Advertisement Tenders
Advertisement Tenders
Municipality Of Alangalang, Leyte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date4 Mar 2025
Tender AmountPHP 1.8 Million (USD 31 K)
Details: Description Invitation To Bid The Lgu Alangalang, Through Its Bids And Awards Committee (bac), Invites Prospective Bidders To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project : Road Reblocking Location : Brgy. Lukay To Brgy. Binotong Alangalang, Leyte Brief Description : Road Reblocking From Brgy. Lukay To Brgy. Binotong Approved Budget For The Contract : One Million Eight Hundred Thousand Pesos Only (₱ 1,800,000.00) Contract Duration : Sixty (60) Calendar Days Upon Issuance Of Ntp Project Reference No. : 25-02-005 Prospective Bidders Should Have Experience In Undertaking A Similar Project With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post Qualification Of The Lowest Calculated Bid Shall Be Conducted. This Is Single Stage Bidding. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Date Time Venue Posting/advertising February 12 – March 4, 2025 Issuance Of Bid Documents February 12 – March 4, 2025 Office Hours Until March 4, 2025 Before 10:00 Am Bac Office Pre-bid Conference February 20, 2025 10:00 Am Bac Office Opening Of Bids March 4, 2025 10:00 Am Bac Office Bid Evaluation March 5, 2025 Office Hours Bac Office Post-qualification March 6 - 7, 2025 Office Hours Contractor’s Office Notice Of Award March 10, 2025 Office Hours Bac Office Approval Of Contract March 11 - 12, 2025 Office Hours Bac Office Notice To Proceed March 14, 2025 Office Hours Bac Office Bid Documents Will Be Available At The Bac Office Upon Payment Of Non-refundable Fee Of Five Thousand Pesos Only (₱5,000.00) At The Municipal Treasurer’s Office. To Ensure Compliance With The Revised Implementing Rules And Regulations Of Ra 9184, Prospective Bidders Are Advised To Furnish The Agency With A Copy Of Their Registration Certificate From Sec For Corporation With The Attachment, Department Of Trade And Industry For Sole Proprietorship Or Cda For Cooperative, Or Any Proof Of Such Registration As Stated In The Bidding Documents As Well As Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located. Winning Bidder Is Required To Present Proof Of Their Registration Or Accreditation With Philgeps Before They Can Be Finally Awarded With The Contract. The Municipality Of Alangalang, Leyte Reserves The Right To Reject Any Or All Bids, To Waive Informally And To Award The Contract To The Bidder Whose Bid Is Considered To Be The Most Advantageous To The Government. Additional Information Shall Be Furnished Upon Request. All Communications Shall Be Addressed To The Bac Chairperson. Cesar D. Anade Municipal Agriculturist Bac Chairperson
City Of Cape Town Tender
Publishing and Printing
South Africa
Closing Date5 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gf12500465 Title Book Lv Work Site Risk Assessment A4 Description 110 Each X Book Lv Work Site Risk Assessment A4 Specification* Book - Type Lv Work Site Risk Assessment Size A4 Portrait Application Duplicate Self Carbonising, Perforated On First Page Only Specification First Page White,second Page Yellow,50 Sets Per Booksequentially Numbered,coct Logo Imprinted Top Left In Black And W Hite,with Fold In Backing Page # As Per Specification. Collect Specimen Fromstore And Submit Proof For Approval Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be De Emed To Be Accompanied By The Words "or Equivalent". Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. 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 Date2025/04/29 Delivery Tologistics - Ndabeni Store Stationary - Ph 021 444 5452 Delivery Address25 Oude Molen Road, Ndabeni Contact Personnatasha Daniels Telephone Number0214445452 Cell Number Closing Date2025/03/05 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgf1.quotations@capetown.gov.za Buyer Detailsf.shaik Buyer Phone0214006761 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
Paints and Enamels...+1Textile, Apparel and Footwear
South Africa
Closing Date6 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Struct Building & Hardware Mat Reference Number Gg12500598 Title Paints & Solvents Description 1 Each X Washing Soda 1 Each X Woodguard Rubbol Clear 5l 1 Each X Oxalic Acid 1 Each X Washing Soda 2 Each X Woodguard Rubbol Clear 5l Specification* Ref Gg12500598 Washing Soda Washing Soda #softens# Water Helping Other Cleaning Ingredients To Lift Soil From Your Laundry, It Binds To The Minerals Which Make Water Hard And Allow Fibers To Absorb The Detergent To Be Properly Cleaned * Woodguard Rubbol Clear 5l Specification Woodgard Exterior Rubbol Is A Penetrating Wood Dressing For The Protection Of All Exterior Wooden Surfaces Only * Oxalic Acid The Formula Of Oxalic Acid Is (c2h2o4) Its Usual Form Is That Of The Crystalline Hydrate, (cooh)2·2h2o. Known As A Constituent Of Wood Sorrel As Early As The 17th Century, Oxalic Acid Was First Prepared Synthetically In 1776 * Ref Gg12500598 Washing Soda Washing Soda #softens# Water Helping Other Cleaning Ingredients To Lift Soil From Your Laundry, It Binds To The Minerals Which Make Water Hard And Allow Fibers To Absorb The Detergent To Be Properly Cleaned * Woodguard Rubbol Clear 5l Specification Woodgard Exterior Rubbol Is A Penetrating Wood Dressing For The Protection Of All Exterior Wooden Surfaces Only Req No 14330113 W/o No 401183574 Contact Person R Bester 021 444 7715 Delivery Address 13 Melck Str, Ndabeni * Ref Gg12500598 Woodguard Rubbol Clear 5l Specs Woodguard Offers Superior General Purpose Varnish For Interior And Exterior Application These Products Can Be Applied On All Types Of Wooden Surfaces Req No 14388925 W/o No 401211505 Contact Person R Bester 021 444 7715 Delivery Address 13 Melck Str, Ndabeni Delivery Date2025/06/27 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address13 Melck Street, Ndabeni Contact Personr Bester Telephone Number0214447715 Cell Number Closing Date2025/03/06 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note The Onus Rests With The Service Providers To Download The Returnable Documentation Attached To This Advert. Failure To Submit The Attached Quotation Document In Response To This Advert Will Render Your Quote Non-responsive. 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.
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: This Sources Sought / Rfi Is Issued Solely For Market Research Purposes In Accordance With Federal Acquisition Regulation (far) Part 10 And Is Not A Solicitation For Proposals. This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Will Use Information Received In Response To This Notice To Determine The Appropriate Acquisition Strategy For The Requirement. the 28th Maintenance Group (28 Mxg) At Ellsworth Afb, South Dakota Requires Parts And Labor To Repair A Arva At3035 Crane. the Government Is Considering: sole Source Set Aside For Original Equipment Manufacturer (oem) Direct Replacement Parts And A Certified Technician Qualified To Conduct Repairs On Arva Cranes. Please See The Attached Statement Of Work For Detailed Requirement Information. note: If You Do Not Intend To Submit A Proposal For This Project When It Is Formally Advertised, Please Do Not Submit A Response To This Sources Sought / Rfi. information Requested: all Interested Parties Are Invited To Provide Information About Your Company/institution, Or Any Teaming Or Joint Venture Partners. Interested Vendors Are Requested To Submit The Following Information, Clearly Indicating Whether You Are Providing Information: company Name, Address, Point Of Contact With Phone Number And Email Address, Cage Code, Business Size Status (e.g., Small Business, Large Business), And Website (if Applicable). provide Certification Documenting Qualifications For Repairing Arva At3035 Cranes confirm Availability And Provide Lead Time To Order Replacement Parts And Perform Repairs if You Company Believes An Aftermarket Parts Are Available That Would Be Suitable For Use And Will Meet The Government’s Needs And Are Certified To Work On Arva Cranes Please Include: manufacturer And Model Number. detailed Product Specifications And Brochures. maintenance Requirements And Service Support availability And Lead Time. the 28 Mxg And 28 Lrs Will Review All Vendors Who Respond To This Sources Sought To Determine If Other Companies Can Perform The Required Repairs; And If "if Aftermarket Parts Can Meet The Government’s Needs. 5. Submission Instructions: all Responses Must Be Submitted Electronically To Timeaki.mcphee@us.af.mil And Joshua.johnson.233@us.af.mil No Later Than 4:00 Pm Mdt, Friday, 7 March 2025. Please Include "sources Sought / Rfi - Arva At3035 Crane Repair" In The Subject Line Of The Email. questions Relevant To This Notice Shall Be Sent Electronically To The Above Email Address. No Phone Inquiries Will Be Accepted. All Communication Shall Be In Writing And Submitted Electronically With Reference "arva At3035 Crane Repair (labor And Parts)." 6. Disclaimer: this Sources Sought / Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. The Government Is Not Obligated To Award A Contract As A Result Of This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement Or Any Follow-up Requests. The Government Shall Not Be Liable For Or Suffer Any Consequential Damages For Any Improperly Identified Information.
Department Of Public Works And Highways Tender
Civil And Construction...+1Others
Philippines
Closing Date10 Feb 2025
Tender AmountPHP 2 Million (USD 34.4 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0073 Contract Name: Construction/installation/application Of Road Safety Devices Along National Roads At Iloilo 2nd Congressional District, 1. Guimbal - Igbaras - Tubungan - Leon Road (s00110pn), K0064+(-537) - K0068+700 With Exception And 2. Jct. Bancal - Leon - Antique Boundary Road (s00114pn), K0022+(-518) - K0042+250 With Exception 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 Maintenance And Other Operating Expenses (mooe) – Early Procurement Activity (epa) Intends To Apply The Sum Of Two Million Pesos Only (php 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction/installation/application Of Road Safety Devices Along National Roads At Iloilo 2nd Congressional District, 1. Guimbal - Igbaras - Tubungan - Leon Road (s00110pn), K0064+(-537) - K0068+700 With Exception And 2. Jct. Bancal - Leon - Antique Boundary Road (s00114pn), K0022+(-518) - K0042+250 With Exception / 25gi0073. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction/installation/application Of Road Safety Devices Along National Roads At Iloilo 2nd Congressional District, 1. Guimbal - Igbaras - Tubungan - Leon Road (s00110pn), K0064+(-537) - K0068+700 With Exception And 2. Jct. Bancal - Leon - Antique Boundary Road (s00114pn), K0022+(-518) - K0042+250 With Exception Contract Id No. : 25gi0073 Locations : Leon, Iloilo Scope Of Works : Pavement Markings Approved Budget For The Contract : Php 2,000,000.00 Contract Duration : 30 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Ge-1 (road, Highways, Pavement, Railways, Airport Horizontal Structure, And Bridges). The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 - February 10, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb In The Amount Of Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 At 9:00 A.m.. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 10, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 21, 2025 Eva S. Bedonia Bac Chairperson
Province Of Occidental Mindoro Tender
Furnitures and Fixtures
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 1 Million (USD 17.7 K)
Details: Description Invitation For Negotiated Procurement For Two-failed Biddings Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang 1. In View Of The Two (2) Failed Biddings, The Occidental Mindoro State College (omsc), Through Its Bids And Awards Committee-alternative Methods Of Procurement (bac-amp) Invites Philgeps Registered Suppliers To Participate In The Negotiation For The Procurement Of Furniture And Fixtures For Libraries And Offices In Omsc Main, San Jose, Mamburao And Lubang Under Reference No. B-8661-24-40/omsc Rfq 25-007 With An Approved Budget For The Contract (abc) Inclusive Of Applicable Taxes, As Follows: Item No. Particulars Quantity/ Unit Total Abc (in Php) 1 Filing Steel Cabinet With 4 Drawers 15 Units 174,075.00 2 Graphicote Glass Writing Board (4ft X 8ft) 4 Units 94,600.00 3 Office Swivel Chair 10 Units 58,850.00 4 Teacher’s Table With One Main Drawer And Three Side Drawers, With Lock And Keys 11 Units 78,650.00 5 Laminated Modular Table Cubicle With Grommet Cable Port 42 Units 484,129.80 6 Open Shelf Cabinet, Five Adjustable Shelves 7 Units 65,450.00 7 Magazine Shelf Or Newspaper Shelf 1 Unit 4,654.00 8 Computer Table With Printer And Speaker Stand 5 Units 9,717.50 9 Whiteboard 6 Units 41,129.40 10 Steel Rack Shelves 1 Unit 13,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Occidental Mindoro State College, Bids And Award Committee-alternative Methods Of Procurement (bac-amp) Now Invites Technically, Legally, And Financially Capable Suppliers For The Said Project. The Procurement Project Is Composed Of 10-line Items Which Shall Be Awarded As Separate Contracts Per Item, The Details Of Which Are Described In Technical Specifications. Delivery Period Is 75-calendar Days Upon Receipt Of The Notice To Proceed. Bidders Must Have An Experience Of Having Completed, Within The Period Of Three (3) Years From The Date Of Submission And Receipt Of Quotations, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 3. The Procurement Procedure For This Requirement Is Negotiated Procurement For Two-failed Biddings Pursuant To Section 53.1 Of 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As “the Government Procurement Reform Act”, Including Annex H Thereof. 4. The Selection Of The Successful Offer Shall Be Based On The Best And Final Offer That Will Be Submitted On The Set Deadline By The Bac-amp And Which Would Meet The Minimum Technical Specifications Required. 5. The Interested Bidders May Obtain Further Information From The Procurement Unit At The Address Given Below From February 03 To 10, 2025 Monday To Friday, At 8:00am To 5:00pm. 6. The Omsc Bac-amp Will Hold A Pre-negotiation Conference On February 07, 2025 - 10:00 Am At Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting (meeting Id: 679 450 5071 With Passcode: Bac2023) Which Shall Be Open To Prospective Bidders. 7. Interested Bidders Shall Submit The Following Documents In Sealed Envelopes, Labeled As “negotiated Procurement For Two-failed Biddings”, With The Title Of The Procurement Project, Name Of The Bidder, Address, The Contract Details Of The Bidder, Addressed To The Bac. A. Eligibility And Technical Documents A) Valid Philgeps Registration Certificate (platinum Membership), Including The Annex/es; B) Statement Of Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid. The Definition Of Similar Contracts Shall Refer To Delivery Of Office / Classroom Furniture And/ Or Fixture Within The Period Of Three (3) Years From The Date Of Submission Of The Best And Final Offer, A Single Contract Which Should Be Equivalent To At Least Fifty Percent (50%) Of The Abc. C) Bid Security In Any Of The Following For, As Prescribed Under The 2016 Revised Irr Of Ra 9184: I. In Case Of Cash, Manager’s Check, Bank Guarantee (2% Of The Abc) Ii. In Case If Surety Bond, Submit Also A Certification Issued By The Insurance Commission Or Original Copy Notarized Bid Securing Declaration (5% Of The Abc) Iii. Bid Securing Declaration D) Conformity With The Schedule Of Requirements (annex “a”); E) Conformity With The Technical Specifications (annex “b”); F) Notarized Omnibus Sworn Statement (oss) Supported With Notarized Secretary’s Certificate In Case Of A Corporation Or Cooperative; In Case Of Partnership Or Single Proprietorship, The Bidder Shall Submit Special Power Of Attorney Executed By The Partners Or Single Proprietorship; Whichever Is Applicable. In Case Of Joint Venture, Special Power Of Attorney Shall Be Submitted By All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. G) If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. B. Financial Documents H) Bid Form I) Price Schedule 8. The Special Conditions Of The Contract (annex C) Shall Form Part Of The Contract. Other Conditions Of The Contract Shall Be Governed By The Implementation Of The Rules And Regulations Of Ra 9184 And Other Related And Applicable Laws. 9. Schedule Of Activities: Activities Schedule Advertisement/ Posting Of Request For Quotation February 20 To 27, 2025 Availability Of Request For Quotation Beginning February 20 To 27, 2025 Pre-negotiation Conference February 24, 2025 (monday), 2:00 Pm; Procurement Unit, G/f Administration Building, Labangan, San Jose, Occidental Mindoro And/ Or Through Video Conferencing Or Webcasting Via Zoom Meeting Meeting Id: 679 450 5071 Passcode: Bac2023 Deadline For Submission Of Quotations And Legal/ Technical Documents (for Manual Submission: In Signed & Sealed Envelope; For Online Submission: Portable Document Format (pdf) With Password Protection) 1:30pm Of February 27, 2025 Occidental Mindoro State College Procurement Unit G/f Administration Building, Labangan, San Jose, Occidental Mindoro 10. Duly Signed And Sealed Three (3) Sets Of The Proposals (one Original, Copy 1 And Copy 2) Must Be Submitted To The Omsc Bac-amp Which Must Be Duly Received By The Bac-amp Secretariat Through; (a) Manual Submission At The Office Address Indicated Above And/or (b) Online Or Electronic Submission As Indicated Below, On Or Before 1:30 Pm Of February 27, 2025. Late Quotations Shall Not Be Accepted. Bidder/s Will Submit A Complete Set Of The Quotations Together With The Required Technical, Legal Eligibility And Financial Documents As Required In The 2016 Revised Irr Of Ra 9184. In The Online Submission Of Quotations, A Password Protected Portable Document Format (pdf) Shall Be Submitted To The Omsc Procurement Unit Official Email Address (omscpmu.main@gmail.com) Not Later Than The Set Deadline Of Submission Of Quotations. Acknowledgement Of The Submitted Quotations Shall Be Made Officially By The Bac-amp Secretariat. Bidders, Who Submit Their Quotations Electronically, Shall Submit As Well A Hard Copy Of The Quotations. Any Quotation Modifications Shall Likewise Be Submitted Electronically, Provided That This Is Done Before The Deadline For Submission And Receipt Of Electronic Quotations. 11. The Occidental Mindoro State College Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Cathelyn M. Alacaba Bac Secretary Occidental Mindoro State College Procurement Unit, G/f Administration Building, Labangan, San Jose, 5100, Occidental Mindoro Email Address: Omscpmu.main@gmail.com; Omsc Website: Https://www.omsc.edu.ph/ Tel/fax No. (043) 457-0231 Local 125 / Mobile No.: 09189574839 13. You May Visit The Following Websites: For Downloading Of Quotation Documents: Https://www.philgeps.gov.ph/ For Online Quotation Submission: Omscpmu.main@gmail.com Date Of Issue: February 20, 2025 (sgd) Marivi S. Gomez Chairperson Bids And Awards Committee-amp
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: This Procurement Is For A Multiple Award Construction Contract (macc) And Will Be Advertised On An Unrestricted Basis Inviting Full And Open Competition. This Procurement Will Use A Single-phase Source Selection Procedure With The Intent To Award Approximately Three (3) Or More Indefinite Delivery Indefinite Quantity (idiq) Construction Contracts To Responsible Offerors Whose Proposals, Conforming To The Request For Proposal (rfp), Will Be Most Advantageous To The Government Resulting In The Best Value, Price And Other Factors Considered. Price Evaluation Preference Will Be Given To Hubzone Small Business Concerns, In Accordance With Far 52.219-4. This Is An Idiq Contract With No Pre-established Fixed Contract Prices. The Actual Amount Of Work To Be Performed And The Time Of Such Performance Will Be Determined By The Contracting Officer Or His/her Properly Authorized Representative, Who Will Issue Written Task Orders To The Contractor. Award Of Task Orders Will Be On A Firm Fixed Price Basis. The Workto Be Acquired Under This Solicitation Is For Demolition Services At Hunters Point Naval Shipyard, San Franciso, California.the Work May Include Site Preparation Activities, Such As Excavating And Grading, Demolition Of Buildings And Other Structures, And Septic System Installation; Earthmoving And Land Clearing For All Types Of Sites (e.g., Building, Nonbuilding, Mining). Establishments Primarily Engaged In Construction Equipment Rental With Operator (except Cranes) Are Also Included.the North American Industry Classification System (naics) Code Is 238910 (site Preparation Contractors), And The Annual Size Standard Is $19 Million. The Macc Will Consist Of One Base Period Of Two (2) Years And Three (3) One Year Option Periods For A Total Maximum Duration Of Five (5) Years. The Aggregate Maximum Value, Including The Base And Option Periods, For All Contracts Combined Is $999,000,000. The Only Work Authorized Under This Contract Is Work Ordered By The Government Through Issuance Of A Task Order. Task Orders Will Range Between $10,000,000 And $150,000,000. Task Orders May Fall Below Or Above This Limit; However, Contractors Are Not Obligated To Accept Such Task Orders Under The General Terms Of The Contract. The Government Makes No Representation As To The Number Of Task Orders Or Actual Amount Of Work To Be Ordered; However, During The Term Of The Contract, A Minimum Of $5,000 Is Guaranteed To Be Ordered From Each Awardee, Under The Performance Period Of The Contract. Contractors Are Not Guaranteed Work In Excess Of The Minimum Guarantee.no Site Visit Or Pre-proposal Conference Will Be Conducted. The Solicitation Will Be Available Inelectronic Format Only. No Hard Copies Will Be Provided. It Is The Contractor?s Responsibility To Check The Website Daily For Any Amendments To This Solicitation. Prospective Offerors Must Register Themselves On The Website. Plan Holders Lists Will Not Be Faxed And Will Be Available Only At The Website Listed Above. A Market Research Was Conducted That Included An Assessment Of Relevant Qualifications And Capabilities Of Potentially Qualified Firms. As A Result Of The Market Research Analysis, A Determination Was Made To Solicit This Procurement As Unrestricted. The U.s. Small Business Administration (sba) San Diego District Office And The Navfac Sw Small Business Office Concurred With This Decision.
City Of Cape Town Tender
Machinery and Tools
South Africa
Closing Date17 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500513 Title Chain Chainsaw 1.6mm/063"ref36210001640 Description 70 Each X Chain Chainsaw 1.6mm/063"ref36210001640 60 Each X Cutter Head Weedeater Nylon 41-2 Specification* 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 Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent Chain - Type Chainsaw Size 1.6mm - 3/8""ref 36210001640 - Brand Stihl Or Equivalent,to Fit 063"" Stihl Chainsaw Or Equivalent Length 30.5 Metres Per Roll Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". * Cutterhead - Type Weedeater Material Nylon Preferred Stihltrimcut/polymatic 41-2 Or Equivalent Specifications Weedeatercutterhead Compatible With Stihl Machinery Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Delivery Date2025/01/31 Delivery Tologistics - Hillstar Warehouse Complex Materials Store / Ph 799 5200 Delivery Address0000 Bamboesvlei Road, Ottery Contact Persona.filby Telephone Number0214009269 Cell Number Closing Date2025/01/17 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
City Of Cape Town Tender
Chemical Products
South Africa
Closing Date22 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Cleaning Materials Reference Number Gc12500302 Title Cleaning Materials Description 108 Each X Cleaner Electrical Contact Cleaner 300ml Specification* Cleaner - Type Electrical Contact Cleaner Volume 300ml Specification Physical Properties-boiling Point 141ºf Initial Dielect Strength 44kv Flash Point (tcc) -20.0ºf Appearance Clear,colourless Liquid Odour Mild Ethereal Solubility In Water Negligible Specific Gravity 0.67, (water-1@68ºf) Evaporation Rate 1, Butyl Acetate = 1 Surface Tension 18.3, (dynes/cm@21.6ºc) Kauri -butanol 50(kb) Number Shelflife 5years Brand Pow-r-wash Or Equivalent Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Stock 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 Rfq Sample Checklist, Technical Data Sheets With Pictures And The Certificaiton Documentation ( Sans/sabs/sanas/jawswic) Where Applicable Of All Items Quoted On, To Your Rfq Submisison. Information Provided/attached In Relation To Specifications Must Be Submitted To The Email Address On Or Before The Closing Date And Time Of The Rfq For Evaluation ****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Delivery Date2025/03/10 Delivery Tologistics - Guguletu Store Material Store/ph 444 4360 Delivery Address03 C/o Govan Mbeki & Link Road, Guguletu Contact Persongraham Roland Southgate Telephone Number0214444360 Cell Number Closing Date2025/01/22 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgc1.quotations@capetown.gov.za Buyer Detailsa.february Buyer Phone0214006745 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
Publishing and Printing
South Africa
Closing Date24 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gf12500370 Title Pre-printed Stationery Description 200 Each X Form Integrated Counselling Wht A3 Specification* Supplier To Email Zachary.rudolph@capetown.gov.za For The Latest Artwork Prior To Delivery To Ensure Correct Version Is Being Printed And Supplied. Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times** Delivery Date2025/03/24 Delivery Toelectricity - Brackenfell Materials Store/ Ph 444 9907 Delivery Address01 Kruisfontein Road, Brackenfell Contact Persongrant Klaasen Telephone Number0214449907 Cell Number Closing Date2025/01/24 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgf1.quotations@capetown.gov.za Buyer Detailsf.shaik Buyer Phone0214006761 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.
7541-7550 of 8656 archived Tenders