Advertisement Tenders

Advertisement Tenders

Municipality Of Pastrana, Leyte Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 104 K (USD 1.7 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Pastrana -ooo- Purchase Of Business Plates And Other Supplies 1. The Local Government Unit Of Pastrana, Through The Mooe Funds Cy 2025, Intends To Apply The Sum Of One Hundred Four Thousand Pesos (p 104,000.00 ), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Purchase Of Business Plates And Other Supplies Of Lgu-pastrana And Project Identification Number- Bac-goods-2025- 001- Epa. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Pastrana Now Invites Bids For The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2026 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Purchase Of Business Plates And Other Supplies Of Lgu-pastrana Must Be Delivered Within Fifteen (15 ) Calendar Days. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given During Working Hours From 8: 00 A.m. To 5:00 P.m, Monday To Friday, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders ____ From Given Address Below And Upon Payment In The Amount Of Five Hundred Pesos (p500.00) Which Will Be Presented In Person To The Bac Secretary For The Bidding Documents , Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Pastrana Will Not Hold A Pre-bid Conference On _______ Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Building Wherein The Bid Box Is There And Dropping On Or Before February 12, 2025/ 10:00 A. M./ Bac Office. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In It Clause 14. 9. Bid Opening Shall Be On February 12, 2025/ 10:00 A.m. At The Bac Office At The Given Address. Bids Will Be Opened In The Presence Of The Bidders/ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Pastrana 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without There Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Bac Secretariat : Raynario C. Galvez Bac Secretariat : Myrna D. Udtohan Address : Bac Office, Lgu-pastrana Address : Bac Ofice, Lgu-pastrana Mobile No. _______ Mobile No. : 09563770176 E-mail Address : Bac E-mail Address Bac Schedule Of Activities: No. Activity Time Place 1. Advertisement/ Posting Of Invitation To Bid January 24-30, 2025 *hard Copies At Bac Secretariat, Bac Office , Municipality Of Pastrana 2. Pre-bid Conference None Bac Office, Municipality Of Pastrana 3. Issuance And Availability Of Bidding Documents January 24-february 12, 2025 Bac Office, Municipality Of Pastrana 4. Submission And Receipt Of Bids ( Includes Eligibility Check And Opening Of Bids) February 12, 2025/10:00 A...m./bac Office Bac Office, Municipality Of Pastrana 5. Bid Evaluation February 13, 2025 6. Post-qualification February 14, 2025 7. Approval Of Resolution/issuance Of Notice Of Award February 17, 2025 8. Contract Preparation & Signing February 18, 2025 9. Issuance Of Notice To Proceed February 19, 2025 Important Reminders : (a) Each And Every Page Of The Bid Forms, Under Section Viii: Checklist Of Technical And Financial Documents Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. (b) Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. C) Bid Documents Shall Be Complied In A Folder/ Binder With The Annexes Properly Labeled With Tabs/ Separators. (d) Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Enclosed In Separate Sealed Envelopes, Which Shall Be Submitted Simultaneously: (a) The First Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Eligibility Requirements And Technical Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (1): Original – Eligibility Requirements And Technical Component Envelope (2): Copy1- Eligibility Requirements And Technical Component Envelope (3): Copy2- Eligibility Requirements And Technical Component (b) The Next Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Financial Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (4): Original- Financial Component Envelope (5): Copy1- Financial Component Envelope (6): Copy2- Financial Component C) Bidders Shall Enclose, Seal And Mark The Following: Envelope (7): Envelope (1) And Envelope (4) Enclosed In One Sealed Envelope Marked “original-bid” Envelope (8): Envelope (2) And Envelope (5) Enclosed In One Sealed Envelope Marked “copy 1-bid” Envelope (9): Envelope (3) And Envelope (6) Enclosed In One Sealed Envelope Marked “copy2-bid” (d) Envelopes (7) To (9) Shall Then Be Enclosed In A Single Sealed, Signed Final/ Outer Envelope/ Package/ Box E) All Envelopes (envelopes (1) To (9) And The Final/ Outer Envelope/ Package/ Box) Shall Indicate The Following: - Addressed To The Procuring Entity’s Bac - Name And Addressed Of The Bidder In Capital Letters - Name Of The Contract/ Project To Be Bid In Capital Letters - Bear The Specific Identification/ Reference Code Of This Bidding Process - Bear A Warning “do Not Open Before. . .” The Date And Time For The Opening Of Bids The Chairperson Bids And Awards Committee Bac Office Lgu-pastrana, Leyte Name Of Bidder : ____________________________________ Address : ____________________________________ E) Bids Submitted After The Deadline Shall Only Be Marked For Recording Purpose, Shall Not Be Included In The Opening Of Bids, And Shall Be Returned To The Bidder Unopened. (f) Bidders Shall Submit A Copy Of The Authority To Notarize Issued By The Regional Trial Court To The Notarial Public. G.) During Pre-bid Conference Bidder Shall Show Proof Of Evidence That He/she Is The Owner Of The Construction Firm And If Representative He/she Present Original Copy Through A Special Power Of Attorney (spa) And Pcab License Of The Contractor They Represent (h.) Timeliness And Responsiveness Of The Procurement And Payment Will Be Made After Complete Delivery. Anacleta G. Gabriente Bac Chairperson

Municipality Of Don Victoriano Chiongbian, Mis Occidental Tender

Healthcare and Medicine
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 843 K (USD 14.5 K)
Details: Description Invitation To Bid The Local Government Unit Of Don Victoriano, Misamis Occidental Through Its Bids And Award Committee (bac), Invites Suppliers / Contractors To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Procurement Of Drugs And Medicines Location : Local Government Unit Of Don Victoriano, Misamis Occidental Source Of Funds : General Fund 2025 Approved Budget For The Contract : Php 843,050.00 Id Number Project Name Brief Description Abc Delivery Schedule Quantity Uom Items Dv-2025-g08 Procurement Of Drugs And Medicine Bottle 200 D5lr 1 Liter Php. 843, 050.00 7 Calendar Days Bottle 100 D5w 1 Liter Box 5 Budesonide 250mg/ml 2ml Nebule 30's/box Vial 20 Ceftriaxone 1gram/vial Box 50 Celecoxib 200mg Capsule Box 200 Cefalexin 500mg Capsule Box 200 Cetirizine 10mg Tablet Box 800 Cetirizine 1mg/ml 60ml Syrup Box 20 Clean Gloves Vial 50 Hydrocortisone 250mg Powder, Vial Box 100 Co-amoxiclav 625mg Tablet Bottle 300 Dicycloverine Hydrocloride 10mg/5ml Syrup Box 2 Dafflon (disomin + Hesperidin) 500mg Tablet Tube 30 Erythromycin Ophthalmic Ointment 0.5%,5g Tube Box 200 Feso4+ Folic Acid ( 60mg+400mcg) Tablet Box 30 Salbutamol + Ipratopium Nebule 30's/box Box 30 Salbutamol 2mg Tablet Box 30 Sambong 500mg Tablet Jar 3 Silver Sulfadiazine Cream 1% 500g Jar Roll 10 Gauze Roll 24x282 Ply Box 20 Hyoscine-n-butyl Bromide 10mg Tablet Ampule 40 Ketorolac 30mg/ml 1ml/ampule Bottle 600 Lagundi 300mg/5ml 60ml Syrup Box 150 Lagundi 600mg Tablet Box 200 Losartan 50mg Tablet Can 20 Lysol Disinfectant Spray 340gm Gallon 4 Lysol Gallon Boxes 5 Metoprolol 50mg Tablet Bottle 100 Pnss 1 Liter Bottle 100 Plain Lr 1 Liter Box 100 Oxygen Nasal Cannula, Adult Size Tube 30 Mupirocin Ointment 2% 5g Tube Piece 10 Nebulizer Kit With Mask Bottle 20 Ofloxacin Eye Drops 0.3 5ml Bottle Box 50 Omeprazole 20mg Capsule Box 10 Methyldopa 250mg Tablet Box 800 Paracetamol 100mg/ml Drops 15 Ml Box 1200 Paracetamol 250mg/5ml Suspension Box 450 Paracetamol 500mg Tablet Ampule 50 Ranitidine 50mg/2ml Vial 150 Tetanus Toxoid 10ml/vial Vial 50 Tranexamic Acid 100mg/ml 5ml Ampule Tube 50 Lubricating Jelly Box 10 Tranexamic Acid 500mg Capsule Box 20 Surgical Tape 3m Box 100 Vitamin B-complex Tablet Box 2 Betahistine 16mg Tablet Box 5 Isoxsuprine 10mg Tablet Box 5 Lidocaine Hcl + Epinephrine 20mg/10mcg Dental Anesthesia 1.8ml Carpule Box 30 Oral Rehydration Solution Sachet Ampule 50 Gentamicin 40mg/ml Ampule Ampule 10 Alprazolam .5mg/ml Ampule Piece 100 Oxygen Mask Adult Piece 100 Oxygen Mask Pedia Box 20 Syringe 10cc 100pcs/box Roll 20 Cotton Roll Vial 20 Anti-rabies Serum 200 Iu/ml 5 Ml Vial (equine) Ampule 15 Rabies Immunoglobulin (human) 200 Iu/ml 2ml Box 10 Vitamin C Capsule Box 10 Aciclovir 400mg Tablet Vial 50 Ampicillin 250mg Powder For Injection Ampule 20 Nicardipine 1mg/ml 10 Ml Ampule Piece 10 Soluset/ Volumetric Set Ampule 20 Morphine 10mg/ml Ampule Bottle 5 Tobramycin 0.3% 5ml Ophthalmic Drops Box 10 Racecadotril 100mg Tablet Box 100 Metformin 500mg Tablet Box 100 Gliclazide 80mg Tablet Box 2 Isosorbide Dinitrate 5mg Tablet Box 30 0.5cc Syringe 100pcs/box Box 20 Glucostrips Sinocare Safe- Accu 2 Box 20 Glucostrips Indoplas Elite Igs102 Box 20 Glucostrips Glucosure Autocode Box 20 Glucostrips Indoplas Elite Igs103 Box 20 Glucostrips Accu Chek 333 Box 20 Glucostrips Sinocare Safe- Accu 2 Box 50 Calcium Carbonate 500mg Tablet Box 10 Cefixime 200mg Tablet Box 100 Multivitamins + Iron Capsule Box 30 Surgical Gloves Size 6 Box 30 Tuberculin Syringe G26 100pcs/box Box 30 Syringe 5cc 100pcs/box Prospective Bidders Should Have Experiences In Undertaking A Similar Project With In The Last 2 Years, With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre- Bidding Conference(s), Evaluation Of Bids, Post- Qualifications And Award Of Contract Shall Be Governed By The Pertinent Provisions Of Ra 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Bac Activities Schedule 1. Posting Period / Advertisement January 24, 2025 2. Issuance Of Bid Documents January 24, 2025-februay 17, 2025 (before 9:00 Am) 3. Pre-bid Conference February 3, 2025 At 9:30 Am 4. Deadline Of Submission Of Bid February 17, 2025 At 9:00am 5. Opening Of Bids February 17, 2025 At 9:30 Am Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Fee Of The Bidding Document Of One Thousand Pesos (php 1,000.00) For The Procurement Of Drugs And Medicines. The Local Government Unit Of Don Victoriano Assumes No Responsibility Whatever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information, Please Refer To: Juliet C. Nidoy Bac Chairperson Purok1, Don Victoriano Chiongbian Misamis Occidental Philippines 7216 Signature Of The Bac Chairperson Or The Authorized Representative Of The Bac Chairperson

Municipality Of Malangas, Zamboanga Sibugay Tender

Others
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 500 K (USD 8.6 K)
Details: Description The Municipality Of Malangas, Through The Bids And Award Committee (bac), Invites Suppliers/manufactures/distributors/contractors To Bid For The Hereunder Contract: Name Of Project : Purchase Of 1-unit Technical And Scientific Equipment/ Electronic Total Station Specifications: Telescope Length ; 150mm Objective Lens Diameter ; 45mm (edm 50mm) Magnification (x) ; 30 X Image ; Erect Field Of View ; 1°30' Resolving Power ; 2.5" Minimum Focus Distance ; 1.3m Distance Measurement Condition 1 1 Prism ; 3,000m 2,000m 3 Prisms ; 4,000m 2,700m 9 Prisms ; 5,000m 3,400m Condition 2 1 Prism ; 3,500m 2,300m 3 Prisms ; 4,700m 3,000m 9 Prisms ; 5,800m 4,000m Condition Sight Haze With Visibility About 20 Km (12.5 Miles) 1: Moderate Sunlight With Light Heat Shimmer. Condition No Haze With Visibility About 40 Km, Overcast With No 2: Heat Shimmer. Accuracy ; ±(2mm + 2ppm X D*)m.s.e. Least Count In Measurement Fine Measurement Mode Coarse Measurement Mode Tracking Measurement Mode 1mm (0.005 Ft.)/0.2mm (0.001 Ft.) 10mm (0.002 Ft.)/1mm (0.005 Ft.) 10mm (o.002 Ft.) Measurement Display ; 11 Digits: Max. Display ±999999.9999 Measuring Time Fine Measurement ; 1mm: Approx. 1.2sec. (initial 4 Sec.) Mode ; 0.2mm Approx. 2.8sec. (initial 5 Sec.) 0.7sec. (initial 3 Sec.) Coarse ; 0.4sec. (initial 3 Sec.) Measurement Mode Tracking ; (the Initial Time Will Be Different By A Condition) Measurement Mode Angle Measurement Method ; Absolute Reading Horizontal ; 2 Sides Vertical ; 2 Sides Minimum Reading ; 0.5"/1"(0.1/0.5mgon) 1"/5" (0.2/1mgon) Accuracy** ; 1" (0.3mgon) 2" (0.6mgon) 3" (1mgon) 5" (1.5mgon) Diameter Of Circle ; 71mm Tilt Correction Type ; Dual Axis Method ; Liquid Type Compensating Range ; ±4' Correction Unit ; 1" (0.1mgon) Computer Unit Os ; Microsoft Windows® Ce. Net 4.2 Processor ; 176.9mhz Hitachi Sh7750r Memory Ram ; 64m Byte Rom ; 2m Byte (flash Rom) +64m Byte(flasdisk) (a Portion Is Used For Pre-installed Programs And Data Management Function) Display ; 320 X 240 (qvga) Dots Graphic Lcd Tft Color Display With Back Lights And Touch Panel Functions 2 Sides 1 Side Card System ; Compactflash™card (type 1/11) Interface Serial 1/f Port ; Rs-232c(6pin) Usb (type B) For Activesync® Other Instrument Height ; 182mm Level Sensitivity Circular Level ; 10" / 2mm Plate Level ; 30" / 2mm Optical Plummet Magnification ; 3x Focusing Range ; 0.5m To Infinity Image ; Erect Point Guide ; Provided Dimension ; Gts-721 / 722 / 723 : 343(h) X 245(w) X 219(l)mm Gts-725 ; 343(h X 245(w) X 199(l)mm Weight Instrument (with Battery) ; 6.2kg(13.6lbs) 6.2kg(13.4lbs) Plastic Carryng Case ; 4.7kg(10lbs) Durability Dust/water Protection ; Lp54(base On The Standard Iec60529) Ambient Temperature Range ; -20°c To +50°c (-4°f To +122°f) Power Source On-board Lithuim-ion Battery Bt-61q (this Battery Does Not Contain Mercury) Output Voltage ; Dc 7.2v Capacity Maximum Operating Time At + 20°c Including Distance Measurement Auto Measurement Only Weight ; 4400m Ah Approx. 7.5 Hours Approx. 10 Hours 0.2kg(0.4lbs) Battery Charger Bc-30 Input Voltage ; Ac 120-340v Frequency ; 50 / 60hz Recharging Time (at +20°c/+68°f) ; 4 Hours Ambient Temperature Range ; +10°c To +40°c (+50°f To +104°f) Weight ; 0.15kg(0.3lbs) With Case And Tripad Location : Municipal Hall, Malangas, Zamboanga Sibugay Purchase Request No.: 25-01-053 Abc : Php 500,000.00 (five Hundred Thousand Pesos) Source Of Funds : General Fund Contract Duration : 15 Calendar Days Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With Nfcc Of Equal To The Abc To Be Bid. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference (s) Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Advertisement : January 31-february 7, 2025 2. Issuance Of Bids Documents : February 10-14, 2025 3. Pre-bid Conference : February 10, 2025 @ 10:00 A.m 4. Submission Of Bid Documents : February 20, 2025 Until 12 Noon Of February 21, 2025 5. Opening/evaluation Of Bids : February 21, 2025 @ 2:00 P.m 6. Post-qualification : February 24, 2025 @ 9:00 A.m Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 500.00 To The Municipal Treasurer’s Office. The Municipality Of Malangas Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Municipality Of Malangas Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And Reject All Bids Any Time Prior To Contract Award, Without Hereby Incurring Any Liability To The Affected Bidder Of Bidders. Victor L Laguna, Rce Bac Chairman

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0021 – Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 4,949,999.80 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0021- Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 150 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Procurement Id/contract Id: 25ff0021 Contract Name: Construction Of Multi-purpose Building Barangay Paolbo, Calabanga, Camarines Sur Brief Description: Construction Of Two-storey Multi-purpose Building With Concrete Foundation, Columns, Beams, Floor Slab, Roofing, Interior And Exterior Walls, Plumbing Works, Electrical Works, Mechanical Works & Finishing Works. Approved Budget For The Contract (abc): Php. 4,949,999.80 Source Of Funds: Nep Fy 2025 Contract Duration: 150 Calendar Days Cost Of Bidding Documents: P 5,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 7, 2025 From 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 Php 5,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 7, 2025 At 10:00am 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 15. 8. Bid Opening Shall Be On January 7, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 7, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 9.8 Million (USD 170.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Camarines Sur 3rd District Engineering Office Regional Office V Baras, Canaman Invitation To Bid For 25ff0027 – Bip: Acces Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Zone 6, Sitio Tugayan, Barangay Comaguingking, Calabanga, Camarines Sur The Dpwh Camarines Sur 3rd District Engineering Office, Through The Nep Fy 2025 Intends To Apply The Sum Of Php 9,899,898.98 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ff0027- Bip: Acces Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Zone 6, Sitio Tugayan, Barangay Comaguingking, Calabanga, Camarines Sur Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Camarines Sur 3rd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Project. Completion Of The Works Is Required 65 Cd. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Procurement Id/contract Id: 25ff0027 Contract Name: Bip: Acces Roads And/or Bridges From The National Road/s Leading To Major/strategic Public Buildings/facilities – Construction Of Road, Zone 6, Sitio Tugayan, Barangay Comaguingking, Calabanga, Camarines Sur Brief Description: Construction Of Concrete Road Approved Budget For The Contract (abc): Php. 9,899,898.98 Source Of Funds: Nep Fy 2025 Contract Duration: 65 Calendar Days Cost Of Bidding Documents: P 10,000.00 2. 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. 3. Interested Bidders May Obtain Further Information From Dpwh Camarines Sur 3rd District Engineering Office And Inspect The Bidding Documents At Baras, Canaman, Camarines Sur During Weekdays From 8:00 Am To 5:00 Pm. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 To January 8, 2025 From 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 Php 10,000.00. Prospective Bidders Shall Present Their Original Official Receipt Of Payment For Bid Documents (project Specific) To The Bac Secretariat Of This Office Before The Deadline Stated Above For Inclusion In The List Of Contractors For Eligibility Processing. Only The Owner Or Authorized Representatives Included In The Crc Will Be Allowed To Transact Business Relative To Bidding Matters Per D.o. 64 Series Of 2012. All Participating Bidders Must Be In The Document Request List (drl) Of The Philgeps Website And Secure A Print-out Copy Showing That They Are Included In The List. 5. The Dpwh Camarines Sur 3rd District Engineering Office Will Hold A Pre-bid Conference On December 26, 2024 9:00am At Bac Room, Dpwh - Cam. Sur 3rd Deo, Baras, Canaman, Cam. Sur And/or Through Videoconferencing/webcasting Via Facebook Livestreaming, Which Shall Be Open To Prospective Bidders. 6. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before January 8, 2025 At 10:00am 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 15. 8. Bid Opening Shall Be On January 8, 2024 At 10:01am At The Given Address Below And/or Through Facebook Livestreaming. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Procurement Project Is Undertaken Thru Early Procurement Activities (epa), Per Gppb Resolution No. 14-2019 Dated July 17, 2019, Gppb Circular No. 06-2019 Dated July 17, 2019” And Shall Follow The Provisions Stated Under Executive Order No. 91, Series Of 2019 Adopting Cash Based Budgeting System Beginning Fiscal Year 2019, And For Other Purposes. Moreover, As Per Department Order No. 127, Series Of 2018, “if At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid”. If The Ground For Post-disqualification Is Based On Above Requirements, The Concerned Bac Shall Issue A Notice Of Post-disqualification To The Bidder With A Statement That “the Dpwh Shall Not Qualify Your Bid For Any Of Its Projects Until And/or Unless The Reason For Your Post-disqualification Was Already Cleared By The Concerned Implementing Office”. Upon Presentation Of Required Documentary Evidence, The Concerned Implementing Office Shall Issue A Certification If The Contractor Has Already Eliminated The Negative Slippages And Other Deficiencies. However, Nothing Herein Shall Delay The Procurement Process Of The Concerned Implementing Office In Accordance With Periods Provided Under 2016 Rirr Of Ra 9184. Implementing Office In Accordance With Periods Provided Under 2016 Irr Of Ra 9184. 10. The Dpwh Camarines Sur 3rd Engineering District Office Reserves The Right To Reject Any All Bids, Declare A Failure Of Bidding Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184 Without Thereby Incurring Any Liability To The Bidder Or Bidders. 11. For Further, Please Refer To: Bac Chairperson: Jose B. Gigantone, Jr. Bac-secretariat Head: Debbie H. Escuro Address: Dpwh Camarines Sur 3rd Deo Address: Dpwh Camarines Sur 3rd Deo Telephone Number: 8811-25-00 Loc. 54211 Telephone Number: 8811-25-00 Loc. 54217 Email Address: Dpwhbac_camsur3rddeo@yahoo.com Email Address: Dpwhbac_camsur3rddeo@yahoo.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.dpwh.gov.ph/dpwh/business/procurement/cw/advertisement Date Of Publication: December 18, 2024 To January 8, 2024 Newspaper: Not Applicable Jose B. Gigantone, Jr. Assistant District Engineer Bac- Chairman Approved By: Romeo D. Doloiras District Engineer

Municipality Of Malangas, Zamboanga Sibugay Tender

Automobiles and Auto Parts
Philippines
Closing Date10 Jan 2025
Tender AmountPHP 18 Million (USD 310.1 K)
Details: Description The Municipality Of Malangas, Through The Bids And Award Committee (bac), Invites Suppliers/manufactures/distributors/contractors To Bid For The Hereunder Contract: Name Of Project : Procurement Of One (1) Unit Road/articulated Motor Grader-brand New Location : Malangas, Zamboanga Sibugay Purchase Request No.: 24-12-713 Abc : Php 18,000,000.00 (eighteen Million Pesos) Source Of Funds : 20% Edf Contract Duration: 15 Calendar Days Specifications: Unit Operating Weight: 13400 - 13600kg Engine A. Maximum Power: 135hp-140hp @ 2200rpm B. No. Of Cylinders: Must Be 6 C. Rated Torque: 600-620 Nm D. Type: Water Cooled, Turbocharged Diesel Engine Transmission: Must Be Powershift (planetary Gear, Hydraulically Actuated) :must Be 6 Forward/6 Reverse Speed Forward: At Least 42kph On 6th Gear Reverse: At Least 43kph On 6th Gear Articulation (front Axle) A. Oscillation: Must Be 15 Degrees Left To Right B. Wheel Lean: Must Be 20 Degrees Left To Right C. Ground Clearance: 555-560mm Hydraulic System A. Circuit: Must Be Open-center B. Oil Pump: Must Be Tandem Gear Pump C. Capacity: Must Be 60+60+60 L/min @ 2200rpm Blade A. Type Of Blade: In-seat Bank Type Wear-resistant Steel, With Side Shift B. Max Blade Lift Above Ground: 460 - 465 Mm C. Length X Height X Thickness: 3710mm X 610mm X19mm D. Circle Turning Angle: 360 Degrees E. Max Shoulder Reach (left Hand): 1890 - 1895 Mm F. Max Shoulder Reach (right Hand): 1900 1905mm G. Cutting Angle: 36 To 81 Degrees H. Scarifies: Mid Mounted 9 Teeth Scarified Dimension Overall Length: 7820 - 7830mm B. Overall Width: 2360 -2370mm C. Overall Height: 3465 - 3470mm D. Wheelbase: 5700 - 5705mm E. Ground Clearance: 380 - 385mm Tires: 13.00 24-12 Pr (g-2) Cabin: Air Conditioned Terms And Conditions For Heavy Equipment: If Bidder Is An Appointed Authorized Dealer (add) By An Exclusive Philippine Dealer (epd) Joint Certification Issued By Epd And Aad They Must Issue A Joint Certification Signed By The Authorized Representative Of Each Company Showing That The Aad Has Been Authorized By Epd To Offer The Brand To The Procuring Entity Warranty Certificate Issued By Epd. Epd Must Issue A Warranty Certificate (wc) That "if Awarded The Contract, The Exclusive Philippines Dealer Will Issue A Warranty Certificate Indicating That The Procuring Entity Is The Registered Owner Of The Construction Equipment And Its Ownership Will Be Reported To The Manufacturer Manufacture's Certification Issued Thru Epd Epd Must Provided A Manufacture's Certification (mc) That The Procuring Entity Has Been Registered In Its Customer Information System, This Certification Should Be Notarized In The Country Of The Manufacturer And Provided Within (90) Days Upon Receipt Of Delivery By The Procuring Entity. After Sales And Service Certification Issued By Epd. Epd Must Issue An After Sales And Service Certification (assc), That Aad Is Authorized To Perform The Following, As Follows: Perform Preventive Maintenance. Perform Trouble Shooting. Process Warranty Claims. If Epd Cannot Issue The Assc For The Above Support Services, Then The Bidder/ Aad Is Encourage To Join The Tender Thru A Joint Venture With The Epd In The Tender. The Authorized Representative Of Each Company Should Have Valid Secretary Certificate Issued By The By Epd And Aad; Warranty Certificate Issued By Epd; And After Sales And Service Certificate Issued By Epd. If Bidder Is The Exclusive Philippines Dealer (epd), Warranty Certification Issued By Epd. Epd Must Issue Warranty Certification (wc) That "if Awarded The Contract, The Exclusive Philippines Dealer Will A Warranty Certificate Indicating That The Procuring Entity Is The Registered Owner Of The Construction Equipment And Its Ownership Will Be Reported To The Manufacturer. Manufacturer's Certification Issued Thru Epd. Epd Must Provide A Manufacturer's Certificate (mc) That The Procuring Entity Has Been Registered In Its Customer Information System. This Certification Should Be Notarized In The Country Of The Manufacturer And Provided Within (90) Days Upon Receipt Of Delivery By The Procuring Entity. Note: Above Conditions Were Set As There Have Been Some Report Of Unauthorized Retail Of Heavy Construction Equipment By The Traders Or Unscrupulous Dealers Without Any Authority From The Exclusive Dealer Or Manufacturer, Such Act Has Been Disadvantageous To The Procuring Entity As Warranty Claims Has Not Been Recognized By The Exclusive Dealer And Manufactures. Other Terms And Conditions: *the Bidder Must Be In Existence In The Philippine Market At Least 20 Years At The Time Of Bid Opening * The Bidder Must Have Certificate Of Availability Of Spare Parts From The Manufacturer *the Bidder Must Be A Philippines Exclusive Distributor Or At Least And Appointed Authorized Dealer * Supplier Offering An Equipment With Electronic Components Must Be Required The Use Of Specialized Diagnostic Tools With Dedicated Software. * Gsis Insurance (if Required), Shall Be At Customer's Account Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years, With Nfcc Of Equal To The Abc To Be Bid. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference (s) Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Advertisement : December 20-27, 2024 2. Issuance Of Bids Documents : January 3-7, 2025 3. Pre-bid Conference : December 27, 2024 @ 2:00 P.m 4. Submission Of Bid Documents : January 9, 2025 Until 12 Noon Of January 10, 2025 5. Opening Of Bids : January 10, 2025 @ 1:00 P.m 6. Post-qualification : January 13, 2025 @ 10:00 A.m Bid Documents Will Be Available Only To Eligible Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Municipal Treasurer’s Office. The Municipality Of Malangas Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Municipality Of Malangas Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And Reject All Bids Any Time Prior To Contract Award, Without Hereby Incurring Any Liability To The Affected Bidder Of Bidders. Victor L Laguna, Rce Bac Chairman

City Of Baton Rouge Parish Of East Baton Rouge Tender

Civil And Construction...+1Others
United States
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: To Be Published Three Times-legal December 20, 27, 2024, And January 3, 2025 The Advocate Baton Rouge, Louisiana Notice To Contractors The City Of Baton Rouge And Parish Of East Baton Rouge Will Receive Electronic Or Paper Bids For The Construction Of The Following Project: Hundred Oaks Ave. Sidewalks (perkins Rd. - S. Acadian Thwy) Project City Parish Project No. 23-en-hc-0016 Project Description: Portland Cement Concrete Sidewalk, Concrete Curbs, Handicap Ramps, Striping, And Associated Items Of Work. Electronic Or Sealed Bids Will Be Received Until 2:00 P.m. Local Time, Tuesday, January 14, 2025, By The Purchasing Division, Room 826, City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana 70802. No Bids Will Be Received After 2:00 P.m. On The Same Day And Date. Bid Openings Can Be Observed In Person Or Via Teleconference. Teleconference Call-in Information Join By Phone +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 Electronic Bids And Electronic Bid Bonds For The Solicitation Will Be Downloaded By The City Of Baton Rouge And Parish Of East Baton Rouge, Purchasing Division. Beginning As Soon As Feasible After The Bid Closing Time All Electronic Bids Will Be Downloaded And Publicly Read Aloud Along With All Paper Bids Received, If Any, In Room 806 Of City Hall Immediately After The 2:00 P.m. Bid Closing. Bids, Amendments To Bids, Or Request For Withdrawal Of Quotations, Received After Time Specified For Bid Opening Shall Not Be Considered For Any Cause Whatsoever. Bids Shall Be Firm For A Period Of Forty Five (45) Days From The Date Of The Opening Of Bids And No Bid Shall Be Withdrawn For Any Reason During This Period Of Time Except As Allowed Per R.s. 38:2214.c. Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Form Revised To Include Ebe Requirements May 25, 2023 Nc 1 Of 2 Process, Please Call Central Bidding At (225) 810-4814. Paper Copies Of The Plans, Specifications And Contract Documents Are On File And May Be Obtained From The Public Works And Planning Center Located At 1100 Laurel St., Engineering Division, Room 137 Or Post Office Box 1471, Baton Rouge, Louisiana 70821, Upon Payment Of $20.00. (make Checks Payable To The City Of Baton Rouge And Parish Of East Baton Rouge.) Fees For Plans, Specifications And Contract Documents Are To Cover The Cost Of Reproduction And Are Non-refundable In Accordance With Louisiana Revised Statutes. A Certified Check Or Cashier's Check, Payable To The Parish Of East Baton Rouge Or A Satisfactory Bid Bond Executed By The Bidder And An Acceptable Surety, In An Amount Equal To Five Percent (5%) Of The Total Bid, Shall Be Submitted With Each Bid. Bids Shall Be Received Electronically Via Www.centralbidding.com Or On Solicitation Bid Forms Furnished By The City Of Baton Rouge And Parish East Baton Rouge, And Only Those Bids Shall Be Received By The City-parish Which Are Submitted By Those Contractors In Whose Names The Solicitation Bid Forms And/or Specifications Were Issued. In No Event Shall Paper Solicitation Forms Be Issued Later Than Twenty-four (24) Hours Prior To The Hour And Date Set For Receiving Proposals. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The Parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 17% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening. All Contractors Bidding On This Work Shall Comply With All Provisions Of The State Licensing Law For Contractors, R.s. 37:2150-2163, As Amended, For All Public Contracts. It Shall Also Be The Responsibility Of The General Contractor To Assure That All Subcontractors Comply With This Law. If Required For Bidding, Contractors Must Hold An Active License Issued By The Louisiana State Licensing Board For Contractors In The Classification Of Highway, Street, And Bridge Construction, And Must Show Their License Number On The Face Of The Bid Envelope And The Uniform Public Works Bid Form. In Accordance With La. R.s. 38:2214 (b) The City Of Baton Rouge And Parish Of East Baton Rouge Reserves The Right To Reject Any And All Bids For Just Cause. In Accordance With La. R.s. 38:2212 (a)(1)(b), The Provisions And Requirements Of This Section, Those Stated In The Advertisement For Bids, And Those Required On The Bid Form, Shall Not Be Considered As Informalities And Shall Not Be Waived By Any Public Entity. Bidders Must Comply With The Sedbe Program. Copies Of Sedbe Program Documents Are Available Upon Request From City Of Baton Rouge And Parish Of East Baton Rouge (“city-parish”) Purchasing Division, 222 St. Louis Street, 8th Floor, Room 826, Baton Rouge, La 70802. For Questions Or Clarification About The Program, Please Contact The Sedbe Liaison Officer At The Purchasing Division, At (225) 389-3259. There Will Be No Pre-bid Conference. For Additional Information Please Contact Mr. Alex Farr, P.e, Project Manager At (225) 298-0800 Or Email At Alex.farr@waggonereng.com Or Mr. George Chike, P.e., Project Manager At (225) 389-3186 X5640 Or Email At Gchike@brla.gov.

City Of Cape Town Tender

Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Closing Date16 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500502 Title Torch Headlamp Aluminium Alloy Body Description 200 Each X Torch Headlamp Aluminium Alloy Body 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 ****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 Torch - Type Headlamp Material Aluminium Alloy Body Lamp Led With Minimum 50,000 Hrs Lifetime, 3 X Mode Setting (100%/50%/flashing) Specifications Adjustable Focus Torch Powered By Rechargeable Battery Pack. Weather And Impact Resistant. Delivery Date2025/02/10 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address0000 Melck Street, Ndabeni Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/01/16 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. 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.

City Of Cape Town Tender

Machinery and Tools...+1Scraps
South Africa
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500504 Title Pliers Fencing Chrome Vanadium Stl 250mm Description 25 Each X Pliers Fencing Chrome Vanadium Stl 250mm 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 ****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 Pliers - Type Fencing Material Chrome Vanadium Steel Length 250mm Specifications Plastic Handle With Slip Guard Standards In Accordance To Sans 1120 And/or Sabs Approved Tolerance A Tolerance Of 5% Of The Specified Length Dimensions Will Be Accepted. Delivery Date2025/01/20 Delivery Tologistics - Ndabeni Store Ndabeni Store-h/ware &tools Ph 444 5449 Delivery Address0000 25 Oude Molen Road, Ndabeni Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/01/15 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. 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.

City Of Cape Town Tender

Civil And Construction...+1Construction Material
South Africa
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Gb12500142 Title Trap Bath P-trap Pvc 40mm Description 100 Each X Trap Bath P-trap Pvc 40mm Specification* Trap - Type Bath P-trap Material Pvc Size 40mm 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# **************************************** Clause - 2.14.1 <(>&<)> 2.15 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. *************************************** # 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, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/05/27 Delivery Tologistics - Ndabeni Store Fuel & Plumbing Ph 021 444 5450 Delivery Address25 Oude Molen Road, Ndabeni Contact Personevette Joseph Telephone Number0214445929 Cell Number Closing Date2025/01/27 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressmonja.davids@capetown.gov.za Buyer Detailsm. Davids Buyer Phone0214006752 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.
4801-4810 of 6218 archived Tenders