Advertisement Tenders
Advertisement Tenders
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.
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
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.
City Of Cape Town Tender
Machinery and Tools
South Africa
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Tools & Machinery Reference Number Gn12500379 Title Supply Ultrasonic 7ml6003-0ac201aa3-zf04 Supply Radar 7ml5310-1bc060-0aa0 Transmi Description 1 Each X Supply Ultrasonic 7ml6003-0ac201aa3-zf04 1 Each X Supply Radar 7ml5310-1bc060-0aa0 Transmi Specification* Ref Gn12500379 Supply Ultrasonic 7ml6003-0ac201aa3-zf04 Supply Radar 7ml5310-1bc060-0aa0 Transmi Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. #wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" #nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. * Please Supply Ultrasonic Meter Sitrans Lt500 Hydroranger, Or Compatible For Clifton Pump Station Sewage Wetwell Sump. Sitrans Lt500 - Hydroranger Model Universal Level Controller Continuous, Non Contact, For Liquids, Slurries, And Solids. Monitors Level, Volume, And Volume Flow, For Virtually Any Application In A Wide Range Of Process Industries. Product Type Hydroranger, Feature Set Level, Volume <(>&<)> Flow Sensor Input Type 4...20 Ma Input(s) Number Of Measurement Points Single Point Version Relay Output 6 Relays (4 Form A, 2 Form C), 250 V Ac Mounting, Enclosure Design Wall Mount, Standard Enclosure Type Of Protection Ordinary Locations/general Purpose (non- Ex), Ccsaus, Fm, Ce, Ukca, Rcm Removable Data Storage Included (8gb Micro Sd) . . Input Voltage 100 ... 230 V Ac Communication Modbus Rtu Part No 7ml6003-0ac20-1aa3-z F04 Contact M.colli Tel 021-444186 Cell No 0842000136 Req No 14318164 Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/03/04 Delivery Tonew Market Street - Pump Station Delivery Address0 Schaapkraal Depot, Philippi Contact Personmoenier Colli Telephone Number0214441868 Cell Number0842000136 Closing Date2025/02/27 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 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.
BARANGAY BOCAWON, LA PAZ, LEYTE Tender
Others...+1Electrical and Electronics
Philippines
Closing Date27 Feb 2025
Tender AmountPHP 213.4 K (USD 3.6 K)
Details: Description Invitation To Bid (itb) Procuring Entity : Barangay Local Government Unit Brgy. Bocawon, La Paz, Leyte Title Of Project : Installation Of Street Lights Approved Budget Of The Contract (abc) : Php 213,466.90 Area Of Delivery : Brgy. Bocawon, La Paz, Leyte Description: The Barangay Local Government Unit Of Brgy. Bocawon, La Paz, Leyte Through The Bids And Awards Committee (bac) Invites Suppliers For The Installation Of Street Lights With An Approved Budget For The Contract Amounting To Two Hundred Thirteen Thousand Four Hundred Sixty-six Pesos And Ninety Centavos (php 213,466.90) Only. A.the Bids And Awards Committee Will Use A Non-discretionary Pass/fail Criterion In The Eligibility Check/screening As Well As The Preliminary Examination Of Bids. B.the Following Eligibility Documents In Four (4) Copies Duly Certified Must Be Submitted To The Bids And Awards Committee (bac) Not Later Than February 27, 2025 @ 5:00 Pm And Payment For The Complete Set Of Bidding Documents Shall Be Purchased By Interested Bidders From The Address Given Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (php 500.00) Only To The Barangay Treasurer’s Office: The Following Eligibility Documents: First Envelope: Class “a” Documents Legal Documents A)philgeps Registration Certificate (platinum Membership) B)dti Business Name Registration Or Sec Registration Certificate C)business License Permit/valid And Current Mayor’s Permit/municipal License; D)tax Clearance Per Executive Order 398, Series Of 2005 Technical Documents E)statement Of Prospective Bidder Of All Its Ongoing And Completed Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contracts To Bid; F)statement Identifying The Bidder’s Single Largest Completed Contracts (slcc) Similar To The Contract To Bid. G)latest/valid Philippine Contractors Accreditation Board (pcab) License Financial Documents H)latest Audited Financial Statement “stamped Received” By The Ir Or Its Duly Accredited Or Authorized Institutions, For Immediately Preceding Calendar Year, Showing Among Others The Total Assets And Liabilities; I)latest Quarterly Or Annual Income & Business Tax Returns; J)computation Of Net Financing Contracting Capacity (nfcc) K)valid Joint Venture Agreement In Case Of Joint Venture; L)philgeps Registration Certificate : Must Be A Platinum Registered M)bid Security In The Prescribed Form, Amount And Validity Period. N)contractor’s Organizational Chart; O)list Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Material Engineer, And Foreman), To Be Assigned To The Contract To Bid, With Their Complete Qualification And Experience Data; P)list Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability If Equipment From The Equipment Lessor/vendor For The Duration Of The Project; Q)omnibus Sworn Statement •sworn Statement By Prospective Bidder That He Is Not “barred” Or “blacklisted” From Participating In The Government Bidding, Including Non-inclusion In The Consolidated Blacklisting Report Issued By Gppb; •each Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; •letter Authorizing The Bac Or Its Duly Authorized Representative/s To Verify Any Or All Of The Documents Submitted For Eligibility Check; •the Signatory Is The Duly Authorized Representative Of The Prospective Bidder And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts; •it Complies With The Responsibilities Of A Prospective Or Eligible Bidder Provided In The Pbd’s; •it Complies With Existing Labor Laws And Standards, In The Case Of Procurement Of Services; •it Is Not Related To The Head Of Procuring Entity (hope) Members Of The Bac, Twg And Secretariat And The Members Of The Pmo And The Designers Of The Project, By Consanguinity Or Affinity Up To The Third Civil Degree; •it Did Not Give Or Pay, Directly Or Indirectly, Any Commission, Amount, Fee Or Any Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. R)construction Methods S)construction Schedule / S-curve T)manpower Schedule U)equipment Utilization Schedule V)construction Safety And Health Program W)pert/cpm Second Envelope •financial Bid Form •bill Of Quantities And The Applicable Price Schedule •detailed Estimates •cash Flow Monthly/quarterly C.bids Must Be Delivered To The Address Given Below On Or Before February 27, 2025 From 8:00 Am Until 5:00 Pm At Bac Office Through Its Secretariat. D.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In Amount Stated In Itb. E.bids Will Be Opened On February 28, 2025 @ 9:00 Am/bac Office In The Presence Of The Bidder’s Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. F.the Barangay Local Government Unit Of Brgy. Bocawon, La Paz, Leyte Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. The Significant Date & Time Of The Procurement Activities Are Shown Below: 1.advertising / Posting Of Itb : Feb. 20 – 27, 2025 2.expression Of Interest / Submission Of Loi : Feb. 20 – 27, 2025 3.issuance And Availability Of Bidding Docs. : Feb. 20 – 27, 2025 4.pre-bid Conference : N/a 5.deadline Of Submission Of Bids : February 27, 2025 @ 5:00 Pm @ Bac Office 6.opening Of Bids : February 28, 2025 @ 9:00 Am @ Bac Office Created By: Joylene Dacatan Bac Secretariat (sgd.) Leah Narciso Bac Chairperson
City Of Cape Town Tender
Others
South Africa
Closing Date7 Mar 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Kitchen Appliances & Accessories Reference Number Gl12500563 Title Kitchen Appliances & Accessories Description 24 Each X White Tea Cups 230ml 24 Each X White Double Well Saucer 15cm 24 Each X White Euro Mug 340ml 24 Each X White Blanco Dinner Plate 27cm 24 Each X White Blanco Side Plate 20 Cm 24 Each X Hiball Glass 24 Each X Stainless Steel Butter Knives 24 Each X Stainless Steel Forks 24 Each X Stainless Steel Teaspoons 24 Each X Stainless Steel Dessert Spoons Specification* Material Porcelain Colour White Capacity 230 Liters Special Feature Microwave Safe Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo/ Dalene Number - 064 650 7865 These Items Are For Swat Unit And From There Cost Centre 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. * Material Porcelain Colour White Dimention 15cm Special Feature Microwave Safe Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material Porcelain Colour White Capacity 340 Liters Special Feature Microwave Safe Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material # Porcelain Colour # White Special Features Non Stick, Light Weight Shape # Rounde Dimensions # 27 Cm Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material ? Porcelain Colour ? White Special Features Non Stick, Light Weight Shape ? Rounde Dimensions ? 20cm Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material Glass Colour Transparent Capacity 330 Milliliters Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material Stainless Steel Colour Silver Length 220 Millimeters Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material Stainless Steel Colour Silver Dimensions 25 X 2 X 210 Millimetres Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material Stainless Steel Colour Silver Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 * Material Stainless Steel Colour Silver Dimensions 19l X 4w Centimetres Delivery Address - Fairway Close, 2nd Floor, Parow, Mweb Building Aa'esha Carloo - Contact Number - 064 650 7865 Delivery Date2025/03/31 Delivery Tocity Police - Maintenance Maintenance Planning Plant Delivery Address100 Fairway Close, Parow Contact Personaaesha Carloo Telephone Number0214444837 Cell Number0646507865 Closing Date2025/03/07 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 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.
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electrical and Electronics...+1Electrical Works
United States
Closing Date12 Feb 2025
Tender AmountRefer Documents
Description: Combined Synopsis Solicitation White River Junction Vamc Mri Ats Replacement
this Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued.
the Solicitation Number Is 36c24125q0246 And The Solicitation Is Issued As A Request For Quotation (rfq).
a Statement That The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2023-02.
this Requirement Is Being Issued As An Open Market, Veteran-owned Small Business Set-aside. The Associated Naics Code Is 335313, (switchgear And Switchboard Apparatus Manufacturing) With A Size Standard 1250 Employees.
the Government Intends To Award A Firm-fixed Price Award For The Full Replacement Of The Mri Automatic Transfer Switch Located At The White River Junction Vamc. Please See The Attached Performance Work Statement For Full Requirement Details. Please Complete The Price Schedule Below And Submit With The Quote Submission. the Contractor Shall Provide Full Replacement Of The Mri Automatic Transfer Switch Iaw The Attached Performance Work Statement (pws). Please See The Attached Pws For Full Requirement Details.
the Place Of Delivery Is White River Junction Vamc As Described Per The Pws.
provision At 52.212-1, Instructions To Offerors -- Commercial, Applies To This Acquisition In Addition To The Following Addenda S To The Provision: 52.252-1 Solicitation Provisions Incorporated By Reference (feb 1998); 52.204-7 System For Award Management (oct 2018); 52.204-16 Commercial And Government Entity Code Reporting (aug 2020); 52.229-11 Tax On Certain Foreign Procurements Notice And Representation (jun 2020), 852.215-70 Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors (jan 2023), 852.252-70 Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008), 852.273-70 Late Offers (nov 2021)
provision At 52.212-2, Evaluation -- Commercial Items, Applies To This Requirement. 52.212-3 Offer Representation And Certification-commercial Products And Commercial Services (dec 2022). submission Of Quotes: quotes Shall Be Received On Or Before The Date And Time Specified In Section (xv) Of This Solicitation. Note: Offers Received After The Due Date And Time Shall Not Be Considered.
offerors Shall Submit Their Quotes Electronically Via Email To Kenya Mitchell At Kenya.mitchell1@va.gov. quote Format: The Submission Should Be Clearly Indexed And Logically Assembled In Order Of The Evaluation Criteria Below. All Pages Of The Quote Shall Be Appropriately Numbered And Identified By The Complete Company Name, Date And Solicitation Number In The Header And/or Footer.
evaluation Process: award Shall Be Made To The Best Value, As Determined To Be The Most Beneficial To The Government. Please Read Each Section Below Carefully For The Submittals And Information Required As Part Of The Evaluation. Failure To Provide The Requested Information Below Shall Be Considered Non-compliant And Your Quote Could Be Removed From The Evaluation Process.
offeror Quotes Shall Be Evaluated Under Far Part 13.106-2(b) -- Evaluation Of Quotations Or Offers. Therefore, The Government Is Not Obligated To Determine A Competitive Range, Conduct Discussions With All Contractors, Solicit Final Revised Quotes, And Use Other Techniques Associated With Far Part 15. the Government Shall Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Shall Be Most Advantageous To The Government, Price And Other Factors Considered. sam: Interested Parties Shall Be Registered In System For Award Management (sam) As Prescribed In Far Clause 52.232-33. Sam Information Can Be Obtained By Accessing The Internet At Www.sam.gov Or By Calling 1-866-606-8220. Interested Parties Not Registered In Sam In Sufficient Time To Meet The Va S Requirement Will Be Ineligible To Receive A Government Contract. This Determination Will Be At The Discretion Of The Contracting Officer.
vista: The Va Utilizes Vista To Issue A Purchase Order And Liquidate Invoices. Failure To Register In Vista May Result In Exclusion From The Issuance Of A Va Contract. This Determination Will Be At The Discretion Of The Contracting Officer. Interested Parties With No Prior Va Contracts Can Request A Form 10091 At Any Time. please Include A Completed Copy Of The Provision At 52.212-3, Offeror Representations And Certifications -- Commercial Items, With Your Offer Via The Sam.gov Website Or A Written Copy.
clause 52.212-4, Contract Terms And Conditions -- Commercial Items (dec 2022), Applies To This Acquisition In Addition To The Following Addenda S To The Clause: 52.252-2 Clauses Incorporated By Reference (feb 1998), 52.204-13 System For Award Management Maintenance (oct 2018), 52.204-18 Commercial And Government Entity Code Maintenance (aug 2020), 52.217-9 Option To Extend The Term Of The Contract (mar 2000), 52.232-40 Providing Accelerated Payments To Small Business Subcontractors (mar 2023), 852.203-70 Commercial Advertising (may 2018), 852.215-70 Service-disabled Veterans-owned And Veteran-owned Small Business Evaluation Factors (jan 2023), 852.215-71 Evaluation Factor Commitments (oct 2019), , 852.232-72 Electronic Submission Of Payment Requests (nov 2018), 852.241-71 Administrative Contracting Officer (oct 2020).
subcontracting Commitments - Monitoring And Compliance this Solicitation Includes Vaar 852.215-70, Service-disabled Veteran-owned And Veteran-owned Small Business Evaluation Factors, And Vaar 852.215-71, Evaluation Factor Commitments. Accordingly, Any Contract Resulting From This Solicitation Will Include These Clauses. The Contractor Is Advised In Performing Contract Administration Functions, The Co May Use The Services Of A Support Contractor(s) To Assist In Assessing Contractor Compliance With The Subcontracting Commitments Incorporated Into The Information Protection And Non-disclosure And Disclosure Of Conflicts Of Interest Agreement To Ensure The Contractor's Business Records Or Other Proprietary Data Reviewed Or Obtained In The Course Of Assisting The Co In Assessing The Contractor For Compliance Are Protected To Ensure Information Or Data Is Not Improperly Disclosed Or Other Impropriety Occurs. Furthermore, If Va Determines Any Services The Support Contractor(s) Will Perform In Assessing Compliance Are Advisory And Assistance Services As Defined In Far 2.101, Definitions, The Support Contractor(s) Must Also Enter Into An Agreement With The Contractor To Protect Proprietary Information As Required By Far 9.505-4, Obtaining Access To Proprietary Information, Paragraph (b). The Contractor Is Required To Cooperate Fully And Make Available Any Records As May Be Required To Enable The Co To Assess The Contractor Compliance With The Subcontracting Commitments.
clause At 52.212-4 Contract Terms And Conditions Commercial Products And Commercial Services, Applies To This Acquisition And In Addition To The Following Far Clauses Cited, Which Are Also Applicable To The Acquisition: 52.204-10, 52.209-6, 52.219-6, 52.219-28, 52.222-3, 52.222-21, 52.222-26, 52.222-36, 52.222-50, 52.223-18,52.225-13, 52.232-33, 52.222-41, 52.222-42, 52.222-43 (wage Determination Applicable Vermont Windsor County Wd #2015-4139 Rev 22 122722 Posted On Sam.gov), 52.222-55, 52.222-62
all Contract Requirement(s) And/or Terms And Conditions Are Stated Above.
the Defense Priorities And Allocations System (dpas) And Assigned Rating Are Not Applicable To This Requirement.
rfq Responses Are Due Wednesday, 12 February 2025 By 5:00 Pm Est. Rfq Responses Must Be Submitted Via Email To: Kenya Mitchell At Kenya.mitchell1@va.gov. Hand Deliveries Shall Not Be Accepted.
the Pocs Of This Solicitation Is Kenya Mitchell At Kenya.mitchell1@va.gov price Schedule item Number
description Of Supplies/services
quantity
unit unit Price
amount
base Year
mri Automatic Transfer Switch Replacement
1
jb past Performance Worksheet
1. Name Of Contracting Activity, Government Agency, Commercial Firm Or Other Organization:
2. Contracting Activity Address:
3. Contract Number:
4. Date Of Contract Award:
5. Beginning Date Of Contract:
6. Completion Date Of Contract:
7. Contract Value:
8. Type Of Contract:
9a. Technical Point Of Contact: 9b. Contracting Point Of Contact:
name:
name:
title:
title:
address:
address:
telephone:
telephone:
email:
email:
10. Place Of Performance:
11. Description Of Work (use A Continuation Sheet If Necessary):
12. List Any Commendations Or Awards Received: 13. List Of Major Subcontractors: performance Work Statement
department Of Veterans Affairs
performance Work Statement
project Name: Mri Ats Replacement place Of Performance:
163 Veterans Drive
white River Junction Vt 05001 period Of Performance:
45 Days Aro project Scope
1. Work Is To Include Full Replacement Of The Mri Automatic Transfer Switch. Contractor Will Remove Ats #5 And Replace With Owner Furnished Larger More Capable Ats To Handle The Ups And Mri Load. The Old Ats Will Be Removed, And The Va Will Take It Away And Store It. Contractor Will Be Responsible For Installing The Necessary Pipe Wire And Any Other Materials Such As Breakers And Anything Else Needed To Install The New Ats. The Contractor Will Be Responsible For Testing And Programming As Needed To Put The New Ats In Service And Functional. Va Has Asked That Asco Be The Contractor That Is On Site To Help Do The Testing And Making Sure That Timing And Settings Are Correct Before It S Put Back Into Service. This Work Will Involve Scheduling With Htm And Radiology So That Patient Care Is Not Affected Along With Any Damages That May Accrue With The Mri Magnet. Htm Will Need To Contact Siemens To Do The Necessary Maintenance, So The Magnet Doesn T Quench. 2. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occurs Because Of The Technicians Fault Or Negligence. 3. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract. 4. Existing Site Conditions. Service Will Occur Within The... The Project Will Take Place In An Occupied Healthcare Facility And The Design/build Activities Will Require The Service To Be Phased In Such A Way As To Minimize Impact To Staff And Patients. Infection Control Measures Will Be Always Required As Defined In Icra Assessment. Service Activity Will Require Constant Coordination With Va Personnel. 5. Work Shall Be Completed In Conformance With The Time Schedule Requested By The Va Contracting Officer S Representative (cor) Or Resident Engineer (re). The Contractor Is Solely Responsible For Preparing All Necessary Regulatory Notifications To Meet The Time Schedule. tasks And Requirements
general Contractor Requirements
the Technician Will Install And Make The Necessary Repairs To Assure That The Ats Will Function Under Normal Conditions And Work Properly When The Work Is Complete. period Of Performance
[anticipated Period Of Performance Is Not Expected To Extend Construction Completion Date And Not Require An Extension To Contract Period Of Performance. Notify The Va Of Any Exceptions Before Submitting Proposal For Increase To Cost Or Changes To Project Schedule.] work Schedule 1. Normal Working Hours Are From 7:30 Am To 4:30 Pm. Can Be Flexible Upon Request.
2. Work Performed After Hours: If Necessary To Avoid Patient Care Scheduling.
3. To Maintain Schedule, Work Performed Over The Weekend, May Be Allowed. Contractor To Coordinate These Efforts With Va Cor With A Minimum 48-hour Notice. the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: privacy Statement
information Security the Certification And Authorization Requirements Do Not Apply; A Security Accreditation Package Is Not Required. Incidental Exposure To Protected Health Information May Occur From Accessing The Work Site. Contractor Personnel Will Follow All Va Privacy & Security Policies And Procedures. records Management Language For Statement Of Work (sow): the Following Standard Items Relate To Records Generated In Executing The Contract And Should Be Included In A Typical Procurement Contract: citations To Pertinent Laws, Codes, And Regulations Such As 44 U.s.c Chapters 21, 29, 31 And 33; Freedom Of Information Act (5 U.s.c. 552); Privacy Act (5 U.s.c. 552a); 36 Cfr Part 1222 And Part 1228. contractor Shall Treat All Deliverables Under The Contract As The Property Of The U.s. Government For Which The Government Agency Shall Have Unlimited Rights To Use, Dispose Of, Or Disclose Such Data Contained Therein As It Determines To Be In The Public Interest. contractor Shall Not Create Or Maintain Any Records That Are Not Specifically Tied To Or Authorized By The Contract Using Government It Equipment And/or Government Records. contractor Shall Not Retain, Use, Sell, Or Disseminate Copies Of Any Deliverable That Contains Information Covered By The Privacy Act Of 1974 Or That Which Is Generally Protected By The Freedom Of Information Act. contractor Shall Not Create Or Maintain Any Records Containing Any Government Agency Records That Are Not Specifically Tied To Or Authorized By The Contract. the Government Agency Owns The Rights To All Data/records Produced As Part Of This Contract. the Government Agency Owns The Rights To All Electronic Information (electronic Data, Electronic Information Systems, Electronic Databases, Etc.) And All Supporting Documentation Created As Part Of This Contract. Contractor Must Deliver Sufficient Technical Documentation With All Data Deliverables To Permit The Agency To Use The Data. contractor Agrees To Comply With Federal And Agency Records Management Policies, Including Those Policies Associated With The Safeguarding Of Records Covered By The Privacy Act Of 1974. These Policies Include The Preservation Of All Records Created Or Received Regardless Of Format [paper, Electronic, Etc.] Or Mode Of Transmission [e-mail, Fax, Etc.] Or State Of Completion [draft, Final, Etc.]. no Disposition Of Documents Will Be Allowed Without The Prior Written Consent Of The Contracting Officer. The Agency And Its Contractors Are Responsible For Preventing The Alienation Or Unauthorized Destruction Of Records, Including All Forms Of Mutilation. Willful And Unlawful Destruction, Damage Or Alienation Of Federal Records Is Subject To The Fines And Penalties Imposed By 18 U.s.c. 2701. Records May Not Be Removed From The Legal Custody Of The Agency Or Destroyed Without Regard To The Provisions Of The Agency Records Schedules. contractor Is Required To Obtain The Contracting Officer's Approval Prior To Engaging In Any Contractual Relationship (sub-contractor) In Support Of This Contract Requiring The Disclosure Of Information, Documentary Material And/or Records Generated Under, Or Relating To, This Contract. The Contractor (and Any Sub-contractor) Is Required To Abide By Government And Agency Guidance For Protecting Sensitive And Proprietary Information.
Province Of Eastern Samar Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 3.6 Million (USD 62.3 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 Brgy. Hall Phase 1 Brgy. G, Borongan City, Eastern Samar 1. The Provincial Government Of Eastern Samar, Through The 20% Edf 2025 Intends To Apply The Sum Of Three Million Six Hundred Four Thousand Nine Hundred Eighty Two Pesos & 46/100 Only (php1,983,973.25) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Itb No. 2025-02-084 Construction Of Brgy. Hall Phase 1, Brgy. G, 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(1)- Occupational Safety And Health Program (5.65 Month), Item No. B.9 – Mobilization/demobilization (1.00 L.s.), Item No. 800(1) – Clearing And Grubbing (100.00 Sq.m.), Item No. 803(1)a – Structure Excavation (common Soil) (21.60 Cu.m.), Item No. 803(3) – Foundation Fill (4.61 Cu.m.), Item No. 900(1) – Structural Concrete (52.50 Cu.m.), Item No. 902(1) – Reinforcing Steel, Grade 40 (12,513.27 Kg), Item No. 903(2) – Formworks And Falseworks (169.83 Sq.m.), Item No. 1046(2)a1 – 100mm Chb Non Load Bearing (including Reinforcing Steel) (81.65 Sq.m.), Item No. 1027(1) – Cement Plaster Finish (333.13 Sq.m.), Item No. 1003(15)c – Precast Moulding (concrete) (75.05 L.m.), Item No. 1018(1) – Glazed Tiles & Trim (81.73 Sq.m.), Item No. 1018(2) – Unglazed Tiles (14.00 Sq.m.), Item No. 1016(1)b – Water Proofing, Liquid (91.00 Sq.m.), Item No. 1032(1)a – Painting Works (masonry Painting) (333.13 Sq.m.), Item No. 1007(1)b – Aluminum Framed Glass Door (swing Type) (4.20 Sq.m.), Item No. 1010(2)a – Hollow Core Flush Door (3.78 Sq.m.), Item No. 1010(2)b – Wooden Panel Door (4.20 Sq.m.), Item No. 1008(1)c – Aluminum Glass Windows (awning Type) (9.72 Sq.m.), Item No. 1001(1)a3 – Pvc Pipes & Fittings (100mm Φ) (80.00 Li.m.), Item No. 1002(24) – Cold Water Lines (1.00 L.s.), Item No. 1100(30)a – Conduits, Boxes & Fittings (conduit Works) (1.00 L.s.), Item No. 1101(3) – Wires And Wiring Devices (1.00 L.s.), Item No. 1103(1) – Lighting Fixtures And Lamps (10.00 Set), Item No. 1002(7)a – Water Closet, Round Front, Complete (2.00 Set0, Item No. 1002(14)a – Lavatory, Wall Hung, Complete (2.00 Set), Item No. Spl-1 – Septic Tank (1.00 Lot), Completion Of The Works Is Required Within 170 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 03, 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 17, 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
8381-8390 of 8660 archived Tenders