Advertisement Tenders
Advertisement Tenders
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gd12500561 Title Cordless Drill Plus Drill Bits Set Description 2 Each X Cordless Drill Plus Drill Bits Set 2 Each X 85 Piece Toolbox Set 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. Package Dimension 40 X 36.5 X 17cm 5,56kg Batteries Lithium Ion Batteries Required.(included) Part Number Dcd776s2a-za Colour Multicolor Power Source Battery Powered Voltage 18 Volts Special Features Heavy-duty Included Components 1x 18v 1.5ah Hammer Drill Driver With 100 Bits Set Batteries Included Yes Batteries Required Yes Battery Cell Type Lithium Ion * What's In The Box 18 X 1/2" Dr. Sockets 10-11-12-13-14-15-16-17-18-19-20-21-22-23-24-27-30-32mm 1 X 1/2" Dr. 72 Teeth Quick Release Ratchet Handle. 1 X 1/2" Dr. X 5" Extension Bar 1 X 1/2" Dr. X 10" Extension Bar With 3-way Adaptor 1 X 1/2" Dr. Universal Joint 12 X 1/4" Dr Socket 4, 4.5, 5, 5.5, 6, 7, 8, 9, 10, 11, 12, 13mm. 1 X 1/4" Dr. 72 Teeth Quick Release Ratchet Handle. 1 X 1/4" Dr. X 3" Extension Bar 6 X 1/4" Socket Bits 1 X Screwdriver Handle 1 X Long Nose Plier 6" 1 X Combination Plier 7" 1 X Measuring Tape 3m 1 X Zinc Alloy Cutter 10 X Blade 5 X Screwdriver 5x75,6x100,8x 150mm,ph1 X 75mm, Ph2x 100mm 1 X Water Pump Plier 10" 1 X Lock Plier 10" 9 X Hex Key 1.5,2,2.5, 3,4,5,6,8, 10mm. 12 X Spanner 6,8,9,10,11,12,13,14,15,16,17, 19 Mm 1 X Metal Case Model Number 85 Piece Tool Box Set With Metal Box Capacity 5kg Tool Box Tray Type Tool Box Model Name 85 Piece Tool Box Set With Metal Box Colour Orange Pack Of 1 Packaging Type Case Width 22.2cm Height 21cm Depth 47.5cm Weight 10kg Delivery Date2025/04/30 Delivery Towater Services - Plattekloof Resvr Maintenance Plant Delivery Address0000 Trading Services, Plattekloof Contact Personjerome Muller Telephone Number0747302452 Cell Number Closing Date2025/02/07 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 Date7 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Machinery and Tools
South Africa
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500484 Title Supply Vertical Multistage Pumps Description 3 Each X Supply Vertical Multistage Pumps Specification* Please Contact Trevor Farmer, Bradley Zimri Or Liezl Carolus On 021 814 1874/5 Ext 238 Before Delivery Takes Place Pump And Motor Assembly To Be Supplied And Delivered Specifications Are As Follow Grundfos Or Equivalent Vertical, Multistage Centrifugal Pump With Inlet And Outlet Ports On Same The Level (inline). The Pump Head And Base Are In Cast Iron # All Other Wetted Parts Are In Stainless Steel. A Cartridge Shaft Seal Ensures High Reliability, Safe Handling, And Easy Access And Service. Power Transmission Is Via A Rigid Split Coupling. Pipe Connection Is Via Combined Din-ansi-jis Flanges. The Pump Is Fitted With A 3-phase, Fan-cooled Asynchronous Motor. Liquid Pumped Liquid Water Liquid Temperature Range -20 .. 120 °c Selected Liquid Temperature 20 °c Density 998.2 Kg/m³ Technical Pump Speed On Which Pump Data Are Based 2899 Rpm Actual Calculated Flow 5.684 M³/h Resulting Head Of The Pump 85.18 M Pump Orientation Vertical Shaft Seal Arrangement Single Code For Shaft Seal Hqqe Approvals Ce,eac,ukca,sepro Approvals For Drinking Water Wras,acs Curve Tolerance Iso9906 2012 3b Materials Base Cast Iron En 1561 En-gjl-200 Astm A48-25b Impeller Stainless Steel En 1.4301 Aisi 304 Bearing Sic Installation Maximum Ambient Temperature 60 °c Maximum Operating Pressure 25 Bar Max Pressure At Stated Temp 25 Bar / 120 °c 25 Bar / -20 °c Type Of Connection Din / Ansi / Jis Size Of Inlet Connection Dn 25/32 Size Of Outlet Connection Dn 25/32 Pressure Rating For Connection Pn 25 Flange Rating Inlet 250 Lb Flange Size For Motor Ft115 1 Electrical Data Motor Standard Iec Motor Type 90le Rated Power - P2 2.2 Kw Power (p2) Required By Pump 2.2 Kw Mains Frequency 50 Hz Rated Voltage 3 X 380-415d V Rated Current 4.65 A Starting Current 840-920 % Cos Phi - Power Factor 0.86-0.80 Rated Speed 2890-2910 Rpm Ie Efficiency Class Ie3 Motor Efficiency At Full Load 85.9 % Motor Efficiency At 3/4 Load 88.2-87.2 % Motor Efficiency At 1/2 Load 88.0-85.5 % Number Of Poles 2 Enclosure Class (iec 34-5) 55 Dust/jetting Insulation Class (iec 85) F Motor No 85u11908 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. Delivery Date2025/03/30 Delivery Toelectricity - Steenbras P S Red1 Plant / Ph 840 4102 Delivery Address1 Off Sir Lowry Road, Gordon's Bay Contact Persontrevor Farmer Telephone Number0218141874 Cell Number Closing Date2025/02/17 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 On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date17 Feb 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Drainage Work
United States
Details: The Us Army Corps Of Engineers, Walla Walla District Is Seeking Interested Business Sources For A Construction Project Entitled: Charbonneau Park Septic System Upgrades. The Construction Will Occur At Charbonneau Park, Snake River Mile 11, South Riverbank. This Solicitation Will Be An Invitation For Bid Resulting In The Award Of A Firm-fixed-price Construction Contract. The Magnitude Of Construction Is Estimated To Be Between $500,000 And $1,000,000. 100% Performance And Payment Bonds Will Be Required. The North American Industry Classification System (naics) Code For This Project Is 238910 - Site Preparation Contractors And The Associated Small Business Size Standard Is $19.0 Million.
this Sources-sought Notice Is A Tool To Identify Businesses With The Interest In And Capability To Accomplish The Work. Please Respond Only If You Intend To Propose On This Project When It Is Solicited In The Future.this Is Not A Solicitation.
responses To This Sources Sought Notice Should Include The Following Information:
a List Of No More Than Three Current Or Past Projects Demonstrating Technical Experience With Work Of A Similar Nature To That Listed In The Summary Scope Of Work. For Each Project Submitted, Provide A Brief Narrative Statement Of The Work Involved, How It Relates To The Described Herein And Your Company’s Role In The Project, The Dollar Value, And The Completion Date. Include A Statement Detailing Any Special Qualifications And Certifications, Applicable To The Scope Of This Project, Held By Your Company And/or In-house Personnel.
a Reference List For Each Of The Projects Submitted. Include The Name, Title, Phone Number, And Email Address For Each Reference.
if Subcontracting, State What Percentage Overall Will Be Subcontracted And What Portions Of The Work Would Be Subcontracted.
provide A Statement Of Your Company’s Business Size Status (large, Small, Hubzone, Service Disabled Veteran Owned, 8(a), Small Disadvantaged, Or Woman-owned) With Regard To The Naics Code Listed Above.
provide A Statement That Your Company Intends To Submit An Offer On The Project When It Is Advertised.
provide A Statement Of Your Company’s Bonding Capacity. A Statement From Your Surety Is Not Required.
cage Code And Sam.gov Unique Entity Id (uei) Number.
this Sources Sought Notice Is For Market Research And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government To Pay For Information Submitted In Response To This Request. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Notice. Respondents Will Not Be Notified Of The Results Of The Market Analysis And Debriefings Will Not Be Available. It Is The Reader's Responsibility To Monitor The Government Point Of Entry (gpe) Via Sam.gov Contract Opportunities For Any Resultant Or Future Solicitation Package(s) That May Be Issued.
submit This Information To Preston Jones, Contract Specialist, Via Email To Preston.e.jones@usace.army.mil. Your Response To This Notice Must Be Received On Or Before 3:00 Pm On 19 February 2025.
summary Of Scope Of Work:
the Existing Charbonneau Park Wastewater Treatment System In The Scope Of This Planned Contract Is Considered A Large On-site Septic System (loss), As Its Peak Design Capacity Of 6,875 Gallons Per Day (gpd) Exceeds The 3,500 Gpd On-site Sewage System (oss) Permit Capacity Threshold.the Loss Serves A Comfort Station, 54 Campsites (18 Of Which Have Sewer Connections, 16 Are Public Sites And Two Are Caretaker Sites), And A Marina Boat Pump-out Station. The Existing Septic Tank Treatment System Consists Of A Collection Tank, Two Septic Tanks In Series (6,000-gallon Primary Tank And 3,000-gallon Secondary Tank) And A Lift Station Tank For Pressurized Distribution To The Drain Field.
government Requirements:under The Planned Contract, The Contractor Will Be Required To Provide Thefollowing Construction Services:
the Objective Is To Install A Loss Upgrade That Meets The Requirements Of Washington State Department Of Health (wadoh). The Planned Tankage For The System Upgrade Includes The Use Of The Existing Primary 6,000-gallon And 3,000-gallon Septic Tanks. Additionally, There Will Be One Feed Tank With Two Attached Surge Storage Tanks, In Series, Located Downstream Of The Existing Two Septic Tanks, And Five Treatment Tanks, In Parallel, Located Downstream Of The Feed Tank And Upstream Of The Drain Field Lift Station. All New Tanks Will Be Selected From The List Of Registered Sewage Tanks, As Established Under Wac 246-272c As Part Of Washington State Doh 337-046.
the Contractor Will Be Required To Install One Feed Tank With Two Attached Surge Storage Tanks, In Series, Located Downstream Of The Existing Two Septic Tanks, And Five Treatment Tanks, In Parallel, Located Downstream Of The Feed Tank And Upstream Of The Drain Field Lift Station. Septic System Upgrade Will Also Include Replacement Of The Existing Marina Pump And Two Existing Lift Station Pumps. Install Specified Materials By A Licensed Septic Contractor Licensed For Such Work In Washington State. After Award, Contractor Must Submit License Showing They Are A Current Licensed Installer With The Washington State Department Of Health.
additive Contract Scope (see Dfars 236.213), Dependent Upon Available Funding And Bid Amounts, Will Include The Following Construction Services:
installation Of A New Septic System For The Volunteer Village At Charbonneau Park, Near Burbank, Washington.
the Septic System Shall Include The Installation Of A Drain Field, A 1,500-gallon Tank, A 2,000 Gallon Tank, Rv Sewer Hookups, And All The Associated Piping, Etc.
Closing Date19 Feb 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 Barangay Road Concreting With Drainage Canal Brgy. Paya, Giporlos, 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. 2025-02-098 Barangay Road Concreting With Drainage Canal, Brgy. Paya, Giporlos, 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 – Occupational Safety And Health Program (2.50 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 100(1) – Clearing And Grubbing (318.80 Sq.m.), Item No. 101(3)b1 – Removal Of Actual Structures And Obstruction, 0.15m Thick, Pccp (unreinforced) (320.00 Sq.m.), Item No. 101(1)d – Removal Of Concrete Drainage Structure (7.95 Cu.m.), Item No. 105(1)a – Subgrade Preparation (320.00 Sq.m.), Item No. 200(1) – Aggregate Subbase Course (200mm Thick) (64.00 Cu.m.), Item No. 311(1)b1 – Portland Cement Concrete Pavement (unreinforced), 0.20m Thick, 14 Days (320.00 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (60.48 Cu.m.), Item No. 804(4) – Gravel Fill (6.72 Cu.m.), Item No. 902(1) – Reinforcing Steel (deformed) (3,498.67 Kg), Item No. 903(2) – Formworks And Falseworks (84.94 Sq.m.), Item No. 900(1)c1 – Structural Concrete, Class A, 28 Days (37.81 Cu.m.), Completion Of The Works Is Required Within 75 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)
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 Construction Of Perimeter Fence Of Covered Court And Renovation Of Comfort Room, Brgy. Tagporo, Guiuan, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of One Million Three Hundred Ten Thousand Pesos Only (php1,310,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-110 Construction Of Perimeter Fence Of Covered Court And Renovation Of Comfort Room, Brgy. Tagporo, Guiuan, Eastern Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Eastern Samar Now Invites Bids, Item No. B.5 – Project Billboard/sign Board (1.00 Each), Item No. B.7(1) – Occupational Safety And Health Program (2.67 Month), Item No. B.9 – Mobilization/demobilization (1.00 Lot), Item No. 801(1) – Removal And Obstruction Of Structure (1.00 L.s.), Item No. 803(1)a – Structure Excavation (common Soil) (0.67 Each), Item No. 804(4) – Gravel Fill(0.06 Cu.m.), Item No. 900(1)1c1 – Structural Concrete, Class A, 28 Days (0.29 Cu.m.), Item No. 902(1)a – Reinforcing Steel (deformed), Grade 40 (82.38 Kgs), Item No. 903(1) – Formworks And Falseworks (2.64 Sq.m.), Item No. 1046(2)a1 – Chb Non Load Bearing (including Reinforcing Steel), 100mm (2.52 Sq.m.), Item No. 1027(1)- Cement Plaster Finish (5.04 Sq.m.), Item No. 1018(1) – Glazed Tiles And Trims (28.94 Sq.m.), Item No. 1032(1)a – Painting Works (masonry/concrete) (69.75 Sq.m.), Item No. 1032(1)c – Painting Works (steel) (258.27 Sq.m.), Item No. 1001(8) – Sewer Line Works (1.00 L.s.), Item No. 1002(4) – Plumbing Fixtures (1.00 L.s.), Item No. 1002(24) – Cold Water Lines (1.00 L.s.), Item No. Spl-1 – Fencing (1.00 L.s.), Completion Of The Works Is Required Within 80 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 07, 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 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 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 Date24 Feb 2025
Tender AmountPHP 1.3 Million (USD 22.6 K)
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 Wb12500146 Title Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Description 1 Each X Cct33694-number Plate Holder (510mm) 1 Each X Cct33694-number Plate (510mm) 1 Each X Cct33694-shield Sp6 Quick Cut Compoundin 1 Each X Cct33694-mirror Plate Polish(sheild) 1 Each X Cct33694-masking Tape 1 Each X Cct33694-p1000 Water Sand Paper 1 Each X Cct33694-p1500 Water Sand Paper 1 Each X Cct33694-p2000 Water Sand Paper 1 Each X Cct33694-wool Polish Head 1 Each X Cct33694-sponge Polish Head Specification* Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33694 Toyota Corolla 1.8 Am 2018 Vin No Ahtbf3je200011328 Notification 902183059 Contact Person Mike Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/03/14 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personmike Telephone Number0214445017 Cell Number000000000 Closing Date2025/02/25 Closing Time10 00 Am Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswb1@capetown.gov.za Buyer Detailsh.primoe Buyer Phone0214449895 Attachments No Attachments Note This Commodity Is Only Available For Online Quoting. No Manual Submissions Will Be Accepted For This Commodity. Suppliers Will Need Must Log In To E-services Portal To Access Rfq Information And To Submit Quotations. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date25 Feb 2025
Tender AmountRefer Documents
City Of Cape Town Tender
Chemical Products
South Africa
Details: Rfq Type Goods Goods Corporate Merchandise Reference Number Gl12500550 Title Corporate Merchandise Description 200 Each X Water Bottles 200 Each X Lanyards Specification* Event Name Give Dignity Promotional Resources Kindly Supply And Deliver Water Bottles X 200 Specifications Capacity 750ml Dimensions 70mm Diameter X 250mm Color Black With White Logo Material Plastic Artwork Included Below Delivery Date 21 February 2025 Delivery Address 94 Van Riebeeck Road,1st Floor Omni Forum Building Kuilsriver Project Manager Name <(>&<)> Surname Cornelia Jaftha E-mail Address Cornelia.jaftha@capetown.gov.za Telephone No 021 4009103 Samples Shall Be Supplied By A Bidder At His/her Own Expense And Risk. The City Shall Not Be Obliged To Pay For Such Samples Or Compensate For The Loss Thereof, Unless Otherwise Specified In The Bid Documents. The City Reserves The Right To Keep Samples Supplied By The Appointed Bidder. Unsuccessful Bidders Can Collect Their Samples Within 90 Days After The Final Notification Of Award Has Been Send To Suppliers, After Which The City Has The Right Not To Return Such Samples And To Dispose Of Them At Its Own Discretion. 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. * Event Name Give Dignity Promotional Resources Kindly Supply And Deliver Lanyards X 200 Specifications Product Weight 0.014 Kg Product Dimensions 50cm(l) X 2cm(w) X 2cm(h) (200 Of Each Color) Material Polyester Color Refer To Number 4 And 7 Artwork Included # Refer To Artwork Attached Delivery Date 21 February 2025 Delivery Address 94 Van Riebeeck Road,1st Floor Omni Forum Building Kuilsriver Project Manager Name <(>&<)> Surname Cornelia Jaftha E-mail Address Cornelia.jaftha@capetown.gov.za Telephone No 021 4009103 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/31 Delivery Tosupport Services Suse Delivery Address94 Van Riebeeck Road, Kuilsriver Contact Personcornelia Jaftha Telephone Number0214009103 Cell Number Closing Date2025/03/04 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 Attachments No Attachments Note 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 Date4 Mar 2025
Tender AmountRefer Documents
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restocis Cy 2025 Intends To Apply The Sum Of P 1,403,900.46 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur With Contract Reference No. Restocis-cs-thiris-012-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 10:30 Am Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 10:30 Am Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 10:30 Am Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 10:30 Am Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Restoration Of Main Canal Of Sagrada Cis, Pili, Camarines Sur, With Project Identification Number Restocis-cs-thiris-012-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restocis Cy 2025 In The Amount Of Php 1,403,900.46. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date7 Jan 2025
Tender AmountPHP 1.4 Million (USD 24.1 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/restonis Cy 2025 Intends To Apply The Sum Of P 16,480,426.84 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur With Contract Reference No. Restonis-cs-cris-014-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Completion Of The Works Is Required Three Hundred Sixty (360) Calendar Days. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3.bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 4.interested Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At Sta. Lucia, Magarao, Camarines Sur From 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025. 5.a Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On 8:00 Am Of December 9, 2024 To 1:30 Pm Of January 7, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 25,000.00. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference On December 16, 2024 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur, Which Shall Be Open To All Interested Parties. 7.bids Must Be Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 1:30 Pm Of January 7, 2025. Late Bids Shall Not Be Accepted. 8.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 9.bid Opening Shall Be On 1:30 Pm Of January 7, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.the Nia Camarines Sur Imo Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11.for Further Information, Please Refer To: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 12.you May Visit The Following Websites: For Downloading Of Bidding Documents: Log-in To Philgeps Website. December 5, 2024 Engr. June Ivy C. Mendez Bac Chairperson Section Ii. Instructions To Bidders Notes On The Instructions To Bidders This Section On The Instruction To Bidders (itb) Provides The Information Necessary For Bidders To Prepare Responsive Bids, In Accordance With The Requirements Of The Procuring Entity. It Also Provides Information On Bid Submission, Eligibility Check, Opening And Evaluation Of Bids, Post-qualification, And On The Award Of Contract. 1.scope Of Bid The Procuring Entity, Nia Camarines Sur Imo Invites Bids For The Construction Of Canalization And Canal Structure Works Along Main Canal And Lateral B Of Cagaycay Ris, Lagonoy, Camarines Sur, With Project Identification Number Restonis-cs-cris-014-25. [note: The Project Identification Number Is Assigned By The Procuring Entity Based On Its Own Coding Scheme And Is Not The Same As The Philgeps Reference Number, Which Is Generated After The Posting Of The Bid Opportunity On The Philgeps Website.] The Procurement Project (referred To Herein As “project”) Is For The Construction Of Works, As Described In Section Vi (specifications). 2.funding Information 2.1.the Gop Through The Source Of Funding As Indicated Below For Gaa/restonis Cy 2025 In The Amount Of Php 16,480,426.84. 2.2.the Source Of Funding Is: A.gocc And Gfis, The Corporate Operating Budget. 3.bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manual And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Invitation To Bid By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Inspected The Site, Determined The General Characteristics Of The Contracted Works And The Conditions For This Project, Such As The Location And The Nature Of The Work; (b) Climatic Conditions; (c) Transportation Facilities; (c) Nature And Condition Of The Terrain, Geological Conditions At The Site Communication Facilities, Requirements, Location And Availability Of Construction Aggregates And Other Materials, Labor, Water, Electric Power And Access Roads; And (d) Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4.corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices The Procuring Entity, As Well As The Bidders And Contractors, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5.eligible Bidders 5.1.only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2.the Bidder Must Have An Experience Of Having Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc Adjusted, If Necessary, By The Bidder To Current Prices Using The Psa’s Cpi, Except Under Conditions Provided For In Section 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184. A Contract Is Considered To Be “similar” To The Contract To Be Bid If It Has The Major Categories Of Work Stated In The Bds. 5.3.for Foreign-funded Procurement, The Procuring Entity And The Foreign Government/foreign Or International Financing Institution May Agree On Another Track Record Requirement, As Specified In The Bidding Document Prepared For This Purpose. 5.4.the Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.2 Of The 2016 Irr Of Ra No. 9184. 6.origin Of Associated Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un. 7.subcontracts 7.1.the Bidder May Subcontract Portions Of The Project To The Extent Allowed By The Procuring Entity As Stated Herein, But In No Case More Than Fifty Percent (50%) Of The Project. The Procuring Entity Has Prescribed That: A.subcontracting Is Not Allowed. 7.1.subcontracting Of Any Portion Of The Project Does Not Relieve The Contractor Of Any Liability Or Obligation Under The Contract. The Supplier Will Be Responsible For The Acts, Defaults, And Negligence Of Any Subcontractor, Its Agents, Servants, Or Workmen As Fully As If These Were The Contractor’s Own Acts, Defaults, Or Negligence, Or Those Of Its Agents, Servants, Or Workmen. 8.pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project On The Specified Date And Time And Either At Its Physical Address As Indicated In Paragraph 6 Of The Ib. 9.clarification And Amendment Of Bidding Documents Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 10.documents Comprising The Bid: Eligibility And Technical Components 10.1.the First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 10.2.if The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10.3.a Valid Special Pcab License In Case Of Joint Ventures, And Registration For The Type And Cost Of The Contract For This Project. Any Additional Type Of Contractor License Or Permit Shall Be Indicated In The Bds. 10.4.a List Of Contractor’s Key Personnel (e.g., Project Manager, Project Engineers, Materials Engineers, And Foremen) Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data Shall Be Provided. These Key Personnel Must Meet The Required Minimum Years Of Experience Set In The Bds. 10.5.a List Of Contractor’s Major Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Proof Of Ownership, Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project, As The Case May Be, Must Meet The Minimum Requirements For The Contract Set In The Bds. 11.documents Comprising The Bid: Financial Component 11.1.the Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Ix. Checklist Of Technical And Financial Documents. 11.2.any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11.3.for Foreign-funded Procurement, A Ceiling May Be Applied To Bid Prices Provided The Conditions Are Met Under Section 31.2 Of The 2016 Revised Irr Of Ra No. 9184. 12.alternative Bids Bidders Shall Submit Offers That Comply With The Requirements Of The Bidding Documents, Including The Basic Technical Design As Indicated In The Drawings And Specifications. Unless There Is A Value Engineering Clause In The Bds, Alternative Bids Shall Not Be Accepted. 13.bid Prices All Bid Prices For The Given Scope Of Work In The Project As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Determined By The Neda And Approved By The Gppb Pursuant To The Revised Guidelines For Contract Price Escalation Guidelines. 14.bid And Payment Currencies 14.1.bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 14.2.payment Of The Contract Price Shall Be Made In: A.philippine Pesos. 15.bid Security 15.1.the Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 15.2.the Bid And Bid Security Shall Be Valid Until One Hundred Twenty (120) Calendar Days From The Data Of Bid Opening. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 16.sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. If The Procuring Entity Allows The Submission Of Bids Through Online Submission To The Given Website Or Any Other Electronic Means, The Bidder Shall Submit An Electronic Copy Of Its Bid, Which Must Be Digitally Signed. An Electronic Copy That Cannot Be Opened Or Is Corrupted Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. 17.deadline For Submission Of Bids The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 18.opening And Preliminary Examination Of Bids 18.1.the Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 18.2.the Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 19.detailed Evaluation And Comparison Of Bids 19.1.the Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of 2016 Revised Irr Of Ra No. 9184. 19.2.if The Project Allows Partial Bids, All Bids And Combinations Of Bids As Indicated In The Bds Shall Be Received By The Same Deadline And Opened And Evaluated Simultaneously So As To Determine The Bid Or Combination Of Bids Offering The Lowest Calculated Cost To The Procuring Entity. Bid Security As Required By Itb Clause 15 Shall Be Submitted For Each Contract (lot) Separately. 19.3.in All Cases, The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184 Must Be Sufficient For The Total Of The Abcs For All The Lots Participated In By The Prospective Bidder. 20.post Qualification Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps), And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 21.signing Of The Contract The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds.
Closing Date7 Jan 2025
Tender AmountPHP 16.4 Million (USD 283.9 K)
Offizielle Bezeichnung Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice - General guideline, standard rule negotiated procedure with prior publication of a call for competition/negotiated procedure (services) 302768_development of the Reinachweg building area 3 lots for freelance services - Lot 1: civil engineering *** Lot 2: traffic facilities *** Lot 3: coordinator according to construction site (sigeko) coordinator according to ... More302768_development of the Reinachweg building area 3 lots for freelance services - Lot 1: civil engineering *** Lot 2: traffic facilities *** Lot 3: coordinator according to construction site (sigeko) coordinator according to construction site (sigeko) The planning area is in the northwest of the town of Ailingen. The "Reinachweg" is in the north of the planning area. To the south, the buildings on the "Wolfenesch" street with the house numbers 10, 12/1, 14/2, 16/2 and 18/2 border it. To the east, the buildings at Reinachweg 3 and Hauptstraße 53/2 border the area. To the west, the building at Reinachweg 33 borders the area. There are currently no development plans for the area. However, it is already surrounded by buildings on all sides, so that it is basically classified as an inner area. Due to the size of the area, a development plan procedure is required to ensure orderly urban development. The scope of the new development plan to be drawn up includes parcels 409, 437/14 and 437/15 as well as parts of parcel 435/2 (“Reinachweg” street), parts of parcel 437/3 (“Wolfenesch” street) and parts of parcel 438/1. This scope is the building area of the tendering procedure in question (hereinafter “Reinachweg building area”). The services advertised and to be awarded are to be provided in the entire Reinachweg development area. The undeveloped plots are currently being used as one- to two-square grassland areas in a settlement gap in the inner area. A horse paddock was created on some areas. There is a residential building on plot 409. By drawing up the "Reinachweg South" development plan, the city of Friedrichshafen intends to enable the designation of a new residential area in the town of Ailingen to be used to create living space. The terrain is almost flat and slopes from 449 m above sea level to 447 m above sea level from the northwest to the southeast. According to the State Office for Geology, Raw Materials and Mining (LGRB), the soil science unit is eroded parabrown earth and rigosol parabrown earth from glacial till. These are deep, fertile soils that are used for intensive fruit growing in the surrounding area. In issue 23 of the Baden-Württemberg State Office for the Environment (lubw), clay soils with high soil fertility and with great importance as a balancing body in the water cycle and as a pollutant filter are identified (soil assessment data: L1a2). A subsoil report including a legacy site investigation has been prepared and is attached to the tender documents. A report on the results of the historical-genetic reconstruction of the munitions contamination is available and is attached to the tender documents. Page 3/7 Overall, the building windows and stipulations are to be chosen so that around 9 single-family homes, 6 semi-detached houses and 9 apartment buildings can be built. The apartment buildings are located in the east of the area of application and border on existing apartment buildings along the main road and Reinachweg. The semi-detached houses and detached houses then follow towards the west. Flat roofs with green roofs are planned for all buildings. An important component of the future district is the relatively centrally located public green space, which is to be designed as a playground and also to function as an underground retention area. The planned residential area is connected to the "Hauptstraße" via the "Reinachweg". This is categorised as a state road (l 328 A). The area is thus connected to the higher-level road network. The internal development takes place largely via the existing road system and thus via the "Wolfenesch" and "Reinachweg" roads. These will be upgraded if necessary and partially supplemented with a sidewalk. To provide access for motorised individual transport (MIV), only one additional subordinate residential road leading into the district is required. This is planned without a separate sidewalk due to the expected low volume of traffic and a possible one-way street regulation. According to the plan section of the development plan, several tree disks are to be created along the road. The new development will be linked to the adjacent residential areas via two 2.5 m wide footpaths running north-south and will also be connected to the adjacent network of paths to the local recreation areas (e.g. Weilermühle). The footpaths will thus connect to planned or existing footpaths along Reinachweg and Hauptstraße. A connection to existing path connections is thus provided. Cyclists can also use the planned residential street and Reinachweg to then access the existing network of paths. Ailingen is very well connected to the public transport network of Friedrichshafen city transport. The "Hauptstraße" stop is within walking distance (approx. 300 m). Due to the good public transport connections, the number of public car parking spaces in the planning area has been reduced. In the planning area, an area is intended for a transformer station for the municipal utility on the lake. A feasibility study has already been carried out by the engineering firm Pirker&pfeiffer, Münsingen. Transport facilities The planning area is located in the northwest of the town of Ailingen. In the north of the planning area is the "Reinachweg". To the south, the buildings on the street "Wolfenesch" with the house numbers 10, 12/1, 14/2, 16/2 and 18/2 border it. To the east, the buildings Reinachweg 3 and Hauptstraße 53/2 border it, among others. To the west, the building Reinachweg 33 borders it, among others. There are currently no development plans for the area. However, it is already surrounded by buildings on all sides, so that it is basically classified as an inner area. Due to the size of the area, a development plan procedure is required to ensure orderly urban development. The scope of the new development plan to be drawn up includes parcels 409, 437/14 and 437/15 as well as parts of parcel 435/2 (street "Reinachweg"), parts of parcel 437/3 (street "Wolfenesch") and parts of parcel 438/1. This scope is the building area of the tendering procedure in question (hereinafter "Reinachweg building area"). The services advertised and to be awarded are to be provided in the entire Reinachweg building area. The undeveloped plots are currently used as one- to two-square grassland areas in a settlement gap in the inner area. A horse paddock was created on some of the areas. There is a residential building on parcel 409. By drawing up the "Reinachweg South" development plan, the city of Friedrichshafen intends to enable the designation of a new residential area in the town of Ailingen to create living space. The terrain is almost flat and slopes down from 449 m above sea level to 447 m above sea level from northwest to southeast. According to the State Office for Geology, Raw Materials and Mining (LGRB), the soil unit is eroded parabrown earth and rigosol parabrown earth from glacial till. These are deep, fertile soils that are used in the surrounding area for intensive fruit growing. In issue 23 of the Baden-Württemberg State Office for the Environment (LUBW), clay soils with high soil fertility and with great importance as balancing bodies in the water cycle and as pollutant filters are identified (soil assessment data: L1a2). A soil report including a legacy site investigation has been prepared and is attached to the tender documents. A report on the results of the historical-genetic reconstruction of the munitions contamination is available and is attached to the tender documents. Page 3/7 Overall, the building windows and stipulations are to be chosen so that around 9 single-family homes, 6 semi-detached houses and 9 apartment buildings can be built. The apartment buildings are located in the east of the area of application and border on existing apartment buildings along the main road and Reinachweg. The semi-detached houses and detached houses then connect to the west. Flat roofs with green roofs are planned for all buildings. An important part of the future district is the relatively centrally located public green space, which is to be designed as a playground and also to function as an underground retention area. The planned residential area is connected to the "main road" via the "Reinachweg". This is categorised as a state road (l 328 A). The area is therefore connected to the main road network. The internal development is largely via the existing road system and thus via the "Wolfenesch" and "Reinachweg" roads. These will be upgraded if necessary and partially supplemented with a footpath. To provide access for motorised individual transport (miv), only one additional subordinate residential road leading into the district is required. Due to the expected low volume of traffic and a possible one-way street regulation, this is planned without a separate footpath. According to the planning section of the development plan, several tree disks are to be created along the road. The new district will be linked to the neighbouring residential areas via two 2.5 m wide footpaths running north-south and will also be connected to the neighbouring network of paths to the local recreation areas (e.g. Weilermühle). The footpath connections thus connect to planned or existing footpaths along the Reinachweg and the main road. This creates a link to existing path connections. Cyclists can use the planned residential street and the Reinachweg to then access the existing path network. Ailingen is very well connected to the Friedrichshafen public transport network. The "Hauptstraße" stop is within walking distance (approx. 300 m). Due to the good public transport connections, the number of public car parking spaces in the planning area has been reduced. An area for a transformer station for the municipal utility on the lake is planned in the planning area. A feasibility study has already been carried out by the Pirker&pfeiffer engineering office in Münsingen. Engineering structures The planning area is in the northwest of the town of Ailingen. The "Reinachweg" is in the north of the planning area. To the south, the buildings on the street "Wolfenesch" with the house numbers 10, 12/1, 14/2, 16/2 and 18/2 border it. To the east, the buildings at Reinachweg 3 and Hauptstraße 53/2 border it, among others. To the west, the building at Reinachweg 33 borders it, among others. There are currently no development plans for the area. However, it is already surrounded by buildings on all sides, so that it is basically classified as an inner area. Due to the size of the area, a development plan procedure is required to ensure orderly urban development. The scope of the new development plan to be drawn up includes parcels 409, 437/14 and 437/15 as well as parts of parcel 435/2 (street "Reinachweg"), parts of parcel 437/3 (street "Wolfenesch") and parts of parcel 438/1. This scope is the building area of the tendering procedure in question (hereinafter "Reinachweg building area"). The services advertised and to be awarded are to be provided in the entire Reinachweg building area. The undeveloped plots are currently used as one- to two-square grassland areas in a settlement gap in the inner area. A horse paddock was created on some of the areas. There is a residential building on parcel 409. By drawing up the "Reinachweg South" development plan, the city of Friedrichshafen intends to enable the designation of a new residential area in the town of Ailingen to create living space. The terrain is almost flat and slopes down from 449 m above sea level to 447 m above sea level from northwest to southeast. According to the State Office for Geology, Raw Materials and Mining (LGRB), the soil unit is eroded parabrown earth and rigosol parabrown earth from glacial till. These are deep, fertile soils that are used in the surrounding area for intensive fruit growing. In issue 23 of the Baden-Württemberg State Office for the Environment (LUBW), clay soils with high soil fertility and with great importance as balancing bodies in the water cycle and as pollutant filters are identified (soil assessment data: L1a2). A soil report including a legacy site investigation has been prepared and is attached to the tender documents. A report on the results of the historical-genetic reconstruction of the munitions contamination is available and is attached to the tender documents. Page 3/7 Overall, the building windows and stipulations are to be chosen so that around 9 single-family homes, 6 semi-detached houses and 9 apartment buildings can be built. The apartment buildings are located in the east of the area of application and border on existing apartment buildings along the main road and Reinachweg. The semi-detached houses and detached houses then connect to the west. Flat roofs with green roofs are planned for all buildings. An important part of the future district is the relatively centrally located public green space, which is to be designed as a playground and also to function as an underground retention area. The planned residential area is connected to the "main road" via the "Reinachweg". This is categorised as a state road (l 328 A). The area is therefore connected to the main road network. The internal development is largely via the existing road system and thus via the "Wolfenesch" and "Reinachweg" roads. These will be upgraded if necessary and partially supplemented with a footpath. To provide access for motorised individual transport (miv), only one additional subordinate residential road leading into the district is required. Due to the expected low volume of traffic and a possible one-way street regulation, this is planned without a separate footpath. According to the planning section of the development plan, several tree disks are to be created along the road. The new district will be linked to the neighbouring residential areas via two 2.5 m wide footpaths running north-south and will also be connected to the neighbouring network of paths to the local recreation areas (e.g. Weilermühle). The footpath connections thus connect to planned or existing footpaths along the Reinachweg and the main road. This creates a link to existing path connections. Cyclists can use the planned residential street and the Reinachweg to then access the existing path network. Ailingen is very well connected to the Friedrichshafen public transport network. The "Hauptstraße" stop is within walking distance (approx. 300 m). Due to the good public transport connections, the number of public car parking spaces in the planning area is reduced. An area for a transformer station for the municipal utility on the lake is planned in the planning area. A feasibility study has already been carried out by the Pirker&pfeiffer engineering office in Münsingen.
Closing Date3 Mar 2025
Tender AmountRefer Documents
8311-8320 of 8656 archived Tenders