Wood Tenders
Wood Tenders
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0055 – Construction Of Barangay Hall, Brgy. Pinamaloy, Don Carlos, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. Pinamaloy, Don Carlos, Bukidnon Contract Id # : 25kb0055 Locations : Don Carlos, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii 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 Procurement Service (prs), 5th 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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 Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0047 – Construction Of Barangay Hall, Brgy. La Roxas, Maramag, Bukidnon (phase 1). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. La Roxas, Maramag, Bukidnon (phase 1) Contract Id # : 25kb0047 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii 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 Procurement Service (prs), 5th 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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 Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Four Million Nine Hundred Fifty Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0052 – Construction Of Barangay Hall (phase 1), Brgy. Dagumbaan, Maramag, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall (phase 1), Brgy. Dagumbaan, Maramag, Bukidnon Contract Id # : 25kb0052 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 210 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii 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 Procurement Service (prs), 5th 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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 Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The 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 Php 5,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
Parks Canada Tender
Civil And Construction...+1Road Construction
Canada
Closing Date16 Jan 2025
Tender AmountRefer Documents
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.
DEPARTMENT OF EDUCATION BAGUIO TEACHERS CAMP Tender
Food Products
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 66.5 K (USD 1.1 K)
Details: Description The Department Of Education - Baguio Teachers Camp Through It's Bids And Awards Committee (bac) Is Now Inviting Interested Suppliers/ Caterers To Quote On The Following Items: 1 1 Lot "five (5) Set Of Complete Meals. For 19 Pax On February 17 (breakfast) To February 21, 2024 (packed Dinner) ""writeshop On The Dev. Of Instructional Design For The Advance School Head Mgmt (course 1)""" "inclusions: 1. Breakfast Meals + Drinks - Rice, 2 Choices Of Viands, Dessert/fruits, Tea/choco/milk 2. Lunch Meals + Drinks - Rice, Soup, 3 Choices Of Viands, Dessert/fruits, 1 Round Of Juice 3. Dinner Meals + Drinks - Rice, Soup, 3 Choices Of Viands, Dessert, 1 Round Of Juice 4. Am And Pm Snack W/ Bottled/ Canned Drinks" "note: To Provide Free-flowing Coffee With Creamer And Sugar And Tea And Choco **managed Buffet" Note: All Caterers/suppliers Are Advised To Quote On A Price Compliant To The Required Technical Specification Without Compromising Quantity And Quality Of Serving And Service. Please Attach Menu "**guaranteed For Payment : 13 Pax X 700.00 X 5 Day = Php 45,500.00" "*** Max. No. Of Participants: 19 Pax X 700.00 X 5 Days = Php 66,500.00" **** The Guaranteed No. Of Participants Is The Minimum Actual Number Of Seminar Attendees That Will Be Paid To The Caterer/supplier. The Maximum No. Of Participants Is The Upper Limit For The Quantity Of Participants That Will Be Accommodated In Case Based On Actual Count That Will Be Accommodated In Case The Number Of Arrivals Exceed The Guaranteed Number Of Actual Participants. Note: Add 6% Tax Technical Specifications: Catering Service 1 White Rice, Either Plain Or Fried Atleast One Cup Or An Estimated 200 Grams Per Head 2 Soup (selection From Menu), Served In A Bowl With Estimated 200ml Per Serving 3 "3 Choices Of Viands (selection Of Variety Dishes Of Meat, Poultry, Fish And Vegetable From Menu) With Estimated 100 Grams Edible Portion Per Serving/viands " 4 Dessert/ Fruits (selection Of Pastries, Fruits In Season And Sweets From Menu) 5 One Round Of Bottled Or Canned Drinks (selection From Menu). 6 Attach 10 Days Menu For End-user To Choose 7 Service Water Served In A Separate Dispenser **********nothing Follows*********** Instructions: Note: Failure To Follow Theses Instructions Will Disqualify Your Entire Quotation 1 Accomplish This Rfq Correctly And Accurately. 2 Do Not Alter The Contents Of This Form In Any Way. 3 All Mandatory Technical Specifications Must Be Complied With. Failure To Comply With The Mandatory Requirements Shall Render The Quotation Ineligible/disqualified. Terms And Conditions 1. Bidder Shall Provide Correct And Accurate Information Required In This Form. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of The Republic Act 9184 And The Deped Customized Agency Procurement Manual (cam). 2. Price Quotation/s Must Be Valid For A Period Of Forty-five (45) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 6. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On: [ ] Lot Basis, Hence Only Complete Bids Are Accepted, No Partial Bids Allowed. Award Shall Be Made To The Bid/ Quotation Or Combination Of Quotations Resulting In The Total Lowest Calculated And Responsive Bid/quotation (for Good And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Technical Specifications And Other Terms And Conditions Stated In The Contract / Po. Or [ ] Per Item Basis Where Each Item To Be Evaluated And Awarded Separately Under Separate Contracts; Or, Several Items Grouped Together To Form One Complete Lot To Be Awarded To A Single Bidder To Form A Singular Complete Contract; Or, Similar Items To Be Grouped Into Several Lots, And Evaluated And Awarded As Separate Contracts. 7. The Item/s Shall Be Delivered Within The Terms Specified In The Approved Purchase Order (po)/ Notice To Proceed (ntp). Payment Shall Be Made Immediately Upon Receipt Of The Goods (complete) And Or Completion Of Service/s (as Specified In The Terms And Conditions In The Contract/po)/ Demand For Payment And Submission Of The Required Supporting Documents If Any. 8. Representatives From The Property And Supply Section, Commission On Audit (coa), And Accounting Section Shall Have The Right To Inspect And / Or Test The Goods To Confirm Its Compliance To The Technical Specifications. 9. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Baguio Teachers Camp Shall Rescind The Contract / Po Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.the Btc-bac Reserves The Right To Accept Or Reject Any And All Bid/s, To Annul The Bid Opening Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/s. 11. Quotations, Including Documentary Requirements, Received After The Deadline Shall Not Be Accepted. Please Quote Your Best Offer For The Item Described Herein Addressed To: "ma. Susan T. Bustarde Administrative Officer V Chairperson, Btc Bids And Awards Committee (btc-bac) Telephone No.: (074) 442-7148" Submit Your Sealed Bids/quotation Duly Signed By You Or Your Duly Authorized Representative And Copies Of The Required Documentary Requirements Not Later Than 10:00am On February 12, 2024 Quotations May Be Submitted Through Fax Or Electronic Mail With The Following Documents At Teacherscampbac@gmail.com Or At: Bac Secretariat Property And Supply Unit Administrative Section Deped Baguio Teachers Camp Leonard Wood Road, Baguio City Tel/fax #: 074-442-7148 Eligibility Requirements: 1. Business/ Mayors/ Special Permit, 2. Dti Registration, 3. Bir Tax Clearance Certificate, 4. Philgeps Certificate Of Registration, And 5. Notarized Omnibus Sworn Statement.
Department Of Agriculture Tender
Agriculture or Forestry Works
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 5.2 Million (USD 90.4 K)
Details: Description Invitation To Bid For The Procurement Of 3,500 Pcs Pruning Saw Under Quick Response Fund (qrf) Typhoon Aghon Cy 2024 Continuing Fund 1. The Department Of Agriculture Regional Field Office Iva Through The Quick Response Fund (qrf) Cy 2024 Intends To Apply The Sum Of Five Million Two Hundred Fifty Thousand Pesos (ᵽ 5,250,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 3,500 Pcs Pruning Saw Under Quick Response Fund (qrf) Typhoon Aghon Cy 2024 Continuing Fund With Project Identification No.: Itb-2025-01-066. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Quantity Unit Item Description Total Cost 3,500 Pieces Pruning Saw 5,250,000.00 Type: Manual, 6 Teeth Per Inch Blade Length: 14 Inches (35 Cm), Minimum Blade Thickness: 0.86 Mm, Minimum Blade Material: Hardened High Carbon Steel Blade Type: Double Sharpened Set Teeth Handle Material: Wood With Hardened Tough Edge Plastic Scabbard Applicable For Pruning Medium To Large Branches Other Requirements With 100 % Available Stocks During Post-qualification **bring Sample During Pre-bid Place Of Delivery: See Attached Delivery Points Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (ᵽ10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On January 30, 2025 10:20 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 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 14. 9. Bid Opening Shall Be On February 11, 2025 10:20 Am (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: January 21, 2025 _____________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)
Details: Description Invitation To Bid 1. The Bukidnon Second District Engineering Office, Through The Fy 2025 Gaa (general Appropriations Act) Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25kb0053 – Construction Of Barangay Hall, Brgy. North Poblacion, Maramag, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Bukidnon Second District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Hall, Brgy. North Poblacion, Maramag, Bukidnon Contract Id # : 25kb0053 Locations : Maramag, Bukidnon Scope Of Works : Construction Of Two-storey Barangay Hall Inclusive Of Complete Structural Components (reinforced Concrete Works) And Roofing Components (structural Steel Roof Framing, Pre-painted Metal Sheets, Gutters, Flashings And Downspouts). Complete Exterior Walls And Interior Partitions, Installation Of Complete Doors And Windows, Tiles For Complete Ground And Second Floor Area Including Toilet Walls, Installation Of Ceiling For Exterior And Interior, Installation Of Stainless Steel Railings For Pwd Ramp And Tempered Glass Railings For Stairs And Balcony, Complete Painting Works For Masonry/concrete, Steel And Wood, Installation Of Canopy (polycarbonate Sheet/panel On Metal Frame), Installation Of Aluminum Cladding On Building Façade, Laying Of Paver Blocks, Provision Of Office Chairs, Tables, Cabinets, Rain Water Collector And Airconditioning, Complete Plumbing Works And Fixtures (cold Water Lines, Sewer Lines With Catch Basins And Septic Vault), Complete Electrical Works, Lighting Works, Solar Led Street Lights And Provision Of Front-lit Acrylic Signage (barangay Name With Seal). Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 270 Calendar Days 2. Prospective Bidders Should Be Registered With And Classified By The Philippine Accreditation Board (pcab) With Pcab License Category Of C & D (small B) For General Building/gb-1 (building Of Industrial Plant). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii And Iii 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 Procurement Service (prs), 5th 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 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure 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 Bukidnon Second District Engineering Office-bac Secretariat And Inspect The Bidding Documents At Pinamaloy, Don Carlos, Bukidnon During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 To February 17, 2025, Until 8:30 Am From The 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 Php 10,000.00. 6. The Bukidnon Second District Engineering Office Will Hold A Pre-bid Conference On February 04, 2025 At 10:00 Am Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon2 Https://dpwhgovph.sharepoint.com/sites/bids/shared%20documents/forms/allitems.aspx?id=%2fsites%2fbids%2fshared%20documents%2fregion%2010%2fbukidnon%202&viewid=d1bf3c8e%2d45ca%2d40b1%2dbf89%2d9c3f4e8bc98b For Electronic Submission On Or Before February 17, 2025 At 9:30 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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 17, 2025 At 10:00am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 10. 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 (bid Data Sheet) Bds, Itb Clause 18. 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. 11. The Bukidnon Second 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Norma A. Ogabang Head, Procurement Unit 09177901575 Email Ad> Procurementunit2017@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Websites And Dpwh Website For Online Bid Submission: Dpwh Website (january 27, 2025) Juvy F. Paulican Bac Chairperson 09661495577 Email Ad> Paulican.juvy@dpwh.gov.ph
DEPARTMENT OF SCIENCE AND TECHNOLOGY REGION III Tender
Publishing and Printing
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 122 K (USD 2.1 K)
Details: Description 74 Ream Bond Paper:size: A4 210x297mm,substance: 20/70gsm,ream: 500 Sheetscolor: White - 26 Ream Bond Paper:size: Legal 8 1/2"x13",substance: 20/70gsm,ream: 500 Sheets,color: White - 39 Pack Specialty Bond Paper:size: 15pcs. A4 And 10pcs Legal,substance: 120gsm,10 Sheets Per Pack,color: White - 7 Pack Photo Paper:size: A4 - 2 Pack Photo Paper Self Adhesive:size: A4 - 8 Pack Sticker Paper:color: Whitesize: A4 - 4 Pc Double Sided Tape 1" - 17 Pc Transparent Tape:size: 1" Thick - 5 Pc Transparent Tape:size: 2" Thick - 6 Pc Masking Tape:size: 2" - 7 Pc Masking Tape:size: 1" - 2 Pc Duct Tape:size: 2" Thick - 50 Pc Brown Envelope:size: Long - 20 Pc Expanded Envelope With Garter:color: Browns,ize: 8.5" X 13" - 5 Pc Expandable Folder W/o Tab:size: Legalcolor: Greenc - 16 Pc File Folder Red:size: Legal,color: 16 Red - 17 Pc Clipboard Folder:size: Legal - 30 Pc Folder:size: A4, 8.27" X 11.69"color: White - 170 Pc Folder:size: Long, 8.5" X 13",color: White - 27 Pad Sticky Notes:size: 3x3",color: Yellow - 7 Box Paper Clips:material: Vinyl Paper Clip,size: Small - 33mm,color: Assorted - 7 Box Paper Clips:material: Vinyl Paper Clip,size: Small - 50mm,color: Assorted - 36 Box Data File Box:color: Navy Blue,horizontal,legal - 15 Pc Ballpen:color: 15 Blue,pilot - 1 Pc Eraser For Pencil:white - 5 Pc Correction Tape - 7 Box Gel Pen:12 Pcs. 6 Box Blue, 1 Box Black - 5 Unit Permanent Marker:color: Black, Pilot - 5 Pc Whiteboard Marker:color: Black - 5 Box Clip, Uk, Binder (backfold), 3/4 - 7 Box Clip, Joy, Binder (bulldog), 1" - 5 Box Clip, Uk, Binder (backfold), 1 1/4" - 5 Box Clip, Uk, Binder (backfold), 2" - 2 Pc Highlighters:,assorted Colors ,chisel Tip - 1 Unit External Hard Drive (1tb):compatibility: Windows 7/8/10/mac Ossystem Inclusive Of Usb Cable, Quick Using Guide, Pouch, Seagate*for The Back-up Files-zambales - 1 Unit External Hard Drive (2tb):compatibility: Windows 7/8/10/mac Ossystem Inclusive Of Usb Cable, Quick Using Guide, Pouch, Seagate*for The Storage And Compilation Of Cest Avps (pictures, Videos, And Documentation) - 1 Bottle Ink Pad:1 Black - 2 Pad Stamp Pad - 8 Pc Stapler With Remover:staple Wire Size: #35-807r,size: 15x7x7cm - 7 Box Staple Wire:# 35,leg Length: 6mm (1/4") - 1 1 Ruler:wood - 2 Box Plastic Fastener:color: Assorted - 25 Pc Battery :super Heavy Dutys,ize: 11 Pc. Aa, 14 Pc. Aaa - 5 Unit Extension Cord:3 Gang, 6meters, - 2 Unit Universal Tower Extension Cord :16 Gang W/ Switch,3 Meter Cord ,length 2,500w 10a 250v~ - 4 Unit Adaptor - 1 Unit Laptop Headset With Microphone - 1 Unit Utility Box:heavy Duty, Clearcapacity: 70 Liters - 6 Gallon Isoprophyl Alcohol - 3 Bottle Disinfectant Spray:400gm - 1 Unit Calculatorheavy Duty, Branded - 1 Unit Trash Bin:plastic, 15l - 2 Unit Ssd (for Laptop):at Least 256gb - 1 Unit Hdmi Cable:3 Meters - 2 Unit Ergonomic Chair/office Chair:color: Black,adjustable Height,steel Feet,with Head Rest - 1 Unit File Tray Organizer:3 Layers, Black - 6 Pc Dishwashing Paste:400grams, Smart - 6 Pc Dishwashing Sponge - 7 Pc Record Book:junior, 200 Pages - 1 Unit Wallmount Tv:heavy Duty, 32" To 60" Tv - 1 Unit Acer Aspire 5 Laptop Charger:19v 3.42a Output Laptop Charger, 5.5mm - 1 Unit Printer:product Descriptionl120 Single ,function Printer,printer Type: Ink ,tank System (print Only),printing Technology: On-demand Inkjet (piezoelectric),print Resolution: Up To 720 X 720 Dpi,print Speed:,black: Up To 8.5 Ppm (draft Mode),color: Up To 4.5 Ppm (draft Mode)supported Paper ,sizes:a4, A5, A6, B5, Letter, Legal, And Custom Sizespaper Capacity:input Tray: 50 Sheetsoutput Tray: 30 Sheetsconnectivity: Usb 2.0 (no Wireless Or Ethernet)ink System:high-yield Bottles:black (t6641): Up To 4,000 Pagescyan, Magenta, Yellow (t6642, T6643, T6644): Up To 6,500 Pages - 8 Bottle Printer Ink:two (2) T6641, Two (2) T6642, Two (2) T6643, Two (2) T6644 - 19 19 Printer Ink:four (4) Bt5000c, Four (4) Bt5000m, Four (4) Bt5000y, Seven (7) Btd60bk - 8 Bottle Printer Ink:two (2) 003 Bk, Two (2) 003 C, Two (2) 003 M, Two (2) 003y -
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents
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).
BARANGAY ROSARIOHAN, BATUAN, BOHOL Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 300 K (USD 5.1 K)
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
5891-5900 of 6245 archived Tenders