Wood Tenders

Wood Tenders

Municipality Of Basilisa, Dinagat Island Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Dinagat Islands Municipality Of Basilisa -ooo- Invitation To Bid Supply And Delivery Of Construction Materials For Day Care Center Phase Ii At Brgy.benglen 1. The Municipality Of Basilisa, Through The 20% Mdf 2024 Intends To Apply The Sum Two Hundred Twenty-eight Thousand Eight Hundred Forty-six Pesos Only (php 228,846.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For, The Project Supply And Delivery Of Construction Materials For Day Care Center Phase Ii At Brgy.benglen. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. Now Therefore, Lgu-basilisa, Through The Bids And Awards Committee (bac) Invites All Interested Bidders To Apply For Eligibility And To Bid For The Hereunder Project: Name Of The Project : Supply And Delivery Of Construction Materials For Day Care Center Phase Ii At Brgy.benglen Location : Barangay Benglen, Basilisa, Dinagat Islands Approved Budget For The Contract : Php 228,846.00 Funding Source : 20% Mdf 2024 Delivery Duration : 30 Calendar Days Item No. Item & Description Qty. Unit Abc Unit Price Abc Total Price 1 Portland Cement Type 1, (40 Kgs) 123 Bags 320.00 39,360.00 2 Screened Gravel 3/4" 5 Cu.m. 1,820.00 9,100.00 3 Washed Sand 10.5 Cu.m. 1,820.00 19,110.00 4 Ceramic Glazed Tiles, 16" X 16" 300 Pcs. 100.00 30,000.00 5 Chb (4" X 8" X 16") 1106 Pcs. 30.00 33,180.00 6 Hacksaw Blade 10 Pcs. 120.00 1,200.00 7 G.i. Tie Wire, #16 9 Kls. 100.00 900.00 8 White Cement/ Tile Grout 2 Kls. 65.00 130.00 9 Tile Trim 2 Length 45.00 90.00 10 Deformed Steel Bars, 10 Mm Ø X 6.0 M 109 Length 200.00 21,800.00 11 D-1:panel Door, 1.0m. X 2.10 M. W/ Hard Wood Jambs 2 Sets 8,100.00 16,200.00 12 D-2 : Pvc Door, 07 M. X 2.1 M 1 Set 2,500.00 2,500.00 13 W-1: 2.40m X 1.20m Grills, Pre-fab. 4 Sets 10,000.00 40,000.00 14 W-2: 1.20m X 1.20m Grills, Pre-fab. 1 Set 5,000.00 5,000.00 15 W-3: 0.60m X 1.20m Grills, Pre-fab. 2 Sets 2,500.00 5,000.00 16 W-4: 0.8m X 0.4m Grills, Pre-fab. 1 Set 1,500.00 1,500.00 17 Loose Pin Hinges, 4" X 4" (high Quality) Pairs) 4 Sets 194.00 776.00 18 Door Knob (high Quality) 3 Pcs. 1,000.00 3,000.00 Total 228,846.00 2. The Municipality Of Basilisa Now Invites Bids For The Supply And Delivery Of Construction Materials For Day Care Center Phase Ii At Brgy.benglen Of Lgu – Basilisa, Barangay Ferdinand, Basilisa, Dinagat Islands. 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 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.” 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 Municipality Of Basilisa, Dingat Islands And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Feb. 12 – March 4, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Schedule Of Bac Activities Is As Follows: Procurement Activities Schedule Time Date Venue 1. Date Of Publication February 12 – 20, 2024 2. Period Of Availability/issuance Of Bidding Documents February 12 – March 4, 2025 Lgu-basilisa, Bac Office 3. Deadline Of Submission And Opening Of Bids 10:30am March 4, 2025 Lgu-basilisa, Bac Office 4. Bid Evaluation 10:30am March 4 - 5, 2025 Lgu-basilisa, Bac Office 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 10:30 A.m. Of March 4, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On March 4, 2025 At 10:30 O’clock In The Morning At Bac Office, Municipality Of Basilisa, Dinagat Islands. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Municipality Of Basilisa 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. 9. For Further Information, Please Refer To: Jessie R. Cinco, Cpa Chairman, Bac Secretariat Municipal Accounting Office Municipality Of Basilisa P-1 Ferdinand, Basilisa, Dianagt Islands Contact No.: 09261326657 (sgd) Sylvia P. Obera Chairperson, Bids And Awards Committee 1st Posting: February 12, 2025 -
Closing Date20 Feb 2025
Tender AmountPHP 228.8 K (USD 3.9 K)

Stadtkontor Gesellschaft F r Behutsame Stadtentwicklung MbH Tender

Others
Germany
Details: Landscaping work / installation of play equipment 820 sqm lawn area 420 sqm meadow area / shade area 125 sqm planting area 33 m zoo strip 400 m deep curbs 300 sqm concrete paving 62 sqm play sand 112 sqm wood chips 150 sqm carpet fleece as play surface
Closing Date15 Jan 2025
Tender AmountRefer Documents 

U S COAST GUARD USA Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Description: Modify Notice To Include The Following Items Omitted From Original Notice In Error: item 3) nsn 2910-01-500-6920 filter Element mfg: Welin Lambie part Number: 894-00907 quantity: 25 Each item 4) nsn 3950-99-282 3802 parts Kit Winch mfg: Welin Lambie part Number: 892-02049 quantity: 10 Each item 5) nsn 4010-99-251-6631 rope Wire mfg: Welin Lambie part Number: 800-02033 quantity: 10 Each item 6) nsn 4010-99-665-8380 rope Wire mfg: Welin Lambie part Number: 800-02034 quantity: 10 Each item 7) nsn 3950-99-752-0146 rope Wire mfg: Welin Lambie part Number: 800-02046 quantity: 30 Each item 8) nsn 4330-99-549-9320 filter Element mfg: Welin Lambie part Number: 891-00601 quantity: 40 Each item 9) nsn 2530-99-430-0529 brake Shoe mfg: Welin Lambie part Number: 5520-6301 quantity: 10 Each the United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) nsn: 5990-99-724-7525 encoder Shafter Angle To Digital encoder Utilized On The Dual Point Davit part Number: 859-03343 mfg: Welin Lambie Ltd quantity: 04 Each item 1) nsn: 4330-99-693-1238 indicator Filter Warning filter Electrical Blockage Indicator part Number: 894-00905 mfg: Welin Lambie Ltd quantity: 04 Each individually Packaged In Accordance With Mil-std-2073-1e Method 10, Cushioned Or Secured As Appropriate To Prevent Damage From Movement Or External Impact. Items Shall Then Be Packed In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Woodcleated Panelboard Shipping Box Or Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To Meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will Result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will Delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should Be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226, Mark For: Receiving Room Bldg. 88a this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, Fac 2025-01 (jan 2025) And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 750. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13.106 Apply. substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only Welin Lambie And/or Their Authorized Distributor Can Offer These Units. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor Verifying The Oem Will Supply Genuine Oem Parts. the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (www.sam.gov) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 06,2025 At 10:00 Am Eastern Standard Time. Email Proposed Price Quote To: Yvette.r.johnson@uscg.mil offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal __hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (june 2006) (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (nov 2021); Far 52.212-3, Offeror Representations And Certifications-commercial Items (dec 2022) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (dec 2022); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (dec 2022). The Following Clauses Listed Within Far 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations (nov 2015), 52.233-3, Protest After Award (aug 1996) (31 U.s.c. 3553), 52.233-4, Applicable Law For Breach Of Contract Claim (oct 2004) (public Laws 108-77, 108-78 (19 U.s.c. 3805 Note) 52.212-5 Are Applicable: Far 52.219-28, Post Award Small Business Program Representation (oct 2022)(15 U.s.c. 632(a)(2); Far 52.222-3, Convict Labor (jun 2003)(e.o. 11755); Far 52.222-19 Child Labor-cooperation With Authorities And Remedies (jan 2022) (e.o. 13126); Far 52.222-21, Prohibition Of Segregated Facilities (april 2015); Far 52.222-26, Equal Opportunity (sep 2016)(e.o. 11246); Far 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020);far 52.222-50, Combat Trafficking In Persons (october 2020)(22 U.s.c. Chapter 78 And E.o. 13627); Far 52.223-18 Contractor Policy To Ban Text Messaging While Driving (jun 2020) (e.o. 13513); Far 52.225.1 Buy American Act-supplies (oct 2022); Far 52.225-3, Buy American Act-free Trade Agreement (oct 2022)(41 U.s.c. 10a-10d); Far 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021); 52.232-33, Payment By Electronic Funds Transfer-system For Award Management (oct 2018)(31 U.s.c. 3332). The Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf
Closing Date13 Feb 2025
Tender AmountRefer Documents 

City Of Bayawan Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description "invitation For Negotiated Procurement For Two-failed Biddings" Rfq No. Np/pb 25-p-028 Date February 17, 2025 Pr Reference 100-25-01-011 Philgeps Reference No. End - User Ceo Closing Date February 26, 2025 @5:00 P.m. Bid Opening February 27, 2025 @9:00 A.m. Designated Places Of Submission (bid Box Designated Locations) 1. Bac Office, Cabcabon, Bayawan City 2. Public Market Office, Bayawan City 3. Sidlakan Extension Office (dgte. City) Note: Please Attach The Following Documentary Requirements Together With This Rfq: 1. Mayor's / Business Permit 2. Philgeps Registration No: A. Philgeps Red Membership (for Svp, Shopping, Highly Technical Consultants ) B. Certificate Of Philgeps Registration (platinum Membership) (np- Two Failed Bidding) 3. Omnibus Sworn Statement Name Of Business: Address: Name Of Store: Business Permit No.: Tax Identification No.: Philgeps Reg. No.: The Local Government Unit Of Bayawan City, Through Its Bids And Awards Committee, Intends To Procure Goods/services As Enumerated In The Proposal Form. Please Submit Your Quotations/proposals Duly Signed By You Or Your Duly Authorized Representative Not Later Than The Closing Date For The Item(s) Described, Subject To The Terms And Conditions Provided At The Back Portion Of This Request For Quotation (rfq). Quotations May Be Submitted Manually, Or Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. For Any Clarification, Please Contact The Bac Secretariat At Telephone Number (035) 430-0281 Local 1210/1212 Or Email Address At Bac.bayawan@gmail.com. Virginia D. Sadiasa Bac Chairperson Acknowledgement Receipt I/we Hereby Acknowledge Receipt Of This Request For Quotation (rfq), And Hereby Agree To The Terms And Conditions Set Therein. We Assume Responsibility To Deliver/submit Our Proposal On Or Before The Closing Date And Time At The Designated Bid Boxes; Otherwise, Lgu Bayawan City Can Consider Us Not Interested To Quote. (signature Over Printed Name / Date) Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. Errors In Price Quotation Shall Be Exclusively The Supplier’s Responsibility. 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. 2. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties, And/or Levies Payable. All Prices Offered Must Be Valid For A Period Of Thirty (30) Calendar Days From The Date Of Submission. 3. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 4. Indicate In The Proposal The Brand, Model And Technical Specifications Of The Items Quoted; Otherwise, The Bid Will Be Rejected. Specifying The Country Of Origin, The Terms “generic”, “original”, And The Like Are Not Considered Brand Names. Indicate No Brand If The Item Quoted Is Generally Unbranded. 5. Alternative Bids Shall Be Rejected Outright. For This Purpose, Alternative Bid Is An Offer Made By A Bidder In Addition Or As A Substitute To Its Original Bid Which May Be Included As Part Of Its Original Bid Or Submitted Separately Therewith For Purposes Of Bidding. A Bid With Options Is Considered An Alternative Bid Regardless Of Whether Said Bid Proposal Is Contained In A Single Envelope Or Submitted In Two (2) Or More Separate Bid Envelopes. 6. Award Will Be Made To The Lowest Calculated And Responsive Bid (lcrb) – The Bid Determined, After Post-qualification, As Complying To The Eligibility And Bid Requirements. 7. Basis Of Evaluation For This Rfq: By Lot Per Item 8. Breaking Of Ties. A Non-discretionary Method Of Breaking Ties Will Be Used, I.e. Tossing Of Coin (for Two Bidders) Or Draw Lots (for Three Or More Bidders). 9. The City Of Bayawan Reserves The Right Not To Award Any Contract To A Bidder Having A Pending And Overdue Delivery Obligation To The City And Defaulted The Prescribed Delivery Period In Previous Award/s From The City Of Bayawan. 10. The Prescribed Delivery Period Is Within Thirty (30) Calendar Days, Unless Explicitly Indicated In The Proposal. Extension Of Delivery Period, If Granted, Shall In No Case Exceed The Original Delivery Term. Unless Otherwise Stated, The Default Place Of Delivery Is F.o.b. Bayawan City Warehouse, Cabcabon, Bayawan City. 11. Supplier/s Must Deliver The Items Awarded Within The Period Specified In The Purchase Order. Purchase Order Issued Shall Automatically Be Cancelled If No Delivery Is Made After Thirty (30) Calendar Days After Receipt Thereof, Without Prejudice To Legal Courses Of Action (e.g. Imposition Of Liquidated Damages, Suspension And Blacklisting) Provided In Republic Act 9184 And Its Irr. The Rescinded Contract May Be Re-awarded To The Next Lowest Calculated And Responsive Bidder. 12. Warranty. To Assure That Manufacturing Defects Are Corrected By Supplier, A Warranty Security Shall Be Required For A Minimum Of Three (3) Months For Expendable Supplies, And One (1) Year In The Case Of Non-expendable Supplies. The Obligation Shall Be Covered By Retention Money(1%) Of The Contract Price And Shall Be Released Only After The Lapse Of The Warranty Period Or In The Case Of Expendable Supplies, After Consumption Thereof: Provided, However, That The Supplies Delivered Are Free From Patent And Latent Defects And All The Conditions Imposed Under The Contract Have Been Fully Met. Rfq Proposal Form Rfq Reference: Np/pb 25-p-028 Total Abc: Php 83,846.00 After Having Carefully Read And Accepted The Terms And Conditions, I/ We Submit Our Quotation For The Item(s) As Follows: Item No. Description (qty) Unit Of Issue Approved Budget For The Contract (unit Cost Per Line Item) Offer Compliance With Technical Specifications (please Check) Remarks (indicate The Price, Brand, Model And Specifications. Attach Brochure If Available) Yes No Unit Cost Total Cost Brand/model And Technical Specifications Iii. 1 Lot Non-perishable - 19 Cup Noodles, At Least 40g/cup 48pcs Per Box(assorted Flavor) 5 Box 1,300.00 [ ] [ ] 6,500.00 20 Biscuits, Crackers, 25g X 12s/pack 92 Pack 65.00 [ ] [ ] 5,980.00 Plain 21 Bottled Water, 750ml 656 Bottle 16.00 [ ] [ ] 10,496.00 22 Coffee , 3 In 1 Twin Pack Coffee Sachet, 48g 600 Piece 15.00 [ ] [ ] 9,000.00 23 Biscuits, With Cream Filling, Individual Pack (10s/pack) 45 Pack 75.00 [ ] [ ] 3,375.00 24 Biscuits, With Peanut Butter Filling, Individual Pack (10s/pack) 70 Pack 75.00 [ ] [ ] 5,250.00 Iv. 1 Lot Other Supplies 25 Metal Pen Light, Led • Colour Temperature: Cool White • Max Lumens: 35 • Beam Distance: 9m • Battery: 2 X Aaav • Impact Resistance: 1m 20 Piece 350.00 [ ] [ ] 7,000.00 26 Battery, 1.5 Volts; Aaa X 2pcs; Heavy Duty 75 Piece 80.00 [ ] [ ] 6,000.00 27 Storage Box, Plastic ,(large) 120l 18 Piece 1,100.00 [ ] [ ] 19,800.00 V. 1 Lot Other Supplies And Materials 28 Paper Cup , 16oz, 25 Pcs. Per Pack 31 Pack 95.00 [ ] [ ] 2,945.00 29 Wooden Spoon, 100pcs/pack 25 Pack 150.00 [ ] [ ] 3,750.00 30 Wooden Fork, 100pcs/pack 25 Pack 150.00 [ ] [ ] 3,750.00 * Nothing Follows* Purpose: Supply And Delivery For Drrm-h Program 83,846.00 (supplier Must Provide Complete Data For The Information Required Below) Delivery Period Warranty Place Of Delivery Signature Over Printed Name Designation Name Of Business Address Telephone/mobile/fax No Email Address
Closing Date26 Feb 2025
Tender AmountPHP 83.8 K (USD 1.4 K)

Complex of Building and Wood Schools named after Home Army Tender

Furnitures and Fixtures
Poland
Purchaser Name: Complex of Building and Wood Schools named after Home Army | Supply of Equipment for the Project: "Establishment of the Industry Skills Center at the Home Army Construction and Woodworking School Complex in Żywiec in the Field of: Sanitary Installations, Gra..."
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Complex of Building and Wood Schools named after Home Army Tender

Furnitures and Fixtures
Poland
Purchaser Name: Complex of Building and Wood Schools named after Home Army | Announcement of the Order for Supply Supply of Equipment for the Needs of the Project: "Establishment of the Industry Skills Center at the Home Army Construction and Timber School Complex in Żywiec in the Field of: Sanitary Installations, Gra..."
Closing Date21 Feb 2025
Tender AmountRefer Documents 

BARANGAY BANTAGAN, TANAUAN, LEYTE Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description I. Structural Concrete For Column And Beam Ii. Removal Of Structures And Obstruction Iii. Reinforcing Steel Of Reinforced Concrete Structures Iv. Formworks And Falseworks V. Carpentry And Joinery Works Vi. 6mm Marine Plywood On Metal Frame Ceiling Vii. Aluminum Glass Window (sliding Type) Viii. Wooden Panel Door Ix. Pre-painted Metal Sheets X. Glazed Tiles And Trims Xi. Cement Plaster Finish Xii. Painting Works (masonry Painting) Xiii. Painting Works (wood Painting) Xiv. Painting Works (metal Painting) Xv. 100mm Chb Non Load/load Bearing (including Reinforcing Steel) Xvi. Structural Steel Roof Framing And Truss Xvii. Structural Steel Purlins Xviii. Metal Structure Accessories (railings) Xix. Electrical Works 1. Barangay Bantagan, Tanauan, Leyte Through The Bids And Awards Comm.) Invites Suppliers, Contractors, & Distributors Of Construction Materials For The Project: Construction/improvement Of Sk Hall 2. The Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. 3. The Following Eligibility Documents In Two (2) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than January 22, 2025: A.) Letter Of Intent; B.) Business License Permit/valid And Current Mayor’s Permit/municipal License; C.) Dti Business Name Registration Or Sec Registration Certificate; D.) Latest Audited Financial Statement; E.) Company Profile; F.) Tax Identification No. (tin); G.) Sworn Statement By The Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Biddings, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; H.) Other Appropriate License As Maybe Required By The Procuring Entity; I.) Statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts Within The Period Specified In The Iaeb, Including Contracts Awarded But Not Yet Started; J.) Articles Of Incorporation, Partnership Or Cooperation, Whichever Is Applicable, Including Amendments Thereto, If Any; K.) Sworn Affidavit Of The Bidder That Is Not Related To The Head Of The Procuring Entity, Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; L.) Valid Joint Venture Agreement In Case Of Joint Venture; M.) Letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; Certification Under Oath That Each Of The Documents Submitted In Satisfaction Of Eligibility Requirements Is An Authentic And Original Copy, Or A True And Faithful Reproduction Of The Original Complete And That All Statements And Information Provided Therein Are True And Correct; N.) Other Appropriate Licenses As May Be Required By The Procuring Entity Concerned; O.) Copies Of End-user’s Acceptance Letter For Completed Contracts; P.) Specification Of Whether Or Not Prospective Bidder Is A Manufacturer Supplier Or Distributor; Q.) Audited Financial Statement “received” By The Ir Or Its Duly Accredited And Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; R.) Computation Of Net Financial Contracting Capacity (nfcc) Or S.) Certificate Of Commitment Specific To The Contract At Hand, Issued By A Licensed Bank To Extend To The Bidder A Credit Line If Awarded The Contract Or; T.) A Cash Deposit Certified Certifying A Hold Out On Cash Deposits Issued By A Licensed Bank Which Shall Also Be Specific To The Contract To Be Bid, In An Amount Not Lower That The Set By The Procuring Entity In The Bidding Documents, Which Shall Be At Least Equal To 10% Of The Approved Budget For Contract. 4. Sealed Two (2) Envelope System Will Be Received By The Bac At The Barangay Hall Not Later Than 2:00 Pm On January 22, 2025. 5. Barangay Bantagan, Tanauan, Leyte Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Incurred In The Preparation Of Their Bids. 6. Barangay Bantagan, Tanauan, Leyte Reserves The Right To Reject Or All Bids To Waive Any Defect And Informally Therein. Hon. Jerom T. Yepes Barangay Sk Chairman Instructions To Bidders 1.1 Only Firms/entities Duly Qualified Eligibility Requirements By The Bids And Awards Committee(bac) To Participate In The Bidding May Submit Proposals. 1.2 Bids /tenders Shall Be Considered Only From Bidders Who Have Visited The Site And Who Have Secured Bid Documents With The Equipment Specification At The Bac Secretary, 1.3 All Bids/tenders Shall Be Prepared In English And Submitted To Bac Secretary; 1.4 The Bidder Shall Prepare His Bid By Accomplishing And Submitting Three (3) Copies Of The Bid/tender Documents(e.i. Prescribed Forms)including The Required Enclosed Attachments. All Blank Space Must Be Properly Filled Out By The Typewriter Except Where Specifically Otherwise Stated. 1.5 If Erasures Or Changes Are Made ,each Erasures Or Changes Must Initiated By The Person Signing The Bid/tender. 1.6 Bid/tenders Will Be Submitted For Any Items. Bids/tenders Must Be For All Items In The Bill Of Quantities Of Any Items. Bid/tenders Shall Be Written In Words As Well As In Figures, The Price In Words Shall Prevail. In Case Of Discrepancy In The Unit Price And The Extension Thereof, The Unit Price Shall Govern. 1.7 All Pages In Bid Tender Documents, Including Annexes Shall Be Signed In Ink. The Bid/tender Must Signed By The Bidder Himself Or Duly Authorized Person Or Persons. 1.8 The Bid/tender Shall Contain All The Information And Data Required To Be Furnished By The Bidder/tender. 1.9 The Bidder Required To Make A Careful Examination And Contemplated In The Bid Documents, Specifications, Special Provisions If Any, And The Form Of Contract, And Fully Informs Himself As To Quality Of Materials. The Submission Of Bids By Any Bidder Shall Be Deemed That He Has Made Such Examination And Is Satisfied As To The Condition To Be Encountered In Performing The Work Contemplated And Has Familiarized Him With All The Requirements Governing Or Affecting Him And His Operations. 1.10 The Barangay Assumes No Obligations Whatsoever To Compensate Or Indemnify The Bidders /tenders For Any Expense Or Loss That May Occur In The Preparation Of Their Proposals, Nor Does The Barangay Guarantee That An Award Will Be Made Under The Contract Documents. Bid Security 1.11 All Bids Shall Be Accomplished By The Bid Security Least Equal To, And Not Lower Than One Percent(1%)as Approved Budget For The Contract To Be Bid In The Form Of Cash, Certified Check, Cashier’s Check ,managers Check, Bank Draft Or Irrevocable Letter Of Credit ,one And One Half Percent(1 ½%) In The Form Of Bank Guarantee, Two And One Half Percent (2 ½%)in The Form Of Surety Bond Callable Upon Demand Issued By A Reputable Surety Or Insurance Company Payable To Barangay Bantagan, Tanauan, Leyte As A Guarantee That The Successful Bidder Within Ten Calendar Days(10) Or Less From Receipt Of Notice Of Award ,enter Into Contract With The Barangay And F6rnish The Performance Bond. Bid Securities Shall Be Valid For A Reasonable Period As Indicated Which Shall Not Be Less Than One Hundred Twenty (120) Calendar Days Following The Opening Of Bids. 1.12 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except Of Those That Failed To Comply With Any Of The Requirement Tone Be Submitted In The First Bid Envelop Of The Bid. 1.13 Failure To Enclose The Required Bid Security In The Form And Amount Prescribed Herein Shall Automatically Disqualify The Bid Concerned. Submission And Receipt Of Bids 1.14 Bid/proposals In The Prescribed Form, Shall Be Submitted In Two (2) Sealed Envelope Properly Marked In Capital Letters The Name/title Of The Project To Be Bid And The Name Of The Bidders, And Must Be Addressed To; The Bac Chairman, Bids And Awards Committee(bac) And Or, Type Bac Chairman, Barangay Bantagan, Tanauan, Leyte. The Bidders Shall Mark The Two Envelopes; Do Not Open (date And Time Of Opening Of Bids). 1.15 The First Envelope Which Should Be Marked “1st” Shall Contain The Following; 1.bid Security As To Form Amount And Validity Period ;2.authority Of The Signatory ;3.production /delivery Schedule; 4.manpower Requirements;5.after Sales Service/parts; If Applicable;6.technical Specifications;7. Commitment From The Suppliers/distributors/manufacturer’s Bank To Extend To Him A Credit Line If Awarded The Contract To Be Bid Or Cash Deposit Equivalent To Ten Percent (10%) Of The Abc (p800,000.00);8.duly Signed Certificate In Compliance With The Disclosure Provision Under Section 47 Of The Act In Relation To Other Provisions Of Ra3019 ;duly Signed Statement Attesting To Have Complied With Responsibilities Listed In Gpra Irr-a And Other Documents /materials As Stated In The Instruction To Bidders. 1.16 The Second Envelope, Which Should Be Marked “2nd” Shall Contain The Following; 1.the Bid Prices In The Bill Of Quantities In The Prescribed Bid Form; 2.the Recurring And The Maintenance Costs, If Applicable. Withdrawal Of Bids 1.17 A Bidder May Modify Its Bid Before Deadline For The Submission And Receipt Of Bids Not Allowed To Retrieve Its Original Bid, But Shall Send Another Bid Equally Sealed, Properly Identified And Marked As A Modification And Stamped Received By Bac. 1.18 A Bidder Will Be Allowed To Withdraw His Bid Prior To The Time Set For Its Opening Provided He Communicated His Purpose In Writing To The Bac; In This Case The Bid/tender Shall Return To Him Un Opened .no Bid Can Be Withdrawn For Any Reason Whatsoever After Opening Of Bids Has Commenced. 1.19 The Bidder Shall Be Responsible For Having Taken Steps To Carefully Examine All The Contract Documents ,have Fully Informed Himself With All Conditions, Local Or Otherwise ,relative To The Carrying Out Of The Contract Work; 1.20 The Barangay Shall Not Assume Any Responsibility Regarding Erroneous Interpretations Or Conclusions Obtained By The Bidder Out Of The Data Furnished By The Barangay Or Its Consultant, Either Before Or Conditions Contained In The Contract. Laws, Ordinances , Rules And Regulations 1.21 In Submitting A Proposal/bid ,the Bidder Is Considered To Have Familiarized Himself, Acts, Rules And Regulations Of The Republic Of The Philippines, Including Any Or All Local Ordinances Or Rules Or Regulations, Which In Any Manner May Affect Or Apply To The Operation And Activities Of The Bidders. The Bidder Shall Be The Employer Of The Personnel Whom He Will Engage The Prosecution Of The Contract And Is Under Obligation To Comply With The Labor Laws Of The Philippines. 1.22 In Addition , The Bidder Is Advised To Carefully Examine And To Inform And To Familiarized Himself With All The Ordinances ,rules, And Regulations Adopted By The Barangay In Regards With The Procurement Of Goods. Bidders Competence 1.23 The Barangay Reserves The Right To Fully Examine The Competence And Responsibility Of The Bidder At Any Time Before Award Of Contract By Aby Means And To Reject Any Bid/tender When Statement As To Business And Technical Organizations Or Financial Resources Or Construction Performance Have Been Found To Be False /and Or Fabricated And In The Barangay’s Opinion Would Justify Rejection. Pre Bid Conference 1.24 No Pre Bid Conference Will Be Conducted Except Upon Written Request Of Any Prospective Bidder Which Shall Be Held Within A Reasonable Period Before Prospective To Adequately Prepare The Bids Subject To The Approval Of The Bac. 1.25 Bids Will Be Opened On January 22, 2025 At Exactly 2:00 Pm At The Barangay Hall. Bidders Or Authorized Representative May Attend The Opening Of Bids. 1.26 Immediately After Opening Of Bids The Bac Of The Barangay Will Undertake A Thorough Study And Bid Evaluation Of Proposed Submitted. Award Of The Contract Shall Be Made To The Bidder With The Lowest Calculated Responsive Bid. 1.27 The Barangay Reserves The Right To Reject Any Or All Bids /tenders ,to Waive Informality In The Bid/tender Received .the Right Is Also Reserve To Reject The Bid/tender Of Any Bidder Who (a)have Previously Failed To Satisfactorily Perform Or Complete Any Construction Contract Undertaken By Him. (b)was Qualified In The Eligibility Requirement On The Basis Of Suppressed Or False Information; Or (c) Such Other Compelling Grounds As Determined During Bid Evaluation Of The Proposal Of Bids; 1.28 Within A Period Not Exceeding Fifteen (15) Calendar Days From The Declaration By The Bac Of The Lowest Calculated Responsive Bid Or Highest Rated Responsive Bid And Immediately After Approval Of The Recommendation Of The Bac By The Local Chief Executive Of His Duly Authorized Representative Shall Issue The Notice Of Award To The Winning Bidder. Created By: Hon. Jerom T. Yepes Barangay Sk Chairman
Closing Date22 Jan 2025
Tender AmountPHP 800 K (USD 13.6 K)

Landesbetrieb Forst Brandenburg Forstbetrieb Borgsdorf Tender

Civil And Construction...+1Civil Works Others
Germany
Details: As part of the traffic safety obligation, trees with uncompensated leaning + dead trees (marked) must be removed in the districts of the Borgsdorf forestry company, or crown care, dead wood removal, and clearance profile cutting must be carried out. Individual contracts will be awarded for this in the current calendar year. Companies that express their interest in this in writing will be invited to submit a bid. See also point "additional information".
Closing Date26 Jan 2025
Tender AmountRefer Documents 

BARANGAY SAGRADA, PILI, CAMARINES SUR Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Construction Of Emergency Response Center The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Six Hundred Fifty Thousand Eight Hundred Eighty Five Pesos (p650,885.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Construction Of Emergency Response Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The The Construction Of Emergency Response Center Is Required Ninety (90) Days. Bidders Should Have Completed, Within 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. 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”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (p1,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 10:00 A.m. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit Of Sagrada, Pili, Camarines Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 9 M3 A. Labor 1 Construction Foreman 3 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 2.00 M3 A. Labor 1 Construction Foreman 1 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 1 M3 Boulder (apple Size) 1 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 12.11 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 13 M3 G 3/4 "crushed Gravel 7 M3 Albay Sand 109 Bags Portland Cement 12 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 1,227.47 Kgs. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 70 Pcs. 10mm Ø Rsb 35 Pcs. 12mm Ø Rsb 52 Pcs. 16mm Ø Rsb 88 Pcs. 9mm Ø Rsb 25 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 1 Unskilled Laborer B. Equipment 2 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 15 Pcs. 1/4" Marine Plywood 1,000 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (installed) (see Plan For Details) 1 Set Sd1 - Sliding Steel Door (installed) (see Plan For Details) 1010(2)b Wood Panel Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - Wood Panel Door With Door Jamb, Lever Type Stainless Steel Door Know $ Accessories (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 6 Sets W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W2- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 14.62 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 17 Pcs. Double Metal Furring 6 Pcs. Carrying Channel 15 Pcs. Hanger Bars/rod 88 Pcs. Wall Clip 4 Pcs. Wall Angle 1 Box Blind Rivet (500pcs/box) 59 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Counter Cabinet W/ Overhead Cabinet C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 43.39 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 565 Pcs. 100 Mm Thk Chb (non-load Bearing) 23 Bags Portland Cement 2 M3 Albay Sand 38 Pcs. 10mm Ø Rsb 5 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 46 Bags Portland Cement 4 M3 Albay Sand 1018(1) Glazed Tiles Est. Qty. 12.90 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 85 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 1.80 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 12 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 136.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 3 Gal. Concrete Neutralizer 6 Gal. Concrete Sealer/primer 7 Gal. Patching Compound 7 Bags Skim Coat 3 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Gal. Red Oxide Primer 4 Gal. Enamel Paint 2 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1001(9) Storm Drainage & Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 4 Pcs. 3"ø X 10" Pvc Pipe 6 Pcs. 3"ø X 45° Pvc Elbow 2 Pcs. 3"ø X 90° Pvc Elbow 6 Pcs. 3"ø Pipe Straps And Accessories 2 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 18 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 5 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 8 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 10 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 40 M. 2.0mm² Thhn Wires, Stranded 30 M. 3.5mm² Thhn Wires, Stranded 20 M. 5.5mm² Thhn Wires, Stranded 2 Sets 2-gang Switch With Plate 2 Sets 3-gang Switch With Plate 8 Pcs. Duplex Convenience Outlet, Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 40 At, 2p, 230v Circuit Breaker 1 Set 20 At, 2p, 230v Circuit Breaker 1 Set 15 At, 2p, 230v Circuit Breaker 1 Set 4-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 3 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 4 Sets Pinlights, 11 Watts, Dl 2 Sets Emergency Lights Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284
Closing Date29 Jan 2025
Tender AmountPHP 650.8 K (USD 11 K)

Province Of Cavite Tender

Machinery and Tools
Philippines
Details: Description 20 Pack Art Paper Assorted Color 10's Unit Cost: 12.00 25 Pc Air Freshener California Scents Organic Can* Unit Cost: 280.00 25 Pc Air Freshener 320ml Spray* Unit Cost:255.00 20 Pc Air Freshener Shaldan Can* Unit Cost: 348.00 20 Gal Alcohol 1 Gal Isopropyl 70%* Unit Cost: 638.00 60 Bot Alcohol 250ml Ethyl 70%* Unit Cost: 62.00 55 Bot Alcohol Green Cross 250ml Isopropyl 70%* Unit Cost: 58.00 40 Bot All-purpose Cleaner Domex 500ml* Unit Cost: 118.00 50 Bot All-purpose Cleaner Mr. Muscle 500ml* Unit Cost: 94.00 50 Pc Ballpen Hbw Black* Unit Cost: 7.00 40 Pc Ballpen Pilot Black* Unit Cost: 31.00 30 Pc Ballpen Pilot G-tech C-4 Black* Unit Cost: 92.00 30 Pc Ballpen Pilot Red* Unit Cost: 31.00 150 Pack Battery Aa 2's* Unit Cost: 136.00 100 Pack Battery Aaa 2's* Unit Cost: 151.00 20 Pc Bath Soap Safeguard 85g* Unit Cost: 43.00 50 Bot Bleach Zonrox 1l* Unit Cost: 49.00 20 Bot Bleach 1l For Colored Fabric* Unit Cost: 84.00 10 Pc Bowl Brush & Cuddy Regular Unit Cost: 92.00 10 Pc Broom Plastic Unit Cost: 45.00 2 Pc Broom Plastic Ceiling Unit Cost: 186.00 5 Pc Broom Soft Unit Cost: 197.00 2 Pc Broomstick Unit Cost: 43.00 5 Pc Brush Plastic Ordinary Unit Cost: 44.00 10 Pc Cartolina Blue Unit Cost: 12.00 10 Pc Cartolina Green Unit Cost: 12.00 10 Pc Cartolina Orange Unit Cost: 12.00 10 Pc Cartolina Pink Unit Cost: 12.00 10 Pc Cartolina Red Unit Cost: 12.00 20 Pc Cartolina White Unit Cost: 12.00 10 Pc Cartolina Yellow Unit Cost: 12.00 5 Pc Certificate Holder 8 In X 11 In Wood Frame W/ Glass Unit Cost: 256.00 5 Pc Certificate Holder 9 In X 12 In Wood Frame W/ Glass Unit Cost: 285.00 5 Pc Clear Book 40's Long Unit Cost: 197.00 3 Pc Clear Book 40's Short Unit Cost: 150.00 20 Pc Clipboard Legal Unit Cost: 58.00 15 Pc Clip Bulldog 3" Unit Cost: 14.00 15 Pack Clip Foldback 2" X 2's Unit Cost: 35.00 15 Pack Clip Foldback 3" X 12's Unit Cost: 195.00 15 Pack Clip Foldback 12's/pack 1 1/4" Unit Cost: 35.00 15 Pack Clip Foldback 12's/pack 1" Unit Cost: 25.00 20 Pack Construction Paper 20's Assorted Colors Unit Cost: 33.00 100 Pack Copy Paper Paper One A4 80gsm* Unit Cost: 306.00 100 Pack Copy Paper Paper One Long S-24* Unit Cost: 347.00 20 Pc Cutter Blade Best Buy 10's Big / 1/2"* Unit Cost: 34.00 10 Pc Cutter Heavy Duty Metal Unit Cost: 104.00 10 Pc Double-sided Tape 3m 22mm X 4.5m Moulding Tape Tissue* Unit Cost: 55.00 25 Pc Double-sided Tape 3m 24mm X 10m Tissue Type* Unit Cost: 244.00 25 Pc Deodorant Cake Albatross 50g* Unit Cost: 39.00 10 Pc Detergent Bar Tide 475g* Unit Cost: 45.00 15 Pc Detergent Powder Champion 2kg* Unit Cost: 223.00 20 Pc Detergent Powder Tide 475g* Unit Cost: 45.00 20 Pc Detergent Powder Tide 650g* Unit Cost: 139.00 10 Pc Dipper Medium Unit Cost: 46.00 80 Pc Dishwashing Liquid Joy 250ml* Unit Cost: 95.00 30 Pc Disinfectant Spray Lysol 170ml* Unit Cost: 273.00 30 Pc Doormat 13" X 22" Cloth Unit Cost: 70.00 3 Pc Dustpan Big Plastic Unit Cost: 86.00 50 Pc Envelope Brown Long Unit Cost: 4.00 30 Pc Envelope Brown Short Unit Cost: 3.00 40 Pc Envelope Expanding Long Unit Cost: 25.00 30 Pc Envelope Expanding Long Plastic Unit Cost: 81.00 30 Pc Envelope Expanding Short Unit Cost: 15.00 30 Pc Envelope Plastic Long Unit Cost: 15.00 20 Pc Envelope Plastic Short Unit Cost: 14.00 3 Pc Flash Drive Kinston 128gb* Unit Cost: 1,218.00 10 Pc Flash Drive Kingston 64gb* Unit Cost: 1,159.00 75 Pc Folder Long Unit Cost: 6.00 70 Pc Folder Short Unit Cost: 5.00 75 Pc Folder Expanding Green/light Green Long Hard Unit Cpost: 46.00 50 Pc Fabric Conditioner Downy Passion 690ml* Unit Cost: 184.00 30 Pc Fabric Conditioner Downy Passion 6's 25ml* Unit Cost: 51.00 100 Box Facial Tissue Kleenex 190 Pulls 2ply* Unit Cost: 129.00 50 Pc Furniture Cleaner Pledge 330ml Lemon* Unit Cost: 428.00 25 Pc Glue Elmer's 130g* Unit Cost: 70.00 1 Pc Glue Gun Big Unit Cost: 313.00 20 Pc Glue Gun Stick 4/pack Big Unit Cost: 43.00 2 Pc Gun Tucker Arrow T-50 Metal Heavy Duty Unit Cost: 2,495.00 30 Pack Gun Tucker Wire Arrow 1/2 12mm* Unit Cost: 157.00 25 Pc Glass Cleaner Zim 500ml W/ Trigger* Unit Cost: 208.00 20 Pc Gloves Rubber Scotch Brite Yellow Medium* Unit Cost: 188.00 15 Pc Highlighter Pen Stabilo* Unit Cost: 53.00 30 Pc Insect Spray Baygon 500ml* Unit Cost: 301.00 1 Pack Laminating Film 100's Legal Size 250 Unit Cost: 2,880.00 100 Pc Liquid Hand Soap Watson 500ml* Unit Cost: 98.00 20 Pc Manila Paper Advanced* Unit Cost: 6.00 15 Pc Masking Tape 3m 24mm X 50m Unit Cost: 290.00 15 Pc Masking Tape 3m 48mm X 50m Unit Cost: 92.00 5 Pc Mop Refill Unit Cost: 116.00 20 Pc Notebook Field Apple 10.16cm X 15.24cm 80 Leaves* Unit Cost: 54.00 20 Pc Packaging Tape 48mm X 50m Unit Cost: 139.00 30 Pack Page Marker Post It 100's/pck 11mm X 43mm* Unit Cost: 198.00 15 Box Paper Fastener 50's Metal Unit Cost: 115.00 15 Box Paper Fastener 50's Plastic Unit Cost: 55.00 30 Box Pencil Mongol 12/box No. 2* Unit Cost: 139.00 2 Pc Pencil Sharpener Kw Trio Heavy Duty* Unit Cost: 558.00 20 Pc Permanent Marker Pilot Assorted Colors Broad* Unit Cost: 50.00 20 Pc Permanent Marker Pilot Assorted Colors Fine* Unit Cost: 50.00 30 Pc Permanent Marker Pilot Black Broad* Unit Cost: 50.00 20 Pc Permanent Marker Pilot Black Fine* Unit Cost: 50.00 40 Pack Photo Paper Best Buy 10's A4 Glossy* Unit Cost: 65.00 20 Pack Photo Paper Matte 10's/pack 240 Gsm Unit Cost: 122.00 1 Pc Plastic Cover 2.6 Thick (jumbo) 100m Unit Cost: 789.00 50 Pc Post-it 3m 100's 2" X 3"* Unit Cost: 72.00 40 Pc Post-it 3m 100's 3" X 3"* Unit Cost: 75.00 30 Pc Post-it 3m 100's 3" X 4"* Unit Cost: 112.00 40 Pc Post-it 3m 100's 4" X 6"* Unit Cost: 186.00 60 Pc Post-it Flag Sign Here 25x43mm* Unit Cost: 198.00 3 Pc Pail Orocan 16 Liters Plastic* Unit Cost: 195.00 3 Pc Plastic Trash Bin 7 Ltrs W/ Pedal Unit Cost: 431.00 3 Pc Push Brush W/ Long Handle Unit Cost: 186.00 30 Pc Record Book 200pp Unit Cost: 81.00 25 Pc Record Book 300pp Unit Cost: 92.00 20 Pc Record Book 500pp Unit Cost: 110.00 5 Pc Rubber Eraser Pentel 2 1/2" X 3/4" Super Hard Unit Cost: 91.00 30 Pc Ruler Orion 12" Plastic* Unit Cost: 46.00 50 10's Rags 10's Round Cotton Unit Cost: 25.00 2 Pc Rope 200m/roll 3mm Size #6 Nylon Unit Cost: 205.00 30 Pc Scissors 6" Ordinary Unit Cost: 87.00 30 Pc Scotch Tape 3m 12mm X 50m* Unit Cost 64.00 30 Pc Scotch Tape 3m 24mm X 50m* Unit Cost: 119.00 30 Pc Sign Pen Mygel Black 0.5* Unit Cost: 42.00 5 Pc Sign Pen Mygel Blue 0.5* Unit Cost: 42.00 5 Pc Sign Pen Mygel Green 0.5* Unit Cost: 42.00 5 Pc Sign Pen Mygel Red 0.5* Unit Cost: 42.00 5 Pc Sign Pen Mygel Violet 0.5* Unit Cost: 42.00 50 Pc Sign Pen Pilot V10 Black* Unit Cost: 86.00 40 Pc Sign Pen Pilot V5 Black* Unit Cost: 75.00 40 Pc Sign Pen Pilot V7 Black* Unit Cost: 86.00 10 Pc Sign Pen V10 Retractable Unit Cost: 93.00 50 Pack Specialty Board Elit 10's Long* Unit Cost: 46.00 30 Pack Specialty Board Elit 10's Short* Unit Cost: 56.00 30 Pack Specialty Paper Elit10's Legal* Unit Cost: 56.00 5 Pc Stamp Pad Ink Black 30ml Unit Cost: 52.00 5 Pc Stamp Pad Ink Violet 30ml Unit Cost: 52.00 20 Box Staple Wire 23/13 Unit Cost: 51.00 5 Pc Stapler Max #35 W/ Remover* Unit Cost: 569.00 50 Pack Sticker Paper Best Buy 10's A4 Glossy* Unit Cost: 69.00 20 Pack Sticker Vinyl 10's A4 Matte Unit Cost: 125.00 40 Pc Sack (new) Unit Cost: 17.00 30 Pc Scouring Pad Scotch Brite Regular* Unit Cost: 40.00 50 Pack Scrub Sponge Cleaning Pad Zim 3's * Unit Cost: 90.00 50 Pc Super Absorbent Car Wipe 3m* Unit Cost: 406.00 40 Bot Toilet Bowl Cleaner Toilet Duck 750ml* Unit Cost: 180.00 200 Roll Toilet Tissue Joy 98mm X 100m 2 Ply* Unit Cost: 14.00 3 Pc Whiteboard 2' X 3' Unit Cost: 1,334.00 2 Pc Whiteboard 3' X 6' Unit Cost: 3,248.00 10 Pc Whiteboard Eraser Ordinary Unit Cost: 76.00 30 Pc Whiteboard Marker Pilot Black* Unit Cost: 75.00 10 Pc Whiteboard Marker Pilot Red* Unit Cost: 75.00 50 Pack Waste Bag 10's Large 13x13x32 Biodegradable Unit Cost: 70.00 50 Pack Waste Bag 10's X-large 15x15x37 Biodegradable Unit Cost: 107.00 50 Pack Waste Bag 10's Extra Large 18.5x18.5x40 Unit Cost:148.00 5 Pc Working Gloves Mr. Clean Large* Unit Cost: 172.00 10 Pack Yellow Pad Advance 80's Unit Cost: 87.00 Note: *or Its Equivalent
Closing Date19 Feb 2025
Tender AmountPHP 508.1 K (USD 8.7 K)
7391-7400 of 7771 archived Tenders