Valve Tenders

Valve Tenders

Court Of Appeals Tender

Others
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 115.7 K (USD 1.9 K)
Details: Description Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare/lactation Room Of Court Of Appeals Amp-014-25 (svp) Sir/madam: Please Quote Your Best Proposal For The Item/s Described Below Using The Price Quotation Form (see Annex "a"), Subject To Terms And Conditions Stated Herein. Lot No.: 1 Item Description: Supply And Delivery Of Materials For The Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals Approved Budget For The Contract: ₱115,719.00 *the Abc Is Understood To Be The Ceiling Price; Offers Must Not Exceed The Abc Provided. The Quotation Duly Signed By You Or Your Duly Authorized Representative, Accompanied By Required Forms, Shall Be Submitted Not Later Than February 13, 2025; 11:00 Am At The Address Indicated Below: Atty. Joshua Felino Julian F. Dulce Secretariat, Bids And Awards Committee (bac) 3rd Floor, Centennial Building Court Of Appeals Ma. Orosa St., Ermita, Manila Bacsecretariat.ca@judiciary.gov.ph Only One (1) Set Of Documents Shall Be Required. To Protect The Integrity Of The Quotation, Bidders Are Encouraged To Submit Their Documents In A Sealed Envelope Or In A Compressed Archived Password-protected Envelope In Case Of Electronic Submission. The Sealed Envelope Shall Contain The Name Of The Contract To Be Bid In Capital Letters And Bear The Name And Address Of The Supplier In Capital Letters. The Price Quotation Form (annex “a”) Shall Be Submitted On Or Before The Deadline For Submission And Receipt Of Quotation, Either Manually At The Office Of Bac Secretariat, Ground Floor, Annex Vi Building, Court Of Appeals, Ermita, Manila Or Electronically To Bacsecretariat.ca@judiciary.gov.ph. The Eligibility Requirements May Be Submitted Together With The Price Quotation Form, Or Not Later Than Two (2) Days From Receipt Of Notice From The Bac Secretariat Requiring The Submission Thereof. In Case Of Modification, It Must Be Done Before The Deadline For The Submission And Receipt Of Quotations And Labelled As A “modification”. The Time Stamped Or Indicated In The Latest Proposal Received Shall Be The Official Time Of Submission. The Bac Shall Assume No Responsibility For The Misplacement Of The Contents Of The Improperly Sealed Or Marked Bid, Or Submission Of Corrupted Files, Or For Its Premature Opening. Late Submission Of Quotations Shall Not Be Accepted And Considered. Atty. Arnel D. Macapagal Assistant Clerk Of Court Chairperson, Bids And Awards Committee Requirements/instructions No. Eligibility Requirements Instruction 1 Price Quotation Form (annex “a”) Must Indicate The Unit And Total Price. Must Indicate The Required Information. Must Be Duly Signed By The Authorized Representative. 2 Mayor’s Permit For The Year 2025 Must Be Valid For The Year 2025. A Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit Shall Be Accepted. 3 Philgeps Registration Number Submit Proof Of Registration (picture Or Screenshot Of Philgeps Registration On The Website) 4 Omnibus Sworn Statement (oss) (annex “b”) And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Special Power Of Attorney In Case Of Sole Proprietorship; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Ensure That There Are Eleven (11) Declarations. Indicate Required Information. Attach Competent Evidence Of Identification (valid Government-issued Id. The Use Of Cedula Is Not Acceptable). Must Be Duly Notarized And Signed. 5 Statement Of Compliance With The Must Be Duly Signed And Dated Technical Specifications By The Authorized Representative. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotations/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Deadline Of Submission. 4. Quotations Exceeding The Abc Or Submitted Beyond The Deadline Shall Be Rejected. 5. Price Quotation/s — To Be Denominated In Philippine Peso — Shall Include All Taxes, Duties, And/or Applicable Discounts, If Any. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 7. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Court Of Appeals Shall Adopt And Employ “draw Lots” As The Tiebreaking Method To Finally Determine The Winning Bidder In Accordance With Gppb Circular No. 06-2005. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. The Court Of Appeals May Cancel Or Terminate The Contract At Any Time Under Any Of The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 10. The Rfq, Purchase Order (contract), And Other Related Documents To The Above Stated Procurement Project Shall Be Deemed To Form Part Of The Contract. 11. The Notice Of Award, Letter Order, And Notice To Proceed Are Deemed Received As Of The Date Of Their Transmittal To The Winning Bidder’s Official Email Address. Hence, The Relevant Periods Under Ra No. 9184 And Its Irr, And The Rfq Shall Commence From Receipt Thereof. 12. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Court Of Appeals May Terminate 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. 13. Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. 14. For Payment Purposes, The Awarded Service Provider, Supplier, Or Consultant Is Required To Submit A Certified Copy Of Its Tax Clearance Certificate And Bir Certificate Of Registration Or Bir Form 2303 In Accordance With Relevant Revenue Regulations. Annex "a" Price Quotation Form Date: _____________ The Chairperson, Bids And Awards Committee Court Of Appeals Ma. Orosa St., Ermita, Manila Sir: Having Examined The Request For Quotation No. Amp-014-25 (svp) The Receipt Of Which Is Hereby Duly Acknowledged, The Undersigned Offers The “supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals”, In Conformity With The Said Request For Quotation For The Sums Stated Hereunder: Lot No. Item Description Qty Unit Price Total Price 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Total Price In Figures: Total Price In Words: ____________________________________________________________________________ _________________________ Signature Over Printed Name _________________________ Position/designation _________________________ Office Telephone/mobile Nos. _________________________ Email Address Statement Of Compliance With The Technical Specifications After Having Carefully Read And Accepted The Above-mentioned Instructions And Terms And Conditions, I/we Submit Our Quotations For The Items/s As Follows: Technical Specifications Must Comply With The Following Minimum Requirements: Supply And Delivery Of Materials For Rehabilitation/renovation Of Daycare Center/lactation Room Of The Court Of Appeals I. Approved Budget For The Contract: The Approved Budget For The Contract Is One Hundred Fifteen Thousand Seven Hundred Nineteen Pesos (php115,719.00) Inclusive Of All Applicable Taxes And Charges. Ii. Requirements: The Supplier Shall Supply And Deliver The Following Requirements; Item No. Item Description Qty 1 Colored Plain Sheet, 4’ X 8’ Gauge 22 (green) 5 Pcs. Marine Plywood, ¼” X 4’ X 8’ 5 Pcs. Angle Bar 2” X 2” X ¼” X 20ft 4 Pcs. Spray Bottle (2 Liters) 1 Pc. Wood Treatment / Preservative 8 Qtrs. Adhesive Sealant 2 Qtrs. Welding Rod 6013 Special, 2.5 5 Kls Semi-gloss Latex, White 5 Tins Flat Latex 2 Tins Roof Guard, Baguio Green 3 Tins Quick Drying Enamel, White 2 Gal. Acry-color, Latex, Thalo Blue 2 Qtrs. Acry-color, Latex, Thalo Green 2 Qtrs. Roller Brush #7” 3 Pcs. Baby Roller, Cotton 3 Pcs. Sanding Paper # 120 10 Pcs. Sanding Paper # 220 10pcs. Paint Brush #1½”, White Hair 4 Pcs. Camiseta Rug, White 5 Kls. Flatwall Enamel 2 Gals. Ppr Pipe, ½” 2 Pcs. Ppr Elbow 3 Pcs. Ppr Female Coupling, ½” 1 Pc. Pvc Elbow, 2” (orange) 2 Pcs. Ball Valve, ½” 1 Pc. Tee Reducer, ¾” X ½” 1 Pc. Pvc Elbow 45 Degrees X 2” 2 Pcs. Pvc Y, 2” (orange) 1 Pc. Pvc Cement (solvent 400 Cc) 1 Can One Piece Toilet Bowl W/ Complete Fittings 2 Sets Bidet 2 Sets Lavatory Sink W/ Complete Fittings 2 Sets Dual Angle Valve, ½” X ½” 2 Pcs Angle Valve, ½” X ½” 1 Pc Iii. Terms Of Payment: Payment Shall Be Made After Delivery And Only Upon The Submission Of The Required Supporting Documents, I.e. Delivery Receipt And Sales Invoice Or Official Receipt, By The Supplier, Contractor, Or Consultant Within Thirty (30) Calendar Days. In Case Of Accounts Maintained In Banks Other Than Landbank Of The Philippines, Bank Transfer Fees Shall Be Chargeable Against The Creditor’s Account. Payment Details: Banking Institution: ________________________________________________ Account Number: __________________________________________________ Account Name (should Be The Exact Account Name As Registered In The Bank): ________________________________________________________________ Bank Branch: _____________________________________________________ Iv. Delivery Address: Court Of Appeals, Ma. Orosa St., Ermita, Manila V. Delivery Requirements: The Items Must Be Delivered Within Fifteen (15) Calendar Days Upon Receipt Of Purchase Order. By Affixing My Signature Below, I Am Confirming Our Compliance With The Technical Specifications/terms Of Reference Stated Above. I Further Certify That Such Compliance Is True And Correct; Otherwise, If Found To Be False Either During The Bid Evaluation Or Post-qualification, The Same Shall Give Rise To Automatic Disqualification Of Our Bid. We Undertake, If Our Quotation Is Accepted, To Perform The Services/deliver The Goods In Accordance With The Schedule Of Requirements And Technical Specifications. We Further Undertake To Submit Our Bir Certificate Of Registration (form 2303) And Tax Clearance Certificate Prior To Final Settlement Of Our Contract, And We Understand That Non-submission Thereof Shall Constitute Sufficient Ground For The Court Of Appeals To Hold The Payment For Any Goods Delivered Or Services Rendered By Our Company. Until A Formal Contract Is Prepared And Executed, This Quotation, Together With Your Written Acceptance Thereof And Your Notice Of Award, Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Quotation You May Receive. Date Company Name Authorized Representative Name/signature Address Official Contact Number ________________________ Email Address Annex “b” Omnibus Sworn Statement (revised) Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity; 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code; 11. [name Of Bidder] Hereby Assigns The Following Contact Number/s And E-mail Address/es As The Official Telephone/fax Number And Contact Reference Of The Company Where The Ps Bac And Ps Notices May Be Transmitted. Telephone No/s.: ________________________________ Fax No/s.: ________________________________ E-mail Add/s.: ________________________________ Mobile No.: ________________________________ It Is Understood That Notices/s Transmitted In Any Of The Above-stated Telephone/fax Numbers And/or E-mail Address/es Are Deemed Received As Of Its Transmittal And The Reckoning Period For The Reglementary Periods Stated In The Bidding Documents And The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 Shall Commence From Receipt Thereof. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Known To Me, And Known To Be The Same Person/s In The Exhibited [insert Type Of Government Identification Card Used*], With His/her Photograph And Signature Appearing Thereon, With No.________________________ Issued On ______________________ At ____________________. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission ___________ Notary Public For ______ Until _______ Roll Of Attorney's No. _____________ Ptr No. _______ [date Issued], [place Issued] Ibp No. _______ [date Issued], [place Issued] Doc. No. ______ Page No. ______ Book No. _____ Series Of _____.

Southern Phils Agri buss & Marine & Aquatic Sch Of Tech Tender

Automobiles and Auto Parts
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 3.8 Million (USD 66.4 K)
Details: Description Request For Quotation For The Procurement Of Motor Vehicles (passenger Van And Multi-purpose Vehicle (mpv) As Early Procurement Activity For Fy 2025 (negotiated Procurement-two Failed Biddings) See Attached Rfq. Passenger Van 1 Specifications: Body Color: Metallic Silver Engine: 4 Cylinder-16 Valve, Double Overhead Cam (dohc) In-line Type Transmission Type: 6-speed M/t Engine Size: At Least 2.5l But Not To Exceed 3.0 L Diesel Engine Displacement: At Least 2,755 Cc But Not To Exceed 3000 Cc Emission Standard: Euro 4 Dimension: Length: Not Less Than 5,250 Mm Width: Not Less Than 1,950 Mm Height: Not Less Than 1,990 Mm Wheel Base: Not Less Than 3,210 Mm Ground Clearance: Not Less Than 175 Mm Fuel Tank Capacity: At Least 70 L Seating Capacity: At Least 12-18 Passengers (3 For Front Cabin Including Driver, Rear Cabin 8 – 12) Suspension: Macpherson Strut Suspension Front Rigid Axle Leaf Spring Rear Steering System: Variable Power Steering Tires/wheels: 215/70r 16c Steel Rim With Full Cap Headlamp: Bi-beam Multi-reflector Halogen With Integrated Turn Lamp Audio System: At Least 8” Display Audio, 4 Speakers, Smartphone Connectivity, Usb, Bt, Tuner Steering: - Manual Tilt And Telescopic Adjustable Steering Column Seats: Driver: Slide, Recline, And Vertical Adjust Front Passenger: With Recline Adjust Front Center Passenger: With Recline Adjust Rear Seats: At Least 3-4 Lines Safety And Security Anti-lock Brake System (abs) Srs Airbag For Driver And Front Passenger Vehicle Security Alarm System With Immobilizer With Reverse Camera Features: - With Power Door Lock System - Adjust & Retract Outside Rearview Mirror - With Front Personal Lamp (driver And Passenger) - Ignition Key & Lamp Illuminated Entry - With Room Lamp - With Sun Visor (driver And Passenger Side) - Day And Night Rear View Mirror - With Seat Under Compartment - Dual, Front Manual Control Air Conditioning Type Include The Following: - Floor Matting - Seat Cover - Regular Tint Terms And Conditions: - 3 Years Lto Registration (or/cr) – Government Vehicle Under The Name Of Spamast - 1-year Gsis Comprehensive Insurance - Vehicle Should Bear Required Markings On Its Sides (see Lay-out Below) - Submit Manual Of Operation And Maintenance - Submit Warranty Certificates And Other Inclusions - Submit Notarized Certifications That The Said Vehicle Is Brand New And That The Supplier Is An Authorized Reseller. - Submit Certificate Of After Sales Services And Provide Available Nearest Service Center, Which Will Provide Technical Support. Multi-purpose Vehicle (mpv) 1 Specifications: Body Color: Metallic Silver Engine Size: At Least 2.5l But Not To Exceed 3.0l Diesel Engine Displacement: At Least 2500 Cc But Not To Exceed 3000 Cc Diesel No. Of Cylinders: 4 Cylinders No. Of Valves: 16 Transmission Type: Manual, At Least 5-speed Emission Standard: Euro 4 Fuel Capacity: Not Less Than 50 Liters Dimension: Length: Not Less Than 450 Cm Width: Not Less Than 180 Cm Height: Not Less Than 175 Cm Wheel Base: Not Less Than 275 Cm Ground Clearance: Not Less Than 16.5 Cm No. Of Doors: 5 (4 Side Doors, And 1 Tailgate) Passengers: Not Less Than 8 Including Driver Safety And Security Features: - Driver And Front Passenger Airbag (including Knee) - Anti-lock Brake System (abs) With Electronic Brake Force Distribution - Stability Control - Electronic Door Lock - Power Steering - Power Windows Wheel Size: Not Less Than 16 Inches Wheel Metal Type: Steel With Full Cover Airconditioning System: Manual Climate Control Entertainment System: 2-din Audio System With 4 Speakers Connectivity: Am / Fm / Bluetooth / Usb /aux Steering Wheel Audio Control Terms And Conditions: - 3 Years Lto Registration (or/cr) – Government Vehicle Under The Name Of Spamast - 1-year Gsis Comprehensive Insurance - Vehicle Should Bear Required Markings On Its Sides (see Lay-out Below) - Submit Manual Of Operation And Maintenance - Submit Warranty Certificates And Other Inclusions - Submit Notarized Certifications That The Said Vehicle Is Brand New And That The Supplier Is An Authorized Reseller. - Submit Certificate Of After Sales Services And Provide Available Nearest Service Center, Which Will Provide Technical Support.

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: The Regional Maintenance Center At Puget Sound Naval Shipyard & Intermediate Maintenance Facility (psns & Imf) Is Conducting Market Research To Determine Industry Capability And Interest In Performing The Maintenance, Repair, And Preservation Of Bangor Caisson 1 Prime. Work Will Be Accomplished At The Contractor's Facility. The Government Is Seeking Responses From Sources That Can Perform The Following Work. geographical Area Of Consideration: To Facilitate Proper Government Oversight, The Facility Shall Be Located In The Puget Sound, Wa Region. For This Procurement, The Puget Sound, Wa Region Is Defined As The West Coast Of The Continental Us, Starting From Olympia, Wa And Extending Northward To Bellingham, Wa. bangor Caisson 1 Prime • Length: 108’ -7” • Width: 18 Ft • Height: 65 Ft • Hull Type: Steel • Maximum Draft: 35 Feet • Full Displacement: 1,363 L Tons scope Overview: coordinate With The Contracting Officer, Via The Contracting Officer’s Representative (cor) To Pickup, Transport (tow) And Deliver The Asset To And From The Contractor’s Facility. Upon Docking Asset, Wash, And Clean Asset. Contractor Is Responsible To For The Interior And Exterior Coating Renewal; Replacement Of Non-skid; Remove Existing And Install New Prc Decking On The Operations Deck; Removal, Repair And Reinstallation Of Dewatering Pumps And Motors; Removal Of Existing And Installation Of New Gate And Check Valves And Associated Valve Actuators And Reach Rod Assemblies; Replacement Of Interior And Exterior Zincs; Removal Of Existing And Installing New Port Side Rubber Seal, Opening, Pumping, And Cleaning Tanks And Voids; Removal Of Existing Light Bulbs And Installation Of New Led Bulbs; Inspection Of Weather Deck Alarm Lights And Audible Horn; Replace Damaged And Missing Weather Deck Safety Light And Foundation; Ultrasonic Testing Of Hull, Weather Deck, And Tank Steel; Repair Weather Deck Aprons; Dock And Undock Caisson; And Perform Dock And Sea Trials. bangor Caisson 1 Prime Period Of Performance: estimated December 2025 Through June 2026 what/where To Submit: interested Companies Should Submit, On Company Letterhead, A Notice Of Interest Including The Name, Telephone Number, Mailing Address, And E-mail Address Of One Point Of Contact. Please Hand Or Digitally Sign Your Letter Of Interest And E-mail It To The Government Contacts Listed Below, With " Maintenance, Repair, And Preservation Of Bangor Caisson 1 Prime Sources Sought Response" In The Subject Field. The Notice Of Interest Should Include A Brief Description Of Your Company And Its Capabilities As They Relate To The Requirements Set Forth In The Description Shown Above, And Answers To The Following Specific Questions. Please Limit Your Response To No More Than 5 Pages. 1. Is Your Company A Small Or Large Business As Defined By The Small Business Administration (sba) Under Naics Code 336611 (a Small Business Must Have 1,300 Or Less Employees)? 2. Does Your Company Have A Satisfactory Performance Record For The Type Of Work Required? Please Provide Examples Of Relevant And Recent (within Three Years) Past Performance. 3. Does Your Company Have The Necessary Organization, Experience, Accounting And Operational Controls, And Technical Skills, Or The Ability To Obtain Them (including, As Appropriate, Such Elements As Production Control Procedures, Property Control Systems, Quality Assurance Measures, And Safety Programs Applicable To Materials To Be Produced Or Services To Be Performed By The Prospective Contractor And Subcontractors)? 4. Given The Work Described In This Announcement, Does Your Company Plan To Submit A Proposal In Response To The Anticipated Solicitation For The Maintenance, Repair, And Preservation Of Bangor Caisson 1 Prime Package? when To Submit: responses Are Requested No Later Than 12:00pm Pt, On 20 February 2025. notice Regarding Sources Sought: this Sources Sought Is Issued Solely For Information And Planning Purposes - It Does Not Constitute A Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Sources Sought Does Not Commit The Government To Contract For Any Supply Or Service Whatsoever. Further, The Navy Is Not Seeking Proposals At This Time, Nor Accepting Unsolicited Proposals. Responders Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Source Sought; All Costs Associated With Responding To This Source Sought Will Be Solely At The Interested Party's Expense. Not Responding To This Sources Sought Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Sam Website (sam.gov). It Is The Responsibility Of The Potential Offerors To Monitor These Sites For Additional Information Pertaining To This Requirement. information Provided Shall Be Treated As Business Sensitive Or Confidential To The Responder, Exempt From Public Release Under The Freedom Of Information Act. Psns&imf May Request Further Information Regarding The Capabilities Of Respondents To Meet The Requirements Set Forth In The Announcement. This Sources Sought Announcement Is Released In Accordance With Far 15.201. information Provided In Response To This Sources Sought Announcement Will Not Be Considered An Offer By The Responding Contractor And Cannot Be Accepted By The Government To Form A Binding Contract.

Professional Engineering Consultants PEC Central Bidding Plan Room Tender

Civil And Construction...+1Water Storage And Supply
Corrigendum : Closing Date Modified
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: East Feliciana Rural Water System, Inc. 10270 Hwy 10, Ethel, La 70730 Section C-111 Advertisement For Bids Sealed Bids For The Construction Of The Improvements To The Water Distribution System, Contract No. 8 – Battle Road Elevated Storage Tank Rehabilitation Will Be Received By The East Feliciana Rural Water System, Inc., At The Office Located At 10270 Hwy. 10, Ethel, La 70730, Until _2:00 P.m. Local Time On Wednesday, January 8, 2025, At Which Time The Bids Received Will Be “publicly” Opened And Read. The Project Consists Of Replacing The Existing Drain Valve, Replacing The Manway Riser, Installing A New Screen On The Overflow Pipe, Detaching And Moving Co/ax On Exterior Of Tank, Adjusting The Windage Rods, Reinforcing The Strut Ends By Welding, Drilling Additional Weep Holes In The Balcony Floor, Cutting The Handrail And Installing Bracing And Swing Gate, Installing A New Shell Manway, Installing A New Interior Bowl Access Ladder, Installing Four (4) Cable Type Ladder Safety Devices, Repairing The Liquid Level Indicator, Replacing The Existing Roof Vent, Removing The Cathodic Protection System, Installing An Interior Riser Access Ladder, And Shrouding, Abrasive Blasting, And Coating The Interior And Exterior Of The Tank. Bids Will Be Received For A Single Prime Contract. Bids Shall Be On A Lump Sum And Unit Price Basis, With Additive Alternate Bid Items As Indicated In The Bid Form. The Issuing Office For The Bidding Documents Is: Professional Engineering Consultants Corporation, 7600 Innovation Park Drive, Baton Rouge, La 70820, 225-769-2810, Info@pecla.com. Prospective Bidders May Examine The Bidding Documents At The Issuing Office On Mondays Through Thursdays Between The Hours Of 7:30 A.m. To 5:30 P.m., And May Obtain Copies Of The Bidding Documents From The Issuing Office. Contractors Submitting Bids Shall Be Licensed Under La R.s. 37:2150-2164, Painting Coating & Blasting. Other License Classifications May, At The Option Of The Owner, Be Considered Based Upon A Thorough Review Of The Contractor’s Past Experience. The Bidder Shall Show His License Number On The Bid And On The Sealed Envelope Submitting The Bid. Bidding Documents Also May Be Examined At: Agc/f.w. Dodge Division, Mcgraw-hill Information Systems 666 North Street, Baton Rouge, La 70802 Or 2475 Canal Street, Suite 101, New Orleans, La 70119 And At The Office Of The Engineer, Professional Engineering Consultants Corporation, 7600 Innovation Park Drive, Baton Rouge, La 70820, On Mondays Through Fridays. Printed Copies Of The Bidding Documents May Be Obtained From The Issuing Office, During The Hours Indicated Above, Upon Payment Of A Deposit Of $150.00 For Each Set. Bidders Who Return Full Sets Of The Bidding Documents In Good Condition (suitable For Re-use) Within 30 Days After Receipt Of Bids Will Receive A Full Refund In Accordance With The Louisiana Public Bid Law. Checks For Bidding Documents Shall Be Payable To “professional Engineering Consultants Corp.”. Upon Request And Receipt Of The Document Deposit Indicated Above Plus A Non-refundable Shipping Charge, The Issuing Office Will Transmit The Bidding Documents Via Delivery Service. The Shipping Charge Amount Will Depend On The Shipping Method Selected By The Prospective Bidder. The Date That The Bidding Documents Are Transmitted By The Issuing Office Will Be Considered The Bidder’s Date Of Receipt Of The Bidding Documents. Partial Sets Of Bidding Documents Will Not Be Available From The Issuing Office. Neither Owner Nor Engineer Will Be Responsible For Full Or Partial Sets Of Bidding Documents, Including Addenda If Any, Obtained From Sources Other Than The Issuing Office. Bid Security Shall Be Furnished In Accordance With The Instructions To Bidders. Section 746 Of Title Vii Of The Consolidated Appropriations Act Of 2017 (division A - Agriculture, Rural Development, Food And Drug Administration, And Related Agencies Appropriations Act, 2017) And Subsequent Statutes Mandating Domestic Preference Applies An American Iron And Steel Requirement To This Project. All Listed Iron And Steel Products Used In This Project Must Be Produced In The United States. The Term “iron And Steel Products” Means The Following Products Made Primarily Of Iron Or Steel: Lined Or Unlined Pipes And Fittings, Manhole Covers And Other Municipal Castings, Hydrants, Tanks, Flanges, Pipe Clamps And Restraints, Valves, Structural Steel, Reinforced Precast Concrete, And Construction Materials. The Deminimis And Minor Components Waiver Apply To This Contract.” Owner: East Feliciana Rural Water System, Inc. By: /s Richard L. King Title: President Date: December 4, 2024 Advertisement To Be Published: The Watchman C/o The Advocate Wednesday, December 4, 2024 Wednesday, December 11, 2024 Wednesday, December 18, 2024

City Of Cape Town Tender

Machinery and Tools
South Africa
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500611 Title Limit Switchbox Description 40 Each X Limit Switchbox 14 Each X Pneumatic Actuator Specification* Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # 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 The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Specifications Casing Precision Diecast Aluminium Alloy Finish Epoxy Stove Enamel Seals Nitrile Rubber #o# Ring Seals Cable Entry Options 2 Or 4 Entries M20 X 1.5 Conduit Offers A Wide Range Of Signalling Options In A Fully Enclosed, Corrosion Resistant Metal Case. For Direct Mounting Onto Kinetrol Rotary Actuators. Easy To Wire And Set Up With Industrial Standard Robustness. Internally Fitted Options Include As Interface Digital Communication And A 4-20ma, 2-wire Modulating Angle Retransmit Circuit. The Range Of Switch And Terminal Arrangements Includes 2 Or 4 Switches, Extra Connections Allowing Single Point Termination Of Wiring For Limit Switches And Solenoid Valve. Units Sealed To Ip67 Robust Corrosion Resistant Epoxy Painted Diecast Box Easy And Accurate Setting Of Switch Position For Direct Mounting To Kinetrol Models 03 To 15 Or Equivalent. Quick Access - No Special Tools Required. Two Or Four Cable Entries As Standard To Allow Back Wiring Of Solenoid Valves Multiple Switch Options Available For General And Hazardous Areas Load Ratings For Standard Microswitches Up To 24 V Dc 10a 074-004uv01000 = 07 Uls Box With 2 X V3 Spdt Switches, 2 Transit Plugs, 2 X 3 Way Terminals * Actuator Type Quarter-turn, Double Acting Pneumatic Actuator Angle Of Travel 80° - 100° Adjustable Displaced Volume +- 3294 Cm3 Spindle Diameter 5.16 M2 Casing Material Pressure Die Cast Aluminium Alloy Vane And Shaft Material Sg Iron, Zinc Plated Shaft Bush Material Ptfe Coated Bronze (lead Free) Seal Material Moulded Polyurethane Seal Expander Material Stainless Spring Steel Casing Finish Epoxy Stove Ename Torque Range 265 # 1375 Nm Intended Air Supply 6 Bar Drive Square Size 28.58 (28.53) Mm Additional Features Failsafe Spring Return Limit Switch Boxes With Position Feedback For Plc Integration See Attachment Delivery Date2025/04/30 Delivery Towater Services - Bulk Water Tss Maintenance Planning Plant Delivery Address38 Wale Street, Cape Town Contact Personabubakr Pansarey Telephone Number0812566671 Cell Number Closing Date2025/02/20 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.

FEDERAL EMERGENCY MANAGEMENT AGENCY USA Tender

Civil And Construction...+1Others
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents 
Details: The Department Of Homeland Security (dhs) Federal Emergency Management Agency (fema) Has A Requirement For Flat Plate Heat Exchange Install In The Denton, Tx Fema Regional Center. This Notice Is A Request For Information Only And Is Not A Request For Quote Or Solicitation. The Government Will Not Reimburse Parties For Responses To This Notice. Fema Is Requesting Interested Parties Submit An Interest And Capability Statement Per The Information Provided Below. purpose the Objective Of This Project Is To Enhance Energy Efficiency And Temperature Control In The Frc Building Located At 800 N. Loop 288, Denton, Texas 76209. The Requirement Includes Installing A Flat Plate Heat Exchanger System To Make The Property More Energy Efficient. The Goal Is To Optimize Power Consumption While Saving Wear And Tear On The New Chillers With The Intent Of Improving Climate Control Within The Building. During The Winter Months, When The Flat Plate System Is Running The Chillers Can Be Turned Off And The Building Can Be Cooled With Outside Air And Two Pumps. project Description the Primary Goal Of This Project Is To Install A New Flat Plate System With All The Required Pipe Work, Valves And Controls Connected To The Metasys System. The Purpose Is To Require A Design To Save Power And Wear On The New Chillers In Order To Make The Hvac System More Efficient As The Flat Plate Has No Motors Or Moving Parts So When The Flat Plate Is Engaged It Consumes No Power. the Installation Should Include: 1. The New Flat Plate Unit. The Sizing Of The New Unit To Be Determined By The Contractor. 2. Removal Of Any Abandoned Fan Units Or Equipment In The Central Plant Space To Make Room For The New Equipment. To Include Attached Ductwork Or Pipework. Be Aware The Units May Contain Asbestos Or Lead Based Paint As The Vintage Of The Property Is Pre-1989. 3. Installing New And Rerouting The Original Pipework On The Condenser And Chilled Water Sides To Install The Flat Plate. And Adding Necessary Manual Valves To Control The Flat Plate. 4. All Removed Items Will Be Disposed Of In An Environmentally Sustainable Manor Off The Region 6 Site. 5. Temperature Check Points Will Need To Be Installed And Tied Into The Metasys System So The System Can Be Monitored From The Metasys Central Control Computer. expected Performance Requirements the Contractor Will Submit A Detailed Performance Work Statement (pws) Outlining The Tasks, Schedules, And Resource Requirements. The Expected Pws Will Require The Following: a Project Schedule, Including A Gantt Chart Outlining All Milestones. provisions For Minimizing Disruptions To Employees, Including Noise Levels, Power Outages, And Operational Impacts. physical Oversight During The Entire Project Lifecycle. the Contractor Must Comply With Fema's Build America, Buy America Act (babaa), And Any Commercial Building Codes And Regulation Requirements And/or Follow The Procedure For Waiving "buy America" Preferences (if Necessary). for This Request For Information, The Government Is Requesting Interested Vendors Submit Their Interest And Capability To Daisy.joseph@fema.dhs.gov Not Later Than 10:00 A.m. (et) On 12 Feb 2025. the Interest And Availability Statement Shall Include But Not Limited To: 1. Company's Name, Address, Point Of Contact, Phone Number, Business Size, And Sam.gov Ueid Number. 2. Summary Of Experience And Years Of Experience As It Relates To The Government's Requirement. 3. Provide Best Available Date To Start The Project. vendor Response Should Include A Total Of Not To Exceed Three (3) Pages.

Ormoc City Tender

Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 103.7 K (USD 1.7 K)
Details: Description Republic Of The Philippines Orwasa Government Of Ormoc City P.r. No.: 250183 Bids And Awards Committee Quotation No.: 255709-3145 Ormoc City Philgeps No.: Standard Form Title: Request For Quotation Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than _______ _______________________. (sgd) Katheryn A. Solaña Procurement Officer Note: (1) All Entries Must Be Typewritten Or Legibly Written. Of Acceptance By The End-user. (4) Price Validity Shall Be For A Period Of (2) Delivery Period Within 45 C.d. Upon Receipt Of The Sixty (60) Days. (5) G-eps Reg No., Mayors Permit, Dti/sec, And For Abc's Above Approved Funded Purchase Order (p.o.). Administrative 500k - Itr & Omnibus Sworn Statement Shall Be Attached Upon Submission Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall (6) Bidders Shall Submit Original Brochures Showing Certifications Of Be For A Minimum For Non-delivery Without Valid Reason. The Products If Applicable. (7) The Approved Budget Ceiling For This (3) Warranty Shall Be For A Period Of Three (3) Months Of Procurement Is (amount Indicated Below) Supplies & Materials, One (1) Year For Equipment, From Date Php 103,754.00 Activities Schedule From To 1 Issuance Of Canvass Tuesday January 21, 2025 Friday January 24, 2025 2 Submission Of Canvass Monday January 27, 2025 10:00 Am 3 Opening Of Canvass Monday January 27, 2025 2:00 Pm # Item And Description Qty Unit Cost Total 1 Submersible Motor 1 Set Specification Of Submersible Motor: 5 Hp Submersible Motor, 3450 Rpm, 230 Volts, Single Phase, 60 Cycles, Canned Type, Water Lubricated, Suited For 4 Inches Diameter Well Casing 2 Submersible Pump 1 Set Specification Of Submersible Pump: 26 Stages, Stainless Steel (304) Bowl, Impeller & Shaft Capable Of Delivering 5.6 Cu. Meter / Hr. Against 160 Meter Equip With Non- Return Valve, Designed Speed 3450 Rpm, 1-1/2 In Diameter Riser Pipe Connection. A Name Plate Showing Capacity & Tdh. Can Be Coupled With A 4 Inches Diameter Submersible Motor And Submit Pump Technical Data. -x-x-x-x-x-x-x- Nothing Follows -x-x-x-x-x-x-x- Grand Total >>> * Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your Conditions, I/we Quote You On The Item At Prices Noted Above And Hereby Commit To Deliver The Same If Adjudged To Have The Lowest And Responsive Quotation. Business Name 2025-01-250183 Printed Name/signature/date

Caraga State University Tender

Healthcare and Medicine
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 319.9 K (USD 5.4 K)
Details: Description 1 Lot Procurement | Total Cost: 319,987.00 Item No. Item Description Quantity Unit Unit Cost Total Cost 1. Alcohol *ethyl, 70%, Scented, 500ml. 20 Bottle 115.50 2,310.00 2. Alcohol *isopropyl Alcohol 250ml 3 Bottle 60.00 180.00 3. Beaker 100ml, Glass 20 Piece 500.00 10,000.00 4. Centrifuge Tube *50ml, 25 Pcs Per Pack. 1 Pack 2,000.00 2,000.00 5. Erlenmeyer Flask 500ml,glass 10 Piece 500.00 5,000.00 6. Ethanol **2.5 L ,*ar Grade 65 Bottle 3,900.00 253,500.00 7. Face Mask *3ply Earloop, Disposable 10 Box 300.00 3,000.00 8. "gloves *type: Surgical Gloves, Nitrile (disposable). *materials: Made Of Synthetic Rubber (stretchable). *size: Large. *100's Per Box." 4 Box 1,540.00 6,160.00 9. "hand Sanitizer *type: Pump Hand Sanitizer. *70% Alcohol Antibacterial Sanitizing Gel, Kills Germs More Than 99.9%. *content: 250ml." 26 Bottle 229.50 5,967.00 10. "petri Dish *type: Glass. *size: 90mm X 15mm.sterile Wid Lid ,10pcs Per Pack" 3 Pack 3,200.00 9,600.00 11. Pipette Glass, *10ml 6 Piece 685.00 4,110.00 12. Portable First Aid Box/kit *dimensions, 22cm X 39cm X 28 Cm, Hard Plastic With Layers 3 Piece 1,000.00 3,000.00 13. "safety Goggles *type: Laboratory Safety Goggles. *polycarbonate Lens. *soft. *flexible. *adjustable Head Strap. *anti-fog With Valve. *color Of Strap (manufacturer�s Standard)." 4 Piece 275.00 1,100.00 14. Test Tube Type: Glass Volume: 75ml 20 Piece 195.00 3,900.00 15. Volumetric Flask Type: Glass, 250ml 4 Piece 1,250.00 5,000.00 16. "wash Bottle *for Laboratory. *volume: 250ml. *color: Clear White." 10 Piece 395.00 3,950.00 17. "wipes *delicate Task Wipers, Lint-free, Size: 4.4 X .4â€, 280 Pieces Per Box, Can Easily Wipe Up Liquids, Dust And Tiny Particles And Are Designed For Delicate Tasks" 2 Box 605.00 1,210.00 Note: Delivery Period: Within Thirty (30) Calendar Days Partial Bid Is Not Allowed Download And Use The Official Canvass Form In The Associated Components Please Fill In The Savings/current Account Name & Account Number

BATANGAS STATE UNIVERSITY ALANGILAN Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 55.5 K (USD 957)
Details: Description Republic Of The Philippines Batangas State University Alangilan, Batangas City Request For Quotation "procurement Of Semi Expendable And Other Supplies" 1. The Batangas State University (batstate U) Through The Bids And Awards Committee Invites Interested Firms/supplier To Submit Quotation For The Project "procurement Of Semi Expendable And Other Supplies" With An Approved Budget For The Contract (abc) Fifty-five Thousand Five Hundred Fifty-two Pesos Only (php 55,552.00). Quotation Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening. Item No. Qty Description 1. 3 Set 3pcs Universal Motorcycle Valve Adjustment Tool (8mm/9mm/10mm) 2. 40 Unit Accuracy Vernier Caliper 0-150mm 0-200mm 0-300mm Measuring Tool 3. 3 Set Allen Wrench (allen Hex Key Hand Tool Set / 9pcs) (1.5, 2, 2.5, 3,4,5,6,8,10) 4. 2 Set Combination Wrench 8-24 Mm (8,10,12,14,17,19,22,24,27,30,32) 5. 1 Unit Grass Cutter Gas-powered Engine: 4-stroke, Single Cylinder Fuel Used: Petrol/diesel Fuel Tank Capacity: 0.65 L Fuel Consumption: 360 G/ Kwh 6. 2 Piece Nose Hand Riveter Hd Type: Hand Riveter For: Blind Rivets Spring Loaded Handle Ejects Rivet Stem Automatically Slim-nose Design For Hard-to-reach Places 4 Nosepieces And Wrench Store In Handle Comfortable Handle For Easy Squeeze Made From Steel Uses 3/32”, 1/8”, 5/32” & 3/16” Diameter Steel And Aluminum Rivet. 7. 40 Unit Outside Micrometer Gauge Vernier Caliper Measuring Tool 0-25mm/0.001mm 8. 5 Unit Stainless Steel Feeler Gauge (0.04mm-0.88mm Metric Thickness Gauge) Note: Kindly Use The Attached Canvass Form For Your Quotation. 2. Philgeps Registration Certificate And Other Business Permits Shall Be Attached Upon Submission Of The Quotation. 3. The Quotation Must Be Submitted (can Also Be Send Thru Fax And Email At The Contact Details Listed Below) Or To The Alangilan Campus, Alangilan, Batangas City And Shall Be Received By The Committee On Or Before 5:00 Pm Of February 13, 2025. E-mail : Procurementquotation.alangilan@g.batstate-u.edu.ph 4. The Bsu Reserves The Right To Reject Any Or All Quotations And/or Proposals And Waive Any Formalities/informalities Therein And To Accept Such Bids It May Consider As Most Advantageous To The Agency And To The Government. Batstate U Neither Assumes Any Obligation For Whatsoever Losses That May Be Incurred In The Preparation Of Bids, Nor Does It Guarantee That An Award Will Be Made. Mr. Shaun Reo Dc Evangelio Lcb Mba Head, Procurement Office Alangilan Campus, Alangilan, Batangas City (043) 425-0139 Local 2130

Municipality Of Bobon, Northern Samar Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 950 K (USD 16.3 K)
Details: Description Republic Of The Philippines Municipality Of Bobon Province Of Northern Samar -oo0oo- Bids And Awards Committee Invitation To Apply For Eligibility And To Bid The Municipal Government Of Bobon, Northern Samar Through Its Bids And Awards Committee (bac) Invites Contractors/suppliers To Apply For Eligibility And To Bid For Purchase And Installation Of Water Supply System Materials For Level Iii Household Connection; Item No. Quantity Unit Item/description I 200.00 Pcs. Water Meter ½” Dia. Ii 2,000.00 Meter Pe Pipe Sdr 11 ½” Dia. Iii 200.00 Pcs. Gate Valve W/ Lock ½” Iv 200.00 Pcs. G.i Elbow 2” Sch. 40 V 200.00 Pcs. G.i Tee 2” Sch. 40 Vi 200.00 Pcs. G.i Nipple 2” X 8” Vii 400.00 Pcs. G.i Nipple ½ X 8” Viii 400.00 Pcs. Pvc Male Adaptor ½” Ix 400.00 Pcs. G.i Elbow ½” Sch. 40 X 400.00 Pcs. G.i Tee ½” Sch. 40 Xi 1,000.00 Roll Tapelone Tape Xii 1.00 Lot Labor Cost (for Installation) Approved Budget For The Contract (abc)-------> Php. 950,000.00 Eligibility Forms And To Bid Documents May Be Secured At The Office Of The Bac Chairman During Office Hours From 8:00 Am To 5:00 Pm Upon Payment Of One Thousand Pesos (php1,000.00) Only To The Office Of The Municipal Treasurer. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bid Conference, Evaluation Of Bids, Post Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass”/“fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. Schedule Of Activities: Issuance Of Bidding Documents-------------> January 23, 2025 – February 12, 2025, 8:00 Am-5:00 Pm (office Hour) Submission And Opening Of Bids------------> February 12, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Bid Evaluation--------------------------------->february 13, 2025; 9:00 Am-bac Office, Bobon, Northern Samar Post Qualification-----------------------------> February 14, 2025 Approval Of Resolution/issuance Of Noa-> February 17, 2025 Contract Preparation And Signing-----------> February 18, 2025 Issuance Of Notice To Proceed---------------> February 19, 2025 The Municipality Of Bobon Through The Office Of The Bac Reserves The Right To Reject Any Or All Other Bids, Waive Any Minor Defect Therein And Accept The Offer Most Advantageous To The Local Government Of Bobon, Northern Samar. Also, The Municipality Of Bobon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Engr. Luncio N. Ramos Bac Chairman-bids And Awards Committee Date: January 23, 2025
9381-9390 of 9823 archived Tenders