Advertisement Tenders
Advertisement Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Healthcare and Medicine...+1Machinery and Tools
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Products And Commercial Services Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, Streamlined Procedures For Evaluation And Solicitation For Commercial Products And Commercial Services, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotes Are Being Requested, And A Written Solicitation Document Will Not Be Issued.
this Solicitation Is Issued As An Rfq. The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02 (effective 01/03/2025).
this Solicitation Is Set-aside For Service-disabled Veteran-owned And Veteran-owned Small Businesses.
the Associated North American Industrial Classification System (naics) Code For This Procurement Is 333415 Air-conditioning And Warm Air Heating Equipment And Commercial And Industrial Refrigeration Equipment Manufacturing. The Small Business Size Standard Of 1,250 Employees. The Fsc/psc Is 4420, Heat Exchangers And Steam Condensers.
the Department Of Veterans Affairs, Network Contracting Office 12 (nco 12), Veterans Integrated Services Network 12 (visn 12), Edward J. Hines, Jr. Va Hospital Located At 5000 S. 5th Avenue, Hines, Il, 60141-3030 Has A Requirement Has A Requirement For Two Vertical Split-coupled In-line Pumps. Pumps Will Provide Hot Water To The Air Handler That Provides Air Conditioning To The Acute Surgery Wing Of The Hospital. Additionally, The Hot Water Is Used For Humidity Control As Well As Space Heating For The Surgical Wing. Requirement Is For The Purchase Of The Pumps Only. No Installation Is Required.
all Interested Companies Shall Provide Quotations For The Following:
schedule Of Supplies
brand Name Or Equal To Taco Comfort Solutions, Ks Series, Model: 3009d, 1760 Rpm
line Item
product Number
description
qty
unit Of Measure
unit Price
0001
ks3009d
3" Taco Pump 7.80" Imp 7-1/2hp 1750 213 Frame
2
ea
salient Characteristics
common Nomenclature (commercial Description):
vertical Split-coupled In-line Pump
kind Of Material (i.e., Type, Grade, Alternatives, Etc.):
steel And Cast Iron
electrical Data (i.e., 110 V, 60 Hz, 3 Ph, Etc.):
208-230/460, 3-phase, 60 Hz
dimensions, Size, Capacity:
15 Horsepower, 3 Piping System
principles Of Operation:
vertical Split Pump
restrictive Environmental Conditions:
indoor Mechanical Room
intended Use:
pressurized Climate Control System
period Of Performance
all Equipment Will Be Delivered Within 60 Days From Receipt Of Award.
place Of Performance/place Of Delivery
all Equipment Will Be Delivered F.o.b. Destination At No Cost To The Government.
address:
edward J. Hines, Jr. Va Hospital
5000 S. 5th Avenue
hines, Il
postal Code:
60141-3030
country:
united States
the Full Text Of Far Provisions Or Clauses May Be Accessed Electronically At Http://acquisition.gov/comp/far/index.html.
the Following Solicitation Provisions Apply To This Acquisition:
far 52.212-1, Instructions To Offerors-commercial Products And Commercial Services (sep 2023)
refer To Attachment 2 Addendum To Far 52.212-1 Instructions To Offerors--commercial Products And Commercial Services
far 52.252-1, Solicitation Provisions Incorporated By Reference (feb 1998)
far 52.204-7, System For Award Management (nov 2024)
far 52.204-16, Commercial And Government Entity Code Reporting (aug 2020)
far 52.204-20, Predecessor Of Offeror (aug 2020)
far 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment (nov 2021)
far 52.204-29, Federal Acquisition Supply Chain Security Act Orders-representation And Disclosures (dec 2023)
far 52.211-6, Brand Name Or Equal (aug 1999)
far 52.214-21, Descriptive Literature (apr 2002), Alternate I (jan 2017)
far 52.225-18, Place Of Manufacture (aug 2018)
vaar 852.252-70, Solicitation Provisions Or Clauses Incorporated By Reference (jan 2008)
end Of Addendum To 52.212-1
far 52.212-2, Evaluation-commercial Items (nov 2021)
far 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services (may 2024)
offerors Must Complete Annual Representations And Certifications Electronically Via The System For Award Management (sam) Website Located At Https://www.sam.gov/portal In Accordance With Far 52.212-3, Offerors Representations And Certifications Commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required.
the Following Contract Clauses Apply To This Acquisition:
far 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services (nov 2023)
addendum To Far 52.212-4
far 52.252-2, Clauses Incorporated By Reference (feb 1998)
far 52.204-13, System For Award Management Maintenance (oct 2018)
far 52.204-18, Commercial And Government Entity Code Maintenance (aug 2020)
vaar 852.203-70, Commercial Advertising (may 2018)
vaar 852.211-70, Equipment Operation And Maintenance Manuals (nov 2018)
vaar 852.219-73, Va Notice To Total Set-aside For Certified Service-disabled Veteran-owned
small Businesses (jan 2023) (deviation)
vaar 852.219-76, Va Notice Of Limitations On Subcontracting Certificate Of Compliance For Supplies And Products (jan 2023) (deviation)
vaar 852.232-72, Electronic Submission Of Payment Requests (nov 2018)
vaar 852.242-71, Administrative Contracting Officer (oct 2020)
vaar 852.246-71, Rejected Goods (oct 2018)
vaar 852.247-71, Delivery Location (oct 2018)
vaar 852.247-74, Advance Notice Of Shipment (oct 2018)
end Of Addendum To 52.212-4
far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders-commercial Products And Commercial Services (jan 2025)
invoicing
the Contractor Will Submit Each Invoice Online, Including All Back-up Data, To Va S Electronic Invoice Presentment And Payment System. The Financial Services Center (fsc) Uses A Third-party Contractor, Tungsten, To Transition Vendors From Paper To Electronic Invoice Submission. Please Go To This Website: Http://www.tungsten-network.com/us/en/veterans-affairs/ To Begin Submitting Electronic Invoices, Free Of Charge.
vendor E-invoice Set-up Information:
please Contact Tungsten At The Phone Number Or Email Address Listed Below To Begin Submitting Your Electronic Invoices To The Va Financial Services Center For Payment Processing, Free Of Charge. If You Have Question About The E-invoicing Program Or Tungsten, Please Contact The Fsc At The Phone Number Or Email Address Listed Below:
tungsten E-invoice Setup Information: 1-877-489-6135
tungsten E-invoice Email: Va.registration@tungsten-network.com
fsc E-invoice Contact Information: 1-877-353-9791
fsc E-invoice Email: Vafsccshd@va.gov
additional Information Can Be Found At Http://www.fsc.va.gov/einvoice.asp.
all Quoters Shall Submit The Following: Refer To Attachment 1: Tailored Far 52.212-1 Instructions To Offerors Commercial Products And Commercial Services
all Quotes Shall Be Sent To The Contracting Officer At Stacy.massey@va.gov.
evaluation
award Will Be Based Upon A Comparative Evaluation Of Quotes In Accordance With The Simplified Acquisition Procedures Of Far 13. Comparative Evaluation Is The Side By Side Pairwise Comparison Of Quotes Based On Price And Other Factors Resulting In A Contracting Officer S Decision For The Quote That Is Most Favorable To The Government. Refer To Attachment 2: Tailored 52.212-2 Evaluation Commercial Products And Commercial Services.
the Following Are The Decision Factors:
technical Features
speed Of Delivery
warranty/extended Warranty
price
the Award Will Be Made To The Response Most Advantageous To The Government. Responses Should Contain Your Best Terms, Conditions.
to Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows:
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition."
or
"the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:"
quoters Shall List Exception(s) And Rationale For The Exception(s), If Any.
submission Of Your Response Shall Be Received Not Later Than 5:00pm On February 13, 2025. Responses Should Be Sent To The Contracting Officer, Stacy Massey At Stacy.massey@va.gov. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f).
any Questions Or Concerns Regarding This Solicitation Should Be Forwarded In Writing Via E-mail To The Point Of Contact Listed Below.
point Of Contact
stacy Massey
contracting Officer
network Contracting Office 12
stacy.massey@va.gov
Closing Date13 Feb 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Others
Canada
Description: 21301-25-4951554 Elder Services – Wilfred Campbell An Advanced Contract Award Notice (acan) Is A Public Notice Indicating To The Supplier Community That A Department Or Agency Intends To Award A Contract For Goods, Services Or Construction To A Pre-identified Supplier, Thereby Allowing Other Suppliers To Signal Their Interest In Bidding, By Submitting A Statement Of Capabilities. If No Supplier Submits A Statement Of Capabilities That Meets The Requirements Set Out In The Acan, On Or Before The Closing Date And Time Stated In The Acan, The Contracting Officer May Then Proceed With The Award To The Pre-identified Supplier. 1. Definition Of The Requirement: The Correctional Service Of Canada (csc), As Part Of The Criminal Justice System And Respecting The Rule Of Law, Contributes To Public Safety By Actively Encouraging And Assisting Offenders To Become Law-abiding Citizens, While Exercising Reasonable, Safe, Secure And Humane Control. Csc Is Committed To Providing Programs And Opportunities To Meet The Needs Of Indigenous Offenders. Csc Is Legislated To Provide Indigenous Offenders With The Opportunity To Further Develop Their Understanding Of Traditional Indigenous Culture And Beliefs. The Elder Exposes Indigenous Offenders To Traditional Indigenous Ways Of Life, Based On Their Own Teachings, Through Teachings, Counselling And Traditional Ceremonies And Practices, Individually And/or In Groups, For The Benefit Of Both Offenders And Staff. The Term “elder” Means Any Person Recognized By The Indigenous Community As Having Knowledge And Understanding Of The Traditional Culture Of The Community, Including The Ceremonies, Protocols, Teachings And Healing Techniques, According To The Beliefs And Social Traditions Of Their Communities. 1.1 Objectives: Assist Indigenous Offenders, In Their Traditional Healing Journey, To Further Develop An Understanding Of Traditional Indigenous Culture Through Teachings, Guidance, Counselling, And Use Traditional Ceremonies And Practices To Promote Healing And Balance. 1.2 Tasks: The Elder Must Provide The Following Services: 1.2.1 Ceremonial And Spiritual Services: The Elder Must Provide (in-group Or Individual) Counseling, Teachings And Ceremonial Services To Indigenous Offenders. This Includes The Following: Providing Guidance And Teachings Through Group Sessions (circles) And Individual Discussions To Offenders In The Institution. Conducting Spiritual Services And Various Traditional Ceremonies Based On The Elder's Teachings. Assisting Offenders Following A Healing Path In Support Of Their Correctional Plan. Elders May Be Requested, By Agreement, To Escort Offenders On Escorted Temporary Absences (etas) For Ceremonial And Other Spiritual Purposes. 1.2.2 Advice And Guidance: The Elder Must, Upon Request: Provide Advice/information To Staff And Management, Locally, Regionally And Nationally On Issues Of Indigenous Spirituality And Cultural Practices. Introduce Institutional Staff To Various Elements Of Traditional Spirituality As Deemed Appropriate Based On Their Teachings. Provide Advice To The Institutional Head Regarding Ceremonies, Ceremonial Objects, Traditional Practices And Protocols, Traditional Medicines, Or Sacred Ground Within The Institution Including The Collection And Storage Of Ceremonial Objects And Traditional And Ceremonial Medicines. 1.2.3 Case Management: The Elder Must: Participate In Case Conferences As Requested. Provide Verbally To The Case Management Team, As Requested, Information Regarding The Offender's Participation In A Healing Path As Requested As Part Of The Offender's Progress Report. This May Include Progress On An Offender's Participation In Pathways, In Indigenous Correctional Programs, Or In Other Cultural And Spiritual Activities As Appropriate. Upon Receiving A Referral/request From The Case Management Team, The Elder Must Provide Initial Information And Updates Verbally Or In Writing To The Indigenous Liaison Officer Or Parole Officer For Documentation Which May Include Initial Observations; Whether The Offender Has Agreed To Continue Working With The Elder Through Indigenous Specific Interventions; The Offender’s Progress In Addressing Their Needs As Well As Information About An Offender's Readiness For The Possible Transition Into The Community. 1.2.4 Regional And National Meetings: The Elder May Be Asked To Provide Advice, Guidance, Information, Or Recommendations Regionally Or Nationally On Issues Of Indigenous Spirituality And Cultural Practices. If Applicable, This May Also Include Participation, By Agreement, On Regional Or National Advisory Bodies, Such As The National Elders Working Group, Or The National Indigenous Advisory Committee. 1.3 Expected Results: Provision Of Indigenous Programs And Elder Services To The Offender Population. 1.4 Reporting And Communications: The Elder, With The Assistance And Coordination Of The Indigenous Liaison Officer Or Parole Officer, Must Report To The Technical Authority On A Monthly Basis By Providing A Summary Of The Tasks And Hours Completed On The Elder Tasks – Weekly Summary And Elder Tasks – Bi-weekly Summary/invoice Provided By The Technical Authority. 1.5 Paper Consumption: A. Should Printed Material Be Required, Double Sided Printing In Black And White Format Is The Default Unless Otherwise Specified By The Project Authority. B. The Contractor Must Ensure Printed Material Is On Paper With A Minimum Recycled Content Of 30% And/or Certified As Originating From A Sustainably Managed Forest. C. The Contractor Must Recycle Unneeded Printed Documents (in Accordance With Security Requirements). 1.6 Constraints: 1.6.1 Location Of Work: A. The Contractor Must Perform The Work At : • Archambault Institution (med) 242 Gibson Boulevard, Sainte-anne-des-plaines, Qc J5n 1v8 B. Travel • No Travel Is Anticipated For Performance Of The Work Under This Contract. 1.6.2 Language Of Work: The Contractor Must Perform All Work In English. 1.6.3 Security Requirements: This Contract Includes The Following Security Requirements: 1. The Contractor Personnel Requiring Access To Protected Information, Assets Or Sensitive Work Site(s) Must Each Hold A Valid Reliability Status, Granted Or Approved By Correctional Services Canada (csc). 2. The Contractor Must Not Remove Any Protected Information Or Assets From The Identified Work Site(s), And The Contractor Must Ensure That Its Personnel Are Made Aware Of And Comply With This Restriction. 3. Subcontracts Which Contain Security Requirements Are Not To Be Awarded Without The Prior Written Permission Of Csc. 4. The Contractor Must Comply With The Provisions Of The: A) Security Requirements Check List, Described In Annex C. 2. Criteria For Assessment Of The Statement Of Capabilities (minimum Essential Requirements): Any Interested Supplier Must Demonstrate By Way Of A Statement Of Capabilities That It Meets The Following Requirements: The Supplier Must Be Recognized By Their Community As An Elder/cultural Advisor Within That Community. The Supplier Must Have A Minimum Of Five (5) Years Of Experience Obtained In The Past 10 Years Prior To The Acan Closing Date In Delivering Spiritual And Cultural Services And Teachings To Indigenous People. This Experience Must Include: ? Providing Counselling And Guidance According To The Traditions And Teachings Of Their Own Community; And ? Being Familiar With And Able To Conduct A Variety Of Ceremonies With A Focus On Healing According To Their Own Teachings. The Supplier Must Be Familiar With And Able To Provide Guidance To Staff And Offenders Regarding The Protocols Surrounding The Use, Disposition, And Searching Of Traditional Medicines And Spiritual Effects. The Supplier Must Meet With A Circle Of Elders Already Under Contract With Csc Where They Will Be Able To Share Their Experiences And Where The Elders Will Be Able To Determine The Validity Of The Statement Of Capabilities. Csc Reserves The Right, At Its Own Discretion, To Request That Suppliers Provide A Reference Letter And/or Resume, In Addition To Their Statement Of Capabilities, To Support The Knowledge And Experience Claimed. 3. Applicability Of The Trade Agreement(s) To The Procurement This Procurement Is Not Subject To Any Trade Agreement. 4. Set-aside Under The Procurement Strategy For Indigenous Business This Procurement Is Set-aside For An Indigenous Supplier In Accordance With The Government Procurement Strategy For Indigenous Business (psib). Therefore, Only Suppliers Who Meet The Definition Of An Indigenous Business, As Defined In The Psib, May Submit A Statement Of Capabilities. This Restriction Does Not Apply To Contracts With Individuals Who Are Elders. 5. Comprehensive Land Claims Agreement(s) This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. 6. Justification For The Pre-identified Supplier There Is A Limited Number Of Suppliers Available To Provide Elder Services To Meet The Reintegration Needs Of Csc Indigenous Offenders. The Pre-identified Supplier Meets All Of The Minimum Essential Requirements Described In This Acan. 7. Government Contracts Regulations Exception(s) The Following Exception To The Government Contracts Regulations Is Invoked For This Procurement Under Subsection: (d) Only One Person Is Capable Of Performing The Contract. 8. Exclusions And/or Limited Tendering Reasons This Procurement Is Not Subject To Any Trade Agreement. 9. Ownership Of Intellectual Property There Are No Intellectual Property Terms In The Contract. 10. Period Of The Proposed Contract Or Delivery Date The Proposed Contract Is For A Period Of 14 Months, From February 3rd, 2025 To March, 31, 2026 With An Option To Extend The Contract For 1 Additional One-year Periods. 11. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $ 243 519.30 (gst/hst Extra). 12. Name And Address Of The Pre-identified Supplier Name: Wilfred Campbell Address: Contractor’s Place Of Business 13. Suppliers' Right To Submit A Statement Of Capabilities Suppliers Who Consider Themselves Fully Qualified And Available To Provide The Goods, Services Or Construction Services Described In The Acan, May Submit A Statement Of Capabilities In Writing To The Contact Person Identified In This Notice On Or Before The Closing Date And Time Of This Notice. The Statement Of Capabilities Must Clearly Demonstrate How The Supplier Meets The Advertised Requirements. 14. Closing Date And Time For A Submission Of A Statement Of Capabilities The Closing Date And Time For Accepting Statements Of Capabilities Is January, 13, 2025 At 2:00 Pm Est. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Eloïse Clément-ferland Regional Officer, Contracting And Materiel Services | Regional Service Center Correctional Service Canada Telephone: 514-234-6283 E-mail: Eloise.clement@csc-scc.gc.ca
Closing Date13 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Road Construction
Germany
Description: Contract notice - general guidelines, standard rules Open procedure (construction work) Development of Nbg southwest of the Westring Road construction, drainage, water supply Development of Nbg southwest of the Westring The town of Seligenstadt intends to develop the new building area ... Further development of Nbg southwest of the Westring Road construction, drainage, water supply Development of Nbg southwest of the Westring The town of Seligenstadt intends to develop the new building area "south of the Westring". The residential area development is being handled by Terramag GmbH, Westbahnhofstrasse 36, 63450 Hanau, as trustee of the town of Seligenstadt. The planning area "south of the Westring" is located on the southwest edge of the existing development in the town of Seligenstadt and adjoins the existing development to the north and northwest. The planned access roads connect to the "westring" and the "dr.-hermann-neubauer-ring". To the east, the planning area is bordered by a railway line, to the south by existing farm roads. To the south, bordering the "westring" are areas used for agriculture. In the center of the planning area is a nursery with a residential building. Parts of the business buildings were demolished. The residential building and small parts of the business buildings will be preserved and will continue to be inhabited or operated. The planning area has a total area of approx. 15.3 hectares. The external development of the residential area takes place via the "westring", the "dr.-hermann-neubauer-ring" and the "planstraße 10". To connect the northern part of the new development area to the "westring", the "westring" in the area adjacent to the planning area will be expanded and widened in the same way as the adjacent existing buildings. As part of this, a combined pedestrian and cycle path will be created on the south side of the "westring". The entire geometry of the area of the "westring" to be expanded will seamlessly connect to the existing cross-section of the "westring". This applies to both the traffic and the adjacent areas. Access roads (planstraße 1, 2, 3, 4.1 + 4.2, 5, 6, 7.1 + 7.2, 8.1 + 8.2 and 10) will be built for internal development. The residential area will be connected to the existing buildings on foot via footpaths 1 to 4, as well as via cul-de-sacs 4 and 5. The northernmost part of the "schachenweg" (up to the "babenhäuser Weg" junction) will be expanded as "planstraße 10" as part of the development measure. For the development of the residential area, the following services are to be carried out for the city/municipal utilities of Seligenstadt am Main, represented by Terramag GmbH: - Sewer construction - Water pipe construction - Road construction - Street lighting construction and installation work - Civil engineering work Gas supply For the development of the residential area, the following services are to be carried out for suppliers, on their behalf and for their account: - Electricity supply (energienetze Offenbach GmbH) The services advertised in the list of services were only awarded in their entirety to the most economically advantageous bidder. The contract is awarded separately for each trade: - sewer construction (terramag GmbH, trustee of the city of Seligenstadt am Main) - water pipe construction (terramag GmbH, trustee of the city of Seligenstadt am Main) - road construction (terramag GmbH, trustee of the city of Seligenstadt am Main) - street lighting construction and installation work (terramag GmbH, trustee of the city of Seligenstadt am Main) - civil engineering work for gas supply (terramag GmbH, trustee of the city of Seligenstadt am Main) - electricity supply (energienetze Offenbach GmbH) The area is supplied with telecommunications by the suppliers. The required services, unless provided for in the list of services, are negotiated directly by the suppliers. The aim is for the suppliers to also commission the development work on the above-mentioned site. If the suppliers and the company cannot reach an agreement, the suppliers can commission a third party. The coordination of the individual trades during the construction process is to be carried out by the contractor. A corresponding item for the coordination effort is provided for in the Oz of the service specifications.
Closing Date18 Feb 2025
Tender AmountRefer Documents
Municipality Of Monkayo, Compostela Valley Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Catering Services For Peso 1. The Municipality Of Monkayo, Through The Trust Fund 2025 Intends To Apply The Sum Of Two Hundred Nineteen Thousand, Six Hundred Pesos Only (php 219,600.00) Being The Abc To Payments Under The Contract For Procurement Of Catering Services For Peso / Pb-2025-013. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference January 14, 2025 Advertising/ Posting Of Invitation To Bid January 15, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 16, 2025 (8:00 Am To 5:00 Pm) To January 23, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission January 23, 2025 (1:00 Pm) Opening Of Bids January 23, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 (8:00 Am-5:00 Pm) To January 23, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before January 23, 2025 Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On January 23, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 15, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Date23 Jan 2025
Tender AmountPHP 219.6 K (USD 3.7 K)
Municipality Of Monkayo, Compostela Valley Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Forty-one (41) Sacks Of Well-milled Rice For Pnp 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of One Hundred Twenty-three Thousand Pesos Only (php 123,000.00) Being The Abc To Payments Under The Contract For Procurement Of Forty-one (41) Sacks Of Well-milled Rice For Pnp / Pb-2025-006. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference January 14, 2025 Advertising/ Posting Of Invitation To Bid January 15, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 16, 2025 (8:00 Am To 5:00 Pm) To January 23, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission January 23, 2025 (1:00 Pm) Opening Of Bids January 23, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 (8:00 Am-5:00 Pm) To January 23, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before January 23, 2025 Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On January 23, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 15, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Date23 Jan 2025
Tender AmountPHP 123 K (USD 2.1 K)
Municipality Of Monkayo, Compostela Valley Tender
Others
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Token / Service Ring For Lgu-employees (30 Years In Service) 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of Three Hundred Twenty-seven Thousand Pesos Only (php 327,000.00) Being The Abc To Payments Under The Contract For Procurement Of Token / Service Ring For Lgu-employees (30 Years In Service) / Pb-2025-008. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference January 14, 2025 Advertising/ Posting Of Invitation To Bid January 15, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 16, 2025 (8:00 Am To 5:00 Pm) To January 23, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission January 23, 2025 (1:00 Pm) Opening Of Bids January 23, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 16, 2025 (8:00 Am-5:00 Pm) To January 23, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before January 23, 2025 Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On January 23, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 15, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Municipal Hall Building, J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Date23 Jan 2025
Tender AmountPHP 327 K (USD 5.5 K)
Municipality Of Monkayo, Compostela Valley Tender
Solid Waste Management
Philippines
Details: Description Republic Of The Philippines Province Of Davao De Oro Municipality Of Monkayo Invitation To Bid For Procurement Of Parts For Repair And Maintenance Of Garbage Compactor 1. The Municipality Of Monkayo, Through The General Fund 2025 Intends To Apply The Sum Of Ninety-nine Thousand, Six Hundred Pesos Only (php 99,600.00) Being The Abc To Payments Under The Contract For Procurement Of Parts For Repair And Maintenance Of Garbage Compactor / Pb 2025-021. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Monkayo, Davao De Oro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By (15) Days. Bidders Should Have Completed, Within (1) Year From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 3. The Summary Of The Bidding Activities Is As Follows: Pre - Procurement Conference N/a Advertising/ Posting Of Invitation To Bid January 20, 2025 Pre - Bid Conference N/a Issuance And Availability Of Bid Documents January 21, 2025 (8:00 Am To 5:00 Pm) To January 28, 2025 (8:00 Am To 1:00 Pm) Deadline For Submission January 28, 2025 (1:00 Pm) Opening Of Bids January 28, 2025 (2:00 Pm) 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184, Otherwise Known As The ‘’ Government Procurement Reform Act’’ 5. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 6. Interested Bidders May Obtain Further Information From Municipality Of Monkayo And Inspect The Bidding Documents At The Address Given Below During Office Hours. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 21, 2025 (8:00 Am-5:00 Pm) To January 28, 2025 (8:00 Am - 1:00 Pm) From The Given Address And Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php 500.00) It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That The Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later The Submission Of Their Bids. 7. Bids Must Be Delivered To The Address Below On Or Before January 28, 2025; 1:00 Pm. All Bids Must Be Accompanied By A Bid Security In A Form Of, Cash Or Cashier’s/ Manager’s Check Equivalent To 2% Of Abc, Or Bid Securing Declaration. Bid Opening Shall Be On January 28, 2025; 2:00 Pm At Municipal Hall Building, Government Center, J. Martin St. Poblacion, Monkayo, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 8. The Municipality Of Monkayo Reserves The Right To Accept Or Reject Any Bids, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring And Liability To Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Joan N. Accad, Mmpa Administrative Officer Iv Head, Bac Secretariat 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro Email Add: Lgumonkayo_bac@yahoo.com January 20, 2025 Ivan Kleb N. Ulgasan, Cese Municipal Administrator Bac Chairman 2nd Floor, Unity Building J. Martin St. Government Center Poblacion, Monkayo, Davao De Oro +63 9177922573 Email Add: Lgumonkayo_bac@yahoo.com
Closing Date28 Jan 2025
Tender AmountPHP 99.6 K (USD 1.6 K)
Municipality Of San Policarpo, Eastern Samar Tender
Food Products
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of San Policarpo Municipal Building, San Policarpo, Eastern Samar, 6821 Bids And Awards Committee (bac) Invitation To Bid Supply And Delivery Of Various Items For Philippine Multisectoral Nutrition Project #2025-01-01 1 The Municipal Government Unit Of San Policarpo, Eastern Samar, Through Pnmp Pbg Tranche 1 Intends To Apply The Sum Of Four Hundred Seven Thousand One Hundred Sixty Pesos Only (php 407,160.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Various Items For Philippine Multisectoral Nutrition Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2 The Municipal Government Unit Of San Policarpo, Eastern Samar Now Invites Bids For Supply And Delivery Of Various Items For Philippine Multisectoral Nutrition Project. Delivery Of Goods Is Required Thirty (30) Calendar Days. Bidders Should Have On-going, Completed Similar Projects Of Government And/ Or Private Contracts Within The Last Five (5) Years From The Date Of Submission Of Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 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 Municipal Government Of San Policarpo, 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 Hundred Pesos Only (php 500.00). 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 Municipal Government Of San Policarpo, Eastern Samar Will Hold A Pre-bid Conference On January 15, 2025, 9:00 O’clock In The Morning At The Bac Office, San Policarpo, Eastern Samar, Which Shall Be Open To Prospective Bidders. 7 Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, At 9:00 O’clock In The Morning, At The Bac Office, San Policarpo, Eastern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8 Bid Opening Will Be On January 27, 2025, At 9:00 O’clock In The Morning, At The Bac Office, San Policarpo, Eastern Samar. 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. 9 The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Irr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 10 The Municipal Government Of San Policarpo, 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. 11 For More Information, Please Contact: Bac Office 1st Floor, Municipal Building San Policarpo, Eastern Samar Tel No. 0960-664-1130 Approved: Reynaldo L. Orisa Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 407.1 K (USD 6.9 K)
City Of Cape Town Tender
Automobiles and Auto Parts
South Africa
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500424 Title Supply And Delivery Of Submersible Pump Description 1 Each X Supply And Delivery Of Submersible Pump 1 Each X Supply And Delivery Of Submersible Pump Specification* Pump Type: Arxf080-220/073f2usg-180 /12100l100 No: 9974725377/4000 /4 Q (flow Rate): 54.1m3/h H (head):15.0m Temp. Max: 400c Weight: 103 Kg,,s2141 2021 Motor Ip 68 Submersible. Max 25m Class H Ng10ln02-170 P2 7.30 Kw ,,400/690v 50hz 2812 Min-1 ,,14.7/8.5a Unloading Point: Waste Water Ave, Kewtown, Cape Town, 7764 (e&am Workshop) Contact Person: Lebohang Mofutsana Contact Details: 076 068 2979/021 400 1923 Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb: The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To: Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City's Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Delivery Date2025/02/20 Delivery Togreenpoint - Outfalls Delivery Address1 Greenpoint Outfalls, Green Point Contact Personlebohang Mofutsana Telephone Number0760682979 Cell Number Closing Date2025/01/27 Closing Time04:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date27 Jan 2025
Tender AmountRefer Documents
Municipality Of San Policarpo, Eastern Samar Tender
Healthcare and Medicine
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of San Policarpo Municipal Building, San Policarpo, Eastern Samar, 6821 Bids And Awards Committee (bac) Invitation To Bid Supply And Delivery Of Medicines And Medical Supplies For Philippine Multisectoral Nutrition Project #2025-01-02 1 The Municipal Government Unit Of San Policarpo, Eastern Samar, Through Pnmp Pbg Tranche 1 Intends To Apply The Sum Of One Hundred Ninety Three Thousand Five Hundred Twenty Pesos Only (php 193,520.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Medicines And Medical Supplies For Philippine Multisectoral Nutrition Project. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2 The Municipal Government Unit Of San Policarpo, Eastern Samar Now Invites Bids For Supply And Delivery Of Medicines And Medical Supplies For Philippine Multisectoral Nutrition Project. Delivery Of Goods Is Required Thirty (30) Calendar Days. Bidders Should Have On-going, Completed Similar Projects Of Government And/ Or Private Contracts Within The Last Five (5) Years From The Date Of Submission Of Receipt Of Bids. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3 Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. 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 Municipal Government Of San Policarpo, 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 Hundred Pesos Only (php 500.00). 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 Municipal Government Of San Policarpo, Eastern Samar Will Hold A Pre-bid Conference On January 15, 2025, 9:00 O’clock In The Morning At The Bac Office, San Policarpo, Eastern Samar, Which Shall Be Open To Prospective Bidders. 7 Bids Must Be Delivered To The Address Below On Or Before January 27, 2025, At 9:00 O’clock In The Morning, At The Bac Office, San Policarpo, Eastern Samar. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8 Bid Opening Will Be On January 27, 2025, At 9:00 O’clock In The Morning, At The Bac Office, San Policarpo, Eastern Samar. 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. 9 The Procurement Process Will Be Conducted In Accordance With The Schedules Provided In Ra 9184 And Its Irr For Advertisements, Receipt Of Letters Of Intent, And Issuance Of Bid Documents. 10 The Municipal Government Of San Policarpo, 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. 11 For More Information, Please Contact: Bac Office 1st Floor, Municipal Building San Policarpo, Eastern Samar Tel No. 0960-664-1130 Approved: Reynaldo L. Orisa Bac Chairman
Closing Date27 Jan 2025
Tender AmountPHP 193.5 K (USD 3.3 K)
8531-8540 of 9390 archived Tenders