Wood Tenders
Wood Tenders
Department Of Education Division Of Sta Rosa City Tender
Healthcare and Medicine
Philippines
Details: Description Sdo Clinic Medicine, Medical And Dental Supplies Disposable Dental Bibs, 100s Per Pack Pack 20 Dental Lidocaine Topical Gel 30 Grams (benzocaine 20%, Cherry Flavored) Pc. 5 Lidocaine Epinephrine Solution For Injection Local Anesthetic 1:100,000(1.8 Ml) Box 5 Chlorhexidine Gluconate 0.2% Solution Antiseptic Wound Spray 60ml Bottle 5 Chlorhexidine Gluconate 0.12% Oral Rinse 380 Ml (alcohol Free) Bottle 2 Povidone Iodine 10% Paint, 10ml Bottle 2 Povidone Iodine Gargle 1% Oral Solution Antiseptic 500ml Bottle 2 Surgical Face Mask 50s (disposable, 3-ply With Earloop, Fda Approved) Box 20 Ethyl Alcohol 70% Solution 1 Gallon Gallon 5 Disinfectant Spray (with Ethyl And Alkyl) 510g Bottle 5 Domperidone 10mg Tablet Tablet 100 Cetirizine Dihydrochloride 10 Mg Film-coated Tablets 20s Tablet 100 Diphenhydramine Hydrochloride 50 Mg Capsule Capsule 100 Mefenamic Acid 500 Mg Elliptical Film-coated Tablet 4s Tablet 200 Ibuprofen 200 Mg Softgel Capsule Capsule 200 Aluminum Hydroxide 178 Mg + Magnesium Hydroxide 233 Mg + Simethicone 30 Mg Chewable Tablet Tablet 100 Omeprazole 40 Mg Capsule Capsule 100 Paracetamol 325 Mg + Phenylephrine 25mg + Dextromethorphan Hbr 10 Mg Tablet 200 Phenylephrine Hcl 10 Mg + Chlorphenamine Maleate 2 Mg + Paracetamol 500 Mg Tablet 200 Lagundi 600mg Capsule Capsule 100 Co-amoxiclav 625mg Tablet Tablet 100 Ciprofloxacin 500mg Tablet Tablet 50 Amoxicillin 500mg Capsule Capsule 200 Acetylcysteine 600 Mg Effervescent Tablet Tablet 100 Tetanus Toxoid 40 I.u /0.5 Ml Ampoule 10 Mupirocin Ointment 20 Mg/g 5 G Tube Tube 15 Oral Rehydration Salts 4.1g Apple Flavor (100 Sachets/box) Box 1 Hypromellose Ophthalmic Solution 3mg/ml 7.5ml Pc. 5 Sodium Hyaluronate Ophthalmic Solution 0.1% 5ml Pc. 3 First Aid Bag/rescue Bag- Medium (l33 X W20 X H20) With Sling And Side Pockets, Preferably With Reflective Sides Pc. 8 Aneroid Sphygmomanometer (luminous Gauge, Adult Inflation System, Cotton Cuff, And Zipper Case) Pc. 3 Digital Thermometer, Fda Approved Pc. 7 Nebulizing Kit Set ( Compressor, Nebulizer Kit, 2 Pcs. Nebulizing Mask Adult And Pedia, Extra Filters) Kit 1 Nebulizing Kit With Mask Adult Pc. 10 Salbutamol + Ipratropium Nebulizing Solution 2.5ml Vial 20 Pulse Oximeter (portable, Battery Operated, Pulse Waveform Display, Low Battery Warning, Low Power Consumption, Automatic Shut-off When Not In Use), Fda Approved Pc. 5 Sharp Container/safety Box 5 Liter Box 10 Electric Instant Needle Burner And Cutter Syringe Destroyer Machine Pc. 1 Paper Surgical Tape 1 Inch X 10 Yards (2.5cm X 9.1m)/roll, White (12 Rolls/box) Box 2 Band-aid Washproof Adhesive Bandages (50 Pieces/box) Box 10 Cotton Balls 100 Balls/pack Pack 5 Sterile Wooden Tongue Depressor Individually Packed (100 Pcs/box) Box 2 Sterilized Gauze Pad 8 Ply 4"x4" (100 Sterile Pads/box) Box 3 One Touch Glucose Select Plus Strips 25s Box 6
Closing Date31 Jan 2025
Tender AmountPHP 101 K (USD 1.7 K)
Capiz Provincial Government Tender
Textile, Apparel and Footwear
Philippines
Details: Description Air Freshener (320ml Lemon) Alcohol, Isopropyl 70% 500ml Broom, Soft (tambo), Weight: 200g Minimum Tiger Grass Broom Cobweb W/ Long Handle Brush (laundry) Brush (toilet Bowl) Chlorine Powder 40 Kg (plastic Container) Detergent Powder 65gm/sachet With Fabric Conditioner Dishwashing Liquid 250ml/bottle Disinfectant, Bleaching Solution (3,785ml/1gallon, For White Fabric) Door Mat, Braided Dust Pan W/ Long Handle, Non-rigid Plastic (large) Fabric Softener 27ml/sachet Anti-bac Flourescent Lamp 40 Watts (long) Garbage Bag Medium 11x11x24 20's/roll Black Garbage Bag Large 13x13x32 20's/roll Black Garbage Bag Extra Large 15x15x37 20's/roll Black Garbage Bag 2x Large 18.5x18.5x40 20's/roll Black Hand Soap Liquid Disinfectant (225ml) Hand Soap, Bar 90gm/bar Individual Wrap, Pure White Bar Soap Hydrochloric Acid 1000ml White Plastic Container, 14%-16% Hydrochloric Acid Content Muriatic 1 Liter Laundry Gloves Rubber, Pair, Large Size Led Bulb 5 Watts Daylight/white Mop With Mop Head Sacks, (50kls Capacity Min.) Bathroom Deodorizer, Solid Air Freshener 8-ounce Toilet Pump, Rubber Pump, Plastic Handle (heavy Duty) Medium Size (wooden Handle) Toilet Tissue Paper 2-plys Sheets Water Pail, Plastic (15 Liters Min.) Mop Head, Size 400 Chlorine Powder 70% Fujichlon 45 Kg Drum (for Pool) Lye Powder Pool Muriatic Acid (20ltrs) Instruction To Suppliers: Small Valaue Procurement 1. Bidders Must Submit Current And Valid Documentary Legal Requirements Upon Sending The Filed – Out Quotation: A. [ ] Mayor’s / Business Permit; B. [ ] Philgeps Registration Number : _______ Membership : [ ] Platinum [ ] Red; C. [ ] Income / Business Tax Return; D. [ ] Omnibus Sworn Statement; & E. [ ] Pcab License (for Infrastructure) 2. Additional Requirements For Procurement Of Drugs And Medicines As Per Coa Circular 2023-004 Dated June 14, 2023 A. Certificate Of Product Registration From Food And Drug Administration (fda) B. Certificate Of Good Manufacturing Practices From Fda C. Batch Release Certificate From Fda D. If The Supplier Is Not The Manufacturer, Certification From The Manufacturer That The Supplier Is An Authorized Distributor/dealer Of The Product/items E. License To Operate From Fda With List Of Sources (whether It Is A Manufacturer, Importer, Seller, Or Distributor) F. Delivery Receipt / Prescribing Invoice Bearing Lot Nos. And Expiry Dates Of The Drugs And Medicines 3. Suppliers Who Have Previously Submitted The Above Legal Requirements To The Provincial Procurement Management Division (ppmd) May No Longer Require Its Re – Submission. 4. All Prices Quoted Are Inclusive Of All Applicable Duties, Government Permits, Fees, And Other Charges Relative To The Acquisition And Delivery Of Items To Provincial Government Of Capiz 5. In Case Of Price Discrepancy Over The Amounts In Words And In Figures, The Amount In Words Will Prevail. 6. The End-user Shall Have The Right To Inspect And/or To Test The Goods If The Same In In Accordance With The Technical Specifications. 7. In Case Of Delay In The Delivery, The Supplier Shall Pay A Penalty Of One-tenth Of One Percent (1/10 Of 1%) Of The Corresponding Contract Price For Each Day Of Delay, Including Non-working Days (i.e. Saturday And Sunday), Legal Holidays Or Special Non-working Holidays. 8. Accomplished This Rfq Correctly And Accurately 9. Do Not Alter The Contents Of This Form In Any Way 10. Technical Specifications Are Mandatory. Failure To Comply With Any Of Requirements Will Disqualify Your Quotation 11. Failure To Follow These Instructions Will Disqualify Your Entire Quotation 12. Other Terms And Conditions Shall Be Applied In Accordance With The Irr Of Ra 9184
Closing Date25 Feb 2025
Tender AmountPHP 199.9 K (USD 3.4 K)
Offizielle Bezeichnung Gemeindevorstand Der Gemeinde Haina Kloster Tender
Civil And Construction...+1Others
Germany
Description: Restricted invitation to tender with public participation competition Vob/a scaffolding work 1. The construction project involves the new extension of the fire station with 4 vehicle parking spaces and the necessary social rooms. The existing building will be partially demolished and rebuilt. For the vehicle hall, the additional base including foundations and upstands will be built using solid construction. The social wing on the ground floor and the building dividing wall to the hall will be newly built using solid construction. The upper floor of the social wing and the roof and walls of the vehicle hall will be made of wood. The "sports center" part of the existing building will be retained and in use during the construction period. Fire service access roads, the access to the construction yard (fire service location during construction) and escape and rescue routes must be kept clear throughout the entire construction phase, see appendix. Everything else must be agreed upon with the construction management, particularly exceptions. 2. During the project, some work may be carried out by construction yard employees and fire service members on their own. This may result in various items being omitted altogether or quantities in certain areas of various items being reduced. The omission or reduction in quantities of these items does not entitle the contractor to make claims for lost profits or claims for an increase in unit prices. The price inquiry or requirement items must be filled out without fail, as it is possible that these items will also be implemented. The bidder acknowledges these preliminary remarks by signing the list of services. 3. The construction site toilet and break rooms must be provided by each contractor themselves. Energy, water and electricity are provided free of charge. 4. There is a weekly construction meeting with all contractors in the community center/construction site. Company representatives who are currently working on the construction site and who will begin work in the next three weeks are required to attend and coordinate construction progress. Any costs must be included in the EPs. 5. When accepting the order, the contractor recognizes the dates stated in the preliminary remarks and the construction schedule as binding and will, if necessary, carry out necessary work outside of working hours at no extra cost so as not to jeopardize the deadlines for subsequent work. The contractor undertakes to provide the appropriate number of workers based on the amount of work and the number of working days. 6. The contractually binding partial deadlines are set out in the attached construction schedule. 7. The work advertised must be carried out in installments in accordance with the construction progress. This does not give the contractor any right to make additional demands. 8. Garbage and rubble disposal must be carried out every two days at most, in accordance with the work steps. Each contractor is responsible for this themselves. 9. All further details can be found in the list of services. 10. Services that exceed the contract amount require prior written approval; otherwise no payment will be made! Accordingly, supplementary offers must be approved in good time (at least three weeks) before execution. 11. Depending on the trade, the following documents must be enclosed with the final invoice in paper form and digitally (copied onto a CD or data carrier). These can be different documents depending on the trade. 12. Acceptance is carried out by the local construction management and the safety and health coordinator (sigeko). 13. The work is scheduled to proceed as follows: See construction schedule in the appendix - technical description of scaffolding work - assembly, modification and dismantling General The contractor responsible for the scaffolding work must ensure - that the scaffolding is assembled, modified and dismantled safely and - that the scaffolding is constructed in accordance with recognized technical standards. Scaffolding work must be led by technically qualified superiors. They must ensure that the scaffolding work is carried out in accordance with the regulations. Scaffolding work must be supervised by supervisors (sigeko). The supervisor is the person who is responsible for monitoring the execution of scaffolding work and ensuring that it is carried out safely. He must have sufficient knowledge and experience for this and be authorized to give instructions. Measures before work begins: Before scaffolding work begins, the contractor must determine whether there are any systems in the planned work area that could endanger insured persons. If the contractor accepts orders that are to be carried out at the same time and place as orders from other contractors, he is obliged to coordinate with the other contractors to the extent that this is necessary to avoid mutual danger. Electrical systems and equipment: If electrical equipment with a mains connection is used for scaffolding work, it must be operated via a special feed point in accordance with DIN VDE 0100-704. Electrical equipment includes, for example, electrically operated construction hoists and drilling machines. A special feed point is a construction power distributor in accordance with DIN VDE 0660-501 or a small construction power distributor in accordance with the "Information sheet for the construction and operation of small construction power distributors". Carrying out the work: Scaffolding components must be visually inspected for damage before installation. Damaged scaffolding components must not be installed. Scaffolding work must be carried out in such a way that the time period for activities that involve a risk of falling is as short as possible. - Scaffolding components must not be dropped. - Scaffolding components must be stored properly. Use - General: Every contractor who uses scaffolding is responsible for - using it as intended and - maintaining the operational safety of the scaffolding. He must ensure that it is not used before it is finally completed. Proof of final completion can be, for example, a handover protocol. Use: Workstations on scaffolding may only be entered and exited via safe access or access routes. Jumping off scaffolding decks or throwing anything onto them is not permitted. Putting down and storing materials and equipment is not permitted on scaffolding that is used as safety scaffolds and protective roofs. Structural changes to scaffolding may only be made by the scaffolding manufacturer. Marking: The scaffold erector must mark the scaffolding clearly after completion and for the duration of use with the following information: - DIN 4420 - Scaffolding group and working weight - Scaffold erector. Inspection - Inspection by the scaffold erector: The contractor responsible for the scaffolding work must ensure that the scaffolding is inspected - before handover to the user and - after design changes, in particular for - the perfect condition of the scaffolding components, - compliance with the standard design or - compliance with the proof of usability. Inspection by the scaffolding user: Every contractor who uses the scaffolding must ensure that the scaffolding is inspected for obvious defects before use. If defects are discovered during the inspection, the scaffolding must not be used in the areas with defects until they have been remedied. The attached "special contract conditions" are binding for the submission of offers, awarding of contracts, execution and invoicing of the work. The unit prices of the items are to be calculated as net prices, i.e. without sales tax. Sales tax is to be added after the subtotal. Alternative items are to be calculated carefully; they may be decisive for the execution and award of the order. Additional technical regulations and ancillary services Safety regulations: All work in the area of existing neighboring buildings must be carried out with the utmost care and in compliance with the relevant regulations. Components at risk must be supported as required. All work is to be carried out correctly and professionally, observing the building regulations for the protection of people working on construction sites, in conjunction with the relevant accident prevention regulations. Measurement and invoicing: All invoices submitted by the entrepreneur / contractor to the construction management must be supplemented or presented with attachments, i.e. drawings, otherwise the payment order will be delayed until the required documents have been provided. Additional services: Safety measures for the protection of buildings and for personal protection are not remunerated separately; they must be included in the unit prices.
Closing Date21 Feb 2025
Tender AmountRefer Documents
Southern Leyte State University Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description 2 Unit Air-conditioning Unit (preferred American Homes W/ Installation) 135,800.00 2.5 Hp Split-type Wall Mounted Inverter With Temperature Control And Timer Excess Pipe 15meters 1 Unit Air-conditioning Unit (preferred American Homes W/ Installation) 39,900.00 2.5 Hp Window-type Inverter With Temperature Control And Timer 1 Unit Ph Meter W/ Calibration Cert. 49,500.00 230v (tablet Type) Includes Benchtop Docking Station With Electrode Holder Wall Mount Cradle, Usb Cable Hi11310 Glass Body Refillable Ph Electrode With Temperature Sensor Buffer Sachets Solution 5 Vdc Power Adapter 1 Unit Laboratory Refrigerator 32,495.00 Refrigerator With Freezer 415 L Volume Total(liter) 98 L Volume For Freezer(liter) 317 L Volume For Fridge(liter) No Frost Cooling Type With Deodorizer 1 Unit Fire Extinguisher 4,950.00 Abc Dry 20lbs 1 Unit Fire Extinguisher 15,000.00 Hcfc 123 20lbs 1 Unit Laboratory Digital Weighing Scale 27,000.00 Weighing Switching Function Included Operating Temperature Range: -10 To +40℃ Display Unit: Lcd Power Supply: D Dry Cell X 4 Pieces (included For Test) Size: 266 X 303 X 109mm Weighing Tray Size: 247 X 212mm Body Weight: 3.0kg Dustproof, Waterproof Protection: Ip69k Weighing (kg): 3/6 " Minimum Display (g): 1/2" " Powerful Waterproof Type" " Model Number: Fw500c-6" Package Size:330×430×190 Mm 3.6 Kg 1 Unit Microwave Oven 9,430.00 Capacity - 42l Dimension - 544 X 308 X 432 Main Technology Even Heating Additional Benefit Even Defrosting Capacity – 42 Liters Power Output 1200 W Microwave 1350 W Basic Specification Electricity Power 230v/50hz Easy Clean Coating (antibacterial) Turntable Size (mm) Φ360 Out Case Noble Silver Color Out Case Color Noble Silver Trim Of Door /keypad Controller Type Glass Touch Display White Led Door Open Type - Side Swing Function Clock Time Setting Child Lock Quick Start More/less Tastesaver Cooking/defrost Functions Reheat Soften Melt Proof & Warm Inverter Defrost Arabic Menu Weight(kg) Net 12.5 Packed 14.5 Dimension(w X H X D) 544 X 308 X 432 Packed 608 X 331 X 477 5 Unit Laboratory Gown 1,925.00 White ¾ Sleeve (sizes Xxl – Xl – L) 48 Unit T5 Led Tube Light 16,896.00 16w - Length 900mm 2 Unit Timer Switch 11,700.00 Timer Switch Mechanical Type- 10amps / 220v / Item No. : Sul181h / Sul181 D Operating Voltage : Ac 110v/220/240v 50-60hz Power Consumption : 2.5va Contace Capacity : Ac 220v 16a Contact Resistance : ≤50mω Inaulation Resistance : ≥100mω Operating Temperature : -10℃~+55℃ Accuracy : ≤2s/day 25℃ Contact Capacity Lamp Load:1000w Resistive Load:16a/250vac(cosφ=1) Inductive Load:3a/250vac(cosφ=0.6) Working Reserve Time : 150 Hours After Recharging 24 Hours Full Timing Range : 24h Storage Battery : 150h Minimum Setting Unit : 30 Minutes 100 Unit Pp Plastic Bags (clear) 400.00 9x12 Inches / Thickness 0.002 1 Unit Duplex Wire White #14 3,780.00 42 Unit Switch Dual Wall Mount 9,450.00 Switches 2gang 2way Switch Large Button Dimensions: 74mm(w) X 120mm(h) Mounting Center: 83.5mm Voltage: 250v Mode Of Application: Flush Type White 12 Unit Utility Box Surface Type 696.00 Iec Standards Poly Carbonate Plastic Color: White Philippine Standard Size For Electrical Outlets/switches 3 Unit Electrical Tape 174.00 0.16mm X 19mm X 4m 5 Unit Cable Tie Black 1,900.00 12 Inches 100pcs/pack 3 Meters Pdx Wire White #14 195.00 100 Meters Hose Pe 1/2 100meters 3,300.00 2 Unit Teflon Tape 3/4 96.00 3 Unit Pe T Pipe 1/2 357.00 3 Unit Pe Coupling 1/2 282.00 100 Unit Wood Screw 3/4 200.00 1 Lot Chemicals 97,248.00 1 Ptc Agar Agar (pronadisa) 1 Ammonium Nitrate 1 Benzyl Adenine (bap) 1 Boric Acid (ar, Hi Media Grm 575) 1 Ph Buffer Solution (ph 4) 1 Ph Buffer Solution (ph 7) 1 Calcium Chloride 1 Calcium Nitrate, Merck (1 Kg) 1 Cobalt Chloride 1 Copper Sulfate (ar, Hi Media Grm 1045) 1 Ferrous Sulfate 1 Gibberellic Acid – Laboratory Grade 1 Glycine 1 Iba – Laboratory Grade 1 Indole Acetic Acid (aa) – Laboratory Grade 1 Kinetin (1gram) 1 Magnesium Sulfate (ar, Ajax 302) 1 Manganese Sulfate 1 Myo-inositol 1 Naphthalene Acetic Acid (naa) – Laboratory Grade 1 Nicotinic Acid 1 Potassium Hydroxide (koh) 1 Potassium Iodide 1 Potassium Nitrate, Merck 1 Potassium Phosphate 1 Pyridoxine Hcl 1 Sodium Edta 1 Sodium Hydroxide 1 Sodium Molybdate 1 Thiamine Hcl 1 Tween 20 1 Zinc Sulfate 1 Iodine Crystals 1 Ki Powder 1 Etoh Alcohol 95% 1 Lot Other Consumables 8,170.00 2 Scalpel Blades #8 (boxes) 2 Scalpel Blades #10 (boxes) 5 Bleach 1000ml (bottle) 10 Cleaning And Disinfectant Liquid Bottle 500ml 5 Detergent Powder 1kg 20 Hand Bar Antibacterial White Soap 55g 3 Disposable Laboratory Gloves White (m - L – Xl) (assorted) 3 Hand Sprayer 1 Liter Capacity 5 Tissue Paper Roll 10 Rolls Per Pack 10 Wipes (boxes) 111.76 Mm X 213.36 Mm Wipes, 280 Wipes Per Box 5 Ordinary Rubber Band Round 100grams 6cm (boxes) Total 470,844.00
Closing Date17 Jan 2025
Tender AmountPHP 470.8 K (USD 8 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For 25ka0093 Construction Of School Building Bukidnon National High School, Malaybalay City, Bukidnon Bukidnon National High School, Malaybalay City, Bukidnon 1. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City, Through The Gaa 2025 Intends To Apply The Sum Of Php 19,900,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ka0093 Construction Of School Building Bukidnon National High School, Malaybalay City, Bukidnon Bukidnon National High School, Malaybalay City, Bukidnon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening 2. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Contract Id : 25ka0093 Contract Name : Construction Of School Building Bukidnon National High School, Malaybalay City, Bukidnon Contract Location : Bukidnon National High School, Malaybalay City, Bukidnon Scope Of Work : Construction Of School Building: A.) Structure Excavation Of Footing And Wall Footing; B.) Fabrication And Installation Of Formworks And Falseworks; C.) Laying Of Embankment And Gravel Fill; D.) Construction Of Reinforced Concrete Structures Such As Footing, Wall Footing, Tie Beams, Roof Beams, Columns, And Slab On Grade; E.) Laying Of Concrete Hollow Blocks (including Reinforcing Steel 100mm And 150mm); F.) Installation Of Metal Structures (trusses And Purlins) With Metal Structure Accessories Such As Turnbuckle, Bolts And Rods, Sagrods, Cross Bracing, And Steel Plates; G.) Installation Of Corrugated Type Roofing, Long Span, Above 0.427mm With Ridge Rolls And Flashings; H.) Carpentry And Joinery Works, Installation Of Doors, Windows, And Railings; I.) Installation Of Ceiling (4.5mm Fiber Cement Board On Metal Frame), Moulding (precast), Finishing Hardware, Glazed And Unglazed Tiles, Cement Floor Finishing (with Floor Hardener), Cement Plaster Finish For Walls, And Reflective Insulation; J.) Painting Works Masonry On Exposed Cement And Fiber-cement Areas, Wood, And All Steel Surfaces; K.) Plumbing Works Such As Installation Of Catch Basins, Laying Of Pipes For Sewer And Cold Water Lines, Installation Of Plumbing Fixtures, Cistern, And Downspouts; L.) Electrical Works; M.) Mechanical Works; N.) Application Of Soil Poisoning Chemical Prior To Concrete Pouring Of Slab-on Grade, Wall Footing, Footing And Building Perimeter After Building Is Complete; Complete As Per Approved Pow, Plans, And Specifications. Approved Budget For The Contract (abc) : Php 19,900,000.00 Source Of Fund : Gaa 2025 Contract Duration : 190 C.d. Bid Documents Fee In Php : Php 25,000.00 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B 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 Dpwh 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. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City And Inspect The Bidding Documents At Capitol Compound, Malaybalay City During Weekdays From 8:00 Am – 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18, 2024, 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 25,000.00. 7. 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. 8. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City Will Hold A Pre-bid Conference On January 30,2025, 10:00 Am Via Zoom With Meeting Id: 923 1132 1070 And Passcode: Dpwh2024 And The Bidder May View Through Live Streaming (youtube Channel) Dpwh Bukidnon 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_bukidnon1@dpwh.gov.ph For Electronic Submission On Or Before February 11, 2025 Until 10:00 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. 11. Bid Opening Shall Be On February 11,2025, 10:00 Am At Conference Room, Dpwh-bukidnon 1st Deo. 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. 12. The Department Of Public Works And Highways – Bukidnon 1st District Engineering Office, Malaybalay City 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. 13. For Further Information, Please Refer To: Rosmendo C. Bongocan, Jr. Engineer Iii Head, Procurement Unit Telefax No. (088) 813-2087 Cellphone No.09178765473 Bongocan.rosmendo_jr@dpwh.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_bukidnon1@dpwh.gov.ph Approved By: Sarah Jane B. Lagrama Bac Chairperson Date Of Publication: January 18,2025
Closing Date11 Feb 2025
Tender AmountPHP 19.9 Million (USD 342.9 K)
Department Of Agriculture Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Request For Quotation No. Sh-002-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: ✔ Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 ✔ Philgeps Registration/organization Number (red Membership) ✔ Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub-total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: February 24, 2025 At 12:00nn. 10. Delivery Period: March 17, 2025 C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture 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. Notice/announcement: Department Of Agriculture 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0282 P3 Abc: Php81,524.00 End-user: Saad Mode Of Procurement: Shopping [section 52.1 (b)] Qty. Unit Item/description Ceiling Price (php) Offered Model/brand Unit Price In Php Total Price In Php (qty. X Unit Price) Supply And Delivery Of Training Supplies And Materials Needed For The Conduct Of Fy 2025 Special Area For Agricultural Development (saad) Phase 2 Marketing Assistance And Enterprise Development (maed) Training Series For Module I, Ii, & Iii 97 Piece Notebook, Stenographer, 60leaves 43.00 291 Piece Ballpen, Black 16.00 97 Piece Envelop, Plastic W 2snap Buttons, Clear, A4, Thickness: 0.2mm 58.00 291 Piece Certificate Holder, A4 Size, Per Piece 65.00 97 Piece Id Jacket W/clip Hard Plastic, Clip: Any Color, Id Jacket Size: 8.5cm (h) X 10.5cm (l) 40.00 6 Jar Glue, All Purpose, 200gms 130.00 15 Pair Scissors # 8 109.00 150 Piece Manila Paper, Size: 36 X 48inches 19.00 100 Piece Permanent Marker, Fine, Black, Flat Tip 64.00 9 Pad Notepad, 2 X2 Inches 400sheets/pad 318.00 20 Piece Certificate Frame, A4, Glass Cover W/wood Board 175.00 20 Roll Tape Transparent, 48mm X 50m 46.00 30 Pack Specialty Paper Board Paper A4 (linen Cream/white 200gsm, 10shests/pack 519.00 9 Piece Sign Pen, 0.8mm (black) 68.00 9 Piece Correction Tape, 15m 133.00 6 Pack Battery Dry Cell ,size Aaa (2's/pack 130.00 10 Pack Cartolina, Assorted Colors, 20's Pack 195.00 20 Roll Tape, Masking, 24mm X 50m 90.00 20 Roll Tape Double Sided, Tissue Type, White 24mm X 10m 171.00 Total Amount (original Signed) Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/or Deliver The Above-mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. _______________________ *signature Over Printed Name Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: Payment Shall Be Made Through Land Bank’s Lddap-ada/bank Transfer, Bank Transfer Fee Shall Be Charged Against The Creditor’s Account. Payment Details: *banking Institution: __________________________________________ *account Number: ___________________________________________ *account Name: _____________________________________________ *branch: __________________________________________________
Closing Date24 Feb 2025
Tender AmountPHP 81.5 K (USD 1.4 K)
Province Of Ifugao Tender
Others
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Provincial Local Government Unit Of Ifugao Bids And Awards Committee On Goods Request For Price Quotation Pr No: 1077 Date: February 20, 2025 Office: Pgo Rfq No.: Bac Canvass (please Fill Up This Part) ( Mandatory) Company/ Business Name: Address; Business/mayor's Permit No. Tin: Philgeps Registration Number(required): The Provincial Local Government Unit Of Ifugao, Through Its Bids And Awards Committee (bac), Intends To Procure Tokens , In Accordance With Section 53.9 (negotiated Procurement-small Value Procurement) Of The 2016 Revised Implementing Rules And Regulations Of Public Act. No. 9184 Please Quote Your Best Offer For The Item/s Described Herein,subject To The Terms And Conditions Provided On The Last Page Of The Rfq. Submit Your Quotation Using This Form, Duly Signed By You Or Your Duly Authorized Representative On Or Before February 27, 2025 At 1:00 Pm Based On The Bac- Wall Clock. Late Submission Will Not Be Accepted. The Following Documents Are Required To Be Submitted During The Post-evaluation And Qualification Of Your Offered Bid. Failure To Submit/ Comply With The Said Documents Will Be A Ground For Disqualification. Document Remarks Copy Of 2025 Mayor's Permit Or Business Permit 1. No Need To Submit If A Copy Of The 2025 Mayors Permit Was Already Submitted At The Bac Office. Notarized Omnibus Sworn Statement (gppb-prescribed Form)(for Above 50k Abc) 1. Forms Are Available At The Bac Office. Annual Income Tax Return (for Above 500k Abc) 1. 2023 Annual Income Tax Return. 2. No Need To Submit If A Copy Of The 2023 Annual Income Tax Return Was Already Submitted At The Bac Office. Special Power Of Attorney (spa Or Secretary's Certificate) 1. To Be Submitted If The Person Is An Authorized Representative. 2. Should Be Duly Notarized. 3. To Be Presented To The Bac-secretariat Upon Submission Of The Rfq. Original Brochure With Complete Specifications 1. For Office Equipments, Information Technology (it)equipments, Agricultural And Medical Equipments, Motor Cycles, Industrial Equipments And All Other Equipments That Has Technical Specifications. For Any Clarification, You May Contact Us At Telephone No. 09539316730 Or Email Address At Bacgoodsifugao13@gmail.com. Carmelita B. Buyuccan Bac- Chairperson Page 1 Instructions: 1. Accomplish This Rfq Correctly And Accurately. 2. Do Not Alter The Contents Of This Form In Any Way. 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Mandatory Requirements Will Disqualify Your Quotation. 4. Quotations May Also Be Submitted Through Electronic Mail At Bacgoodsifugao13@gmail.com. 5. For Quotations Submitted Via Electronic Mail, The Date And Time Of Receipt Indicated In The Email Shall Be Used. 6. Submit The Complete Rfq Form From Page 1 Up To The Terms And Conditions. 7. Fill Up Completely All Necessary Information & Affix Signature Over Printed Name On The Place As Designated. 8. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item Purchasers Specifications Unit Of Qty Supplier's Supplier's Total Cost Brand Offered No. Issue Unit Cost 1 7 N 1 Blades Pcs 2 - 2 Token (3 Kilos Native Rice, 2 Pack Brewed Coffee, Fruit Tray Wood) Set 23 - **** Nothing Follows **** - Bidder's Grand Total: Grand Total: 51,500.00 - Purpose: To Be Given Of Dfa Team/staff During The Conduct Of Passporting On Wheels On March 5-7, 2025 Held At Sanggunian Panlalawigan Hall. Signature Over Printed Name Of Bidder Position/designation Date Canvassed By: Helen Cacliong Signature Over Printed Name Canvasser Position/designation Date Page 2 Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Period Of Ninety (90) 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. One Project Having Several Items, Which Shall Be Awarded As Separate Contract Per Item. 6. Award Of Contract Shall Be Made To The Lowest Quotation ( For Goods And Infrastructure) Or, The Highest-rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Bids And Awards Committee Of Ifugao Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity With The Technical Specifications. 10. In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation, The Bac- Ifugao Shall Adopt And Employ "draw Lots" Or "similar Method Of Chance" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11.delivery Period Should Be Within Ten (10) Days Upon Receipt Of Purchase Order (p.o). 12. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents,ie, Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Our Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor,or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contactor, Or Consultant. 13. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Plgu-ifugao May Rescind Or Terminate The Contact 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. 14. Warranty Under Section 62 Of Ra 9184 And Its Updated 2016 Revised Implementing Rules And Regulation. 62.1 For The Procurement Of Goods, In Order To Assure That Manufacturing Defects Shall Be Corrected By Supplier, A Warranty Security Shall Be Required From The Contract Awardee For A Minimum Period Of Three (3) Months, In The Case Of Expendable Supplies, Or A Minimum Period Of One (1) Year, In The Case Of Non-expendable Supplies, After Acceptance By The Procuring Entity Of The Delivered Supplies. The Obligation For The Warranty Shall Be Covered By Either Retention Money In An Amount Equivalent To One Percent (1%) Or A Special Bank Guarantee Equivalent To One Percent (1%) Of The Total Contract Price. The Said Amounts Shall Only Be Released After The Lapse Of The Warranty Period Or, In The Case Of Expandable 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. Signature Over Printed Name Of Bidder Position/ Designation Mobile Number/s Email Address/es Page 3
Closing Date27 Feb 2025
Tender AmountPHP 51.5 K (USD 890)
Municipality Of Glan, Sarangani Province Tender
Civil And Construction...+2Construction Material, Furnitures and Fixtures
Philippines
Details: Description 240 Pcs. 24" X 24" Ceramic Tiles 14 Bags Tile Adhesive (25 Kg / Bag) 34 Lengths Tile Trim Aluminum, L= 8' 312 Pcs. 4" X 8" X 16" Chb 88 Bags Portland Cement, (40 Kg / Bag) 7.50 Cu.m. Washed Sand (silway Source) 6 Cu.m. Screened Gravel (maribulan Source) 103 Lengths 10mmø X 6m Deformed Bars 14 Kgs. G.i. Tie Wire, #16 64 Kgs. Cw Nails (assorted Sizes) 3 Sets Shower Enclosure W/ Acrylic Shower Base 22 Sheets 1/2" Thk. X 4' X 8' Marine Plywood 132 Sheets 3/4" Thk X 4' X 8' Marine Plywood 2,148 Bd.ft. 358 Pcs - 2" X 3" X 12' Gemilina Lumber Or Equivalent 60 Bd.ft. 30 Pcs - 1" X 2" X 12' Gemilina Lumber Or Equivalent 5 Liters Wood Glue 8 Sheets 4' X 8' White Board 40 Pcs. 10mmø X 3" Expansion Bolt 8 Pcs. 48" X 31.5" X 5mm Thk. Cabinet Sliding Glass 22 Rolls Masking Tape, 1" 79 Pcs. Hasp Lock, 3" 151 Pairs Concealed Hinges (full Overlay) 79 Pairs Magnetic Catches 20 Gallons Flatwall Enamel Paint, White 40 Gallons Semi-gloss Enamel Paint - White 14 Sets Paint Roller With Basin, 7" 16 Sets Paint Roller With Basin, 4" 26 Pcs. Paint Brush, 1-1/2" 48 Ft. Sand Paper, #100 14 Gallons Lacquer Thinner 3 Gallons Paint Thinner 20 Gallons Flat Latex Paint, White 40 Gallons Semi Gloss Latex Paint, White 9 Gallons Red Oxide Metal Primer 16 Gallons Quick Dry Enamel Paint, White 16 Gallons Epoxy Primer White W/ Catalyst 32 Gallons Epoxy Enamel Silver Gray W/ Catalyst 9 Cans Solvent Cement, 400 Cc 18 Lengths 1/2"ø X 3.00m Pvc Blue Pipe 16 Pcs. 1/2"ø X 90° Pvc Blue Elbow 10 Pcs. 1/2"ø Pvc Blue Tee 6 Pcs. 1/2"ø Pvc Blue Female Threaded Adapter 16 Lengths 2"ø X 3.00m Pvc Pipe 14 Pcs. 2"ø X 90° Pvc Elbow 14 Pcs. 2"ø X 2" Pvc Tee 34 Rolls Teflon Tape, 1/2" 19 Lengths 1/2" Ø X 6.00m G.i. Pipe, Sch. 40 4 Pcs. 1/2" Ø G.i. End Cap, Sch. 40 12 Pcs. 1/2" Ø X 90° G.i. Elbow, Sch.40 23 Pcs. 1/2" Ø G.i. Tee, Sch.40 28 Pcs. 1/2" Ø X 6" G.i. Nipple, Sch.40 16 Pcs. 1/2" Ø Gate Valve Brass (heavy Duty) 11 Lengths 4.5mm Thk X 1" X 1" X 6m Angle Bar 32 Pcs. 1/4" Ø X 50mm Expansion Bolt 8 Pcs. 1/2"ø G.i. Coupling, Sch. 40 14 Lengths 1/2"ø X 6.00m Pns - 14 Pvc - U Conduit Pipe 16 Pcs. 1/2" Ø Pns 14 Pvc-u Elec Conduit Elbow 1 Box #14 Awg Thhn Wire, 150m / Box 6 Rolls Electrical Tape (big) 24 Sets Led Litebox Ft8 18dl W/ Fixture 24 Pcs. 2 Gang Convenience Outlet Flush Type 4 Pcs. 1 Gang Switch Flush Type 4 Pcs. 20amp Circuit Breaker Surface Type 1 Box #12 Awg Thhn Wire, 150m / Box 50 Pcs. 1" Black Screw, Pointed 10 Sheets 1/2" Thk X 4' X 8' Ordinary Plywood 216 Bd.ft. 54 Pcs - 2" X 3" X 8' Coco Lumber 160 Bd.ft. 32 Pcs - 2" X 3" X 10' Coco Lumber 144 Bd.ft. 24pcs - 2" X 3" X 12' Coco Lumber 4 Pcs. Stainless Steel Sink 480mm X 480mm X 15mm Strainer 4 Pcs. 2"ø P-trap 4 Pcs. Goose Neck Faucet, Stainless 4 Pcs. 1/2"ø X 18" Flexible Hose 4 Pcs. 1/2"ø Angle Valve 40 Pcs. Plastic Stool Chair (height = 46cm) 2 Pcs. Cabinet Sliding Glass (48" X 26" X 5mm Thk.) 2 Pcs. Cabinet Sliding Glass (48" X 38.75" X 5mm Thk.) 3 Sets Two Way Faucet Stainless, W/ Shower & Hose 4 Units 0.901m X 2.00m Swing Door W/ 1/4" Thk Clear Glass On Aluminum Powder Coated White Frame / Jamb (installed W/ Complete Accessories 4 Pcs. Cabinet Sliding Glass (37.5" X 31.5" X 5mm Thk.) 2 Pairs Drawer Slide 14" (heavy Duty) 2 Gallons Aluminum Paint 2 Pairs Double Action Hinge, Stainless (77.5mm X 129.5mm X 1.5mm) 5 Lengths 2" Ø X 6.00m G.i. Pipe, Sch. 40 4 Lengths 1/4" Thk X 1" Flat Bar 3 Sheets 4.5mm Thk X 4' X 8' Steel Matting, 2" X 2" Mesh 3 Boxes Welding Rod, 5kgs / Box 2 Pcs. Grinding Stone, 4"ø 10 Pcs. Cutting Disc, 4"ø 1 Pc. Steel Brush, 25mm 2 Tanks Lpg Gastank W/ Content Net Weight = 50kg. 2 Pcs. Lpg Connector (brass) 10 Meters Lpg Hose (heavy Duty) 1 Set High And Low Pressure Regulator 1 Pc. Pressure Gauge (100 Psi) 2 Pcs. Flash Back Arrester 1 Set Lavatory W/ Pedestal & Complete Accessories 8 Pairs Aluminum Jalousie Plus Frame (14 Blades) 45 Pcs. Clear Glass Jalousie Blades (l=65 Cm T= 5mm) 2 Lengths 4"ø X 3.00m Pvc Pipe 4 Pcs. 4"ø Pvc Sanitary Tee
Closing Date29 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.4 K)
Oriental Mindoro Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid For Rehabilitation Of Multi-purpose Building At Cacawan, Pinamalayan, Oriental Mindoro / Rehabilitation Of Multi-purpose Building At Pili, Pinamalayan, Oriental Mindoro And Rehabilitation Of Multi-purpose Building At Sta. Rita, Pinamalayan, Oriental Mindoro 1. The Provincial Government Of Oriental Mindoro (pgom), Through The 20% Df 2025 Intends To Apply The Sum Of One Million Three Hundred Eleven Thousand Five Hundred Sixty Three Pesos And 88/100 (php 1,311,563.88) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “rehabilitation Of Multi-purpose Building At Cacawan, Pinamalayan, Oriental Mindoro/rehabilitation Of Multi-purpose Building At Pili, Pinamalayan, Oriental Mindoro And Rehabilitation Of Multi-purpose Building At Sta. Rita, Pinamalayan, Oriental Mindoro (ib No. Cw-2025-087)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro (pgom) Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 59 Calendar Days. Bidders Should Have A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Rehabilitation Of Multi-purpose Building At Cacawan, Pinamalayan, Oriental Mindoro Approved Budget For The Contract: Php 497,610.39 Item No. Description Qty/unit B.5 801(1) 903(2) 900(1)c1 1047(1) & 1047(10) 1014(1)b2 1013(2)a2 1032(1)c 1100(10), 1101(34 & 1103(2 Project Billboard/ Sign Board Removal Of Structures And Obstruction Formworks And Falseworks Structural Concrete, Class A, 28 Days Structural Steel & Metal Structure Accessories Pre - Painted Metal Sheets (above 0.472mm, Rib Type Long Span) Fabricated Metal Roofing Accessory Painting Works (steel) Repar/replacement Of Conduits, Boxes & Fittings (conduit Works/conduit Rough-in), Repar/replacement Of Wires & Wiring Devices, Lighting Fixtures & Lamps 1.00 1.00 5.76 6.39 1.00 135.00 24.12 110.80 1.00 Ea I.s. M2 M3 L.s. Sqm. Im. M2 I.s Rehabilitation Of Multi-purpose Building At Pili, Pinamalayan, Oriental Mindoro Approved Budget For The Contract: Php 314,316.58 Item No. Description Qty/unit B.5 903(1) 1046 (2) A1 1003(2)a1 1008(1)a Spl I 1047(1) & 1047(10) 1032(1)a 1032(1)b 1032(1)c 1007(2) Project Billboard/ Sign Board Formworks And Falseworks 100mm Chb Non-load Bearing (including Reinforcing Steel) & Plastering Wall (4.5mm Fiber Cement Board) On Metal Frame Aluminium Glass Window (sliding Type) Window Grills Structural Steel & Metal Structure Accessories Painting Works (masonry/concrete) Painting Works (wood) Painting Works (steel) Aluminium Framed Glass Door 1.00 1.00 2.55 20.33 14.55 1.00 1.00 223.44 69.09 19.58 1.00 Ea L.s. M2 Sqm. Sqm. I.s I.s. M2 M2 M2 I.s Rehabilitation Of Multi-purpose Building At Sta. Rita, Pinamalayan, Oriental Mindoro Approved Budget For The Contract: Php 499,636.91 Item No. Description Qty/unit B.5 101(1) 903(2) 1003(1)a1 1018(5) 1018(2) 1032(1)a 1013(2)a2 & 1013(2)b1 1014(1)b2 1047(2) 1100(11), 1101(34), 1103(2) & 1102(1) Project Billboard/ Sign Board Removal Of Sructures & Obstruction Formworks And Falseworks 4.5mm Fiber Cement Board Ceiling On Metal Frame Ceiling Glazed Tiles Unglazed Tiles Painting Works, Masonry/concrete Fabricated Metal Roofing Accessory Prepainted Metal Sheets, Long Span, Above 0.427mm, Rib Type Structural Steel Repair/replacement Of Conduits/pipes, Boxes, Fittings (conduit Works/rough-in), Repair/replacement Of Wires And Wiring Devices Repair/replacement Of Lighting Fixtures And Lamps, Panel Board W/ Main & Branch Breaker 1.00 1.00 14.40 84.11 60.90 25.48 261.23 78.16 91.39 1.00 1.00 Ea I.s. M2 M2 M2 M2 M2 I.m M2 I.s. I.s 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Of The Pgom And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m. To 5:00 P.m. Of Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10, 2025 To February 24, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pgom Will Hold A Pre-bid Conference On February 10, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 24, 2025 At 8:30 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 24, 2025 At 9:00 A.m. At Bac Conference Room, Provincial Capitol Complex, Camilmil, Calapan City, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Activity. 10. The Pgom Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Jollie Ver E. Lasic Head, Bac Secretariat Pgo – Procurement Division Provincial Capitol Complex Camimil, Calapan City, Oriental Mindoro (february 10, 2025) Atty. Earl Ligorio R. Turano Ii Bac Chairperson
Closing Date24 Feb 2025
Tender AmountPHP 1.3 Million (USD 22.6 K)
DEPARTMENT OF TOURISM REGION V Tender
Others
Philippines
Details: Description I. Purpose/objectives: The Department Of Tourism (dot) – Region V Is In Need Of The Services Of A Booth Contractor To Design/set-up/install As Well As Maintain, And Dismantle The Bicol Booth For The 32nd Ptaa Travel Tour Expo 2025, With The Following Eligibility: A. The Company Must Be The Official Booth Contractor Of The 32nd Ptaa Travel Tour Expo 2025, Or If Not, The Same Must Shoulder The Management And Other Required Fees Set By The Ptaa Travel Tour Expo Organizer/s (if Applicable). B. The Company Must Be Able To Collaborate, Coordinate And Cooperate With The Dot-region V Team/representatives For Inputs In The Concept, Design, Set- Up/installation And Dismantling Of The Exciting Bicol Booths. C. The Company Must Have The Capability To Invest-in, Purchase, Or Rent (and Coordinate Its Delivery To The 32nd Ptaa Travel Tour Expo Venue When Needed) Furniture, Lightings, And Other Accent Pieces Needed To Complete The Bicol Experience Through Its Booth Design. D. Company Must Have At Least Three (3) Years Of Experience In Booth Fabrication For Exhibits And Fairs The Setup Of The Aforementioned Booth Aims To Attain The Following Objectives: A. Generate Positive "name Recall" Of Bicol And Promote Its Tourist Destinations, Highlighting Nature And Cultural Tourism; B. Create An Atmosphere That Highlights The Country's "love The Philippines” New Branding And The “exciting Bicol” Regional Brand; C. Attract And Encourage Consumer, Press, And Travel Guests To Visit The Bicol Booth; D. Provide A Functional Yet Visually Appealing Area For Provision Of Bicol Tourism Information, Product Updates, And/or Audio-visual Presentations. Ii. Scope Of Services: The Philippine Department Of Tourism Region V Requires A Package Of Services Of A Booth Contractor, For The Following: 1. Provision Of Three (3) Mock Up Design For The Booth (final Design To Be Approved By Dot Region V) 2. Set-up/installation And Implementation Of The Design Including Its Maintenance During The 3-day B2c Activities, And Dismantling Of The Exciting Bicol Booths During Egress. The Design Must: • Design Of The Booth Must Be Aligned With The Theme, “beyond Borders” And Must Be Within The New Trends Of Booth Designs • Speak Up The Destination’s Attraction, Effectively Promoting Bicol’s Tourist Destination, Attractions And Activities • Maintain 75% Visibility On All Sides • Strictly Follow The Rules And Regulations Set By The Event Organizers • Be Approved By Dot Region V And The Ptaa Travel Tour Expo Organizer/s. 3. Incorporate In The Design The Following: • Bicol-inspired Lounge With Coffee Break Area • Storage For Brochures And Other Tourism Collaterals/giveaways/merch And Personal Belongings With Locks (to Be Incorporated In The Counter/tables) • Tables/counter For The Co-exhibitors • Space For The Ice Cream Cart And Freezer Of 1st Colonial Grill • Space For Alden Therese Wine (h 41” X W 17” Top 7” Flat Top) • Six (6) Spaces For Co-exhibitors (1 Meter Each) (if You Will Integrate Separate Tables For Each Exhibitor, However If Long Counter Will Be Used No Need For Spaces) 4. Provide The Following Booth Elements: • One (1) Long Counter With Cabinet And Lock / Seven (7) Tables With Cabinet And Lock • Eighteen (18) High Chairs For The Exhibitors Chairs Must Complement The Overall Look Of The Pavilion Including The Tables • One (1) Cubicle To Conceal The Freezer Photo/design/text For The Flat Panel Will Be Provided By Dot V Dimension Of The Freezer Will Be Provided By Dot • One (1) Sala Set With Center Table • One (1) Tv (55-75 Inches) • 3d Texts Of “#excitingbicol,” “love The Philippines” (photo/design Will Be Provided By Dot V) (to Be Installed On Walls/associated In The Overall Design Of The Booth) • Six (6) Brochure Racks (color/design Should Match/complement The Info Counters And High Chairs) • Oak Wood-colored (or Any Similar Color) Carpeted Flooring • Other Accents/decors Of Indigenous/native Materials/design With Bicol Touch, As Well As Green/fresh Plants, If Applicable Only • Flowers As Center Piece In The Lounge Area And Info Counters • Coffee Area With Coffee Maker • Water Dispenser With Supply Of Drinking And Hot Water For 3 Days From February 7-9, 2025 (water Dispenser Must Be Concealed) • Appropriate Lightings And Ample Supply Of Electricity, Extension Power Outlets For The Duration Of The Event, Taking Into Consideration The Electricity Requirements Of The Freezer For The Sili Ice Cream; • Overnight Electricity Starting February 6 Until February 9, 2025 For The Freezer/sili Ice Cream • Other Accessories Deemed Appropriate, If Applicable 5. Provide The Following Supplies Needed In The Booth Including: • Three (3) White Boards (note: 1 Board Per Day) Size: 60cm X 40cm • Supply Of Assorted 3 N 1 Coffee Including Sugar Free, Biscuits/cookies, Candies, Nuts, Etc. With Disposable/paper Cups, Stirrer, Containers For The “pica-pica” And Tissue Papers For 3 Days From Feb.7-9, 2025. • Eight (8) Pieces Of 300ml 70% Solution Alcohol Spray • Garbage Bag (black) For 3 Days • At Least Five (5) Waste Bins • Craft Materials Such As: Scissors, Stapler, Packaging Tapes, Masking Tapes, And Ball Pens 6. Securing Of Necessary Permits And Payment Of Management Fee And Other Related Fees/surcharges That May Be Incurred As Set By The Ptaa Tte If Applicable. 7. Strict Adherence To The Timeline To Ensure Timely Completion, Good Quality And Use Of The Required/desired Materials, So As To Avoid Overtime Fee If Any. Overtime Fee Shall Be Shouldered By The Supplier. 8. Completion Of Booth, Delivery And Turn-over To Dot Region V Not Later Than 5:00pm Of February 6, 2025 To Give Ample Time For The Ingress/arrangements/set-up Of The Exhibitor And Co-exhibitors’ Tourism Collaterals, Brochures, And Other Products At The Booth. 9. Ensure Timely Delivery/transport Of Goods And Materials From And To Supplier Storage To The Venues. 10. Ensure That The Materials Used Are Of Good Quality. 11. Ensure That Electrical Wiring And Connections In The Bicol Booths Are Concealed And Safe, And That There Is Sufficient Power Supply As Required. 12. Dispose And Dismantle Booths/parts During Egress And/or On The Dates Designated By The Event Organizer/s. 13. All Materials Used For The Booth Design May Be Considered As Waste Materials After The Event, Except For Those Which Can Still Be Reused Or Recycled; These Shall Be Turned Over To Dot-region V. 14. Provision Of Photo Documentation Specially During Ingress. 15. Provision Of Necessary Manpower Supply And Support In The Implementation Of The Project To Ensure That Delivery Is Met As Required; Moreover, Delivery Shall Not Exceed The Given Time-frame By The Organizer. 16. Provision Of Other Pertinent Inclusions Deemed Necessary By Both Parties To Improve The General Look And Function Of The Stand And Other Logistical Services As Needed. Iii. Others Dot-region V Gives Utmost Consideration Of And Importance To The Overall Aesthetic Beauty/design And Functionality Of The Booth In The Award Of Contract. Documents For Submission: 1. Duly Accomplished Rfq 2. Proposed Booth Layout Design • Three (3) Mock Up Designs (final Design To Be Approved By Dot Region V) 3. Company Profile 4. Philgeps Certificate/membership 5. List Of Large Scale Local/ International Events Serviced In The Past Three (3) Years 6. Sec/dti Certificates Or Its Equivalent 7. Mayor’s/business Permit/certification Or Its Equivalent 8. Latest Income/ Business Tax Return 9. Tin Certificate/registration Or Its Equivalent 10. Tax Clearance Certificate 11. Omnibus Sworn Statement (revised)
Closing Date13 Jan 2025
Tender AmountPHP 420 K (USD 7.1 K)
7861-7870 of 8250 archived Tenders