Valve Tenders
Valve Tenders
DENR RXI 2, PENRO DAVAO ORIENTAL Tender
Others
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 3 Million (USD 51.6 K)
Details: Description Particulars: 6 Pcs Diving Gears (set) •dive Bags For Dive Gears •bcd (backplate 3 Sets) And Jacket Type 3 Sets ) •weight Belts •weights/led For Bcd (5 Pcs For 3 Sets) •regulators •masks •snorkel •fins •wetsuit •air Tanks •booties •dive Flag •dive Buoy •banger •diving Torch/underwater Flashlight 3 Pcs Underwater Camera With Complete Accessories (filter, Bags And Case) Specifications: 120mp Hi-speed Image Sensor For Improved Low Light Performance And Noise Reduction Dual Quad Core Truepic™ Viii Image Processor F2.0 High Speed Lens 4k And High Speed Video Field Sensor System W/ Gps, Manometer, Compass & Temperature Sensor Waterproof, Shockproof, Freezeproof, Crushproof Dimension: W: 4.43 In H: 2.6 In D: 1.23 In / W: 113 Mm H: 66 Mm D: 31.9 Mm Weight: Approx. 250 G 2 Pcs Underwater Camera With Complete Accessories (filter, Bags And Case) Specifications: 120 Megapixel Full-frame Cmos Sensor 4k/120p Recording Capability 5-axis In-body Image Stabilization New Dynamic Active Steady Shot Stabilization 15 Stops Of Dynamic Range S-log3, S-gamut3, S-cinetone Recording And Built-in User Luts 10-bit 4:2:2 Internal Recording Ai Autofocus Processor With Af Subject Tracking Ai Autoframing For People Made From Recycled Materials No Mechanical Shutter (for Photography) Low Light Autofocus Down To -6 Ev Size: 121 X 72 X 52mm Weight: 1.1 Lbs 2 Pcs Underwater Camera With Complete Accessories (with Case And Stick) Specifications: Dimensions 2.0 By 2.8 By 1.3 Inches Weight 5.6 Oz Type Action Camera Sensor Resolution 27 Mp Sensor Type Cmos Sensor Size Type 1/1.9 Memory Card Slots 1 Memory Card Format Microsdxc Battery Type Gopro Enduro (1,900mah) Minimum Iso 100 Maximum Iso 6400 Stabilization Digital Display Size 2.3 Inches Touch Screen Connectivity Wi-fi, Bluetooth, Usb-c Maximum Waterproof Depth 33 Feet Video Resolution 5.3k Hdmi Output None Flat Profile 5 Pcs Dive Computer Specifications: Lens Material Sapphire Crystal Bezel Material Stainless Steel Case Material Fiber-reinforced Polymer Quickfit Watch Band Compatible (20 Mm) Strap Material Silicone Physical Size 43 X 43 X 14.15 Mm Color Display Display Size 1.2” (30.4 Mm) Diameter Display Resolution 240 X 240 Pixels Display Type Sunlight-visible, Transflective Memory-in-pixel (mip) Weight Silicone Band: 60 G Case Only: 41 G Battery Life Smartwatch: Up To 7 Days Memory/history: 32 Gb 1 Pcs Portable Heavy Duty Dive Compressor Twin Valve 5 Pcs Laptop With Windows Operating System And Complete Accessories Specifications: Strix G15 G513qr-hf343w(eclipse Gray) - Amd Ryzen 7 5800h (8-core/16-thread, 20mb Cache, Up To 4.4 Ghz Max Boost Processor | 16gb Ddr4 Memory | 1tb Pcie 3.0 Nvme M.2 Ssd | 15.6"" Fhd 1920x1080 300hz | Nvidia Geforce Rtx3070 8gb Vram | 802.11ax Wifi + Bt | Windows 11 4 Pcs Gps Specifications: Advanced Gps Handheld Touchscreen Unit Battery: Up To 18 Hours Of Battery Life In Gps Mode. Also Can Be Powered With Traditional Aa Batteries Dimensions: 8.76cm X 18.30cm X 3.27cm Display Size: 6.48cm X 10.80cm (5” Diagonal) Display Resolution: 480 X 800 Pixels Display Type: Wvga Transflective, Dual Orientation Weight: 397g With Included Lithium-ion Battery Pack Battery Life: Gps Mode – Up To 18 Hours | Expedition Mode: Up To 330 Hours Water Rating: Ipx7 High-sensitivity Receiver Interface: High Speed Micro Usb And Nmea 0183 Compatible Memory: 32gb (user Space Varies Based On Included Mapping) 10 Pcs Fiber Transect Tape (50m) 10 Pcs Underwater Slates (notebook Size) With Pencil And Carabiner 1 Pcs First Aid Kit (including Medical Oxygen Regulator And Tank) With Bag 1 Pcs Specialize Toolkit For Scuba Equipment Set 1 Pcs Repair Kit (silicon Spray, Silicone Grease, O-ring, Mouth Piece, Fins Strap And Etc.) 6 Pcs Crates For Diving Equipment's 2 Pcs Waterproof Pelican Case For Camera And Projector Specifications: Trolley Wheel Bag Exterior :23 X 14 X 11.50 Inches Interior : 20.08x 11.42x 9.45inches Including :wavefoam And Pluck Foam"
BARANGAY MALALANGSI PAMPLONA, NEGROS ORIENTAL Tender
Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 115.5 K (USD 1.9 K)
Details: Description Republic Of The Philippines Province Of Negros Oriental Municipality Of Pamplona Invitation To Bid For Installation Of Deep Wells The Barangay Malalangsi, Through The General Fund Intends To Apply The Sum Of One Hundred Fifteen Thousand Five Hundred Sixty Pesos Only (115,560.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Deep Wells F, Barangay Malalangsi Pamplona Negros Oriental. Bids Received In Excess Of The Bac Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Malalangsi, Through The General Fund Intends To Apply The Sum One Hundred Fifteen Thousand Five Hundred Sixty Pesos Only (115,560.00) Being The Approved Budget For The Contract (bac) To Payments Under The Contract For Each Lot/item. Bids Received In Excess Important: 1. Please Pay The Amount Of P 500.00 As Payment For This Bid At The Office Of The Municipal Treasurer. Quote Your Price For Each Item Only. 2. Remember That 2% Cash/check Deposit Of The Amount Of Abc Or Bid Securing Declaration Is Required Before Your Bid Will Be Considered No. Qty Unit Description Unit Price Total 1 16 Length 2” Gi Pipe S-40 2 16 Pcs 2” Gi Coupling S-40 3 8 Length 1” Gi Pipe S-40 4 8 Pcs 1” Gi Coupling S-40 5 4 Pcs Bell Reducer 2”x 1 ¼” S40 6 4 Pcs Gi Bossing 1 ¼ 7 4 Pcs Foot Valve 1” 8 4 Pcs Jetmatic Pump 9 8 Rolls Teflon Tape ¾ Total 2. The Barangay Malalangsi Now Invites Bids For Installation Of Deep Wells Barangay Malalangsi, Pamplona, Negros Oriental. Delivery Of The Goods Is Required 30 Calendar Days After Purchase Order. Bidders Should Have Completed, Within [insert Relevant Period] From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. In Addition, Select One Of The Two Following Paragraphs And Delete The Other Depending On The Existence Of Conditions Under Section 23.4.1.2 Of The Irr Of Ra 9184: (i) Select This Paragraph If Conditions (a), (c), And (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Do Not Exist: 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. (ii) Select This Paragraph If Condition (a), (c), Or (d) Under Section 23.4.1.2 Of The Irr Of Ra 9184 Exists: Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Pamplona And Inspect The Bidding Documents At The Address Given Below During 8:00 Am- 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On August 5, 2024 From The Address Below. Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 500.00 (fee For Bidding Documents) To The Municipal Treasurer Of Pamplona, Negros Oriental. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Municipality Of Pamplona Will Hold A Pre-bid Conference On No Pre-bid At The Office Of The Municipal Mayor Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before December, 2024. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On December, 2024 At The Municipality Of Pamplona, Barangay Malalangsi, Barangay Hall. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. N/a. 10. The Barangay Malalangsi Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ronald V. Cornelio Sitio Alawihao, Barangay Malalangsi, Pamplona Negros Oriental 09455118548 Anecito B. Torres Bac Chairman
Municipality Of Ferrol, Romblon Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 500 K (USD 8.5 K)
Details: Description Date: Janauary 31, 2025 Project Reference Number: Pbfer-004 1. The Local Government Unit Of Ferrol, Romblon, Through The 20% Development Fund Fy 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (php 500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Fnhs Water Supply System. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Ferrol, Romblon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 30 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Local Government Unit Of Ferrol, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm (weekdays Only). 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31 – February 7, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos (php 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 7, 2025 At 10:00 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 16. 8. Bid Opening Shall Be On February 7, 2025 At 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Item No. Description Of Work To Be Done Quantity Unit Item 1 Well Exploration And Development 42.00 Cu.m. Item 3 Installation Of Transmission And Distribution Pipelines 80.00 L.m. Item 4 Control Valves And Fittings 1.00 Lot 9. The Local Government Unit Of Ferrol, Romblon 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Mr. Alvin C. Pisalbon, Bac Secretariat With Contact Number +63-975-840-0276, With The Address, Bids & Awards Committee Office, Municipal Hall, Poblacion, Ferrol, Romblon. (sgd.) Dexter G. Fabila Bac Chairman
Ilocos Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 6.8 Million (USD 117 K)
Details: Description Scope Of Works: I. Mobilization/demobilization = 1 Lot Ii. Construction Health & Safety = 1 Lot Iii. Troubleshooting And Repair Of Existing 10,000watts Grid Tied Power System = 1 Lot Iv. Vertical Inline Cps/duplex Type Pump With Vfd Controller = 1 Assy V. Installation Of Distribution And Service Connection A. Distribution Pipelines, Appurtances, Valves, Fittings, And Service Connection = 1 Lot B. Chipping/excavation Works And Concreting = 960.00 Lnm Vi. Repair Of Water Supply System From Old Water Tank And Pipelines = 1 Lot Vii. Installation Of Plumbing Fixtures = 1 Lot Viii. Painting Works (railings Second Floor) = 1 Lot Ix. Rehabilitation Of Septic Tank At The Eastern Part Of Market (under The Bakery) A. Demolition Works = 70.00 Sqm B. Excavation Works = 18.62 Cum C. Declogging Of The Septic Tank = 35.08 Cum D. Concrete Works = 2.06 Cum E. Masonry Works = 16.08 Sqm F. Plastering Works = 20.79 Sqm G. Plumbing Works = 1 Lot X. Pwd Comfort Room A. Demolition Works = 24.86 Sqm B. Excavation Works = 11.42 Cum C. Installation Of Doors = 2 Set D. Declogging Of Septic Tank = 33.23 Cum Xi. Plastering Works At The Rear Of Market = 107.17 Sqm Xii. Rehabilitation Of Septic Tank At The Northern Part Of Market (under The Block Tienda) A. Demolition Works Inside The Septic Tank = 96.53 Sqm B. Excavation Works Inside The Septic Tank = 120.66 Cum C. Aggregates Sub-base Coarse Inside The Septic Tank = 9.65 Cum D. Concrete Works Inside The Septic Tank = 9.66 Cum E. Declogging Of The Septic Tank = 161.82 Cum Xiii. Tile Laying Works (market) = 983 Sqm The Complete Schedule Of Activities Is Listed Below As Follows: 1. Issuance Of Bid Documents –january 16-february 5, 2025 At The Budget Office, Municipal Hall Bldg. Snin 2. Pre-bid Conference – January 24, 2025; 2:30pm; Mayor’s Office Conference Room, Municipal Hall Building 3. Opening Of Bids – February 5, 2025; 2:00pm; Mayor’s Office Conference Room, Municipal Hall Building 4. Bid Evaluation – February 6, 2025 5. Post Qualification – February 10, 2025 Bid Documents Shall Be Available At The Bac Office, Municipal Hall, San Nicolas, Ilocos Norte Upon Payment Of Prescribed Non-refundable Fee. The Municipality Of San Nicolas Reserves The Right To Reject Any Of All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. Deadline/opening Of Bids: February 5, 2025; 2:00pm; Mayor’s Office Conference Room, Municipal Hall Building.
City Government Iligan Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 6.7 Million (USD 114.9 K)
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)
City Of Cape Town Tender
Machinery and Tools
South Africa
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500532 Title Grease Gun Pneumatic H/duty Control Valv Description 6 Each X Bamboesvlei Rd. Ottery, Hillstar Complex Specification* Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Please Supply Heavy Duty Pneumatic Grease Guns/grease Control Valves (groz) Contact Person S Williams (t) 021-4004362 Hillstar Technical Services Solid Waste/urban Waste Bamboesvlei Rd. Ottery, Hillstar Complex Delivery Date2025/02/26 Delivery Totw - Solid Waste Tssw Delivery Address0000 Tsswbamboesvlei Rd. Ottery, Hill, Cape Town Contact Persons Williams Telephone Number0214004362 Cell Number Closing Date2025/02/04 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
City Government Of Navotas Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Jan 2025
Tender AmountPHP 1 Million (USD 17.1 K)
Details: Description Request For Quotations: Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Duly Representative And Copies Of Eligibility Requirements (business Permit, Local/national Tax Clearance And Philgeps Certificate Of Registration) Not Later Than The Deadline For Submission. Items: Procurement For The Repair & Maintenance Of Transportation Equipment: Motor Vehicle Under The Repair & Maintenance Fund Of The City General Services Office Lot 1-repair & Maintenance Of Transportation Equipment: Motor Vehicle Unit Qty "item Description " Unit Cost " Lot 1 Repair And Maintenance Of Transportation Equipment : Motor Vehicle 1,000,000.00 Ordering Agreement - Supply Of Vehicle Parts For Minor Repairs And Maintenance At The Navotas Motorpool For 4 - Wheel Vehicles Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 950.00 Pc/s 50 Handle Switch 1,200.00 Pc/s 100 Oil Seal 950.00 Pc/s 100 Battery Terminal Ci Brass 260.00 Pc/s 50 Brake Master 4,700.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 2,500.00 Set/s 100 Brake Shoe 3,500.00 Pc/s 100 Drum Brake 6,900.00 Pc/s 100 Brake Hose 950.00 Pc/s 100 Bleeder Valve 1,250.00 Pc/s 100 Return Spring 950.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 300 Clips 75.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,900.00 Pc/s 100 Headlight Bulb 850.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Brake Light 250.00 Pc/s 100 Signal Light Bulb 150.00 Pc/s 100 Clutch Cable 3,900.00 Pc/s 100 Gas Cable 2,500.00 Mtr/s 50 Copper Tube 250.00 Pc/s 100 Hand Brake Cable 2,500.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 1,200.00 Pc/s 50 Hose-radiator Inlet 3,600.00 Pc/s 50 Hose-radiator Outlet "b" 3,100.00 Pc/s 50 Hose-radiator Outlet "c" 3,800.00 Pc/s 50 Hose-radiator Outlet 1,900.00 Pc/s 50 Hose-fill Line 1,350.00 Pc/s 50 Hose-heater 1,315.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 3,700.00 Pc/s 50 Ribbed Belt-v 3,400.00 Pc/s 100 Radiator Hose 1,700.00 Pc/s 100 Radiator Cap 1,200.00 Pc/s 100 Fan Belt 1,600.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 380.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 1,450.00 Pc/s 50 Wheel Cylinder 1,650.00 Pc/s 150 Seal 350.00 Box/s 30 Automotive Fuse 5a,10a,15a,20a,25a,30a 350.00 Assy/s 50 Horn 2,400.00 Pc/s 100 Relay 950.00 Ltr/s 150 Gear Oil 375.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 2,450.00 Pc/s 100 Tube 750.00 Pc/s 100 Truck Tubes 1,200.00 Pc/s 100 Flap 550.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 3,100.00 Assy/s 50 Secondary Master 2,500.00 Set/s 50 Fender Liner 2,500.00 Pc/s 50 Floor Guard Rubber 3,000.00 Pc/s 50 Steering Wheel Cover 2,200.00 Pc/s 50 Side Mirror 1,200.00 Pc/s 50 Side Mirror Glass Only 350.00 Pc/s 50 Oil Filter 850.00 Pc/s 50 Coil 1,500.00 Unit 20 Radiator Assy. 5,200.00 Bottle/s 50 Coolant 3l 750.00 Bottle/s 100 Engine Oil 800ml 650.00 Assy. 30 Starter Motor Assy 10,990.00 Assy. 30 Alternator Assy 11,500.00 Pc/s 20 Alternator Pulley 950.00 Assy. 30 Fan Motor Assy. 3,800.00 Bottle/s 100 Brake Fluid 3l 340.00 Assy. 20 Fuel Pump Assy. 1,750.00 Pc/s 20 Clutch Disc 4,700.00 Pc/s 20 Clutch Cover 4,450.00 Pc/s 20 Pressure Plate 4,650.00 Pc/s 20 Release Bearing 2,150.00 Pc/s 30 Timing Belt 3,500.00 Pc/s 30 Tensioner Bearing 2,250.00 Pc/s 30 Tensioner Adjuster 950.00 Pc/s 30 Camshaft Oil Seal 1,350.00 Pc/s 50 Fuel Filter 980.00 Pc/s 20 Hydrovac Brake Booster 9,500.00 Pc/s 20 Ignition Switch 3,800.00 Pc/s 20 Intake Manifold Gasket 1,200.00 Pc/s 20 Intake/exhaust Valve 850.00 Pc/s 20 Knucle Bearing 1,200.00 Set/s 20 Leaf Spring Set 4,350.00 Pc/s 20 Main Bearing 3,500.00 Pc/s 20 Connecting Rod 3,800.00 Pc/s 20 Thrust Washer 1,450.00 Pc/s 20 Regulator 2,500.00 Pc/s 50 Car Charger Cigar Port 490.00 Pc/s 20 Steering Bearing 2,500.00 Pc/s 50 Ignition Coil 1,950.00 Pc/s 50 U-bolt 350.00 Pc/s 20 Power Steering Fluid Reservoir 1,350.00 Pc/s 20 Rotor Disc 4,950.00 Pc/s 20 Ball Joint 1,950.00 Set/s 20 Stabilizer Link 2,450.00 Pc/s 20 Bearing 1,350.00 Assy. 20 Shock Absorber 4,500.00 Set/s 30 Coil Spring 3,500.00 Pc/s 50 Battery Lug 150.00 Mtr/s 50 Wire-#10,16,18 290.00 Pc/s 50 Switches- 2gang,3gang,6gang 650.00 Pc/s 100 Oil Seal 350.00 Pc/s 100 Oil Filter 180.00 Pc/s 100 Engine Oil 550.00 Pc/s 100 Battery Terminal Ci Brass 100.00 Pc/s 50 Brake Master 950.00 Pc/s 100 Repair Kit 1,200.00 Set/s 100 Brake Pads 850.00 Set/s 100 Brake Shoe 950.00 Pc/s 100 Drum Brake 950.00 Pc/s 100 Brake Hose 650.00 Pc/s 150 Lug Nuts 95.00 Pc/s 150 Bolt/nut 65.00 Pc/s 150 Wheel Cap 95.00 Pc/s 150 Wheel Boot 95.00 Pc/s 50 Rotor Disk Brake 1,750.00 Pc/s 100 Headlight Bulb 250.00 Pc/s 100 Bulb Socket 150.00 Pc/s 100 Clutch Cable 550.00 Pc/s 100 Gas Cable 750.00 Pc/s 100 Hand Brake Cable 890.00 Pc/s 50 Lever 650.00 Pc/s 150 Air Filter 550.00 Pc/s 100 Hose Clamp 95.00 Pc/s 50 Belt "v" 1,200.00 Pc/s 150 Flyball 140.00 Pc/s 150 Slider 140.00 Pc/s 100 Pulley 950.00 Pc/s 100 Radiator Hose 650.00 Pc/s 100 Radiator Cap 490.00 Pc/s 150 Spark Plug 650.00 Pc/s 150 Spark Plug Terminal 650.00 Pc/s 5 E-cab 1000 Battery Charger 10,500.00 Pc/s 10 Wiper Motor 2,200.00 Pc/s 10 Meter Assy. 1,500.00 Pc/s 10 E-cab Braker 350.00 Ltr/s 150 Radiator Coolant 550.00 Pc/s 100 Wheel Hub 1,600.00 Pc/s 100 Wheel Bearing 750.00 Pc/s 50 Wheel Cylinder 850.00 Pc/s 150 Automotive Fuse 65.00 Assy/s 50 Horn 950.00 Pc/s 100 Relay 320.00 Ltr/s 150 Gear Oil 375.00 Pc/s 20 Breaker 450.00 Pc/s 150 Tire Valve 150.00 Pc/s 150 Tire Selant 325.00 Pc/s 100 Throttle Controller 350.00 Pc/s 50 Fun350 395.00 Set/s 50 Sprocket & Chain Set 6,800.00 Pc/s 50 Ecargo 375.00 Pc/s 100 Tube 280.00 Ltr/s 150 High Performance Gear Oil 700.00 Assy/s 50 Clutch Master 2,500.00 Pc/s 30 Side Stand 650.00 Pc/s 30 Center Stand 1,500.00 Pc/s 50 Wiper Arm 1,500.00 Assy/s 30 Exhaust Pipe 2,500.00 Pc/s 50 Stand Spring 150.00 Pc/s 50 Side Mirror 450.00 Pc/s 50 Chain 3,000.00 Pc/s 50 Front Sprocket 1,450.00 Pc/s 50 Rear Sprocket 2,800.00 Pc/s 50 Fender 980.00 Assy/s 50 Shock Absorber 2,500.00 Set/s 50 Sprocket & Chain Set 6,800.00 -tires Pc/s 10 10.00r20 18,500.00 Pc/s 10 11r22.5 25,500.00 Pc/s 10 165/80r13 5,400.00 Pc/s 30 185/60r15 5,700.00 Pc/s 50 185/70r14 6,000.00 Pc/s 30 185/70r15 8,600.00 Pc/s 30 185/80r14 7,100.00 Pc/s 40 185r-14c 6,700.00 Pc/s 10 195/70r15c 7,250.00 Pc/s 20 195r14c 8ply 7,600.00 Pc/s 50 195r15 7,680.00 Pc/s 30 205/65r16 8,600.00 Pc/s 20 205/85r16 13,100.00 Pc/s 50 205/65r15 8,400.00 Pc/s 30 215/70r - 16c 9,570.00 Pc/s 20 235/75r17.5 15,100.00 Pc/s 10 235/70r15 9,900.00 Pc/s 10 295/70r17 39,500.00 Pc/s 30 750/16 14,600.00 Pc/s 30 700/16 11,100.00 Pc/s 20 7.00/15 13,500.00 Pc/s 30 R(3.25-17) 3,100.00 Pc/s 30 F(2.75 - 17) 3,000.00 Pc/s 30 70-90-14 4,100.00 Pc/s 30 F(80-90-14) 4,100.00 Pc/s 30 (2.75-18) 2,850.00 Pc/s 30 (2.75-17) 2,500.00 Pc/s 30 (3.75-17) 2,800.00 Pc/s 30 (3.75 - 12) 2,900.00 Pc/s 30 (3.50 - 12) 2,750.00 Pc/s 30 (4.10-18) 3,600.00 Pc/s 30 (2.75-21) 4,300.00 Pc/s 30 (80/80-14) 3,800.00 Pc/s 30 (90/80-14) 4,100.00 Pc/s 30 2.75 – 17 2,650.00 Pc/s 30 3.00 – 17 2,850.00 -batteries Pc/s 30 Mg7l 4,000.00 Pc/s 30 Yb7bl 2,200.00 Pc/s 30 Ytx4l 2,200.00 Pc/s 30 12n9-4b-1 2,200.00 Pc/s 30 2sm 8,600.00 Pc/s 50 3sm 9,900.00 Pc/s 30 6sm 11,800.00 Pc/s 30 B24l 8,300.00 Pc/s 30 Ln3 11,000.00 Pc/s 20 2d 14,500.00 Pc/s 20 4d 16,200.00 Pc/s 20 8d 21,800.00 Pc/s 30 Ns60 8,300.00 Pc/s 15 E-cab Battery 11,200.00 -wiper Blades Pc/s 50 12" 500.00 Pc/s 50 14" 550.00 Pc/s 50 16" 600.00 Pc/s 50 17" 650.00 Pc/s 50 18" 700.00 Pc/s 50 19" 700.00 Pc/s 50 20" 750.00 Pc/s 50 21" 800.00 Pc/s 50 24" 850.00 Pc/s 50 26" 900.00 -lot 1 Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies Navotas Motorpool Vehicle Repair And Maintenance Tools & Other Supplies 200,000.00 Gal. 100 Car Wash And Wax Shampoo 330.00 Bottle/s 100 Car Wax, Wax And Dry, 769ml 880.00 Oz. 100 Carnauba Cleaner Paste Wax 14 Fl 850.00 Bottle/s 100 High Gloss Tire Black, 250ml 330.00 Pc/s 150 Chamois Towel 380.00 Pack/s 150 Microfiber Absorbent Square Towel 40*40cm 250.00 Set/s 10 6-32mm Combination Wrench Set 4,500.00 Set/s 10 Professional Car Tools Socket Wrench Complete Set 7,800.00 Set/s 10 Diagonal Combination Long Nose Pump Plier Pliers Set 2,000.00 Set/s 10 Tools Original Rapid Cross Wrench 17,19,21,23mm 2,140.00 Set/s 10 Vise Grip Set 5wr And 10wr (set) 2,500.00 Pc/s 10 Adjustable Wrenches Set (6", 8", 10") 1,500.00 Pc/s 10 High Pressure Washer Water Spray Gun 726.00 Pc/s 10 High Pressure Hose 20meters 2,915.00 Set/s 10 Power Sprayer Repair Kit - V-packing And Valve Seal 600.00 Pc/s 10 Lengthened Squeegee Cleaner Brush Shower Car Wiper Sponge 450.00 Pc/s 10 Industrial Multi-function Grease Gun (500g - 8500psi) 1,500.00 Unit 10 Electric Car Polisher Machine Auto Polishing Buffing 2,200.00 Pc/s 10 Soft Wool Clean Polishing Buffing Bonnet Pad For Car Auto 180mm/7" 420.00 Unit/s 1 Hydraulic Press 10 Ton 39,200.00 Unit/s 3 Bottle Jack 20tons 6,000.00 Unit/s 10 3 Tons Industrial Jack Stand 2pcs / Pair Iht 3,100.00 Unit/s 10 70mai Car Jump Starte Portable 70mai Car Jump Starte Portable 4,100.00 Pc/s 10 High Pressure Washer Brass Quick Coupler Connectors 600.00 Pack/s 50 Tubeless Tire Seal Strip Repair Plug 250.00 Pack/s 50 Tire Patches 50mm 1,000.00 Set/s 20 Auto Tire Repair Kit Tool 650.00 Can 50 Vulcanizing Solution 400.00 Pc/s 10 Car Tire Repair Kit Roller Auto Patch Roller 850.00 Gallon/s 20 Bac-to-zero Solution 4,000.00 Gallon/s 20 Disinfectant Solution 1,100.00 Set/s 10 Booster Cable 800amp Heavy Duty 5.0m 12/24v With Plastic Case 4,500.00 Pc/s 10 Heavy Duty Plastic Tool Box 980.00 Unit 2 Original Industrial (empty) Roller Cabinet With 7pcs Drawers 29,000.00 Set/s 10 Spark Plug Wrench Set 16" And 21" 1,700.00 Set/s 10 8pcs Screwdriver Set - Heavy Duty 1,545.00 Unit 10 6t/8t/12t Hydraulic Crimper Tool Kit Tube Terminals Lugs Battery Wire Crimping Force 3,800.00 Set/s 10 18pcs Hex Key And Torx Key Set(allen) 914.00 Pc/s 10 Philip Screw 200mm 310.00 Pc/s 10 Screw Driver 200mm 310.00 Set/s 1 Mini Obd2 Scanner Car Diagnostic Tools 25,000.00 Can 100 Brake Cleaner 650.00 Can 100 Electronic Contact Cleaner 650.00 Can 100 Anti Rust Lubricant 277ml 550.00 Pc/s 100 Epoxy Steel 210.00 Pc/s 100 Electrical Tape, Big 90.00 Pc/s 50 Tapelon 30.00 Unit 1 3 Jawed Puller 1,500.00 Set/s 1 Inner Bearing Puller 1,500.00 Set/s 1 Car Steering Wheel Puller Removal Tool 1,200.00 Set/s 1 Caliper Piston Compressor Press Tool Kit 1,200.00 Set/s 1 Snapring Plier Set 1,500.00 30 Can Grease 350.00 30 Can Chain Lube 950.00 50 Pc/s Electrical Tape, Small 60.00 20 Pc/s Boat Battery 3sm 9,900.00 50 Pc/s Floor Matting 1,600.00 50 Pc/s Seat Cover 2,800.00 60 Pc/s Dashboard Matting 650.00 150 Pc/s Car Headlight Cleaner 350.00 150 Pc/s Car Glass Cleaner 350.00 2 Set/s High Pressure Washer 1700w, 220v 6,000.00 20 Assy./s Car Key Duplicate 800.00 50 Unit/s Bottle Jack 4tons 3,000.00 100 Pc/s Car Air Freshener 210.00 1 Unit/s 2hp Air Compressor, Cylinder: 2, Phase: 1, Pressure: 115, Psi Capacity: 88liters 32,500.00 100 Btls Acid Rain Remover (250ml) 450.00 1 Unit Water Dispenser 8,000.00 1 Unit Dc Inverter Mma-300 Welding Machine 20,000.00 1 Unit " Oxy-acetylene Cutting Outfit W/complete Accessories Oxygen Cylinder, Acetylene Cylinder W/content 28,000.00 2 Unit Heavy Duty Soldering Iron 300a/200a 6,300.00 10 Kilos " Stainless Steel Electrode 308-1/16 1,500.00 20 Kilos Bronze Rod 1/8" 150.00 20 Can Soldering Paste Soldering Paste 300.00 20 Roll Lead Soldering Wire (250g) 500.00 20 Pound Borax 1 350.00 1 Unit Cordless Impact Wrench 18v 12,500.00 1 Unit Hydraulic Floor Jack (double Pump, Low Profile), Model:asj-5l Max Lifting Cap: 5tons, Lifting Height: 75-500mm, Net Weight: 45kgs 20,000.00 2 Unit 40" Car Creeper 2,100.00 1 Unit Automatic Wire Stripper Cutting Crimper 8 1/4" Detection Cutter 4in1 1,800.00 5 Set/s T- Handle Socket Wrench #8,10,12,14,17,19 1,500.00 10 Set/s Wrench 8-32mm 2,000.00 3 Unit Air Blow Gun / Air Duster 16mm 350.00 5 Unit Vice Grip 1,000.00 5 Unit Hammer 650.00 5 Unit Voltage Tester Car Truck Circuit Tester Pen Automotive 450.00 5 Unit Battery Load Tester 100amp Load 1,100.00 5 Unit Spout Funnel For Oil 1,600.00 5 Unit Car Repair Inspection Lamp Work Light 450.00 5 Set/s Torque Wrech 1/2drive Click Type 2,000.00 Unit 5 Jack Stand 6 Tons, Min Height: 382mm, Max Height: 600mm 5,600.00 Set/s 5 Steel Toe Rubber Boots 1,200.00 Set/s 10 Mechanical Heavy Duty Working Gloves 200.00 Set/s 5 Safety Shoes High Cut Sewed And Vulcanized Leather Safety Shoes Boots 650.00 Pc/s 5 Leather Long-sleeved Apron Waterproof Oil-proof 900.00 Set/s 10 Arm Band Heat Protector 450.00 Pc/s 5 Cover All Safety Suits 1,100.00 Pc/s 5 Hard Hat Safety Helmet 500.00 Gallon/s 20 Water Soluble Oil Degreaser 400.00 Pc/s 300 Rags 3.00 Pc/s 300 Sand Paper- #600,#1000,#1,200 10.00 Set/s 10 Wire Brushes Set Nylon,steel,stainless 100.00 Pc/s 10 Top Box Alloy, 45l 10,800.00 Set/s 10 Top Box Bracket 2,200.00 Abc:php1,000,000.00 Delivery Schedule: By Ordering Agreement (terms Of Reference Attached To The Pr) -spare Parts Must Be Deliver Within 3 Calendar Days -tools & Supplies Within 15 Calendar Days Upon Receipt Of The Delivery Ordering Contract Note: For Other Information, Queries And Specifications Pertaining To The Said Request Please Coordinate With Our Canvasser (please Secure Complete List And/or Rfq Form From Ms. Maricar E. Pablo, At 09676781263 Pauline Anne S. Sioco At 09338100230, And Roxette May P. Poblete At 0936-493-5632 Or Email Address: Procurement@navotas.gov.ph) Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required. 2. Bidders May Quote For All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Days Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Delivery Period Expressed Merely In Days Or Working Days Shall Be Rejected. 7. Award Of Contract Shall Be Made To The Lowest Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 8. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 9. The Item/s Shall Be Delivered As Indicated In The Approved Bac Resolution/purchase Order. 10. The Procuring Entity Concerned Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The City Government Of Navotas Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For The Committee Original Signed Atty. Joel Joselito D. Parong Bac Chairperson
Baybay City Water District Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 301.3 K (USD 5.1 K)
Details: Description Baybay City Water District 119 E. Jacinto St., Baybay City, Leyte Fax No.(053)-563-9478 R E Q U E S T F O R Q U O T A T I O N Rfq No.:2025-01-039 Date Sir/ Madam: Please Quote Your Lowest Price For The Following Items Enumerated Below, Taking Into Consideration The Following: Terms And Conditions 1. The Approved Budget For The Contract (abc) Is P 301,333.34 . 2. Price Quotation Should Be Inclusive Of The 5% Final Vat And Expanded Witholding Tax (ewt) Of 1%. 3. Price Quotation Shall Be Valid Within Thirty (30) Calendar Days From The Deadline Of Rfq. 4. Delivery Period Is Within Fifteen (15) Calendar Days From Receipt Of Purchase Order. 5. If Awarded The Contract, Processing And Payment Shall Be Made After The Complete Delivery Of Services/ Supplies And Final Acceptance. 6. Refusal To Accept An Award Maybe Ground For Imposition Of Administrative Sanctions Under Rule Xxii Of The Revised Irr Of Ra 9184. 7. Fob- Baybay City Water District, 119 E. Jacinto St., Baybay City, Leyte 8. The Water District Can Accept Or Reject Any Bid At Anytime. 9. The Water Dsitrict May Terminate The Contract, In Whole Or In Part, At Anytime For Unsatisfactory Service. 10. Request For Quotation Should Be Returned Within 1 Day From Receipt Hereof. Qty Unit Description Unit Price Total 50 Pcs Brass St. Coupling 1" 50 Pcs Brass St. Coupling 3/4" 63 Pcs Brass St. Coupling 1/2" 8 Pcs Brass Check Valve 3/4" 50 Pcs G.i Elbow S-40, (4mm) 1" X 90" 58 Pcs G.i Elbow S-40, (4mm) 3/4" X 90 63 Pcs G.i Elbow S-40, (4mm) 1/2" X 90 63 Pcs G.i Tee S-40, (4mm) 1" 63 Pcs G.i Tee S-40, (4mm) 3/4" X 90" 63 Pcs G.i Tee S-40, (4mm) 1/2" 38 Pcs G.i Coupling S-40, (4mm) 1" 38 Pcs G.i Coupling S-40, (4mm) 3/4" 31 Pcs G.i Coupling S-40, (4mm) 1/2" 75 Pcs G.i Nipple S-40, (4mm), 1" X 4" 60 Pcs G.i Nipple S-40, (4mm), 1 X 3" 60 Pcs G.i Nipple S-40, (4mm) 3/4" X 4" 60 Pcs G.i Nipple S-40, (4mm) 3/4" X 3" 38 Pcs G.i Nipple S-40, (4mm) 1/2" X 6" 38 Pcs G.i Nipple S-40, (4mm) 1/2" X 4" 50 Pcs G.i Nipple S-40, (4mm) 1/2" X 3" 95 Pcs G.i St. Elbow S-40, (4mm), 1/2" X 90" 100 Pcs G.i Elbow Reducer S-40, (4mm) 1" X 3/4" 100 Pcs G.i Elbow Reducer S-40, (4mm) 3/4" X 1/2" 6 Pcs G.i Pipe S-40, (4mm) 1"x 6m 10 Pcs G.i Pipe S-40, (4mm) 3/4"x 6m 15 Pcs G.i Pipe S-40, (4mm) 1/2"x 6m 310 Pcs G.i Plug S-40, (4mm) 3/4" X 90" 5 Pcs G.i Union Joint S-40, (4mm) 1" 50 Pcs G.i Union Joint S-40, (4mm) 3/4" 50 Pcs G.i Union Joint S-40, (4mm) 1/2" 3 Rolls Pe Tubing Sdr-11 Black (100lm) 1" 3 Rolls Pe Tubing Sdr-11 Black (150lm) 3/4" 4 Rolls Pe Tubing Sdr-11 Black (300lm) 1/2" 75 Rolls Teflon Tape 1" 75 Rolls Teflon Tape 3/4" 100 Rolls Teflon Tape 1/2" 50 Pcs Pe Plastic Male Adaptor 1/2" 50 Pcs Pe Plastic Male Adaptor 3/4" 50 Pcs Pe Plastic Male Adaptor 1" 50 Pcs Pe Plastic Union Coupling 1/2" 50 Pcs Pe Plastic Union Coupling 3/4" 50 Pcs Pe Plastic Union Coupling 1" Date Engr. Quintin A. Lim, Jr Bac Chairman I Have Read And Understood The Terms & Conditions Stated Above. By Signing This Quote, I Hereby Agree And Bind Myself To The Terms & Conditions. Signature Over Printed Name: ______________________ Prepared By: Canvassed By: Position In Firm:________________________________ Business Address:______________________________ Riza Q. Lasco Jefren V. Loterte Telephone No.:________________________________ Adminstrative Services Aide Aaide -iv
Municipality Of San Miguel, Bulacan Tender
Automobiles and Auto Parts
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)
Details: Description Purchase Of Garbage Truck 1. The Municipality Of San Miguel, Bulacan, Through The 20% Development Fund 2025, Intends To Apply The Sum Of Php 3,500,000.00, Being The Approved Budget For The Contract (abc), To Payments Under The Contract For The Purchase Of Garbage Truck With Itb Number 2024-002. Bids Exceeding The Abc Will Be Automatically Rejected. 2. The Municipality Of San Miguel, Bulacan Now Invites Sealed Bids For The Purchase Of Garbage Truck For The Municipal Enviroment And Natural Resources Office (menro). This Project Aims To Enhance Waste Collection & Disposal. 3. Scope Of Work: Purchase Of One (1) Garbage Truck Designed To Meet The Specific Needs Of The Menro With The Following Specifications: Engine: O 6-cylinder, In-line Clutch & Gear Box System: O Clutch: Ø 430 Diaphram Spring Clutch O Gear Speed/lever: 10 Forward/2 Reverse O Gear Ratio: 14.284,10.623,7.871,5.76,4.375,3.265,2.428,1.799,1.343, 1.00, 13.913 (r1), 3.18 (r2) Axle & Steering: O Front Axle: 9500 Kg (loading Capacity Per Axle) O Rear Axle: (2x) 16000 Kg Brake System & Suspension: O Service Brake: Dual Circuit Compressed Air Brake O Auxilliary Brake: Engine Exhaust Valve Brake O Parking Brake (emergency Brake): Front- Spring Energy, Rear Compressed Air O Suspension Type: Front-10 Pcs Leaf Spring, Rear- 12 Pcs Leaf Spring Fuel Tank: O Capacity: 300 Ltr O Shape/structure: Rectangular/aluminum Wheels & Tires: O Wheel Type: Reinforced Wheel(plate Thickness 13 Mm) O Number Of Tires: 10+1 (spare Tire) O Tire Type/size: 12.00 R20 O Track: Front- 2022 Mm, Rear 1830 Mm Chassis & Dimensions: O Frame Details: High-strength 8+8/300mm O Overall Dimension: L=8600mm W=2550mm H=3450mm O Wheelbase: 3825+1350 Mm O Ground Clearance: 314 Mm O Vehicle Overhang: Front-1500, Rear-1870 O Front Approach Angle: 19% O Rear/departure Angle: 23 % Dump Box Size: O Lxwxh: 5600x2300x1500 Mm O Volume: 19.32 Cum O Lift System: Middle Lift O Floor Thickness: 8mm O Side Thickness: 6mm Electrical System: O Battery: 2 Unit 24v/165ah O Alternator: 28v O Operating Voltage 24v General Performance Parameter: O Maximum Driving: 75 Km/h O Maximum Gradeability: =30° O Loading Capacity: 25000 Kg Cabin: O Steel Frames: All Steel Frame With 4-point Support Fully Floating Suspension And Shock Absorbers, O Cabin Features: Forward Control 70° Hydraulically Tiltable Cabin, 3-speed Twin Arm Wiper System, Laminated Windscreen With Casted-in Radio Aerial, O Audio System: Am/fm Radio/cassette Stereo Player, O Driver Comfort: Hydraulically Damped Adjustable Driver’s Seat And Rigid Adjustable Steering Wheel, O Climate & Ventilation: Heating And Ventilating System With Adjustable Roof Flap, O Additional Features: Exterior Sun Visor, And Air Horn For Enhance Safety. 4. Completion Of The Work Is Required Within 60 Calendar Days From The Issuance Of The Notice To Proceed. Bidders Must Have Completed A Similar Contract Within The Last Two Years. Eligibility Requirements Are Detailed In The Bidding Documents, Particularly In Section Ii (instructions To Bidders). 5. 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. 6. A Complete Set Of Bidding Documents May Be Purchased From February 5, To February 20, 2025, At The Address Below Upon Payment Of A Non-refundable Fee Of Php 5,000.00. A Soft Copy Will Be Provided Upon Presentation Of Proof Of Payment. 7. Interested Bidders May Obtain Further Information And Inspect The Bidding Documents At The Office Of The Bac, San Miguel, Bulacan, During Office Hours (8:00 Am - 12:00 Nn And 1:00 Pm - 5:00 Pm). Prospective Bidders Are Required To Submit An Updated Philgeps Registration Before Purchasing The Bidding Documents. 8. A Pre-bid Conference Will Be Held On February 4, At 1:00 Pm At The Bac Conference Room, New Municipal Gymnasium, San Miguel, Bulacan. Attendance Is Open To All Prospective Bidders. 9. The Deadline For Bid Submission Is On Or Before February 20, 2025, At 10:00 Am. Bids Must Be Submitted Manually At The Bac Office, New Municipal Gymnasium, San Miguel, Bulacan. Late Submissions Will Not Be Accepted. Bid Opening Will Be Conducted On The Same Day At 1:00 Pm, In The Presence Of Bidders' Representatives Who Choose To Attend 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And Amounts As Stated In Itb Clause 16. 11. The Municipality Of San Miguel, Bulacan Reserves The Right To Reject Any Or 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 Incurring Any Liability To The Affected Bidders.
Province Of Eastern Samar Tender
Automobiles and Auto Parts
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.5 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For The Procurement Of Van Type Vehicle (ordinary) Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Pgo – Capital Outlay 2025 (van Type Vehicle Ordinary) Intends To Apply The Sum Of Two Million Nine Hundred Sixty Thousand Pesos Only (php2,960,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-01-001 Procurement Of Van Type Vehicle (ordinary), Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids For Procurement Of Van Type Vehicle (ordinary), Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost 1 Unit Van Type Vehicle (ordinary) 1 2,960,000.00 Dimension And Weight Overall Dimensions (mm): 5,265x1,950x1990 Wheelbase (mm): 3,860 Seating Capacity: 12 Seater Engine Engine Type: 4 Cylinder In-liner Type, 16-valve Dohc Engine Displacement (cc): 2,755 Maximum Output(ps/rpm):176 Ps/3,400rpm Maximum Torque (nm/ Rpm): 420nm/1,400-2,600 Rpm Fuel Type: Diesel Fuel Capacity: 70 Transmission Transmission: Manual Power Trasmission: 6-speed M/t Interior Steering Column: Manual Tilt & Telescopic Adjustable Steering Wheel Material: 4-spoke, Urethane Steering Wheel Switch: Audio, Telephone, Voice, Mid Audio System Type: 8'' Display Audio Audio System Function: Apple Carplay + Andriod Auto/tuner/ Usb/ Bt Exterior Headlamps: Bi-beam Led With Intergrated Turn Lamp & Automatic Leveling Devices Front Fog Lamps: Headlamp Intergrated Function Power Window: With (driver/ Front Passenger Auto Up-down) Power Door Lock: With Power Outer Mirrors: Adjust+retract Steering Wheel Switch: Audio, Telephone, Voice, Mid Chassis Front Brake/ Rear Brake:fr: Ventilated Discs/drum Tires: 235/65r16c Wheels (size): 7''x 16'' Wheels: Alloy Wheel Safety And Security Seatbelts Rear: 2pt. Nr (10pcs) Toyota Vehicle Security System (tvss): Alarm W/ Immobilizer Camera: With Reverse Camera Others Model: 1gd-ftv, Antenna: Short Pole, Meter Gauge: Analog, Airconditioning: Dual, Manual Control W/ Rear Vents, Speakers: 6, Shift Level & Knob: Urethane Dash-mounted, Steering Type:variable Power Steering , Srs Driver Passenger: With, Vehicle Stability: With Brake Assist, Hill Start Assist: With, Anti Lock Break System: With Delivery Of The Goods Is Required Within 60 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (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. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before, January 24, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar 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. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bac Office, Capitol Building Borongan City, Eastern Samar Contact No. 63-55-5608312; 09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
6621-6630 of 6755 archived Tenders