Website Tenders
Website Tenders
CEBU SOUTH MEDICAL CENTER Tender
Healthcare and Medicine
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid 1. The Cebu South Medical Center Bids And Awards Committee Invites Suppliers To Apply For Eligibility And To Bid For The Following Projects: Bac No. 2025-032 Supply And Delivery Of Various Drugs And Medicines Item No. Qty Unit Descriptions Source Of Fund Unit Abc Total Abc Bid Docs Price Project I Meds Procurement Of Maintenance Medicines 1,480,735.00 1,500.00 (award Per Item) 1 8000 Tab Atorvastatin 20mg 8.00 64,000.00 2 25000 Tab Carvedilol 6.25mg 6.90 172,500.00 3 6000 Tab Clonidine 75mg 12.39 74,340.00 4 2500 Tab Enalapril 5mg 8.00 20,000.00 5 1500 Tab Eperisone 50mg 27.50 41,250.00 6 500 Tab Dydrogestrone 10mg 89.00 44,500.00 7 4000 Tab Fenofibrate 160mg 27.83 111,320.00 8 2000 Tab Fenofibrate 200mg 20.00 40,000.00 9 1200 Tab Gliclazide 30mg 6.90 8,280.00 10 2000 Tab Gliclazide 60mg 12.39 24,780.00 11 3500 Tab Furosemide 40mg 6.40 22,400.00 12 500 Tab Irbesartan 150mg 9.67 4,835.00 13 1000 Tab Isosorbide 5-mononitrate 60mg 7.50 7,500.00 14 1000 Cap Isosorbide 5-mononitrate 30mg 10.98 10,980.00 15 300 Tab Levothyroxine 50mcg 5.60 1,680.00 16 25,000 Tab Metformin 500mg 15.90 397,500.00 17 3000 Tab Metoprolol 50mg 2.50 7,500.00 18 2000 Tab Methimazole 5mg 9.50 19,000.00 19 2000 Tab Nimodipine 30mg 27.52 55,040.00 20 8000 Tab Telmisartan 40mg 15.18 121,440.00 21 5000 Tab Telmisartan 80mg 35.00 175,000.00 22 2000 Tab Sambong 500mg 6.50 13,000.00 23 5500 Tab Rosuvastatin 20mg 7.98 43,890.00 Project Ii Procurement Of Antibacterial/ Antibiotic Medicines Meds 2,658,508.00 3,000.00 (award Per Item) 1 50 Vial Amphotericin B ( Lipid Complex) 50mg Powder For Injection 10,972.50 548,625.00 2 50 Vial Amphotericin B ( Non-lipidcomplex) 50mg Powder For Injection 3,300.00 165,000.00 3 500 Vial Ampicillin + Sulbactan 500mg+ 250mg Powder For Injection 245.00 122,500.00 4 200 Vial Aztreonam 1g Powder For Injection 1,290.00 258,000.00 5 2000 Vial Cefoxitin 1g Powder For Injection 535.00 1,070,000.00 6 200 Bot Co-amoxiclav 400mg + 57mg /5ml, 70ml 299.57 59,914.00 7 1500 Tab Co-amoxiclav 875mg+ 125mg 26.00 39,000.00 8 500 Tab Erythromycin 500mg 5.20 2,600.00 9 1000 Cap Doxycycline 100mg 14.00 14,000.00 10 500 Tube Erythromycin 0.5%,3.5 Eye Oint 134.00 67,000.00 11 100 Vial Linezolid 2mg/ml, 300ml Solution Fof Injection 2,669.94 266,994.00 12 300 Tab Moxifloxacin 400mg 120.00 36,000.00 13 300 Cap Nitrofurantoin 100mg 17.25 5,175.00 14 200 Vial Penicillin G Crystalline ( Benzylpenicllin 1,000,000 Units ) 18.50 3,700.00 Project Iii Procurement Of High Alert Drugs Meds 1,888,900.00 2,000.00 (award Per Item) 1 500 Tab Digoxin 250mg 7.80 3,900.00 2 500 Amp Hydralazine 20mg/ml, 1ml 54.00 27,000.00 3 6000 Amp/vial Potassium Chloride 2meq/ml, 20ml Solution For Injection 53.00 318,000.00 4 4000 Amp Nicardipine 1mg/ml, 10ml 385.00 1,540,000.00 Project Iv Procurement Of Iv Parenterals And Highly-specialized Medicines Meds 4,952,785.80 5,000.00 (award Per Item) 1 100 Amp/vial Adenosine 3mg/ml, 2ml Solution For Injection 286.89 28,689.00 2 800 Bag All -in-one Admixture 1400 Kcal 2,988.00 2,390,400.00 3 500 Amp Aminophylline 25mg/ml, 10ml 38.00 19,000.00 4 500 Bot Amino Acid , Crystalline Standard 5%, 500ml Solution For Injection 800.00 400,000.00 5 1500 Bot Amino Acid , Crystalline Standard 6%, 100ml Solution For Injection 450.75 676,125.00 6 600 Vial Carboprost 125mg/0.5ml, 0.5ml 142.00 85,200.00 7 100 Vial Immunoglobulin Normal, Human ( Ivig) 50mg/ml, 50ml 8,300.00 830,000.00 8 60 Vial Lipids 20%, 250ml Solution For Injection 757.83 45,469.80 9 50 Vial Somastostatin 3mg Powder For Injection 4,758.04 237,902.00 10 400 Vial Octreotide 100mcg/ml, 1ml Solution For Injection 600.00 240,000.00 Project V Procument Of Analgesic/antipyretic/nsaid Drug Meds 275,650.00 500.00 (award Per Item) 1 20,000 Tab Celecoxib 200mg 9.80 196,000.00 2 500 Tab Ibuprofen 200mg 4.50 2,250.00 3 12,000 Tab Paracetamol 500mg 2.20 26,400.00 4 2,000 Cap Tramadol 50mg 4.50 9,000.00 5 3500 Cap Tranexamic Acid 500mg 12.00 42,000.00 Project Vi Procurement Of Syrups / Suspensions Meds 240,600.00 500.00 (award Per Item) 1 100 Bot Cetirizine 1mg/ml, 60ml 125.00 12,500.00 2 50 Bot Cefixime 20mg /ml, 10ml Oral Drops 190.00 9,500.00 3 100 Bot Folic Acid Syrup 60ml 151.50 15,150.00 4 100 Bot Folic Acid Syrup ,15ml 132.00 13,200.00 5 15,000 Amp Paracetamol 150mg/ml, 2ml Soln. For Injection 12.00 180,000.00 6 100 Bot Paracetamol 250mg /5ml, 60ml Syrup 80.00 8,000.00 7 50 Bot Paracetamol 100mg/ml, 15ml Oral Drops 45.00 2,250.00 Project Vii Procurement Of Local/ General Anesthesia Meds 471,100.00 500.00 (award Per Item) 1 2500 Vial Lidocaine 2%, 50ml Solution For Injection 50.00 125,000.00 2 10 Bot Lidocaine 10%, 50ml Spray 2,700.00 27,000.00 3 1500 Carp Lidocaine 2%, 1.8ml Carpule ( With Epinehrine) 36.00 54,000.00 4 600 Amp Bupivacaine 0.5%, 10ml Solution For Injection 327.00 196,200.00 5 100 Amp Butorphanol 2mg/ml,1ml Solution For Injection 689.00 68,900.00 Project Viii Procurement Of Radiologic Contrast Media Meds 1,903,353.00 2,000.00 (award Per Item) 1 600 Vial Iohexol 300mg Iodine /ml, 50ml 948.88 569,328.00 2 1500 Vial Iopamidol 300mg/ml, 50ml 889.35 1,334,025.00 Project Ix Procurement Of Iv Parenterals Meds 356,605.00 500.00 (award Per Item) 1 8000 Amp Dexamethasone 4mg/ml,2ml 33.43 267,440.00 2 500 Amp Methylergometrine 200mcg/ml, 1ml 89.98 44,990.00 3 1500 Amp Gentamicin 40mg/ml, 2ml 29.45 44,175.00 Project X Procurement Of Antiviral Drugs Meds 229,706.00 500.00 (award Per Item) 1 600 Tab Aciclovir 400mg 27.44 16,464.00 2 600 Tab Aciclovir 800mg 62.75 37,650.00 3 800 Vial Aciclovir 25mg/ml,10ml Solution For Injection 219.49 175,592.00 Project Xi Procurement Of I.v Fluids Meds 489,725.00 500.00 (award Per Item) 1 1500 Bot Acetated Ringer's Solution 1l 210.00 315,000.00 2 2500 Soft Bag Sodium Chloride 0.9%, 100ml Solution For Injection 69.89 174,725.00 Project Xii Procurement Of Anticonvulsant Meds 1,223,880.00 1,500.00 (award Per Item) 1 700 Vial Levetiracetam 100mg/ml, 5ml Solution For Injection 1,725.00 1,207,500.00 2 1000 Tab Levetiracetam 500mg 16.38 16,380.00 Project Xiii Procurement Of Laxatives Meds 54,400.00 500.00 (award Per Item) 1 3500 Tab Bisacodyl 5mg 10.00 35,000.00 2 200 Supp Bisacodyl 10mg 97.00 19,400.00 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedure 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” 3. Bidding Documents Are Readily Available At The Bac Sec/pu Office Upon Payment Of The Corresponding Bidding Documents Fee, As Indicated In The Table Above. The Procuring Entity Has Posted The Complete Set Of Bidding Documents At Its Website, And Philgeps Website. Bidding Documents May Be Downloaded From Any Of The Said Websites; Provided, Upon Submission Of Their Bids, The Bidders Shall Pay The Applicable Fee. 4. Bids Must Be Duly Received By The Bac Secretariat At The Address And Schedule Above Described. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Form And In The Amount Stated In The Bidding Documents. 5. The Bids Can Be Submitted Either Manually Or Electronically In Accordance With Section 25 Of The 2016 Revised Irr Of Ra 9184. If Electronically, Bids Must Be Submitted Online Using The Link: Https://sites.google.com/view/csmc-bid/home And Received By The Procuring Entity On Or Before February 13, 2025 @ 9:30 A.m. Late Bids Shall Not Be Accepted. Opening Of Bids Shall Be Online In The Presence Of Bidders Or Authorized Representative Who Wish To Attend Via Link Given. We Encourage Bidders Or Authorized Representatives Supported By Spa Or Secretary Certificate To Attend The Opening Of Bids. 6. The Following Activities Are Scheduled On The Following Dates: Posting Of Invitation To Bid : January 22, 2025 Pre-bid Conference : January 31, 2025 (1:30 Pm Via Microsoft Teams) Bid Opening : February 13, 2025 (9:30 Am Via Microsoft Teams) Bid Evaluation : Within 7 Days From Bid Opening Post Qualification : Within 12 Calendar Days From Determination Of Lcb 7. Cebu South Medical Center Reserves The Right To Accept Or Reject Any Bid To Annul The Bidding Process And To Reject Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Contact Person: Mary Ann G. Lozada Bac Secretariat, Head Cebu South Medical Center Cel. No. 09453473696 / 09238388670 San Isidro, Talisay City, Cebu Atty. Madyll S. Cuadra-robinta, Cese, Fpcha Bac Chairperson
Closing Date13 Feb 2025
Tender AmountPHP 16.2 Million (USD 277.5 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Ib: 25df0107-25df0113 Page 1 Of 4 Website: Www.dpwh.gov.ph Tel. No(s).: (046) 404 5474 Republic Of The Philippines Department Of Public Works And Highways Office Of The District Engineer Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City Invitation To Bid 1. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Convergence And Special Support Program Basic Infrastructure Program (bip) Bip - Access Roads And/or Bridges From The National Road/s Leading To Major/ Strategic Public Buildings/ Facilities Construction Of Road, Barangay Navarro, General Trias City, Cavite Contract Id No. : 25df0107 Contract Location : General Trias City, Cavite Scope Of Works : Construction Of Road Net Length : 0.3886 Lane Km. Road (2 Lanes) Approved Budget For The Contract : ₱ 6,930,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 46 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 10,000.00 2. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Secondary Roads Noveleta-naic-tagaytay Rd - K0064 + 669 - K0065 + 313 Contract Id No. : 25df0108 Contract Location : Indang, Cavite Scope Of Works : Road Re-blocking Net Length : 1.266 Lane Km. Road Approved Budget For The Contract : ₱ 16,944,200.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 80 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱ 25,000.00 3. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Tertiary Road Noveleta Div Rd (s01772lz) - K0025 + (-021) - K0026 + 300 Contract Id No. : 25df0109 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.038 Lane Km. Road Approved Budget For The Contract : ₱ 96,500,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 121 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 4. Name Of Contract : Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Road Noveleta-rosario Div Rd (s06095lz) - K0026 + 338 - K0027 + 438 Contract Id No. : 25df0110 Contract Location : Noveleta, Cavite Scope Of Works : Asphalt Overlay Of Road Net Length : 5.511 Lane Km. Road Approved Budget For The Contract : ₱ 99,395,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 129 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 5. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 4, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0111 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 328.00 Lm Slope Protection With 1.294 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 6. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 3, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0112 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 207.00 Lm Slope Protection With 2.29 Lane Km. Road Approved Budget For The Contract : ₱ 115,800,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 292 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Ib: 25df0107-25df0113 Page 2 Of 4 7. Name Of Contract : Organizational Outcome 2 : Protect Lives And Properties Against Major Floods Flood Management Program Construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems Construction Of Road Dike Along Pasong Balite River, Cavite Government Center, Phase 2, Barangay San Agustin, Trece Martires City, Cavite Contract Id No. : 25df0113 Contract Location : Trece Martires City, Cavite Scope Of Works : Construction Of Slope Protection With Road Construction Net Length : 277.00 Lm Slope Protection With 1.506 Lane Km. Road Approved Budget For The Contract : ₱ 120,625,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 294 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱ 50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5 Ib: 25df0107-25df0113 Page 3 Of 4 Th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 8:00 Am To 5:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 5pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21 – February 11, 2025 @ 8am-5pm From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh), Cavite 1 St District Engineering Office, Will Hold A Prebid Conference On January 28, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office, Which Shall Be Open To Prospective Bidders. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_cavite1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Cavite 1 St District Engineering Office 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. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh), Cavite 1 Ib: 25df0107-25df0113 Page 4 Of 4 St District Engineering Office, Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. Strict Implementation R.a. No. 6685 Which Was Approved On December 12, 1998 That Provides: “all Private Contractors, Including Subcontractors, To Whom Awards Are Made For The Undertaking Of National And Local Public Works Funded By Either National Government Or Any Local Government Unit Including Foreign Assisted Projects Must Hire At Least Fifty Percent (50%) Of The Unskilled And Thirty Percent (30%) Of The Skilled Labor Requirements From The Unemployed Bona Fide And Actual Residents In The Province, City And Municipality Who Are Ready, Willing And Able As Determined By The Governor, City Mayor Or Municipal Mayor Concerned Where The Projects Are To Be Undertaken: Provided, That The Labor Used Or To Be Used For The Manufacture Of Prefabricated Construction Materials And Other Materials Premade Outside The Place Of Project Implementation And Skilled Manpower Utilizes Or To Be Utilized For The Preparation Of Engineering Designs And Project Plans And Layouts Shall Be Exempted From The Labor Requirements Shall Be Based On The Maximum Number Of Locally Available Labor Resources Which Fact Shall Be Certified By The Municipal, City, Provincial Or District Engineer As Sufficient Compliance With The Labor Requirements Under This Act.” 13. Requiring An Accredited Project Engineer To Be Assigned To The Project As Per D.o. 156 Series Of 2023 For Interested Bidders. 14. For Further Information, Please Refer To: Adonis B. Angelia Bac Chairperson Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Reynante B. Salazar, Sr. Bac Secretariat Head Dpwh, Cavite 1 St Deo, Brgy. De Ocampo Trece Martires City, Cavite Telephone No. (046) 404-5474 Department Of Public Works And Highways Cavite 1 St District Engineering Office Brgy. De Ocampo, Trece Martires City, Cavite 15. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_cavite1@dpwh.gov.ph. January 21, 2025 Approved By: Adonis B. Angelia Bac Chairperson Noted By: Rolando F. Valdez District Engineer
Closing Date11 Feb 2025
Tender AmountPHP 6.9 Million (USD 118.5 K)
City Of San Fernando Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Continuation Of Rehabilitation Of Barangay Road At Purok 1 And 2, Barangay Pao Sur 1. The City Government Of San Fernando, La Union, Through The 20% Development Fund Intends To Apply The Sum Of Nine Million Three Hundred Fifty Seven Thousand Seven Hundred Sixty Two Pesos And Sixty Seven Centavos (p9,357,762.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Continuation Of Rehabilitation Of Barangay Road At Purok 1 And 2, Barangay Pao Sur (project Identification Number Pb-25-013). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of San Fernando, La Union Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Ninety One (91) Calendar Days Upon Receipt Of The Notice To Proceed. 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 Bids And Awards Committee (bac) Secretariat Of The City Government Of San Fernando, La Union And Inspect The Bidding Documents At City Budget Office, 2nd Floor, West Wing, City Hall Main Building, City Of San Fernando, La Union During Thursday To Friday At 8:00 Am To 5:00 Pm Except For Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 To February 11, 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The City Government Of San Fernando, La Union Will Hold A Pre-bid Conference On January 30, 2025 At 9:00 Am (thursday) At The Dacanay Hall, 1st Floor, City Hall Main Building, City Of San Fernando, La Union. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The City Budget Office, 2nd Floor, City Hall Main Building, City Of San Fernando, La Union On Or Before February 11, 2025 (tuesday) At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 11, 2025 (tuesday) At 9:15 Am At The Dacanay Hall, 1st Floor, City Hall Main Building, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of San Fernando, La Union 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. 11. For Further Information, Please Refer To: Mr. Brix Caesar D. Cafuir Bac Chairperson Rm 204, City Hall Main Building, City Of San Fernando, La Union, 2500 Baccsflu@gmail.com Telephone Number: (072) 687-81-00 Loc. 156 Facsimile Number: (072) 888-69-08 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.sanfernandocity.gov.ph Date Of Issue: January 22, 2025 __________________sgd.________________ Brix Caesar D. Cafuir Bac Chairperson
Closing Date11 Feb 2025
Tender AmountPHP 9.3 Million (USD 160 K)
Municipality Of General Tinio, Nueva Ecija Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description 1. The Local Government Unit Of General Tinio, Nueva Ecija, Through The 20% Development Fund For Year 2025 Intends To Apply The Sum Of Four Million Six Hundred Thousand Pesos (php 4,600,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Buse Street Located At Barangay Rio Chico, General Tinio, Nueva Ecija . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of General Tinio, Nueva Ecija Now Invites Bids For The Above Construction Project. Completion Of The Works Is Required Ninety (90) Calendar Days From The Receipt Of Notice To Proceed. 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 General Tinio, Nueva Ecija And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 11, 2025 From Given Address And Website/s Below And Upon Payment For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00). 6. The Local Government Unit Of General Tinio, Nueva Ecija Will Hold A Pre-bid Conference On January 30, 2025 – 1:00 Pm At 2nd Floor, Conference Room, Municipal Hall Building, Lgu-municipality Of General Tinio, Nueva Ecija Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below On Or Before February 11, 2025 – 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 11, 2025 – 1:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of General Tinio, Nueva Ecija 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. 11. For Further Information, Please Refer To: Richard B. Mendez Bac Secretariat Lgu-general Tinio, Nueva Ecija Telephone Number 044-9582874 Local 107 Telefax Number 044-9583011 Email: Bacsevcretariatgentinio@gmail.com Engr. Gerald Placido G. Calma Bac Chairman/municipal Engineer
Closing Date11 Feb 2025
Tender AmountPHP 4.6 Million (USD 78.6 K)
National Power Corporation Tender
Others...+1Electrical and Electronics
Philippines
Details: Description National Power Corporation Invitation To Bid Public Bidding – Bcs 2025-0030 1. The National Power Corporation (npc), Through Its Approved Corporate Budget Of Cy 2025 Intends To Apply The Sum Of (please See Schedule Below) Being The Approved Budget For The Contract (abc) To Payments Under The Contract. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Npc Now Invites Bids For Items Listed Above. Delivery Of The Goods Is Required (see Table Below) Specified In The Technical Specifications. Bidders Should Have Completed, Within (see Table Below) 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). Pr No/s. / Pb Ref No/s. Delivery Period / Contract Duration Relevant Period Of Slcc Reckoned From The Date Of Submission & Receipt Of Bids S1-boa25-001 Ninety (90) Calendar Days Ten (10) Years S1-boa25-002 Ninety (90) Calendar Days Ten (10) Years 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 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. 4. Prospective Bidders May Obtain Further Information From National Power Corporation, Bids And Contracts Services Division And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00am To 5:00pm), Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Given Address And Website(s) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Bidding Fee May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of R.a. 9184 And Its Revised Irr. 6. The National Power Corporation Will Hold A Pre-bid Conference On The Date, Time And Venue Stated Above. Interested Bidder/s Is/are Allowed To Join And Participate In The Pre-bid Conference At The Kañao Room Or Virtually. However, Those Attending Virtually Shall Assume The Risk Of Any Internet Connectivity Issues. Further, Interested Bidders Are Hereby Informed Of The Following: A. Only A Maximum Of Two (2) Representatives From Each Bidder / Company Shall Be Allowed To Participate B. Wearing Of Face Masks Is Recommended But Not Required In View Of Proclamation No. 297 S.2023 Lifting The State Of Public Health Emergency Throughout The Philippines C. The Requirements Herein Stated Including The Medium Of Submission Shall Be Subject To Gppb Resolution No. 09-2020 Dated 07 May 2020 D. The Guidelines On The Implementation Of Early Procurement Activities (epa) Shall Be Subject To Gppb Circular No. 06-2019 Dated 17 July 2019 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below; (ii) Online Or Electronic Submission Before The Specified Time Stated In The Table Above For Opening Of Bids. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be In The Kañao Function Room, Npc Head Office, Diliman, Quezon City And/or Via Online Platform To Be Announced By Npc. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Power Corporation Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bids And Contracts Services Division, Logistics Department Gabriel Y. Itchon Building Senator Miriam P. Defensor-santiago Ave. (formerly Bir Road) Cor. Quezon Ave., Diliman, Quezon City, 1100 Tel Nos.: Tel Nos.: 8921-3541 Local 5564/5713 Email: Bcsd@napocor.gov.ph / 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.napocor.gov.ph/bcsd/bids.php Larry I. Sabellina Vice President, Mingen And Chairman, Bids And Awards Committee
Closing Date18 Feb 2025
Tender AmountPHP 41.4 Million (USD 708.6 K)
U S COAST GUARD USA Tender
Machinery and Tools
United States
Description: This Is A Sources Sought Notice / Request For Information; Not A Pre-solicitation Notice Or Solicitation For Proposals/quotations. Pursuant To Far Part 10 (market Research), The Purpose Of This Notice Is To: (1) Determine If Sources Capable Of Satisfying The Agency's Requirements Exists, (2) Determine If Commercial Items Suitable To Meet The Agency's Needs Are Available Or Could Be Modified To Meet The Agency's Requirements, And (3) Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service Or Supply. Pursuant To Far Part 6 And Far Part 19, Competition And Set-aside Decisions May Be Based On The Results Of This Market Research. This Notice In No Way Obligates The Government To Any Further Action.
the Uscg Anticipates Awarding A Contract For The Procurement Of Twelve (12) Axial Piston Pumps In Fy25, Manufactured By Bosch Rexroth Corporation.
requirement: This Notice Is Issued By The U.s. Coast Guard, Surface Forces Logistics Center Long Range Enforcer Product Line, Baltimore Md To Identify Sources Capable Of Providing The Following:
scope Of Work: The U.s. Coast Guard Surface Forces Logistics Center Has A Requirement For Qualified Sources For The Purchase Of Twelve (12) Axial Piston Pumps, Part Number R902439677, Listed Below. These Axial Piston Pumps Are To Be Used On 418' National Security (wmsl) Cutters. All Parts Acquired Must Be Genuine Parts From The Original Equipment Manufacturer (oem), Bosch Rexroth Corporation.
bill Of Materils:
nameaxial Piston Pumps
part Number:r902439677
nsn4320-01-588-6101
qty 12
anticipated Period Of Performance: The Period Of Performance Is Anticipated To Be For Fy25
anticipated Naics Code/size Standard: The Applicable Naics Code Is 333996: Fluid Power Pump And Motor Manufacturing. Size Standard And The Size Standard Is 1250 Employees.
submission Of Information: Companies Having Capabilities Necessary To Meet Or Exceed The Stated Requirements Are Invited To Provide Information To Contribute To This Market Survey/sources Sought Notice Including Commercial Market Information And Company Information. Companies May Respond To This Sources Sought Notice Via E-mail To Tatiana.sher1@uscg.mil And Kiya.r.plummer-dantzler@uscg.mil No Later Than 12:00 Am On February 5 , 2025, Eastern Standard Time (est) With The Following Information/documentation:
1. Name Of Company, Address And Uei Number.
2. Point Of Contact And Phone Number
3. Capability Statement. If The Company Is Identified As An Authorized Distributor Of This Item By Oem Bosch Rexroth Corporation, Submit An Approved Agreement Plan/ License.
sam: Interested Parties Should Register In The System For Award Management (sam), Formerly Known As Central Contractor Registration (ccr), As Prescribed In Far Clause 52.232-33. Sam Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220.
disclaimer And Important Notes: This Sources Sought Notice Is For Market Research Purposes Only And Does Not Constitute A Request For Proposal/quotation; And, It Is Not Considered To Be A Commitment By The Government To Award A Contract Nor Will The Government Pay For Any Information Provided; No Basis For Claim Against The Government Shall Arise As A Result From A Response To This Sources Sought Notice Or Government Use Of Any Information Provided. Failure To Respond Or Submit Information In Sufficient Detail May Result In A Company Not Being Considered A Likely Offeror When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Obtained From This Sources Sought Notice, The Government Reserves The Right To Consider Any Arrangement As Deemed Appropriated For This Requirement. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response To This Sources Sought Notice. The Government Reserves The Right To Use Any Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate, Including Using Technical Information Provided By Respondents In Any Resultant Solicitation. At This Time No Solicitation Exists; Therefore, Do Not Request A Copy Of The Solicitation. After A Review Of The Responses Received, A Pre-solicitation Notice, And Solicitation May Be Published On Sam.gov Website. It Is The Potential Offeror's Responsibility To Monitor Sam.gov For Release Of Any Future Solicitation That May Result From This Sources Sought Notice. However, Responses To This Sources Sought Notice Will Not Be Considered Adequate Responses To Any Resultant Solicitation.
Closing Soon5 Feb 2025
Tender AmountRefer Documents
Philippine Air Force - PAF Tender
Civil And Construction...+2Excavation, Machinery and Tools
Philippines
Details: Description Armed Forces Of The Philippines Philippine Air Force Office Of The Paf Bids And Awards Committee Colonel Jesus Villamor Air Base, Pasay City Invitation To Bid 1. The Armed Forces Of The Philippines, Through The Paf Bids And Awards Committee (pafbac), Invites Suppliers/manufacturers/distributors To Bid For The Hereunder Project: Nomenclature/activity: Pb-pafbac-106-25 Procurement Of Excavator Approved Budget For The Contract: Php12,935,936.00 Price Of Bid Documents: Php25,000.00 *bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Have An Experience In Similar Project Within 5 Years. 3. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 4. 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. 5. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 22, 2024 To February 10, 2024, From 8:00am-12:00nn And From 1:00pm-5:00pm, Monday To Friday (except Holiday), And Up To 8:45am Of February 11, 2025 At Pafbac Secretariat, Paf Procurement Center Bldg., Colonel Jesus Villamor Air Base, Pasay City. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person At The Aforementioned Address. Late Payment Of The Fees For The Acquisition Of Bidding Documents Shall Not Be Accepted. (note: Prospective Bidders Should Bring With Them The Printed Copy Of The Project/s To Be Bid From Philippine Government Electronic Procurement System (philgeps) Website Which Should Be Presented To Air Force Accounting Center For The Issuance Of Order Of Payment. Payment For The Bidding Documents Should Be Made At Paf Finance Center, Colonel Jesus Villamor Air Base, Pasay City From Monday To Friday At 8:00am-12:00nn & 1:00pm-5:00pm.) 7. Pre-bid Conference: January 29, 2025 At 9:00am Through Videoconferencing Via Zoom Application. (zoom Meeting Id: 886 7238 1372; Passcode: 226436). 8. Manual Submission Of Bids: February 11, 2025 At 9:00am, Bidding Room 1, Paf Procurement Center, Colonel Jesus Villamor Air Base, Pasay City. Late Bids Shall Not Be Accepted. 9. Deadline Of Submission Of Bids/opening Of Bids: February 11, 2025 At 9:15am, Bidding Room 1, Paf Procurement Center, Colonel Jesus Villamor Air Base, Pasay City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 11. The Philippine Air Force Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ltc Eures Melody B Montejo Paf Paf Bids And Awards Committee Secretariat Colonel Jesus Villamor Air Base, Pasay City E-mail Address: Paf_bac@yahoo.com Mobile Nr: 09282864225 12. You May Also Visit The Philgeps Website For The Downloading Of The Bidding Documents. (original Signed) Bgen Ronie D Petinglay Paf Chairperson, Pafbac
Closing Date11 Feb 2025
Tender AmountPHP 12.9 Million (USD 221.2 K)
DEPT OF THE NAVY USA Tender
Others
United States
Description: Contact Information|4|n713.23|hrb|7176057322|cody.s.smith26.civ@us.navy.mil|
item Unique Identification And Valuation (jan 2023)|19||||||||||||||||||||
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (oct 2024)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (jan 2025)|13|333618|1500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
all Freight Is Fob Origin.
this Rfq Is For Repair. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
the Government Is Seeking A Repair Turnaround Time (rtat) Of: 135 Days
government Source Inspection (gsi) Is Required.
please Note Freight Is Handled By Navy Cav Or Proxy Cav As Stated In Navsupwssfa24 Or Navsupwssfa25.
your Quote Should Include The Following Information:
Quote Amount And Rtat
Unit Price:__________
Total Price:__________
Repair Turnaround Time (rtat): _______ Days
if Your Company Is Not Quoting The Government's Required Repair Turnaround Time (rtat) Or Earlier, Provide Your Company's Capacity Constraints?
_________________________________________________________________
_________________________________________________________________
_________________________________________________________________
repair Turnaround Time (rtat): The Resultant Contractual Delivery Requirement Is Measured From Asset Return To The Date Of Asset Acceptance Under The Terms Of The Contract. For Purposes Of This Section, Return Is Defined As Physical Receipt Of The F-condition
asset At The Contractor's Facility As Reflected In The Action Date Entry In The Commercial Asset Visibility (cav) System. In Accordance With The Cav Statement Of Work, The Contractor Is Required To Accurately Report All Transactions By The End Of The Fifth
regular Business Day After Receipt And The Action Date Entered In Cav Must Be Dated To Reflect The Actual Date Of Physical Receipt. The Contractor Must Obtain Final Inspection And Acceptance By The Government For All Assets Within The Rtats Established In This
contract.
Check One: Firm-fixed-price ___ Estimated ___ Nte ___
Return Material Authorization # (rma), If Applicable:__________
Delivery Vehicle (if Delivery Order Requested) (if Your Company Has A Current Boa/idiq, For Example) :__________________
Testing And Evaluation If Beyond Repair
T&e Fee/price (if Asset Is Determined Br/ber): If An Item Is Determined Br, And The Contractor Provides Documentation That Costs Were Incurred During Evaluation And Determination Of Br, The Contracting Officer Will Negotiate A Reduced Contract Price, Not-to
exceed (nte) $___________associated With The Repair Effort To Reflect The Br Status Of The Equipment.
The T&e Fee (if Asset Is Determined Br/ber) Was Determined/computed Based On:______________________________________.
Awardee Info & Performance Location
Awardee Cage: __________
Inspection & Acceptance Cage, If Not Same As ""awardee Cage"": __________
Facility/subcontractor Cage (where The Asset Should Be Shipped), If Not Same As ""awardee Cage"":__________
Iot Compare Repair Price To Price To Buy New
New Unit Price:__________
New Unit Delivery Lead-time:__________
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Repair And The Contract Quality Requirements For The Motor,alternating C .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
3. Requirements
3.1 Cage Code/reference Number Items - The Motor,alternating C Repaired Under This Contract/purchase Order Shall Meet The Operational And Functional Requirements As Represented By The Cage Code(s) And Reference Number(s) Listed Below. All Repair Work Shall
be Performed In Accordance With The Contractors Repair/overhaul Standard Practices, Manuals And Directives Including But Not Limited To Drawings, Technical Orders, Manufacturing Operations, Tooling Instructions, Approved Repair Standards And Any Other
contractor Or Government Approved Documents Developed To Provide Technical Repair Procedures.
cage___ref. No.
;53555 801621-133 Gr.3 ;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-130, Rev N, 16 Nov 2012; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
4.4 Inspection/testing Repaired Items - The Contractor Shall Perform All Inspection And Testing Requirements As Specified In The Original Manufacturer's Specifications And Drawings.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
6.2 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information
contained On Those Documents And Drawings.
There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows:
a... Approved For Public Release; Distribution Is Unlimited.
b... Distribution Authorized To Us Governments Agencies Only.
c... Distribution Authorized To Us Government Agencies And Their Contractors.
d... Distribution Authorized To Dod And Dod Contractors Only.
e... Distribution Authorized To Dod Components Only.
f... Further Distribution Only As Directed By Commander, Naval Sea
Systems Command, Code 09t.
x... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical
Data In Accordance With Opnavinst 5510.161.
6.3 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of
this Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer.
Closing Soon6 Feb 2025
Tender AmountRefer Documents
Philippine Normal University - PNU Tender
Civil And Construction...+3Others, Construction Material, Electrical and Electronics
Philippines
Details: Description I. Invitation To Bid Supply, Delivery And Installation Of Materials For The Electrification Of Pnu Visayas Egte Building The Philippine Normal University Visayas, Through The Gaa Intends To Apply The Sum Of One Million Eight Hundred Pesos (php 1,800,000.00) Being The Abc To Payments Under The Contract For The Supply, Delivery And Installation Of Materials For The Electrification Of Pnu Visayas Egte Building (pnu-vis - Cw 2025-01-001). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Philippine Normal University Visayas Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within Fifteen (15) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within One (1) Year From The Date Of Submission And Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. Prospective Bidders May Obtain Further Information From Pnu Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. - 4:00 P.m. (monday-friday). A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22 – February 11, 2025, From The Given Address And Website Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos Only (₱ 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. The Philippine Normal University Visayas Will Hold A Pre-bid Conference On January 30, 2025 (thursday); At 3:00 P.m., In The Instructional Media Center Ii, Ground Floor, Technology Building, Pnu Visayas (face-to-face), Which Shall Be Open To Prospective Bidders. (please Email Us At Pnuv.bac.secretariat@pnu.edu.ph Using Your Official/ Company Email Address For Your Letter Of Intent). Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before Tuesday, February 11, 2025, At 1:00 P.m. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On February 11, 2025 (tuesday); 3:00 P.m. At The Instructional Media Center Ii, Ground Floor, Technology Building, Pnu Visayas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. The Philippine Normal University Visayas Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Dr. Gliceria Arlyn G. Garancho Bac Secretariat Office University Offices, Ground Floor, Technology Building Pnuv.bac.secretariat@pnu.edu.ph Telephone: (034) 4930-265
Closing Date11 Feb 2025
Tender AmountPHP 1.8 Million (USD 30.7 K)
City Of Iloilo Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For Construction Of 2 Storey 6 Classroom Building With Demolition At Angela A. Celis Memorial School, Jaro, Iloilo City 1. The City Government Of Iloilo, Through The Sef Capital Outlay Cy2023 To Apply The Sum Of Four Million Five Hundred Thirty Thousand Pesos (php 4,530,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of 2 Storey 6 Classroom Building With Demolition At Angela A. Celis Memorial School, Jaro, Iloilo City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Iloilo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required One Hundred (100) 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 City Government Of Iloilo And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00am To 12:00 Noon And 1:00pm To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From Given Address And Website/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 Php 27,650.00. The Procuring Entity Shall Allow The Bidder To Personally Present Its Proof Of Payment For The Fees. 6. The City Government Of Iloilo Will Hold A Pre-bid Conference On January 31, 2025 At Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Which Shall Beopen To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 17, 2025 At 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 17, 2025 At 10:00amat The Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Iloilo 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. 11. For Further Information, Please Refer To: Rowena L. Villanueva Bids And Awards Committee Secretariat Room 7n, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Tel. No.: (033) 333-1111 Loc. 742 Email: Bac.iloilocity@gmail.com Website: Www.iloilocitygov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents:www.iloilocitygov.ph January 22, 2025 (sgd.) Atty.edgardo J. Gil Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 4.5 Million (USD 77.4 K)
5131-5140 of 9637 active Tenders