Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Civil And Construction...+1Construction Material
South Africa
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500504 Title Bollard;concrete;bullet Shap;230mm;1.25m Description 20 Each X Bollard;concrete;bullet Shap;230mm;1.25m Specification* Bollard - Material: Concrete; Shape: Bullet; Thickness: 230mm At Apex And 300mm At Base; Length: 1,25 Meters; Specifications: With 4 Internal Metal Stirrups At 200mm Intervals Stabilized By 2 12mm Steel Bars At90º, Of Cross Section Not Less Than 120mm² Inside; Brand: Cape Concreteas Per Dwg No. 15 Or Equivalent; Quotation Conditions 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. 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" 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 Date2025/03/24 Delivery Tohillstar Road Works Materials Store / Ph: 799 5218 Delivery Address1 Bamboesvlei Road, Ottery Contact Personmark Davids Telephone Number0217995218 Cell Number Closing Date2025/02/18 Closing Time04:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 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 Date18 Feb 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0073 Contract Name: Construction/installation/application Of Road Safety Devices Along National Roads At Iloilo 2nd Congressional District, 1. Guimbal - Igbaras - Tubungan - Leon Road (s00110pn), K0064+(-537) - K0068+700 With Exception And 2. Jct. Bancal - Leon - Antique Boundary Road (s00114pn), K0022+(-518) - K0042+250 With Exception 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 Maintenance And Other Operating Expenses (mooe) – Early Procurement Activity (epa) Intends To Apply The Sum Of Two Million Pesos Only (php 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/installation/application Of Road Safety Devices Along National Roads At Iloilo 2nd Congressional District, 1. Guimbal - Igbaras - Tubungan - Leon Road (s00110pn), K0064+(-537) - K0068+700 With Exception And 2. Jct. Bancal - Leon - Antique Boundary Road (s00114pn), K0022+(-518) - K0042+250 With Exception / 25gi0073. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/installation/application Of Road Safety Devices Along National Roads At Iloilo 2nd Congressional District, 1. Guimbal - Igbaras - Tubungan - Leon Road (s00110pn), K0064+(-537) - K0068+700 With Exception And 2. Jct. Bancal - Leon - Antique Boundary Road (s00114pn), K0022+(-518) - K0042+250 With Exception Contract Id No. : 25gi0073 Locations : Leon, Iloilo Scope Of Works : Pavement Markings Approved Budget For The Contract : Php 2,000,000.00 Contract Duration : 30 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 - February 10, 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 Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th 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 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 21, 2025 Eva S. Bedonia Bac Chairperson
Closing Date10 Feb 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Province Of Occidental Mindoro Tender
Furnitures and Fixtures
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang Under Reference No. B-8661-24-40/omsc Rfq 25-007 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Filing Steel Cabinet With 4 Drawers 15 Units 174,075.00 2 Graphicote Glass Writing Board (4ft X 8ft) 4 Units 94,600.00 3 Office Swivel Chair 10 Units 58,850.00 4 Teacher’s Table With One Main Drawer 11 Units 78,650.00 And Three Side Drawers, With Lock And Keys 5 Laminated Modular Table Cubicle 42 Units 484,129.80 With Grommet Cable Port 6 Open Shelf Cabinet, 7 Units 65,450.00 Five Adjustable Shelves 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table 5 Units 9,717.50 With Printer And Speaker Stand 9 Whiteboard 6 Units 41,129.40 10 Steel Rack Shelves 1 Unit 13,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 75-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 03 To 10, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 07, 2025 - 10:00 Am At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, Delivery Of Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule: Advertisement/ Posting Of Request For Quotation: February 03 To 10, 2025 Availability Of Request For Quotation: Beginning February 03 To 10, 2025 Pre-negotiation Conference: February 07, 2025 (friday), 10:00am; Venue: Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 Passcode: Bac2023) Deadline For Submission Of Quotations And Legal/ Technical Documents: 1:30pm Of February 10, 2025 (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) Address To: Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro Pmu Official Email: Omscpmu.main@gmail.com 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 10, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address () Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, 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: Michelle Lynne G. Fantone Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 03, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
Closing Date10 Feb 2025
Tender AmountPHP 1 Million (USD 17.6 K)
City Of Dapitan Tender
Healthcare and Medicine
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Bids And Awards Committee City Of Dapitan November 28, 2024 Invitation To Bid The City Government Of Dapitan, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Apply For Eligibility And If Found Eligible To Bid For The Following Contract: Contract Id: Pr# 2024-11-21-551 & 2024-11-26-558 Contract Name: Procurement Of Medical Supplies, Drugs & Medicines Purpose: For Barcelona Birthing Home Use & City Health Office Approved Budget For The Contract (abc): Pr# 551 - 25,800.00 Pr# 558 - 1,189,990.00 Total Php 1,215,790.00 (inclusive Of All Applicable Taxes) Source Of Fund: Trust Fund • Prospective Bidders Should Have Expertise In Undertaking A Similar Project Within The Last Three (3) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. • Bidders / Contractor’s Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents. • Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates. • The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest/single Calculated Bid Shall Be Conducted. • All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting November 29 – Dec. 06, 2024 Availability And Issuance Of Bidding Documents November 29 – Dec. 23, 2024; 1:30 P.m. Pre-bid Conference December 10, 2024; 2:00 P.m Deadline For The Submission Of Bids December 23, 2024; 1:30 P.m Bid Evaluation December 23, 2024; 2:00 P.m • Philippine Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The City Of Dapitan. (bacdapitan@gmail.com) • Payment For The Bidding Documents Is A Non – Refundable Amount Of Five Thousand Pesos Only (php 5,000.00) Payable To The Office Of The City Treasurer, Dapitan City. The City Government Of Dapitan Assumes No Responsibility Whatsoever Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The City Government Of Dapitan Reserves The Right To Accept Or Reject Any Bid, And To Annul The Bidding Process And Rejects All Bids At Any Time Prior To Award Of Contract, Without Thereby Incurring Any Liability To The Affected Bidder Of Bidders. Sgd.engr. Renmar Terenz E. Draper Cgdh I, Management Information System Office Bac Chairman Annex A: Pr# 2024-11-21-551 - Barcelona Birthing Home P25,800.00 1. 40 Bot 70% Isopropyl Alcohol 500ml/bot 2. 8 Box Sterile Latex Surgical Gloves Size 7 3. 6 Box Sterile Gauza Pads 4x4 (100/box) 4. 10 Vial Lidocainehcl 2% (50ml/vial) 5. 5 Box Surgical Scalpel Blade Size 11 (100 Pcs/box) 6. 25 Pcs Digital Thermometer 7. 33 Packs Cotton Balls (100/pack) 8. 1 Unit Bp Apparatus And Stethoscope Pr# 2024-11-26-558 City Health Office P1,189,990.00 1. 250 Box (100’s) Albendazole 100 Mg. 2. 10 Box (100’s) Allopurinol 300 Mg. Tab. 3. 144 Bot (60ml) Aluminum Hydroxide Susp. 4. 10 Box (100’s) Aluminum Hydroxide Susp. 5. 144 Bot (15ml) Ambroxol 7.5 Mg/ml Drops 6. 144 Bot (60ml) Ambroxol 7.5 Mg/5ml Syr. 7. 10 Box (100’s) Ambroxol 15 Mg. Tab. 8. 288 Bot (15ml) Amoxicillin Drops 9. 288 Bot (15ml) Amoxicillin 250mg/5ml Susp. 10. 25 Box (100’s) Amoxicillin 500 Mg. Cap. 11. 72 Box (3’s) Azithromycin 500 Mg Tab. 12. 144 Bot (15ml) Azithromycin 250mg/5ml Susp. 13. 40 (tube 15 G) Antibiotic Ointment 14. 500 Box (100’s) Calcium Carbonate 500 Mg. Tab. 15. 144 Bot (15ml) Carbocistiene Drops 16. 20 Box (100’s) Carbocistiene 500 Mg. Cap. 17. 144 Bot (60ml) Carbocistiene 250mg/5 Ml Susp. 18. 144 Bot (15ml) Cefalexin Drops 19. 144 Bot (60ml) Cefalexin 250mg/5ml Susp. 20. 20 Box (100’s) Cefalexin 500 Mg. Cap. 21. 144 Bot (60ml) Cefixime 100mg/5ml Susp. 22. 144 Bot (60ml) Cefuroxime 250 Mg/ml Susp. 23. 20 Box (10’s) Cefuroxime 500 Mg. Cap. 24. 4 Box (100’s) Celecoxib 400 Mg. Tab. 25. 4 Box (100’s) Cinnarizine 25 Mg.tab. 26. 144 Bot (60ml) Citirizine 5mg/5ml Susp. 27. 144 Bot (15ml) Citirizine Drops 28. 4 Box (100’s) Chlorophenamine 4 Mg. Tab. 29. 5 Box (100’s) Clonidine 150 Mg. Tab. 30. 20 Box (100’s) Clopedogril 75 Mg. Tab. 31. 20 Box (100’s) Ciprofloxacin 500 Mg. Tab. 32. 40 Box (14’s) Co-amoxiclav 625 Mg. Tab. 33. 144 Bot (60ml) Co-amox 457 Mg/5ml Susp. 34. 144 Bot (60ml) Cotrimoxazole 200mg/5ml Susp. 35. 20 Box (100’s) Cotrimoxazole 800 Mg. Tab. 36. 72 Box (100’s) Dicycloverine 5mg/5ml Syr. 37. 4 Bot (60ml) Dicycloverine 10 Mg. Tab. 38. 4 Box (30’s) Etoricoxib 120 Mg Tab. 39. 288 Bot (15ml) Ferrous Sulfate 75mg/ 0.6ml Drops 40. 288 Bot (60ml) Ferrous Sulfate 220mg/ 5 Ml Syr. 41. 1000 Box (100’s) Ferrous Sulfate + Folic Acid Tab. 42. 20 Box (100’s) Glibenclamide 5mg. Tab. 43. 20 Box (100’s) Gliclazide 80 Mg. Tab. 44. 6 Box (100’s) Iburofen 400 Mg. Tab. 45. 144 Bot (600ml) Lagundi Syr. 46. 30 Box (100’s) Lagundi 500 Mg. Tab. 47. 500 Box (100’s) Losartan 50 Mg. Tab. 48. 15 Box (100’s) Mefenamic Acid 500 Mg. Cap. 49. 30 Box (100’s) Metformin 500 Mg. Tab. 50. 5 Box (100’s) Methyldopa 250 Mg. Tab. 51. 30 Box (100’s) Metoprolol 50 Mg. Tab. 52. 30 Box (100’s) Multivitamin Cap. 53. 144 Bot (15ml) Paracetamol Drops 54. 288 Bot (60ml) Paracetamol 250mg/ 5ml Susp. 55. 30 Bot (60ml) Paracetamol 500 Mg. Tab. 56. 144 Bot (15ml) Phenylpropanolamine Drops 57. 144 Bot (60ml) Phenyl/ Chlorphen/ Paracetamol Syr. 58. 20 Box (100’s) Phenyl/ Chlorphen / Paracetamol Tab. 59. 10 Bot (30’s) Salbutamol Nebule 1mg/ml (2.5ml) 60. 144 Bot (60ml) Salbutamol/ Guaifenisin Syr. 61. 20 Box (100’s) Salbutamol/ Guaifenisin Tab. 62. 6 (120 Actn) Salmeterol/ Fluticasone 25/125 Mcg 63. 30 Bot (30’s) Simvastatine 20 Mg. Tab. 64. 20 Tube (15g) Sulfur Ointment 65. 10 Box (100’s) Vitamin B- Complex Cap. 66. 10 Box (100’s) Vitamin C 500 Mg. Tab. 67. 144 Bot (60ml) Vitamin C Syrup
Closing Date7 Jan 2025
Tender AmountPHP 1.2 Million (USD 20.9 K)
DEPT OF THE ARMY USA Tender
Real Estate Service
United States
Details: Rlp Procurement Summary/solicitation – United States Army Corps Of Engineers
the U.s. Government, By And Through United States Army Corps Of Engineers (usace), Seeks To Lease The Following Space:
state:oregon
city:grants Pass
delineated Area:
north:i-5
south:w Hardbeck Rd
east:w Jones Creek Rd
west:lincoln Rd
gross Square Feet: 722 - 965
net Square Feet:552 - 690
space Type: Retail
gov Parking Spaces (total): 2
full Term: 60 Months
option Term: None
address: U.s. Army Corps Of Engineers, Seattle District, Attn: Cenws-res, 4735 East Marginal Way South, Building 1202, Seattle, Washington 98134-2388
email Address: Cenwsre-rfp@usace.army.mil
real Estate Contracting Officer: Thomas J. Seymour
electronic Offer Submission:
offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: January 31, 2025.
any Questions Regarding This Solicitation May Be Directed To Primary Or Secondary Points Of Contact Listed In The “contact Information” Section Of This Notice.
the U.s. Government, By And Through Usace, Is Seeking To Lease Retail And Related Space In A Building Under A Lease In The City And State Specified Above. The Government’s Desire Is For A Full-service Lease To Include Base Rent, Cam, Utilities, And Janitorial Services For A Retail Space For An Armed Forces Career Center For A Term Of Five (5) Years With Government Termination Rights And Location Within The Delineated Area Specified Above. Non-exclusive Parking For Government Vehicles Must Be Provided 24 Hours 7 Days. Offered Space Must Meet Government Requirements Per The Terms Of The Government Lease. Interested Respondents May Include Building Owners And Representatives With The Exclusive Right To Represent Buildings Owners. Representatives Of Building Owners Must Include The Exclusivity Granting The Exclusive Right To Represent The Building Owner With Their Response To This Advertisement.
additional Requirements:
space Must Be Located In A Prime Retail Area With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use.
space Shall Be Located In A Professional Retail Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks, Or Power Transmission Lines.
space Should Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative.
space Should Not Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Marijuana Dispensaries, Or Where There Are Tenants Or Invitees Related To Drug Treatment Or Detention Facilities.
employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks.
regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1,000 Feet.
parking Must Be Available Per Local Code And Be Available Within Walkable 4 Blocks From The Building. The Parking-to-square -foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Four-block Area Of The Space Does Not Meet Parking Requirements.
subleases Are Not Acceptable.
retail Space Should Be On The Ground Floor.
space Configuration Shall Be Conducive To An Efficient Layout. Considerations For An Efficient Layout Include, But Are Not Limited To, The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depts, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves, Or Offsets That Will Result In An Inefficient Use Of Space.
the Following Space Configurations Will Not Be Considered: Space With Atriums And Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affective Usage.
columns Cannot Exceed Two (2’) Square Feet And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet.
the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility.
if Space Offered Is Above Ground Level, There Must Be Elevator Access.
the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration.
the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 0800 To 1700 (excluding Weekends And Federal Holidays).
additionally, Offerors Must Review The Attached Documents Which Contain Other Government Leasing Requirements:
request For Lease Proposals
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit E – Construction Specifications Bid Proposal Worksheet
exhibit F – Janitorial Specifications
exhibit G – Sam Representations And Certifications, Gsa Form 3518
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement, Authorization For Property Manager To Act On Behalf Of Owner (where Applicable)
to Be Responsive, Your Offer Should Be Based On All The Terms, Conditions, And Responsibilities Expressed Throughout The Rlp And Lease And Be Submitted Electronically. Please Review The Rlp And All Attachments Carefully Paying Particular Attention To The Solicitation Requirements.
the Following Forms Must Be Completed, Initialed, And/or Signed And Returned Electronically With Your Initial Offer. (note: There May Be Other Required Forms. Refer To The Enclosed Rlp For Details.)
exhibit A – Rental Proposal Worksheet, Usace Recruiting Form 1364
exhibit E – Construction Specifications Bid Proposal Worksheet
for Your Proposal For New Builds, Please Ensure That You Obtain At Least Three (3) Bids From Contractors To Complete The Build-out Based On The Construction And Security Specifications. Once You Have Obtained Contractors’ Bids, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet And Construction Specifications Bid Proposal Worksheet. For Existing Spaces, Please Complete, Sign, And Submit The Attached Rental Proposal Worksheet Only; A Completed Construction Specifications Bid Proposal Worksheet Is Not Required.
exhibit G – Sam Representations And Certifications, Gsa Form 3518 (if Offeror Is Not Registered In Sam At The Time Of The Offer Submission)
exhibit H – Lessor’s Annual Cost Statement, Gsa Form 1217
evidence Of Ownership (warranty Deed) Or Control Of Building Or Site.
please Note That You Are Not Required To Initial And Return The Following Documents At This Time:
request For Lease Proposal (rlp)
exhibit B – U. S. Government Lease For Real Property
exhibit C – General Clauses, Gsa Template 3517b
exhibit D – Construction And Security Specifications
exhibit F – Janitorial Specifications
exhibit I – Certificate Of Authorization
exhibit J – Agency Agreement
please Review All The Attached Documents Thoroughly To Obtain A Complete Understanding Of The Government’s Requirements. One Item Of Note In The General Clauses, Gsa Form 3517b, Is The Requirement To Register In The System For Award Management (sam) At Www.sam.gov (general Clause 17, Cfr 52.204-7). This Registration Is Mandatory For Any Entity Wishing To Do Business With The Government And Must Be Completed At The Time Of Lease Award. Entities Not Currently Registered In Sam Are Advised To Start The Registration Process As Soon As Possible.
after Receipt Of All Proposals, Conclusions Of Any Discussions, And Receipt Of Best And Final Offers, The Government Will Select A Location Based On The Best Value Specified In The Enclosed Rlp. Past Performance, If Applicable, Will Also Be Taken Into Consideration. The Selection Is Expected To Occur Approximately Thirty (30) Days Following The Initial Proposal Response Date Stated Above. A Government Market Survey, Appraisal, Or Value Estimate Will Be Conducted To Determine Fair Market Rental Value.
offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain).
entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far).). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b.
funds May Or May Not Be Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date For Receipt Of Proposals. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse Offeror(s) For Any Cost.
Closing Date1 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Security and Emergency Services
South Africa
Details: Rfq Type Goods Goods Corporate Merchandise Reference Number Gl12500479 Title Hydrant Distance Indicator Decals Description 1.400.00 Activity Unit X Hydrant Distance Indicator Decals Specification* X1400 Hydrant Distance Indicator Decals For Fire Life <(>&<)> Safety Section (fire Services) 240x600mm Screenprint In 1 Colour Black On Yellow Polymeric 5 - 7 Year Oracal 651 021 Yellow Vinyl Fire Hydrant Distance Indicator Decals 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. # 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" # 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 Address Wynberg Fire And Life Safety Section, Rosmead Avenue, Wynberg Fire Station. Contact Person Gerard Langenhoven - 021 444 9596 Contact Person Michaela Martin - 021 444 9598 Delivery Date2025/02/28 Delivery Togerard Langenhoven Wynberg Delivery Address135b Rosmead Avenue, Cape Town Contact Persongerard Langenhoven Telephone Number0214449596 Cell Number Closing Date2025/02/06 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note On 1 August 2018 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 Date6 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Others
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500538 Title Drill Bit Steel 2mm Description 120 Each X Drill Bit Steel 2mm 300 Each X Drill Bit Steel 4mm 120 Each X Drill Bit Steel 2mm Specification* Drill Bit - Type Steel Size 2mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. * Drill Bit - Type Steel Size 4mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. * Drill Bit - Type Steel Size 2mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. * 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 Drill Bit - Type Steel Size 13mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. Delivery Date2025/02/20 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address0000 Melck Street, Ndabeni Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/02/05 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.
Closing Date5 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500540 Title Cutting Disc Stl 115mm 22.23mm 3.2mm Description 250 Each X Cutting Disc Stl 115mm 22.23mm 3.2mm 130 Each X Cutting Disc Stl 230mm 22.23mm Cut 3mm 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 Cutting Disc - Type Steel Diameter 115mm Bore Size 22.23mm Thickness 3.2mm Specifications Abrasive Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. * Cutting Disc - Type Steel Diameter 230mm Bore Size 22.23mm Specific Use Cutting Thickness 3mm Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. * Cutting Disc - Type Steel Diameter 230mm Bore Size 22.23mm Specific Use Cutting Thickness 3mm Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. Delivery Date2025/02/19 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address0000 Melck Street, Ndabeni Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/02/05 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.
Closing Date5 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Publishing and Printing
South Africa
Details: Rfq Type Goods Goods Corporate Merchandise Reference Number Gl12500482 Title Printing Floodwise Stickers Description 20 Activity Unit X Printing Floodwise Stickers Specification* Printing Public Awareness Floodwise Stickers 20 000x Floodwise Stickers (english) Specifications Quantity 20 000 Langaue English Size A5 Material White Vinyl Full Colour Print Cmyk On One Side Only Finishing Peel Off (sticker To Have A Crack Back Or Other Mechanism For Easy Peel Off) English Artwork Will Be Supplied By Communications Department Contact Person Charlotte Powell - Charlotte.powell@capetown.gov.za / Tel +27 (0) 21 597 5013 Or Sonica Lategan - Sonica.lategan@ca Petown.gov.za 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. # 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" # 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 Date2025/02/24 Delivery Tocs - Emergency Services Cses Delivery Address0 Cape Town City Centre, Cape Town Contact Personcharlotte Powell Telephone Number0215975013 Cell Number Closing Date2025/02/05 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note On 1 August 2018 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
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500540 Title Cutting Disc Stl 115mm 22.23mm 3.2mm Description 250 Each X Cutting Disc Stl 115mm 22.23mm 3.2mm 130 Each X Cutting Disc Stl 230mm 22.23mm Cut 3mm 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 Cutting Disc - Type Steel Diameter 115mm Bore Size 22.23mm Thickness 3.2mm Specifications Abrasive Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. * Cutting Disc - Type Steel Diameter 230mm Bore Size 22.23mm Specific Use Cutting Thickness 3mm Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. * Cutting Disc - Type Steel Diameter 230mm Bore Size 22.23mm Specific Use Cutting Thickness 3mm Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. Delivery Date2025/02/19 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address0000 Melck Street, Ndabeni Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/02/05 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.
Closing Date5 Feb 2025
Tender AmountRefer Documents
5041-5050 of 5795 archived Tenders