Advertisement Tenders

Advertisement Tenders

Municipality Of Tunga, Leyte Tender

Healthcare and Medicine
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 514.3 K (USD 8.8 K)
Details: Description Invitation To Bid For One Lot Supply And Delivery Of Medicines & Medical Supplies 1. The Gad Focal Person Officer Of Lgu Tunga, Leyte Through The Bids And Awards Committee Intends To Apply The Sum Of Five Hundred Fourteen Thousand Three Hundred Pesos And Ninety Centavos (p514,300.90) Being The Approved Budget For The Contract (abc) Under The 5% Gad 2025 To Payments For The Contract One (1) Lot Supply And Delivery Of Medicines & Medical Supplies. 1 Losartan 100 Mg Tablet 5,000 Tablet 2 Losartan 50 Mg Tablet 202,000 Tablet 3 Metformin 500mg Tablet 15,000 Tablet 4 Amlodipine 10mg Tablet 7,000 Tablet 5 Amlodipine 5mg Tablet 10,000 Ablet 6 Amoxicillin 500mg Capsule 15,000 Capsule 7 Ferrous Salt + Folic Acid 60mg Elemental Iron + 400mcg Film Coated Tablet 6,000 Tablet 8 Co-amoxiclav (amoxicillin + Clavulanic Acid) 625mg Tablet 3,500 Tablet 9 Amoxicillin 250mg/5ml Oral Suspension 350 Bottle 10 Amoxicillin 100mg/ml, 15ml Oral Drops 250 Bottle 11 Cetirizine 10mg Tablet 6,000 Tablet 12 Cetirizine 2.5mg/ml,10ml Oral Drops 250 Bottle 13 Cetirizine 5mg/5ml, 30ml Syrup Bottle 300 Bottle 14 Paracetamol 500mg Tablet 10,000 Tablet 15 Paracetamol 250mg/5ml, 60ml Oral Suspension Bottle 300 Bottle 16 Paracetamol 100mg/ml, 15ml Oral Drops 300 Bottle 17 Salbutamol 2mg/ml, 2.5ml Respiratory Solution 200 Nebule 18 Atropine 1mg/ml, 1ml Solution For Injection Ampule 10 Ampule 19 Dexamethasone 4mg/ml, 2ml Solution For Injection Ampule 10 Ampule 20 Calcium Cluconate 10%, 10ml Solution For Injection Ampule 5 Ampule 21 Diphenhydramine 50mg/ml, 1ml Solution For Injection Ampule 5 Ampule 22 Epinephrine 1mg/ml Ampule 10 Ampule 23 Oxytocin 10 Iu, 1ml Solution For Injection Ampule 20 Ampule 24 Erythromycin 0.5%, 5g Eye Ointment Tube 4 Tube 25 Tranexamic Acid 100mg/ml, 5ml Solution For Injection Ampule 10 Ampule 26 Phytomenadione (phytonadione, Vitamin K1) 10mg/ml, 1ml Solution For Injection Ampule 10 Ampule 27 Hydralazine 20mg/ml, 1ml Solution For Injection Ampule 10 Ampule 28 Gentamicin 40mg/ml, 2ml Solution For Injection Ampule 10 Ampule 29 Ampicillin 500mg Powder For Injection Vial 10 Vial 30 Ascorbic Acid (vitamin C) 100mg/5ml, 60 Syrup Bottle 300 Bottle 31 Ascorbic Acid (vitamin C) 100mg/ml Oral Drops Bottle 250 Bottle 32 Vitamin B1 + Vitamin B12 + Vitamin B6 100mg + 5mg + 50mcg Tablet 5,000 Tablet 33 Ascorbic Acid (vitamin C) 500mg Tablet 5,000 Tablet 34 Mefenamic Acid 500mg Capsule 4,000 Capsule 35 Lagundi [ Vitex Negundo L. ( Fam. Verbenaceae) ] 300mg/5ml, 60ml Syrup Bottle 300 Bottle 36 Clonidine 75mcg Tablet 200 Tablet 37 Zinc (equiv. To 10mg Elemental Zinc/ml) 15ml Oral Drops 100 Bottle 38 Multivitamins Capsule 4,000 Capsule 39 Multivitamins Per 5ml, 60ml Syrup Bottle 300 Bottle 40 Multivitamins Per 1ml, 15ml Oral Drops Bottle 200 Bottle 41 Dextrose + Sodium Chloride 5% + 0.9%, 1l Solution For Injection 10 Plastic Bottle 42 Oral Rehydration Salts ( 75 – Replacement ) 20.5g Oral Powder Solution Sachet 300 Sachet 43 Zinc (equiv. To 20mg Elemental Zinc/5ml) 60ml Syrup Bottle 100 Bottle 44 Hyoscine 10mg Tablet 300 Tablet 45 Azithromycin 500mg Tablet 250 Tablet 46 Sterile Glove Size 7, 50’s Per Box 3 Box 47 Sterile Glove Size 7, 50’s Per Box 2 Box 48 Clean Gloves Medium 100’s Per Box 3 Box 49 Aneroid Sphygmomanometer 3 Piece 50 Tuberculin Syringe 100’s Box 1 Box 51 3ml Syringe 100’s Box 1 Box 52 5ml Syringe 100’s Box 1 Box 53 Povidone Iodine 1 Gallon 2 Gallon 54 Cidex 1 Gallon 1 Gallon 55 Umbilical Cord Clamp 100’s Box 1 Box 56 Os 4x4x8 Sterile 100’s Box 4 Box 57 Os 4x4x8 Sterile Non-sterile 10 Box 58 Iv Cannula G20, 50pcs/pack 1 Pack 59 Iv Cannula G26, 50pcs/pack 1 Pack 60 Cotton Balls 1000balls/pack 10 Pack 61 Leukoplast 2.5cm X 5cm 2 Piece 62 Micropore 1”, 12 Rolls/box 1 Box 63 Fetal Doppler 1 Piece 64 Iv Cannula G20, 50pvs/ Pack 1 Pack 65 Suction Catheter Fr. 10 5 Piece 66 Suction Catheter Fr. 6 5 Piece 67 70% Isopropyl Alcohol 1 Gallon 2 Gallon 68 Oxygen Nasal Cannula Adult 6 Piece 69 Oxygen Nasal Cannula Pedia 6 Piece Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Health Office Through The Bids And Awards Committee Now Invites Bids For The Above Procurement Project In Accordance With The Provisions Of The Revised Irr Of Ra 9184 On The Use Of The Approved Guidelines On The Use Of A Single Year Framework Agreement (outright Determination Of Lowest Calculated And Responsive Bid) Under Gppb Resolution No. 27-2019. Delivery Of The Goods Is Required By February 24, 2025. Bidders Should Have Completed At Least One (1) Contract That Is Equivalent To At Least Fifty Percent (50%) Of The Abc, From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. The Schedule Of Bidding Activities Is Herein Stated Below: Advertisement/posting Of Invitation To Bid February 5, 2025 Issuance And Availability Of Bid Documents February 5, 2025 Deadline For Submission Of Bid Documents February 12, 2025 Before 8:00 A.m. Opening Of Bids February 12, 2025 @9:00 A.m. 2nd Floor Office Of The Sangguniiang Bayan (sb) Session Hall) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. 5. Prospective Bidders May Obtain Further Information From Municipal Health Office And Inspect The Bidding Documents At The Address Given Below During Office Hours From Monday To Friday At 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5, 2025 To February 12, 2025 From 8:00am To 5:00pm (mondays To Fridays Only) And Up To The Last Day Of Acquisition Of Bidding Documents On Feb. 12, 2025 @8:00a.m. And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p1,000.00). The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission By Dropping In The Bid Box Located At The Municipal Building 3rd Floor Office Of The Bac On Or Before February 12, 2025 At 9:00 A.m. In The Morning At The Office Address Indicated Below. 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 14. 9. Bid Opening Shall Be On February 12, 2025, 9:00 A.m. @ 2nd Floor Office Of The Sangguniang Bayan (sb) Session Hall At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity Via Virtual Communication Application. 10. The Bids And Awards Committee (bac) 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. 11. For Further Information, Please Refer To: (sgd.)engr. Marlon B. Arintoc Bac Chairperson @09054167589

Municipality Of Pastrana, Leyte Tender

Food Products
Corrigendum : Tender Amount Updated
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 214.6 K (USD 3.6 K)
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of Pastrana -ooo- Catering Services Of Various Activities 1. The Local Government Unit Of Pastrana, Through The General Funds Mooe Cy 2025 Intends To Apply The Sum Of Two Hundred Fourteen Thousand Six Hundred Fifty Pesos (p 214,650.00 ), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Catering Services Of Various Activities Of Lgu-pastrana And Project Identification Number- Bac-goods-2025- 002- Epa. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Pastrana Now Invites Bids For The Above Procurement Project, In Accordance With The Provisions Under Appendix 31 Of The 2026 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Catering Services Of Various Activities Of Lgu-pastrana Must Be Delivered Within Fifteen (15 ) Calendar Days. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee (bac) And Inspect The Bidding Documents At The Address Given During Working Hours From 8: 00 A.m. To 5:00 P.m, Monday To Friday, Except Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders ____ From Given Address Below And Upon Payment In The Amount Of Five Hundred Pesos (p500.00) Which Will Be Presented In Person To The Bac Secretary For The Bidding Documents , Pursuant To The Latest Guidelines Issued By The Gppb. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Pastrana Will Not Hold A Pre-bid Conference On January 31, 2025 Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Main Building Wherein The Bid Box Is There And Dropping On Or Before February 12, 2025/ 1:30 P. M./ Bac Office. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In It Clause 14. 9. Bid Opening Shall Be On February 12, 2025/ 1:30 P.m. At The Bac Office At The Given Address. Bids Will Be Opened In The Presence Of The Bidders/ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Pastrana Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding , Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without There Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To : Bac Secretariat : Raynario C. Galvez Bac Secretariat : Myrna D. Udtohan Address : Bac Office, Lgu-pastrana Address : Bac Ofice, Lgu-pastrana Mobile No. Mobile No. : 09563770176 E-mail Address : Bac E-mail Address Bac Schedule Of Activities : No. Activity Time Place 1. Advertisement/ Posting Of Invitation To Bid January 24-30, 2025 *hard Copies At Bac Secretariat, Bac Office , Municipality Of Pastrana 2. Pre-bid Conference None Bac Office, Municipality Of Pastrana 3. Issuance And Availability Of Bidding Documents January 24-february 12, 2025 Bac Office, Municipality Of Pastrana 4. Submission And Receipt Of Bids ( Includes Eligibility Check And Opening Of Bids) February 12,2025/ 1:30 P. ..m./bac Office Bac Office, Municipality Of Pastrana 5. Bid Evaluation February 13, 2025 6. Post-qualification February 14, 2025 7. Approval Of Resolution/issuance Of Notice Of Award February 17, 2025 8. Contract Preparation & Signing February 18, 2025 9. Issuance Of Notice To Proceed February 19, 2025 Important Reminders : (a) Each And Every Page Of The Bid Forms, Under Section Viii: Checklist Of Technical And Financial Documents Hereof, Shall Be Signed By The Duly Authorized Representative/s Of The Bidder. Failure To Do So Shall Be A Ground For The Rejection Of The Bid. (b) Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. C) Bid Documents Shall Be Complied In A Folder/ Binder With The Annexes Properly Labeled With Tabs/ Separators. (d) Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Enclosed In Separate Sealed Envelopes, Which Shall Be Submitted Simultaneously: (a) The First Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Eligibility Requirements And Technical Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (1): Original – Eligibility Requirements And Technical Component Envelope (2): Copy1- Eligibility Requirements And Technical Component Envelope (3): Copy2- Eligibility Requirements And Technical Component (b) The Next Three Individually Sealed Envelopes Shall Contain The Folder/ Binder Of The Financial Component Of The Bid; Prepared In Three Copies Labeled As Follows: Envelope (4): Original- Financial Component Envelope (5): Copy1- Financial Component Envelope (6): Copy2- Financial Component C) Bidders Shall Enclose, Seal And Mark The Following: Envelope (7): Envelope (1) And Envelope (4) Enclosed In One Sealed Envelope Marked “original-bid” Envelope (8): Envelope (2) And Envelope (5) Enclosed In One Sealed Envelope Marked “copy 1-bid” Envelope (9): Envelope (3) And Envelope (6) Enclosed In One Sealed Envelope Marked “copy2-bid” (d) Envelopes (7) To (9) Shall Then Be Enclosed In A Single Sealed, Signed Final/ Outer Envelope/ Package/ Box E) All Envelopes (envelopes (1) To (9) And The Final/ Outer Envelope/ Package/ Box) Shall Indicate The Following: - Addressed To The Procuring Entity’s Bac - Name And Addressed Of The Bidder In Capital Letters - Name Of The Contract/ Project To Be Bid In Capital Letters - Bear The Specific Identification/ Reference Code Of This Bidding Process - Bear A Warning “do Not Open Before. . .” The Date And Time For The Opening Of Bids The Chairperson Bids And Awards Committee Bac Office Lgu-pastrana, Leyte Name Of Bidder : ____________________________________ Address : ____________________________________ E) Bids Submitted After The Deadline Shall Only Be Marked For Recording Purpose, Shall Not Be Included In The Opening Of Bids, And Shall Be Returned To The Bidder Unopened. (f) Bidders Shall Submit A Copy Of The Authority To Notarize Issued By The Regional Trial Court To The Notarial Public. G.) During Pre-bid Conference Bidder Shall Show Proof Of Evidence That He/she Is The Owner Of The Construction Firm And If Representative He/she Present Original Copy Through A Special Power Of Attorney (spa) And Pcab License Of The Contractor They Represent (h.) Timeliness And Responsiveness Of The Procurement And Payment Will Be Made After Complete Delivery. Anacleta G. Gabriente Bac Chairperson Section Vi. Schedule Of Requirements The Delivery Schedule Expressed As Weeks/months Stipulates Hereafter A Delivery Date Which Is The Date Of Delivery To The Project Site. Item Number Description Quantity Unit Delivered, Weeks/months 1 “planning-workshop For Peace And Order And Oublic Safety (pops) 2026-2028 Of The Municipality Of Pastrana” 15 C.d. (mayor’s Office) Food For Three (3) Days: Day 1: A.m Snacks: 30 Pax • Spaghetti With Bread • Canned Pineapple Juice Lunch: 30 Pax • Beef Steak • Fish Fillet • Pork Embutido • Bam-e • Fruit Salad • Softdrinks • Rice P.m Snacks: 30 Pax • Clubhouse Sandwich • Mismo Softdrinks Day 2: A.m Snacks: 30 Pax • Choco Moist • Bottled Water Lunch: 30 Pax • Beef C Ldereta • Fried Chicken • Buttered Shrimp • Pancit Bihon • Mixed Fruits • Softdrinks • Rice P.m Snacks: 30 Pax • Special Turon • Orange Juice Day 3: A.m Snacks: 30 Pax • Carbonara With Bread • Softdrinks Lunch: 30 Pax • Creamy Beef Mushroom • Pork Adobo • Chicken Lollipop • Bam-e • Macaroni • Salad • Softdrinks • Rice P.m Snacks: 30 Pax • Empanada • Mismo Softdrinks 2 “conduct Of Public Hearing/consultation For The Comprehensive Land Use Plan (clup) 2023-2032 And Zoning Ordinance Of The Municipality Of Pastrana” A.m Snacks: 145 Pax • Clubhouse Sandwich • Bottled Water Lunch: 145 Pax • Beef Steak • Fish Fillet • Pork Embutido • Bam-e • Fruit Salad • Softdrinks • Rice 3 “foods And Decoration For Free Mass Civil Wedding Ceremony” Menu: 100 Pax • Fish Fillet With Mushroom • Chicken Cordon Bleu • Fried Ribs • Bam-e • Rice • Soda(glass) 4 “sfa & Bls Provider Course For Healthcare Emergency Response Team (hert) (mho) 1st Day: Lunch: 27 Pax • Rice • Pancit Bam-i • Sweet & Sour Fish • Chicken Roll • Desserts • Drinks A.m Snacks: 27 Pax • Clubhouse Sandwich • Cucumber Juice P.m Snacks: 27 Pax • Chocolate Moron • Cassava Cake • Softdrinks Day 2: Lunch: 27 Pax • Rice • Fried Porkchop • Chopsuey • Buttered Shrimp • Desserts • Softdrinks A.m Snacks: 27 Pax • Carbonara With Bread & Juice • Juice P.m Snacks: 27 Pax • Butter Cake • Softdrinks Day 3: Lunch: 27 Pax • Rice • Fried Chicken • Mixed Veggies • Fish Tinola • Desserts • Drinks A.m Snacks: 27 Pax • Egg Sandwich • Banana Cake • Juice P.m Snacks: 27 Pax • Spaghetti • Softdrinks Day 4: Lunch: 27 Pax • Rice • Beef Caldereta • Fried Fish • Lumpia-shanghai • Desserts • Drinks A.m Snacks: 27 Pax • Suman Latik • Lemon Juice P.m Snacks: 27 Pax • Cassava Cake • Softdrinks I Hereby Verify To Comply With All The Above Requirements. ______________________________________________ Signature Over The Printed Name Of The Authorized Representative: ____________________________________________________ Company Name: ____________________________________________________ Date: ______________________________________________________

DEPARTMENT OF EDUCATION DIVISION OF ABRA Tender

Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 1 Million (USD 18.9 K)
Details: Description Request For Expression Of Interest For Procurement Of Relocation Survey Services To Thirty-five (35) Public Schools And Subdivision Survey Services For Thirty-seven Public Schools Within The Schools Division Of Abra 1.the Department Of Education, Schools Division Of Abra, Through The General Appropriations Act Of 2021 Intends To Apply The Sum Of One Million Ninety-seven Thousand Pesos (php 1,097,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Procurement Of Relocation Survey Services To Thirty-five (35) Public Schools And Subdivision Survey Services For Thirty-seven Public Schools Within The Schools Division Of Abra. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. Recipient Schools For Relocation Survey: No. Name Of School Address 1 Abang Elementary School Abang, Bucay, Abra 2 Abaquid Elementary School Abaquid Danglas, Abra 3 Abas National Highj School Sallapadan, Abra 4 Agtangao Elementary School Agtangao Bangued, Abra 5 An-anaao Elementary School An-anaao Tayum, Abra 6 Baay Natiopnal High School Licuan-baay, Abra 7 Bacooc Primary School Bacooc Lagangilang, Abra 8 Bagalay Elementary School Bagalay Tayum, Abra 9 Baoyan Elementary School Baoyan Boliney, Abra 10 Basbasa Elementary School Basbasatayum, Abra 11 Bolbolo National High School Bolbolo Pilar, Abra 12 Bolilising Elementary School Bolilising Villaviciosa, Abra 13 Bucay North Elementary School Bucay, Abra 14 Bugbug Elementary School Bugbug Bucay, Abra 15 Canan Elelementary School Canan Lapaz, Abra 16 Cayapa Elementary School Cayapa Lagangilang, Abra 17 Dalit National High School Dalit Pilar, Abra 18 Dintan Elementary School Dintan Pilar, Abra 19 Don Rosalio Eduarte Elementary School Dolores, Abra 20 Dugong Elementary School Dugong, Bucay, Abra 21 Dumagas Elementary School Dumagas Boliney, Abra 22 Kimmalaba Elementary School Kimmalaba Dolores, Abra 23 Lapaz Central School Lapaz, Abra 24 Lagayan Central School Lagayan, Abra 25 Layugan Elementary School Layugan Bucay, Abra 26 Liguis Elementary School Liguis Lapaz, Abra 27 Peňarubia Central School Peňarubia, Abra 28 Pidigan Central School Pidigan, Abra 29 San Juan Central School San Juan , Abra 30 San Elementary School San Juan, Abra 31 Sinalang Pilot Elementary School Sinalang Bangued, Abra 32 Siwasiw Elementary School Siwasiw Bucay, Abra 33 Tabiog Elementary School Tabiog Bucay, Abra 34 Tayum Central School Tayum, Abra 35 Villaviciosa Central School Villaviciosa, Abra Recipient Schools For Subdivision Survey: No. Name Of School Address 1 Alawa Elementary School Alawa Tineg, Abra 2 Anayan Elementary School Anayan Tineg, Abra 3 Apao Primary School Apao Tineg, Abra 4 Bacag Elementary School Bacag Lacub, Abra 5 Banat Elementary School Banat Manabo, Abra 6 Baug Primary School San Juan, Abra 7 Belaat Elementary School Belaat Tineg, Abra 8 Buneg Primary School Buneg Lacub, Abra 9 Caganayan Eleementary School Caganayan Tineg, Abra 10 Caganayan National High School Caganayan Tineg, Abra 11 Canan Elementary School Canan Tineg, Abra 12 Cogon Elementary School Cogon Tineg, Abra 13 Cosili West Primary School Cosili West, Bangued, Abra 14 Dugong National High School Dugong Bucay, Abra 15 Laba Primary School Laba Tineg, Abra 16 Lan-ag Elementary School La-ag Lacub, Abra 17 Luzung National High School Luzung Luba, Abra 18 Magsalang Primary School Magsalang Tineg, Abra 19 Makingag Elementary School Makingag San Juan, Abra 20 Manabo National High School Manabo, Abra 21 Naglibacan Integrated School Naglibacan Tineg, Abra 22 Pananuman Primary School Pananuman Luba, Abra 23 Pang-ot Primary School Pang-ot Lagayan, Abra 24 Pangtud Primary School Pangtud Pidigan, Abra 25 Poblacion West Primary School Poblacion Pidigan, Abra 26 Sabangan Elementary School Sabangan San Juan, Abra 27 San Isidro New Site Elementary School San Isidro, Abra 28 San Jose Elementary School San Jose Manabo, Abra 29 San Ramon Elementary School San Ramon, Manabo, Abra 30 Santo Thomas Elementary School Santo Thomas Manabo, Abra 31 Sap-al Elementary School Buneg Lacub, Abra 32 Sapdaan Elementary School Sapdaan, Manabo, Abra 33 Tabacda Elementary School Tabacda Tubo, Abra 34 Tapayen Eleemntary School Tapayen Alaoa Tineg, Abra 35 Tineg Central School Tineg, Abra 36 Tineg National High School Tineg, Abra 37 Tubtuba Primary School Tubtuba Tubo, Abra 2.the Department Of Education, Schools Division Of Abra, Now Calls For The Submission Of Eligibility Documents For Procurement Of Relocation Survey Services To Thirty-five (35) Public Schools And Subdivision Survey Services For Thirty-seven Public Schools Within The Schools Division Of Abra. Eligibility Documents Of Interested Consultants Must Be Duly Received By The Bac Secretariat On Or Before December 9, 2024, 9:30 Am At Department Of Education, Schools Division Of Abra, 3rd Floor Conference Hall. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3.interested Bidders May Obtain Further Information From Department Of Education, Schools Division Of Abra And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm (monday-friday). 4.schedule Of Activities: Procurement Activity Operational Timeline Date Accomplished Remarks Advertisement/philgeps Posting Of Request For Expression Of Interest (7 Cds) Day 1-7 December 2 - 8, 2024 Eligibility Check And Shortlisting Day 8 December 9, 2024 10 O’clock In The Morning Pre-bid Conference Day 15 December 16, 2024 10 O’clock In The Morning Deadline Of Submission And Receipt Of Bids/bid Opening Day 31 January 2, 2025 3rd Floor Conference Hall Deadline Of Submission: 9:30 Am Bid Opening: 10:00 Am Bid Evaluation Day 32 January 3, 2025 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 4, 2024, 10 O’clock In The Morning 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 (php 5,000.00). 6.the Department Of Education, Schools Division Of Abra, Will Hold A Pre-bid Conference On December 16, 2024, 10 O’clock In The Morning At Deped- Schools Division Of Abra, 3rd Floor Conference Hall Which Shall Be Open To Prospective Bidders. The Conference Will Be Conducted Via Face To Face And Videoconference Through Google Meet. Links Of The Videoconference Will Be Provided To Interested Bidders Upon Request. 7.the Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of 3 - 5 Prospective Bidders Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Qualifications: project Chief/contractor Must Be Licensed Geodetic Engineer, As Per R.a. 8560, As Amended; had Been Chief Of Party Working From Beginning To End Of A Public Subdivision Or Complex Subdivision Surveys; has No Abandoned Survey Projects Previously Contracted and Should Have A Certificate Of No Pending Cases The Rating System For Shortlisting Are As Follows: Criteria Rating 1.applicable Experience 1.1 Similar Projects Undertaken And Completed 10% 1.2 Similar Projects Undertaken And Completed (years Of Experience) 10% 2.qualification Of Personnel To Be Assigned To The Project: 2.1number Of Personnel To Be Assigned To The Project 20% 2.2 Relevant Training / Skills Of Personnel 10% 2.2capability / Equipment / Logistics Note: Attach Pictures Of Equipments And Its Description. 10% 3.current Workload Relative To Capacity (based On Statement Of On-going Projects, Including Those Awarded But Not Yet Started) 20% 4.financial Capacity (net Financial Contracting Capacity) 20% Total 100% 8.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 9.the Procuring Entity Shall Evaluate Bids Using The Quality-cost Based Evaluation (qcbe) Procedure. Bids Whose Technical Proposal Passes The Minimum Technical Requirement Of Seventy-five Points (75) Shall Have Its Financial Proposals Opened And Evaluated. The Technical Proposal Shall Carry A Weight Of Seventy Percent (70%) Weight In The Evaluation. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instructions To Bidders. 10.the Contract Shall Be Completed Within 120 Calendar Days. 11.the Department Of Education, Schools Division Of Abra 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. 12.for Further Information, Please Refer To: Micheella B. Alcantara Department Of Education-schools Division Office Of Abra Zone 2, Bangued, Abra Email Address: Depedabrabac@gmail.com Contact No.: 0976 - 405 - 7247 December 2, 2024 Christopher C. Benigno Phd, Edd, Ceso Vi Bac Chairperson

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Ii Dalan Na Pavvurulun, Rgc, Carig Sur, Tuguegarao City, Cagayan Invitation To Bid For 24b00144 (re-advertisement) : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center 1. The Dpwh Regional Office Ii, Through The Ra 11975 (gaa Fy 2024) Intends To Apply The Sum Of ₱5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract 24b00144: Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Dpwh Regional Office Ii Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Department Of Health - Fy 2024 Health Facilities Enhancement Program (hfep): Rural Health Units (rural Health Unit) - Completion/ Equipping Of Super Health Centers - Saguday Super Health Center Contract Id No. : 24b00144 Location : Saguday, Quirino Brief Project Description : Construction Of Saguday Super Health Center: Structural Works (excavation, Embankment, Gravel Fill, Steelworks, Structural Concrete), Plumbing Works (construction Of Catch Basin, Septic Tank, Installation Of Sewer Line Works, Waterline Works, And Storm Drainage), Finishing Works (masonry, Plastering Interior Wall And Ceiling Painting Works, Ceiling Works, Waterproofing, Tile Works, Installation Of Doors And Windows) Scope Of Works : Other General Requirements • Permits And Clearances • Project Billboard / Signboard • Occupational Safety And Health Program • Mobilization / Demobilization Earthworks • Structure Excavation (common Soil) • Embankment (from Structure Excavation & Borrow) • Gravel Fill Plain And Reinforced Concrete Works • Structural Concrete, 3000 Psi, Class A, 28 Days • Reinforcing Steel (deformed) Grade (40 & 60) • Formworks And Falseworks Finishing And Other Civil Works • Soil Poisoning • Catch Basin • Sewer Line Works • Storm Drainage And Downspout • Septic Tank (chb) • Sanitary/plumbing Fixtures • Cold Water Lines • Ceiling • Modular Partition • Finishing Hardware • Aluminum Glass Windows, (swing, Sliding, Awning & Fixed) Type • Doors, (wood Panel) • Fabricated Metal Roofing Accessory, 0.60 Mm, (ridge/hip Rolls, Flashing, Gutters) • Prepainted Metal Sheets (rib Type, Long Span,0.6mm Thk) • Unglazed Tiles • Granite Tiles • Cement (plaster) Finish • Painting Works, (masonry/ Concrete, Steel) • Pvc Doors And Frames • Chb Non-load Bearing (including Reinforcing Steel) (100 Mm & 150mm) • Metal Structure Accessories, (turnbuckle, Sagrods, Cross Bracing & Steel Plates) • Structural Steel Purlins Electrical Works • Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) • Wires And Wiring Devices • Panelboard With Main & Branch Breakers • Lighting Fixtures • Reinforced Concrete Pedestal / Pole Mechanical Works • Ventilating System • Fire Alarm System Approved Budget For The Contract (abc) : ₱5,970,000.00 Contract Duration : 85 Calendar Days Inclusive Of 6 Unworkable/rainy Days, 17 Sundays And Holidays 2. The Major Category Of Work For The Project Is Bicwoplc - Buildings: Construction-without Piles-low Rise-concrete Frame(1 To 5 Storey ). 3. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Small B For Buildings. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 5. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 6. 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), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 7. Interested Bidders May Obtain Further Information From The Dpwh Regional Office Ii And Inspect The Bidding Documents At Procurement Staff, 4th Floor, Dpwh Regional Office No. Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan During Weekdays From 8:00 A.m. To 5:00 P.m.. 8. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 15 - February 04, 2025, From The Address Given 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 Ten Thousand Pesos Only (₱10,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 9. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 10. The Dpwh Regional Office Ii Will Hold A Pre-bid Conference On January 22, 2025, 10:00 Am At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan, And/or Through Webcasting Via Youtube Channel (dpwh Regional Office Ii Procurement Livestream) Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Encouraged To Send Their Technical Personnel To Attend The Pre-bid Conference. 11. Bid Submission May Be Done Manually Or Electronically. 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 Clause 17. 12. Bids Must Be Duly Received By The Bac Secretariat For Manual Submission At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan Or At Electronicbids_r2@dpwh.gov.ph For Electronic Submission And Receipt Of Bids On Or Before February 04, 2025 At 10:00 Am. Late Bids Shall Not Be Accepted. 13. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Bds Clause 15.1. 14. Bid Opening Shall Be On February 04, 2025, Immediately After The Deadline For The Submission Of Bid At The Procurement Conference Room, 4th Floor, Dpwh Regional Office Ii Extension Bldg. 2, Regional Government Center, Carig Sur, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 15. The Dpwh Regional Office Ii 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 9184, Updated As Of July 19, 2024, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 16. You May Visit The Following Websites; For Downloading Bidding Documents: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph Livestreaming Website: Https://www.youtube.com/@dpwh.ro.2 For Online Bid Submission: Electronicbids_r2@dpwh.gov.ph 17. For Further Information, Please Refer To: Hilario Y. Casem Engineer Iv Head, Procurement Staff Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Contact No.: 0935-176-0624 Email Address: Casem.hilario@dpwh.gov.ph Bernard T. Calabazaron Chief, Qah Division Bac Chairperson Dpwh Regional Office Ii Carig Sur, Tuguegarao City, Cagayan Calabazaron.bernard@dpwh.gov.ph Date Of Posting: Dpwh And Philgeps Websites: January 15 - 21, 20205 Conspicuous Place (procurement Bulletin Board): January 15 - 21, 20205

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
United States
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: 1. General. This Is A Sources Sought And Is For Informational/market Research Purposes Only. This Is Not A Request For Proposal, Quotation Or Bid, Nor A Synopsis Of A Proposed Contract Action Under Far Subpart 5.2. this Sources Sought Is To Gain Knowledge Of The Interest, Capabilities, And Qualifications Of Industry So The Government Can Make Informed Business Decisions. We Are Seeking Responses From Both Large And Small Business Members Of Industry To Include: Small Business, Small Disadvantaged Businesses To Include 8(a) Firms, Historically Underutilized Business Zones (hubzone), Woman-owned Small Business (wosb) To Include Economically Disadvantaged Women-owned Small Business (edwosb), Service-disabled Veteran-owned Small Business (sdvosb) And Veteran Owned Small Business (vosb). All Interested Parties Are Highly Encouraged To Respond. reponses To This Sources Sought Announcement Will Be Used By The Government To Make Business Decisions And To Inform Potential Future Solicitations. the North American Industrial Classification Code (naics) For This Requirement Is: 237990 the Related Size Standard Is: $45 Million. formal Sources Sought Response Due – Monday, 10 February 2025 At 3:00 Pm Pacific Time. 2. Project Background. The Dalles Dam Is Located In The Dalles, Oregon. The Dalles Dam (tda) Is A Concrete Gravity Run-of-the-river Dam Spanning The Columbia River, Two Miles East Of The City Of The Dalles, Oregon, United States. It Joins Wasco County Oregon, With Klickitat County Washington, 300 Miles Upriver From The Mouth Of The Columbia River Near Astoria, Oregon. The Project Is Designed To Improve The Monitoring Of The Amount Of Oil That Could Be Released Into The Columbia River. Its Main Objective Is To Minimize The Oil Release. 3. Project Scope. There Are Approximately 400,000 Gallons Of Oil At The Tda Powerhouse. Oil Monitoring Measures Currently Consist Primarily Of Visual Observations Of Sight Glasses, Observations Of Oil Leaks On And Around Equipment, And Purchase And Disposal Records Of Lubricants. The Federal Government Agreed To Develop And Apply An Oil Accountability Plan (oap) Pursuant To The August 2014 Settlement Agreement With Columbia Riverkeepers. The Oap Is Intended To Account For Oils And Greases Used, Including The Oils And Greases Used In Turbines, Wicket Gate Bearings, And Fish-way Equipment. This Project Would Improve The Ability To Consistently And Reliably Account And Monitor Leakage Of Oils Through Automated Systems And Greatly Increase The Timeliness Of Level Monitoring. It Would Also Assist In Fulfilling The Requirements Of The Portland Districts Standing Environmental Policy 200-1, Oil Accountability While Significantly Reducing The O&m Costs To Do So. The Purpose Of This Project Is To Improve Accuracy And Increase Automation Of Instrumentation To Account For Oil In Oil-filled Equipment, Bulk Storage Containers, And High Risk Equipment. It Is Also To Aid In The Identification Of Oil Leaks As Early As Possible And Fully Account For Potential Leaks. a. Project Objectives: See The Draft Specifications For Project Objectives. The Specifications Are Not Finalized And May Significantly Change Prior To Solicitation. b. Anticipated Construction Schedule: Cenwp Intends To Advertise In May 2025 And Award In July 2025 Construction Contract With Estimated Construction Completion By The End Of March 2027. c. Estimated Construction Cost (ecc): The Current Ecc Is Between $1,000,000 And $5,000,000. Ref. Far 36.204 Disclosure Of Magnitude And Dfars 236.204 Disclosure Of Magnitude. d. Number And Type Of Contracts: Nwp Contemplates Awarding One Firm Fixed-price Construction Contract. The Acquisition Strategy Decision Has Not Yet Been Determined. Maximum Small Business Participation Is Being Sought At Both The Prime And Subcontracting Levels. e. Anticipated Source Selection Process: The Expected Acquisition Method To Provide The Best Value To The Government Is Best Value. 4. Project Specific Constraints And Challenges: This Is A Pilot Program. The Specifications And Management Controls Will Incorporate Contingencies To Minimize Risk. 5. Questions For Industry: a. Is There Anything In Our Specifications That Would Discourage You From Bidding? b. Is There Anything In Our Specifications That Would Cause Pricing Uncertainty? c. Are There Any Market Conditions Or Industry Practices That You Feel The Government Needs To Be Aware Of? 6. Submission Instructions. Formal Responses To This Sources Sought Notice Must Be Submitted Electronically (via Email) With Subject: Sources Sought – W9127n24r0002 Tda Oil Accountability. Please Email To The Contracting Officer, Andrea Smothers, At Andrea.k.smothers@usace.army.mil, And Contract Specialist, Kristel Flores, At Kristel.m.flores@usace.army.mil Before Monday, 10 February 2025 At 3:00 Pm Pacific Time. interested Parties’ Responses To This Sources Sought Shall Be Limited To Six (6) Pages. required Information: a. Firm's Name, Address, Point Of Contact, Phone Number, E-mail Address, Cage And Unique Entity Id. b. Firm's Business Category And Size: Large Business (include Summary Of Small Business Participation Metrics), Small Business, Small Disadvantaged Businesses To Include 8(a) Firms, Historically Underutilized Business Zones (hubzone), Woman-owned Small Business (wosb) To Include Economically Disadvantaged Women-owned Small Business (edwosb), Service-disabled Veteran-owned Small Business (sdvosb) And At The Subcontracting Level, Veteran Owned Small Business (vosb). c. An Explanation Of The Prime Firm’s Capabilities, Special Qualifications/certifications And Equipment And Describe The Work To Be Self-performed As It Pertains To The Proposed Work Outlined In The Project Scope. d. Firm's Bonding Capability. e. Firm's Interest And The Likelihood In Bidding On The Solicitation When It Is Issued. (refer To Planned Advertise And Performance Dates) f. Responses To The Government’s Questions In Paragraph 5 And Any Other Information The Contractor Feels The Government Needs To Be Aware Of. optional Information: Interested Firms Are Also Invited To Submit The Following Information To Assist The Government In Making Informed Business Decisions a. A Description Of Work Performed Under Similar Project Constraints And Challenges Listed Under Paragraph 3. b. Project Examples (for Joint Ventures, Please Include Projects Completed By The Joint Venture If Available): to Be Considered For A Potential Set Aside Strategy, Provide A Maximum Of Three (3), Minimum Of One (1), Project(s). These Project Examples Must Be Similar In Size, Scope And Complexity To The Work Described In Paragraph 3 Of This Notice, With A Description Of Each Project (to Include Pertinent Qualitative And Quantitative Information About Featured Scope Elements), And Include The Following: project Title contract Number contract Award Date customer Name, Phone Number And Email Address prime Or Subcontractor initial Contract Dollar Value final Contract Dollar Value initial Contract Completion Date final Contract Completion Date customer Satisfaction the Government May Verify Information In Cpars Or Ppirs. c. Firm's Joint Venture Information If Applicable - Existing And Potential. 7. Disclaimer And Important Notes. a. This Notice Does Not Obligate The Government To Award A Contract. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Sources Sought Or Any Follow Up Information. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization's Capabilities To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or To Provide Feedback To Respondents With Respect To Any Information Submitted. b. All Interested Firms Must Be Registered In The System For Award Management (sam) At Https://www.sam.gov To Have Size Status Considered. You Must Remain Current For The Duration Of The Source Selection Process To Be Eligible For Award Of A Government Contract.

Correctional Service Canada Tender

Others
Canada
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: 21301-25-4951554 Elder Services – Wilfred Campbell 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 : • Archambault Institution (med) 242 Gibson Boulevard, Sainte-anne-des-plaines, Qc J5n 1v8 B. Travel • No Travel Is Anticipated For Performance Of The Work Under This Contract. 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. 4. The Contractor Must Comply With The Provisions Of The: A) Security Requirements Check List, Described In Annex C. 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 The Proposed Contract Is For A Period Of 14 Months, From February 3rd, 2025 To March, 31, 2026 With An Option To Extend The Contract For 1 Additional One-year Periods. 11. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $ 243 519.30 (gst/hst Extra). 12. Name And Address Of The Pre-identified Supplier Name: Wilfred Campbell Address: Contractor’s Place Of Business 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 Est. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Eloïse Clément-ferland Regional Officer, Contracting And Materiel Services | Regional Service Center Correctional Service Canada Telephone: 514-234-6283 E-mail: Eloise.clement@csc-scc.gc.ca

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine...+1Machinery and Tools
United States
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Description: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 (effective 01/03/2025). this Solicitation Is Set-aside For Service-disabled Veteran-owned And Veteran-owned Small Businesses. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333415 Air-conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing. The Small Business Size Standard Of 1,250 Employees. The Fsc/psc Is 4420, Heat Exchangers And Steam Condensers. the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), Edward J. Hines, Jr. Va Hospital Located At 5000 S. 5th Avenue, Hines, Il, 60141-3030 Has A Requirement Has A Requirement For Two Vertical Split-coupled In-line Pumps. Pumps Will Provide Hot Water To The Air Handler That Provides Air Conditioning To The Acute Surgery Wing Of The Hospital. Additionally, The Hot Water Is Used For Humidity Control As Well As Space Heating For The Surgical Wing. Requirement Is For The Purchase Of The Pumps Only. No Installation Is Required. all Interested Companies Shall Provide Quotations For The Following: schedule Of Supplies brand Name Or Equal To Taco Comfort Solutions, Ks Series, Model: 3009d, 1760 Rpm line Item product Number description qty unit Of Measure unit Price 0001 ks3009d 3" Taco Pump 7.80" Imp 7-1/2hp 1750 213 Frame 2 ea salient Characteristics common Nomenclature (commercial Description): vertical Split-coupled In-line Pump kind Of Material (i.e., Type, Grade, Alternatives, Etc.): steel And Cast Iron electrical Data (i.e., 110 V, 60 Hz, 3 Ph, Etc.): 208-230/460, 3-phase, 60 Hz dimensions, Size, Capacity: 15 Horsepower, 3 Piping System principles Of Operation: vertical Split Pump restrictive Environmental Conditions: indoor Mechanical Room intended Use: pressurized Climate Control System period Of Performance all Equipment Will Be Delivered Within 60 Days From Receipt Of Award. place Of Performance/place Of Delivery all Equipment Will Be Delivered F.o.b. Destination At No Cost To The Government. address: edward J. Hines, Jr. Va Hospital 5000 S. 5th Avenue hines, Il postal Code: 60141-3030 country: united States the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html. the Following Solicitation Provisions Apply To This Acquisition: far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sep 2023) refer To Attachment 2 Addendum To Far 52.212-1 Instructions To Offerors--commercial Products And Commercial Services far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998) far 52.204-7, System For Award Management (nov 2024) far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020) far 52.204-20, Predecessor Of Offeror (aug 2020) far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021) far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023) far 52.211-6, Brand Name Or Equal (aug 1999) far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017) far 52.225-18, Place Of Manufacture (aug 2018) vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008) end Of Addendum To 52.212-1 far 52.212-2, Evaluation-commercial Items (nov 2021) far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024) offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Clauses Apply To This Acquisition: far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023) addendum To Far 52.212-4 far 52.252-2, Clauses Incorporated By Reference (feb 1998) far 52.204-13, System For Award Management Maintenance (oct 2018) far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020) vaar 852.203-70, Commercial Advertising (may 2018) vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018) vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned small Businesses (jan 2023) (deviation) vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation) vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018) vaar 852.242-71, Administrative Contracting Officer (oct 2020) vaar 852.246-71, Rejected Goods (oct 2018) vaar 852.247-71, Delivery Location (oct 2018) vaar 852.247-74, Advance Notice Of Shipment (oct 2018) end Of Addendum To 52.212-4 far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025) invoicing the Contractor Will Submit Each Invoice Online, Including All Back-up Data, To Va S Electronic Invoice Presentment And Payment System. The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge. vendor E-invoice Set-up Information: please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below: tungsten E-invoice Setup Information: 1-877-489-6135 tungsten E-invoice Email: Va.registration@tungsten-network.com fsc E-invoice Contact Information: 1-877-353-9791 fsc E-invoice Email: Vafsccshd@va.gov additional Information Can Be Found At Http://www.fsc.va.gov/einvoice.asp. all Quoters Shall Submit The Following: Refer To Attachment 1: Tailored Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services all Quotes Shall Be Sent To The Contracting Officer At Stacy.massey@va.gov. evaluation award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Price And Other Factors Resulting In A Contracting Officer S Decision For The Quote That Is Most Favorable To The Government. Refer To Attachment 2: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services. the Following Are The Decision Factors: technical Features speed Of Delivery warranty/extended Warranty price the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions. to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" quoters Shall List Exception(s) And Rationale For The Exception(s), If Any. submission Of Your Response Shall Be Received Not Later Than 5:00pm On February 13, 2025. Responses Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below. point Of Contact stacy Massey contracting Officer network Contracting Office 12 stacy.massey@va.gov

Offizielle Bezeichnung Tender

Civil And Construction...+1Road Construction
Germany
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Description: Contract notice - general guidelines, standard rules Open procedure (construction work) Development of Nbg southwest of the Westring Road construction, drainage, water supply Development of Nbg southwest of the Westring The town of Seligenstadt intends to develop the new building area ... Further development of Nbg southwest of the Westring Road construction, drainage, water supply Development of Nbg southwest of the Westring The town of Seligenstadt intends to develop the new building area "south of the Westring". The residential area development is being handled by Terramag GmbH, Westbahnhofstrasse 36, 63450 Hanau, as trustee of the town of Seligenstadt. The planning area "south of the Westring" is located on the southwest edge of the existing development in the town of Seligenstadt and adjoins the existing development to the north and northwest. The planned access roads connect to the "westring" and the "dr.-hermann-neubauer-ring". To the east, the planning area is bordered by a railway line, to the south by existing farm roads. To the south, bordering the "westring" are areas used for agriculture. In the center of the planning area is a nursery with a residential building. Parts of the business buildings were demolished. The residential building and small parts of the business buildings will be preserved and will continue to be inhabited or operated. The planning area has a total area of approx. 15.3 hectares. The external development of the residential area takes place via the "westring", the "dr.-hermann-neubauer-ring" and the "planstraße 10". To connect the northern part of the new development area to the "westring", the "westring" in the area adjacent to the planning area will be expanded and widened in the same way as the adjacent existing buildings. As part of this, a combined pedestrian and cycle path will be created on the south side of the "westring". The entire geometry of the area of the "westring" to be expanded will seamlessly connect to the existing cross-section of the "westring". This applies to both the traffic and the adjacent areas. Access roads (planstraße 1, 2, 3, 4.1 + 4.2, 5, 6, 7.1 + 7.2, 8.1 + 8.2 and 10) will be built for internal development. The residential area will be connected to the existing buildings on foot via footpaths 1 to 4, as well as via cul-de-sacs 4 and 5. The northernmost part of the "schachenweg" (up to the "babenhäuser Weg" junction) will be expanded as "planstraße 10" as part of the development measure. For the development of the residential area, the following services are to be carried out for the city/municipal utilities of Seligenstadt am Main, represented by Terramag GmbH: - Sewer construction - Water pipe construction - Road construction - Street lighting construction and installation work - Civil engineering work Gas supply For the development of the residential area, the following services are to be carried out for suppliers, on their behalf and for their account: - Electricity supply (energienetze Offenbach GmbH) The services advertised in the list of services were only awarded in their entirety to the most economically advantageous bidder. The contract is awarded separately for each trade: - sewer construction (terramag GmbH, trustee of the city of Seligenstadt am Main) - water pipe construction (terramag GmbH, trustee of the city of Seligenstadt am Main) - road construction (terramag GmbH, trustee of the city of Seligenstadt am Main) - street lighting construction and installation work (terramag GmbH, trustee of the city of Seligenstadt am Main) - civil engineering work for gas supply (terramag GmbH, trustee of the city of Seligenstadt am Main) - electricity supply (energienetze Offenbach GmbH) The area is supplied with telecommunications by the suppliers. The required services, unless provided for in the list of services, are negotiated directly by the suppliers. The aim is for the suppliers to also commission the development work on the above-mentioned site. If the suppliers and the company cannot reach an agreement, the suppliers can commission a third party. The coordination of the individual trades during the construction process is to be carried out by the contractor. A corresponding item for the coordination effort is provided for in the Oz of the service specifications.

City Of Cape Town Tender

Automobiles and Auto Parts
South Africa
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500424 Title Supply And Delivery Of Submersible Pump Description 1 Each X Supply And Delivery Of Submersible Pump 1 Each X Supply And Delivery Of Submersible Pump Specification* Pump Type: Arxf080-220/073f2usg-180 /12100l100 No: 9974725377/4000 /4 Q (flow Rate): 54.1m3/h H (head):15.0m Temp. Max: 400c Weight: 103 Kg,,s2141 2021 Motor Ip 68 Submersible. Max 25m Class H Ng10ln02-170 P2 7.30 Kw ,,400/690v 50hz 2812 Min-1 ,,14.7/8.5a Unloading Point: Waste Water Ave, Kewtown, Cape Town, 7764 (e&am Workshop) Contact Person: Lebohang Mofutsana Contact Details: 076 068 2979/021 400 1923 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 Date2025/02/20 Delivery Togreenpoint - Outfalls Delivery Address1 Greenpoint Outfalls, Green Point Contact Personlebohang Mofutsana Telephone Number0760682979 Cell Number Closing Date2025/01/27 Closing Time04:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

Municipality Of San Policarpo, Eastern Samar Tender

Healthcare and Medicine
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 193.5 K (USD 3.3 K)
Details: Description Republic Of The Philippines Local Government Unit Of San Policarpo Municipal Building, San Policarpo, Eastern Samar, 6821 Bids And Awards Committee (bac) Invitation To Bid Supply And Delivery Of Medicines And Medical Supplies For Philippine Multisectoral Nutrition Project #2025-01-02 1 The Municipal Government Unit Of San Policarpo, Eastern Samar, Through Pnmp Pbg Tranche 1 Intends To Apply The Sum Of One Hundred Ninety Three Thousand Five Hundred Twenty Pesos Only (php 193,520.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Medicines And Medical Supplies For Philippine Multisectoral Nutrition Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2 The Municipal Government Unit Of San Policarpo, Eastern Samar Now Invites Bids For Supply And Delivery Of Medicines And Medical Supplies For Philippine Multisectoral Nutrition Project. Delivery Of Goods Is Required Thirty (30) Calendar Days. Bidders Should Have On-going, Completed Similar Projects Of Government And/ Or Private Contracts Within The Last Five (5) Years From The Date Of Submission Of Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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 Municipal Government Of San Policarpo, 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 Five Hundred Pesos Only (php 500.00). 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 Municipal Government Of San Policarpo, Eastern Samar Will Hold A Pre-bid Conference On January 15, 2025, 9:00 O’clock In The Morning At The Bac Office, San Policarpo, Eastern Samar, Which Shall Be Open To Prospective Bidders. 7 Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, At 9:00 O’clock In The Morning, At The Bac Office, San Policarpo, Eastern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8 Bid Opening Will Be On January 27, 2025, At 9:00 O’clock In The Morning, At The Bac Office, San Policarpo, Eastern Samar. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9 The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Irr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 10 The Municipal Government Of San Policarpo, 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. 11 For More Information, Please Contact: Bac Office 1st Floor, Municipal Building San Policarpo, Eastern Samar Tel No. 0960-664-1130 Approved: Reynaldo L. Orisa Bac Chairman
6361-6370 of 7049 archived Tenders