 6, Appendix 37 Of Ra 9184. A Performance Evaluation Shall Be Conducted By The Op Through The Eo, Which Shall Have Direct Oversight And Supervision Of The Contractor To Ensure That The Services Are Effectively And Efficiently Conducted. X. Terms Of Payment The Preventive Maintenance Service Shall Be Paid Monthly Upon The Submission Of The Following Documents To The Contract Implementer: A. Letter Of Request For Payment B. Billing Service Invoice; And C. After Service Report Complete With Findings And Recommendation Duly Signed By Authorized Eo Representative With Attached Pictures. (original Copy To The Contract Implementer And A Copy To The End-user) Delivery Period: Three (3) Working Days Upon The Issuance Of The Presidential Security Guard (psg) Clearance. B) Use Company Letterhead For Your Quotation & Address To: The Procurement Management Service Office Of The President M-123 Mabini Hall, J.p. Laurel St., Malacañang Complex, San Miguel, Manila Tel. No. (02) 8249-8310 Local 8238 Email Address: Pmas@op.gov.ph C) The Following Documentary Requirements Must Be Submitted As Follows (attached To The Quotation Or During The Evaluation Of Quotation/s.): 1. Philgeps Registration Certificate 2. Latest/valid Mayor’s/business Permit 3. Latest Income/business (vat Or Percentage) Tax Return (for Abcs Above ₱500,000.00) Prior To The Award: 4. Omnibus Sworn Statement (for Abcs Above ₱50,000.00) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certificate For Corporations, Partnerships, Or Cooperatives Note: •kindly Attach The Complete Eligibility Documents To Avoid Disqualification. •include The Back Page Of The Mayor’s/business Permit If Available •scan The Documents In A Manner That The Entries Are Legible/readable. •please Use The Rfq Template Provided By The Office Of The President (op). In Case You Submit Your Own Template And There Is Conflict Between The Two (2), The Op Rfq-template Shall Prevail. •collected Personal Information/data Is Processed In Accordance With The Existing Data Privacy Policy Of The Office Of The President. D) Indicate In Your Quotation The Following 1. Terms Of Payment: 2. Warranty: 3. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 4. Delivery Period: 5. Price Validity Period: 6. Stock Availability: 7. Certificate Of Exclusive Distributorship, If Any 8. Specify Brand 9. Tin
Closing Date17 Mar 2025
Tender AmountPHP 107.1 K (USD 1.8 K)

Office Of The President Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Title Of The Project: Procurement Of One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Kone Passenger Elevator Located At National Maritime Center (april To December Of Cy 2025) Under Pr No. 25-01-0141 A) Request For Quotation 1. 1 Lot Monthly Preventive Maintenance Of One (1) Unit Kone Passenger Elevator Located At National Maritime Center (april To December Of Cy 2025) I. Purpose The Scope Of The Monthly Preventive Maintenance Covers The Necessary Equipment/ Accessories/ Materials Needed In Order To Execute The Scope Of Works Indicated On Item Iv. Ii. Description Of Elevator Location Of Elevator: National Maritime Center (port Area) Brand: Kone Capacity: 630 Kg (8pax) Number Of Stops/opening: Four (4) Service: Passenger Iii. Requirements To Ensure Attainment Of The Project Objectives, The Following Are The Contractor's Minimum Qualification: A. The Contractor Must Be An Authorized Service Provider Of The Indicated Brand Of Elevator And Must Provide Certificate Or Equivalent Document From The Manufacturer. Iv. Scope Of Works 1. Mobilization Of All The Technical Engineers, Technicians, Labors, Tools And Equipment, Materials Consumables, Including Additional Electrical Wires And Cables To Be Used During The Preventive Maintenance Service. 2. Check And Cleaning Of All Areas Of The Machine Room, Traction Motor, Wire Rope, Elevator Pit And Elevator Car. 3. General Inspection And Diagnosis Of All The Electrical Controls And All Elevator Pc Boards In Operation Of The Elevator. 4. Check And Correct Door System And The Hall Call Button Of The Elevator. 5. Check All Switches, Limit Switches And Alarms Of The Elevator If All Working. 6. Commissioning Of The Entire Elevator System And Check If The Program Will Work In Its Normal Operation. 7. Checking And Correcting All The Cables, Wirings, Controls, Elevator Car And Other Component Of The Elevator. 8. Check The Alignment Of All Elevator In Normal Operation After All The Checking And Adjustments. 9. Test And Run The Elevator Doors And Adjust It To Make It Smooth In Opening And Closing. 10. Demobilization 11. Turn-over Of The Elevator To Authorized Representative. 12. Submit Elevator Monthly Maintenance/service Report Including Recommendation/s (if Any): 12.1 Machine Room: 12.1.1 Check-up, Monitor & Observe Motor Running. 12.1.2 Check-up, Monitor & Observe Feedback Rotary Encoder Against Vibration. 12.1.3 Check-up The Condition Of Main Drive Secondary Sheave Pulleys, Bearing & Oil Rings. 12.1.4 Check-up, Monitor & Observe Braking System, Break Oil, Pads And Lining. 12.1.5 Check-up And Test Governor Safety Function (calibrate If Necessary). 12.1.6 Check-up Oil Gauge Machine (use Oil-type Only). 12.1.7 Check-up Machine Room Bed/base Bolts And Nuts If Properly Tightened. 12.1.8 Clearing Of Machine Room. 12.2 Control Panel: 12.2.1 Check-up Electrical And Electronic Components For Possible Overheating And Defects Such As Magnetic Contactors, Transformer, Breakers, Fuses, Main Board, Inverter And Etc. 12.2.2 Check-up And Monitor The Exhaust Fan For Ventilation If Functional (temperature Must Be Less Than 45 Deg.) 12.2.3 Check-up Wires, Bolts, Nuts, And Other Terminal Fixtures. 12.2.4 Check-up And Test Emergency Communication System Such As Intercom, Alarm Indicators And Ups If Functional. 12.3 Hoist Way/shaft Components: 12.3.1 Lubricate Alignment And Calibrate Door Mechanisms Rollers, Guide Shoes, Counterweight, Cables, Interlocks, Safety Switches And Other Door Related Components. 12.3.2 Check-up, Monitor And Adjust Leveling In Every Landing Floor (leveling Error Must Not Exceed 5mm). 12.3.3 Check-up And Monitor Entrance Sill To Sill Allowable Clearance. 12.3.4 Check-up And Monitor The Condition Of Wire Ropes, Degree Of Tightness And Tension. 12.3.5 Check-up And Monitor Compensating Chain Against Vibration While Elevator Is In Motion. 12.3.6 Check-up And Test Top And Bottom Limit And Terminal Switches If All Functional. 12.3.7 Check-up And Monitor Hoist Way Wiring Cable Tray/raceway Holders And Fixtures. 12.4 Elevator Car (top & Inside) 12.4.1 Check-up And Monitor Leveling Sensors Response If Acceptable. 12.4.2 Check-up And Monitor Car Door System, Door Motor, Drives And Other Related Parameters. 12.4.3 Check-up And Test Landing Gong Overload Alarms And Emergency Stop Butt On If All Functional. 12.4.4 Check-up And Monitor Light Curtain Sensors Response Time If Acceptable. 12.4.5 Cleaning Of Car Top. 12.5 Elevator Pit 12.5.1 Check-up And Monitor Spring Buffer Switch, E-top Switch And Governor Switch If All Activated. 12.5.2 Cleaning Of Pit. 12.6 Others 12.6.1 Observe Elevator Running Parameters, Accelerations, Deceleration High Speed Running. 12.6.2 Observe Elevator Door Opening And Closing Delay If Acceptable. 12.6.3 Observe Hall And Car Buttons And Digital Indicators If All Functional. 12.6.4 Check-up And Test Safety And Emergency Switch If Activated (by Pass Is Not Allowed). V. Support Services The Contractor Should Be Able To Send Certified Service Engineers Or Qualified Technicians During Emergency Call In Case Of Breakdown, Disorderly Operation, Or Malfunctioning Of The Equipment And To Provide 24/7 Response Center Service. The Contractor Shall Cover The Labor Of Replacement Of Available Material, Components, And Parts Not Covered In The Purchase Order (po) However Provided By The End-user. In Case Of Entrapment, The Contractor Should Be Able To Respond And Take Action In No More Than Half An Hour After Receiving The Report. Vi. Safety And Health The Contractor Shall Be Responsible For: A. Compliance With All Applicable Safety And Health Regulations For Basic Ppes Under Dole-osh; B. Taking Care Of The Safety And Health Of All Contractor’s Personnel On The Site; C. Using Reasonable Efforts To Keep The Site And Works Clear Of Unnecessary Obstruction So As To Avoid Accident And Damage To Property; D. The Technician Of The Contractor Shall Submit Themselves To All Health Protocols As May Be Prescribed By Op/presidential Security Command (psc). Vii. Maintenance Schedule The Duration Of The Monthly Preventive Maintenance Is Within The Calendar Year 2025 (unless Renewed Or Extended) Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance And/or Approval Of Visitor Management System (vms). The Preventive Maintenance Schedule Is To Be Agreed Upon By The End-user And Coordinated For Information With The Contract Implementer By The Contractor. Viii. Security Clearance The Contractor Upon Acceptance Of Po, Must Coordinate With The Engineering Office Within Five (5) Working Days For The Schedule Of The Preventive Maintenance Service, For The Vms Link, And For The Submission Of The Following Documentary Requirements: A. Letter Of Request For Access Addressed To The Head Of The Eo Indicating The Date And Time Of Scheduled Preventive Maintenance And List Of Personnel And Vehicle. (recommended To Be Accomplished Monthly At Least Three (3) Working Days Before The Scheduled Preventive Maintenance); B. Company Ids Of The Listed Personnel (clear Photocopy); C. Or/cr Of Service Vehicle/s (clear Photocopies); And D. Driver’s License Of The Driver/s Of The Service Vehicle/s (clear Photocopies) Each Personnel Of The Contractor Must Send A Visitor Request Every Service Day Through The Vms Link To Be Approved By The End-user. In The Case Wherein The Documentary Requirements Was Unable To Submit By The Contractor Only After The First Pms, The Approved Vms Request May Be Used As Reference For Security Clearance. Ix. Contract Renewal/extension/amendment Considering That The Preventive Maintenance Service Is Procured Repeatedly In The Last Three (3) Years And Deemed Essential To The Day To Day Operations And To Ensure Uninterrupted Operation Of The Equipment, The Contract/po May Be Renewed Or Extended In Accordance With Annex “a” – Guidelines On Renewal Of Regular And Recurring Services Of Government Procurement Policy Board (gppb) Resolution No. 06-2022 Dated 12 September 2022, Under The Following Conditions: 1. Renewal- The Duration Of Each Contract/po Renewal Shall Not Exceed One (1) Year; However, The Total Combined Period Covering The Original Contract/po, Renewal Contract/po, And Contract/po Extension/s, If Applicable, Shall Not Exceed Three (3) Years (section 3.5) ; And 2. Extension- The Duration For Each Contract Extension Shall Not Extend Three (3) Months; However, The Total Combined Period Covering All Contract/po Extension/s Shall Not Exceed Six (6) Months. The Duration Of Contract/po Extension/s Shall Form Part Of The Total Combined Period Of Three (3) Years As Previously Mentioned (section 5.2) 3. Amendment- The Terms And Conditions Of The Contract/po May Be Amended In Accordance To Existing Budgeting, Accounting, And Auditing Rules, Given The Following Instances Stated In Section 6, Appendix 37 Of Ra 9184. A Performance Evaluation Shall Be Conducted By The Op Through The Eo, Which Shall Have Direct Oversight And Supervision Of The Contractor To Ensure That The Services Are Effectively And Efficiently Conducted. X. Terms Of Payment The Preventive Maintenance Service Shall Be Paid Monthly Upon The Submission Of The Following Documents To The Contract Implementer: A. Letter Of Request For Payment B. Billing Service Invoice; And C. After Service Report Complete With Findings And Recommendation Duly Signed By Authorized Eo Representative With Attached Pictures. (original Copy To The Contract Implementer And A Copy To The End-user) Delivery Period: Three (3) Working Days Upon The Issuance Of The Presidential Security Guard (psg) Clearance. B) Use Company Letterhead For Your Quotation & Address To: The Procurement Management Service Office Of The President M-123 Mabini Hall, J.p. Laurel St., Malacañang Complex, San Miguel, Manila Tel. No. (02) 8249-8310 Local 8238 Email Address: Pmas@op.gov.ph C) The Following Documentary Requirements Must Be Submitted As Follows (attached To The Quotation Or During The Evaluation Of Quotation/s.): 1. Philgeps Registration Certificate 2. Latest/valid Mayor’s/business Permit 3. Latest Income/business (vat Or Percentage) Tax Return (for Abcs Above ₱500,000.00) Prior To The Award: 4. Omnibus Sworn Statement (for Abcs Above ₱50,000.00) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certificate For Corporations, Partnerships, Or Cooperatives Note: •kindly Attach The Complete Eligibility Documents To Avoid Disqualification. •include The Back Page Of The Mayor’s/business Permit If Available •scan The Documents In A Manner That The Entries Are Legible/readable. •please Use The Rfq Template Provided By The Office Of The President (op). In Case You Submit Your Own Template And There Is Conflict Between The Two (2), The Op Rfq-template Shall Prevail. •collected Personal Information/data Is Processed In Accordance With The Existing Data Privacy Policy Of The Office Of The President. D) Indicate In Your Quotation The Following 1. Terms Of Payment: 2. Warranty: 3. Place Of Delivery: National Maritime Center Building, South Harbor, Manila 4. Delivery Period: 5. Price Validity Period: 6. Stock Availability: 7. Certificate Of Exclusive Distributorship, If Any 8. Specify Brand 9. Tin
Closing Date24 Mar 2025
Tender AmountPHP 81.9 K (USD 1.4 K)

European Defence Agency Tender

Services
Security and Emergency Services
Belgium
Details: Title: Service Framework Contract For The Provision Of Guarding, Surveillance, Access Control And Other Related Services description: Framework Contract For The Provision Of Guarding, Surveillance, Access Control And Other Related Services At Eda Premises In Brussels. The Performance Of The Services Includes, Inter Alia, The Following Tasks: • Provide Appropriate Identity And Access Control For Agency Staff, Suppliers And Visitors, • Provide Appropriate Identity And Access Control For Vehicles And In-depth Vehicle Security Screening, • Produce, Programme, Register, Distribute And Destroy Identification Badges For Staff, Suppliers, Visitors And Others Entering Eda Premises With The Use Of Eda Equipment And Software, • Control, Process And Screen Deliveries, Mail And Shipments To The Agency, • Conduct Baggage Searches Of Agency Staff, Suppliers And Visitors, To Prevent Weapons And Explosives On Eda Premises And To Prevent Unauthorised Removal Of Classified Information, Valuable Objects Or Other Material, • Escort Visitors And Suppliers, • Monitor Deliveries Or On-site Works, • Monitor Alarms, Intrusion Detection Systems And Cameras And Take Appropriate Action, • Patrol Eda Premises To Check For Unauthorised Persons And To Enforce Internal Security Rules, • Guard And Protect Areas/offices Where Classified Meetings Are Held, • Prevent Unauthorised Use Of Electronic Equipment, Such As Mobile Phones, Cameras Or Unauthorised Laptops, • Guard And Control Offices And Meeting Rooms Where Classified Meeting Are Held, • Open And Lock Buildings, • Manage Keys And Codes, • Manage And Operate Alarm Systems, • Devise Actions To Be Taken In Case Of Specific Incidents Or Alarms, • Carry Out First Interventions In Case Of Fire And Accidents, • Participate In Heightening Safety And Security Awareness, • Report Incidents To Agency’s Competent Personnel • Use It Equipment For Routine Operations On Eda Systems. Services Concern The Staff Categories Defined In The Collective Labour Agreements Relating To Joint Committee 317 For Guard Services In Belgium.
Closing Date21 Jan 2025
Tender AmountEUR 8 Million (USD 8.9 Million)

European Defence Agency Tender

Services
Security and Emergency Services
Belgium
Details: Title: Service Framework Contract For The Provision Of Guarding, Surveillance, Access Control And Other Related Services description: Framework Contract For The Provision Of Guarding, Surveillance, Access Control And Other Related Services At Eda Premises In Brussels. The Performance Of The Services Includes, Inter Alia, The Following Tasks: • Provide Appropriate Identity And Access Control For Agency Staff, Suppliers And Visitors, • Provide Appropriate Identity And Access Control For Vehicles And In-depth Vehicle Security Screening, • Produce, Programme, Register, Distribute And Destroy Identification Badges For Staff, Suppliers, Visitors And Others Entering Eda Premises With The Use Of Eda Equipment And Software, • Control, Process And Screen Deliveries, Mail And Shipments To The Agency, • Conduct Baggage Searches Of Agency Staff, Suppliers And Visitors, To Prevent Weapons And Explosives On Eda Premises And To Prevent Unauthorised Removal Of Classified Information, Valuable Objects Or Other Material, • Escort Visitors And Suppliers, • Monitor Deliveries Or On-site Works, • Monitor Alarms, Intrusion Detection Systems And Cameras And Take Appropriate Action, • Patrol Eda Premises To Check For Unauthorised Persons And To Enforce Internal Security Rules, • Guard And Protect Areas/offices Where Classified Meetings Are Held, • Prevent Unauthorised Use Of Electronic Equipment, Such As Mobile Phones, Cameras Or Unauthorised Laptops, • Guard And Control Offices And Meeting Rooms Where Classified Meeting Are Held, • Open And Lock Buildings, • Manage Keys And Codes, • Manage And Operate Alarm Systems, • Devise Actions To Be Taken In Case Of Specific Incidents Or Alarms, • Carry Out First Interventions In Case Of Fire And Accidents, • Participate In Heightening Safety And Security Awareness, • Report Incidents To Agency’s Competent Personnel • Use It Equipment For Routine Operations On Eda Systems. Services Concern The Staff Categories Defined In The Collective Labour Agreements Relating To Joint Committee 317 For Guard Services In Belgium.
Closing Date15 Jan 2025
Tender AmountEUR 8 Million (USD 8.9 Million)

DEPARTMENT OF SCIENCE AND TECHNOLOGY REGION IV A Tender

Manpower Supply
Philippines
Details: Description 1. The Dost Calabarzon, Through The General Appropriations Act 2023 Intends To Apply The Sum Of One Million Nine Hundred Ninety-four Thousand Four Hundred Forty-eight And 96/100 Pesos Only (php 1,994,448.96) Being The Abc To Payments Under The Contract For Provision Of Fy 2025 Security Manpower Services For Dost Calabarzon Compound, Psto Cavite & Psto Rizal, Second Bidding (project 2024-03a). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dost Calabarzon Now Invites Bids For 7 Security Guards. Delivery Of The Goods Is Required Within Twelve Months (12). Bidders Should Have Completed, Within Five (5) 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 Dost Calabarzon And Inspect The Bidding Documents At The Address Given Below During 8:00am To 4:30pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 20, 2024 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, As Follows: 500,000.00 And Below – P 500.00 More Than 500,000.00 Up To 1 Million – P 1,000.00 More Than 1 Million Up To 5 Million - P 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Email. 6. The Dost Calabarzon Will Hold A Pre-bid Conference On 9:30am December 27, 2024 Thru Zoom, Which Shall Be Open To Prospective Bidders. For Further Details/queries Email To Dost4abac@gmail.com. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am January 10, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:40am January 10, 2025 At Dost Calabarzon, Jamboree Road, Timugan, Los Baños, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dost Calabarzon 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: Bac Secretariat Bac Secretariat Department Of Science And Technology, Region Iv-a Jamboree Road, Timugan, Los Baños, Laguna Dost4abac@gmail.com (049) 536 5013 / 5005 Http://region4a.dost.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://region4a.dost.gov.ph
Closing Date10 Jan 2025
Tender AmountPHP 1.9 Million (USD 34.3 K)

DEPARTMENT OF SCIENCE AND TECHNOLOGY REGION IV A Tender

Manpower Supply
Philippines
Details: Description 1. The Dost Calabarzon, Through The General Appropriations Act 2023 Intends To Apply The Sum Of One Million Nine Hundred Ninety-four Thousand Four Hundred Forty-eight And 96/100 Pesos Only (php 1,994,448.96) Being The Abc To Payments Under The Contract For Provision Of Fy 2025 Security Manpower Services For Dost Calabarzon Compound, Psto Cavite & Psto Rizal, Negotiated Bidding (project 2024-03b). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dost Calabarzon Now Invites Bids For 7 Security Guards. Delivery Of The Goods Is Required Within Twelve Months (12). Bidders Should Have Completed, Within Five (5) 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 Dost Calabarzon And Inspect The Bidding Documents At The Address Given Below During 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, As Follows: 500,000.00 And Below – P 500.00 More Than 500,000.00 Up To 1 Million – P 1,000.00 More Than 1 Million Up To 5 Million - P 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Email. 6. The Dost Calabarzon Will Hold A Pre-bid Conference On 9:30am January 30, 2025 Thru Zoom, Which Shall Be Open To Prospective Bidders. For Further Details/queries Email To Dost4abac@gmail.com. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30am February 7, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 9:40am February 7, 2025 At Dost Calabarzon, Jamboree Road, Timugan, Los Baños, Laguna. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Dost Calabarzon 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: Bac Secretariat Bac Secretariat Department Of Science And Technology, Region Iv-a Jamboree Road, Timugan, Los Baños, Laguna Dost4abac@gmail.com (049) 536 5013 / 5005 Http://region4a.dost.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Http://region4a.dost.gov.ph
Closing Date7 Feb 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)

MUNICIPALITY OF BACONG, NEGROS ORIENTAL Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Municipality Of Bacong Through The General Funds Fy 2025 Intends To Apply The Sum Of Eight Hundred Thousand Pesos (php 800,000.00) Being The Abc To Payments Under The Contract For Procurement Of Contract Service For Security At Bacong Commercial Complex With Project Identification Number Rfq 2025-02 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Bacong Now Invites Bids For The Procurement Activity (pa) Of The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Deployment Of Security Guards Is Required Within 10 Calendar Days Upon Receipt Of Notice From The Mall Admin. Bidders Should Have Completed, Within Five (5) 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 Irr Of 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 Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours 7:00 Am To 5:00 Pm From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 7, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1,000.00) A Bidder Shall Present Its Proof Of Payment To The Bac Secretariat On Or Before The Deadline Of Submission Of Bid Or May Send A Copy Through The Email Address Given Below. 6. The Municipality Of Bacong Will Not Hold A Pre-bid Conference 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before 10:00 Am Of 14 February 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 10:00 Am Of 14 February 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Award Of Contract For Procurement Projects Undertaken Through Epa May Be Made Only Upon The Following Conditions And Shall Be In Accordance With Item 7 Of Appendix 31 Of The 2016 Revised Irr Of Ra 9184: A. Approval And Effectivity Of The Funding Sources, To Wit: (i) General Appropriations Act; (ii) Corporate Budget; (iii) Appropriations Ordinance; Or (iv) Loan Agreement In The Case Of Faps; Or\ B. The Reenactment Of The Previous Year’s Budget Which Constitutes The Current Year’s Authorized Budget, When Authorized By The Constitution, Law Or Rules. 11. The Municipality Of Bacong Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dhenjee B. Monion Bac Office/mpdc Office Lgu Bacong, West Poblacion Bacong Municipality_bacong@hotmail.com (035) 424-8103
Closing Date14 Feb 2025
Tender AmountPHP 800 K (USD 13.7 K)

Municipality Of Kalibo, Aklan Tender

Security and Emergency Services
Philippines
Details: Description Republic Of The Philippines Province Of Aklan Municipality Of Kalibo Invitation To Bid For Security Services For Twenty (20) Guards At Old Kalibo Public Market, Municipal Health Office, Magsaysay Park, Eastern Side Terminal, Shopping Center, Motorpool, New Kalibo Public Market And Sanitary Landfill, Bakhaw Sur, Kalibo, Aklan The Municipality Of Kalibo, Through The General Fund 2025 Intends To Apply The Sum Of Two Million Seven Hundred Twenty Nine Thousand Nine Hundred Ninety Nine Pesos And Ninety Seven Centavos (2,729,999.97) Being The Abc To Payments Under The Contract For Security Services For Twenty (20) Guards At Old Kalibo Public Market, Municipal Health Office, Magsaysay Park, Eastern Side Termial, Shopping Center, Motorpool, New Kalibo Public Market And Sanitary Landfill, Bakhaw Sur, Kalibo, Aklan With Identification Number 02-001-283-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item Description Unit Quantity 1 Security Services – 20 Security Guards Months 9 For April 1, 2025 To December 31, 2025 The Municipality Of Kalibo Now Invites Bids For The Above Procurement Project. Delivery Of The Goods/security Services Is Required For A Period Of Nine (9) Months Which Shall Commence On April 1, 2025 To December 31, 2025. 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). 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. 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. Prospective Bidders May Obtain Further Information From Municipality Of Kalibo And Inspect The Bidding Documents At The Address Given Below During 8:00 -12:00 A.m. And 1:00 – 5:00 P.m., Except Saturdays, Sundays & Holidays. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 28 – March 19, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. The Municipality Of Kalibo Will Hold A Pre-bid Conference On March 7, 2025; 9:00 A.m. At 2nd Floor Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 8:30 A.m. Of March 19, 2025. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On March 19, 2025; 9:00 A.m. At 2nd Floor, Municipal Conference Hall, Old Building, Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Municipality Of Kalibo 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. For Further Information, Please Refer To: Leah E. Yarre Bac – Secretariat Telephone Number (036) 268-4436 You May Visit The Website: For Downloading Of Bidding Documents: Www.kaliboaklan.gov.ph Sgd: Mary Gay Q. Joel Bac Chairperson
Closing Date19 Mar 2025
Tender AmountPHP 2.7 Million (USD 47.6 K)
5591-5600 of 5645 archived Tenders