Advertisement Tenders
Advertisement Tenders
DEPT OF THE ARMY USA Tender
Others
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: This Requirement Is To Provide The Kansas Army National Guard (ksarng) Broadcating Rights And Airtime Only. The Broadcasting Rights And Airtime Will Be Used In Order To Advertise Throughout The State Of Kansas Using The Non-commercial Sustaining Announcement (ncsa) Program. The Kansas Association Of Broadcasters (kab) Offers Commercial Radio And Television Stations Throughout Kansas That Voluntarily Participate In The Association’s Non-commercial Sustaining Announcement/public Education Partnership Program (“ncsa/pep Program”) By Donating Air Time For Use By Kab In Its Ncsa/pep Program. Under The Ncsa/pep Program, The Kab Provides Certain Use Of Kab’s Bank Of Airtime Donated By Participating Stations For The Broadcast Of Ncsa/pep Announcements And Distribution Of Such Announcements To Stations Kansas-wide. Ncsa/pep Announcements To Be Aired Over The Participating Stations Sufficient To Achieve A Minimum Value At Four (4) Times Lower Than What Would Otherwise Be Offered And Sold To The General Commercial Markets. This Program Is Offer Exclusively Through Individual State Associations Of Broadcasters Which Represents A Variety Of Broadcast Markets Throughout The State. Various State And Local Government Agencies Use This Program To Promote Safety Issues/initiatives, Services, Emergency Awareness And Preparedness, Consumer Protection And Education And Many Others. The Primary Objective Is To Reach The Kansas Army National Guard (ksarng) Target Demographics Of 17-24 Year-olds, Then 25-35 Year-olds. the Ncsa/pep Programs Are Only Offered To Government Entities Or Non-profit Organizations. The Kab Which Represents Its Radio And Television Broadcasters, Offers Broadcasts In A Variety Of Markets Throughout The State, While Giving Priority Treatment For Available Airtime, Receiving Repeated Air-time Through A Campaign, And Is More Likely To Air In Desirable Time Slots Between 6:00am And 12:00 Am (midnight) Central Standard Time. This Contract Is Intended To Help Government Agencies And Nonprofit Organizations Deliver Their Important Public Interest Messages Effectively And Affordably. this Is A Sources Sought Announcement Issued In Accordance With Far 10 And Dfars 206.302-1(d). This Is Not A Request For Proposal (rfp), Request For Quote (rfq), Or An Invitation For Bid (ifb). There Is No Bid Package, Solicitation, Specifications Or Drawings Available With This Announcement. It Does Not Constitute A Commitment By The U.s. Government Or The State Of Kansas. No Contract Will Be Awarded From This Sources Sought Notice. Response Is Strictly Voluntary, And No Reimbursement Will Be Made For Any Cost Associated With Providing Information In Response To This Sources Sought Or Any Follow-up Information Requests. The Government Shall Not Be Liable, Or Suffer Any Consequential Damages, For Any Improperly Identified Information. This Is A Market Survey And Notification Of Intent Only. This Requirement May Be Solicited At A Future Date. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, Including Large Business And The Small Business Community, To Compete And Perform Firm Fixed Price Contracts. The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsive Contractors. The Type Of Solicitation To Be Issued Will Depend Upon The Responses To This Synopsis. no Site Visit Or Industry Day Has Been Planned In Association To This Sources Sought. project Description: under The Ncsa/pep Program, The Kab Provides Certain Use Of Kab’s Bank Of Airtime Donated By Participating Stations For The Broadcast Of Ncsa/pep Announcements And Distribution Of Such Announcements To Stations Kansas-wide. This Includes Both Television And Radio Broadcasts From Nearly 300 Member Stations Throughout The State Of Kansas. Additional Detail About This Requirement Is Available In The Accompanied Performance Work Statement (pws) the North American Industry Classification System (naics) Code For This Requirement Is 516120 Television Broadcast Stations. The Small Business Size Standard For This Requirement Is $47 Million. please Provide The Following Information From Your Company. Your Response Shall Be Limited To Five Pages Total: 1. Company Information (identify If Using A Joint Venture Or Partnering). The Following Information Is Required. • Company Name • Mailing Address • Contact Phone Number And E-mail • Cage Code * • Duns Number 2. Capability: Provide Your Firms Capability To Perform This Requirement. Under Federal Acquisition Regulation (far) Guidelines, The Prime Contractor Must Have The Capability To Perform At Least 50% Of The Cost Of The Contract, Not Including The Cost Of Materials, With Their Own Employees For Specialized Services-type Procurement. 3. Capacity: Provide Your Firm’s Capacity To Perform This Requirement: a. Provide Your Firm’s Capability/availability In Performing The Required Effort, Given The Current Market’s Condition And/or Availability Of Equipment, And Human Resources. b. Identify Any Workload Constraints Regarding The Work Described In This Sources Sought. 4. Ability To Successfully Comply With The Following Provisions: a. Far 52.219-8 Utilization Of Small Business Concerns b. Far 52.204-26 Covered Telecommunications Equipment Or Services – Representation 5. Offeror's Type Of Business And Business Size. If A Small Business, Company’s Current Small Business Category (small Business, Hubzone, Service Disabled Veteran Owned, 8(a) And Woman-owned), As It Relates To Naics Code 622110 Or Something Similar. *if You Do Not Have A Cage Code, And You Are Interested In Pursuing A Contract With The Government, Please Register In The Sam Website As Soon As Possible (register Through https://www.sam.gov/sam/ Website). A Cage Code Is Required Prior To The Submission Of Your Proposal/bid, But Not Required For This Sources Sought. offeror’s Are Advised That Information Provided To The Government In Regard To The Products Or Devices Proposed Will Be Considered “for Official Use Only (fouo)” And Will Not Be Released To The Public Or Other Potential Offerors. The Government May Retain This Information For Its Records Indefinitely. sources Sought Submittals Are Due Ntl 07 February 2025 @ 5pm Cst. points Of Contacts: james D Sparkes, Contract Specialist, E-mail: James.d.sparkes.civ@army.mil or vernon L. Verschelden Contracting Officer, E-mail: Vernon.l.verschelden.civ@army.mil
Manila International Airport Authority Tender
Electronics Equipment...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 339.3 K (USD 5.8 K)
Details: Description Sir/madam: Please Submit Your Lowest Price Quotation (including Taxes And Government Discounts) On Charged Account Basis, On The Following Supplies/materials/ Equipment Or Labor For The Account And Official Use Of The Authority. This Request For Quotation Or Your Formal Bid Proposal May Be Submitted Through E-mail At Procmiaa@gmail.com (see Note #1 For Details) Or Personally Submitted On A Sealed Envelope Stating The Company Name/address And Project Title With R.i.s. # Thru The Bid Drop Box At The Office Of The Procurement Division On Or Before February 19, 2025 @ 2:00 Pm. Please Synchronize Your Time With The Philippine Standard Time (pst) At Www.pagasa.dost.gov.ph Thank You. Benjamin T. Manalili Iii Oic, Procurement Division Notes: 1. Quotations May Be Submitted Either Typewritten (preferred) Or Handwritten. For Quotations Sent Thru E-mail, The File Must Be On A Compressed Folder (in .zip File Format) Which Shall Be Password-protected. The Password For Accessing The Bidding Documents Will Be Disclosed By The Bidders Only During The Actual Bid Opening Which May Be Done In Person Or Thru E-mail. 2. Alternative Bids/a Bid With Options Shall Be Rejected. 3. Request For Quotation Can Be Obtained From The Office Of Procurement Division On February 14-19, 2025. 4. Warranty Shall Be For A Period Of Three (3) Months, Which Shall Commence After The Final Acceptance Of The End-user. 5. Price Validity Shall Be For A Period Of 120 Calendar Days From Opening Of Bid. 6. Submit Sample/s And Brochure/s, If Applicable, Showing Specifications Of Product Being Offered. Likewise State The Brand In The Rfq Or Bid Proposal. 7. If Awarded, The Bidder Shall Submit The Required Registration Documents. Item No. Qty. Unit Description Of Articles Abc/unit Unit Price Offer (brand/make/origin) 1 1 Lot Miaa Annual Report 339,360.00 I. Scope Of Services The Production Of The Report Should Deliver The Attainment Of The Objective To Include, But Not Necessarily Be Limited To The Following: A. Graphic Art & Production Services The Work Must Be In Interpretative Of The Current Filipino Taste And Culture, As Well As The Up And Coming Trends In The Global Setting Or Whichever Is Appropriate For The Year. These Services Include, But Should Not Be Limited, To: - Conceptualization, Full Content Development Including Copywriting. - Cover Design And Layout Of Inside Pages. - Presentation Of Two (2) Alternative Designs In Color Comprehensive. - Final Electronic Art Works. - Preparation Of Pre-press Mockup. - Actual Man Hours/computer Time For Lay-outing, Revisions, Alterations. - Preparation Of Final Work. - Printing Specifications And Supervisions. - Electronic File Transfer To Print Ready Materials. B. Editorial Services The Composition Of Literature Write-ups For The Inside Pages Should Be Undertaken By A Professional External Writer With Experience In Writing Annual Reports Of Airports, With The Cooperative Efforts And Supervision Of The Miaa-ppd. The Said External Writer Shall Be Approved By Miaa Upon Submission Of The Advertising/editorial Office / Agency, A Copy Of The Portfolio Of Their External Writer. Articles/items And Photographs Contributed By Miaa May Be Submitted For Editorial Editing And / Or Write Down , But Should Not Prejudice The Miaa To Include, Improve, Or Delete Such In Its Entirely In Accordance With His/her Professional Opinion And Advice., The External Writer(s) Should Exercise And Have Harmonious Rapport With The Miaa-ppd Beginning With The Conceptualization Of The Project Framework, Inclusions And Structure, As Well As Procedural Systems That May Be Adopted In The Performance Of The Contract And Its Requirement(s). C. Photography Services The Photographer Must At All Times Exercise And Have Harmonious Rapport With The Miaa-ppd And The External Writer In Order To Be Able To Interpret The Necessary Ideas. Pictures Must Express The General Concept Of The Manuscript As Well As Convey The Sophistication Of Naia’s Comfort, Safety And Efficiency. A 3-day Portrait Photography Services Must Be Made Available For The Board Of Directors And Miaa Officials As Part Of The Report. Moreover, Photography Services Shall Include Digital Retouching And Enhancing Of The Pictures. D. Print Production No. Of Pages: Maximum Of 80 Pages, Including Cover Quantity: 300 Pcs Size: Folded 8.27” X 11.69” (a4) : Spread 16.54” X 11.69” Color: Cover – Full Color @ 300ppi : Insides – Full Color @ 300 Ppi Process: Computer-to-plate, Offset Printing Binding: Perfect Binding, Soft Bound Cover: 220 Gsm + Matte + Spot Uv Lamination Envelope: Design Same As Cover Stock Materials: Inside – Matte – 90 Gsm : Type Of Paper: Subject To Approval Of Miaa-ppd E. Duration: 120 Calendar Days Ii. Eligibility Requirements The Service Provider Shall Possess Experience And Expertise In The Composition Of Write-ups, Photography, Design And Printing Of Annual Reports Of Various Government Agencies. The Service Provider Must Provide A Portfolio Of Experiences And Provide At Least Three (3) References Where The Service Provider Undertook Similar Work. Likewise, The Service Provider Should Assign Key Personnel With Expertise, Qualification, Experience And Capability In Preparing Annual Reports. Proposed Key Personnel Shall Be Included In The Proposal With Their Corresponding Qualifications. Note: 1. Total Amount Covers The Editorial, Lay-out, Photography Services And Printing Of 80 Pages (maximum) Of Miaa Annual Report. Prepared And Canvassed By : Sir: Raymond Ian Q. Conde Procurement Officer Procurement Division In Connection To The Above Request, We Hereby Submit Our Quotation As Indicated Above And That We Agree To Deliver The Items/complete The Project As Per Specifications Within 120 Calendar / Working Days Upon Receipt Of Corresponding Purchase/work Orders. Manila International Airport Authority Authorized Representative (print Name And Signature) Tel. No.: 8771-3602 Contact Numbers Date
Province Of Eastern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 19.1 Million (USD 330.6 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Proposed Two (2) Storey Standard Pagcor Multi-purpose Evacuation Center (phaseii) Capitol Site, Brgy. Alang-alang, Borongan City, E. Samar 1. The Provincial Government Of Eastern Samar, Through Pdrrmf Cy 2025 Intends To Apply The Sum Of Nineteen Million One Hundred Twenty Eight Thousand Five Hundred Twenty Five Pesos & 77/100 Only (php19,128,525.77) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-100 Proposed Two (2) Storey Standard Pagcor Multi-purpose Evacuation Center (phaseii), Capitol Site, Brgy. Alang-alang, Borongan City, 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. I – Project Billboard/sign Board (1.00 Each), Item No. Ii – Occupational Safety And Health Program (1.00 L.s.), Item No. Iii – Mobilization/demobilization (1.00 L.s.), Item No. Iv – Scaffolding And Staging (1.00 L.s.), Item No. V – Doors & Windows (365.39 Sq.m.), Item No. Vi – Plain Cement Floor Finish With Floor Hardener (133.90 Sq.m.), Item No. Vii – Unglazed Ceramic Tiles (1,607.00 Sq.m.), Item No. Vii – Glazed Tiles And Trims (278.00 Sq.m.), Item No. Ix – Built-up And Preformed Membrane Waterproofing (370.00 Sq.m.), Item No. X – Painting Works (masonry Painting) (5,537.00 Sq.m.), Item No. Xi – Painting Works (wood Painting) (80.00 Sq.m.), Item No. Xii – Painting Works (metal Painting) (1.00 Lot), Item No. Xiii – Airconditioning System (1.00 Lot), Item No. Xiv – Ventilating Equipment (1.00 L.s.), Item No. Xv – Water Pumping Station (1.00 L.s.), Item No. Xvi – Automatic Water Sprinkler System (1.00 Lot), Item No. Xvii – Storm Drainage And Downspout (1.00 L.s.), Item No. Xviii – Fire Alarm System (1.00 L.s.), Item No. Xix Public Address System (1.00 L.s.), Item No. Xx – Cctv System (1.00 L.s.), Item No. Xxi – Conduit, Boxes And Fittings (auxillary) (1.00 L.s.), Item No. Xxii – Network Cabling (voice And Data) (1.00 L.s.), Completion Of The Works Is Required Within 200 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 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
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 3.5 Million (USD 61.1 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Batang, Hernani, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Five Hundred Forty Thousand Pesos Only (php3,540,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-093 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Batang, Hernani, 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/signboard (1.00 Each), Item No. B.7 – Occupational Safety And Health Program (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.1047(2)b – Structural Steel Roof Truss (9,609.90 Kg), Item No. 1047(2)c – Structural Purlins (4,480.15 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (993.13 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (384.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (472.28 Sq.m.), Item No. 1013 (2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (88.33 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Cement Board (88.33 M), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (52.00 L.m.),item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (26.00 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (211.09 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00m), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. Spl-1 – Backboard Support) (1.00 Lot), Completion Of The Works Is Required Within 120 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
City Of Cape Town Tender
Laboratory Equipment and Services
South Africa
Closing Date5 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Safety Related Equipment Reference Number Ga12500449 Title Safety Related Test Station Calibratio Description 2 Each X Test Station Calibration Station And Gas Specification* Refer To Ga12500449 Test Stand Calibration Station And Gas Automated Stand-alone Test Stand And Calibration Station Compatible With Multi-gas Detector With Advanced Pid (photoionization) Sensor, As Used By Coct F&rs. # Physical Characteristics Test Stand Size Shall Not Exceed 300 X 166 X 201 Mm Weight Shall Not Exceed 1,8 Kg Touch Screen Display Shall Be Visible From The Front. Cylinder Holder Size Shall Not Exceed 300 X 166 X 155 Mm With Maximum Weight Of 1.7 Kg Test Stand And Cylinder Holder Shall Be Of A High-strength, Non-corrosive Acrylonitrile Butadiene (abs) Material And Incorporate A Desktop/wall Mount System Via Din Rails. # Test Stand Test Stand Shall Have A 4.3" Resistive Colour Touch Screen And Led Status User Interface. Test Stand Audio Response Volume Shall Be Able To Set To User Preference With Default Value Is Medium Loudness. Backlight Colour Touch Screen Backlight Display Level Shall Be Set To User Preference With Default Value Is Medium Brightness. # System Features And Options To Include Network Accessibility Via Two Ethernet Interfaces Provided At Rear Of System. Ports Should Allow For Connection And Communication Distribution Between Multiple Test Stands. Stand-alone System Must Be Capable Of Operating Without Network, Controller Or Computer. Each Multi-gas Detector Test Stand Must Provide For Charging 1 Detector With Option To Upgrade To Multi-unit Chargers. Interconnectivity Of Up To 10 Specific Test Stands And 4 Cylinder Holders Must Be Able To Interconnect And To Perform 10 Simultaneous Tests. Test Station To Include 4 Electronic Cylinder Holders Able To Interconnect Within System. Optional In-line Electronic Cylinder Holder Must Be Available. Smart Cylinder Holders To Provide Rfid Tag Recognition Of Calibration Gas Cylinder, Providing Calibration Gas Part Number, Gases, Concentrations, Lot Number, And Expiration Date. Smart Cylinder Holder Shall Also Provide Demand Flow Regulator With Digital Pressure Interface, Displaying Pressure At Test Stand. Gas Delivery System Must Be Capable Of Automatically Drawing Calibration Gas From Cylinder Through Demand Flow Regulator. Test Stand Shall Provide Capability To Automatically Test Pump For Flow And Proper Operation. Test Stand Shall Provide Capability To Automatically Determine If Calibration Gas Cylinder Is Empty. System Pump Must Have Easily Accessible Replaceable Filters For User Power Module Input Power Requirements 100 # 240 Vac, 47 # 63 Hz. Smart Cylinder Holder Draws Power From System Test Stand. Instrument Manufacturer Must Be Certified As Iso-compliant. System Shall Have 2-year Warranty On All Components Include Waterproof Storage Case With Wheels. Test Station To Include Compatible Calibration Gas Cylinders (58l) X1 Cal Gas Ch4 1.45% Co 60ppm O2 15% H2s 20ppm 58l Cylinder X1 Cal Gas 25ppm Nh3 Cylinder X1 Cal Gas 10ppm Hcn Cylinder X1 Cal Gas 100ppm Isobutylene I-c4h8./air Cylinder X1 Cal Gas 5ppm Cl2/air Cylinder M J Kelder 0214001523 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 Date2025/05/30 Delivery Tof Munnik Milnerton Fire Station Delivery Address1 Milnerton Fire Station, Milnerton Contact Personm J Kelder Telephone Number0214001523 Cell Number Closing Date2025/03/05 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 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.
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date24 Jan 2025
Tender AmountPHP 3.4 Million (USD 58 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Camcuevas, Gen. Macarthur, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Four Hundred Thousand Pesos Only (php3,400,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-013 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Camcuevas, Gen. Macarthur, 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 (4.00 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 1047(2)b – Structural Steel Roof Truss (9,495.95 Kg), Item No. 1047(2)c – Strucutral Purlins (3,961.11 Kg), Item No. 1047(5) – Metal Structures Accessories (steel Plate) (712.72 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods)(288.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (489.25 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (92.62 L.m.), Item No.1003(11)a1 – Fascia Board. 12mm Fiber Cement Board (92.62 M), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (60.00 L.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (30.00 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (138.60 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00 M), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. Spl-1 – Backboard Support (1.00 Lot), Completion Of The Works Is Required Within 120 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 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 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
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 3.2 Million (USD 54.6 K)
Details: Description Republic Of The Philippines Provincial Government Of Eastern Samar Capitol Building, Borongan, Eastern Samar, 6800 Tel No. (055)-560-8312 E-mail Address: Esamar.bac@gmail.com Bids And Awards Committee (bac) Invitation To Bid For Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Baras, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Two Hundred Thousand Pesos Only (php3,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-01-008 Construction Of Multi-purpose Building (covered Court) Phase-2, Brgy. Baras, Borongan City, 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 (3.33 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No.1047(2)b – Structural Steel Roof Truss (9,252.85 Kg), Item No. 1047(2)c – Structural Purlins (3,278.16 Kg), Item No. 1047(5)- Metal Structures Accessories (steel Plate) (993.13 Kg), Item No. 1047(3)b – Metal Structure Accessories (sag Rods) (264.00 Pc), Item No. 1047(3)a – Metal Structure Accessories (anchor Bolts) (48.00 Pc), Item No. 1047(3)d – Metal Structure Accessories (cross Bracing) (24.00 Pc), Item No. 1047(3)c – Metal Structure Accessories (turn Buckle) (24.00 Pc), Item No. 1014 – Prepainted Metal Sheets, Long Span (415.62 Sq.m.), Item No. 1013(2)a2 – Fabricated Metal Roofing Accessory (flashing/counter Flashing) (84.79 L.m.), Item No. 1003(11)a1 – Fascia Board, 12mm Fiber Cement Board (84.79 M.), Item No. 1013(2)b1 – Fabricated Metal Roofing Accessory (gutter) (54.00 L.m.), Item No. 1013(2)a1 – Fabricated Metal Roofing Accessory (ridge/hip Roll) (27.00 L.m.), Item No. 1032(1)c1 – Painting Works (metal Painting) (53.94 Sq.m.), Item No. 1001(1)a3 – Pipes And Fittings (pvc) (100mm) (40.00 M), Item No. 903(1) – Formworks And Falseworks (1.00 L.s.), Item No. Spl -1 – Backboard Support (1.00 Lot), Completion Of The Works Is Required Within 120 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 06, 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 20, 2025, 10:00 A.m., At The Bids And Awards Committee Office, Capitol Building, Borongan City. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Rirr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 9. The Provincial Government Of Eastern Samar Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Nelson F. Cortez Chairman, Bids And Awards Committee Bids And Awards Committee Office Capitol Building, Borongan City Mobile No.09177583330 E-mail Address: Easternsamar.gov.ph Esamar.bac@gmail.com Nelson F. Cortez Bac Chairman
City Of Cape Town Tender
Electronics Equipment...+1Electrical and Electronics
South Africa
Closing Date20 Jan 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Ict - Hardware Reference Number Gk12500359 Title Cable Video, Hdmi To Hdmi 5m Description 3 Each X Cable Video, Hdmi To Hdmi 5m 1 Each X Cable Hdmi To Dvi Adapter - 1.5m 3 Each X Portable Power Bank 80 000mah 15 Each X Multi Plug, 10 Way, Overload Protection 10 Each X Cable Usb2.0 Type-a To Serial Port Specification* Refer To Gk12500359 Supply And Delivery Of 3 X Cable Video, Hdmi To Hdmi 5m Specifications Cable - Type Video, Hdmi To Hdmi Length 5 Meters Specifications V1.4 Hdmi Cable Or Aboveenergy Star Standards,green Seal Standards. Contact Person Ashley Thorne Contact Number 061 241 7464 Delivery Address Is<(>&<)>t Section, 4th Floor, Podium Block, Civic Centre *please Contact Ashley Prior To Date Of Delivery To Confirm * Supply And Delivery Of 1 X Cable Hdmi To Dvi Adapter - 1.5m Specifications Cable - Type Hdmi To Dvi Adapter Cable 1.5m High-speed Hdmi-to-dvi Cable High Quality Cable With A Durable Pvc Outer Layer Shielded And Corrosion Resistant. Contact Person Lara Rottcher Contact Number 074 917 0030 Delivery Address 4th Floor Keller House, 121 Loop Street, Cape Town *please Contact Lara Prior To Date Of Delivery To Confirm * Supply And Delivery Of 3 X Portable Power Bank 80 000mah Specificaitons 80 000mah Large Capacity Portable Power Bank With 3 Input Ports (micro, Type-c, Lightning) And 4 Output Ports (including Flash, Micro, Type-c, And Lightning Support). Micro, Type-c And Lightning Cables To Be Included. Led Dislay, Lcd Screen Display Contact Person Andre Ford Contact Number 084 800 0599 Delivery Address 4th Floor, Podium Block, Civic Centre, 12 Hertzog Boulevard, Cape Town *please Contact Andre Prior To Date Of Delivery To Confirm * Supply And Delivery Of 15 X Multi Plug, 10 Way, Overload Protection 5m Cord Contact Person Laverne Fredericks Contact Number 0214002746 Delivery Address Erp, 4th Floor, Tower Block, Cpt Civic Centre *please Contact Laverne Prior To Date Of Delivery To Confirm * Supply And Delivery Of 10 X Cable Usb2.0 Type-a To Serial Port Specifications Cable - Type Usb2.0 Type-a To Serial Port Backward Compatible With Usb1.1 80cm Support Over 1mbps Data Transfer Rate Support Rs232 Serial Interface (db25 Or Db9) Contact Person Werner Barnard Contact Number 083 640 5569 Delivery Address 3rd Floor, Telecoms Offices, Civic Centre, Podium Block *please Contact Werner Prior To Date Of Delivery To Confirm Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/01/31 Delivery Toinformation Tech And Telecom Maintenance Planning Plant Delivery Address12 Hertzog Blvd, Cape Town Contact Personelzette Opperman Telephone Number0214275093 Cell Number Closing Date2025/01/20 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 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.
City Of Cape Town Tender
Machinery and Tools...+1Automobiles and Auto Parts
South Africa
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Fleet Light And Medium Vehicle Spares ( Reference Number Wa12500133 Title Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Description 2 Each X Cct32921-front Shocks 2 Each X Cct32921-front Shocks Mounts 2 Each X Cct32921-rear Shocks 1 Each X Cct32921-expansion Bottle 1 Each X Cct32921-heater Valve(under Intake Manif 1 Each X Cct33263-left Front Park Light Bulb(501 1 Each X Cct33263-left Rear Park Light Bulb (big 1 Each X Cct33263-left Rear Brake Light Bulb(big 1 Each X Cct33543-left Lower Control Arm(complete 1 Each X Cct33543-right Lower Control Arm(complet 2 Each X Cct33543-front Shocks 2 Each X Cct33543-rear Shocks Specification* Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct32921 Vw Polo Vivo 1.4 Ak 2016 Vin No Aavzzz6szhu001166 Notification 902170105 Contact Person Biza Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33263 Toyota Quantum 2.7 At 2017 Vin No Jtfrx13p008048981 Notification 902168588 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33263 Toyota Quantum 2.7 At 2017 Vin No Jtfrx13p008048981 Notification 902168588 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33263 Toyota Quantum 2.7 At 2017 Vin No Jtfrx13p008048981 Notification 902168588 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 * Reg. No/type/model Cct33543 Toyota Etios 1.5 Al 2017 Vin No Mbjb29bt500116821 Notification 902170797 Contact Person Amier Dep & Address Bellville Workshop, 33 Reed Street, Bellville Contact Numbers (t) 021-4445017 Delivery Date2025/02/14 Delivery Tobellville Workshop Delivery Address33 Bellville Workshop Reed Street, Cape Town Contact Personbiza Telephone Number0214445017 Cell Number000000000 Closing Date2025/02/05 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.
City Of Cape Town Tender
Textile, Apparel and Footwear
South Africa
Closing Date21 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Clothing, Ppe & Accessories Reference Number Ga12500429 Title Clothing & Footwear Description 14 Each X Reflective Bibs With Zip - Small 36 Each X Reflective Bibs With Zip - Medium 60 Each X Reflective Bibs With Zip - Large 44 Each X Reflective Bibs With Zip - Xtra Large 14 Each X Reflective Bibs With Zip - 2x Large 12 Each X Reflective Bibs With Zip - 3x Large 8 Each X Reflective Bibs With Zip - 4x Large 3 Each X Reflective Bibs With Zip - 5x Large Specification* Ref Ga12500429 14x 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 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. * 36x Medium 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 * 60x 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 * 44x 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 * 14x 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 * 12x 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 * 8x 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 * 3x 5xl 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 Civic Centre Contact Personjanine.afrika Telephone Number0214003450 Cell Number0736682888 Closing Date2025/02/21 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.
8361-8370 of 8656 archived Tenders