Advertisement Tenders
Advertisement Tenders
Province Of Eastern Samar Tender
Healthcare and Medicine
Philippines
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 Macroset, Microset & Soluset Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Assistance/support To Pgo- A.o. #38-a, S. 2024 Purchase Of Medicines/drugs/medical Supplies/other Hospital Supplies Intends To Apply The Sum Of One Million Nine Hundred Fifty Thousand Pesos Only (php1,950,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-02-014 Procurement Of Macroset, Microset & Soluset, 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 Macroset, Microset & Soluset, Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost 1 Box Macroset, (100's) 30 750,000.00 2 Box Microset, (100's) 30 750,000.00 3 Box Soluset, (25's) 30 450,000.00 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
Closing Date27 Feb 2025
Tender AmountPHP 1.9 Million (USD 33.7 K)
City Of Cape Town Tender
Healthcare and Medicine
South Africa
Details: Rfq Type Goods Goods Medical Equipment, Accessories & Supplie Reference Number Gn12500386 Title Cpr Manikin Baby Plus Cpr Manikin Adult/child Plus Description 6 Each X Cpr Manikin Baby Plus 6 Each X Cpr Manikin Adult/child Plus Specification* Ref Gn12500386 Cpr Manikin -baby Plus - With Compression Feedback Monitor Cpr Manikin - Including Transport Bag Each Cpr Manikin Set Must Include 1 X Full-body Infant Cpr Manikin 1 X Feedback Monitor 25 X Training Cpr Mouthpieces A High Quality Carry Bag Dimensions # 56 X 33 X 15 # 2.4kg Standards Compliance # Iso And Ce Certified Each Manikin Must Come With Its Own Feedback Device That Connects To The Manikin Via Wireless Technology. The Device Must Provide Information On Speed And Depth Of Compression And Chest Recoil, Giving Students Results That Are Easy To Read 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. * Specifications Cpr Manikin Plus Adult/ Child With Compression Feedback Monitor Including Transport Bag The Cpr Manikin With Electronic Feedback Device Must Be Supplied With 1 X Practi-man Plus Cpr Torso 1 X Practi-man Plus Electronic Feedback Device 1 X Carry Bag 5 X Spare Sets Of Lungs 2 X Spare Airway Valves 25 X Cpr Training Mouthpieces 2 X 9v Non-rechargeable Batteries 1 X Instruction Guide A 2-year Warranty Each Manikin Must Come With Its Own Feedback Device That Connects To The Manikin Via Wireless Technology. The Device Must Provide Information On Speed And Depth Of Compression And Chest Recoil, Giving Students Results That Are Easy To Read Delivery Date2025/05/09 Delivery Tocs - Emergency Services Cses Delivery Address0 Fire Services Training College, Epping Fire Station Contact Personjacques Laubscher Telephone Number0218141700 Cell Number0766898118 Closing Date2025/03/06 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 On E-procurement Which Means That No Manual Submissions Will Be Accepted For This Commodity, Only Online Bids Will Be Accepted. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date6 Mar 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Others
Canada
Description: An Advanced Contract Award Notice (acan) Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date And Time Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 1. Definition Of The Requirement: The Correctional Service Of Canada (csc), As Part Of The Criminal Justice System And Respecting The Rule Of Law, Contributes To Public Safety By Actively Encouraging And Assisting Offenders To Become Law-abiding Citizens, While Exercising Reasonable, Safe, Secure And Humane Control. Csc Is Committed To Providing Programs And Opportunities To Meet The Needs Of Indigenous Offenders. Csc Is Legislated To Provide Indigenous Offenders With The Opportunity To Further Develop Their Understanding Of Traditional Indigenous Culture And Beliefs. The Elder Exposes Indigenous Offenders To Traditional Indigenous Ways Of Life, Based On Their Own Teachings, Through Teachings, Counselling And Traditional Ceremonies And Practices, Individually And/or In Groups, For The Benefit Of Both Offenders And Staff. The Term “elder” Means Any Person Recognized By The Indigenous Community As Having Knowledge And Understanding Of The Traditional Culture Of The Community, Including The Ceremonies, Protocols, Teachings And Healing Techniques, According To The Beliefs And Social Traditions Of Their Communities. 1.1 Objectives: Assist Indigenous Offenders, In Their Traditional Healing Journey, To Further Develop An Understanding Of Traditional Indigenous Culture Through Teachings, Guidance, Counselling, And Use Traditional Ceremonies And Practices To Promote Healing And Balance. 1.2 Tasks: The Elder Must Provide The Following Services: 1.2.1 Ceremonial And Spiritual Services: The Elder Must Provide (in-group Or Individual) Counseling, Teachings And Ceremonial Services To Indigenous Offenders. This Includes The Following: Providing Guidance And Teachings Through Group Sessions (circles) And Individual Discussions To Offenders In The Institution. Conducting Spiritual Services And Various Traditional Ceremonies Based On The Elder's Teachings. Assisting Offenders Following A Healing Path In Support Of Their Correctional Plan. Elders May Be Requested, By Agreement, To Escort Offenders On Escorted Temporary Absences (etas) For Ceremonial And Other Spiritual Purposes. 1.2.2 Advice And Guidance: The Elder Must, Upon Request: Provide Advice/information To Staff And Management, Locally, Regionally And Nationally On Issues Of Indigenous Spirituality And Cultural Practices. Introduce Institutional Staff To Various Elements Of Traditional Spirituality As Deemed Appropriate Based On Their Teachings. Provide Advice To The Institutional Head Regarding Ceremonies, Ceremonial Objects, Traditional Practices And Protocols, Traditional Medicines, Or Sacred Ground Within The Institution Including The Collection And Storage Of Ceremonial Objects And Traditional And Ceremonial Medicines. 1.2.3 Case Management: The Elder Must: Participate In Case Conferences As Requested. Provide Verbally To The Case Management Team, As Requested, Information Regarding The Offender's Participation In A Healing Path As Requested As Part Of The Offender's Progress Report. This May Include Progress On An Offender's Participation In Pathways, In Indigenous Correctional Programs, Or In Other Cultural And Spiritual Activities As Appropriate. Upon Receiving A Referral/request From The Case Management Team, The Elder Must Provide Initial Information And Updates Verbally Or In Writing To The Indigenous Liaison Officer Or Parole Officer For Documentation Which May Include Initial Observations; Whether The Offender Has Agreed To Continue Working With The Elder Through Indigenous Specific Interventions; The Offender’s Progress In Addressing Their Needs As Well As Information About An Offender's Readiness For The Possible Transition Into The Community. 1.2.4 Regional And National Meetings: The Elder May Be Asked To Provide Advice, Guidance, Information, Or Recommendations Regionally Or Nationally On Issues Of Indigenous Spirituality And Cultural Practices. If Applicable, This May Also Include Participation, By Agreement, On Regional Or National Advisory Bodies, Such As The National Elders Working Group, Or The National Indigenous Advisory Committee. 1.3 Expected Results: Provision Of Indigenous Programs And Elder Services To The Offender Population. 1.4 Reporting And Communications: The Elder, With The Assistance And Coordination Of The Indigenous Liaison Officer Or Parole Officer, Must Report To The Technical Authority On A Monthly Basis By Providing A Summary Of The Tasks And Hours Completed On The Elder Tasks – Weekly Summary And Elder Tasks – Bi-weekly Summary/invoice Provided By The Technical Authority. 1.5 Paper Consumption: A. Should Printed Material Be Required, Double Sided Printing In Black And White Format Is The Default Unless Otherwise Specified By The Project Authority. B. The Contractor Must Ensure Printed Material Is On Paper With A Minimum Recycled Content Of 30% And/or Certified As Originating From A Sustainably Managed Forest. C. The Contractor Must Recycle Unneeded Printed Documents (in Accordance With Security Requirements). 1.6 Constraints: 1.6.1 Location Of Work: A. The Contractor Must Perform The Work At: Stephen Mcdonald – Grande Cache Instituion Melvin Donald Northwest – Pê Sâkâstêw Centre Garry Waskahat – Pê Sâkâstêw Centre William Crompton – Stony Mountain Institution Lloyd Martin – Edmonton Institution B. Travel Travel To Other Locations For Approved Escorted Temporary Absences Or Meetings Must Have Prior Authorization Of The Project Authority And Will Be Reimbursed At Cost Without Any Allowance For Overhead Or Profit. 1.6.2 Language Of Work: The Contractor Must Perform All Work In English. 1.6.3 Security Requirements: This Contract Includes The Following Security Requirements: 1. The Contractor Personnel Requiring Access To Protected Information, Assets Or Sensitive Work Site(s) Must Each Hold A Valid Reliability Status, Granted Or Approved By Correctional Services Canada (csc). 2. The Contractor Must Not Remove Any Protected Information Or Assets From The Identified Work Site(s), And The Contractor Must Ensure That Its Personnel Are Made Aware Of And Comply With This Restriction. 3. Subcontracts Which Contain Security Requirements Are Not To Be Awarded Without The Prior Written Permission Of Csc Departmental Security. 4. The Contractor Must Comply With The Provisions Of The: A. Security Requirements Check List, Described In Annex C; B. Directive On Security Management: Appending F “mandatory Procedures For Security In Contracts And Other Arrangements Control” 2. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements): Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: The Supplier Must Be Recognized By Their Community As An Elder/cultural Advisor Within That Community. The Supplier Must Have A Minimum Of Five (5) Years Of Experience Obtained In The Past 10 Years Prior To The Acan Closing Date In Delivering Spiritual And Cultural Services And Teachings To Indigenous People. This Experience Must Include: • Providing Counselling And Guidance According To The Traditions And Teachings Of Their Own Community; And • Being Familiar With And Able To Conduct A Variety Of Ceremonies With A Focus On Healing According To Their Own Teachings. The Supplier Must Be Familiar With And Able To Provide Guidance To Staff And Offenders Regarding The Protocols Surrounding The Use, Disposition, And Searching Of Traditional Medicines And Spiritual Effects. The Supplier Must Meet With A Circle Of Elders Already Under Contract With Csc Where They Will Be Able To Share Their Experiences And Where The Elders Will Be Able To Determine The Validity Of The Statement Of Capabilities. Csc Reserves The Right, At Its Own Discretion, To Request That Suppliers Provide A Reference Letter And/or Resume, In Addition To Their Statement Of Capabilities, To Support The Knowledge And Experience Claimed. 3. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Not Subject To Any Trade Agreement. 4. Set-aside Under The Procurement Strategy For Indigenous Business This Procurement Is Set-aside For An Indigenous Supplier In Accordance With The Government Procurement Strategy For Indigenous Business (psib). Therefore, Only Suppliers Who Meet The Definition Of An Indigenous Business, As Defined In The Psib, May Submit A Statement Of Capabilities. This Restriction Does Not Apply To Contracts With Individuals Who Are Elders. 5. Comprehensive Land Claims Agreement(s) This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. 6. Justification For The Pre-identified Supplier There Is A Limited Number Of Suppliers Available To Provide Elder Services To Meet The Reintegration Needs Of Csc Indigenous Offenders. The Pre-identified Supplier Meets All Of The Minimum Essential Requirements Described In This Acan. 7. Government Contracts Regulations Exception(s) The Following Exception To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection: (d) Only One Person Is Capable Of Performing The Contract. 8. Exclusions And/or Limited Tendering Reasons This Procurement Is Not Subject To Any Trade Agreement. 9. Ownership Of Intellectual Property There Are No Intellectual Property Terms In The Contract. 10. Period Of The Proposed Contract Or Delivery Date See Section 12. Name And Address Of The Pre-identified Supplier. 11. Cost Estimate Of The Proposed Contract See Section 12. Name And Address Of The Pre-identified Supplier. 12. Name And Address Of The Pre-identified Supplier Name: Stephen Mcdonald Address: Grande Cache, Alberta Period Of The Proposed Contract: 1 Year, From March 1, 2025 To February 28, 2026. Cost Estimate Of The Proposed Contract: $89,385.64 (gst/hst Extra). Name: Melvin Donald Northwest Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Garry Waskahat Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: William Crompton Address: Winnipeg, Manitoba Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Lloyd Martin Address: Enoch, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). 13. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Goods, Services Or Construction Services Described In The Acan, May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date And Time Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 14. Closing Date And Time For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January 13, 2025 At 2:00 Pm Cst. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Stephanie Kelbough Regional Headquarters, Prairies 3427 Faithfull Avenue, Saskatoon, Sk S7k 8h6 Telephone: 306-659-9300 E-mail: 501contracts@csc-scc.gc.ca
Closing Date13 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Others
United States
Details: This Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications, Or Drawings Available At This Time.
the United States Army Corps Of Engineers (usace), Seattle District, Is Seeking Information Regarding The Capability And Availability Of Qualified Contractors To Provide Repair Operations And Preventative Maintenance Of World War Ii Era Wood And Relocatable Facilities.
this Sources-sought Notice Is A Tool To Identify Businesses With The Capability To Accomplish Contract Requirements And Is For Information/market Research Purposes Only And Does Not Obligate The Government Or Contractor In Any Way.
the Type Of Solicitation To Be Issued Will Depend Upon Information Received In Response To This Sources Sought Notice. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice, Or Any Follow Up Information. Responses To This Notice Will Be Used By The Government To Make Appropriate Acquisition Decisions.
the Information Provided Must Contain Enough Detail To Demonstrate Ability From Contractor's Which Can Meet The Government's Requirement As Described In The Project Information Listed Below. It Is The Intent Of The Government To Solicit And Award A Firm Fixed Price (ffp) Contract That Will Be Procured In Accordance With Far, Dfars, Afars, And Usace Acquisition Instructions. The Anticipated Performance Period For The Subject Contract Is A Base Year Of Twelve (12) Months From Date Of Award And 4 Option Years. The Solicitation Is Anticipated To Be A Request For Quote (rfq) That Will Be Evaluated Based On Lowest Price With Acceptable Past Performance.
project Information:
repair And Maintenance Of Approximately 128 Wwii Era And Relocatable Government Owned Facilities. The Majority Of Work Performed Under This Contract Will Be Minor Repair Services On A Call Basis And Yearly Maintenance Services. The Contractor Will Establish A Customer Service Center To Receive And Respond To Customer Requests For Repairs And Will Also Establish An Effective System For Scheduling And Performing Scheduled Preventative Maintenance On All Building Equipment And Systems Requiring Preventative Maintenance. Repairs Cover A Wide Variety Of Services And Trades, Such As Mechanical And Electrical Work, Carpentry, Roofing, Plumbing, Patching/painting, Etc. Preventative Maintenance Will Be Performed Throughout The Year For Small Types Of Equipment Located In The Facilities.
all Work Will Be Performed At Jblm, Wa. The Contractor Shall Provide All Necessary Personnel, Equipment, Supplies, Facilities, Transportation, Tools, Materials, And Supervision Necessary To Perform The Required Services, Except As Otherwise Provided.
submission Requirement: Interested Parties Are To Provide Their Firm's Capabilities On No More Than 10 Pages And Should Include The Following:
1) Company Cage Code, Duns, Name, Address, Point Of Contact And Applicable Telephone Numbers And E-mail Addresses
2) Small Business Designation As Recognized By The Small Business Administration (8(a) Certified, Hubzone, Veteran-owned Small Business, Service-disabled Veteran-owned Small Business, Women Owned Small Business, Or Economically Disadvantaged Women Owned Small Business)
3) Provide The Following Information On Your Three (3) Most Recent Contracts For Projects Of Similar Size And Scope You Have Performed:
(a) Contracting Agency Address
(b) Contract Number, Date And Amount Of Award, Date Of Completion
(c) Was Your Company The Prime Or A Subcontractor?
(d) Description Of Items/services Provided Under The Contract.
3) If Your Firm Has Never Contracted With The Federal Government As A Prime Contractor, Or As A Subcontractor To A Prime, Provide The Above Information On Your Three (3) Most Recent Contracts For Projects Of Similar Size And Scope You Have Performed For Commercial And Non-federal Government Customers.
please Submit To:
responses To This Sources Sought Notice Must Be Received No Later Than 2:00 Pm (pacific Time) On 08 January 2025. Submit Responses Only To The Attention Of Dwain Graham, Contract Specialist, At Dwain.m.graham@usace.army.mil And Renee Krahenbuhl, Contracting Officer, At Renee.m.krahenbuhl@usace.army.mil.
all Interested Firms Must Be Registered In System For Award Management (sam) And Remain Current For The Duration Of The Contract To Be Eligible For Award Of Government Contracts.
*do Not Send Hard Copy Advertising Or Promotional Materials. Please Ensure That All Responses Are Comprehensive. All Information Is To Be Provided On A Voluntary Basis At No Charge To The Government. There Is No Entitlement To Payment Of Direct Or Indirect Costs Related To Or Arising Out Of Responding To This Request For Information. All Information Provided Becomes Property Of The Government. There Is No Guarantee, Expressed Or Implied, That The Market Research For This Acquisition Will Result In Any Guarantee Of Award Or Acquisition Strategy.
Closing Date8 Jan 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500491 Title Recreation Supply Description 13 Each X Handball - Balls 7 Each X Boxing Gloves Specification* Deliver At Koornhoop Street Westridge Mitchell's Plain Contact Person Fezile Mjiba Contact Number 021 444 3524 Email Fezile.mjiba@capetown.gov.za Specifications "the Bladders Made Of Plastic Must Be A Fully Equivalent Substitute For A Leather Casing Or Rubber Bladder In Every Respect Must - Have A High Tensile And Breaking Strength (approximately 95kg/cm2 - Be Soft And Supple To The Touch - Have Fault-free And Resistant Grains And Seams Which Exclude All Risk Of Injury And Do Not Fray Or Split. - The Ball Shall Consist Of At Least 32 Panels. - Fully Synthetic Sewing Threads Shall Be Used. - The Bladders Are Made Of Latex Or A Similar, Equivalent Material With A Stretching Capacity Of At Least 600%. - The Valve System Of The Bladder Must Be Simple And Effective To Use." E 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. 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**** 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" * Deliver At Koornhoop Street Westridge Mitchell's Plain Contact Person Fezile Mjiba Contact Number 021 444 3524 Email Fezile.mjiba@capetown.gov.za Specifications "the Bladders Made Of Plastic Must Be A Fully Equivalent Substitute For A Leather Casing Or Rubber Bladder In Every Respect Must - Have A High Tensile And Breaking Strength (approximately 95kg/cm2 - Be Soft And Supple To The Touch - Have Fault-free And Resistant Grains And Seams Which Exclude All Risk Of Injury And Do Not Fray Or Split. - The Ball Shall Consist Of At Least 32 Panels. - Fully Synthetic Sewing Threads Shall Be Used. - The Bladders Are Made Of Latex Or A Similar, Equivalent Material With A Stretching Capacity Of At Least 600%. - The Valve System Of The Bladder Must Be Simple And Effective To Use." E 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. 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**** 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 Date2025/04/30 Delivery Tocs - Amenities And Recreation Cses Delivery Address0 Koornhoop Street, Westridge Mitchell's Plain Contact Personfezile Mjiba Telephone Number0214443524 Cell Number Closing Date2025/01/30 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 On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date30 Jan 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Road Concreting Brgy. 01, Salcedo, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Pesos Only (php2,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-077 Road Concreting, Brgy. 01, Salcedo, 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/signboard (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (1.50 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 100(1) – Clearing And Grubbing (711.76 Sq.m.), Item No. 100(3)a2 – Individual Removal Of Trees (small, 301-500mmφ) (15.00 Each), Item No. 105(1)a – Subgrade Preparation (common Material) (711.76 Sq.m.), Item No. 200 – Aggregate Subbase Course (200mm Thk) (142.35 Cu.m.), Item No. 311(1)b1 – Portland Cement Concrete Pavement (unreinforced), 0.20m Thick (711.76 Sq.m.), Completion Of The Works Is Required Within 45 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 30, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before February 14, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
Closing Date14 Feb 2025
Tender AmountPHP 2 Million (USD 34.4 K)
City Of Cape Town Tender
Others
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500578 Title Sludge Flow Regulator Control Set/u37 Description 6 Each X Sludge Flow Regulator Control Set/u37 Specification* Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Supply Sludge Flow Regulator Control Set/u37 Nitrile 160/7 With Flow Control Regulator Silver Carbide Couted <(>&<)> Brassion, Uv 180 Heat Resistant Contact Person S.chilwane Contact Tel 0214444084 Delivery Address Cape Flats Wwtw Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/02/27 Delivery Tocape Flats - Treatment Works -34.080382, 18.521975 Delivery Address0000 Cape Flats - Treatment Works, Cape Town Contact Persons.chilwane Telephone Number0214444084 Cell Number Closing Date2025/02/14 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date14 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Details: Rfq Type Goods Goods Fleet: Light And Medium Vehicle Spares ( Reference Number Wd12500130 Title Supply And Deliver Spares Description 2 Each X Cct30212 Front Brake Disc Skim 2 Each X Cct30212 Brake Drum Skim 1 Each X Cct30212 Front Brake Pads 1 Each X Cct30212 Rear Brake Shoes 2 Each X Cct30212 Penetrating Oil 1 Each X Cct30212 R\r Break Adjuster Specification* Repairs To Be Done Or Specification Of The Product:cct30212 Front Brake Disc Skim Registration Number & Type Of Vehicle:cct30212 Nissan Np200 1.5 Bg 2016 Vin Number: N/a Mileage: N/a Hrs Notification Number:902170203 Contact Person:nikita Jacobs Department And Address: Sts Corporate Services, 23 Oude Molen Rd N'dabeni Tel: 021 417 4047 Fax: Quotation Received No: * Repairs To Be Done Or Specification Of The Product:cct30212 Brake Drum Skim Registration Number & Type Of Vehicle:cct30212 Nissan Np200 1.5 Bg 2016 Vin Number: N/a Mileage: N/a Hrs Notification Number:902170203 Contact Person:nikita Jacobs Department And Address: Sts Corporate Services, 23 Oude Molen Rd N'dabeni Tel: 021 417 4047 Fax: Quotation Received No: * Repairs To Be Done Or Specification Of The Product:cct30212 Front Brake Pads Registration Number & Type Of Vehicle:cct30212 Nissan Np200 1.5 Bg 2016 Vin Number: N/a Mileage: N/a Hrs Notification Number:902170203 Contact Person:nikita Jacobs Department And Address: Sts Corporate Services, 23 Oude Molen Rd N'dabeni Tel: 021 417 4047 Fax: Quotation Received No: * Repairs To Be Done Or Specification Of The Product:cct30212 Rear Brake Shoes Registration Number & Type Of Vehicle:cct30212 Nissan Np200 1.5 Bg 2016 Vin Number: N/a Mileage: N/a Hrs Notification Number:902170203 Contact Person:nikita Jacobs Department And Address: Sts Corporate Services, 23 Oude Molen Rd N'dabeni Tel: 021 417 4047 Fax: Quotation Received No: * Repairs To Be Done Or Specification Of The Product:cct30212 Penetrating Oil Registration Number & Type Of Vehicle:cct30212 Nissan Np200 1.5 Bg 2016 Vin Number: N/a Mileage: N/a Hrs Notification Number:902170203 Contact Person:nikita Jacobs Department And Address: Sts Corporate Services, 23 Oude Molen Rd N'dabeni Tel: 021 417 4047 Fax: Quotation Received No: * Repairs To Be Done Or Specification Of The Product:cct30212 R\r Break Adjuster Registration Number & Type Of Vehicle:cct30212 Nissan Np200 1.5 Bg 2016 Vin Number: N/a Mileage: N/a Hrs Notification Number:902170203 Contact Person:nikita Jacobs Department And Address: Sts Corporate Services, 23 Oude Molen Rd N'dabeni Tel: 021 417 4047 Fax: Quotation Received No: Delivery Date2025/02/28 Delivery Tofleet Mechanical Workshop Fleet Delivery Address23 Oude Molen Road, Ndabeni Contact Personnikita Jacobs Telephone Number0214174047 Cell Number Closing Date2025/02/17 Closing Time10:00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswd1@capetown.gov.za Buyer Detailsh.davids Buyer Phone0214006753 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.
Closing Date17 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Laboratory Equipment and Services...+2Electrical Goods and Equipments, Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500600 Title Salinity Refractometer Auto Temp Comp Description 10 Each X Salinity Refractometer Auto Temp Comp Specification* Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Please Supply And Deliver Salinity Refractometer Auto Temp Comp Description Salinity Refractometer Is All Made In Metal, More Durable And Beautiful. The Day-light Plate Can Be Turned On 180 Degrees , Models Are Equipped With "automatic Temperature Compensation" For Accurate Measurements Without Recalibration After Shifts In Ambient Working Temperature. Automatic Temperature Compensation (atc). Ranges 0-100 Ppt Of Nacl And 1.000 To 1.070 Specific Gravity. Accuracy +/- 1 Ppt / 0.001 Specific Gravity. Features - High Quality Pure Aluminum Body Construction - Uses Ambient Light Only Which Means Battery Or Power Source Is Not Required - Easy To Focus And Calibrate - Cushioned With Soft <(>&<)> Comfortable Non-slip Rubber - With Atc Function(atc Compensation Range 10 Degrees C Approximately 30 Degrees C (50 Degrees F Approximately 86 Degrees F)) - Durable And Built To Last Long Specification - Model Rhs-10 Atc Refractometer - Measurement Ranges Salinity 0-10% (0-100ppt) - Specific Gravity 1.000-1.070sg - Accuracy - Salinity 0.1%(1ppt) - Specific Gravity 0.001sg - Resolution - Salinity +/- 0.1%(1ppt) - Specific Gravity +/- 0.001sg - Scale View Blob.png - Atc Yes - Atc Temp. 0-30 Degrees C - Material Pure Aluminum - Refractometer Dimensions 195x32x32mm/7.7x1.3x1.3in - Refractometer Net Weight 148g/5.2oz - Package Size 205x8x137.5px / 8 X 3.5 X 2.3in - Package Weight 303g/10.7oz Delivery Date2025/03/31 Delivery Tocs - Open Space & Nature Conservation Cson Delivery Address0000 Cson, Cape Town Contact Personsimone Petersen Telephone Number0214448774 Cell Number Closing Date2025/02/18 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgd1.quotations@capetown.gov.za Buyer Detailsa.filby Buyer Phone0214009269 Attachments No Attachments Note This Commodity Has Gone Live For Only Quoting On The E-procurement Portal. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date18 Feb 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
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 Barangay Road Concreting Brgy. Libertad, Dolores, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Two Million Pesos Only (php2,00,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-096 Barangay Road Concreting, Brgy. Libertad, Dolores, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (2.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 101(3)b1 – Removal Of Actual Structures/obstruction, Pccp (unreinforced), 0.15m Thk (342.50 Sq.m.), Item No. 104(1)a – Embankment (from Borrow) (103.28 Cu.m.), Item No. 105(1)a – Subgrade Preparation (common Material) (653.38 Sq.m.), Item No. 200(1) – Aggregate Subbase Course (98.01 Cu.m.), Item No. 311(1)a – Portland Cement Concrete Pavement (unreinforced) 0.15m Thk (653.38 Sq.m.), Completion Of The Works 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 Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Three Thousand Pesos Only (php3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On February 05, 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 21, 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
Closing Date21 Feb 2025
Tender AmountPHP 2 Million (USD 34.5 K)
8031-8040 of 8656 archived Tenders