Advertisement Tenders
Advertisement Tenders
Municipality Of Monkayo, Compostela Valley Tender
Healthcare and Medicine
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 1.4 Million (USD 24.2 K)
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Medical, Dental And Laboratory Supplies For Mho Programs 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of One Million, Four Hundred Two Thousand, Nine Hundred Sixty-six Pesos And 52/100 Only (php 1,402,966.52) Being The Abc To Payments Under The Contract For Procurement Of Medical, Dental And Laboratory Supplies For Mho Programs / Pb 2025-029. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 27, 2025 Pre - Bid Conference February 4, 2025 Issuance And Availability Of Bid Documents February 5, 2025 (8:00 Am To 5:00 Pm) To February 18, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission February 18, 2025 (1:00 Pm) Opening Of Bids February 18, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 (8:00 Am-5:00 Pm) To February 18, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php 5,000.00) It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before February 18, 2025; 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In A Form Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On February 18, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 27, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573email Add: Lgumonkayo_bac@yahoo.com
Municipality Of Monkayo, Compostela Valley Tender
Healthcare and Medicine
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 423.5 K (USD 7.2 K)
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Drugs And Medicines For Various Programs Of Mho 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of Four Hundred Twenty-three Thousand, Five Hundred Fifteen Pesos And 10/100 Only (php 423,515.10) Being The Abc To Payments Under The Contract For Procurement Of Drugs And Medicines For Various Programs Of Mho / Pb 2025-019. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 17, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 18, 2025 (8:00 Am To 5:00 Pm) To January 28, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission January 28, 2025 (1:00 Pm) Opening Of Bids January 28, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 18, 2025 (8:00 Am-5:00 Pm) To January 28, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before January 28, 2025; 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In A Form Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On January 28, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 17, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Municipality Of Monkayo, Compostela Valley Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 65.5 K (USD 1.1 K)
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Office Supplies And Other Supplies For Various Offices (bplu, Mthfrb, Mcro) 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of Sixty-five Thousand, Five Hundred Ninety-six Pesos Only (php 65,596.00) Being The Abc To Payments Under The Contract For Procurement Of Office Supplies And Other Supplies For Various Offices (bplu, Mthfrb, Mcro) / Pb 2025-025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 30, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 31, 2025 (8:00 Am To 5:00 Pm) To February 11, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission February 11, 2025 (1:00 Pm) Opening Of Bids February 11, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 (8:00 Am-5:00 Pm) To February 11, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025; 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In A Form Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On February 11, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 30, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Municipality Of Monkayo, Compostela Valley Tender
Civil And Construction...+3Electronics Equipment, Construction Material, Electrical and Electronics
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 199.8 K (USD 3.4 K)
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Materials For Installation Of Early Warning Signages And Water Level Markers 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of One Hundred Ninety-nine Thousand, Eight Hundred Seventeen Pesos And 80/100 (php 199,817.80) Being The Abc To Payments Under The Contract For Procurement Of Materials For Installation Of Early Warning Signages And Water Level Markers / Pb 2025-034. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 31, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents February 3, 2025 (8:00 Am To 5:00 Pm) To February 11, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission February 11, 2025 (1:00 Pm) Opening Of Bids February 11, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 (8:00 Am-5:00 Pm) To February 11, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025; 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In A Form Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On February 11, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 31, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Province Of Eastern Samar Tender
Electrical and Electronics...+1Electrical Works
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 2.3 Million (USD 41.3 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Installation Of Big Fan And Other Accessories At Oras Multi-purpose Hall, Oras, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Three Hundred Ninety-seven Thousand Pesos Only (php2,397,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-076 Installation Of Big Fan And Other Accessories At Oras Multi-purpose Hall, Oras, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (1.83 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1100 – Conduits, Boxes & Fittings (1.00 L.s.), Item No. 1101 – Wires And Wiring Devices (1.00 L.s.), Item No. 1102 – Power Load And Switch Gears (1.00 L.s.), Completion Of The Works Is Required Within 55 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Correctional Service Canada Tender
Others
Canada
Closing Date13 Jan 2025
Tender AmountRefer Documents
Description: An Advanced Contract Award Notice (acan) Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date And Time Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 1. Definition Of The Requirement: The Correctional Service Of Canada (csc), As Part Of The Criminal Justice System And Respecting The Rule Of Law, Contributes To Public Safety By Actively Encouraging And Assisting Offenders To Become Law-abiding Citizens, While Exercising Reasonable, Safe, Secure And Humane Control. Csc Is Committed To Providing Programs And Opportunities To Meet The Needs Of Indigenous Offenders. Csc Is Legislated To Provide Indigenous Offenders With The Opportunity To Further Develop Their Understanding Of Traditional Indigenous Culture And Beliefs. The Elder Exposes Indigenous Offenders To Traditional Indigenous Ways Of Life, Based On Their Own Teachings, Through Teachings, Counselling And Traditional Ceremonies And Practices, Individually And/or In Groups, For The Benefit Of Both Offenders And Staff. The Term “elder” Means Any Person Recognized By The Indigenous Community As Having Knowledge And Understanding Of The Traditional Culture Of The Community, Including The Ceremonies, Protocols, Teachings And Healing Techniques, According To The Beliefs And Social Traditions Of Their Communities. 1.1 Objectives: Assist Indigenous Offenders, In Their Traditional Healing Journey, To Further Develop An Understanding Of Traditional Indigenous Culture Through Teachings, Guidance, Counselling, And Use Traditional Ceremonies And Practices To Promote Healing And Balance. 1.2 Tasks: The Elder Must Provide The Following Services: 1.2.1 Ceremonial And Spiritual Services: The Elder Must Provide (in-group Or Individual) Counseling, Teachings And Ceremonial Services To Indigenous Offenders. This Includes The Following: Providing Guidance And Teachings Through Group Sessions (circles) And Individual Discussions To Offenders In The Institution. Conducting Spiritual Services And Various Traditional Ceremonies Based On The Elder's Teachings. Assisting Offenders Following A Healing Path In Support Of Their Correctional Plan. Elders May Be Requested, By Agreement, To Escort Offenders On Escorted Temporary Absences (etas) For Ceremonial And Other Spiritual Purposes. 1.2.2 Advice And Guidance: The Elder Must, Upon Request: Provide Advice/information To Staff And Management, Locally, Regionally And Nationally On Issues Of Indigenous Spirituality And Cultural Practices. Introduce Institutional Staff To Various Elements Of Traditional Spirituality As Deemed Appropriate Based On Their Teachings. Provide Advice To The Institutional Head Regarding Ceremonies, Ceremonial Objects, Traditional Practices And Protocols, Traditional Medicines, Or Sacred Ground Within The Institution Including The Collection And Storage Of Ceremonial Objects And Traditional And Ceremonial Medicines. 1.2.3 Case Management: The Elder Must: Participate In Case Conferences As Requested. Provide Verbally To The Case Management Team, As Requested, Information Regarding The Offender's Participation In A Healing Path As Requested As Part Of The Offender's Progress Report. This May Include Progress On An Offender's Participation In Pathways, In Indigenous Correctional Programs, Or In Other Cultural And Spiritual Activities As Appropriate. Upon Receiving A Referral/request From The Case Management Team, The Elder Must Provide Initial Information And Updates Verbally Or In Writing To The Indigenous Liaison Officer Or Parole Officer For Documentation Which May Include Initial Observations; Whether The Offender Has Agreed To Continue Working With The Elder Through Indigenous Specific Interventions; The Offender’s Progress In Addressing Their Needs As Well As Information About An Offender's Readiness For The Possible Transition Into The Community. 1.2.4 Regional And National Meetings: The Elder May Be Asked To Provide Advice, Guidance, Information, Or Recommendations Regionally Or Nationally On Issues Of Indigenous Spirituality And Cultural Practices. If Applicable, This May Also Include Participation, By Agreement, On Regional Or National Advisory Bodies, Such As The National Elders Working Group, Or The National Indigenous Advisory Committee. 1.3 Expected Results: Provision Of Indigenous Programs And Elder Services To The Offender Population. 1.4 Reporting And Communications: The Elder, With The Assistance And Coordination Of The Indigenous Liaison Officer Or Parole Officer, Must Report To The Technical Authority On A Monthly Basis By Providing A Summary Of The Tasks And Hours Completed On The Elder Tasks – Weekly Summary And Elder Tasks – Bi-weekly Summary/invoice Provided By The Technical Authority. 1.5 Paper Consumption: A. Should Printed Material Be Required, Double Sided Printing In Black And White Format Is The Default Unless Otherwise Specified By The Project Authority. B. The Contractor Must Ensure Printed Material Is On Paper With A Minimum Recycled Content Of 30% And/or Certified As Originating From A Sustainably Managed Forest. C. The Contractor Must Recycle Unneeded Printed Documents (in Accordance With Security Requirements). 1.6 Constraints: 1.6.1 Location Of Work: A. The Contractor Must Perform The Work At: Stephen Mcdonald – Grande Cache Instituion Melvin Donald Northwest – Pê Sâkâstêw Centre Garry Waskahat – Pê Sâkâstêw Centre William Crompton – Stony Mountain Institution Lloyd Martin – Edmonton Institution B. Travel Travel To Other Locations For Approved Escorted Temporary Absences Or Meetings Must Have Prior Authorization Of The Project Authority And Will Be Reimbursed At Cost Without Any Allowance For Overhead Or Profit. 1.6.2 Language Of Work: The Contractor Must Perform All Work In English. 1.6.3 Security Requirements: This Contract Includes The Following Security Requirements: 1. The Contractor Personnel Requiring Access To Protected Information, Assets Or Sensitive Work Site(s) Must Each Hold A Valid Reliability Status, Granted Or Approved By Correctional Services Canada (csc). 2. The Contractor Must Not Remove Any Protected Information Or Assets From The Identified Work Site(s), And The Contractor Must Ensure That Its Personnel Are Made Aware Of And Comply With This Restriction. 3. Subcontracts Which Contain Security Requirements Are Not To Be Awarded Without The Prior Written Permission Of Csc Departmental Security. 4. The Contractor Must Comply With The Provisions Of The: A. Security Requirements Check List, Described In Annex C; B. Directive On Security Management: Appending F “mandatory Procedures For Security In Contracts And Other Arrangements Control” 2. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements): Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: The Supplier Must Be Recognized By Their Community As An Elder/cultural Advisor Within That Community. The Supplier Must Have A Minimum Of Five (5) Years Of Experience Obtained In The Past 10 Years Prior To The Acan Closing Date In Delivering Spiritual And Cultural Services And Teachings To Indigenous People. This Experience Must Include: • Providing Counselling And Guidance According To The Traditions And Teachings Of Their Own Community; And • Being Familiar With And Able To Conduct A Variety Of Ceremonies With A Focus On Healing According To Their Own Teachings. The Supplier Must Be Familiar With And Able To Provide Guidance To Staff And Offenders Regarding The Protocols Surrounding The Use, Disposition, And Searching Of Traditional Medicines And Spiritual Effects. The Supplier Must Meet With A Circle Of Elders Already Under Contract With Csc Where They Will Be Able To Share Their Experiences And Where The Elders Will Be Able To Determine The Validity Of The Statement Of Capabilities. Csc Reserves The Right, At Its Own Discretion, To Request That Suppliers Provide A Reference Letter And/or Resume, In Addition To Their Statement Of Capabilities, To Support The Knowledge And Experience Claimed. 3. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Not Subject To Any Trade Agreement. 4. Set-aside Under The Procurement Strategy For Indigenous Business This Procurement Is Set-aside For An Indigenous Supplier In Accordance With The Government Procurement Strategy For Indigenous Business (psib). Therefore, Only Suppliers Who Meet The Definition Of An Indigenous Business, As Defined In The Psib, May Submit A Statement Of Capabilities. This Restriction Does Not Apply To Contracts With Individuals Who Are Elders. 5. Comprehensive Land Claims Agreement(s) This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. 6. Justification For The Pre-identified Supplier There Is A Limited Number Of Suppliers Available To Provide Elder Services To Meet The Reintegration Needs Of Csc Indigenous Offenders. The Pre-identified Supplier Meets All Of The Minimum Essential Requirements Described In This Acan. 7. Government Contracts Regulations Exception(s) The Following Exception To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection: (d) Only One Person Is Capable Of Performing The Contract. 8. Exclusions And/or Limited Tendering Reasons This Procurement Is Not Subject To Any Trade Agreement. 9. Ownership Of Intellectual Property There Are No Intellectual Property Terms In The Contract. 10. Period Of The Proposed Contract Or Delivery Date See Section 12. Name And Address Of The Pre-identified Supplier. 11. Cost Estimate Of The Proposed Contract See Section 12. Name And Address Of The Pre-identified Supplier. 12. Name And Address Of The Pre-identified Supplier Name: Stephen Mcdonald Address: Grande Cache, Alberta Period Of The Proposed Contract: 1 Year, From March 1, 2025 To February 28, 2026. Cost Estimate Of The Proposed Contract: $89,385.64 (gst/hst Extra). Name: Melvin Donald Northwest Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Garry Waskahat Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: William Crompton Address: Winnipeg, Manitoba Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Lloyd Martin Address: Enoch, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). 13. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Goods, Services Or Construction Services Described In The Acan, May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date And Time Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 14. Closing Date And Time For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 13, 2025 At 2:00 Pm Cst. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Stephanie Kelbough Regional Headquarters, Prairies 3427 Faithfull Avenue, Saskatoon, Sk S7k 8h6 Telephone: 306-659-9300 E-mail: 501contracts@csc-scc.gc.ca
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time. the United States Army Corps Of Engineers (usace), Seattle District, Is Seeking Information Regarding The Capability And Availability Of Qualified Contractors To Provide Repair Operations And Preventative Maintenance Of World War Ii Era Wood And Relocatable Facilities. this Sources-sought Notice Is A Tool To Identify Businesses With The Capability To Accomplish Contract Requirements And Is For Information/market Research Purposes Only And Does Not Obligate The Government Or Contractor In Any Way. the Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice, Or Any Follow Up Information. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions. the Information Provided Must Contain Enough Detail To Demonstrate Ability From Contractor's Which Can Meet The Government's Requirement As Described In The Project Information Listed Below. It Is The Intent Of The Government To Solicit And Award A Firm Fixed Price (ffp) Contract That Will Be Procured In Accordance With Far, Dfars, Afars, And Usace Acquisition Instructions. The Anticipated Performance Period For The Subject Contract Is A Base Year Of Twelve (12) Months From Date Of Award And 4 Option Years. The Solicitation Is Anticipated To Be A Request For Quote (rfq) That Will Be Evaluated Based On Lowest Price With Acceptable Past Performance. project Information: repair And Maintenance Of Approximately 128 Wwii Era And Relocatable Government Owned Facilities. The Majority Of Work Performed Under This Contract Will Be Minor Repair Services On A Call Basis And Yearly Maintenance Services. The Contractor Will Establish A Customer Service Center To Receive And Respond To Customer Requests For Repairs And Will Also Establish An Effective System For Scheduling And Performing Scheduled Preventative Maintenance On All Building Equipment And Systems Requiring Preventative Maintenance. Repairs Cover A Wide Variety Of Services And Trades, Such As Mechanical And Electrical Work, Carpentry, Roofing, Plumbing, Patching/painting, Etc. Preventative Maintenance Will Be Performed Throughout The Year For Small Types Of Equipment Located In The Facilities. all Work Will Be Performed At Jblm, Wa. The Contractor Shall Provide All Necessary Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, And Supervision Necessary To Perform The Required Services, Except As Otherwise Provided. submission Requirement: Interested Parties Are To Provide Their Firm's Capabilities On No More Than 10 Pages And Should Include The Following: 1) Company Cage Code, Duns, Name, Address, Point Of Contact And Applicable Telephone Numbers And E-mail Addresses 2) Small Business Designation As Recognized By The Small Business Administration (8(a) Certified, Hubzone, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Women Owned Small Business, Or Economically Disadvantaged Women Owned Small Business) 3) Provide The Following Information On Your Three (3) Most Recent Contracts For Projects Of Similar Size And Scope You Have Performed: (a) Contracting Agency Address (b) Contract Number, Date And Amount Of Award, Date Of Completion (c) Was Your Company The Prime Or A Subcontractor? (d) Description Of Items/services Provided Under The Contract. 3) If Your Firm Has Never Contracted With The Federal Government As A Prime Contractor, Or As A Subcontractor To A Prime, Provide The Above Information On Your Three (3) Most Recent Contracts For Projects Of Similar Size And Scope You Have Performed For Commercial And Non-federal Government Customers. please Submit To: responses To This Sources Sought Notice Must Be Received No Later Than 2:00 Pm (pacific Time) On 08 January 2025. Submit Responses Only To The Attention Of Dwain Graham, Contract Specialist, At Dwain.m.graham@usace.army.mil And Renee Krahenbuhl, Contracting Officer, At Renee.m.krahenbuhl@usace.army.mil. all Interested Firms Must Be Registered In System For Award Management (sam) And Remain Current For The Duration Of The Contract To Be Eligible For Award Of Government Contracts. *do Not Send Hard Copy Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy.
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date30 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500491 Title Recreation Supply Description 13 Each X Handball - Balls 7 Each X Boxing Gloves Specification* Deliver At Koornhoop Street Westridge Mitchell's Plain Contact Person Fezile Mjiba Contact Number 021 444 3524 Email Fezile.mjiba@capetown.gov.za Specifications "the Bladders Made Of Plastic Must Be A Fully Equivalent Substitute For A Leather Casing Or Rubber Bladder In Every Respect Must - Have A High Tensile And Breaking Strength (approximately 95kg/cm2 - Be Soft And Supple To The Touch - Have Fault-free And Resistant Grains And Seams Which Exclude All Risk Of Injury And Do Not Fray Or Split. - The Ball Shall Consist Of At Least 32 Panels. - Fully Synthetic Sewing Threads Shall Be Used. - The Bladders Are Made Of Latex Or A Similar, Equivalent Material With A Stretching Capacity Of At Least 600%. - The Valve System Of The Bladder Must Be Simple And Effective To Use." E Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" * Deliver At Koornhoop Street Westridge Mitchell's Plain Contact Person Fezile Mjiba Contact Number 021 444 3524 Email Fezile.mjiba@capetown.gov.za Specifications "the Bladders Made Of Plastic Must Be A Fully Equivalent Substitute For A Leather Casing Or Rubber Bladder In Every Respect Must - Have A High Tensile And Breaking Strength (approximately 95kg/cm2 - Be Soft And Supple To The Touch - Have Fault-free And Resistant Grains And Seams Which Exclude All Risk Of Injury And Do Not Fray Or Split. - The Ball Shall Consist Of At Least 32 Panels. - Fully Synthetic Sewing Threads Shall Be Used. - The Bladders Are Made Of Latex Or A Similar, Equivalent Material With A Stretching Capacity Of At Least 600%. - The Valve System Of The Bladder Must Be Simple And Effective To Use." E Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/04/30 Delivery Tocs - Amenities And Recreation Cses Delivery Address0 Koornhoop Street, Westridge Mitchell's Plain Contact Personfezile Mjiba Telephone Number0214443524 Cell Number Closing Date2025/01/30 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note 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.
City Of Cape Town Tender
Textile, Apparel and Footwear...+1Publishing and Printing
South Africa
Closing Date4 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Corporate Merchandise Reference Number Gl12500469 Title Corporate Merchandise Description 70 Each X Laptop Sleeve Bag With Jcc 70 Each X Black Insulated Steel Bottles 70 Each X Black A4 Hardcover Journal Books 70 Each X Black Cap With Jcc Logo Branding In Colo Specification* Black Document/laptop Sleeve Bag With Jcc Logo In White Or Equivalent Spec Nylon Portfolio Folder Carrier (a4) Must Be Lightweight, Waterproof Zippered Nylon Portfolio Bag With Strap. To Include A Full Width Pocket And Elasticated Cross Straps For Safe And Secure Portability Pic Attached Nb!! Preferred Supplier To Sumbit Final Product For Approval To Communication Department For Final Approval. Samples Shall Be Supplied By A Bidder At His/her Own Expense And Risk. The City Shall Not Be Obliged To Pay For Such Samples Or Compensate For The Loss Thereof, Unless Otherwise Specified In The Bid Documents. The City Reserves The Right To Keep Samples Supplied By The Appointed Bidder. Unsuccessful Bidders Can Collect Their Samples Within 90 Days After The Final Notification Of Award Has Been Send To Suppliers, After Which The City Has The Right Not To Return Such Samples And To Dispose Of Them At Its Own Discretion. Please Note That After Closing Date Of Rfq It Will Be Request For Suppliers To Supplier To Submitt Actual Samples With In 3 To 4 Days "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,supplier To Complete Rfq Sample Checklist Attached To Ad 2. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent# * Black Insulated Steel Bottles With Jcc Logo Branding In White Or Equivalent Specification Double Wall Hot And Cold 500ml Stainless Steel Water Bottle Black Spec Stainless Steel High Grade Quality Stainless Steel Construction With Unique Double Wall Vacuum Insulation Technology And Vacuum Seal Cap. Must Be Leak Proof, Suitable For Hot And Cold ,so They Can Be Useful All Year Round. Must Be Durable And Light Weight Sample Pic Attached. * Black A4 Hardcover Notebook Books With Jcc Logo Branding In White Or Equivalent # A4 In Size # Elastic Fastener # Flick Through 176 Pages/ 88 Sheets # Ribbon Page Marker # Expandable Inner Pocket Exterior 100% Polyurethane Interior 100% Paper Trim 70% Polyester, 30% Latex. Artwork Attached * Black Cap With Jcc Logo Branding In Colour Or Equivalent Sample Pic Attached. Delivery Date2025/02/28 Delivery Tosupport Services Suse Delivery Address0 Cape Town City Centre, Cape Town Contact Persondalmaine Cloete Telephone Number0214002496 Cell Number Closing Date2025/02/04 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.
Province Of Eastern Samar Tender
Agriculture or Forestry Works
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 9.9 Million (USD 170.8 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For The Procurement Of Organic Liquid Fertilizer Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf Cy 2018 (501-005 Livelihood Development Program Php4,001,200.00), 20% Edf Cy 2020 (501-063 Livelihood Development Program Php279,281.60), 20% Edf Cy 2020 (501-065 Agricultural & Fishery Program Php2,176,481.00), Grants And Donations Cy 2025 Php3,533,037.40) Intends To Apply The Sum Of Nine Million Nine Hundred Ninety Thousand Pesos Only (php9,990,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-01-006 Procurement Of Organic Liquid Fertilizer, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids For Procurement Of Organic Liquid Fertilizer, Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost 1 Bottles Organic Liquid Fertilizer; N-3.13%, P-1.32%, K-3.69%, Bottles @1 Litter Per Bottles 6,660 9,990,000.00 Delivery Of The Goods Is Required Within 60 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Four Thousand Pesos Only (php4,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 23, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before, February 07, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bac Office, Capitol Building Borongan City, Eastern Samar Contact No. 63-55-5608312; 09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
5771-5780 of 6226 archived Tenders