Tender Details
Title
Supply, Delivery, and Installation of Airconditioning Units PAMANTASAN NG LUNGSOD NG MAYNILA
Country
Language
English
Organization
Published Date
14.06.2024
Deadline Date
10.07.2024
Overview
Supply, Delivery, and Installation of Airconditioning Units Invitation to Bid (ITB)   Reference Number 10950508   Procuring Entity PAMANTASAN NG LUNGSOD NG MAYNILA   Title Supply, Delivery, and Installation of Airconditioning Units   Area of Delivery Metro Manila   Printable Version Solicitation Number: 2024-G-08 Trade Agreement: Implementing Rules and Regulations Procurement Mode: Public Bidding Classification: Goods Category: Airconditioning and Airconditioning Systems Approved Budget for the Contract: PHP 14,456,517.00 Delivery Period: 120 Day/s Client Agency: Contact Person: Ron Marr P. Evangelista Staff, BAC Secretariat Muralla corner J. Luna St., Intramuros, Manila Metro Manila Philippines 1002 63-2-5284592 63-02-5284592 rmpevangelista@plm.edu.ph Status Active Associated Components Order Bid Supplements 0 Document Request List 0 Date Published 14/06/2024 Last Updated / Time 14/06/2024 12:00 AM Closing Date / Time 10/07/2024 1:00 PM Description INVITATION TO BID FOR Supply, Delivery, and Installation of Airconditioning Units 1. The Pamantasan ng Lungsod ng Maynila, through the PLM’s Corporate Budget for the contract approved by the Board of Regents for CY 2024 intends to apply the sum of Fourteen Million Four Hundred Fifty-Six Thousand Five Hundred Seventeen Pesos (PhP14,456,517.00) being the ABC to payments under the contract for Project Identification No. 2024-G-08. Bids received in excess of the ABC shall be automatically rejected at bid opening. This project is composed of one (1) lot only. The Pamantasan ng Lungsod ng Maynila, through the PLM’s Corporate Budget for the contract approved by the Board of Regents for CY 2024 intends to apply the sum of Fourteen Million Four Hundred Fifty-Six Thousand Five Hundred Seventeen Pesos (PhP14,456,517.00) for the Supply, Delivery, and Installation of Airconditioning Units with Identification No. 2024-G-08 being the ABC to payments under the contract for each lot/item. Bids received in excess of the ABC for each lot shall be automatically rejected at bid opening. 2. The Pamantasan ng Lungsod ng Maynila now invites bids for the above Procurement Project. Delivery of the Goods is required by One Hundred Twenty (120) Calendar Days from the Date of Receipt of Notice to Proceed (NTP). Bidders should have completed, within Five (5) Years from the date of submission and receipt of bids, a contract similar to the Project. The description of an eligible bidder is contained in the Bidding Documents, particularly, in Section II (Instructions to Bidders). 3. Bidding will be conducted through open competitive bidding procedures using a non-discretionary “pass/fail” criterion as specified in the 2016 revised Implementing Rules and Regulations (IRR) of Republic Act (RA) No. 9184. a. Bidding is restricted to Filipino citizens/sole proprietorships, partnerships, or organizations with at least sixty percent (60%) interest or outstanding capital stock belonging to citizens of the Philippines, and to citizens or organizations of a country the laws or regulations of which grant similar rights or privileges to Filipino citizens, pursuant to RA No. 5183. 4. Prospective Bidders may obtain further information from PLM-BAC Secretariat and inspect the Bidding Documents at the address given below during Monday to Friday, 8:00 a.m. to 5:00 p.m. 5. A complete set of Bidding Documents may be acquired by interested Bidders on June 14, 2024, 8:00 a.m.-5:00 p.m. up to July 10, 2024, 1:00 p.m. from the given address and website(s) below and upon payment of the applicable fee for the Bidding Documents, pursuant to the latest Guidelines issued by the GPPB, in the amount of Thirteen Thousand Pesos (PhP13,000.00). The Procuring Entity shall allow the bidder to present its proof of payment for the fees in person or through electronic mail. For lot procurement, the maximum fee for the Bidding Documents for each lot shall be based on its ABC, in accordance with the Guidelines issued by the GPPB; provided that the total fees for the Bidding Documents of all lots shall not exceed the maximum fee prescribed in the Guidelines for the sum of the ABC of all lots. 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 (www.plm.edu.ph), provided that Bidders shall pay the applicable fee for the Bidding Documents not later than the submission of their bids. See updated rates below (PLM-BAC Resolution No. 2023-04-07): Approved Budget for the Contract (ABC, PhP) Rates (PhP) 500,000 and below 500.00 More than 500,000 up to 1 Million 1,000.00 More than 1 Million up to 3 Million 3,000.00 More than 3 Million up to 5 Million 5,000.00 More than 5 Million up to 9 Million 7,000.00 More than 9 Million up to 11 Million 9,000.00 More than 11 Million up to 13 Million 11,000.00 More than 13 Million up to 15 Million 13,000.00 More than 15 Million up to 50 Million 25,000.00 More than 50 Million up to 500 Million 50,000.00 Prospective bidders may pay the bidding documents thru bank deposit or fund transfer to Landbank of the Philippines – DOLE Branch. Account Name : Pamantasan ng Lungsod ng Maynila Current Account No : 2472-1006-56 E-mail the scanned copy of deposit slip/online transaction slip or fund transfer confirmation (duly validated by LBP) to payonline@plm.edu.ph and procurement@plm.edu.ph and state in the body of e-mail the following details: Purpose : Project Title : Company Name : Complete Name of Payee : Date of Payment : Total Amount of Payment : 6. The Pamantasan ng Lungsod ng Maynila will hold a Pre-Bid Conference on June 26, 2024, 1:00 p.m. at Pamantasan ng Lungsod ng Maynila, General Luna St. corner Muralla St., Intramuros, Manila which shall be open to prospective bidders. 7. Bids must be duly received by the BAC Secretariat through manual submission at the office address indicated below, on or before July 10, 2024, 1:00 p.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 14. 9. Bid opening shall be on July 10, 2024, 1:00 p.m. at Pamantasan ng Lungsod ng Maynila, General Luna St. corner Muralla St., Intramuros, Manila. Bids will be opened in the presence of the bidders’ representatives who choose to attend the activity. 10. Bidders shall submit their physical bids through their duly authorized representative using the forms specified in the Bidding Documents in a sealed bid envelope. Each bidder shall submit One (1) Original Copy of the First and Second Components of its bid. The first shall contain the technical component of the bid, including the eligibility requirements under Clause 10 of the Instructions to Bidders, and the second shall contain the financial component of the bid following Clause 11 of the Instruction to Bidders of the Bidding Documents. The Pamantasan ng Lungsod ng Maynila warns the public/bidders of unscrupulous individuals and groups posing as officers/employees of the PLM soliciting money, gifts, favors or benefits for alleged aid for whatever purpose. DO NOT GIVE anything to these unscrupulous individuals and groups. The PLM thus enjoins the cooperation of the public/bidders to report these individuals/groups to the PLM-Bids and Awards Committee and BAC Secretariat. 11. The Pamantasan ng Lungsod ng Maynila reserves the right to reject any and all bids, declare a failure of bidding, or not award the contract at any time prior to contract award in accordance with Sections 35.6 and 41 of the 2016 revised IRR of RA No. 9184, without thereby incurring any liability to the affected bidder or bidders. 12. For further information, please refer to: Contact Person: FRANCIS B. AGUILAR, Project Coordinator Procurement Office, Ground Floor, Gusaling Villegas, Pamantasan ng Lungsod ng Maynila Gen. Luna corner Muralla Streets, Intramuros, Manila Telefax No. : (02) 8528-4592 e-mail Address : procurement@plm.edu.ph 13. You may visit the following websites: For downloading of Bidding Documents: www.plm.edu.ph and/or www.philgeps.gov.ph Date of Issue: June 14, 2024 SGD ATTY. RELSON P. MORAL PLM-BAC Chairperson Checked and verified by: SGD KAREN L. LEYSON End-user, PFMO Line Items Item No. Product/Service Name Description Quantity UOM Budget (PHP) 1 1 Lot Supply, Delivery, and Installation of Aircon Supply, Delivery, and Installation of Airconditioning Units 1 Lot 14,456,517.00 Pre-bid Conference Date Time Venue 26/06/2024 1:00 PM Pamantasan ng Lungsod ng Maynila, General Luna St. corner Muralla St., Intramuros, Manila Other Information Lot No. Item Description Qty. Unit of ABC Statement of Compliance Issue Unit Cost Total Cost (Bidders offer including the corresponding parameter to PLM’s Technical Specification) -Comply or Not-Comply- 1 Supply, Delivery, and Installation of Airconditioning Units 1 Lot 14,456,517.00 14,456,517.00 Scope of Work 1. Dismantle and transfer to property stock room the existing airconditioning units, field wirings, copper tubing, circuit breaker, Air handling unit, condenser frame and PVC pipe drain line 2. Chipping concrete wall for refrigerant piping electrical control installation 3. Fabrication and Installation of steel support frames for Air-cooled condensing unit (ACCU), outdoor unit), and Air handling unit (AHU), (indoor unit) allow service space for outdooor unit. 4. Supply and Installation of refrigerant piping, fittings, drainline and rubber insulation with polyethylene tape cladding 5. Supply and Installation of brand new circuit breakers including electrical wirings (from ACCU to circuit breaker) 6. System processing, flushing, leak testing, vacuuming and charging of refrigerant 7. Start up and Commissioning of unit 8. Finishing masonry and restoration of affected area 9. Cleaning and turn-over of airconditioning units including warranty certificate and start-up result (service report) 10. Signed and sealed AS-BUILT PLAN (3 copies) Terms of Reference 1. Supply, delivery, installation, testing and commissioning of airconditioning units including dismantling and hauling of old aircon units. 2. The Contractor shall conduct site survey, review the design, cost estimate, technical specification and scope of work prior to Bidding 3. The Contractor shall strictly follow the drawings, specifications and BOQs of the contract documents 4. The Contractor shall process and secure all the necessary permits as required by authorities for the preparation, execution and upon completion of the contract. 5. The Contractor shall assign a Full-Time Project engineer to oversee the construction activities. 6. The Contractor shall perform the following activities but is not limited to the following: 6.1 Mobilization Mobilization shall include the obtaining and transporting to jobsite of equipment, materials, tools, personnel and all necessary items for the execution and completion of the work. 6.2 Demobilization Shall include dismantling and removal from the site of the Contractor’s materials and equipment and all temporary facilities. It shall also include a clean-up of the site after completion of the contract as well as transportation from the site of the Contractor’s personnel. 6.3 Site Clearing and Proper Waste Disposal The Contractor is obliged to provide signages, barricades, coverings, or other types of protection necessary to prevent damage to existing structures and facilities. Likewise, disposal of materials, trash and debris. 7. The Contractor shall Turn-over the project "SATISFACTORILY COMPLETED". 8. Warranty of the unit is at least one (1) year for Parts & Services. At least Five (5) years on the compressor. Seven (7) days replacement on defective unit. 9. Contractor shall provide Free of Charge on Preventive Maintenance for one (1) year that covers the Monthly Cleaning of filter and check-up of units, Quarterly General Cleaning of each unit to be schedule. Maintenance Checklist shall be provided and filled up by contractor signed by End-user representative. 10. Contractor shall provide training and seminar on End-user’s technicians for the proper maintenance, care check-up and cleaning of the inverter aircon units. 11. The Contractor must have PCAB License 11.1. It should be written in the PCAB License under "Principal Classification and Category" a principal category of at least "C & D" and a classification of "Specialty – SP-AC-Air conditioning or Refrigeration," or a classification of "General Building," but with a requirement that under "Other Classification/s" there is a written classification of "Specialty- Air conditioning or Refrigeration." 11.2. It should also be written in the PCAB License under "Kinds of Projects and Respective Size Ranges" the kind of project as "Air conditioning and or Refrigeration work" with size range of at least "Small B." 12. Minimum expertise and qualification of Professional and Technical personnel to handle the project: Project – In-Charge Should be a Licensed Mechanical Engineer with at least three (3) years minimum experience in Air conditioning or Refrigeration works 1. Safety Officer Must be a Certified Safety Officer with at least three (3) years of experience as Safety Officer 2. Construction Foreman Must be a highly trained Aircon Technician with at least 5 years minimum experience in Air-conditioning or Refrigeration works with NC II Certificate 3. Skilled Technician Must be a highly trained Aircon Technician with at least 3 years minimum experience in Air conditioning or refrigeration works with NC II Certificate Note 1. Brand of ACU must have at least 10 years available in the market. 2. Provide a Certificate of Satisfactory performance issued by at least Three large institutional clients. 3. Brand of ACU must have a brand service center within Metro Manila. 4. If seller/distributor, provide a Manufacturer’s Authorization to prove that the bidder is an authorized seller/distributor and service center of the offered product. 5. Provide a brochure or any other official documents coming from the manufacturer showing the technical specifications of the offered product. 6. Certification is mandatory in any of the following: Bureau of Product Standards (PS); Underwriters Laboratories (UL); European Conformity (CE) or ISO Certification. 7. Provide a list of at least four (4) highly trained technicians with their respective bio-data and National Certificate II (NC II) for Refrigeration and Air conditioning Servicing issued by TESDA. 8. Provide a Warranty Certificate. 9. Provide a Certificate of Availability of Spare Parts for the next five (5) years We certify/confirm that we comply with the Technical Specifications as indicated with Section VII. Technical Specifications of the Bidding Documents. __________________________ __________________________ [Name and Signature] [in the capacity of] Duly authorized to sign Bid for and on behalf of _______________________________ [Company Name] Date: ___________________ TECHNICAL SPECIFICATION 5.0TR Floor Mounted (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than - 63,300 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 49.2 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter 1 stage OUTDOOR 1 Power Supply V/Ph/Hz 220-240/3/60Hz 2 EER Kj/Hr-W 11 3 Power Input W 5370 4 System Current A 15.5 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter inches 3/4", 5/8" / 3/8" 5.0TR Ceiling Mounted (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than - 63,300 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 49.2 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter 1 stage OUTDOOR 1 Power Supply V/Ph/Hz 220-240/3/60Hz 2 EER Kj/Hr-W 11 3 Power Input W 5370 4 System Current A 15.5 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter inches 3/4", 5/8" / 3/8" 4.0TR Ceiling Mounted (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 50,640 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 51 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter 1 stage OUTDOOR 1 Power Supply V/Ph/Hz 220-240/1/60Hz 2 EER Kj/Hr-W 12.9 3 Power Input W 4,200 4 System Current A 20 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter Suction/Discharge inches 3/4", 5/8" / 3/8" 4.0TR Cassette Type (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 50,640 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 45.9 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter 1 stage OUTDOOR 1 Power Supply V/Ph/Hz 220-240/1/60Hz 2 EER Kj/Hr-W 12.9 3 Power Input W 4,200 4 System Current A 20.1 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter Suction/Discharge inches 5/8" / 3/8" 3.0TR Ceiling Mounded (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 40,090 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 51 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter 1 stage OUTDOOR 1 Power Supply V/Ph/Hz 220-240/1/60Hz 2 EER Kj/Hr-W 12.3 3 Power Input W 3,100 4 System Current A 16 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter Suction/Discharge inches 5/8" / 3/8" 3.0TR Floor Mounded (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 40,090 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 48 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter 1 stage OUTDOOR 1 Power Supply V/Ph/Hz 220-240/1/60Hz 2 EER Kj/Hr-W 12.9 3 Power Input W 3,100 4 System Current A 16 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter Suction/Discharge inches 5/8" / 3/8" 2.0TR Ceiling Mounted (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 26,375 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 32 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 25 7 Max. Pipe Length Vertical m 20 8 Air Filter Trap dust Particles OUTDOOR 1 Power Supply V/Ph/Hz 220-240/1/60Hz 2 EER Kj/Hr-W 13.6 3 Power Input W 2,000 4 System Current A 10.9 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter Suction/Discharge inches 3/8" / 5/8" 2.5HP Wall Mounted (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 26,400 2 Power Supply V/Ph/Hz 220-240/1/60 3 Sound Level / (low) dB(A) 32 maximum 4 Metering Device Capillary 5 Refrigerant R 410A 6 Max: Pipe Length Horizontal m 30 7 Max. Pipe Length Vertical m 20 8 Air Filter Trap dust Particles OUTDOOR 1 Power Supply V/Ph/Hz 220-240/1/60Hz 2 EER Kj/Hr-W 13.6 3 Power Input W 1,945 4 System Current A 9.8 5 Compressor Type Rotary 6 Pipe Connection Flare 7 Tubing Connection Diameter Suction/Discharge inches 3/8" / 5/8" 2.5HP Window Type (Inverter Series) INDOOR UNIT 1 Cooling Capacity Kj/Hr not less than 22,777 2 Power Input W 2,200 3 EER Kj/Hr-W 10.1 4 System Current A 10.1 5 Compressor Type Rotary 6 Refrigerant R 410A 7 Control Switch Electronics Remote Control MATERIALS SPECIFICATION Copper Tubing : Hard Drawn / Soft Drawn Type L Electrical Conduit : PVC Orange Drain Line : PVC Blue Paint : Primer Red Oxide : Finish Coating Silver Gray Control Wires : THHN / Stranded Mounting Bracket : 1/4 × 1½ × 1½ Anglebar Circuit Breaker : Nema 3R / Weather proof Filter Drier : Solder Type (if required) Rubber Insulation : 3/4"  thick Anchor Bolt : Dyna Bolt 3/8"  × 3" : Expansion Bolt 3/8"  × 3" Provision for the Supply and Installation of Various Air-Conditioners (Inverter Series) No. QTY. UNIT DESCRIPTION 1 8 units Brand new 5.0TR Floor Mounted Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 2 unit Room 301, 3rd Floor at GB Bldg. - 2 unit Room 302, 3rd Floor at GB Bidg. - 1 unit Room 303, 3rd Floor at GB Bldg. - 1 unit Room 304, 3rd Floor at GB Bldg. - 1 units Room 305, 3rd Floor at GB Bldg. - 1 unit Room 103, 1st Floor at GA Bldg. 2 3 units Brand new 5.0TR Ceiling Mounted Air-Conditioning Unit (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioner at the Following Locations: - 3 College of Engineering, 3rd Floor at GV Bldg. 3 4 unit Brand new 4.0TR Ceiling Mounted Air-Conditioning Unit (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 2 units AVR-2A at GCA Bldg. - 2 units AVR-2B at GCA Bidg. 4 4 units Brand new 4.0TR Ceiling Cassette Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 4 units Bukod Tanging Bulwagan, 3rd Floor at GK Bldg. 5 9 units Brand new 3.0TR Floor Mounted Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 1 units Room 308, 3rd Floor at GK Bldg. - 1 units Room 305, 3rd Floor at GK Bldg. - 2 units Internet Station, 1st Floor at GK Bldg. - 1 units Room 208, 2nd Floor at GB Bldg. - 1 units Room 209, 2nd Floor at GB Bldg. - 1 units CPT, 1st Floor at GCA Bldg. - 1 units PCAC Office, 2nd Floor at GL Bldg. - 1 units Social Work, 2nd Floor at GL Bldg. 6 25 units Brand new 3.0TR Ceiling Mounted Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 1 units Room 201, 2nd Floor at GEE Bldg. - 1 units Room 202, 2nd Floor at GEE Bldg. - 2 units Biology Lab, 2nd Floor at GEE Bldg. - 2 units Physics Lab, 2nd Floor at GEE Bldg. - 1 units Room 206, 2nd Floor at GEE Bldg. - 1 units Room 301, 3rd Floor at GEE Bldg. - 1 units Room 302, 3rd Floor at GEE Bldg. - 1 units Room 303, 3rd Floor at GEE Bldg. - 1 units Room 304, 3rd Floor at GEE Bldg. - 1 units Room 305, 3rd Floor at GEE Bldg. - 2 units Chem Lab, 3rd Floor at GEE Bldg. - 1 units Room 309, 3rd Floor at GCA Bldg. - 1 units Room 308, 3rd Floor at GCA Bldg. - 1 units Room 307, 3rd Floor at GCA Bldg. - 1 units Room 306, 3rd Floor at GCA Bldg. - 1 units Room 305, 3rd Floor at GCA Bldg. - 1 units Room 304, 3rd Floor at GCA Bldg. - 1 units Room 303, 3rd Floor at GCA Bldg. - 1 units Room 302, 3rd Floor at GCA Bldg. - 1 units Room 301, 3rd Floor at GCA Bldg. - 2 units Drawing Lab, 3rd Floor at GCA Bldg. 7 2 units Brand new 3.0TR Ceiling Cassette Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 2 unit Speech Lab, GL Bldg. 8 5 units Brand new 2.0TR Ceiling Mounted Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 2 unit OUR, GK Bldg. - 3 unit ICTO, GV Bldg. 9 11 units Brand new 2.5HP Wall Mounted Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 1 units OVP Legal, 3rd Floor at GEE Bldg. - 1 units OULC, 3rd Floor at GEE Bldg. - 1 units OUSEC, 3rd Floor at GEE Bldg. - 2 units Room 202, 2nd Floor at GA Bldg. - 2 units Room 203, 2nd Floor at GA Bldg. - 2 units Room 204, 2nd Floor at GA Bldg. - 2 units Room 205, 2nd Floor at GA Bldg. 10 5 units Brand new 2.0HP Ceiling Cassette Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 5 unit Radio Lab, GL Bldg. 11 9 units Brand new 2.5HP Window Type Air-Conditioning Units (Inverter Series) Warranty: A. At least Five (5) years for Compressor B. One (1) year for Parts & Services C. After sales service/parts, includes monthly preventive maintenance and quarterly general cleaning to be schedule on weekdays only The Contractor shall supply and install the above described Air-Conditioners at the Following Locations: - 1 units CS Faculty Room, 7th Floor at GL Bldg. - 3 units Eng'r Lab 3, 3rd Floor at GV Bldg. - 1 units CE Office, 3rd Floor at GV Bldg. - 1 units Eng'r Lab 2, 3rd Floor at GV Bidg. - 3 units ICTO, 1st Floor at GV Bldg. PROJECT: SUPPLY, DELIVERY AND INSTALLATION OF AIRCONDITIONING UNITS LOCATION Item No. BUILDING LOCATION OFFICE/ CLASSROOM TYPE OF ACU CAPACITY QUANTITY UNIT/S 1 GUSALING BAGATSING ROOM:301: FLOOR MOUNTED 5.0TR 2 unit/s ROOM:302: FLOOR MOUNTED 5.0TR 2 unit/s ROOM:303: FLOOR MOUNTED 5.0TR 1 unit/s ROOM:304: FLOOR MOUNTED 5.0TR 1 unit/s ROOM:305: FLOOR MOUNTED 5.0TR 1 unit/s ROOM:208: FLOOR MOUNTED 3.0TR 1 unit/s ROOM:209: FLOOR MOUNTED 3.0TR 1 unit/s 2 GUSALING KATIPUNAN BTB: CEILING CASSETTE 4.0TR 4 unit/s INTERNET STATION FLOOR MOUNTED 3.0TR 2 unit/s ROOM:305: FLOOR MOUNTED 3.0TR 1 unit/s ROOM:308: FLOOR MOUNTED 3.0TR 1 unit/s OUR: CEILING MOUNTED 2.0TR 2 unit/s 3 GUSALING VILLEGAS Ceng: CEILING MOUNTED 5.0TR 3 unit/s Ceng: WINDOW TYPE 2.5HP 5 unit/s ICTO: CEILING MOUNTED 2.0TR 3 unit/s ICTO: WINDOW TYPE 2.5HP 3 unit/s 4 GUSALING EJERCITO ESTRADA ROOM:201: CEILING MOUNTED 3.0TR 1 unit/s ROOM:202: CEILING MOUNTED 3.0TR 1 unit/s ROOM:204: (PHYSIC LAB.) CEILING MOUNTED 3.0TR 2 unit/s ROOM:205: (BIO. LAB.) CEILING MOUNTED 3.0TR 2 unit/s ROOM:206: CEILING MOUNTED 3.0TR 1 unit/s ROOM:301: CEILING MOUNTED 3.0TR 1 unit/s ROOM:302: CEILING MOUNTED 3.0TR 1 unit/s ROOM:303: CEILING MOUNTED 3.0TR 1 unit/s ROOM:304: CEILING MOUNTED 3.0TR 1 unit/s ROOM:305: CEILING MOUNTED 3.0TR 1 unit/s ROOM:307: (CHEM. LAB.) CEILING MOUNTED 3.0TR 2 unit/s ULC: WALL MOUNTED 2.5HP 2 unit/s OUSEC: WALL MOUNTED 2.5HP 1 unit/s 5 GUSALING ATIENZA ROOM:202: WALL MOUNTED 2.5HP 2 unit/s ROOM:203: WALL MOUNTED 2.5HP 2 unit/s ROOM:204: WALL MOUNTED 2.5HP 2 unit/s ROOM:205: WALL MOUNTED 2.5HP 2 unit/s ROOM:103: FLOOR MOUNTED 5.0TR 1 unit/s 6 GUSALING CORAZON AQUINO AVR-2A: (CASBE) CEILING MOUNTED 4.0TR 2 unit/s AVR-2B: (CASBE) CEILING MOUNTED 4.0TR 2 unit/s ROOM:309: CEILING MOUNTED 3.0TR 1 unit/s ROOM:308: CEILING MOUNTED 3.0TR 1 unit/s DRAWING LAB. CEILING MOUNTED 3.0TR 2 unit/s ROOM:307: CEILING MOUNTED 3.0TR 1 unit/s ROOM:306: CEILING MOUNTED 3.0TR 1 unit/s ROOM:305: CEILING MOUNTED 3.0TR 1 unit/s GUSALING CORAZON AQUINO ROOM:304: CEILING MOUNTED 3.0TR 1 unit/s ROOM:303: CEILING MOUNTED 3.0TR 1 unit/s ROOM:302: CEILING MOUNTED 3.0TR 1 unit/s ROOM:301: CEILING MOUNTED 3.0TR 1 unit/s CPT: FLOOR MOUNTED 3.0TR 1 unit/s 7 GUSALING LACSON PCACS OFFICE: FLOOR MOUNTED 3.0TR 1 unit/s SOCIAL WORK: FLOOR MOUNTED 3.0TR 1 unit/s SPEECH LAB.: CEILING CASSETTE 3.0TR 2 unit/s RADIO LAB.: CEILING CASSETTE 2.0TR 5 unit/s CS FACULTY ROOM: WINDOW TYPE 2.5HP 1 unit/s TOTAL OF AIRCON: 85 PRICE SUMMARY INVERTER AIRCONDITIONING UNITS (WITH DISMANTLING OF EXISTING UNITS) Location: PLM BLDG's. Item No. BUILDING LOCATION OFFICE/ CLASSROOM TYPE OF ACU CAPACITY QUANTITY UNIT/S UNIT COST OF AIRCON LABOR COST & MATERIALS TOTAL COST TOTAL AMOUNT (Unit Cost + Labor & Materials) (Total Cost×Quantity) 1 GUSALING BAGATSING ROOM:301 FLOOR MOUNTED 5.0TR 2 unit/s ROOM:302 FLOOR MOUNTED 5.0TR 2 unit/s ROOM:303 FLOOR MOUNTED 5.0TR 1 unit/s ROOM:304 FLOOR MOUNTED 5.0TR 1 unit/s ROOM:305 FLOOR MOUNTED 5.0TR 1 unit/s ROOM:208 FLOOR MOUNTED 3.0TR 1 unit/s ROOM:209 FLOOR MOUNTED 3.0TR 1 unit/s 2 GUSALING KATIPUNAN BTB CEILING CASSETTE 4.0TR 4 unit/s INTERNET STATION FLOOR MOUNTED 3.0TR 2 unit/s ROOM:305 FLOOR MOUNTED 3.0TR 1 unit/s ROOM:308 (OUTER) FLOOR MOUNTED 3.0TR 1 unit/s OUR CEILING MOUNTED 2.0TR 2 unit/s 3 GUSALING VILLEGAS Ceng CEILING MOUNTED 5.0TR 3 unit/s Ceng WINDOW TYPE 2.5HP 5 unit/s ICTO CEILING MOUNTED 2.5TR 3 unit/s ICTO WINDOW TYPE 2.5HP 3 unit/s 4 GUSALING EJERCITO ESTRADA ROOM:201 CEILING MOUNTED 3.0TR 1 unit/s ROOM:202 CEILING MOUNTED 3.0TR 1 unit/s ROOM:204: (PHYSIC LAB.) CEILING MOUNTED 3.0TR 2 unit/s ROOM:205: (BIO. LAB.) CEILING MOUNTED 3.0TR 2 unit/s ROOM:206 CEILING MOUNTED 3.0TR 1 unit/s ROOM:301 CEILING MOUNTED 3.0TR 1 unit/s ROOM:302 CEILING MOUNTED 3.0TR 1 unit/s ROOM:303 CEILING MOUNTED 3.0TR 1 unit/s ROOM:304 CEILING MOUNTED 3.0TR 1 unit/s ROOM:305 CEILING MOUNTED 3.0TR 1 unit/s ROOM:307: (CHEM. LAB.) CEILING MOUNTED 3.0TR 2 unit/s ULC WALL MOUNTED 2.5HP 2 unit/s OSEC WALL MOUNTED 2.5HP 1 unit/s 5 GUSALING ATIENZA ROOM:202 WALL MOUNTED 2.5HP 2 unit/s ROOM:203 WALL MOUNTED 2.5HP 2 unit/s ROOM:204 WALL MOUNTED 2.5HP 2 unit/s ROOM:205 WALL MOUNTED 2.5HP 2 unit/s ROOM:103 FLOOR MOUNTED 5.0TR 1 unit/s 6 GUSALING CORAZON AQUINO AVR-2A: (CASBE) CEILING MOUNTED 4.0TR 2 unit/s AVR-2B: (CASBE) CEILING MOUNTED 4.0TR 2 unit/s ROOM:309 CEILING MOUNTED 3.0TR 1 unit/s ROOM:308 CEILING MOUNTED 3.0TR 1 unit/s DRAWING LAB. CEILING MOUNTED 3.0TR 2 unit/s ROOM:307 CEILING MOUNTED 3.0TR 1 unit/s ROOM:306 CEILING MOUNTED 3.0TR 1 unit/s ROOM:305 CEILING MOUNTED 3.0TR 1 unit/s ROOM:304 CEILING MOUNTED 3.0TR 1 unit/s ROOM:303 CEILING MOUNTED 3.0TR 1 unit/s ROOM:302 CEILING MOUNTED 3.0TR 1 unit/s ROOM:301 CEILING MOUNTED 3.0TR 1 unit/s CPT FLOOR MOUNTED 3.0TR 1 unit/s 7 GUSALING LACSON PCACS OFFICE FLOOR MOUNTED 3.0TR 1 unit/s SOCIAL WORK FLOOR MOUNTED 3.0TR 1 unit/s SPEECH LAB. CEILING CASSETTE 3.0TR 2 unit/s RADIO LAB. CEILING CASSETTE 2.0TR 5 unit/s CS FACULTY ROOM WINDOW TYPE 2.5HP 1 unit/s TOTAL AIRCON UNITS 85 GRAND TOTAL Created by Ron Marr P. Evangelista Date Created 13/06/2024 The PhilGEPS team is not responsible for any typographical errors or misinformation presented in the system. PhilGEPS only displays information provided for by its clients, and any queries regarding the postings should be directed to the contact person/s of the concerned party.       PAMANTASAN NG LUNGSOD NG MAYNILA
NAICS
Power Nonferrous Metal (except Copper and Aluminum) Rolling Business All Other Professional Instruments and Related Products Manufacturing for Measuring Paint Professional Justice Bolt Electric Power Transmission Paint Nonferrous Metal (except Copper and Aluminum) Rolling Regulation Other Foundation Copper Other Foundation Ventilation Religious Furniture Financial Transactions Processing Securities Justice Other Professional Automotive Body Automotive Body Highway Copper Rolling Construction Architectural Gift Other Justice Copper Rolling Coating Machinery Regulation Highway Other Aluminum Rolling Gift Colleges Colleges Agriculture Corporate Colleges Highway Financial Transactions Processing Paint Foundation Coating Research and Development in the Physical Other Similar Organizations (except Business All Other Professional Other Justice Other Similar Organizations (except Business Agencies Ventilation Research and Development in the Physical Copper Construction Professional Process Funds
CPVS
Parts of pumps, compressors, engines or motors Signage Tools Parts of structures Inverters Earthmoving and excavating machinery, and associated parts Restoration work Laboratory, optical and precision equipments (excl. glasses) Silver System, storage and content management software package Switches Oranges Microscope eyepieces, condensers, collectors, tubes, stages and covers Wire Bolts Control, safety, signalling and light equipment Calendars Sections Construction, foundation and surface works for highways, roads Tubing Compressors Slips Lavatory seats, covers, bowls and cisterns Pipes Engineering, auxiliary, average, loss, actuarial and salvage insurance services Boards Control, safety or signalling equipment for inland waterways Stocks Frames Fabrication work Conduit Sales, marketing and business intelligence software package Wells construction work PH meters Training, workout or aerobic services Office, school and office equipment cleaning services Meters Safety cases Document creation, drawing, imaging, scheduling and productivity software package Circuit breakers Seals Permits Control, safety or signalling equipment for parking facilities Masonry work Construction work Machinery for cleaning, filling, packing or wrapping bottles or other containers Command, control, communication systems Copper Parts of condensers Sales, marketing and business intelligence software development services Fittings Supports Structures and parts Insulation work Document creation, drawing, imaging, scheduling and productivity software development services Concrete Air filters Control, safety or signalling equipment for port installations Surveying, hydrographic, oceanographic and hydrological instruments and appliances Command, control, communication and computer systems System, storage and content management software development services Forms Electrical wiring work Concrete work Lifting, handling, loading or unloading machinery Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Transfers Windows Pressure-reducing, control, check or safety valves Drain Cladding Other services Steel Piping Seats, chairs and related products, and associated parts Envelopes Control, safety or signalling equipment for roads Display cases Oxides, peroxides and hydroxides Goods used in construction Envelopes, letter cards and plain postcards Electrical, electromagnetic and mechanical treatment Windows, doors and related items Pipeline, piping, pipes, casing, tubing and related items Dismantling works Architectural, construction, engineering and inspection services Brochures Paints Security, fire-fighting, police and defence equipment Radio, television, communication, telecommunication and related equipment Electronic, electromechanical and electrotechnical supplies Designs Cladding works Anchors Tool parts Manuals Paints, varnishes and mastics Control, safety or signalling equipment for airports Dates Tools, locks, keys, hinges, fasteners, chain and springs
UNSPSC
Insulation Windows Bolts Anchors Tape Paints and primers Inverters Condensing units Drain Compressors Filters Air filters pH meters Q Meters Boards Calendars Barricades Display cases Awards Radios Signage Well engineering Corporate states Trade agreements Equipment cases Case making services Two way radios Refrigerant Seals Cleaning, sorting, and grading machine parts and accessories Financial Instruments, Products, Contracts and Agreements Securities Power Supply, Computer Power supply Tent, for office use E-Passport, Id, E-Health Services, Surveys, Planning & Studies (Aviation) Suction pump, manual Suction pump, electrical Clinical laboratory and toxicology testing systems, components, and supplies Training, Technical: Crew Resource Management, Emergency Procedures, Dangerous Goods Clinical laboratory and toxicology testing systems, components, and supplies
Regions
APEC Countries Asia
Sectors
Civil Works Building Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Engineering Postal and Courier Services Roads and Highways-Bridge Oil and Gas Infrastructure Water and Sanitation Law and Legal Transportation Printing and Publishing Services Cement and Asbestos Products Railways-Rail-Railroad Plastic and Rubber Education and Training Defence and Security Electricity Construction Agriculture-Food and Beverages Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables Steel Laboratory Equipment and Services Aviation Electronics Building Material Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert