Bus Tenders

Bus Tenders

Verbandsgemeindeverwaltung Daun Tender

Services
Others...+1Civil And Construction
Germany
Details: Title: Tragwerksplanung description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Verbandsgemeindeverwaltung Daun Tender

Services
Others...+1Civil And Construction
Germany
Details: Title: Tragwerksplanung description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Details: Works contract for execution of providing 1.Improvement Estimate for newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Details: Works contract for execution of providing 1.Improvement Estimate for newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.
Closing Date4 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Details: Nsn 7r-1680-014803449-qe, Tdp Ver 001, Qty 6 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date6 Jan 2025
Tender AmountRefer Documents 

BICOL REGIONAL HOSPITAL AND MEDICAL CENTER Tender

Healthcare and Medicine
Philippines
Details: Description "republic Of The Philippines Bicol Center For Health Development Bicol Regional Hospital And Medical Centeral Daraga, Albay" Request For Quotation Form Code: Fm-adm-bac-05 Effectivity: September 28, 2022 Revision: 1 Company Name: ___________________________________________ Date: January 16, 2025 Address: ___________________________________________ Quotation No. : S-25-01-001 Tin Number: ___________________________________________ Pr# 2025-01-065 Please Quote Your Best Offer For The Item/s Described Below, Subject To The Terms And Conditions Provided At The Dorsal Portion Of This Request For Quotation. Submit Your Quotation Duly Signed By You Or Your Representative In Sealed Envelope Not Later Than January 22, 2025, At 9:00 Am. Mary Nathalie M. Cadag, Cpa, Mba Bac, Chairperson Telefax No.:(052) 483-0016/483-0015 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Item# Abc Item And Description Quantity Unit Unit Price Request For Procurement Of Desktop All In One For Commision On Audit (coa) 2 85,000.00 Desktop All In One 1 Unit Processor: Intel Core I5 8265u Memory: 8 Gb Ddr4 At 2133 Mhz With Expansion Slots 2 X M.2 Chipset: Integrated Graphic: (core Speed 1122-1242 (boost) Mhz, Memory Bus Width 64 Bit, Memory Type (ddr3, Gdrr5, Max. Amount Of Memory 4gb, Memory Bandwidth 40.1 Gb/s Power Consumption 15-25 Watt), 384 @ 1.12-1.24 Ghz 64 Bit Display: >21.5", Full Hd 1920 X 1080, Ips, 178 Wideviewing Angle Storage: > 2.5 1 Tb Hdd Or Sdd Wireless: 802.11 Ac, Bluetooth ® 5.0, Wireless Dta Network Available Lan: Intel 9560 Gigabit Camera: 1 Megapixel Speaker: 2 X 3 W Input/output: Back 4 X Usb 2.0, 1 X Hdmi-out, 1 X Rj45 Lan, 1 X Hdmi, 1 X Usb 2.0, 1 X Hdmi-out, 1 X Anti-theft Locking Kit, 1 X Power Input, 1 X Audio Jack(s) (mic/headphone Combo) Power Supply: 120w Power Adapter Pointing Device: Usb Mouse Input Device: Usb Keyboard Operating System: Windows Pro Version Only. Genuine Activated And Installed , With Provision Of Microsoft Windows Authentication Certificate Warranty: 2 (year) Parts And Services; Pm Plan And Service Ups: At Least 3 Sockets For Male Power Plug, 650va, 12v/9ah Battery Office Application Genuine License Edition: Home And Business Version Only , 64 Bit Inclusions: Word, Excel, Powerpoint, Onenote And Outlook Type Oem Duration: Lifetime Requirements To Be Attached Upon Submission Of Request For Quotation: A. Updated Mayors Permit B. Updated Philgeps Certificate Of Registration And Membership C. Brochure D. Omnibus Sworn Statement (oss) E. Tax Clerance F. Tax Clearance Signature Over Printed Name Canvasser Contact No/s. Date Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All The Items. 3. Price Quotation/s Must Be Valid For A Period Of Sixty (60) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered Within ___ Calendar Days From Receipt Of Purchase Order. 9. Bidders Must Be Registered In The Phil-geps. 10. The Brhmc Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Brhmc Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It.
Closing Date22 Jan 2025
Tender AmountPHP 85 K (USD 1.4 K)

M Sto Vrchlab Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Czechia-vrchlabí: Public Road Transport Services
Closing Date21 Jan 2025
Tender AmountCZK 850 K (USD 34.6 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Rlp 36c25025r0002- Amendment No. 002- Amendment No. 0002 Is Hereby Issued For (1) The Purpose Of Responding To Requests For Information (rfis) Submitted By Interested Parties Up Through January 14, 2025; (2) Issuing An Amended Exhibit A-section 4.05(j); And (3) Extending The Submission Date Until January 28, 2025 At 3:00pm Et. please See Amendment 002 And Amended Exhibit A, Attached. *******************************************************break****************************************************** rlp 36c25025r0002- Amendment No. 0001- Va Responses To Requests For Information (rfis) Up Through Decemeber 13, 2024. please See Submitted Rfis And Va Responses. ******************************************************break********************************************************** **pre_award Dids- Rlp 36c25025r0002*** set-aside: rlp 36c25025r0002 Will Not Have An Applicable Set-aside. Rlp 36c25025r0002 Is Released As A Full And Open Competition Procurement Action. description: the Va Seeks To Lease A Maximum Of 19,999 Aboa Square Feet (sf) Of Medical Office Space 125 Surface/outside Parking Spaces, Inclusive Of Ten Percent (10%) Ada Compliant Parking Spaces, With A Minimum Of One Of Every Six Accessible Spaces Being Van Accessible Within All Federal, State, And Municipal Code Requirements; All Of Which Are Reserved For The Exclusive Use Of The Government, In The Delineated Area Explained Below Within The Medina, Ohio Area. Va Will Consider Space Located In An Existing Building, As Well As New Construction, Or A Building Being Constructed For Multi-tenant Use And Not Specifically A Build-to-suit For Va Use Only. A Build-to-suit May Be Considered. Space Offered That May Disrupt Or Interfere With Current Va Use Or Va Patient Services May Not Be Considered. aboa Is Generally Defined As The Space Remaining Once Common Areas, Lessor Areas, And Non-programmatic Areas Required By Code Are Deducted From The Rentable Square Feet Of The Facility. Aboa Does Not Include Areas Such As Stairs, Elevators, Mechanical And Utility Rooms, Ducts, Shafts, Vestibules, Public Corridors, And Public Toilets Required By Local Code. A Detailed Definition Will Be Provided By Va, Should A Solicitation For Offers Or Request For Proposals Be Issued For This Project. lease Term: Not To Exceed 20 Years. area Of Consideration the Government Requests Space In An Area Bounded As Follows: northern Boundary: Wedgewood Road (rt. 162); Ohio Route 3; Ohio Rt. 162 (sharon Copley Road); eastern Boundary: Ohio Route 57 (wadsworth Road); Tower Road; Paradise Road; Guilford Road; southern Boundary: Seville Road; western Boundary: – Daniels Road; Greenwich Road; & Lake Road. buildings That Have Frontage On The Boundary Streets Are Deemed To Be Within The Delineated Area Of Consideration. additional Requirements: The Offered Building And/or Property Must Have The Following Features As A Minimum Requirement: The Offered Building And/or Property Must Have The Following Features As A Minimum Requirement: site Must Be Able To Support Municipal Water And Sewer Utility Services. be Located On A Single Contagious Floor; bifurcated Sites, Inclusive Of Parking, Are Not Permissible; the Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage, offered Space Cannot Be In The Fema 1-percent-annual-chance Flood; offered Space Must Be Zoned For Va’s Intended Use offered Space Will Not Be Considered If Located In Close Proximity To Property With Incompatible Uses, Including But Not Limited To The Following Uses: Liquor Establishments, Treatment Centers, Correctional Facilities, Where Firearms Are Sold/discharged, Railroad Tracks, Or Within Flight Paths; space Will Not Be Considered Where Apartment Space Or Other Living Quarters Are Located Within The Same Building; offered Space Must Be Located In Close Proximity To Amenities Including But Not Limited To Restaurants, Hotels, Pharmacy, And Shopping; offered Space Must Be Located In Close Proximity To A Hospital Or Stand-alone Emergency Room Center And A Fire Department; offered Space Must Be Located In Close Proximity To Public Transportation. A Commuter Rail, Light Rail, Or Bus Stop Shall Be Located Within The Immediate Vicinity Of The Building; offered Space Must Be Easily Accessible To Multiple Highways Which Provide Multiple Routes Of Travel, loading Dock Or Loading Area With A Roll Up Door Is Required. The Parking Lot Must Be Able To Accommodate Deliveries By Semi-trucks With Trailers. structured Parking Under The Space Is Not Permissible; offered Space Must Meet Federal And Local Government Requirements For Fire Safety, Physical Security, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Formal Request For Proposals (pending Issuance); a Fully Serviced Lease Is Required; offered Space Must Be Compatible For Va’s Intended Use; space Must Not Have Any Environmental Issues Or Hazards. must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. government Points Of Contact: contract Specialist- Brian Walton- Brian.walton@va.gov, 216-447-8300 X49519;
Closing Date28 Jan 2025
Tender AmountRefer Documents 

UAB Plunge Bus Park Tender

Electronics Equipment...+2Automobiles and Auto Parts, Electrical and Electronics
Lithuania
Purchaser Name: UAB Plunge Bus Park | Lithuania – Motor Vehicles – Autobusų Pirkimas
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Public Works Tender

Housekeeping Services
Corrigendum : Closing Date Modified
United States
Details: Please Take Notice That Public Works Requests Proposals For The County-owned Airports Janitorial Services (brc0000541) Contract. This Contract Has Been Designed To Have A Potential Maximum Contract Term Of 5 Years, Consisting Of An Initial 1-year Term And Potential Additional Four 1-year Option Renewals. The Total Annual Contract Amount Of This Service Is Estimated To Be $182,000. The Request For Proposals (rfp) With Contract Specifications, Forms, And Instructions For Preparing And Submitting Proposals May Be Accessed At Http://pw.lacounty.gov/brcd/servicecontracts Or May Be Requested From Ms. Amy Le At (626) 458-4077 Or Ale@pw.lacounty.gov Or Mr. Jairo Flores At (626) 458-4069 Or Jflores@pw.lacounty.gov, Monday Through Thursday, 7 A.m. To 5 P.m. The Deadline To Submit Proposals Is Thursday, December 5, 2024, At 5:30 P.m. Please Direct Your Questions To Ms. Le Or Mr. Flores. Be Advised, Any Changes To The Due Dates Listed Herein Will Only Be Made By Public Works, In Writing In The Form Of A Notice To The Solicitation. An Optional Proposers' Conference Will Be Held On Tuesday, November 19, 2024, At 2:00 P.m., Via Microsoft Teams Meeting Online Events. To Participate, The Proposers Will Need To Sign-in Using The Electronic Sign-in Sheet Through The Website Listed Below. Attendance By The Proposer Or An Authorized Representative At The Conference Is Encouraged, But It Is Not Mandatory. Attendees Should Be Prepared To Ask Questions At That Time About The Specifications, Proposal Requirements, And Contract Terms. It Is The Proposers' Sole Responsibility To Do Their Due Diligence To Visit And Familiarize Themselves With The Work Locations And Their Requirements Before Submitting Their Proposal. After The Conference, Proposers Must Submit Questions In Writing And Request Information For This Solicitation By Thursday, November 21, 2024. A Link To Sign-in And Join The Meeting Can Be Found At The Following Website: Http://pw.lacounty.gov/general/contracts/opportunities. There Are No Mandatory Walk-throughs For This Solicitation; However, It Is The Proposers' Sole Responsibility To Do Their Due Diligence And To Contact The Contract Manager To Arrange A Site Visit And Familiarize Themselves With Each Site Location And Its Requirements Before Submitting A Proposal. Proposer Must Coordinate With The Contract Manager To Arrange A Date And Time Of The Planned Site Visit Prior To Visiting Any Location. All Site Visits Should Be Carried Out Prior To The Established Proposal Submission Deadline. The Proposal Submission Deadline Will Not Be Extended To Allow For Additional Time To Complete A Site Visit. Please Check The Website Frequently For Any Changes To This Solicitation. All Notices Will Be Posted At Http://pw.lacounty.gov/brcd/servicecontracts. Important Instruction Regarding This Solicitation: Please Note: This Is A Proposition A Solicitation, As Such, The County's Living Wage Ordinance Is Applicable To The Resultant Contract. Contractors Shall Pay Wages At Rates In Compliance With The Living Wage Ordinance. Please Review And Familiarize Yourself With The Living Wage Ordinance Requirements As Provided In: • Part I, Section 1, Item L, Living Wage Program • Form Lw-1, Living Wage Program • Power Point Slides Available Electronically At The Website Listed Above. "do Business With Public Works" Website Registration All Interested Proposers For This Rfp Are Strongly Encouraged To Register At Http://pw.lacounty.gov/general/contracts/opportunities. Only Those Firms Registered For This Rfp Through The Website Will Receive Automatic Notification When Any Update To This Rfp Is Made. The County Does Not Have An Obligation To Notify Any Proposers Other Than Through The Public Works Website's Automatic Notification System. Important Notice Submission Of Proposals Will Only Be Accepted Electronically Using Bidexpress Or Electronic Proposals Via Universal Serial Bus (usb) Or Compact Disk To The Los Angeles County Public Works Cashier's Office Located On The Mezzanine Level, 900 South Fremont Avenue, Alhambra, Ca 91803. Proposals Received After The Closing Date And Time Specified In This Notice Will Be Rejected By Public Works As Nonresponsive. Submission Of Hard Copy Proposals Will Not Be Accepted. Proposals Must Be Submitted Electronically Using The Following Method: Electronic Submission Of Proposals In Lieu Of Submitting Electronic Proposals To The Cashier's Office, You May Submit Proposals Electronically On Www.bidexpress.com, A Secure Online Bidding Service Website. To Submit Your Proposals Electronically, Register With Bidexpress, Prior To The Due Date Above. A New Registration Page Must Be Signed, Notarized, And Received By Bidexpress Customer Support For Processing Before The Due Date. An Infotech/bidexpress Guide Is Included As Attachment 6 For Reference. There Is A Nominal Service Fee To Use Bidexpress. Please Note, Each File Upload In Bidexpress Is Limited To 10 Mb Per File Up To 50 Files For A Total Of 500 Mb. Proposers Shall Plan Ahead And Allow Sufficient Time To Account For The Registration And File Size Limitations Before The Proposal Submission Deadline To Complete The Uploading Of Proposal Files. If A Proposer Submits A Proposal Through Bidexpress, The Proposer Should Not Send Hard Copies, Compact Disk, Or Any Other Materials To The County Via Mail. Please Take Notice That Public Works Requests Proposals For The County-owned Airports Janitorial Services (brc0000541) Contract. This Contract Has Been Designed To Have A Potential Maximum Contract Term Of 5 Years, Consisting Of An Initial 1-year Term And Potential Additional Four 1-year Option Renewals. The Total Annual Contract Amount Of This Service Is Estimated To Be $182,000. The Request For Proposals (rfp) With Contract Specifications, Forms, And Instructions For Preparing And Submitting Proposals May Be Accessed At Http://pw.lacounty.gov/brcd/servicecontracts Or May Be Requested From Ms. Amy Le At (626) 458-4077 Or Ale@pw.lacounty.gov Or Mr. Jairo Flores At (626) 458-4069 Or Jflores@pw.lacounty.gov, Monday Through Thursday, 7 A.m. To 5 P.m. The Deadline To Submit Proposals Is Thursday, December 5, 2024, At 5:30 P.m. Please Direct Your Questions To Ms. Le Or Mr. Flores. Be Advised, Any Changes To The Due Dates Listed Herein Will Only Be Made By Public Works, In Writing In The Form Of A Notice To The Solicitation. An Optional Proposers' Conference Will Be Held On Tuesday, November 19, 2024, At 2:00 P.m., Via Microsoft Teams Meeting Online Events. To Participate, The Proposers Will Need To Sign-in Using The Electronic Sign-in Sheet Through The Website Listed Below. Attendance By The Proposer Or An Authorized Representative At The Conference Is Encouraged, But It Is Not Mandatory. Attendees Should Be Prepared To Ask Questions At That Time About The Specifications, Proposal Requirements, And Contract Terms. It Is The Proposers' Sole Responsibility To Do Their Due Diligence To Visit And Familiarize Themselves With The Work Locations And Their Requirements Before Submitting Their Proposal. After The Conference, Proposers Must Submit Questions In Writing And Request Information For This Solicitation By Thursday, November 21, 2024. A Link To Sign-in And Join The Meeting Can Be Found At The Following Website: Http://pw.lacounty.gov/general/contracts/opportunities. There Are No Mandatory Walk-throughs For This Solicitation; However, It Is The Proposers' Sole Responsibility To Do Their Due Diligence And To Contact The Contract Manager To Arrange A Site Visit And Familiarize Themselves With Each Site Location And Its Requirements Before Submitting A Proposal. Proposer Must Coordinate With The Contract Manager To Arrange A Date And Time Of The Planned Site Visit Prior To Visiting Any Location. All Site Visits Should Be Carried Out Prior To The Established Proposal Submission Deadline. The Proposal Submission Deadline Will Not Be Extended To Allow For Additional Time To Complete A Site Visit. Please Check The Website Frequently For Any Changes To This Solicitation. All Notices Will Be Posted At Http://pw.lacounty.gov/brcd/servicecontracts. Important Instruction Regarding This Solicitation: Please Note: This Is A Proposition A Solicitation, As Such, The County's Living Wage Ordinance Is Applicable To The Resultant Contract. Contractors Shall Pay Wages At Rates In Compliance With The Living Wage Ordinance. Please Review And Familiarize Yourself With The Living Wage Ordinance Requirements As Provided In: • Part I, Section 1, Item L, Living Wage Program • Form Lw-1, Living Wage Program • Power Point Slides Available Electronically At The Website Listed Above. "do Business With Public Works" Website Registration All Interested Proposers For This Rfp Are Strongly Encouraged To Register At Http://pw.lacounty.gov/general/contracts/opportunities. Only Those Firms Registered For This Rfp Through The Website Will Receive Automatic Notification When Any Update To This Rfp Is Made. The County Does Not Have An Obligation To Notify Any Proposers Other Than Through The Public Works Website's Automatic Notification System. Important Notice Submission Of Proposals Will Only Be Accepted Electronically Using Bidexpress Or Electronic Proposals Via Universal Serial Bus (usb) Or Compact Disk To The Los Angeles County Public Works Cashier's Office Located On The Mezzanine Level, 900 South Fremont Avenue, Alhambra, Ca 91803. Proposals Received After The Closing Date And Time Specified In This Notice Will Be Rejected By Public Works As Nonresponsive. Submission Of Hard Copy Proposals Will Not Be Accepted. Proposals Must Be Submitted Electronically Using The Following Method: Electronic Submission Of Proposals In Lieu Of Submitting Electronic Proposals To The Cashier's Office, You May Submit Proposals Electronically On Www.bidexpress.com, A Secure Online Bidding Service Website. To Submit Your Proposals Electronically, Register With Bidexpress, Prior To The Due Date Above. A New Registration Page Must Be Signed, Notarized, And Received By Bidexpress Customer Support For Processing Before The Due Date. An Infotech/bidexpress Guide Is Included As Attachment 6 For Reference. There Is A Nominal Service Fee To Use Bidexpress. Please Note, Each File Upload In Bidexpress Is Limited To 10 Mb Per File Up To 50 Files For A Total Of 500 Mb. Proposers Shall Plan Ahead And Allow Sufficient Time To Account For The Registration And File Size Limitations Before The Proposal Submission Deadline To Complete The Uploading Of Proposal Files. If A Proposer Submits A Proposal Through Bidexpress, The Proposer Should Not Send Hard Copies, Compact Disk, Or Any Other Materials To The County Via Mail. More
Closing Date7 Jan 2025
Tender AmountRefer Documents 
4331-4340 of 4434 archived Tenders