Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Minerals and Mining
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500641 Title Drill Bit Steel 5.2mm Description 20 Each X Drill Bit Steel 5.2mm Specification* 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. Drill Bit - Type Steel Size 5.2mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. * Drill Bit - Type Steel Size 10mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. * Drill Bit - Type Steel Size 14mm Specifications Standard Hss Roll-forged Drill Bit For Drilling Small Holes In Metal With Smooth Shank Standards Din 338. Delivery Date2025/02/28 Delivery Tologistics - Hillstar Warehouse Complex Materials Store / Ph 799 5200 Delivery Address0000 Bamboesvlei Road, Ottery Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/02/26 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 Date26 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Electrical Cables And Wires...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500614 Title Cable Cu Flat Twin Earth 2.5mm² Pvc Description 1,200 Meter X Cable Cu Flat Twin Earth 2.5mm² Pvc Specification* Cable - Material Copper Cable Type Flat Twin Earth Conductor Cross-section Area 2.5mm² Outer-sheath Material Pvc Outer-sheath Colour White Voltage Rating 300/500v Length 100m Core Identification 2 Cores (red And Black) Cable Description Coper Conductor To Sans 1411-1, Pvc Insulated To Sans 1411-2, Laid Up With A Bare Copper Earth-continuity Conductor Between Them, Pvc Sheathed To Sans 1411-2 Specification Sans 1507-2 Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/04/29 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address13 Melck Street, Ndabeni Contact Personthembani Geza Telephone Number0214449986 Cell Number Closing Date2025/02/27 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Soon27 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500647 Title Cutting Disc Masonary 230mm 22.23mm 3mm Description 30 Each X Cutting Disc Masonary 230mm 22.23mm 3mm 50 Each X Cutting Disc Masonary 230mm 22.23mm 3mm Specification* 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. Cutting Disc - Type Masonary Diameter 230mm Bore Size 22.23mm Thickness 3mm Specifications Abrasive Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. * Cutting Disc - Type Masonary Diameter 230mm Bore Size 22.23mm Thickness 3mm Specifications Abrasive Standards In Accordance To Sans 52413 Or En12413 And/or Sabs Approved. Delivery Date2025/03/24 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address0000 Melck Street, Ndabeni Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/02/27 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 Soon27 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 And Three Side Drawers, With Lock And Keys 11 Units 78,650.00 5 Laminated Modular Table Cubicle With Grommet Cable Port 42 Units 484,129.80 6 Open Shelf Cabinet, Five Adjustable Shelves 7 Units 65,450.00 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table With Printer And Speaker Stand 5 Units 9,717.50 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 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 20 To 27, 2025 Availability Of Request For Quotation Beginning February 20 To 27, 2025 Pre-negotiation Conference February 24, 2025 (monday), 2:00 Pm; 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 (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of February 27, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 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 27, 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 (omscpmu.main@gmail.com) 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: Cathelyn M. Alacaba 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 / Mobile No.: 09189574839 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 20, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
Closing Soon27 Feb 2025
Tender AmountPHP 1 Million (USD 17.7 K)
Nueva Ecija University Of Science And Technology - NEUST Tender
Electronics Equipment...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid The Nueva Ecija University Of Science And Technology (neust) Through The Bids And Awards Committee (bac), Hereby Invites All Interested Entities Registered With The Philippine Government Electronic Procurement System (philgeps) To Bid For The Hereunder Project, Subject To The General Conditions Stated Herein. Name Of Project: Upgrading Of Programmable Logic Controller (plc) System In The Mechatronics Laboratory Location: College Of Industrial Technology, Neust Gen. Tinio (st.) Campus, Cabanatuan City Approved Budget For The Contract: Php6,419,764.00 Contract Duration: 120 Calendar Days Source Of Fund: Income Cost Of Bidding Documents: Php10,000.00 Project Description: 1lot Item No. Description Qty Unit 1 Programmable Logic Controller For Mechatronics Training System Training Device For The A4 Mounting Frame Or As A Desktop Device With Modern, Industrially Used Programmable Logic Controller And System Interfaces For A Mechatronics Station. It Ensures Highest Performance And User-friendliness For Medium And High-end Applications Of Machine And Plant Automation. Benefits • Stable, Powder-coated, Sheet-steel Mounting System • Suitable For One Mechatronics Station And Suitable As A Tabletop Unit • Mounting Rail For 19" Module Is Attached To The Mounting System • Equipped With 4 Mm Safety Sockets • Integrated Power Supply Further Information The Stable Powder-coated Sheet Steel Support System Contains A 19" Module System Plug Syslink (9 Te), With 2x Syslink Plug-in Connection For Mechatronics Station And Control Panel, Each With 8 Digital Inputs And 8 Digital Outputs And 1x D-sub 15-pin Plug-in Connection With 4 Analog Inputs And 2 Analog Outputs, Emergency Stop Bridge For Connecting A Safety Circuit To Switch Off 8 Digital Outputs. Technical Data: - Dimensions (w X H): 305 Mm X 297 Mm (size 1) - Integrated Power Pack: 100 ... 240 V Ac ±10%; Necessary Accessories: Iec Cables 5 Units 2 Programmable Logic Controller For Electro-pneumatics Training Device For Er Recording Frame (pneumatic/hydraulic) For Solutions In Discrete And Stand-alone Automation Applications Of The Lower Power Range. Further Information The Modular Small Controller Can Be Used For Solutions In Discrete And Stand-alone Automation Applications In The Lower Performance Range. Technical Details: • Digital Inputs On 4 Mm Safety Sockets And Switches/buttons For Signal Simulation • Digital Outputs On 4 Mm Safety Sockets • Analog Inputs And Outputs On 4 Mm Safety Sockets • Simulation Module With 2x Syslink Connector For Control Panel With Digital Inputs And Outputs And D-sub 15-pin Connector With Analog Inputs And Outputs; 4 Mm Safety Sockets For Emergency Stop Bridge To Connect A Safety Circuit For Digital Outputs The Carrier System Consists Of A Lightweight Injection-moulded Housing, Suitable For An Er Mounting Frame Size 2, Dimensions (w X H X D): 364 Mm X 170 Mm X Approx. 80 Mm. The Unit Is Delivered Fully Assembled. Special Licensing Rules Apply To Schools And Training Centers In The Commercial Sector. 6 Units 3 Electro-pneumatics Simulator Software Simulation Software For Pneumatics Is An Application For Creating And Simulating Pneumatic And Electropneumatic Circuits. Valuable Technical Skills Are Learned By Designing Circuits And Simulating Them Interactively. Learning Goals • Creation Of Circuit Diagrams • Identifying And Preventing Errors • Optimization Of Solution Circuit Diagrams Through Interactive Simulations • Understanding Solution Development • Observing Effects Through Real-time Simulations Benefits • Convenient Creation Of Circuit Diagrams And Their Interactive Simulation • Content Tailored To Festo Didactic Learning Systems • Can Be Used Online And Offline • Learning The Effects Of Changes In A Technical Setup And Observing Their Immediate Consequences Through Real-time Simulation • Extensive Library Of Pneumatic, Hydraulic, Electrical Engineering, Electronic And Digital Components. • Further Information Simulation Software For Pneumatics Makes It Possible To Create (electro-)pneumatic Circuits And Simulate Them Interactively. State Changes And Switching Processes Are Calculated Realistically, And Interactive Interventions Can Be Made By Actuating Switches Or Switching Valves. Signals Can Also Be Transmitted Via Connected Hardware Or From Other Programs. In Addition To Real Measuring Devices, Fluidsim 6 Offers Virtual Measuring Devices. Circuits Can Be Constructed From A Library Of Various Electropneumatic Components. In Addition, Grafcet Diagrams Can Be Created And Included In The Simulation If Desired. Simulation Software For Pneumatics Covers The Following Topics: • Pneumatics/electropneumatics • Closed-loop Pneumatics • Vacuum Technology • Electrical Controllers • Digital Technology • Grafcet 6 Units Warranty: • One (1) Year Against Factory Defects Must Include: • On-site Installation And Testing • Three (3) Days Rigid Training For Faculty And Laboratory Technicians • Must Provide Official Partner Or Authorization To Bid From Manufacturer • Iso 9001:2015 Quality Management System Certification From The Manufacturer • Iso 14001: 2015 Environmental Management Certificate From The Manufacturer The Summary Of The Bidding Activities Is As Follows: Activities Schedule 1. Advertisement December 11-18, 2024 2. Issuance Of Bid Documents December 19, 2024 To January 3, 2025 3. Pre-bid Conference December 19, 2024, 2:30pm (via Zoom) 4. Deadline For Submission Of Bids (manual Submission) January 3, 2025, Until 5:00pm Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City 5. Opening Of Bids (face To Face) January 6, 2025, 9:00am Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City General Conditions: All Particulars To The Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Business Organizations With At Least Sixty Percent (60%) Interest Or Ownership Of At Least 60% Of The Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Business Organizations Of A Country Where The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From December 19, 2024 To January 3, 2025 Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Pay The Applicable Fee For The Bidding Documents Not Later Than The Deadline For Submission Of Bids. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 3, 2025, Until 5:00pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Pbd. Late Bids Shall Not Be Accepted. On The Last Day For The Submission Of Bids And No Prospective Bidder/s Submitted Its Bid Documents Or Only One (1) Bid Was Submitted For The Above-mentioned Project, The Same Is Deemed Extended Until January 10, 2025, 5:00 Pm. This Is To Protect The Interest Of The University And Full Opportunity For A Competitive Bidding May Be Achieved. The University Likewise Reserves The Right To Cause Extension Or Postponement Of The Filing Of Bids Should Similar Situation Arises. Bid Opening Shall Be On January 6, 2025, 9:00 Am At The Bac Conference Room, Gen. Tinio (st.) Campus, Cabanatuan City Unless Extended. Bids Will Be Opened In The Presence Of The Bidder Or His/her/its Duly Authorized Representative/s. Failure To Attend During The Opening Of Bids Shall Be Considered A Waiver On The Part Of The Bidder Who Likewise Waives His/her/its Right To Raise Questions During The Bidding Procedures. The Nueva Ecija University Of Science And Technology Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For More Information Concerning This Bidding, Please Contact The Following: Engr. Joel G. De Mesa Head, Bac Secretariat For Goods And Services Neust Gen. Tinio St., Cabanatuan City Email Address: Neust.bacsec@gmail.com Approved By: Dr. Honorato P. Panahon (sgd.) Bac Chairperson
Closing Date6 Jan 2025
Tender AmountPHP 6.4 Million (USD 110.6 K)
PROVINCE OF ZAMBOANGA DEL NORTE Tender
Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com December 04, 2024 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#300/200 - 24-12-485(o) Contract Name: Construction Of Nala Elementary School Outdoor Stage And Dressing Room (phase 1), Municipality Of Sibuco, Zamboanga Del Norte Location/purpose: For The Use In The Construction Of Nala Elementary School Outdoor Stage And Dressing Room (phase 1), Municipality Of Sibuco, Zamboanga Del Norte Approved Budget For The Contract (abc): P1,499,999.73 (inclusive Of All Applicable Taxes) Bidders/ Contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years. Bidders Are Inform That The Delivery Term Is 75 Calendar Days Upon Receipt Of Notice To Proceed. Bidders/ Contractors 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 The Non- Discretionary "pass/ Fail" Criteria. Post Qualification Of The Lowest/ Single Bids Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr). All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14. 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. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting December 05 - 11, 2024 Pre-bid Conference December 12, 2024 @09:00am Availability And Issuance Of Bidding Documents December 05 - 27, 2024 @ 08:30am Deadline For The Submission Of Bids December 27, 2024 @ 08:30am Bid Opening And Evaluation December 27, 2024 @ 09:00am Payment For Bidding Documents Is A Non- Refundable Amount Of Five Thousand Pesos Only (php5,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above. The Provincial Government Of Zamboanga Del Norte Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex: Construction Of Nala Elementary School Outdoor Stage And Dressing Room (phase 1), Municipality Of Sibuco, Zamboanga Del Norte Pr#300/200-24-12-485(o) Abc: P1,499,999.73 Item Activity Description Unit Qty Part A Other General Requirements A.1.4(1) Provision Of Progress Photograps Ea 63.00 A.1.1(3) Provision Of Field Office For The Engineers L.s 1.00 Part B General Requirements B.3 Permits And Clearances L.s 1.00 B.5 Project Billboard/signboard Ea 1.00 B7(2) Occupational Safety And Health Program L.s 1.00 B.9 Mobilization/demobilization L.s 1.00 Part C Civil, Structural, Architectural & Metal Works 803(1)a Structure Excavation (common Soil) M3 41.54 804(4) Gravel Bedding M3 11.43 804(1)b Embankment From Common Borrow M3 45.00 900(1)c2 Structural Concrete For Footing And Slab On Fill (class A, 28 Days) M3 12.45 900(1) Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (class A, 28 Days) M3 9.57 902(1) Reinforcing Steel Of Reinforced Concrete Structures For One-storey, Grade 40/grade 60 Kg 1,644.96 903(2) Formworks And Falseworks (for One-storey Building) Sq.m 69.06 Part D Architectural / Finishing Works 1008 Aluminum Glass Window (sliding/casement/awning/fixed Type) M2 9.96 1010(1) Frames (jambs, Still, Head, Transoms And Mullions) Set 6.00 1010(2)b Wooden Panel Door M2 3.78 1043(1) Pvc Doors And Frames M2 2.52 1004(2) Finishing Hardware Set 4.00 1013(2) Fabricated Metal Roofing Accessory (ridge/hip Rolls/flashing/counter Flashing/valley Roll) M 7.40 1014 Prepainted Metal Sheets (rib Type, Long Span, Below .427 Thk/above .427 Thk) M2 136.90 1027(1) Cement Plaster M2 293.03 1046 100mm Chb Non-load Bearing/load Bearing (including Reinforcing Steel) M2 189.36 1047(2)b Structural Steel Roof Truss Kg 2,021.12 1047(2)c Structural Steel Purlins Kg 360.75 1047(3)b Metal Structure Accessories (sagrods) Pc 33.00 1047(3)c Metal Structure Accessories (turnbuckles) Pc 4.00 Part E Electrical Works 1100 Junction/utility/pull/square Box L.s 1.00 1100(30) Conduit Works, Boxes And Fittings L.s 1.00 1100(6)a 15mmø – 32mmø Polyvinyl Chloride (pvc) Pipes Length 32.00 1100(6)b 15mmø – 32mmø Polyvinyl Chloride (pvc) Pipes Length 5.00 1101 Switches Set 3.00 1101 Switches Set 3.00 1101 Duplex Convenience Outlet Set 10.00 1101(2) 1.60mm2 – 5.5mm2 Electric Wire (tw/thhn/twhn2) M 140.00 1101(2) 8.00mm2 – 22mm2 Electric Wire (tw/thhn/twhn2) M 30.00 1102 Panel Board With Main Breaker/branches, 3 Wires, 1 Neutral, 50amp – 200amp Set 1.00 1103(5) Downlight/pinlight Fixture With One-compact Fluorescent Lamp(cfl) Or Led Bulb, 1 Bulb Set 20.00 Part F Plumbing Works 1001(8) Sewer Line Works L.s 1.00 1002(4)a 65mmø-100mmø Polyvinyl Chloride (pvc) Pipe, Blue Pc 12.00 1001(1)a 50mmø-100mmø Pvc Pipe, Series 600/series 1000 M 9.00 1002(5) Water Closet/urinal With Complete Accessories Set 1.00 1002(5) Wall Hung Lavatory With Complete Accessories Set 1.00 1002(5) Faucet Pc 1.00 1002(5)h Floor Drain Plates Set 1.00 ***nothing Follows***
Closing Date13 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.6 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:washington
city:longview
delineated Area:
north:longview City Limits
south:longview City Limits
east:longview City Limits
west:longview City Limits
gross Square Feet:4,664
net Square Feet:3,631
space Type:retail
gov Parking Spaces (total):9
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 Officerthomas Seymour Will Be Signing The Lease For The Government.
electronic Offer Submission:
offers Must Be Submitted Electronically Via Email Listed Above. Offers Are Due On Or Before: 01/30/2025.
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 Submittedelectronically. 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
exhibit K – Seismic Offer Forms (where Applicable)
evidence Of Ownership (warranty Deed) Or Control Of Building Or Site.
please Note That You Arenot Requiredto 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
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 Date31 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500515 Title Pcm Interface Housing Fluid 407/18/201 Description 5 Each X Pcm Interface Housing Fluid 407/18/201 Specification* Pcm Interface Housing Fluid 407/18/201 Equivalent Contact S.pasiya,, Hillstar Workshop Tell 021 4444083 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!!! 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**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, 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. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City's Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/03/07 Delivery Tomitchells Plain Treatment Works Delivery Address00 Mitchells Plain Wwtw, Mitchells Plain Wwtw Contact Personsakhumzi Pasiya Telephone Number0214444083 Cell Number Closing Date2025/01/20 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressanel.frankenfilby@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 Date20 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500516 Title Lamp Fit Reces 600x600x80 T5 Fl 3 14w Description 9 Each X Lamp Fit Reces 600x600x80 T5 Fl 3 14w Specification* Lamp Fitting - Mounting Recessed Mount Dimensions 600mmx600mmx80mm Lamp Type T5 Fluorescent No Of Lamps 3 Lamp Wattage 14w Control Gear Electronic Gear Lamp Holders Rotating Ratchet Lamp Holders With 20mm Diameter Conduit Back Entry Reflector Type Low Brightness Louvre Housing Type Steel White Epoxy Powder Coated Housing Material Cold Rolled Steel, Hot Dip Zinc Phosphate Coated Or Aluminium. Finished In A Baked High Gloss White Epoxy Polyester Powder Coat Standard Sans 475 2013 Edt 1.2. ****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 Made Non-responsive**** *nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation.** In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Complete Mbd6.1 Form With Your Rfq! Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points Delivery Date2025/02/03 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address13 Melck Street, Ndabeni Contact Personshawn Fortune Telephone Number0214449980 Cell Number Closing Date2025/01/27 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date27 Jan 2025
Tender AmountRefer Documents
6311-6320 of 7273 archived Tenders