Advertisement Tenders
Advertisement Tenders
Gloucestershire County Council Tender
Education And Training Services
United Kingdom
Details: Following Changes To The Way Local Authorities Are Funded For School Improvement Activity, Gloucestershire Local Authority Is In The Position To Expand Its Offer To Schools Through A Traded Model With A Wider Range Of Skills And Services Available To Purchase. The Proposed Framework Agreement Will Allow Additional External Advisers To Be Recruited So That The Council Can Offer An Expanded School Improvement Adviser Offer To Our Schools As Well As Additional Services Which Advisers On The Framework Can Offer The Framework Will Be Cost Neutral To The Council As It Will Only Call-off The Services Of External Advisers From The Framework Agreement When Schools Have Purchased Their Advice/time. New Applications To The Pseudo-framework Will Only Be Assessed Three Times A Year, On The Friday Of First Week Of The Gloucestershire School Terms 2, 4 And 6. Exact Dates Will Be Confirmed Once School Holidays Are, Via The Link In Section I.3 Of This Notice. We Expect Potential Providers To Meet A Number Of Minimum Standards; These Are Detailed In The Itt. We Advise All Interested Providers To Read The Entire Itt And All Documents Referenced Or Linked To Within The Itt Carefully, To Inform Themselves About The Opportunity And Whether They Would Be Interested In Submitting A Response. Deadline For Submitting A Tender Response In Round 5 Will Be 15th January 2025. With Subsequent Rounds Advertised In Due Course. Please Login To Procontract Via Www.supplyingthesouthwest.org.uk And Register Your Interest In The Opportunity. All Questions Related To This Contract Should Be Sent Using The Discussions Function Which Will Be Available Once You Have Logged In And Registered Your Interest. Additional Information: The Procurement Process The Services Required Under This Procurement Fall Within Schedule 3 Of The Public Contracts Regulations 2015 (si 2015/102) And Is Therefore Not Bound By All Of Its Requirements. Consequently, The Procurement Process Adopted By The Council Has Been Developed In Accordance With Regulation 76 Of The Regulations And In Particular In Accordance With The Fundamental Public Procurement Principles Of Transparency And Equal Treatment. The Council Will Follow Its Own Modified (pseudo) Version Of The Framework Process Prescribed Under Regulation 33. The Modified Process Reflects The Importance Of The Statutory Requirements Of The Council To The Children And Young People Requiring Support, The Immediate Nature Of The Services And Maintains The Principles Of Fairness, Openness And Transparency. We Would Also Request That We May Approach Your Referees During The Evaluation Process. This Should Allow For A More Timely Reference Process And Allow Assignments To Be Carried Out As Soon As Feasibly Possible.
Closing Date15 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Paints and Enamels
South Africa
Details: Rfq Type Goods Goods Struct Building & Hardware Mat Reference Number Gg12500463 Title Enamel Paint;canary Yellow;hg;5l Description 35 Each X Enamel Paint;canary Yellow;hg;5l Specification* 1.nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2.please Ensure That You Attach The Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation: ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/02/18 Delivery Tologistics - Ndabeni Store Paints & Oils Ph: 021 444 5451 Delivery Address25 Oude Molen Road, Ndabeni Contact Personnichlas Richard Van Der Vent Telephone Number0214445454 Cell Number Closing Date2025/01/24 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note The Onus Rests With The Service Providers To Download The Returnable Documentation Attached To This Advert. Failure To Submit The Attached Quotation Document In Response To This Advert Will Render Your Quote Non-responsive. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date24 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Civil And Construction...+1Construction Material
South Africa
Details: Rfq Type Goods Goods Agricultural Goods Reference Number Gg12500455 Title Sprinkler Pop Up Plastic 25mm Adj 360° Description 14 Each X Sprinkler Pop Up Plastic 25mm Adj 360° Specification* Ref Gg12500455 Sprinkler Type Pop Up Material Plastic Size 25mm Specifications Adjustable 360°. 18/20m Radius Brand Hunter I-25 Or Equivalent Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/04/09 Delivery Tologistics Ndabeni Store Fuel & Plumbing Ph 021 444 5450 Delivery Address25 Oude Molen Road, Ndabeni Contact Personevette Adele Joseph Telephone Number0214445929 Cell Number Closing Date2025/01/22 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018.no Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date22 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500481 Title Ignitor Sl Hps 70-400w 230v Description 300 Each X Ignitor Sl Hps 70-400w 230v Specification* Streetlight Ignitor - Type High Pressure Soduim Wattage Range 70 - 400w Voltage 230v Standards Bearing The Sabs Mark 60927 Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". ****please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Made Non-responsive**** *nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation.** Delivery Date2025/02/21 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address13 Melck Street, Ndabeni Contact Personshawn Fortune Telephone Number0214449980 Cell Number Closing Date2025/01/22 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date22 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Electrical Goods and Equipments...+2Electrical Cables And Wires, Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500494 Title Cable 3c 1.5mm Extension With Reel 30m Description 40 Each X Cable 3c 1.5mm Extension With Reel 30m Specification* Cable - Number Of Cores 3c Size 1.5mm Type Extension With Reel Unit Of Length 30m Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". ****please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Made Non-responsive**** *nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation.** Delivery Date2025/02/28 Delivery Tologistics - Ndabeni Store Stationary / Electrical Ph 021 444 5452 Delivery Address25 Oude Molen Road, Ndabeni Contact Personnatasha Daniels Telephone Number0214445452 Cell Number Closing Date2025/01/28 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date28 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Others
South Africa
Details: Rfq Type Goods Goods Ict - Software Reference Number Gk12500386 Title Sketch Up Pro Licence Renwal Description 1 Each X Sketch Up Pro Licence Renwal Specification* Gk12500386 1 X Sketch Up Pro Renewal Company City Of Cape Town End User 01 Clayton.vanneel@capetown.gov.za Expiry Date 4 December 2024 So 1860773 Department Transport Infrastructure Implementation Approved Ref 2101723757 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. Delivery Date2025/06/30 Delivery Toinformation Tech And Telecom Maintenance Planning Plant Delivery Address12 Hertzog Blvd, Cape Town Contact Personkezia Lees Telephone Number0214003219 Cell Number Closing Date2025/02/05 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date5 Feb 2025
Tender AmountRefer Documents
Dumaguete City Tender
Civil And Construction...+1Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Province Of Oriental Negros City Of Dumaguete Barangay Junob Tel. # 226-3788 -000- Invitation To Bid Purchase Of Construction Materials For Material Recovery Facilities (mrf) 1. The Barangay Junob, Through The Gaa 2024 Fund Intends To Apply The Sum Of Three Hundred Forty Nine Thousand Four Hundred Ninety Pesos Only (p 349,490.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply And Delivery Of Construction Materials For Material Recovery Facilities (mrf) Of Barangay Junob, Dumaguete City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. The Barangay Junob Now Invites Bids For Hereunder List Of Item: Item No. Qty Item/description Approved Budget For The Contract Price Of Bid Documents (non-refundable) Delivery Period 1 480 Pcs. Chb 4” 6,720.00 200.00 Within 30 Cd 2 193 Bags Portland Cement 40kgs 51,145.00 3 15 Cu.m. Sand Std. Specs. 14,250.00 4 17 Cu.m. Crushed Gravel ¾”ø Max.size 25,500.00 5 35 Length Dsb 12mm Ø X 6.0m 8,750.00 6 156 Length Dsb 10mm Ø X 6.0m 25,740.00 7 7 Kgs Gi Tie Wire # 16 665.00 8 10 Pcs. Hacksaw Blade 18t 750.00 9 5 Pcs. Empty Plastic Container 20 Ltrs. Cap 500.00 10 1 Mtr. Mesh Wire 1/8” X 4” 165.00 11 40 Bd.ft. Coco Lumber 2”x2”x8” 15 Pcs 1,200.00 12 40 Bd.ft. Coco Lumber 2”x3”x8” 10 Pcs 1,200.00 13 3 Sheets Marine Plywood ¼” X 4”x8’ 1,500.00 14 3 Kgs. C.w. Nails 4” 240.00 15 2 Kgs. C.w. Nails 2” 180.00 16 1 Kgs. C.w. Nails 1 1/2” 90.00 17 150 Sheets Corrugated G.i. Sheets 0.40mm X 8’ 51,000.00 18 8 Length G.i. Pipe 4”ø S-40 43,840.00 19 33 Length G.i. Pipe 1 1/4”ø S-40 46,200.00 20 20 Length G.i. Pipe 1”ø S-40 20,000.00 21 57 Length Hat-type Battens 0.60mmx6m 28,215.00 22 10 Pcs. Metal Cutting Disc 4” 4,000.00 23 20 Kls Welding Rod 1/8”ø 3,300.00 24 2 Ltrs. Elastomeric Roof Sealant 800.00 25 10 Gals. Red Oxide Epoxy Primer 6,000.00 26 2 Gal. Paint Thinner 1,180.00 27 2 Pcs. Paint Brush 2” 450.00 28 2 Pcs. Paint Brush 4” 450.00 29 20 Pcks. Metal Tekscrew 1 ½” Full Thread 100 Pcs/pk 4,500.00 30 1 Unit Tarpauline W/ Print 64.oosq.ft. 960.00 The Schedule Of Bidding Activities Is As Follows: Activities Schedule Advertisement/posting Of The Invitation To Bid Feb. 7, 2025 – Feb. 17, 2025 Issuance And Availability Of Bid Documents Feb. 10, 2025 – Feb. 17, 2025 Deadline Of Submission Of Bids Until 9:30 A.m., Feb. 17, 2025 Opening Of Bids 9:30 A.m.. Feb. 17, 2025 2. Bidders Should Have Completed, Within 3 Years (feb. 2022 – Feb. 2025) 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. 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 Barangay Junob – Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 17, 2025 From The Given Address And Upon Payment Of A Fee In The Amount Of Two Hundred Pesos (p 200.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Which Will Be Presented In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 17, 2025, 9:30 A.m.. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On February 17, 2025, 9:30 A.m. At The Given Address. 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. 9. The Barangay Junob 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. 10. For Further Information, Please Refer To: Mrs. Fely S. Rodriguez Bac Secretariat Barangay Junob Junob, Dumaguete City Tel. No.: 09753422065 E-mail Address: Brgy.junob@gmail.com Estelita B. Lingcong Bac Chairperson Barangay Junob Tel No.: 09753422065
Closing Date17 Feb 2025
Tender AmountPHP 349.4 K (USD 6 K)
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Network Development Program, Road Widening - Secondary Roads, Marinduque Circumferential Road - K0095+526 - K0097+077, K0097+137 - K0097+812 (re-advertisement) 1. The Dpwh-marinduque District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php 104,072,172.89 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ea0018-r1 - Network Development Program, Road Widening - Secondary Roads, Marinduque Circumferential Road - K0095+526 - K0097+077, K0097+137 - K0097+812. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-marinduque District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Network Development Program, Road Widening - Secondary Roads, Marinduque Circumferential Road - K0095+526 - K0097+077, K0097+137 - K0097+812 Contract Id No. : 25ea0018-r1 Locations : Gasan, Marinduque Station Limits : K0095+526 - K0097+077, K0097+137 - K0097+812 Scope Of Works : Concreting Of Additional Lane 2,220.00 L.m. X 3.35 M X 0.28 M. Thk. Pccp With 2.00m X 0.23 M. Thk. Concrete Shoulder Both Sides. Construction Of 2,145 L.m. Lined Canal (class B) And 588 Cu.m. Concrete Slope Protection. Installation Of 189 L.m. Structured Wall Pipe, 16 L.m. 0.90m Dia. Rcpc, Metal Guard Rail, And Pavement Markings With Provisions For Bike Lane. Approved Budget For The Contract : Php 104,072,172.89 Contract Duration : 247 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidders Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of At Least B For Medium A. 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). 5. Interested Bidders May Obtain Further Information From The Dpwh-marinduque District Engineering Office And Inspect The Bidding Documents At Dpwh Marinduque Deo, Boac, Marinduque During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 3-23, 2025 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 50,000.00. 7. The Bidding Documents 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 Dpwh-marinduque District Engineering Office Will Hold A Pre-bid Conference On January 10, 2025, 9:00 A.m. At The Dpwh Marinduque Deo, Boac, Marinduque And Through Videoconferencing/webcasting Via Microsoft Teams, Which Shall Be Open To Prospective Bidders Via This Link Https://teams.microsoft.com/l/meetup-join/19%3ameeting_othiyjbkzwitzdmyns00ythlltkymzgtmmrhzdyyoty3otky%40thread.v2/0?context=%7b%22tid%22%3a%22b9e41a5f-4398-4578-89cf-6d3cdb824dcb%22%2c%22oid%22%3a%2267f51522-68c8-45e4-b629-a2cd72ac069a%22%7d. 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 Bds Itb Clause 7. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_marinduque@dpwh.gov.ph For Electronic Submission On Or Before January 23, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12. Bid Opening Shall Be On January 23, 2025, 10:00 A.m., Immediately After The Deadline For The Submission Of Bid At Dpwh Marinduque Deo, Boac, Marinduque And Through Microsoft Teams With The Link Indicated In The Bds Itb Clause 17.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 13. The Dpwh-marinduque District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Fernan S. Diaz Chief, Planning And Design Section Bac Chairperson Boac, Marinduque (042) 332-0806 Diaz.fernan@dpwh.gov.ph Julito M. Maglacas Engineer Iii Head, Bac Secretariat Boac, Marinduque (042) 332-1086 0915-738-6644 Maglacas.julito@dpwh.gov.ph Approved By: (sgd) Fernan S. Diaz Bac Chairperson Date: January 03, 2025
Closing Date23 Jan 2025
Tender AmountPHP 104 Million (USD 1.7 Million)
Offizielle Bezeichnung Tender
Software and IT Solutions
Germany
Description: Contract notice – general guideline, standard regulation Open procedure (services) Procurement of support and consulting services for SAP standardization and automation based on the software product Streamworks The aim of this tender is to conclude a framework agreement for the procurement of support and consulting services for SAP standardization and automation based on the software product Streamworks. Procurement of support and consulting services for SAP standardization and automation based on the software product Streamworks The main focus for SAP infrastructure projects during the term of the framework agreement is - the migration of the central systems to the S4/HANA world of SAP. Due to the state’s requirements for SAP systems, an on-premise solution will continue to be operated in the HZD’s Rz. - Other current projects will only be listed here in bullet points. - Introduction and expansion of SAP Middleware (SAP-PO) - Expansion of the use of Solution Manager (ALM) - Introduction of various tools to optimize operational processes (Focused Run, Ansible, Bluecopy) - Introduction and expansion of hybrid solutions with cloud connection to the current on-premise solutions The relevant project tasks require external support and advice. Against this background, the contractor is expected to be familiar with the working methods in an SAP-certified CCOE (basic certification), compliance-compliant working methods (including IDW PS 330), process-supported incident management, change management and problem management in accordance with ITIL V3 and Prince2 as a process model for project management, as well as the respective processes, and to be practiced by the people he employs. For the services advertised, only one person should be offered for each role (R 1.1 and R 1.2) (so a maximum of two people in total). If appropriately qualified, the same person can be specified for two roles. Description of the service: In detail, it can be assumed that services are to be provided for the following areas of responsibility: - Role 1.1: Further development of the standardization and automation of process flows, in particular using Streamworks - Role 1.2: Operation and maintenance of Streamworks and associated components The advertised service is divided into two profiles. In order to successfully solve the tasks named below, for each area of responsibility, many years of practical experience in the enterprise environment in the tasks named is a prerequisite. Tasks (role R1.1): By taking on this area of responsibility, the independent and uninstructed completion of the following tasks is planned: - standardization and automation of repetitive processes in SAP Basis operations, in particular payroll accounting, in particular using Streamworks This task is typically divided into the following individual steps: - Identify processes worthy of standardization and automation - Create a solution concept for this - Implement the solution concept using tools (preferably with Streamworks or SAP's own Tools) - Implementation in own programming (batch scripts, Perl, ...) - Quality assurance - Documentation - Creating and revising higher-level concepts for standardization and automation in SAP-basis operations - Maintenance and further development of automation areas already implemented with the help of Streamworks (particularly in payroll accounting) - Knowledge transfer to employees of the HZD and the HCC Qualification: College or university degree in IT or an IT-related subject (e.g. computer science, business informatics, natural sciences, mathematics) or comparable knowledge and skills acquired in practice. At least 36 months of experience for each of the following required qualifications: - Standardization and automation of repetitive processes in SAP Basis operations - identification of processes worthy of standardization and automation - Creation of solution concepts - Creation and revision of higher-level concepts for standardization and automation in SAP Basis operations At least 60 months of experience for each of the following required qualifications: - Tool-supported implementation of automation projects with Streamworks and SAP's own tools - Maintenance and further development of processes that are already automated with Streamworks - Implementation through in-house programming (batch scripts, Perl) At least 12 months of experience for each of the following required skills: - Collaboration in higher-level projects and committees - Communication and documentation of decisions and processes - Application of processes for knowledge transfer Tasks Role R1.2: Taking on this area of responsibility means completing the following tasks independently and without instructions Intended: - Operation and maintenance of Streamworks and associated components This task is typically divided into the following individual steps: - Activities related to the Streamworks server, in particular the installation of release upgrades and updates - Operation of the Streamworks GUI, in particular the installation of release upgrades and updates, as well as configurations - Operation and setup of additional functionalities in Streamworks, primarily reporting and the self-service portal, including configuration and certificate import - Operation of the Streamworks agents, in particular their installation, upgrades, configuration and certificate import - Operation of the interfaces required for Streamworks, in particular their configuration and upgrades - Support in the event of faults - Knowledge transfer to employees of the HZD and the HCC The qualification requirements can be found in the service description. All other requirements for the provision of services and the description of the work environment can also be found in the service description (file "service description").
Closing Date17 Feb 2025
Tender AmountRefer Documents
Nueva Ecija University Of Science And Technology - NEUST Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Supply, Delivery And Installation Of Hybrid And Electric Vehicles For Advanced Learning And Instruction In The Mechanical Engineering Program Location: College Of Engineering, Neust Sumacab Campus, Cabanatuan City Approved Budget For The Contract: Php27,017,500.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php25,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Car Train "hybrid And Electric Vehicles 1 Set Hybrid And Electric Vehicles Sybapro Experiment Trolley For Unit, 1070x1350x800mm With 5 Layer Hanging Base Cabinet Safety Zone Unit (hybrid And Electric Vehicles) Standard Group Lock Box For Lockout/tagout (with 1 Padlock) Composite Insulating Gloves, Class 0 Insulation Tester (1000v/2gω, Cat Iii 1000v, Cat Iv 600v) Charging Station For Pev And Phev Sideways Training Panel Frame Extension Two-pole Voltage Tester, 12-690v/ac/dc Cat Iii 690v, Cat Iv 600v Extended Safety Equipment For Diagnostics On Hv Vehicles Includes Safety Helmet, Face Shield, Balaclava, Insulating Stand Mat And Other Ppes Suited For The Experiment Fiber Pole For High Voltage Systems Protection Cover For Unit Experiment Trolleys Monitor Holder For Flat Screen Monitor Of Weight Up To 15kg/33lbs Hv Safety 2000 2 System 1 Set Car Train Interface With Virtual Instruments Car Train Experimenter Car Train Measurement Accessories, Shunts And Connection Cables Computer-based Training And Experimentation System Multimedia Combines Cognitive And Hands-on (haptic) Training Units Areas Of Basic And Advanced Electrical Engineering, Electronics And Automotive Technology Labsoft, An Open Experiment Delivery Platform Courses Teach The Theoretical Building Blocks And Provide Experiments Intelligent Measurement Interface Supplies Analog And Digital Measuring And Control I/o High Quality Item Of Laboratory Equipment With Virtual Instruments Vehicle Stabilization Systems - Abs, Esc And Tcs Course: Vehicle Stabilization Systems - Abs, Esc And Tcs Car Train Storage Case For Experiment Board Terms And Conditions: 1. Bidder Should Provide 1 To 2 Years Full Warranty On Parts And Labor 2. Delivery Period: 120 Calendar Days 3. Bidder Should Provide Continuous Free Training And Maintenance During Warranty Period. 4. Bidder Should Submit 100% Credit Line Certificate Equivalent To Approved Budget Ceiling 5. Bidder Should Perform The Site Inspection, Site Inspection Certificate Issued By The End User Shall Be Part Of The Eligibility Requirements 6. The Bidder Must Provide Instructional Manual, Brochures And Assembly Drawings Of Unit. 7. Provide Extra Consumables (wire, Connection Ports, Extra Sockets And Cables, Ferrules, Crimper, Wire Cutter) 8. Lifetime Software License. The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. 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 Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology 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. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 27 Million (USD 465.5 K)
4781-4790 of 6226 archived Tenders