Advertisement Tenders

Advertisement Tenders

City Of Cape Town Tender

Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date21 Jan 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wb12500126 Title Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Description 2 Each X Cct34212-front Brake Disc 1 Each X Cct34212-set Front Brake Pads 2 Each X Cct34212-rear Brake Disc 1 Each X Cct34212-set Rear Brake Pads 1 Each X Cct34212-5l Engine Oil 10w40 2 Each X Cct34212-small Wedge Bulb 12v 1 Each X Cct34212-fog Light Bulb 12v H11 1 Each X Cct30967-q-bond Kit 1 Each X Cct30967-wiper Blade 24'' 1 Each X Cct30967-wiper Blade 16'' Specification* Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct34212 Toyota Corolla 1.8 Am 2019 Vin No Ahtbf3je100012907 Notification 902164539 Contact Person Sbu Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct30967 Vw Polo 1.4 Ak 2019 Vin No Aavzzz6rzku002656 Notification 902160375 Contact Person Ruben Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct30967 Vw Polo 1.4 Ak 2019 Vin No Aavzzz6rzku002656 Notification 902160375 Contact Person Ruben Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct30967 Vw Polo 1.4 Ak 2019 Vin No Aavzzz6rzku002656 Notification 902160375 Contact Person Ruben Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/01/31 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personsbu Telephone Number0214445017 Cell Number000000000 Closing Date2025/01/21 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.

Province Of Eastern Samar Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date27 Jan 2025
Tender AmountPHP 2.1 Million (USD 35.9 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 Multi-purpose Building (covered Court) Phase-1, Brgy. Babanikhon, Llorente , Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million One Hundred Ten Thousand Pesos Only (php2,110,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-028 Construction Of Multi-purpose Building (covered Court) Phase-1, Brgy. Babanikhon, Llorente, 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.3 – Permits And Clearance (1.00 L.s.), Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7 - Occupational Safety And Health Program (3.20 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 801(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 800(1) – Removal Of Structures And Obstruction (1.00 L.s.), Item No. 800(3) – Individual Removal Of Tress (2.00 Each), Item No. 803(1)a – Structure Excavation (common Soil) (81.36 Cu.m.), Item No. 804(4) – Gravel Bedding (21.85 Cu.m.), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. 902(1) – Reinforcing Steel (deformed) (7,932.12 Kg), Item No. 900(1)c2 – Structural Concrete For Footing And Slab On Fill (31.16 Cu.m.), Item No. 900(1) – Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam (25.64 Cu.m.), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (584.20 Kg), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (36.00 Pc), Completion Of The Works Is Required Within 96 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 14, 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 January 27, 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

City Of Cape Town Tender

Laboratory Equipment and Services...+1Machinery and Tools
South Africa
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gn12500350 Title Tools & Machinery Description 1 Each X Supply Ultrasonic 7ml6003-0ac201aa3-zf04 1 Each X Supply Radar 7ml5310-1bc060-0aa0 Transmi Specification* Please Supply Ultrasonic Meter Sitrans Lt500 Hydroranger, Or Compatible For Clifton Pump Station Sewage Wetwell Sump. Sitrans Lt500 - Hydroranger Model Universal Level Controller: Continuous, Non Contact, For Liquids, Slurries, And Solids. Monitors Level, Volume, And Volume Flow, For Virtually Any Application In A Wide Range Of Process Industries. Product Type: Hydroranger, Feature Set: Level, Volume <(>&<)> Flow Sensor Input Type: 4...20 Ma Input(s) Number Of Measurement Points: Single Point Version Relay Output: 6 Relays (4 Form A, 2 Form C), 250 V Ac Mounting, Enclosure Design: Wall Mount, Standard Enclosure Type Of Protection: Ordinary Locations/general Purpose (non- Ex), Ccsaus, Fm, Ce, Ukca, Rcm Removable Data Storage: Included (8gb Micro Sd) . . Input Voltage: 100 ... 230 V Ac Communication: Modbus Rtu Part No: 7ml6003-0ac20-1aa3-z F04 Contact M.colli Tel 021-4441868 Cell No;0842000136 Req No;14291323 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. * Sitrans Lr110 Radar Level Transmitter 7ml5310-1bc060-0aa0 15metre Range Communications. Hart 4-20ma Bluetooth Function,cable Length 10m Process Connection:g1-1/2"bspp, En Iso 228-1 Electrical Connection 1" Bspt Type Of Protection Non Ex(ordinary Locations)cfmus,ccsaus,ce,rcm Part No; 7ml5310-1bc060-0aa0 Contact M.colli Tel 021-4441868 Cel No; 0842000136 Req No; 14291323 1. Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The 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**** 3. Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent Delivery Date2025/02/28 Delivery Tocollege Road - Pump Station -33.971864°, 18.521986° Delivery Address0 College Rd, Rylands Estate Contact Personmoenier Colli Telephone Number0214441868 Cell Number0842000136 Closing Date2025/02/13 Closing Time04:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgn1.quotations@capetown.gov.za Buyer Detailsn.mtati Buyer Phone0214006739 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

City Of Cape Town Tender

Automobiles and Auto Parts
South Africa
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wg12500085 Title Supply Parts Description 1 Each X Cct32445 Door Handle Cable 1 Each X Cct34548 Licence Plate 1 Each X Cct34548 Licence Plate Holder 1 Each X Cct31650 Air Filter 2 Each X Cct31650 Wheel Cylinders Rear Lhs & Rhs 2 Each X Cct31650 Front Wheel Bearings 2 Each X Cct31650 Front Tie Rod Ends 2 Each X Cct31650 Front Center Nuts 1 Each X Cct31650 Oil Filter Specification* Faulty Brakes & Passenger Door For Cct32445 Nissan Nv200 1.6 Ba 2014 Notification 902180834 Works Order 81398872 Vin Vskyaam20z0087395 Mileage Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Faulty Number Plate/holder For Cct34548 Nissan Np200 1.6 Bg 2019 Notification 902180420 Works Order 81399258 Vin Adnusn1d5u0175621 Mileage Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Faulty Number Plate/holder For Cct34548 Nissan Np200 1.6 Bg 2019 Notification 902180420 Works Order 81399258 Vin Adnusn1d5u0175621 Mileage Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct31650 Nissan Hardbody 2.0 Bh 2011tbrp Notification 902182247 Works Order 810360368 Vin Adnalgd22zr031767 Mileage 167 416km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct31650 Nissan Hardbody 2.0 Bh 2011tbrp Notification 902182247 Works Order 810360368 Vin Adnalgd22zr031767 Mileage 167 416km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct31650 Nissan Hardbody 2.0 Bh 2011tbrp Notification 902182247 Works Order 810360368 Vin Adnalgd22zr031767 Mileage 167 416km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct31650 Nissan Hardbody 2.0 Bh 2011tbrp Notification 902182247 Works Order 810360368 Vin Adnalgd22zr031767 Mileage 167 416km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct31650 Nissan Hardbody 2.0 Bh 2011tbrp Notification 902182247 Works Order 810360368 Vin Adnalgd22zr031767 Mileage 167 416km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo * Annual Service For Cct31650 Nissan Hardbody 2.0 Bh 2011tbrp Notification 902182247 Works Order 810360368 Vin Adnalgd22zr031767 Mileage 167 416km Contact Person Welile Mlobeli Tel 021 444 5028 Date 19.02.2025 Delivery Address Hillstar Workshop, 24 Bamboesvlei Road, Ottery Created By Naledi Luzipo Delivery Date2025/03/14 Delivery Towelile Mlobeli Hillstar Fleet Workshop Delivery Address1 Hillstar Fleet Workshop, 24 Bamboesvlei , Ottery Contact Personwelile Mlobeli Telephone Number0214445028 Cell Number0000000000 Closing Date2025/02/21 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 20000000000 Buyer Email Addresswg1@capetown.gov.za Buyer Detailsruweida Davids Buyer Phone0214444397 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

Others
South Africa
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Kitchen Appliances & Accessories Reference Number Gl12500527 Title Kitchen Appliances And Accessories Description 1 Each X Kettle 4litre Stainless Steel 1 Each X 4 Slice Ss Sandwich Press 1 Each X 4 Slice Stainless Steel Toaster 20 Each X Forks 20 Each X Knives 20 Each X Tablespoons 20 Each X Teaspoons Specification* 4 Litre Kettle Body Material - Stainless Steel Auto Switch-off Dry Boil Protection Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek 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. * 4 Slice Sandwich Press - Non-stick Plates - Auto Thermostat Control - Power And Ready Indicator Lights - Floating Hinge For Various Thickness - Locking Handle For Safe Storage Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 1x Stainless Steel Toaster - Full Length Crumb Tray. - Cancel Button With Indicator Light. - Defrost Button With Indicator Light. - Wide Bread Slots. - Electronic Variable Browning Control. - High Lift Bread Release. - Cable Storage Beneath Toaster. Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20 X Stainless Steel Forks - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20 X Knives - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20x Tablespoons - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek * 20 X Teaspoons - Classic Style - Dishwasher Safe - Stainless Steel - Feels Good In The Hand And Are Nice To Eat With - The Pieces Are Heavy Gauge, Solid And Are Not Flimsy - High Resistance To Bending - Very Strong And Sturdy With A High Tensile Strength Contact Natasha Jacobs 021 444 9462 021 400 7495 Subcouncil19 Fish Hoek Admin Offices Central Circle Off Recreation Road Fish Hoek Delivery Date2025/03/10 Delivery Tonatasha Jacobs Subcouncil 19 Office Delivery Address0 Recreation Road, Cape Town Contact Personnatasha Jacobs Telephone Number0214007495 Cell Number Closing Date2025/02/21 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.

U S COAST GUARD USA Tender

Electrical and Electronics...+1Electrical Works
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: This Combined Synopsis/solicitation For Services Is Prepared In Accordance With The Format In Subpart 12.6 Of The Federal Acquisition Regulation (far) As Supplemented With Additional Information Included In This Notice. This Synopsis/solicitation Is Being Advertised As Small Business Set-aside Only. This Announcement Constitutes The Only Solicitation; No Separate Written Solicitation Will Be Issued. The Solicitation Number Is 70z036-25-q-0029. Applicable North American Industry Classification Standard (naics) Codes Are: 811310 Commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance, Size Standard: $12.5 Million this Requirement Is For A Firm Fixed Price Services Contract. The Contract Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far Part 13 And Part 15 the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Lowest Price, Technically Acceptable (lpta). when Submitting Your Proposals, Request A Price Breakdown Of The Following: cost Of Labor And Supervision For Hvac Maintenance Per Provided Pws prospective Contractors Must Also Provide Along With Your Proposal, Past Performance Documents Which Will Be Used To Determine Expertise To Perform Work Requested. contract Will Be Awarded To The Vendor Who Can Perform The Work Outlined In The Provided Sow In The Time Frame Needed By Unit. Past Performance And Cost Factors Will Also Be Used When Selecting The Award. anticipated Award Date: 5 Business Days After Close Of Solicitation, 21 February 2025 quotes Are To Be Received No Later Than Close Of Business (11 A.m.) On 21 February 2025. Quotes Can Be Email To: Adam.s.hitchcox@uscg.mil telephone And Mail Requests Of Quotes, Will Not Be Accepted, A Formal Notice Of Changes (if Applicable) Will Be Issued In Sam.gov wage Determinations: 2015-4491, Rev 24 Dated 12/23/2024 scope Of Work: Contractor To Provide Hvac Maintenance Services At Uscg Station Tybee, 11 Cockspur Island Rd, Fort Pulaski National Park, Savannah, Ga 31410 location: uscg Station Tybee, 11 Cockspur Island Rd, fort Pulaski National Park, savannah, Ga 31410 period: Performance Of Work Is Expected To Commence Within 5 Days After The Award. This Award Will Be A Base Plus 4 Option Years. 52.217-9option To Extend The Term Of The Contract the Governmentmayextend The Term Of This Contract By Written Notice To The Contractor Provided That The Government Gives The Contractor A Preliminary Written Notice Of Its Intent To Extend At Least__60___days Before The Contract Expires. The Preliminary Notice Does Not Commit The Government To An Extension. (b)if The Government Exercises Thisoption, The Extended Contractshallbe Considered To Include Thisoptionclause. (c)the Total Duration Of This Contract, Including The Exercise Of Anyoptionsunder This Clause,shallnot Exceed60 Months. site Visit: It Is Required That A Site Visit Is Performed At The Station To Field Verify The Requirements Within The Pws. site Visit Dates: February 11, 2025 – February 13, 2025, Between 9:30 Am To 1:00 Pm. to Schedule A Site Visit, Vendors Shall Contact The Point Of Contact (poc) Via Email With The Following Information In The Email: company Name that The Site Visit Is For The Hvac Maintenance Project requested Day And Time For The Site Visit (please Include A Peferred Day/time As Well As A Couple Alternate Times) names Of All Personnel That Will Be Doing The Site Visit poc: Chief Petty Officer Evan Estep, Email (preferred Communication Method): Evan.c.estep@uscg.mil Phone (912) 786-5440. Vendors Shall Contact The Poc To Schedule A Date And Time Within The Site Visit Dates And Times. Access Can Be Denied If Vendor Shows Up Without Notice. q&a’s: Questions Concerning The Work Requested Must Be Sent To Adam.s.hitchcox@uscg.mil by Cob 21 February 2025. These Q&a’s Will Be Answered And Posted To This Solicitation As An Amendment To Solicitation Prior To Close. 52.212-1 -- Instructions To Offerors -- Commercial Items. (deviation 2018-o0018) Instructions To Offerors -- Commercial Items (june 2020) 52.212-3 Offeror Representations And Certifications -- Commercial Items (june 2020) work Hours: Monday Through Friday, 0800 – 1500 (8 Am – 3 Pm) No Weekends Or Holidays Authorized. see Attached Applicable Far Clauses By Reference. offerors May Obtain Full Text Version Of These Clauses Electronically At: Www.arnet.gov/far the Following Homeland Security Acquisition Regulations (hsar) Are Incorporated As Addenda To This Solicitation: Hsar 3052.209-70 Prohibition On Contracts With Corporate Expatriates (jun 2006); Contracting Officers Technical Representative (dec 2003) (cotr) Hsar 3052.237-72. Copies Of Hsar Clauses May Be Obtained Electronically At Http://www.dhs.gov. request Company’s Tax Id Information And Uei Number. vendors Providing An Offer Must Be Registered In Sam (system For Award Management) Prior To Close Of This Solicitation. Https://www.sam.gov/portal/public/sam/. The Vendors Sam Registration Must Be In An “active” Status Prior To Award. vendors Must Ensure That The Above Listed Naics Codes Are Listed On Their Sam Registration To Perform This Type Of Service.

City Of Cape Town Tender

Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wf12500077 Title Supply Parts Description 1 Each X 700253944 350mm Diamond Blade 2 Each X 700253944 Blade Bolts 1 Each X 700253944 Bp6es Spark Plug 1 Each X Cct35390 Sump Plug Washer 1 Each X Cct35390 26" Wiper Blade 2 Each X Cct35390 H4 12v Bulb 2 Each X Cct35390 Cr2032 Remote Batteries 1 Each X Cct35390 16mm Spark Plug Socket Specification* Reg/type/make/model 700253944 Turner Morris Ub 2019 Vin Gcafh0938470 Quotation N/a Mileage No Mileage Notification 902180395 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model 700253944 Turner Morris Ub 2019 Vin Gcafh0938470 Quotation N/a Mileage No Mileage Notification 902180395 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model 700253944 Turner Morris Ub 2019 Vin Gcafh0938470 Quotation N/a Mileage No Mileage Notification 902180395 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35390 Toyota Etios 1.5 Al 2020 Vin Mbjb29bt800128851 Quotation N/a Mileage No Mileage Notification 902181851 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? Delivery Date2025/03/07 Delivery Tonathan Arendse Khayelitsha Workshop Delivery Address1 Khayelitsha Workshop, Cnr Makhebeni & Zakhele Rd Contact Personnathan Arendse Telephone Number0000000000 Cell Number0820770530 Closing Date2025/02/20 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 20000000000 Buyer Email Addresswf1@capetown.gov.za Buyer Detailsr. Davids Buyer Phone0214444397 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.

Province Of Eastern Samar Tender

Laboratory Equipment and Services
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 1.5 Million (USD 26.2 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For The Procurement Of Laboratory Supplies Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Assistance/support To Pgo- A.o., S. 2023 –laboratory Supplies (501-349) Intends To Apply The Sum Of One Million Five Hundred Twenty Thousand Five Hundred Pesos Only (php1,520,500.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-02-019 Procurement Of Laboratory Supplies, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids For Procurement Of Laboratory Supplies, Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost Getein Bha-5100 Hematology Machine 1 Box Bha-5100 Diluent (20l) 7 202,125.00 2 Box Bha-5100 Lyze Hr 2 (500ml) 7 154,350.00 3 Box Bha-5100 Lyze Hr 3 (500ml) 7 154,350.00 4 Box Bha-5100 Cleanser (50ml) 3 25,500.00 5 Box Dxh-560 Lnh Control 1 26,250.00 H5900 Hematology Machine 6 Box H5900 Diluent (20l) 7 202,125.00 7 Box H5900 Lyze 2 (500ml) 7 154,350.00 8 Box H5900 Lyze 1 (200ml) 7 154,350.00 9 Box H5900 Cleanser (50ml) 4 34,000.00 10 Box H5900 Lnh Control 1 26,250.00 11 Box Edta Microtainer (0.5ml0 43 58,050.00 12 Box Edta Tubes (2ml) 62 55,800.00 Elyte T9c Electrolyte Machine 13 Box Reagent Pack A&b (1200ml) 4 273,000.00 Delivery Of The Goods Is Required Within 60 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos Only (php1,000.00). 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 14, 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 27, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bac Office, Capitol Building Borongan City, Eastern Samar Contact No. 63-55-5608312; 09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 1.4 Million (USD 24.1 K)
Details: Description Invitation To Bid For Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restocis Cy 2025 Intends To Apply The Sum Of P 1,403,900.46 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur With Contract Reference No. Restocis-cs-thiris-012-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years 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.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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 10:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 10:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 10:30 Am Of January 7, 2025. 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 18. 9.bid Opening Shall Be On 10:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo 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. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur, With Project Identification Number Restocis-cs-thiris-012-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restocis Cy 2025 In The Amount Of Php 1,403,900.46. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 16.4 Million (USD 283.9 K)
Details: Description Invitation To Bid For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restonis Cy 2025 Intends To Apply The Sum Of P 16,480,426.84 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur With Contract Reference No. Restonis-cs-cris-014-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years 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.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”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 25,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 1:30 Pm Of January 7, 2025. 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 18. 9.bid Opening Shall Be On 1:30 Pm Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo 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. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur, With Project Identification Number Restonis-cs-cris-014-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restonis Cy 2025 In The Amount Of Php 16,480,426.84. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
6951-6960 of 7253 archived Tenders