Advertisement Tenders

Advertisement Tenders

Municipality Of Monkayo, Compostela Valley Tender

Others
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 849.8 K (USD 14.6 K)
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Office Supplies, Food Supplies And Other Supplies For Mmo 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of Eight Hundred Forty-nine Thousand, Eight Hundred Eighty Pesos Only (php 849,880.00) Being The Abc To Payments Under The Contract For Procurement Of Office Supplies, Food Supplies And Other Supplies For Mmo / Pb 2025-036. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 31, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents February 3, 2025 (8:00 Am To 5:00 Pm) To February 11, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission February 11, 2025 (1:00 Pm) Opening Of Bids February 11, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 (8:00 Am-5:00 Pm) To February 11, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos Only (php 1,000.00) It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before February 11, 2025; 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In A Form Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On February 11, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 31, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com

City Of Cape Town Tender

Publishing and Printing
South Africa
Closing Date10 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gm12500267 Title Commissioner Of Oath Stamps Commisioner Of Oath Long Text Description 3 Each X Commissioner Of Oath Stamps 3 Each X Commisioner Of Oath Long Text Specification* Ref Gm12500267 3x Commisioner Of Oath Stamps As Per Attached Specifications # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions' Signature ______________________________________ Commissioner Of Oaths Ex Officio Date ____________________________________________ Name Andrew America Rank Head Debt Management Special Accounts City Of Cape Town Department Revenue Civic Centre Cape Town 8001 Signature ______________________________________ Commissioner Of Oaths Ex Officio Date ____________________________________________ Name Luyanda Matshikiza Rank Head Debt Management Services Liaision City Of Cape Town Department Revenue Civic Centre Cape Town 8001 Signature ______________________________________ Commissioner Of Oaths Ex Officio Date ____________________________________________ Name Andrew Albertus Rank Head Rspp Debt Management Technical Services City Of Cape Town Department Revenue Civic Centre Cape Town 8001 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. * 3x Commisioner Of Oath Long Text Specifications # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions' 1x Name Andrew America Rank Head Debt Management Special Accounts 1x Name Luyanda Matshikiza Rank Head Debt Management Services Liaision 1x Name Andrew Albertus Rank Head Rspp Debt Management Technical Services Long Text 3x As Per The Above Signatories I Certify That This Document Is A True Reproduction Copy Of The Original Document Which Was Handed To Me For Authentication. I Further Certify That, From My Observations, An Amendment Or A Change Was Not Made To The Original Document. . ........................................................................ ...................................... Handtekening / Signature Rank ............................................................ Date ......................... Name In Print ............................................................ Delivery Date2025/03/31 Delivery Tosupport Services Suse Delivery Address12 Hertzog Boulevard, Cape Town Civic Centre Tower Block Contact Personherschel Stadler Telephone Number0214002379 Cell Number Closing Date2025/02/10 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgm1.quotations@capetown.gov.za Buyer Detailsl. Adams-adjiet Buyer Phone0214006766 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.

City Of Cape Town Tender

Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wb12500145 Title Reg. No/type/model Cct33848 Nissan Np300 2.5 Bh 2018 Description 1 Each X Cct33848-powersteering Belt (as Per Samp 2 Each X Cct33848-alternator Belt(as Per Sample) 1 Each X Cct33848-aircon Belt(as Per Sample) 10 Each X Cct30074- 8mm X 70mm Bolts 10 Each X Cct30074-8mm Nuts 1 Each X 700259653 - Complete Starter Rope 4 Each X 700259653 - Bolts(starter Rope Instolle 1 Each X 700259653 - Spark Plug Specification* Reg. No/type/model Cct33848 Nissan Np300 2.5 Bh 2018 Vin No Adncpgd22zr112026 Notification 902179040 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33848 Nissan Np300 2.5 Bh 2018 Vin No Adncpgd22zr112026 Notification 902179040 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33848 Nissan Np300 2.5 Bh 2018 Vin No Adncpgd22zr112026 Notification 902179040 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct30074 Isuzu Water Tanker 8.0 Df 23 Vin No Acvfvz34rnz146923 Notification 902181597 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct30074 Isuzu Water Tanker 8.0 Df 23 Vin No Acvfvz34rnz146923 Notification 902181597 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model 700259653 Weed Eater Tk 2020 Husqvarna 143r Vin No Notification 902180868 Contact Person Noxy Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model 700259653 Weed Eater Tk 2020 Husqvarna 143r Vin No Notification 902180868 Contact Person Noxy Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model 700259653 Weed Eater Tk 2020 Husqvarna 143r Vin No Notification 902180868 Contact Person Noxy Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/03/14 Delivery Tondabeni Workshop Delivery Address33 Bellville Workshop Reed Street, Bellville South Contact Personamier Telephone Number0214445017 Cell Number000000000 Closing Date2025/02/25 Closing Time10 00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

City Of Cape Town Tender

Textile, Apparel and Footwear
South Africa
Closing Date26 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500419 Title Staff Identification Bibs Description 40 Each X Staff Identification Bibs Specification* Ref Ga12500419 The Printing And Supply Of 40 Staff Identification Bibs Is Required For Use By The City Of Cape Town#s Smart Living Team As Part Of Its Heritage And Environmental Programmes. Project Name Printing And Supply Of Staff Identification Bibs Contract Period On Appointment And On Receipt Of Purchase Order To 30 May 2025. Key Deliverables A Total Of Forty (40) Staff Identification Bibs Are Required As Per Template (see Photos Below) #all Bibs Are To Be Made Of Green Polyester, Minimum 50gsm #all Bibs Must Be 60cm Long And 40cm Wide #all Bibs Must Have A Black Trim With Loose Tie-strings On Either Side As Per The Photo Below #all Bibs Are To Be Sublimation Printed Using The Exact Colour, Text And Layout As Per The Photo Below #supply And Delivery Of A Total Of 40 Bibs Must Be Made To The Smart Living Education Centre, Bill Peters Drive, Green Point. Notes To The Provider #please Note That The Appointed Service Provider Will Be Required To Attend A Briefing Session With The Project Team In Order To Agree On Expected Outcomes After Appointment. #please Provide An Example Of Bibs For Perusal As Part Of The Submission. #invoices Will Only Be Processed On Completion And Delivery Of The 40 Staff Identification Bibs. For More Information, Please Contact Lindie Buirski Lindie.buirski@capetown.gov.za Samples We Definitely Need A Sample Please Address The Sample Can Be Delivered To The Slec (map Attached) Contact Person Cindy Jacobs (083 700 2211) Provider To Confirm Delivery Time And Date With Cindy First Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/06/30 Delivery Todv - Planning & Environment Dvpe Delivery Address12 Hertzog Boulevard, Cape Town Civic Centre Contact Personcindy Jacobs Telephone Number0837002211 Cell Number0837002211 Closing Date2025/02/26 Closing Time03 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

City Of Cape Town Tender

Others
South Africa
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Kitchen Appliances & Accessories Reference Number Gl12500537 Title Kitchen Appliances And Accessories Description 50 Each X Double Wall Tumbler 300ml 2pc 150 Each X Classic Cappuccino Cup 280ml 400 Each X Mug Conical 295ml 600 Each X Bullet Mug 10oz Porcelain White 1.250.00 Each X Curved White Cup And Saucer 220ml 1 Each X Hiball Tumbler 240ml Specification* Please Supply 50x 300ml Double Wall Tumblers (2piece) Or Equivalent As Per Attached Spec Sheet To Be Delivered To Priority Facilities Management 4th Floor Cape Town Civic Centre 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. * Please Supply 150x 280ml Classic Cappuccino Cup Or Equivalnt As Per Attached Spec Sheet To Be Delivered To Priority Facilities Management 4th Floor Cape Town Civic Centre * Please Supply 400x 295ml Conical Mugs Or Equivalnt As Per Attached Spec Sheet To Be Delivered To Priority Facilities Management 4th Floor Cape Town Civic Centre * Please Supply 600x 10oz White Porcelain Bullet Mug Or Equivalnt As Per Attached Spec Sheet To Be Delivered To Priority Facilities Management 4th Floor Cape Town Civic Centre * Please Supply 1250x 220ml Curved White Cup And Saucer Or Equivalnt As Per Attached Spec Sheet To Be Delivered To Priority Facilities Management 4th Floor Cape Town Civic Centre * Please Supply 1000x 240ml Hiball Tumbler Or Equivalnt As Per Attached Spec Sheet To Be Delivered To Priority Facilities Management 4th Floor Cape Town Civic Centre Delivery Date2025/04/30 Delivery Tosupport Services Suse Delivery Address0 Cape Town City Centre, Cape Town Contact Personmichael Saunders Telephone Number0640826998 Cell Number Closing Date2025/02/28 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note 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.

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon28 Feb 2025
Tender AmountPHP 2.8 Million (USD 48.3 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Rehabilitation Of Roofing Of The Covered Court Brgy. San Pedro, Tubabao, Guiuan, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Eight Hundred Thousand Pesos Only (php2,800,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-112 Rehabilitation Of Roofing Of The Covered Court, Brgy. San Pedro, Tubabao, Guiuan, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. 801(1) – Removal Of Structures And Obstruction (1.00l.s.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 1014(1)b1 – Pre-painted Metal Sheets (626.34 Sq.m.), Item No. 1047(1) – Structural Steel (1.00 L.s.), Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (1.67 Month), Completion Of The Works Is Required Within 50 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 11, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 28, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

Correctional Service Canada Tender

Others
Canada
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Description: An Advanced Contract Award Notice (acan) Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date And Time Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 1. Definition Of The Requirement: The Correctional Service Of Canada (csc), As Part Of The Criminal Justice System And Respecting The Rule Of Law, Contributes To Public Safety By Actively Encouraging And Assisting Offenders To Become Law-abiding Citizens, While Exercising Reasonable, Safe, Secure And Humane Control. Csc Is Committed To Providing Programs And Opportunities To Meet The Needs Of Indigenous Offenders. Csc Is Legislated To Provide Indigenous Offenders With The Opportunity To Further Develop Their Understanding Of Traditional Indigenous Culture And Beliefs. The Elder Exposes Indigenous Offenders To Traditional Indigenous Ways Of Life, Based On Their Own Teachings, Through Teachings, Counselling And Traditional Ceremonies And Practices, Individually And/or In Groups, For The Benefit Of Both Offenders And Staff. The Term “elder” Means Any Person Recognized By The Indigenous Community As Having Knowledge And Understanding Of The Traditional Culture Of The Community, Including The Ceremonies, Protocols, Teachings And Healing Techniques, According To The Beliefs And Social Traditions Of Their Communities. 1.1 Objectives: Assist Indigenous Offenders, In Their Traditional Healing Journey, To Further Develop An Understanding Of Traditional Indigenous Culture Through Teachings, Guidance, Counselling, And Use Traditional Ceremonies And Practices To Promote Healing And Balance. 1.2 Tasks: The Elder Must Provide The Following Services: 1.2.1 Ceremonial And Spiritual Services: The Elder Must Provide (in-group Or Individual) Counseling, Teachings And Ceremonial Services To Indigenous Offenders. This Includes The Following: Providing Guidance And Teachings Through Group Sessions (circles) And Individual Discussions To Offenders In The Institution. Conducting Spiritual Services And Various Traditional Ceremonies Based On The Elder's Teachings. Assisting Offenders Following A Healing Path In Support Of Their Correctional Plan. Elders May Be Requested, By Agreement, To Escort Offenders On Escorted Temporary Absences (etas) For Ceremonial And Other Spiritual Purposes. 1.2.2 Advice And Guidance: The Elder Must, Upon Request: Provide Advice/information To Staff And Management, Locally, Regionally And Nationally On Issues Of Indigenous Spirituality And Cultural Practices. Introduce Institutional Staff To Various Elements Of Traditional Spirituality As Deemed Appropriate Based On Their Teachings. Provide Advice To The Institutional Head Regarding Ceremonies, Ceremonial Objects, Traditional Practices And Protocols, Traditional Medicines, Or Sacred Ground Within The Institution Including The Collection And Storage Of Ceremonial Objects And Traditional And Ceremonial Medicines. 1.2.3 Case Management: The Elder Must: Participate In Case Conferences As Requested. Provide Verbally To The Case Management Team, As Requested, Information Regarding The Offender's Participation In A Healing Path As Requested As Part Of The Offender's Progress Report. This May Include Progress On An Offender's Participation In Pathways, In Indigenous Correctional Programs, Or In Other Cultural And Spiritual Activities As Appropriate. Upon Receiving A Referral/request From The Case Management Team, The Elder Must Provide Initial Information And Updates Verbally Or In Writing To The Indigenous Liaison Officer Or Parole Officer For Documentation Which May Include Initial Observations; Whether The Offender Has Agreed To Continue Working With The Elder Through Indigenous Specific Interventions; The Offender’s Progress In Addressing Their Needs As Well As Information About An Offender's Readiness For The Possible Transition Into The Community. 1.2.4 Regional And National Meetings: The Elder May Be Asked To Provide Advice, Guidance, Information, Or Recommendations Regionally Or Nationally On Issues Of Indigenous Spirituality And Cultural Practices. If Applicable, This May Also Include Participation, By Agreement, On Regional Or National Advisory Bodies, Such As The National Elders Working Group, Or The National Indigenous Advisory Committee. 1.3 Expected Results: Provision Of Indigenous Programs And Elder Services To The Offender Population. 1.4 Reporting And Communications: The Elder, With The Assistance And Coordination Of The Indigenous Liaison Officer Or Parole Officer, Must Report To The Technical Authority On A Monthly Basis By Providing A Summary Of The Tasks And Hours Completed On The Elder Tasks – Weekly Summary And Elder Tasks – Bi-weekly Summary/invoice Provided By The Technical Authority. 1.5 Paper Consumption: A. Should Printed Material Be Required, Double Sided Printing In Black And White Format Is The Default Unless Otherwise Specified By The Project Authority. B. The Contractor Must Ensure Printed Material Is On Paper With A Minimum Recycled Content Of 30% And/or Certified As Originating From A Sustainably Managed Forest. C. The Contractor Must Recycle Unneeded Printed Documents (in Accordance With Security Requirements). 1.6 Constraints: 1.6.1 Location Of Work: A. The Contractor Must Perform The Work At: Stephen Mcdonald – Grande Cache Instituion Melvin Donald Northwest – Pê Sâkâstêw Centre Garry Waskahat – Pê Sâkâstêw Centre William Crompton – Stony Mountain Institution Lloyd Martin – Edmonton Institution B. Travel Travel To Other Locations For Approved Escorted Temporary Absences Or Meetings Must Have Prior Authorization Of The Project Authority And Will Be Reimbursed At Cost Without Any Allowance For Overhead Or Profit. 1.6.2 Language Of Work: The Contractor Must Perform All Work In English. 1.6.3 Security Requirements: This Contract Includes The Following Security Requirements: 1. The Contractor Personnel Requiring Access To Protected Information, Assets Or Sensitive Work Site(s) Must Each Hold A Valid Reliability Status, Granted Or Approved By Correctional Services Canada (csc). 2. The Contractor Must Not Remove Any Protected Information Or Assets From The Identified Work Site(s), And The Contractor Must Ensure That Its Personnel Are Made Aware Of And Comply With This Restriction. 3. Subcontracts Which Contain Security Requirements Are Not To Be Awarded Without The Prior Written Permission Of Csc Departmental Security. 4. The Contractor Must Comply With The Provisions Of The: A. Security Requirements Check List, Described In Annex C; B. Directive On Security Management: Appending F “mandatory Procedures For Security In Contracts And Other Arrangements Control” 2. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements): Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: The Supplier Must Be Recognized By Their Community As An Elder/cultural Advisor Within That Community. The Supplier Must Have A Minimum Of Five (5) Years Of Experience Obtained In The Past 10 Years Prior To The Acan Closing Date In Delivering Spiritual And Cultural Services And Teachings To Indigenous People. This Experience Must Include: • Providing Counselling And Guidance According To The Traditions And Teachings Of Their Own Community; And • Being Familiar With And Able To Conduct A Variety Of Ceremonies With A Focus On Healing According To Their Own Teachings. The Supplier Must Be Familiar With And Able To Provide Guidance To Staff And Offenders Regarding The Protocols Surrounding The Use, Disposition, And Searching Of Traditional Medicines And Spiritual Effects. The Supplier Must Meet With A Circle Of Elders Already Under Contract With Csc Where They Will Be Able To Share Their Experiences And Where The Elders Will Be Able To Determine The Validity Of The Statement Of Capabilities. Csc Reserves The Right, At Its Own Discretion, To Request That Suppliers Provide A Reference Letter And/or Resume, In Addition To Their Statement Of Capabilities, To Support The Knowledge And Experience Claimed. 3. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Not Subject To Any Trade Agreement. 4. Set-aside Under The Procurement Strategy For Indigenous Business This Procurement Is Set-aside For An Indigenous Supplier In Accordance With The Government Procurement Strategy For Indigenous Business (psib). Therefore, Only Suppliers Who Meet The Definition Of An Indigenous Business, As Defined In The Psib, May Submit A Statement Of Capabilities. This Restriction Does Not Apply To Contracts With Individuals Who Are Elders. 5. Comprehensive Land Claims Agreement(s) This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. 6. Justification For The Pre-identified Supplier There Is A Limited Number Of Suppliers Available To Provide Elder Services To Meet The Reintegration Needs Of Csc Indigenous Offenders. The Pre-identified Supplier Meets All Of The Minimum Essential Requirements Described In This Acan. 7. Government Contracts Regulations Exception(s) The Following Exception To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection: (d) Only One Person Is Capable Of Performing The Contract. 8. Exclusions And/or Limited Tendering Reasons This Procurement Is Not Subject To Any Trade Agreement. 9. Ownership Of Intellectual Property There Are No Intellectual Property Terms In The Contract. 10. Period Of The Proposed Contract Or Delivery Date See Section 12. Name And Address Of The Pre-identified Supplier. 11. Cost Estimate Of The Proposed Contract See Section 12. Name And Address Of The Pre-identified Supplier. 12. Name And Address Of The Pre-identified Supplier Name: Stephen Mcdonald Address: Grande Cache, Alberta Period Of The Proposed Contract: 1 Year, From March 1, 2025 To February 28, 2026. Cost Estimate Of The Proposed Contract: $89,385.64 (gst/hst Extra). Name: Melvin Donald Northwest Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Garry Waskahat Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: William Crompton Address: Winnipeg, Manitoba Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Lloyd Martin Address: Enoch, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). 13. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Goods, Services Or Construction Services Described In The Acan, May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date And Time Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 14. Closing Date And Time For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 13, 2025 At 2:00 Pm Cst. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Stephanie Kelbough Regional Headquarters, Prairies 3427 Faithfull Avenue, Saskatoon, Sk S7k 8h6 Telephone: 306-659-9300 E-mail: 501contracts@csc-scc.gc.ca

Province Of Eastern Samar Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 12.5 Million (USD 216.8 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of New Capitol Building & Installation Of Other Building Accessories (lift And Glassworks) Capitol Site, Brgy. Alang-alang, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Pgo- A.o. #24, S. 2024 Intends To Apply The Sum Of Twelve Million Five Hundred Eighty-one Thousand Eight Hundred Eighty Pesos & 73/100 Only (php12,581,880.73) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-069 Construction Of New Capitol Building & Installation Of Other Building Accessories (lift And Glassworks), Capitol Site, Brgy. Alang-alang, Borongan City, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. I – Scaffolding And Staging (1.00 Lot), Item No. Ii – Elevator And Accessories (1.00 Lot), Item No. Iii – Glass Works (214.11 Sq.m.), Item No. Iv – Project Billboard/signboard (1.00 Each), Item No. V – Occupational Safety And Health Program (3.00 Months), Item No. Vi – Mobilization/demobilization (1.00 Lot), Completion Of The Works Is Required Within 90 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 28, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

BARANGAY IGCAGAY LIBERTAD, ANTIQUE Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 972.1 K (USD 16.7 K)
Details: Description Section I. Invitation To Bid Notes On The Invitation To Bid The Invitation To Bid (ib) Provides Information That Enables Potential Bidders To Decide Whether To Participate In The Procurement At Hand. The Ib Shall Be Posted In Accordance With Section 21.2 Of The 2016 Revised Irr Of Ra No. 9184. Apart From The Essential Items Listed In The Bidding Documents, The Ib Should Also Indicate The Following: A. The Date Of Availability Of The Bidding Documents, Which Shall Be From The Time The Ib Is First Advertised/posted Until The Deadline For The Submission And Receipt Of Bids; B. The Place Where The Bidding Documents May Be Acquired Or The Website Where It May Be Downloaded; C. The Deadline For The Submission And Receipt Of Bids; And D. Any Important Bid Evaluation Criteria. The Ib Should Be Incorporated Into The Bidding Documents. The Information Contained In The Ib Must Conform To The Bidding Documents And In Particular To The Relevant Information In The Bid Data Sheet. Republic Of The Philippines Province Of Antique San Jose De Buenavista Office Of The Bids And Awards Committee Invitation To Bid For Financial Assistance To Barangays For The Installation Of Solar Photovoltaic System For Barangay Owned Building (brgy. Igcagay,libertad, Antique) Ib No. Infra-2025-001 1. The Barangay Igcagay,libertad, Antique Through The Supplemental Budget No. 1-fy 2025 To Apply The Sum Of Nine Hundred Seventy Two Thousand One Hundred Eighty Five Pesos And Twenty Four Centavos (972, 185.24) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Financial Assistance To Barangays For The Installation Of Solar Photovoltaic System For Barangay Owned Building (brgy. Igcagay,libertad, Antique). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Igcagay,libertad, Antique Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Fourteen (14) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project, Within Five (5) Years From The Date Of Submission And 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Barangay Igcagay, Libertad, Antique And Inspect The Bidding Documents At The Address Given Below From 8: 00 A.m.-5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025. From Given Address And Website/s Below, In The Amount Of Php 1, 000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 2: 00 P.m. January 30, 2025. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On 2:00 P.m. January 30, 2025 At The Given Address Below Brgy. Hall, Brgy. Igcagay,libertad, Antique. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity And/or Through Videoconferencing/webcasting Via Google Meet Video Call Link: Https://meet.google.com/gci-ybgi-mqw 9. The Province Of Antique 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. Only The Bona Fide Representative Of The Prospective Bidder Shall Be Allowed To Purchase And Drop The Bidding Documents Duly Supported By Spa For Single Proprietorship And Secretary’s Certificate For Corporation. 11. Attached Brochure If Applicable. 12. Break Down All Materials Needed In The Items Of Work (detailed Estimate). 13. For Further Information, Please Refer To: Mannie S. Dujali Bac-chairman Barangay Igcagay,libertad, Antique 14. You May Visit The Following Websites: Mark Dexter A. Artucilla Punong Barangay

Province Of Eastern Samar Tender

Civil And Construction...+1Road Construction
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Road Concreting Brgy. 02, Dolores, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Pesos Only (php2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-071 Road Concreting, Brgy. 02, Dolores, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/signboard (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (1.67 Mo.), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 100(1) – Clearing And Grubbing (697.32 Sq.m.), Item No. 104(1)a – Embankment (from Borrow) (172.11 Cu.m.), Item No. 105(1)a – Subgrade Preparation (common Material) (697.32 Sq.m.), Item No. 200 – Aggregate Subbase Course (104.60 Cu.m.), Item No. 311(1)b1 – Portland Cement Concrete Pavement (unreinforced), 0.20m Thick (697.32 Sq.m.), Completion Of The Works Is Required Within 40 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
6941-6950 of 7508 archived Tenders