Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gh12500593 Title Pole Mounting Box Lv Uv Stable Pp Description 240 Each X Pole Mounting Box Lv Uv Stable Pp Specification* Pole Mounting Box - Voltage Low Voltage Material Uv Stable Polypropylene Size Oval Design Minimum Bottom Opening Dimensions 145mm Long Curve, 100mm Short Curve, 210mm Inside Height Specification Must Be Able To Accept Upto Three Single Pole Mcb's With Maximum Dimentions 26 X 110 X 75mm (depth), Or 1 X 3-pole Mcb Under 100a, 78 X 110 X 75mm (depth), Three External Operating Slides For Each Of The Single Pole Mcb's, Re-configrable To 1 Or 2 Depending On The Mcb Configuration, Operating Slides To Be Operated From Ground Level By Means Of A Hooked Linkstick, Cord Securing The Lid To The Base When Lid Is Removed For Maintenance / Installation, Base To To Include Din Rail Mounting For The Mcb's Mounting Mounting Bracket To Allow For Horizontal Or Vertical Mounting, Manufactured From Non-ferous Metal, With 2 X Self Tapping Screws To Secure Bracket To The Box Base, Guidline 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. * Pole Mounting Box - Voltage Low Voltage Material Uv Stable Polypropylene Size Oval Design Minimum Bottom Opening Dimensions 145mm Long Curve, 100mm Short Curve, 210mm Inside Height Specification Must Be Able To Accept Upto Three Single Pole Mcb's With Maximum Dimentions 26 X 110 X 75mm (depth), Or 1 X 3-pole Mcb Under 100a, 78 X 110 X 75mm (depth), Three External Operating Slides For Each Of The Single Pole Mcb's, Re-configrable To 1 Or 2 Depending On The Mcb Configuration, Operating Slides To Be Operated From Ground Level By Means Of A Hooked Linkstick, Cord Securing The Lid To The Base When Lid Is Removed For Maintenance / Installation, Base To To Include Din Rail Mounting For The Mcb's Mounting Mounting Bracket To Allow For Horizontal Or Vertical Mounting, Manufactured From Non-ferous Metal, With 2 X Self Tapping Screws To Secure Bracket To The Box Base, Guidline 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. * Pole Mounting Box - Voltage Low Voltage Material Uv Stable Polypropylene Size Oval Design Minimum Bottom Opening Dimensions 1 45mm Long Curve, 100mm Short Curve, 210mm Inside Height Specification Must Be Able To Accept Upto Three Single Pole Mcb's With Maximum Dimentions 26 X 110 X 75mm (depth), Or 1 X 3-pole Mcb Under 100a, 78 X 110 X 75mm (depth), Three External Operating Slides For Each Of The Single Pole Mcb's, Re-configrable To 1 Or 2 Depending On The Mcb Configuration, Operating Slides To Be Operated From Ground Level By Means Of A Hooked Linkstick, Cord Securing The Lid To The Base When Lid Is Removed For Maintenance / Installation, Base To To Include Din Rail Mounting For The Mcb's Mounting Mounting Bracket To Allow For Horizontal Or Vertical Mounting, Manufactured From Non-ferous Metal, With 2 X Self Tapping Screws To Secure Bracket To The Box Base, Guidline 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. *********************** 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. Please Submit Technical Data Information With Your Quote Submission. ******************** 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 Toelectricity - Bloemhof Materials Store / Ph 444 1859 Delivery Address01 Bloemhof Road, Bellville Contact Personzane Willemse Telephone Number0214441859 Cell Number Closing Date2025/03/04 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressmonja.davids@capetown.gov.za Buyer Detailsm.thorpe Buyer Phone0214006752 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. 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 Date4 Mar 2025
Tender AmountRefer Documents
National Housing Authority - NHA Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Invitation To Bid For The Early Procurement Activity (epa) Infrastructure/civil Works For Construction Of Two (2) Four-storey Low Rise Buildings With Land Development At Disiplina Village Arkong Bato, Phase 3, Valenzuela City 1. The National Housing Authority (nha), Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of ₱168,790,120.50 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ref. No. 2025-01-001 (infra) (epa): Construction Two (2) Four-storey Low Rise Buildings With Land Development At Disiplina Village Arkong Bato, Phase 3, Valenzuela City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Nha Through The Central Bids And Awards Committee (cbac) Now Invites Bids For The Hereunder Works To Be Implemented Under “design And Build Scheme”: Name Of Contract : Construction Of Two (2) Four-storey Low Rise Buildings With Land Development At Disiplina Village Arkong Bato, Phase 3, Valenzuela City Ref. No. : 2025-01-001 (infra) (epa) Location : Disiplina Village Arkong Bato, Phase 3, Valenzuela City (abc) : ₱168,790,120.50 Source Of Fund : Ng Subsidy Contract Duration : 250 Calendar Days Total No. Of Buildings : 2 Buildings Total No. Of Residential Units : 96 Units Required Pcab License : Category “a” And “medium B” For Building Bidders Should Have Completed A 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 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 4. Interested Bidders May Obtain Further Information From Cbac And Inspect The Bidding Documents At Central Bac Secretariat’s Office, 2nd Floor, Annex Building, Nha Main Compound, Elliptical Road, Diliman, Quezon City From 8:00 A.m. To 4:00 P.m (monday-friday). The Central Bac Secretariat May Be Contacted At Tel/fax No. 8928-8272/8929-8016 Or Through Centralbac.nha@gmail.com And Nha.centralbac.tech@gmail.com. 5. A Complete Set Of Bidding Documents (e-file In Cd) May Be Acquired By Interested Bidders Who Can Show Proof Of Authority To Secure Bid Documents For The Specific Project Duly Notarized And Official Company Id Upon Submission Of Letter Of Intent (loi), Presentation Of Pcab License And Upon Cash Payment Of A Non-refundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱50,000.00 At The Treasury Department, 2nd Floor Nha Main Building, Diliman, Quezon City, Starting On January 7, 2025 (9:00 A.m. To 4:00 P.m.) Until 9:30 A.m. Of January 28, 2025, Before The Deadline Of The Submission And Opening Of Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And Nha’s Official Website Nha.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents On Or Before The Submission Of Bids. 6. The Nha Will Hold A Pre-bid Conference On January 15, 2025, 9:30 A.m. Through Videoconferencing/webcasting Via Zoom Application Or Through Physical Attendance At Conference Area, Central Bac Secretariat’s Office, 2nd Floor, Annex Building, Nha Main Compound, Elliptical Road, Diliman, Quezon City, Which Shall Be Open To All Bidders. 7. Bids Must Be Duly Received By The Cbac Secretariat Through Manual Submission At The Conference Area, Central Bac Secretariat’s Office, 2nd Floor, Annex Building, Nha Main Compound, Elliptical Road, Diliman, Quezon City On Or Before January 28, 2025, 9:30 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 15. 9. Bid Opening Shall Be On January 28, 2025, 9:30 A.m. At Conference Area, Central Bac Secretariat’s Office, 2nd Floor, Annex Building, Nha Main Compound, Elliptical Road, Diliman, Quezon City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Project Procurement Advertised Is Undertaken Through Early Procurement Activities (epa) And Is Subject To The Guidelines Of Gppb Circular No. 06-2019 As Outlined In Bid Data Sheet (bds) Clause 2.2. 11. The Nha Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Jovita G. Panopio Regional Manager, Ncr-north Sector Office Ncr.north@nha.gov.ph Tel No. 8922-2467 13. You May Visit The Following Link For The Downloading Of Bidding Documents: Https://tinyurl.com/2025-01-001-infra Date Of Issuance: January 7, 2025 Atty. Maria Magdalena D. Siacon Chairperson, Central Bids And Awards Committee National Housing Authority Elliptical Road, Diliman, Quezon City
Closing Date28 Jan 2025
Tender AmountPHP 168.7 Million (USD 2.8 Million)
City Of Cape Town Tender
Telecommunication Services
South Africa
Details: Rfq Type Goods Goods Ict - Telecommunications Equipment Reference Number Gk12500358 Title Base Station Transceiver & Vehicle Mount Description 1 Activity Unit X Base Station Transceiver & Vehicle Mount Specification* Refer To Gk12500358 Base Station Transceiver <(>&<)> Vehicle Mounted Antenna Specifications The City Requires Air-band Transceivers And Related Accessories For Aviation Related Operations. The Airband Transceivers Must Meet The Icasa Legal Requirements. Icasa Type Approval Certificates Must Be Provided On Delivery. The Air-band Radio Must Meet The Following Specification 1. The Air-band Transceiver Must Be In The "base Station" Form Factor. 2. The Air-band Transceiver Must Include The Hand Microphone. 3. The Air-band Transceiver Must Be Supplied With A Suitable Vehicle Mounted Antenna Tuned For Air-band, With A Compatible Antenna Connector. General (base Station) Frequency Range (tx/rx) 118.000#136.992 Mhz Channel Spacing 25 Khz/8.33 Khz Type Of Emission 6k00a3e, 5k60a3e (fcc/exp) 6k00a3e (industry Canada) Operating Temperature Range #30°c To +60°c #22°f To +140°f Frequency Stability ±5 Ppm (#30°c To +60°c) Antenna Connector So-239 (50 O) Number Of Memory Channels 200 Channels Power Supply Requirements 13.75 V/27.5 V Dc Current Drain (at 13.75 V) Tx 5.0 A (maximum) Rx Stand-by 0.5 A Max. Audio 4.0 A Dimensions (w×h×d) 161×45×175 (mm) Weight (approximately) 1.5 Kg 3.3 Lb (main Unit) Ingress Protection Standard Ip54 Transmitter (base Station) Output Power (at 13.75 V) 9.0 W Typical Spurious Emissions Less Than #60 Dbc Modulation 70% To 100% Microphone Impedance 600 O Receiver (base Station) Intermediate Frequencies 38.85 Mhz/450 Khz (1st/2nd) Sensitivity (at 6 Db S/n) Less Than 1 Μv Selectivity 8.33 Khz 2.778/7.37 Khz (6 Db/60 Db) 25 Khz 8/25 Khz (6 Db/60 Db) Spurious Response Rejection Audio Output Power (at 10% Distortion, 60% Modulation) Internal Sp (8 O Load) 1.5 W Typical External Sp (8 O Load) More Than 10 W Headphone (500 O Load) More Than 100 Mw 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 Date2025/04/24 Delivery Toradio Services Maintenance Planning Plant Delivery Address12 Hertzog Blvd, Cape Town Contact Personluzuko Sibeko Telephone Number0214002281 Cell Number Closing Date2025/01/17 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments Declaration-of-interest-state-employees-scm 555b V5.._.pdf [247 Kb] Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. 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.
Closing Date17 Jan 2025
Tender AmountRefer Documents
Province Of Eastern Samar Tender
Automobiles and Auto Parts
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 Van Type Vehicle (ordinary) Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The Pgo – Capital Outlay 2025 (van Type Vehicle Ordinary) Intends To Apply The Sum Of Two Million Nine Hundred Sixty Thousand Pesos Only (php2,960,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Itb No. (gds) 2025-01-001 Procurement Of Van Type Vehicle (ordinary), 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 Van Type Vehicle (ordinary), Eastern Samar With The Following Items; No. Unit Item Description Qty. Total Cost 1 Unit Van Type Vehicle (ordinary) 1 2,960,000.00 Dimension And Weight Overall Dimensions (mm): 5,265x1,950x1990 Wheelbase (mm): 3,860 Seating Capacity: 12 Seater Engine Engine Type: 4 Cylinder In-liner Type, 16-valve Dohc Engine Displacement (cc): 2,755 Maximum Output(ps/rpm):176 Ps/3,400rpm Maximum Torque (nm/ Rpm): 420nm/1,400-2,600 Rpm Fuel Type: Diesel Fuel Capacity: 70 Transmission Transmission: Manual Power Trasmission: 6-speed M/t Interior Steering Column: Manual Tilt & Telescopic Adjustable Steering Wheel Material: 4-spoke, Urethane Steering Wheel Switch: Audio, Telephone, Voice, Mid Audio System Type: 8'' Display Audio Audio System Function: Apple Carplay + Andriod Auto/tuner/ Usb/ Bt Exterior Headlamps: Bi-beam Led With Intergrated Turn Lamp & Automatic Leveling Devices Front Fog Lamps: Headlamp Intergrated Function Power Window: With (driver/ Front Passenger Auto Up-down) Power Door Lock: With Power Outer Mirrors: Adjust+retract Steering Wheel Switch: Audio, Telephone, Voice, Mid Chassis Front Brake/ Rear Brake:fr: Ventilated Discs/drum Tires: 235/65r16c Wheels (size): 7''x 16'' Wheels: Alloy Wheel Safety And Security Seatbelts Rear: 2pt. Nr (10pcs) Toyota Vehicle Security System (tvss): Alarm W/ Immobilizer Camera: With Reverse Camera Others Model: 1gd-ftv, Antenna: Short Pole, Meter Gauge: Analog, Airconditioning: Dual, Manual Control W/ Rear Vents, Speakers: 6, Shift Level & Knob: Urethane Dash-mounted, Steering Type:variable Power Steering , Srs Driver Passenger: With, Vehicle Stability: With Brake Assist, Hill Start Assist: With, Anti Lock Break System: With 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 Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 10, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before, January 24, 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 Date24 Jan 2025
Tender AmountPHP 2.9 Million (USD 50.5 K)
City Of Cape Town Tender
Electrical Goods and Equipments...+3Electrical Cables And Wires, Electrical and Electronics, Metals and Non-Metals
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500506 Title Clamp;pg;35-240mm/35-300mm;cu-al;2bolt Description 72 Each X Clamp;pg;35-240mm/35-300mm;cu-al;2bolt 40 Each X Clamp;pg;35-240mm/35-300mm;cu-al;2bolt 48 Each X Clamp;pg;35-240mm/35-300mm;cu-al;2bolt Specification* Clamp - Type: Pg; Conductor Range: 35-240mm/35-300mm; Material: Cu-al; Bolts: 2bolt; Specification: Copper (main) To Aluminium (tap) M8 X 45 Long - Grade 316 Stainless Steel Bolts (hex. Head) M8 Bolts Torqued To 15nm, To Din En 24017 (2 Off) Bolts Supplied With M8 - Grade 316 Stainless Steel Washers Line Conductor 35-240mm Sq. Cu Cabletap Conductor 35-300mm Sq. Al Cablethe Connectors Shall Be Suitable For The Line And Tap Conductor Types And Sizes Stipulated Above The Clamp Is Intended For Bi-metallic Connections And Suitable Steps Shall Be Taken To Ensure That The Clamp Is Resistant To Galvanic Corrosion The Clamp Shall Feature A Permanently Bonded (welded) Copper Insert To Make The Connection Onto The Copper Tap Conductor. Plated Pg Clamps Are Not Considered To Be Suitable For Bi-metallic Connections; Standards: Nrs 018-5, Iec 61284, Din Ne 24017, Ansi C119.4. * Clamp - Type: Pg; Conductor Range: 35-240mm/35-300mm; Material: Cu-al; Bolts: 2bolt; Specification: Copper (main) To Aluminium (tap) M8 X 45 Long - Grade 316 Stainless Steel Bolts (hex. Head) M8 Bolts Torqued To 15nm, To Din En 24017 (2 Off) Bolts Supplied With M8 - Grade 316 Stainless Steel Washers Line Conductor 35-240mm Sq. Cu Cabletap Conductor 35-300mm Sq. Al Cablethe Connectors Shall Be Suitable For The Line And Tap Conductor Types And Sizes Stipulated Above The Clamp Is Intended For Bi-metallic Connections And Suitable Steps Shall Be Taken To Ensure That The Clamp Is Resistant To Galvanic Corrosion The Clamp Shall Feature A Permanently Bonded (welded) Copper Insert To Make The Connection Onto The Copper Tap Conductor. Plated Pg Clamps Are Not Considered To Be Suitable For Bi-metallic Connections; Standards: Nrs 018-5, Iec 61284, Din Ne 24017, Ansi C119.4. * Clamp - Type: Pg; Conductor Range: 35-240mm/35-300mm; Material: Cu-al; Bolts: 2bolt; Specification: Copper (main) To Aluminium (tap) M8 X 45 Long - Grade 316 Stainless Steel Bolts (hex. Head) M8 Bolts Torqued To 15nm, To Din En 24017 (2 Off) Bolts Supplied With M8 - Grade 316 Stainless Steel Washers Line Conductor 35-240mm Sq. Cu Cabletap Conductor 35-300mm Sq. Al Cablethe Connectors Shall Be Suitable For The Line And Tap Conductor Types And Sizes Stipulated Above The Clamp Is Intended For Bi-metallic Connections And Suitable Steps Shall Be Taken To Ensure That The Clamp Is Resistant To Galvanic Corrosion The Clamp Shall Feature A Permanently Bonded (welded) Copper Insert To Make The Connection Onto The Copper Tap Conductor. Plated Pg Clamps Are Not Considered To Be Suitable For Bi-metallic Connections; Standards: Nrs 018-5, Iec 61284, Din Ne 24017, Ansi C119.4. Various Stores - Deliveries!! ****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 Made Non-responsive**** *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.** In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To: Submit A Duly Complete Mbd6.1 Form With Your Rfq! Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points Delivery Date2025/03/11 Delivery Tologistics-wynberg Store Material Store / Ph: 763 5700 Delivery Address1 Rosmead Avenue, Wynberg Contact Persongraham Southgate Telephone Number0217635700 Cell Number Closing Date2025/01/24 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Civil, Hardware, Electrical. 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 Date24 Jan 2025
Tender AmountRefer Documents
Municipality Of La Paz, Leyte Tender
Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Leyte Municipality Of La Paz Office Of The Bids And Awards Committee Invitation To Bid (itb) – No. : 25 - 0004 Procuring Entity : Municipality Of La Paz, Leyte Title Of Project : Road Concreting (buracan – Cogon) Approved Budget Of The Contract (abc) : Php 700,000.00 Address : Brgy. Buracan, La Paz, Leyte Description: The Municipal Government Of La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Contractors For The Road Concreting (buracan – Cogon) With An Approved Budget For The Contract Amounting To Seven Hundred Thousand Pesos (php700,000.00) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As In The Preliminary Examination Of Bids. B.eligibility Documents In Four (4) Copies Duly Certified On Each Page Must Be Submitted To The Office Of The Bac, G/f La Paz Town Hall, Lgu – La Paz Leyte. The Eligibility Documents Are The Following: 1.technical Component Envelope (first Envelope) Class “a” Documents A.legal Documents: A)valid Philgeps Registration Certificate (platinum Membership) (all Pages); Or B)registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document; And C)mayor’s Of Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidders Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D)tax Clearance Per Executive Order 398, Series Of 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). B.technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; And F)statement Of The Bidders’ Single Largest Completed Contract (slcc) Similar To The Contract To Bid, Except Under Conditions Provided Under The Rules; And G)latest/valid Philippine Contractors Accreditation Board (pcab) License; Or Special Pcab License In Case Of Joint Ventures; And Registration For The Type And Cost Of The Contract To Be Bid; And H)original Copy Of Notarized Bid Securing Declaration; And I)project Requirements, Which Shall Include The Following: A.organizational Chart For The Contract To Be Bid; B.list Of Contractor’s Personnel (e.g. Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; C.list Of Contractor’s Major Equipment Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership Or Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be; And J)original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation Partnership, Or Cooperative; Or Original Special Of Attorney Of 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. C.financial Documents K)the Prospective Bidder’s Audited Financial Statement, Showing Among Others, The Prospective Bidder’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And L)the Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc). Class “b” Documents M)if Applicable, Duly Signed Joint Venture Agreement (jva) In Accordance With Ra No. 4566 And Its Irr In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential 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. 2.financial Component Envelope (second Envelope) N)original Of Duly Signed And Accomplished Financial Bid Form; And Other Documentary Requirements Under Ra No. 9184 O)original Of Duly Signed Bid Prices In The Bill Of Quantities; And P)duly Accomplished Detailed Estimated Form, Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates, And Equipment Rental Used In Coming Up With The Bid; And Q)cash Flow By Quarter C.the Municipality Of La Paz, Leyte 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. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Jan. 22 – 30, 2025 @ 5:00 Pm 2.expression Of Interest / Submission Of Loi : Jan. 22 – 30, 2025 @ 12:00 Pm Note: •company Representative/agent Must Bring A Valid & Latest Company Id Duly Signed By The Owner/proprietor/manager •spa For The Representative/agent Given By The Owner/proprietor/manager Specific To The Particular Project. •submit Certified/authenticated True Copy Of Class “a” (legal Documents) For The Pre-qualification & Shortlisting. •site Inspection Shall Commence Only After The Submission Of Class “a” (legal Documents) As Scheduled By The Office Of The Municipal Engineer Is On Jan. 30, 2025 @ 1:00 Pm 3.issuance And Availability Of Bidding Docs. : Jan. 22 – 30, 2025 @ 5:00 Pm •amount Of Bidding Documents: Php 1,000.00 •issuance Of Bidding Documents Is From 9:00 Am To 4:00 Pm 4.pre-bid Conference : N/a Note: •only Pre-qualified & Short-listed Bidders Are Invited To Attend The Pre-bid Conference. 5.deadline For Submission Of Bids: January 30, 2025 At 5:00 Pm @ Bac Office Note: •only Pre-qualified & Short-listed Bidders Who Attended The Pre-bid Conference Are Allowed To Buy The Bidding Documents & Submit A Bid And Have Conducted A Site Inspection As Scheduled By The Office Of The Municipal Engineer. 6.opening Of Bids: January 31, 2025 @ 10:00 Am @ Bac Office Created By: Mrs. Jennifer M. Ramos Bac Secretary (sgd.) Marlon L. Eslopor Bac Chairperson
Closing Date30 Jan 2025
Tender AmountPHP 700 K (USD 11.9 K)
Province Of Eastern Samar Tender
Civil And Construction...+1Building 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 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. San Roque, Maslog, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Nine Hundred Thirty Thousand Pesos Only (php3,930,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-034 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. San Roque, Maslog, 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 (3.40 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)a – Structural Steel Roof Truss (9,418.95 Kg), Item No. 1047(2)b – Structural Purlins (3,906.47 Kg), Item No. 1047(6) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (288.00 Each), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Each), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Each), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Each), Item No. 1014(1)(b1) – Prepainted Metal Sheets, Long Span (551.44 Sq.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (32.00 L.m.), Item No. 1013 (2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (98.47 L.m.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (64.00 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (98.47 M), Item No. 1032(1)c – Painting Works (metal Painting) (737.53 Sq.m.), Item No. 1001(1)a – 50mm ₡ - 10mm ₡ Pvc Pipe, Series 6001 Series 1000 (48.00 M.), Item No. Spl-1 – Backboard Support (1.00 Lot), Item No. Spl-2 – Scaffolding (1.00 L.s.), Completion Of The Works Is Required Within 102 Calendar Days. Bidders Should Have Completed Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From The Provincial Government Of Eastern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos Only (php5,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. The Provincial Government Of Eastern Samar Will Hold A Pre-bid Conference On January 16, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City, Which Shall Be Open Only To All Interested Parties Who Have Purchased The Bidding Documents. 7. Bids Must Be Delivered To The Address Below On Or Before January 31, 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 Date31 Jan 2025
Tender AmountPHP 3.9 Million (USD 67 K)
Mindanao State University Tender
Publishing and Printing
Philippines
Details: Description The Western Mindanao State University, Through Its Bids And Awards Committee (bac), Is Inviting Philgeps Registered Suppliers To Apply For Eligibility And To Submit Bids For The Item Mentioned Hereunder: 1.) Five (5) Sets Of Printer Ink For Existing Epson Printer, Epson 003 (cymb) 2.) Five (5) Bottle Of Printer Ink For Existing Epson Printer, Epson 003 (black) 3.) Six (6) Box Of Bond Paper, Substance 20, Size: Long (8.5"x13") 4.) Six (6) Box Of Bond Paper, Substance 20, Size: A4 (8.27"x 11.69") 5.) Two (2) Box Of Ballpen, Blue 50 Pcs/box) 6.) One (1) Box Of Permanent Marker, Black 12 Pcs/box 7.) One (1) Box Of Permanent Marker, Blue 12 Pcs/box) 8.) One (1) Box Of Whiteboard Marker, Blue 12 Pcs/box 9.) One (1) Box Of Whiteboard Marker, Black 12 Pcs/box 10.) Five (5) Pcs Of Expandable Envelop, Long 11.) Five (5) Pcs Of Expandable Envelop, Short 12.) Five (5) Pad Of "sign Here" Index Tab, 100 Sheets/pad 13.) Two (2) Pcs Of File Organizer, Layer Disk File Organizer 14.) Two (2) Box Of Pencil, No. 2 Pencil 12 Pcs/box 15.) Two (2) Pcs Of Correction Tape, Length: 3-8m 16.) Two (2) Roll Of Double Sided Tape, 20 M X 12 Mm 17.) Two (2) Pcs Of Scissors, Length: 8" 18.) Two (2) Pcs Of Steel Ruler, 12 Inches 19.) Two (2) Pcs Of Whiteboard Eraser, (l X W X H): 10.9 Cm X 2cm X 5.6 Cm 20.) Two (2) Pcs Of Record Book, 500 Pages, 8.5" X 11" 21.) Ten (10) Pcs Of Clear Book, Long 20 Plastic Sheet 22.) One (1) Pc Of Flash Drive Otg Type-c 3.0, 256 Gb, Read Speed 150mpbs 23.) Two (2) Bottle Of Glue, 130g 24.) Sixty (60) Pack Of Glossy Photo Paper, A4 20 Sheets/pack 25.) Sixty (60) Pack Of Double Sided Photo Paper, Glossy A4 20 Sheets/pack 26.) Twenty-five (25) Box Of Ballpen, Black 50 Pcs/ Box 27.) Five Hundred (500) Pcs Of Plastic Id Case With Landyard, 9 Cm X 11.5 Cm Landscape 28.) Thirty (30) Pack Of Photo Paper, A4 20 Sheets/pack 29.) Five (5) Pack Of Photo Paper, Legal 20 Sheets/pack 30.) Five (5) Pack Of Glossy Photo Paper, Legal 20 Sheets/pack 31.) Five (5) Pack Of Double Sided Photo Paper, Glossy Legal 20 Sheets/pack 32.) Five (5) Pack Of Sticker Paper, Glossy Sticker Paper A4 20 Sheets/packs 33.) Eight (8) Pcs Of Poster Standee Roll Up Specifications: Roll-up Banner Stand / Pull Up Banner Standee Aluminum Exact Image Size: 60 Cm X 160 Cm (approximately 23.62inches X 63inches / 2ft. X 5.25ft.) Commonly Referred To As A 2ft. X 5.25ft. Model Can Also Fit 2 Ft. X 5 Ft. Image (need To Cut Off 3 Inches From The Length Of The Rear Pole) Loop Type Top Bar Easy To Use And Transport Graphics/banner Retracts Into The Mechanism For Protection And Storage Includes A Carry Bag Great For Exhibits, Signage And Advertising Purposes 34.) Five (5) Pcs Of Storage Box Specifications: Multipurpose Storage Box With Wheels Durable, 39 Liters Capacity, Dimension: (l) 22.5 X (w) 15.5x (h) 9.25 Inches Eco Gray Or White Color The Criteria To Be Used For The Eligibility Check Of The Prospective Bidders, Examination And Evaluation Of Bids, Post-qualification And All Matters Relevant To This Procurement Shall Be In Accordance With Republic Act. No. 9184 (the Government Procurement Reform Act) And Its Implementing Rules And Regulations. Pursuant To Annex “h” Documentary Requirements Interested Bidders Are Required To Submit Their Valid And Current Mayor’s Permit, Philgeps Registration And Other Relevant Documents (if Necessary), Upon The Submission Of Quotation. Award Of Contract Shall Be Made To The Lowest Calculated And Responsive Bid, Which Complies With The Necessary Description As Stated Above And Other Terms And Conditions Stated In The Price Quotation Form. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By The Bidder Or His/her Duly Authorized Representative/s. Submission Of Quotation And Eligibility Documents Is On Or Before February 18, 2025 9:30 Am At The Bac Office, 2nd Floor, Admin Building, Western Mindanao State University, Normal Road, Baliwasan, Zamboanga City. Open Submission May Be Submitted Manually, Email (bac@wmsu.edu.ph) Or Through Facsimile At (062) 991-1771 Loc 1003 For Inquiries, You May Coordinate With The Bac Secretariat At Telephone No. (062) 991-1771 Loc 1003 The Western Mindanao State University Reserves The Right To Reject Any Or All Bids And To Accept The Bid Most Advantageous To The Government, And To Award The Contract By Lot, If Warranted.
Closing Date18 Feb 2025
Tender AmountPHP 73.4 K (USD 1.2 K)
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500403 Title Clothing & Footwear Description 2 Each X Reflective Bibs With Zip - Xtra Small 14 Each X Reflective Bibs With Zip - Small 20 Each X Reflective Bibs With Zip - Medium 19 Each X Reflective Bibs With Zip - Large 17 Each X Reflective Bibs With Zip - Xtra Large 9 Each X Reflective Bibs With Zip - 2xl 5 Each X Reflective Bibs With Zip - 3xl 3 Each X Reflective Bibs With Zip - 4xl Specification* Ref Ga12500403 2x Extra Small High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za 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. * 12x Small Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za * 17medium Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za * 17x Large Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za * 15x Xtra Large Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za * 9x 2xl Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za * 5x 3xl Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za * 3x 4xl Size High Visibility Reflective Vest With Zip Orange Color Nb! Please Take Note Of The Artwork Attached. We Require The City Logo And The Name "safety Ambassadors" To Be Printed On Each Reflective Vest. Contact Person J. Afrika Contact Number 073 668 2888 Email Janine.afrika@caeptown.gov.za Delivery Date2025/02/24 Delivery Tosupport Services Suse Delivery Address12 Hertzog Boulevard, Cape Town Contact Personjanine Audrey Afrika Telephone Number0214003450 Cell Number0736682888 Closing Date2025/02/20 Closing Time03 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressga1.quotations@capetown.gov.za Buyer Detailsr.ross Buyer Phone0214009530 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date20 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Electrical Goods and Equipments...+2Automobiles and Auto Parts, Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wf12500078 Title Supply Parts Description 1 Each X Cct35810 10w40 Enigne Oil 5l 2 Each X Cct35810 12v Double Contact Bulb 2 Each X Cct35810 12v Amber Light Bulb 2 Each X Cct35810 Cr2032 Remote Batteries 2 Each X Cct35810 H7 12v Bulb 1 Each X Cct34012 10w40 Enigne Oil 5l 1 Each X Cct34012 12v Double Contact Bulb 1 Each X Cct34012 Amber Light Bulb 2 Each X Cct34012 Cr2032 Remote Batteries Specification* Reg/type/make/model Cct35810 Vw Polo 1.4 Ak 21 Vin Wvwzzz60zmt129404 Quotation N/a Mileage No Mileage Notification 902170931 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35810 Vw Polo 1.4 Ak 21 Vin Wvwzzz60zmt129404 Quotation N/a Mileage No Mileage Notification 902170931 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35810 Vw Polo 1.4 Ak 21 Vin Wvwzzz60zmt129404 Quotation N/a Mileage No Mileage Notification 902170931 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35810 Vw Polo 1.4 Ak 21 Vin Wvwzzz60zmt129404 Quotation N/a Mileage No Mileage Notification 902170931 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct35810 Vw Polo 1.4 Ak 21 Vin Wvwzzz60zmt129404 Quotation N/a Mileage No Mileage Notification 902170931 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34012 Vw Polo Vivo 1.4 Ak 2018 Vin Wvwzzz60zjt125384 Quotation N/a Mileage No Mileage Notification 902171852 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34012 Vw Polo Vivo 1.4 Ak 2018 Vin Wvwzzz60zjt125384 Quotation N/a Mileage No Mileage Notification 902171852 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34012 Vw Polo Vivo 1.4 Ak 2018 Vin Wvwzzz60zjt125384 Quotation N/a Mileage No Mileage Notification 902171852 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? * Reg/type/make/model Cct34012 Vw Polo Vivo 1.4 Ak 2018 Vin Wvwzzz60zjt125384 Quotation N/a Mileage No Mileage Notification 902171852 Contact Person Nathan Arendse 082 077 0530 Please Deliver Parts To Bea Griffiths 083 654 6452 At Khayelitsha Workshop - Cnr Makhebeni & Zakhele Rd ? Can You Dilver Parts In Khayelitsha? Delivery Date2025/03/07 Delivery Tonathan Arendse Khayelitsha Workshop Delivery Address1 Khayelitsha Workshop, Cnr Makhebeni & Zakhele Rd Contact Personnathan Arendse Telephone Number0000000000 Cell Number0820770530 Closing Date2025/02/20 Closing Time02 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 20000000000 Buyer Email Addresswf1@capetown.gov.za Buyer Detailsr. Davids Buyer Phone0214444397 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date20 Feb 2025
Tender AmountRefer Documents
8101-8110 of 8395 archived Tenders