Wood Tenders

Wood Tenders

Oriental Mindoro Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Construction Of Stage At San Agustin I, Naujan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The General Fund 2025 Intends To Apply The Sum Of Two Million Four Hundred Ninety Thousand Eight Hundred Seventy One Pesos And 55/100 (php 2,490,871.55) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “construction Of Stage At San Agustin I, Naujan, Oriental Mindoro (ib No. Cw-2025-021)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 102 Calendar Days. Bidders Should Have 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). Item No. Description Qty/unit B.5 Spl-1 801(1) 803(1)a 804(1)b 804(4) 900(1)c2 900(1)c3 900(1)c4 900(1)c6 902(1)a 903(2) 1046 (2) A1 1004(2) 1009(1)a 1010(2)a 1003(1)a1 1018(1) 1018(2) 1027 (1) 1051(6) 1032(1)a 1032(1)c 1032 (1) B 1013(2) A2 1014(1)b2 1047(1) & 1047(10) 1047 (2) B 1001(10),1002(27) 1001(11) 1001(6) 1100(10),1101(33), 1102(1), 1103(1) Project Billboard / Sign Board Double Handling Removal Of Structures And Obstruction Structure Excavation (common Soil) Embankment From Borrow Gravel Fill Structural Concrete (footing And Slab On Fill), Class A, 28 Days Structural Concrete (footing Tie Beam), Class A, 28 Days Structural Concrete (column), Class A, 28 Days Structural Concrete (beams/girders), Class A, 28 Days Reinforcing Steel (deformed), Grade 40 Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) Finishing Hardwares Jalousie Window (glass) Flush Door 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles And Trims Unglazed Tiles Cement Plaster Finish Railings Painting Works, Masonry, Concrete Painting Works, Steel Painting Works (wood Painting) Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.5mm, Rib Type Structural Steel & Metal Structure Accessories Structural Steel Purlins Pipes W/ Fittings Connection & Plumbing Works Septic Vault (concrete/chb) Catch Basin Conduits, Boxes, Fittings (conduit Works/conduit Rough In), Wires & Wiring Devices 1.00 Ea 1.00 L.s 1.00 L.s. 45.40 M3 89.60 M3 3.66 M3 18.21 M3 3.58 M3 7.14 M3 7.46 M3 4,744.84 Kg 347.30 M2 243.75 M2 1.00 L.s 6.84 M2 10.50 M2 136.66 M2 14.88 M2 98.46 M2 353.21 M2 1.00 L.s 489.87 M2 230.82 M2 21.00 M2 144.00 M 165.74 M2 1.00 I.s 656.42 Kg 1.00 I.s 1.00 I.s 1.00 I.s 1.00 I.s 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. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 20, 2025 To February 03, 2025 From Given Address 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 (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On January 20, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open 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 03, 2025 At 8:30 A.m. 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 03, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom 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: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (january 20, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 2.4 Million (USD 42.6 K)

City Of Valencia Tender

Others
Philippines
Details: Description Local Government Of Valencia Catarata Street, Poblacion, Valencia City, Bukidnon, Philippines Philippine Access (088) 828-5430 Contract Reference No. 06-2025 01/14/2025 Invitation To Bid For The Landscaping For Anahawon View Deck At Barangay Banlag, Valencia City, Bukidnon 1. The City Government Of Valencia Through Its Annual Appropriations Intends To Apply The Sum Of Three Million Five Hundred Seventy-five Thousand Five Hundred Pesos (php 3,575,500.00) Being The Approved Budget Of The Contract (abc) To Payments Under The Contract For The Landscaping Of Anahawon View Deck At Barangay Banlag, Valencia City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Valencia Now Invites Bids For The Landscaping Of Anahawon View Deck At Barangay Banlag, Valencia City, Bukidnon. Particulars Describes As Follows: Item No. Qty Unit Description Specifications Unit Cost Total Cost Spl-i 1 Lot Supply & Landscaping Of The Following Materials: Php3,575,500.00 Php3,575,500.00 Palmera Palm 9-12ft. -70pcs Pine Tree 7-8ft. -40pcs Spider Lilies Medium -1500pcs Golden Miagos Medium -1500pcs Red Catchora Medium -1000pcs Agave Xl -30pcs Green Pandacaque Medium -1500pcs Foxtail Palm 7-8ft. -80pcs Heleconia 2ft. -1500pcs Eugenia Orange 2-3ft. -500pcs Eugenia Orange 4ft. -300pcs Brazilian Selioum 2ft. -500pcs Pokiante 1.5ft. -800pcs Irish Lilies 1.5ft. -1000pcs Peanut Plant (ground Cover) -25000pcs Lecuala Grandis Large -200pcs Raphis 1-2ft. -400pcs Thailand Brass 1.5ft. -500pcs Don Manuel -500pcs Railings (drief Wood Design) Labor And Materials -1package Garden Soil (5n1 Organic) -300sack Php3,575,500.00 Required Number Of Days For Completion Is 60 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Within 10 Years From The Date Of Submission And Receipt Of The Bid Hereof. The Description Of An "eligible Bidder" Is Contained In The Bidding Documents, Particularly In Section Ii. Instructions To Bidders. 3. No Time Extension Shall Be Granted Unless On Fortuitous Event, Acts Of Nature Or Any Natural Calamities. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary "pass/fail" Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act". Bidding Is Restricted To Filipino Citizens, Sole Proprietorship, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. 5. Interested Bidders May Obtain Further Information From Josafat L. Caipang, Head Of Lgu-valencia City Bac Secretariat And Inspect The Bidding Documents At Address Given Below From Mondays-fridays 8:00 Am To 5:00 Pm. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 15, 2025 To Opening Date From The Address Below And Upon Payment Of Non-refundable Fee For The Bidding Documents In The Amount Five Thousand Pesos (php 5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. Site Inspection Is Required From Every Interested Bidder And Site Inspection Certificate Shall Form Part Of The Bid Documents. No Site Inspection Certificate Shall Mean Automatic Disqualification. Site Inspection Schedule Is On January 20, 2025 At 10:00 O’clock In The Morning, Assembly Area At Bac Office. 6. The City Government Of Valencia Will Hold Its Pre-bid Conference On January 23, 2025 (1:30 Pm) At The Bac Office, City Hall Compound, City Of Valencia, Bukidnon Which Shall Be Open To All Interested Bidders. 7. Only Project Engineers, Materials Engineer And The Like Are Required To Attend The Pre-bid Conference. In The Absence Of The Same, The Representative Must Present To The Bac An Authorization Letter Signed By The Owner. 8. Interested Contractor Are Required To Include In Their Technical Bid Proposal The Duly Signed List Of Contractor's Equipment Units, Which Are Owned, Leased And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project. 9. Prospective Bidders Who Were Not Able To Purchase Bid Documents Prior To The Bid Opening Shall Not Be Opened And Will Be Disqualified. 10. Bids Must Be Delivered To The Address Below On Or Before (1:00 Pm) February 6, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Chooses To Attend At The Address Below. Bid Opening Shall Be On (1:30 Pm) February 6, 2025 At Bac Office, City Hall Compound, City Of Valencia, Bukidnon. Late Bids Shall Not Be Accepted. The Clock In The Bac Office Shall Serve As The Time Reference, And Shall Be The Basis For The Official Time Received Of The Bidding Documents Submitted In The Office. 11. The City Government Of Valencia Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. 12. The Head Of The Procuring Entity (hope) Reserves The Right To Accept Or Reject Any Or All Bids To Annul The Bidding Process, At Any Time Prior To Contract Award Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. All Correspondence Shall Be Addressed To The Bac Secretariat, Attention: Mr. Abe P. Gillaco, Mpa, Bac Chairman. 14. For Further Information, Please Refer To: Lgu Valencia City-josafat L. Caipang Admin Office, 8709 Catarata St., Poblacion, Valencia City, Bukidnon Tel. No. (088) 828-5430 Abe P. Gillaco, Mpa Bac Chairman
Closing Date6 Feb 2025
Tender AmountPHP 3.5 Million (USD 61.1 K)

Parks Canada Tender

Civil And Construction...+1Road Construction
Canada
Details: 5p468-24-0110/a - Civil Engineering And Prime Consultant Standing Offer Agreement (soa) - Roadway Projects In Various National Parks In British Columbia, Alberta, Manitoba, And Northwest Territories Offers Received By Fax And Email Will Be Accepted As Official. Parks Canada Is Not Currently Accepting Offers Via Sap Ariba, You Must Submit Your Offer Via Fax Or Email As Indicated In The Solicitation Document. Offers Received In-person Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To Offer Solicitations Is Soumissionsami-bidsrpc@pc.gc.ca. Offers Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsami-bidsrpc@pc.gc.ca Will Not Be Accepted. The Only Acceptable Facsimile For Responses To Offer Solicitations Is 1-855-983-1808. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Offeror Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Offer Due To File Size. The Offeror Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Offeror Should Send The Offer In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Emails With Links To Offer Documents Will Not Be Accepted. Offer Documents Must Be Sent As Email Attachments. Requirement Parks Canada Agency (pca) Is Inviting Consulting Firms With Civil Engineering And Prime Consultant Expertise To Submit Offers For Three (3) Standing Offers. The Selected Consultants Shall Provide A Range Of Services As Identified In The Required Services Section Of This Document. It Is Anticipated A Significant Portion Of The Work Will Occur In The Mountain Parks In British Columbia Where Two (2) Standing Offers Will Be Issued. It Is Also Anticipated That One (1) Standing Offer Will Exist Outside Of This Region (non-mountain Parks). Estimated Value Of Each Standing Offer Agreement (soa): • Mountain Park (soa #1): $10,000,000.00 • Mountain Park (soa #2): $6,000,000.00 • Non-mountain Parks (soa #3): $4,000,000.00 Mountain Parks In British Columbia Include Pacific Rim National Park Reserve, Kootenay National Park, Mount Revelstoke National Park, Glacier National Park And Yoho National Park. Outside Of This Region (non-mountain Parks), The National Parks In British Columbia Include Gulf Islands National Park, And Gwaii Haanas National Park Reserve. The National Parks In Alberta Include Waterton Lakes National Park. The National Parks In Manitoba Include Riding Mountain National Park And Lower Fort Garry National Historic Site. The National Parks In The Northwest Territories Include Nahanni National Park Reserve, Tuktut Nogait National Park And Wood Buffalo National Park. Contractor Selection And Indigenous Benefits Framework (ibf) This Solicitation Document Includes Socio-economic Criteria That Is Practicable And Consistent With Sound Procurement Management Principles. These Socio-economic Criteria Are Referred To As Indigenous Benefits Framework (ibf) And Offerors Propose Indigenous Benefits In Their Indigenous Benefits Framework (ibf). Offerors Must Submit An Indigenous Benefits Framework As Part Of Their Offer. Failure To Do So Will Render An Offeror Non-responsive And Their Offer Will Be Given No Further Consideration. The Intent Of This Section Is To Assess Offeror’s Framework On Engaging Local Indigenous Groups And Involve Them With An Indigenous Participation Plan (ipp) At The Call Up Stage. Comprehensive Land Claims Agreement(s) The Request For Standing Offers (rfso) Is To Establish Standing Offers For The Delivery Of The Requirement Detailed In The Rfso, To The Identified Users, Including Areas Subject To Comprehensive Land Claims Agreements (clcas). • Inuvialuit Final Agreement • Sahtu Dene & Métis Comprehensive Land Claim Agreement • Maa-nulth First Nation Final Agreement Period Of The Standing Offer The Period For Placing Call-ups Against The Standing Offer Shall Be For Three (3) Years Commencing From The Start Date Identified On The Standing Offer. If The Standing Offer Is Authorized For Use Beyond The Initial Period, The Consultant Offers To Extend Its Offer For An Additional Two (2), One (1) Year Periods Under The Same Conditions And At The Rates Or Prices Specified In The Standing Offer. Offerors’ Conference An Offerors' Conference Will Be Held Via Microsoft Teams And Teleconference On December 18, 2024. The Conference Will Begin At 11:00 Pm Mst. The Scope Of The Requirement Outlined In The Request For Standing Offers (rfso) Will Be Reviewed During The Conference And Questions Will Be Answered. It Is Recommended That Offerors Who Intend To Submit An Offer Attend Or Send A Representative. Offerors Are Requested To Communicate With The Standing Offer Authority Before The Conference To Confirm Attendance. Offerors Should Provide, In Writing, To The Standing Offer Authority, The Name(s) Of The Person(s) Who Will Be Attending And A List Of Issues They Wish To Table No Later Than December 17, 2024. Any Clarifications Or Changes To The Rfso Resulting From The Offerors' Conference Will Be Included As An Amendment To The Rfso. Offerors Who Do Not Attend Will Not Be Precluded From Submitting An Offer. Any Clarifications Or Changes To The Rfso Resulting From The Offerors' Conference Will Be Included As An Amendment To The Rfso. Offerors Who Do Not Attend Will Not Be Precluded From Submitting An Offer. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Solicitation Must Be Submitted In Writing And Should Be Received No Later Than Ten (10) Working Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Http://canadabuys.canada.ca/en/tender-opportunities. Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.
Closing Date16 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Details: Department Of Veterans Affairs veterans Health Administration sources Sought Notice Audiology Calibration Agreement Louis Stokes Cleveland Va Medical Center this Is A Sources Sought Notice And Not A Request For Quotes. This Request Is Solely For The Purpose Of Conducting Market Research To Enhance Vha S Understanding Of The Market S Offered Products, Services And Capabilities. The Government Will Not Pay Any Costs For Responses Submitted In Response To This Sources Sought. the Department Of Veterans Affairs (va), Va Healthcare System, Network Contracting Office (nco) 10, On Behalf Of Louis Stokes Cleveland Va Medical Center In Cleveland, Ohio, Is Conducting Market Research Through This Sources Sought Notice To Seek Sources That Can Provide Agreement To Complete The Yearly Calibration On The Audiology Equipment. This Equipment Must Have Regularly Scheduled Calibration Services Per Ansi (the American National Standards Institute) And Osha (occupational Safety And Health Administration) Standards To Ensure Proper Functioning Of Each As Required By Jacho And Hospital Policy To Ensure Each Unit/system Meets Manufacturer Specifications For The Va Medical Center. the Naics Code For This Acquisition Is 811210, Size Standard Of $34 Million. The Product Service Code Is J065. The Contracting Office Is Contemplating Award Of A Firm-fixed-price Contract For This Service. this Sources Sought Notice Provides An Opportunity For Respondents To Submit Their Notice Of Ability, And Their Available Services In Response To The Requirement Described Below. Vendors Are Being Invited To Submit Information Relative To Their Potential Of Fulfilling The Requirement Below, In The Form Of A Capability Response That Addresses The Specific Requirement Identified In This Sources Sought. Pursuant To Far Part 10, Market Research, The Purpose Of This Notice Is To Determine If Sources Capable Of Satisfying The Agency's Requirements Exists And To Determine The Commercial Practices Of Company's Engaged In Providing The Needed Service. 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. description the Louis Stokes Cleveland Va Medical Center Olympus Scope Repairs. Biomedical Engineering Requires The Contractor Shall Provide All Necessary Labor, Management, Supervision, Technical Skills, Quality Control, Materials, And Equipment Necessary To Complete The Calibrations As Listed. All Services Shall Be Completed With The Use Of Oem Parts, Materials, Tools, And Software As Applicable. the Specific Tasks Are As Listed In The Following Quotes: all Units Should Be Calibrated In The Same Manner Each Year So That We Maintain The Same Accuracy According To Ansi And Osha Standards. ansi S3.6-1996 American National Standard Specification For Audiometers. The Audiometers Covered In This Specification Are Devices Designed For Use In Determining The Hearing Threshold Of An Individual In Comparison With A Chosen Standard Reference Threshold Level. This Standard Provides Specifications And Tolerances For Pure-tone, Speech, And Masking Levels And Describes The Minimum Test Capabilities Of Different Types Of Audiometers. The Standard Also Specifies Standardized Threshold For Detecting Pure Tones. 1910.95 App E - Acoustic Calibration Of Audiometers calibrations Are Performed On Site By A National Association Of Special Equipment Distributors (nased) Technician. calibration Certificates Are Provided For The Audiology Service To Keep On File At Location Of The Equipment Calibrated. place Of Performance Are The Following: cleveland Louis Stokes V.a. Medical Center, 10701 East Blvd, Cleveland Ohio, 44106 parma Community Out-based Clinic (cboc) 8787 Brookpark Rd, Parma, Ohio 44129 canton Cboc, 733 Market Ave S, Canton, Ohio 44702 akron Cboc, 55 W Waterloo Rd, Akron, Ohio 44319 mansfield Cboc, 1025 S. Trimble Rd, Mansfield, Ohio 44906 sandusky Cboc, 1912 Hayes Ave. Sandusky, Ohio 44870 sheffield Village Cboc, 5275 Abbe Rd. N, Sheffield, Ohio 44035 youngstown Cboc, 1815 Belmont Ave, Youngstown, Ohio 44504 general Requirements contractors That Can Provide And Meet The Requirement Are Requested To Send: 1. Company Name 2. Sam.gov Uei Number 3. Business Size Under Naics 811210 4. If You Believe Another Naics Code Is More Suitable For These Services, Please Include The Code. 5. If The Service(s) Are Available On An Fss Contract Or Not And The Fss Contract Number If It Is Available On Contract. 6. Notification If They Are An Sba Vetcert Registered Vosb/sdvosb Or Not. Contractors Must Be Registered And Certified In Vetcert To Be Considered Vosb/sdvosb. 7. Is There Any Reason You Would Not Be Interested In Responding To A Solicitation? 8. Please Provide A Short Narrative On The Technical Capability And Interest In Providing The Requested Services. 9. Any Questions, Comments, Or Concerns, That May Otherwise Assist Us. 10. Does Your Company Have The Ability To Perform This Contract While Complying With The Limitations On Subcontracting Rules Per Far 52.219-14, 13 Cfr 125.6 And Vaar 852.219-75. If So, Please Briefly Explain How Your Firm Will Accomplish This, Include Any Potential Teaming Arrangements Or Subcontractors. to Note: The Co Shall Conduct Periodic Checks With The Vendor To Ensure That Limitations On Subcontracting Compliance Is Maintained During The Period Of Performance If This Requirement Is Set-aside For Any Small Business Entities. In Accordance With 13 Cfr § 125.6(g), Whoever Violates The Requirements Set Forth In Paragraph (a) Of This Section Shall Be Subject To The Penalties Prescribed In 15 U.s.c. 645(d), Except That The Fine Shall Be Treated As The Greater Of $500,000 Or The Dollar Amount Spent, In Excess Of Permitted Levels, By The Entity On Subcontractors. A Party's Failure To Comply With The Spirit And Intent Of A Subcontract With A Similarly Situated Entity May Be Considered A Basis For Debarment On The Grounds, Including But Not Limited To, That The Parties Have Violated The Terms Of A Government Contract Or Subcontract Pursuant To Far 9.406-2(b)(1)(i) (48 Cfr 9.406-2(b)(1)(i) response Commitment response: all Responses Should Be Directed To Sara.wood1@va.gov submittals Furnished Will Not Be Returned To The Sender. No Debriefs Will Be Conducted. Eligibility In Participating In A Future Acquisition Does Not Depend Upon A Response To This Notice. proprietary Information Is Neither Requested Nor Desired. If Such Information Is Submitted, It Must Clearly Be Marked "proprietary" On Every Sheet Containing Such Information, And The Proprietary Information Must Be Segregated To The Maximum Extent Practicable From Other Portions Of The Response (e.g., Use An Attachment Or Exhibit). timeline: This Request Will Close On Stated Date Within The Government Point Of Entry (gpe).
Closing Date24 Jan 2025
Tender AmountRefer Documents 

BARANGAY ROSARIOHAN, BATUAN, BOHOL Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Bohol Municipality Of Batuan Barangay Rosariohan Abstract Of Bid/bill Of Quantities ____________________________ ____________________________ ____________________________ Sealed Proposals,plainly Marked''proposals For Supplying To The Government''subject To The Terms And Conditions Set Forth Will Be Received On_______________ Of _________________ And Publicly Opened In The Presence Of The Members Of The Bids And Awards Committee Or Their Duly Authorized Representatives. Activity No. 01 : Tile Works Quantity : 72.10 7.00 Sq.m A. Materials : Qty. Unit Description Unit Cost Amount 15.00 Bags Portland Cement 2.00 Cu.m River Sand ( Approved Source ) 162.00 Pcs 0.60 X 0.60 Glazed Tiles 22.00 Pcs 0.40 X 0.40 Unglazed Tiles (floor) 69.00 Pcs 0.40 X 0.40 Glazed Tiles (wall) 6.00 Length Tile Trim 7.00 Packs Tile Grout 10.00 Bags Tile Adhesive Material Cost B. Equipment: Qty. Unit Description Rate Per Day Amount Equipment Rental Cost C. Labor: Qty. Unit Designation Rate Per Day Amount 1.00 Lot Lump Sum Labor Cost Total Direct Cost (a+b+c) Indirect Cost Profit (10% Of Dc) Ocm Tax Total Item Cost Activity No. 02 : Ceiling Works Quantity : 1.00 7.00 Lot A. Materials : Qty. Unit Description Unit Cost Amount 124.00 Bd.ft 2" X 2" X 10' Ceiling Joist-good Lumber 100.00 Bd.ft 2" X 2" X 10' Hangers-good Lumber 42.00 Bd.ft 2" X 2" X 7' Ceiling Joist-good Lumber 85.00 Bd.ft 2" X 2" X 17' Ceiling Joist-good Lumber 127.00 Bd.ft 2" X 2" X 20' Ceiling Joist-good Lumber 107.00 Bd.ft 2" X 2" X 4' Ceiling Joist-good Lumber 33.00 Bd.ft 2" X 2" X 33' Ceiling Joist-good Lumber 36.00 Shts 1/4" X 4' X 8' Marine Plywood 10.00 Kgs Cwn # 4" 7.00 Kgs Cwn # 3" 6.00 Kgs Cwn # 1" 61.34 Bd.ft 1" X 2" X 8' Wood Stick/lattice Good Lumber Material Cost B. Equipment: Qty. Unit Description Rate Per Day Amount Equipment Rental Cost C. Labor: Qty. Unit Designation Rate Per Day Amount 1.00 Lot Lump Sum Labor Cost Total Direct Cost (a+b+c) Indirect Cost Profit (10% Of Dc) Ocm Tax Total Item Cost Activity No.03 : Painting Works Quantity : 1.00 7.00 Lot A. Materials : Qty. Unit Description Unit Cost Amount Ceiling 5.00 Gals Acrytex Primer Paint 7.00 Gals Latex Paint Top Coat ( Gloss ) 7.00 Gals Quick Dry Enamel Paint ( White ) 6.00 Bags Skim Coat 20kgs Wall 5.00 Gals Acrytex Primer Paint 7.00 Gals Paint Reducer 8.00 Gals Gloss Latex Paint 8.00 Gals Flat Latex Paint 10.00 Bags Skim Coat 20kgs Accessories 10.00 Bottle Paint Thinner 2.00 Pcs 3' Inch Paint Brush 2.00 Pcs 1-1/2' Inch Paint Brush 2.00 Set Paint Roller With Foam 7" 2.00 Roll Masking Tape 2.00 Roll 2" X 30m Joint Tape 1.00 Lot Sand Paper Material Cost B. Equipment: Qty. Unit Description Rate Per Day Amount Equipment Rental Cost C. Labor: Qty. Unit Designation Rate Per Day Amount 1.00 Lot Lump Sum Labor Cost Total Direct Cost (a+b+c) Indirect Cost Profit (10% Of Dc) Ocm Tax Total Item Cost Activity No. 04 : Concrete Works ( Plastering ) Quantity : 1.00 Lot A. Materials : Qty. Unit Description Unit Cost Amount 15.00 Bags Portland Cement 2.00 Cu.m River Sand ( Approved Source ) Materials Cost B. Labor Qty. No.of Days Designation Rate Per Day Amount 1.00 8.00 Mason 1.00 8.00 Unskilled Laborer Labor Cost C. Equipment Qty. Unit Description Rate Per Day Amount 1.00 Lot Scaffolding ( Rental Basis ) Equipment Cost Total Direct Cost ( A + B + C ) Indirect Cost Contractor Profit (10%) Ocm Tax Total Item Cost Activity No. 05 : Billboard Quantity : 1.00 Lot A. Materials : Qty. Unit Description Unit Cost Amount 1.00 Sheet Printed Tarpaulin ( Billboard ) 1.00 Sheet 1/2: Ordinary Plywood 8.00 Pcs 2" X 2" X 8' Coco Lumber 1.00 Kgs Cwn # 3 0.50 Kgs Cwn # 1 1/2 Materials Cost B. Labor Qty. Unit Designation Rate Per Day Amount 1.00 Lot Lump Sum Labor Cost C. Equipment Qty. Unit Description Rate Per Day Amount Equipment Cost Total Direct Cost ( A + B + C ) Indirect Cost Contractor Profit (10%) Ocm Tax Total Item Cost S U M M A R Y Direct Cost : Material Cost ……………………… Labor ( 30-35% Material Cost) ……………………… Equipment ……………………… Total ……………………… Indirect Cost : Contractor's Profit (10%) ……………………… Ocm ……………………… Tax ……………………… Total Project Cost Total Bid/quotation Should Not To Exceed The Approved Abc Name Of Project:improvement Of Barangay Rosariohan Health Station Place Of Delivery: Time Of Delivery:__________________ Date Of Delivery:___________________ Bid Security Surety (5%) Cash Guarantee (2%) I Hereby Certify That The Above Articles Are Actually Carried In Stock By Me. The Terms And Conditions Specified Above Are Hereby. _______________________________ Name & Signature Of Bidder Mariano Maligmat Bac Chairman
Closing Date31 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)

Municipality Of Tubo Abra Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Item Description Unit Quantity Part Ii Other General Requirements B.5 Project Billboard/signboard Ea 2.00 B.7 (2) Occupational Safety And Health Program L.s. 1.00 Part Iii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part B Plain And Reinforced Concrete Work 900 (1)c4 Structural Concrete For Columns (class A, 28 Days) M3 21.78 900 (1)c6 Structural Concrete For Beams/girders (class A, 28 Days) M3 32.40 902 (1)a Reinforcing Steel Of Reinforced Concrete Structures, Grade 40 Kg 2,533.91 902 (1)b Reinforcing Steel Of Reinforced Concrete Structures, Grade 60 Kg 5,473.54 903 (2) Formworks And Falseworks M2 320.00 Part C Finishings And Other Civil Works 1046 (2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 305.35 1046 (2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) M2 276.90 1007 (1)b Aluminum Framed Glass Door (swing Type) M2 20.16 1008 (1)a Aluminum Glass Windows (sliding Type) M2 42.12 1008 (1)c Aluminum Glass Windows (awning Type) M2 0.90 1008 (1)d Aluminum Glass Windows (fixed Type) M2 6.72 1004 (2) Finishing Hardware L.s. 1.00 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions) Set 10.00 1010 (2)b Wooden Panel Door M2 18.27 1027 (1) Cement Plaster Finish M2 1,164.50 1003 (1)a1 4.5mm Fiber Cement Board On Metal Framed Ceiling M2 453.13 1018 (1) Glazed Tiles And Trims M2 468.70 1018 (2) Unglazed Tiles M2 274.27 1032 (1)a Painting Works (concrete/masonry Painting) M2 1,617.63 1032 (1)c Painting Works (metal Painting) M2 852.54 1014 (1)b2 Prepainted Metal Sheets (rib Type) M2 660.59 1013 (2)a2 Fabricated Metal Roofing Accessory (flashing) L.m. 117.91 1013 (2)b1 Fabricated Metal Roofing Accessory (gutter) L.m. 44.15 1047 (2)a Structural Steel Kg 7,483.07 1047 (2)b Structural Steel (purlins) Kg 2,652.48 1001 (8) Sewer Line Works L.s. 1.00 1001 (9) Storm Drainage And Downspout L.s 1.00 1001 (11) Septic Vault L.s. 2.00 1002 (24) Cold Water Lines (ppr Pipe And Fittings) L.s 1.00 1002 (4) Plumbing Fixtures L.s. 1.00 Part D Electrical 1101 (33) Wires And Wiring Device L.s. 1.00 1100 (10) Conduit, Boxes And Fittings L.s. 1.00 1102 (1) Panel Board With Main And Branch Breakers L.s. 1.00 1103 (1) Lighting Fixtures And Lamps L.s. 1.00
Closing Date3 Feb 2025
Tender AmountPHP 9.2 Million (USD 158.2 K)

Municipality Of Carmen, Bohol Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description A. Improvement Of Day Care Center Nueva Fuerza, Carmen, Bohol Scope Of Works: Item 2. Earth Works 2.3. Gravel Bedding 1 1" Ø Gravel (approved Source) 0.75 Cu.m. Item 3. Concrete Works 3.1. Column Footings 2 Portland Cement 20.00 Bags 3 River Sand (approved Source), Leyte Source 1.00 Cu.m. 4 3/4" Gravel (approved Source), Black 2.00 Cu.m. 5 16mm. Dia. Def. Bars 13.00 Pcs. 6 #16 G.i. Tie Wire 1.00 Kg. 3.2. Concrete Columns (foundation To Second Floor Level) 7 Portland Cement 35.00 Bags 8 River Sand (approved Source), Leyte Source 1.75 Cu.m. 9 3/4" Gravel (approved Source), Black 3.50 Cu.m. 10 16mm. Dia. Def. Bars 48.00 Pcs. 11 10mm. Dia. Def. Bars 105.00 Pcs. 12 #16 G.i. Tie Wire 12.50 Kgs. Item 4. Formworks And Scaffoldings 13 20pcs.- 2" X 3" X 12' Good Lumber 120.00 Bd.ft. 14 42pcs.- 2" X 2" X 10' Good Lumber 140.00 Bd.ft. 15 1/2" Thk. Marine Plywood, 4' X 8' 10.00 Shts. 16 1/4" Thk. Marine Plywood, 4' X 8' 10.00 Shts. 17 #16 G.i. Tie Wire 3.00 Kgs. 18 Cwn # 2 1/2 5.00 Kgs. 19 Cwn # 3 10.00 Kgs. 20 Cwn # 4 15.00 Kgs. B. Improvement Of Barangay Stage La Victoria, Carmen, Bohol Scope Of Works: Item 1. Masonry & Steel Works 21 Sand (app. Source) 5.00 Cu.m. 22 Portland Cement 50.00 Bags 23 1 1/2" X 1 1/2" X 1/4" Thk. Angle Bar 20.00 Pcs. 24 1 1/2" X 1 1/2" X 3/16" Thk. Angle Bar 9.00 Pcs. 25 1" X 1" X 3/16" Thk. Angle Bar 28.00 Pcs. 26 2" X 3" X 1.2mm. C-purlins 12.00 Pcs. 27 Cut-off Disc 1.00 Pc. Item 2. Door Works 28 80cm X 210cm Wooden Solid Door With Door Jamb 4.00 Sets C. Improvement Of Barangay Hall Calatrava, Carmen, Bohol Scope Of Works: Item 1. Fabrication & Installation Of Glass Wall Partition 29 Fabrication & Installation Of Glass Wall Partition W/ 0.80m X 2.10m Swing Door Double Throw Using Aluminum Analok Panel, 1/4" Bronze Glass & Other Accessories, Total Area= 18.00 Sq.m. 1.00 Lot Item 2. Fabrication & Installation Of Stainless Railing 30 Fabrication & Installation Of Stainless Railing Using 2" Dia. Stainless Pipe, 1" Dia. Stainless Pipe Including Other Accessories, L- 13.35m, H-0.90m 1.00 Lot
Closing Date30 Jan 2025
Tender AmountPHP 452.3 K (USD 7.7 K)

DEFENSE COMMISSARY AGENCY DECA USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Hdec0224r0001 Pre-solicitation (amendment01) title: Bulk Delivery (designated Location) description: the Defense Commissary Agency (deca) Will Be Soliciting Responsible Sources With Current Relevant Qualifications, Experience, Personnel And Capability To Provide The Labor And Management For Commissary Wide Bulk Delivery Services At 170 Designated Locations. deca Uses An Enterprise Business Solution (ebs) To Support All Of Deca's Business Operations, To Include Retail, Back Office, And Support. Deca's Online Shopping Portal. The Deca Ecommerce Application Has The Capability To Support Ecommerce Bulk Grocery Delivery Services At Select Commissary Locations To Provide Additional Access To Eligible Patrons. the Company Must Possess The Capability To Load And Off Load Groceries Which Includes Frozen, Chill, Center Store Items As Well As Freshly Prepared Items Of Various Sizes And Quantities On Pallets. These Items Must Be Transported From The Commissary To Another Site On Or Off The Installation In A Temperature Controlled Refrigerated Truck. The Orders May Range Anywhere From 2‐10 Pallets Per Delivery Based On The Size, Volume, And Delivery Frequency Of The Designated Locations, But Note There Are No Guarantee On The Quantity Or Amount. Deliveries Typically Vary Anywhere From 3 To 5 Days Per Week Depending On The Activity, Schedules May Fluctuate Based On The Government Requirement Of Needs. This Service May Be Utilized At All Deca Commissaries In The Continental United States (conus). the Delivery/transport Vendor Will Need To Furnish The Following Equipment, Materials, And Supplies: refrigerated Vehicle To Maintain Cold Chain refrigerated Vehicle Will Need A Lift Gate For Loading Unloading delivery Vendor Will Need To Support All Stateside Commissaries And Designated Support Locations, I.e., Outpost, Guard And Reserve Bases, All Locations Where Authorized Customers Can Be Serviced. must Be Able To Get On Military Installations must Have Good Written And Oral Communication And Be Able To Speak English solicitation Hdec02-24-r-0001 Will Be Issued Full And Open With The Exclusion Of Sources On Or About January 23, 2025. the Solicitation Will Be Available For Download On The Internet At Contract Opportunity (www.sam.gov) On The Issue Date. The Naics Code Is 484220 For This Requirement And The Size Standard Is $34m. The Government Contemplates Award Of A Firm Fixed Price Requirements Type Contract Resulting From This Solicitation. contract Award Is Anticipated On Or About April 8, 2025. Performance Is Anticipated To Commence On Or About May 12, 2025. The Period Of Performance Will Consist Of One 12-month Base Period Plus Four 12-month Option Periods. for The Purpose Of This Solicitation, There Will Be 17 Current Commissary Locations Grouped Geographically Into Three Separate Contract Line-item Number (clin) (east, Central, And West/pacific). There Are Possibilities For Follow-on Services Needed At Other Commissary Locations Based On Region. The Commissary Locations In Asterisk Are The Potential For Following On 153 Commissaries That May Come Online During Contract Performance. The Contract Line-item Number Breakdown Is Identified As Follows: clin 0001: Commissary - Dodaac Fort Myer, Fort Liberty South, Fort Liberty North, Fort Drum, Little Creek Jblcfs, Fort Stewart, Hunter Aaf. *fort Belvoir, Mcguire Afb, Fort Meade, Quantico Mcb, Oceana Nas, Andrews Afb, Fort Buchanan, Fort Eustis, Norfolk Navsta, Langley Afb, Camp Lejeune Mcb, Fort Moore, Fort Gregg-adams, New London Nsb, Annapolis Ns, Fort Eisenhower, West Point, Portsmouth Nnsy, Shaw Afb, Charleston Afb, Fort Jackson, Cherry Point Mcas, Dover Afb, Aberdeen Pg, Kings Bay Nsb, New River Mcas, Hanscom Afb, Robins Afb, Newport Ns, Patuxent River, Bolling Afb, Seymour Johnson Afb, Bangor Angb, Parris Island Mcrd, Charleston Nws, Moody Afb, Carlisle Barracks, Lakehurst Naes, Dahlgren Nswc, Fort Detrick, Fort Hamilton, Portsmouth Nsy, Saratoga Springs, Tobyhanna Ad, Albany Mclb, Ardec-picatinny. clin 0002: Fort Campbell, Fort Riley, Fort Sill, Fort Johnson, Fort Cavazos (warrior Way). *fort Leavenworth, Scott Afb, Fort Novosel, Eglin Afb, Offutt Afb, Pensacola Nas, Wright Patterson, Fort Leonard Wood, Fort Knox, Lackland Afb, Randolph Afb, Tyndall Afb, Fort Sam Houston, Hurlburt Field, "fort Cavazos (clear Creek), Tinker Afb, Pittsburgh Area, Whiteman Afb, Great Lakes Ns, Little Rock Afb, Altus Afb, Dyess Afb, Rock Island Arsenal, Fort Worth Nasjrb, Mcconnell Afb, Whiting Field Nas, Selfridge Ang, Jacksonville Nas, Key West, Macdill Afb, Mayport Ns, Patrick Sfb, Barksdale Afb, Columbus Afb, Gulfport Ncbc, Gunter Afb, Keesler Afb, Maxwell Afb, Meridian Nas, New Orleans Nsa, Arnold Afb, Memphis Nsa, Fort Mccoy, Laughlin Afb, Sheppard Afb, Corpus Christi Nas, Goodfellow Afb, Harrison Village, Richards Gebaur, Redstone Arsenal, Vance Afb clin 0003: Fort Carson, Lewis Main, Fort Bliss, Schofield Barracks, Fort Wainwright. *minot Afb, Miramar Mcas, Peterson Sfb, San Diego Nb, Camp Pendleton Mcb, Nellis Afb mcchord Afb, Davis-monthan Afb, Whidbey Island Nas, Fort Huachuca, Travis Afb, Ord Military Community, Port Hueneme- Nb, Ventura, Fairchild Afb, Luke Afb, Imperial Beach Olf, Twentynine Palms Mcagcc, Beale, Ellsworth Afb, Fort Irwin, March Arb, North Island Nas, Bangor Nbk, Buckley Sf, Los Angeles Sfb, Hill Afb, Kirtland Afb, Vandenberg Sfb, Mcclellan, Smokey Point- Ns Everett, Cannon Afb, Edwards Afb, Fallon Nas, Lemoore Nas, F. E. Warren Afb, Grand Forks Afb, Holloman Afb, Malmstrom Afb, Moffett Field Nas, Us Air Force Academy, Yuma Mcas, Bremerton Nbk, China Lake Naws, Barstow Mclb, El Centro Naf, Mountain Home Afb, White Sands Mr, Pearl Harbor Jbphh, Kaneohe Bay Mcbh, Hickam Jbphh, Anchorage Area, Eielson Afb, Fort Greely, Kodiak Uscgs the Government Will Award One Contact Resulting From This Solicitation Based On Evaluation Using The Lowest Price Technically Available Process.
Closing Date22 Jan 2025
Tender AmountRefer Documents 

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Thirteen Million Six Hundred Eighty Thousand Ninety One & 63/100 (php 13,680,091.63) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Barangay Health Center And Nutrition Office Poblacion 3, Villanueva, Misamis Oriental, Under Purchase No. 0016-25 Dated December 23, 2024. Description Of Works Part I. Other General Requirements B.3 Permits And Clearances B.5 Project Billboard/signboard B.7 Occupational Safety And Health Program B.9 Mobilization/demobilization Spl Logo Part Ii. Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment (from Structure Excavation) 804(1)b Embankment (from Borrow) 804(4) Gravel Fill Part Iii. Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part Iv. Masonry Works 1046(2)a1 Chb Non Load Bearing (including Reinforcing Steel, 100mm) 1027(1) Cement Plaster Finish Part V. Tile Works 1018(1) Glazed Tiles And Trims 1018(2) Unglazed Tiles Part Vi. Doors & Windows 1008 Aluminum Glass Windows 1010(2)a Hollow Core Flush Door 1007 Aluminum Framed Glass Door Part Vii. Carpentry & Joinery Works 1003(1) 4.5mm Fiber Cement Board On Metal Frame Ceiling 1003(4) Cabinets 1003(11)a Fascia Board 1003(17) Carpentry & Joinery Works (ceiling Vent) 1038(1) Reflective Insulation Part Viii Structural Steel Works 1013(2)b Fabricated Metal Roofing Accessory (flashing) 1013(2)c Fabricated Metal Roofing Accessory (gutter) 1014(1)b2 Pre-painted Metal Sheets, Rib-type (long Span) 1047(2)a Structural Steel (trusses) 1047(2)b Structural Steel (purlins) 1047(3)b Metal Structures Accessories (sagrods) 1051(6) Railings Part Ix. Painting Works 1032(1)a Painting Works (masonry Painting) 1032(1)b Painting Works (wood Painting) 1032(1)c Painting Works (metal Painting) Part X Electrical Works 1100 Conduit, Boxes And Fittings 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear & Panel Boards 1103 Lighting Fixtures Part Xi Mechanical & Electronics Works 1200(13) Air Conditioning System 1202(06)a2 Extinguisher 1203 Fire Alarm System Part Xii Plumbing Works 1001(8) Sewer Line Works 1001(9) Storm Drainage And Downspout 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines 1001(11) Septic Vault (chb) 1001(5)b Catch Basin (chb) Part Xiii Termite Conrtol Works 1000(1) Soil Poisoning Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 141 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 (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php25,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date6 Feb 2025
Tender AmountPHP 13.6 Million (USD 233.9 K)

Philippine Rice Research Institute Tender

Food Products
Philippines
Details: Description 1 Lot - Meals And Snacks Title: 1st Joint Planning Workshop- Inbred And Hybrid Seed Allocation Under The National Rice Program And Rcef Seed Program Date Of Event: January 21-24, 2025 Venue: Philrice Social Hall/ Ftic Training Rooms Philrice Ces, Maligaya Science City Of Munoz Nueva Ecija Day 1 January 21, 2025 @lobby Hostel To Be Served @5:30pm Dinner (packed) 68pax@300/pax- Sinigang Na Salmon, Rice, Gising-gising, Fried Chicken, Bottled Water, Sliced Fruits Chicken Soup Day 2 January 22, 2025 Breakfast (buffet) 111 Pax@150/pax- Corned Beef, Sunny Side Up, Rice Orange Juice Am Snacks (buffet) 160pax@120/pax -clubhouse Sandwich, Lychee Juice Lunch (buffet) 160pax@300/pax- Plain Rice/ Rice Melange Beef Mechado, Fried Fish, Chopsuey, Buko Pandan, Mushroom Soup Pm Snacks (buffet)160pax@120/pax Pancit Canton, Siopao And Iced Tea Dinner (buffet) 111 Pax@300/pax - Plain Rice, Native Tinola Manok, Fish Fillet, Assorted Slice Fruits, Bottled Water Day 3 January 23, 2025 Breakfast (buffet)-111 Pax@150/pax Beef Tapa, Scrambled Eggs Danggit, Plain Rice, Fresh Banana, Cucumber Juice Am Snacks (buffet) 160pax@120/pax Assorted Kakanin, Sliced Fruits, Buko Juice With Pandan Extract Lunch (buffet)-160pax@300/pax Plain/brown Rice, Beef Kare-kare With Alamang, Buttered Broccolli, Fried Chicken, Canned Pineapple Juice Pm Snacks (buffet) 160pax@120/pax - Lumpiang Sariwa, Fresh Calamasi Juice, Sliced Fruits Dinner (buffet)- 111 Pax@300/pax- Plain Rice, Pakbet Tagalog, Adobong Chicken, Sotanghon Soup, Coffee Jelly, Bottled Water Day 4 January 24, 2025 Breakfast (buffet) - 111 Pax @150/pax Plain Rice, Fried Tinapa, Ensaladang Talong, Boiled Egg, Hotdog, Apple Juice Am Snacks 160pax@120/pax (buffet) - Korean Garlic Bread, Fresh Milk Or Yogurt Drink (tetra Pack) Lunch (packed)-160 Pax@300/pax Plain Rice/melange Rice, Chicken Afritada, Ginataang Laing With Dried Fish, Chicken Soup, Banana And Bottled Water Strictly No Pork Inclusions: 1. With Overflowing Coffee And Purified Water On Dispenser For Breakfast To Dinner (with Paper Cups, Coffee Cup With And Protection Sleeve, Wooden Stirrer) 2. With Available Creamer, Sugar, Assorted Tea Packs, Candies, Biscuits, And Bottled Water 3. Prepare Extra Disposable Containers, Disposable Paper Saucer, Spoon And Fork. 4. With Atleast 4 Standby Waiters/servers. 5. Additional Tables And Chairs With Tablecloth Centerpiece Design Must Be Provided By The Supplier If The Requested Food Is To Be Served As Buffet 6. With Venue Design And Arrangements, Serving/menu Will Be Presented As Part Of Evaluation Before Awarding Other Requirements: 1. The Venue For The Will Mostly Serve At The Social Hall And The Rcef Staff Will Announce If There Will Be A Change Of Venue; Time For Serving Of Meals And Snacks; Breakfast (5:40am) Am Snacks (9:30am), Lunch (11:30am), Pm Snacks (2:30pm) And Dinner (at Least 6:00pm). 2. Caterers Must Used Locally Produced Major Ingredients For The Menu & Rice To Be Served. Note: Please See Attached Associated Component.
Closing Date15 Jan 2025
Tender AmountPHP 376.9 K (USD 6.4 K)
3811-3820 of 3960 archived Tenders