Shoes Tenders
Shoes Tenders
City Of Canlaon Tender
Automobiles and Auto Parts
Philippines
Details: Description Republic Of The Philippines City Of Canlaon Office Of The Bids And Awards Committee Invitation To Bid For The Supply And Delivery Of Various Spare Parts And Lubricant Oil The Local Government Of Canlaon City, Through The Repair And Maintenance Of Heavy Equipment & Trucks Intends To Apply The Sum One Million, Three Hundred Thirty-two Thousand, Six Hundred Seventy-two (p1,332,672.00) Being The Abc To Payments Under The Contract For The Supply And Delivery Of Various Spare Parts And Lubricant Oil For The Repair And Maintenance Of Heavy Equipment’s & Trucks, City Mayor’s Office, Canlaon City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Canlaon City, Now Invites Bids For The Supply And Delivery Of Various Spare Parts And Lubricant Oil For The Repair And Maintenance Of Heavy Equipment’s & Trucks, City Mayor’s Office, Canlaon City. Delivery Of The Goods Is Required 7 Calendar Days After Issuance And Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Ten 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. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184 Interested Bidders May Obtain Information For The City Government Of Canlaon City Thru The Office Of The Bids And Awards Committee And Inspect Bidding Documents During Office Hours (8:00am To 5:00pm), Monday To Friday. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 4, 2025 To February 24, 2025 Until 10:00 Am At The Office Of The Bids And Awards Committee, Canlaon City, 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 (p1,000.00) Pesos. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Facsimile. The Local Government Of Canlaon City Will Hold A Pre-bid Conference On February 11, 2025 – 11:00 Am At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City, Which Shall Be Open To Prospective Bidders Bids Must Be Received By The Bac Secretariat Through Manual Submission On Or Before February 24, 2025, 10:00 Am At The Office Of The Bids And Awards Committee, 2nd Floor, City Hall Building, Canlaon City. 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 February 24, 2025, 10:00 Am At The At The Office Of The Bids And Awards Committee 2nd Floor, City Hall Building, Canlaon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. For The Purpose Of Constituting A Quorum, Either The Physical And Virtual Presence Of The Bac Member Shall Be Considered Pursuant To Gppb Resolution No. 09-2020. The Local Government Unit Of Canlaon 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: Alice D. Mcguiggan Bac Secretariat Mobile No. 0917-561-7931 Email Address: Bacofficelgucanlaon@yahoo.com Date Of Posting: February 3, 2025 Zosilito A. Ongco Bac Vice-chairman Republic Of The Philippines City Of Canlaon Bids And Awards Committee Control No.: #1 Bid Form Name Of Project: Supply And Delivery Of Various Spare Parts And Lubricant Oil Agency: City Mayor's Office, Canlaon City Bill Of Quantities Stock No. Quantity Unit Of Issue Item Description Unit Cost Unit Cost Total Cost 1. 2 Pail Engine Oil, 150-40 (super D) 5,878.00 2. 2 Pail Grease 12,900.00 3. 2 Pail Oil #68, Hyd,u,c 5,528.00 4. 2 Pail Starter Relay 1,800.00 5. 3 Pail Grease Gun,lcur 1,200.00 6. 5 Pieces Rubber Cup Clutch 180.00 7. 3 Set Tail, Light Assy, Sh-iptlc 1,380.00 8. 4 Pieces Bushing, Leaf Spring 148.00 9. 2 Pieces Hydravac Assy 8,945.00 10. 2 Pieces Alternate Assy 9,940.00 11. 2 Set Brake Shoe,st-u. Rpdil 4,876.00 12. 3 Set Brake Shoe,u.crw 6,240.00 13. 5 Pieces Tire, Pptr-x 8,100.00 14. 1 Gallons Duo Gold 2,000.00 15. 2 Gallons Oil Filter 650.00 16. 2 Box Coolant 8,780.00 17. 2 Liters Fully Synthetic Motor 2,100.00 18. 2 Pieces Timing Chain, Tensioner 3,420.00 19. 2 Pieces Idler Pulley, Big 3,548.00 20. 2 Pieces Idler Pulley, Small 3,584.00 21. 2 Pieces Idler Pulley, Center 3,696.00 22. 2 Pieces Timing Belt 1,220.00 23. 2 Pieces Fan Belt 2,455.00 24. 2 Pieces Shock Absorber 3,100.00 25. 2 Pieces Head Light - St-dl, 35,000.00 26. 2 Pail Hydraulic Oil, 80w-90 9,980.00 27. 4 Pieces Tire, 1300x24 62,500.00 28. 5 Pieces Tire, Tubeless 76,800.00 29. 3 Pieces Hydraulic Oil #68 4,050.00 30. 3 Pieces Hydraulic Oil #10 4,230.00 31. 3 Pieces Engine Oil, 15wl40 4,895.00 32. 3 Pieces Automatic Transmission (atf) 5,780.00 33. 2 Pieces Gasket, O.h 17,500.00 34. 3 Set Injector Calibration 4,150.00 35. 2 Pieces Piston Ring 0.85 12,350.00 36. 4 Set Injector Calibration W/ Brank New Nozzle Tip 4,150.00 37. 3 Pieces Alternate Assy 14,500.00 38. 3 Pieces Gear Oil #90 5,750.00 39. 2 Pail Battery, 15 Plates 9,500.00 40. 2 Units Outer Bearing 1,960.00 41. 2 Pieces Cylinder Heah Assy 45,000.00 42. 2 Pieces Ignition S.w. 1,275.00 43. 3 Set Radiator Hose Up & Low 2,295.00 44. 3 Pieces Clutch Dics Assy 4,500.00 45. 3 Pieces Clutch Pres. Assy 5,600.00 46. 3 Pieces Nozzle Sleeve,original 4,800.00 Total Brand Model:_____________ Delivery Period:______________________ Warranty: After Having Carefully Read & Accepted Your General Conditions. I/we Quote On The Item/s Price/s Noted Above. Total Bid Price (in Words) Bid Security: Amount: Submitted By: Bidder/supplier Date:_________________________
Closing Date24 Feb 2025
Tender AmountPHP 1.3 Million (USD 23 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 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 Soon3 Mar 2025
Tender AmountPHP 81.9 K (USD 1.4 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 Soon3 Mar 2025
Tender AmountPHP 116.2 K (USD 2 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 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 Soon3 Mar 2025
Tender AmountPHP 107.1 K (USD 1.8 K)
U S COAST GUARD USA Tender
Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Modify Notice To Include The Following Items Omitted From Original Notice In Error:
item 3)
nsn 2910-01-500-6920
filter Element
mfg: Welin Lambie
part Number: 894-00907
quantity: 25 Each
item 4)
nsn 3950-99-282 3802
parts Kit Winch
mfg: Welin Lambie
part Number: 892-02049
quantity: 10 Each
item 5)
nsn 4010-99-251-6631
rope Wire
mfg: Welin Lambie
part Number: 800-02033
quantity: 10 Each
item 6)
nsn 4010-99-665-8380
rope Wire
mfg: Welin Lambie
part Number: 800-02034
quantity: 10 Each
item 7)
nsn 3950-99-752-0146
rope Wire
mfg: Welin Lambie
part Number: 800-02046
quantity: 30 Each
item 8)
nsn 4330-99-549-9320
filter Element
mfg: Welin Lambie
part Number: 891-00601
quantity: 40 Each
item 9)
nsn 2530-99-430-0529
brake Shoe
mfg: Welin Lambie
part Number: 5520-6301
quantity: 10 Each
the United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part:
item 1)
nsn: 5990-99-724-7525
encoder Shafter Angle To Digital
encoder Utilized On The Dual Point Davit
part Number: 859-03343
mfg: Welin Lambie Ltd
quantity: 04 Each
item 1)
nsn: 4330-99-693-1238
indicator Filter Warning
filter Electrical Blockage Indicator
part Number: 894-00905
mfg: Welin Lambie Ltd
quantity: 04 Each
individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box.
each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology.
all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award.
delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a
this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-01 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply.
substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Welin Lambie And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts.
the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract.
all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 06,2025 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil
offerors Must Submit The Following Information On Their Quote:
disclosure: The Offeror Under This Solicitation Represents That [check One]:
__ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73;
__ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or
__it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal
__hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006)
(end Of Provision)
the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote.
the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far
52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov.
cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date13 Feb 2025
Tender AmountRefer Documents
Office Of The President Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Title Of The Project: One (1) Lot Monthly Preventive Maintenance Of Two (2) Units Fujisino Passenger Elevator Located At Mabini Hall (april To December Of Cy 2025) A) Request For Quotation 1. One (1) Lot Monthly Preventive Maintenance Of Two (2) Units Fujisino Passenger Elevator Located At Mabini Hall (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: Mabini Hall Brand: Fujisino Capacity: 1000 Kg (13pax) No. Of Stops/opening: Four (4) Service: Passenger Location Of Elevator: Mabini Hall 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 Button 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 From April To December Of The Calendar Year 2025 Will Take Effect Upon The Receipt Of The Po And The Release Of The Psc Clearance. 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 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 Were Unable To Submit By The Contractor, The Approved Vms Request/s May Be Used As Reference For Security Clearance. (applicable Only After The First Pms) 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. Performance Criteria In Accordance With Gppb Resolution No. 06-2022. 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 Command (psc) 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) 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 P500k) Prior To The Award 4. Omnibus Sworn Statement (for Abcs Above P50k) 5. Authority To Transact With The Op A. Special Power Of Attorney For Sole Proprietorships B. Secretary’s Certficatate 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 Op. • In Case Of A Tie In The Offered Quotations Or When Two Or More Suppliers Have Been Evaluated To Be The Lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined Through The Drawing Of Lots. D) Indicate In Your Quotation The Following 1. Terms Of Payment: Government Terms 2. Price Validity: 3. Warranty: 4. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 5. Delivery Period: 6. Stock Availability (if For Goods). 7. Certificate Of Exclusive Distributorship (if Applicable). 8. Specify Brand (if Applicable). 9. Tin (submit Upon Award).
Closing Soon3 Mar 2025
Tender AmountPHP 198 K (USD 3.4 K)
City Government Iligan Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 1 Cy 2023 Intend To Apply The Sum Of P6,743,095.30 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Halfway House Including Amenities, Brgy. Rogongon, Iligan City With Project No. Cb(b)-24-123 (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 Halfway House Including Amenities, Brgy. Rogongon, Iligan City • Earth Works - Excavation For Foundations , Septic Vault,ground Tank, Grease Trap And Catch Basin - Backfilling, Earth Fill And Gravel Fill For Foundations And Building Area • Concrete Works - Concreting For Foundations ,columns, Beams, Ground Floor And 2nd Floor Slabs, Staircase , Roof, Septic Vault, Ground Tank, Grease Trap And Catch Basin - Formworks For Columns And Beams, And Scaffoldings For Building Construction • Masonry Works - Chb Walling For Building Exterior (foundation To 2nd Floor) ,chb For Ground Floor Interior Walling Up To Floor Line, Chb For Septic Vault, Ground Tank, Grease Trap And Catch Basin • Steel Reinforcement - Installation Of Deformed Steel Reinforcing Bars For Concrete And Masonry Structures • Steel Works - Construction Of Roofing Trusses And Purlins • Doors & Windows - Fabrication & Installation Of Ground Floor Doors And Windows (exterior) • Tinsmithry - Building Roofing Using Prepainted Rib-type Roofing Sheets And Prefab Ridge Rolls • Plumbing - Laying Of Embedded Waste And Water Lines For Ground Floor And Second Floor I. Project Billboard (q = 2.00 Sets) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2" X 3" X 14' Coco Lumber, 2" X 3" X 10' Coco Lumber, 2" X 2" X 8' Coco Lumber, Assorted Sizes C.w. Nails. Ii. Occupational Safety And Health Program (q = 1.00 L.s.) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. Iii. Permits And Clearance (q = 1.00 L.s.) Includes Fire Safety Evaluation Fee, Brgy. Clearance For Construction Fee, Professional Fee, White Print (a-3). Iv. Mobilization / Demobilization (q = 1.00 Lot) V. Earthworks (q = 253.00 Cu.m.) A. Excavation (q = 131.00 Cu.m.) Includes Volume To Be Excavated. B. Earth Fill (q = 85.00 Cu.m.) Includes Volume For Earth Fill (includes Compaction): Petrun Soil (for Earth Fill) (w/ Compaction). C. Gravel Bedding (q = 37.00 Cu.m.) Includes Volume For Gravel Bedding: 1-1/2" Gravel Bedding (0.10m Thk.). Vi. Concrete Work, Formwork &. Scaffolding (q = 148.31 Cu.m.) Includes Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Washed Gravel, (for Formworks And Scaffoldings): 1.2mm Thk. X 1.0m Width Composite Steel Deck, 4'x8'x1/4"thk. Marine Plywood, 2" X 2" X 12' Coco Lumber, Assorted Sizes C.w. Nails, Steel Scaffolding (including Complete Accessories) Vii. Masonry Work ( Q = 598.28 Sq.m.) Includes 4" X 8" X 16" Chb (700psi), Portland Cement Type 1astm C-150 Pns 07, Washed Sand, Skim Coat (20kg). Viii. Steel Reinforcement ( Q = 22,027.74 Kgs.) Includes 20mmø X 6000mm Dsb (grade 40), 16mmø X 6000mm Dsb (grade 40), 12mmø X 6000mm Dsb (grade 40), 10mmø X 6000mm Dsb (grade 40), #16 Gi Tie Wire. Ix. Steel Work ( Q = 257.00 Lengths) Includes 50mm X 50mm X 6mm Thk. Angle Bar (6m/length), 38mm X 38mm X 6mm Thk. Angle Bar (6m/length), 50mm X 50mm X 2mm Thk Tubular Bar (6m/length), 50mm X 100mm X 1.2mm Thk. C-purlins (6m/length), 1.2m X 2.4m X 10mm Thk. Ms Plate, Welding Rod (6011), Grinding Disk, Cutting Disk. X. Doors &. Windows (q = 15.00 Units) Includes D1: 4000mm X 2150mm (4 - 1000mm X 2150mm Panels) Fixed Glass Partition W/ Aluminum Framed Double Glass Swing Door, W/ Complete Accessories; D6: 800mm X 2150mm Flush Door, Including Door Knob, Jambs And Accessories; Wl: 2300mm X 1200mm (4 - 600mm X1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W2: 2500mm X 1200mm (2 - 1250mm X 1200mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W3: 2500mm X 800mm (2 - 1250mm X 800mm Panels) Analok Frame Sliding Window W/ 1/4" Thk. Bronze Glass; W4: 600mm X 600mm Analok Frame Awning Window W/ 1/4" Thk. Bronze Glass. Xi. Tinsmithry (q = 227.00 Ln.m.) Includes 1.1m X 0.50mm Thk Prepainted Rib-type Roofing, 0.9m X 2.4m X 0.5mm Thk. Prefab Ridge Roll, Tek Screw, Vulca Seal, 5mm Thk X 1000mm Insulation Foam (50m/roll), Touch-up Paint (500ml/can) . Xii. Plumbing (q = 1.00 Lot) Includes 4"x 4" Floor Drain, Stainless; 6" Dia. X 10' Pvc Pipe, S-1000; 4" Dia. X 10' Pvc Pipe, S-1000; 2" Dia. X 10' Pvc Pipe, S-1000; 6" Dia. Pvc Cleanout; 6" Dia. Pvc Coupling; 4" Dia. Pvc Elbow, 1/4 Bend; 4" Dia. Pvc Sanitary Tee; 4" Dia. Pvc Cleanout; 4" Dia. Pvc P-trap; 4" Dia. Pvc Coupling; 6" To 4" Pvc Tee Reducer; 4" To 2" Pvc Tee Reducer; 4" To 2" Pvc Bushing Reducer; 2" Dia. Pvc Elbow, 1/4 Bend; 2" Dia. Pvc Wye; 2" Dia. Pvc Tee; 2" Dia. Pvc P-trap; 2" Dia. Pvc Cleanout; 2" Dia. Pvc Coupling; Pvc Cement,400 Cc; 1/2" Dia. G.i. Elbow; 1/2" Dia. G.i. Tee; 1/2" Dia. X 4" G.i. Nipple; 1/2" Dia. G.i. Coupling; 1/2" Dia. X 20' G.i. Pipe, S-40; 1/2" Dia. Float Valve; 1/2" Dia. Gate Valve; Teflon Tape (big). Approved Budget For The Contract (abc): P 6,743,095.30 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 Sixty (160) Calendar Days From Receipt Of Notice To Proceed. 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. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1.pre - Procurement: October 18, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2.issuance Of Bid Documents: January 7 – January 28, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3.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 4.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 5.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 P10,000.00 To The Iligan City Government Cashier, At The Bac Office, 2nd Floor, City Hall Main Building, Buhanginan Hills, Pala-o, Iligan City. The Iligan City Government Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 7, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-123 (ceo-infra)
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
Municipality Of Bakun, Benguet Tender
Laboratory Equipment and Services
Corrigendum : Closing Date Modified
Philippines
Details: Description 1.the Lgu-bakun Through The General Fund Intends To Apply The Sum Of 612,558.00 Being The Total Abc To Payments Under The Contract For Procurement Of Laboratory And Medical Supplies/ G- 09-2025 With The Following Specifications. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Item No. Qty. Unit Item Description Laboratory Supplies 1 2 Bot Microhematocrit Capillary Tubes, Heparinized, 100's 2 5 Box Blood Lancets, 500's, 23g 3 1 Box Tubex Reagent With Magnet Color Scale 4 5 Bot Hemopoint Strips, 50's 5 7 Box Serum / Urine Hcg, 20s 6 10 Box Autocode Glucosure Glucose Strips, 50s 7 10 Bot Uric Acid Strip, 25's 8 20 Bot Cholesterol Strips, 10's 9 5 Box Syringe With Needle 23gx1", 3 Ml, 100s 10 750 Pc Urinalysis/fecalysis Cups, 150ml 11 7 Set Dengue Ns1 And Igg/igm 10's 12 1 Pack Fecal Occult Blood Test, 20s 13 8 Box Edta Test Tubes (violet Top), 100s 3ml 14 5 Bot Rapid Typhoid Test Kit 25's 15 1 Bot Oil Immersion Oil 16 2 Gal W-31d Diluent, 20 L 17 2 Bot W-31l Lyse (500 Ml) 18 2 Bot W-sp Probe Cleanser (50 Ml) 19 1 Set Control For Hematology Analyzer 20 1 Box Microtainer/micro Blood Tubes, Edta, 100s 21 13 Bot Urinalysis Strips, 100s, 10 Parameters 22 5 Set Abo Rh Typing Sera 23 5 Box Hbsag Screening Test Kits, 25s 24 2 Box Easy Touch Gcu Medical Supplies 25 7 Pcs Asepto ( Bulb Syringe )- Ngt - 60 Cc 26 1 Set Blood Pressure Set,baxtel 27 15 Each Canister For Cotton Balls,plastic With Tight Lid,8cm 28 10 Jar Canister For Cotton Balls,stainless With Tight Lid,10 Cm 29 50 Each Cervical Brush ,papsmear 30 14 Each Cervical Collar,foam,adult 31 8 Each Cervical Collar,foam,pedia 32 10 Box Chromic 2-0 Silk Braided Curved Cutting 33 10 Box Chromic 3-0 Silk Braided Curved Cutting 34 5 Box Chromic 5-0 Silk Braided Cutting 35 1 Box Cloth Tape,(durapore) 36 30 Each Cord Clamp 37 100 Pack Cotton Buds ,108 Tips 38 50 Bot Del Monte Vinegar 490 Ml 39 1 Set Delivery Set( 1 Surgical Mayo Curve Scissor Big Size, 1 Surgical Mayo Straigth Scissor Big Size2,straigth Clamp Big Size,1 Tissue Forcep,2 Curve Clamp) With Stainless Container, German 40 100 Each Digital Thermometer Model Mc-246,omron With Battery 41 200 Bot Distilled Water(absolute)350ml 42 40 Pcs Drainage Bag For Ifc (2,000ml) 43 1 Set Fetal Doppler,edan Sdi Ultrasonic Pocket Doppler Bluetooth 44 15 Each Finger Pulse Fingertip Oled Oximeter Blood Oxygen With Respiratory Rate Oximemter 45 2 Each Foam For Vaccine Carrier,1/2 Inch,44 Inches Wx80 Inches 46 1 Box Glass Slides( 25.4 X 72.22 Mm) 100's/ Box,frosted 47 2 Box Gloves, Surgical, Sterile Size 6.5 50's/ Box 48 5 Box Gloves, Surgical, Sterile Size 7 50's/ Box 49 3 Box Gloves, Surgical, Sterile Size 7.5 50's/ Box 50 10 Box Gloves,clean,non Powdered,nitrile,large,100s/box 51 15 Box Gloves,clean,non Powdered,nitrile,medium,100s/box 52 13 Box Gloves,clean,non Powdered,nitrile,small,100s/box 53 7 Gallon Glutaraldehyde Solution 54 20 Bot Hand Sanitizer,natural ,human Nature,citrus Flavor,200ml 55 20 Each Handwash Liquid Soap, 500 Ml 56 25 Each Headlamp Rechargeable,, Decathlon 120 Lumens 57 20 Box Hypoallergenic Tape, Transpore 1 ", 12's/ Box* 58 14 Box Hypoallergenic Tape, Transpore 1/2 ", 24's/ Box* 59 20 Pcs Indwelling Foley Catheter (ifc)french 16 60 20 Pcs Indwelling Foley Catheter (ifc)french 18* 61 40 Pc Infusion Set - Pedia 62 70 Pc Infusion Set- Adult 63 85 Pc Iv Catherer Gauge 20,introcan 64 85 Pc Iv Catherer Gauge 22,introcan 65 50 Pc Iv Catheter Gauge 24,introcan 66 25 Pc Iv Catheter Gauge 26 67 5 Each Kelly Pad 68 30 Bot Lidocaine Hydrochloride 69 10 Tube Lubricating Jelly ( Ky) 150g 70 7 Gallon Lysol,solution,cleaner 71 7 Set Minor Instrument,olten ( 2surgical Scissor, 2thumb Forcep,2tissue Forcep,2 Long Clamp, 2ovum Clamp,2straigth Clamp,2curve Clamp,2needle Holder,2blade Holder,2stainless Container) 72 45 Pc Nasal Cannula,oxygen - Adult 73 20 Each Nasal Cannula,oxygen- Pedia And For Neonates* 74 50 Set Nebulizer Kit, Adult 75 50 Set Nebulizer Kit, Pedia 76 10 Unit Non Mercurial Bp Desk Wall Type Sphygmomanometer With Stethoscope 77 20 Set Oxygen Regulator 78 10 Pc Patient Gown,cloth,washable 79 50 Pcs Pediatric Urine Bag 80 5 Pack Plastic Celophane Ice Bag 100pcs,4x12 81 7 Gallon Povidone Iodine * 82 25 Pc Rectangular Ice Pack (cold Dogs),11.5cm X18.5 Cm 83 3 Pack Resealable Bag Quick Seal,100's,25x35cm 84 3 Pack Resealable Bag Quick Seal,100's,30x40cm 85 25 Pair Scrub Shoes Khaki Color 86 5 Box Silk 2-0 With Needle 12s/box,cutting 87 5 Box Silk 3-0 With Needle 12s/box,cutting 88 5 Box Silk 5-0 With Needle 12s/box 89 20 Box Sterile Gauze Pads 4x 8,100's 90 20 Box Sterile Gauze Pads 4x4,100's 91 5 Pcs Suction Catheter , Pedia 92 6 Pcs Suction Catheter,adult 93 2 Box Syringe W/ Needle 1 Ml 26g X1/2 100's 94 4 Box Syringe W/ Needle 10ml 19gx 1 1/2" 100's/box 95 5 Box Syringe W/ Needle 3ml 23gx1",100's 96 3 Box Syringe W/ Needle 5 Ml 21g X 1 1/2",100's 97 2 Each Thermal Bag With Sling,high Quality/ Insulated Bag 98 10 Each Thermometer,non Contact With Battery 99 65 Pack Toilet Tissue,12 Rolls/pack 100 3 Box Tongue Depressors Wooden 100's/ Box (sterile) 101 35 Each Torniquet,elastic,rubber Flat 102 7 Each Torniquet,retractable 103 10 Roll Trash Bag,m/s,green 104 30 Roll Trash Bag.m/s Orange 105 10 Roll Trash Bag.m/s,yellow 106 5 Box Tuberculine Syringe 107 70 Pc Triangular Bandage,colored Orange 108 1 Each Vaccine Carrier Big Size,pqs 109 20 Each Vaginal Speculum 2 Blade,medium Total Delivery Of The Goods Is Required By 30 Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 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). 2.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. 3.prospective Bidders May Obtain Further Information From Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet And Inspect The Bidding Documents During 8-12 Am And 1-5 Pm Monday- Friday. 4.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 24, 2025 From The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun, Benguet, In The Amount Of P 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The Lgu- Bakun Will Not Conduct A Pre-bid Conference For This Contract. 6.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bids And Awards Committee Secretariat Office, Main Municipal Building, Ampusongan, Bakun On Or Before March 3, 2025 , 9:30 Am. Late Bids Shall Not Be Accepted. 7.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8.bid Opening Shall Be On March 3, 2025, 10:00 Am At The 3rd Floor Municipal Building, Ampusongan, Bakun .bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9.the Lgu-bakun 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. 10.for Further Information, Please Refer To: John B. Gu Municipal Engineering Office Municipal Hall,ampusongan, Bakun, Benguet 09213004881 Date Of Issue: February 24, 2025 John B. Gu Bac Chairperson
Closing Soon3 Mar 2025
Tender AmountPHP 612.5 K (USD 10.5 K)
Office Of The President Tender
Others
Philippines
Details: Description Title Of The Project: Procurement Of One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Fuji Modern Passenger Elevator Located At Premier Guest House (april To December Of Cy 2025) Under Pr No. 25-01-0140 A) Request For Quotation 1. 1 Lot Monthly Preventive Maintenance Of One (1) Unit Fuji Modern Passenger Elevator Located At Premier Guest House (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: Premiere Guest House Brand: Modern Fuji Capacity: 350 Kg (4pax) Number Of Stops/opening: Two (2) 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 Soon3 Mar 2025
Tender AmountPHP 45 K (USD 776)
Office Of The President Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Title Of The Project: One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Fujisino Passenger Elevator Located At New Executive Building (october To December Of Cy 2025) A) Request For Quotation 1. One (1) Lot Monthly Preventive Maintenance Of One (1) Unit Fujisino Passenger Elevator Located At New Executive Building (october 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: New Executive Building Brand: Fujisino Capacity: 630 Kgs (6pax) No. 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 Command (psc) 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) 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 P500k) Prior To The Award 4. Omnibus Sworn Statement (for Abcs Above P50k) 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 Op. • In Case Of A Tie In The Offered Quotations Or When Two Or More Suppliers Have Been Evaluated To Be The Lowest Calculated And Responsive Quotation, The Winning Bidder Shall Be Determined Through The Drawing Of Lots. D) Indicate In Your Quotation The Following 1. Terms Of Payment: Government Terms 2. Price Validity: 3. Warranty: 4. Place Of Delivery: Amo Warehouse, Op Motorpool Compound, P. Casal St. Quiapo, Manila 5. Delivery Period: 6. Stock Availability (if For Goods). 7. Certificate Of Exclusive Distributorship (if Applicable). 8. Specify Brand (if Applicable). 9. Tin (submit Upon Award).
Closing Soon3 Mar 2025
Tender AmountPHP 33 K (USD 569)
2561-2570 of 2680 archived Tenders