Car Tenders

Car Tenders

Cabinet car base Tender

Civil And Construction...+2Others, Construction Material
Mongolia
Purchaser Name: Cabinet car base | Purchase of Technical Inspection Equipment. Government Auto Base
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Cabinet car base Tender

Civil And Construction...+2Others, Construction Material
Mongolia
Purchaser Name: Cabinet car base | Purchase of Technical Inspection Equipment. Government Auto Base
Closing Date10 Feb 2025
Tender AmountRefer Documents 

Cabinet car base Tender

Civil And Construction...+1Civil Works Others
Mongolia
Purchaser Name: Cabinet car base | Security Guard Service. Government Auto Base
Closing Date10 Feb 2025
Tender AmountRefer Documents 

City of Slatinany Tender

Software and IT Solutions
Czech Republic
Details: The subject of the public contract is the supply of 1 new tank car sprayer (cas) according to the specifications set out in Annex No. 1 of the tender documentation. The public contract is co-financed by the European Union within the framework of the Integrated Regional Operational Programme, Project Registration No. 00017518, Project Title: Acquisition of a Tank Car Sprayer for Jsdh Slatiňany (jpo II).
Closing Date18 Feb 2025
Tender AmountCZK 7.8 Million (USD 327.9 K)

BARANGAY 274 ZONE 25 DISTRICT III Tender

Publishing and Printing
Philippines
Details: Description P R O J E C T : 1 10 Rm Bond Paper (short) 2 10 Rm Bond Paper (long) 3 40 Pcs Brown Envelope, Long 4 100 Pcs Folder Long 5 5 Bxs Ballpen Black (panda) 6 10 Pcs Sign Pen 7 10 Bxs Staple Wire 8 10 Pcs Correction Tape 9 10 Pcs Scotch Tape 10 10 Pcs Clip Board 11 5 Pcs Scissors 12 7 Set Ink 13 8 Pcs Indelible Ink 14 3 Pcs Maintenance Box 15 5 Bx Binder Clip 16 1 Bx Coin Enveolpe 17 3 Pcs Stamp Pads 18 2 Pcs Calculator 19 10 Pcs Notebook 20 10 Pcs Flashlight 21 10 Pcs Handcuff 22 10 Pcs Raincoats 23 1 Pcs Emergency Light 24 5 Pcs Teargas 25 10 Pcs Whistle With Cord 26 10 Pcs Probaton 27 10 Pcs Utility Belt 28 10 Pcs Reflectorized Vest 29 1 Lot R/m Transportation Equipment (cars/motorcycle) 30 2 Pcs Glucometer With Strips 31 3 Pcs Nebulizer 32 4 Pcs Bp Apparatus 33 1 Lot Cctv Camera 34 2 Set Two Way Radio 35 1 Lot Drugs & Medicines (losartan,paracetamol,solmox, Diatabs, Metformin 36 3 Pcs Fire Extiguisher 37 5 Pcs Refill Of Fire Extinguisher 38 1 Pc Tent 39 1 Pc Trash Bin 660l 40 1 Pc Trash Bin 240l 41 100 Pcs Sacks 42 1 Set 4 Swing Bin 43 25 Pcs Broom Stick W/handle 44 1 Pc Tornado Map 45 10 Pcs Euginia Plants 46 18 Pcs Spider Plants 47 10 Pcs Plastic Pots 48 5 Pc Bamboo With Pots 49 6 Sacks Soil 50 3 Pc Black Paint 51 4 Pale Flat Latex 52 3 Gal Blue Rubberize Paint 53 3 Gal White Rubberize Paint 54 7 Pcs Big Paint Roller 55 7 Pcs Small Paint Roller 56 7 Pcs Paint Brush 57 5 Pcs Sand Paper 58 5 Pc Clear Rubberize Paint 59 5 Roll Straw 60 6 Btls Paint Thinner
Closing Soon6 Mar 2025
Tender AmountPHP 502.2 K (USD 8.6 K)

DEPT OF THE AIR FORCE USA Tender

Others
United States
Description: This Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In The Federal Acquisition Regulation (far) Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. 1. The Solicitation Number Is F1t0bw4292a001. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-01, Dated 12 November 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set. The Associated North American Industry Classification System (naics) Code 337214 With A Small Business Size Standard Of 1,100 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). The Contract Line Item Number (clin) Structure Is As Follows: ***reference Attachment 2 For Clin Structure 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachment 1 Through 6 For Specifications, Descriptions, And Additional Information. a. Delivery Date: 90 Days Aro b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination 6. Site Visit. Please Rsvp To Erin Lilly No Later Than Monday, 09 December 2024, At 1200 Pdt. far 52.212-1 Instructions To Offerors - Commercial Products And Commercial Services. (sep 2023) requirements. In Accordance With Far 52.204-7 And Defense Far Supplement (dfars) 252.207-7004 Alt A, Prospective Vendors Must Be Registered In The System For Award Management (sam) Database Prior To Contract Award. Lack Of Sam Registration Shall Be A Determining Factor For Contract Award. Prospective Vendors Should Visit The Sam Website At Http://www.sam.gov.com To Register. All Quotes Shall Include The Following Minimum Information: Product Specifications, Cage Code, Sam Unique Entity Id, Payment Terms, Discount Terms, Point Of Contact, Phone, Fax, Email And Proposed Delivery Schedule. It Is The Responsibility Of The Offeror To Contact The Government To Confirm Receipt Of The Quote Prior To The Offer Due Date And Time. site Visit. A Site Visit Will Be Held At Nellis Afb, Nv In Building 21 On Tuesday, 10 December 2024, At 1000 Pdt. Please Rsvp No Later Than Monday, 09 December 2024, At 1200 Pdt. Send An Rsvp Email Erin Lilly At Erin.lilly.1@us.af.mil And Agatha Morrison At Agatha.morrison@us.af.mil. Include Your Company Name, The Name Of The Individual(s) Attending, Company Phone Number, Phone Number Of The Individual(s) Attending. There May Only Be Two (2) Representatives Per Company. (note: Vendors Will Be Met At The Nellis Afb Main Gate At No Earlier Than 0915 Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Government Issued Identification, Proof Of Insurance And Car Registration]. questions And Answers. All Questions Must Be Submitted Via Email To Erin Lilly At Erin.lilly.1@us.af.mil. The Deadline For Submitting Questions Is Monday, 16 December 2024, At 1200 Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Monday, 06 January 2025, At 1600 Pdt. quote Due Date. Quotes Are Due On Friday, 17 January 2025, At 1000 Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Erin Lilly At Erin.lilly.1@us.af.mil. (end Of Provision) far 52.212-2 Evaluation - Commercial Products And Commercial Services (nov 2021) (a) The Government Will Award A Contract Resulting From This Solicitation To The Responsible Vendor Whose Quote Conforming To The Solicitation Is The Lowest-priced, Technically Acceptable (lpta). This Is An “all Or None” Requirement And Will Be Awarded On One Contract. Multiple Contracts Will Not Be Issued. Vendors Who Do Not Quote The Entire Package Requested Will Be Considered Non-responsive And Their Quote Will Not Be Evaluated. technical Acceptable/unacceptable Ratings--- acceptable: Offeror Has Followed Instructions In 52.212-1. Offeror’s Quote Clearly Meets The Requirement As Stated In The Solicitation And All Attachments. unacceptable: Offeror Has Not Followed Instructions In 52.212-1. Offeror’s Quote Does Not Meet The Requirement As Stated In The Solicitation And All Attachments. (end Of Provision) far 52.252-2 Clauses Incorporated By Reference (feb 1998) this Contract Incorporates One Or More Clauses By Reference, With The Same Force And Effect As If They Were Given In Full Text. Upon Request, The Contracting Officer Will Make Their Full Text Available. Also, The Full Text Of A Clause May Be Accessed Electronically At This/these Address(es): http://www.acquisition.gov/ (end Of Clause) provisions And Clauses Incorporated By Reference far 52.204-7 System For Award Management (nov 2024) far 52.204-13 System For Award Management Maintenance (oct 2018) 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 52.212-3 - Offeror Representations And Certifications—commercial Products And Commercial Services (may 2024) far 52.212-4 - Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023) far 52.212-5 - Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (nov 2024) far 52.219-1 - Small Business Program Representations (feb 2024) far 52.223-22 Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals-representation (dec 2016) dfars 252.203-7000 Requirements Relating To Compensation Of Former Dod Officials (sep 2011) dfars 252.203-7002 Requirement To Inform Employees Of Whistleblower Rights (dec 2022) dfars 252.203-7005 Representation Relating To Compensation Of Former Dod Officials (sep 2022) dfars 252.204-7015 Notice Of Authorized Disclosure Of Information For Litigation Support (jan 2023) dfars 252.204-7017 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation (may 2021) dfars 252.204-7018 Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services (jan 2023) dfars 252.204-7024 Notice On The Use Of The Supplier Performance Risk System (mar 2023) dfars 252.211-7003 Item Unique Identification And Valuation (jan 2023) dfars 252.223-7008 Prohibition Of Hexavalent Chromium (jan 2023) dfars 252.225-7001 Buy American And Balance Of Payments Program (feb 2024) dfars 252.225-7002 Qualifying Country Sources As Subcontractors (mar 2022) dfars 252.225-7055 Representation Regarding Business Operations With The Maduro Regime (may 2022) dfars 252.225-7056 Prohibition Regarding Business Operations With The Maduro Regime (jan 2023) dfars 252.225-7059 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region–representation (jun 2023) dfars 252.225-7060 Prohibition On Certain Procurements From The Xinjiang Uyghur Autonomous Region (jun 2023) dfars 252.232-7003 - Electronic Submission Of Payment Requests And Receiving Reports (dec 2018) dfars 252.232-7006 - Wide Area Workflow Payment Instructions (jan 2023) dfars 252.232-7010 Levies On Contract Payments (dec 2006) dfars 252.244-7000 Subcontracts For Commercial Products Or Commercial Services (nov 2023) dfars 252.247-7023 Transportation Of Supplies By Sea (oct 2024) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments attachment 1 – Sow attachment 2 – Item List Updated 23 Dec 24 attachment 3 – Specifications attachment 4 – Bldg 21 Location attachment 5 – Bldg 21 Drawings attachment 6 – Bldg 21 Furniture Layout
Closing Date17 Jan 2025
Tender AmountRefer Documents 

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Modification #1 the Purpose Of This Modification Is Add The Complete Solicitation With The Clauses. Reference Attached File "1a 1305m325q0041 Prism With Clauses." ****** construction Project – Parking Lot Sealcoat Treatment And Striping In Accordance With The Statement Of Work. total Small Business Set-aside Per Far Part 13 Under The Simplified Acquisition Threshold (sat). Firm Fixed-price Contract Will Be Awarded Per The Trade-off Criteria In Car 1352.213-70. See The Attached Full Sf 18 Construction Clauses And Provisions With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. New Contract, No Incumbent. bonding/loc Will Be Required Unless Your Quote Is Under $35k. period Of Performance work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. place Of Performance: pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 the General Decision (gd) Id20240091, Posted On 02/16/2024 And Nv20240058, Posted On 09/20/2024 Will Be Incorporated And May Be Viewed At Www.sam.gov see The Attached Sf 18 Construction Template With All Terms And Conditions Which All Vendors Must Be In Compliance With To Be Eligible For Award. the Government Does Not Accept Responsibility For Non-receipt Of Quotes. It Is The Contractor’s Responsibility To Request And Receive A Confirmation Of The Quote Receipt. construction Purchase Order Clauses (fixed-price) updated Through Fac 2025-02 (jan 2025) far 36.204 Disclosure Of The Magnitude Of Construction Projects the Magnitude Is Between $25,000 And $100,000. utilization Of Fedconnect® For Contract Administration the Department Of Commerce Will Utilize The Fedconnect® Web Portal In Administering This Award. The Contractor Must Be Registered In Fedconnect® And Have Access To The Fedconnect® Website Located At Https://www.fedconnect.net/fedconnect/. For Assistance In Registering Or For Other Fedconnect® Questions Please Call The Fedconnect® Help Desk At (800) 899-6665 Or Email At Support@fedconnect.net. There Is No Charge For Registration In Or Use Of Fedconnect®. (end) car 1352.215-72 Inquiries (apr 2010) offerors Must Submit All Questions Concerning This Solicitation In Writing Via Email To Marilyn.herrera@noaa.gov. Questions Should Be Received No Later Than 4:00 P.m. On 01/17/2025. Any Responses To Questions Will Be Made In Writing, Without Identification Of The Questioner, And Will Be Included In An Amendment To The Solicitation. Even If Provided In Other Form, Only The Question Responses Included In The Amendment To The Solicitation Will Govern Performance Of The Contract. (end Of Clause) far 52.236-27 Site Visit (construction) (feb 1995) (a) The Clauses At 52.236-2, Differing Site Conditions, And 52.236-3, Site Investigations And Conditions Affecting The Work, Will Be Included In Any Contract Awarded As A Result Of This Solicitation. Accordingly, Offerors Or Quoters Are Urged And Expected To Inspect The Site Where The Work Will Be Performed. (b) Site Visits May Be Arranged During Normal Duty Hours By Contacting: name: Mike Kent email: Mike.kent@noaa.gov phone: 805-889-0645 (end Of Provision) a Site Visit Is Highly Recommended But Not Required. Vendors Are Urged And Expected To Inspect The Site Where Services Are To Be Performed And To Satisfy Themselves Regarding All General And Local Conditions That May Affect The Cost Of Contract Performance, To The Extent That The Information Is Reasonably Obtainable. In No Event Shall Failure To Inspect The Site Constitute Grounds For A Claim After Contract Award. car 1352.213-70 Evaluation Utilizing Simplified Acquisition Procedures (apr 2010) the Government Intends To Award A Trade-off, Firm Fixed Price Purchase Order Resulting From This Request For Quotation To The Responsible Offeror Whose Quotation Results In The Best Value To The Government, Considering Both Price And Non-price Factors With Payment Terms Of Net 30. the Evaluation Will Consider The Non-price Technical Solution (technical Approach, Capability, Experience And Past Performance) To Be Significantly More Important Than Price. However, As Quotes Are Determined To Be More Equal In The Non-price Evaluation Factors, Price Becomes More Important. the Government Reserves The Right Not To Award A Purchase Order Depending On The Quality Of The Quote(s) Submitted And The Availability Of Funds. the Government May Award To Other Than The Lowest-priced Vendor Or The Vendor With The Highest Technical Rating If The Contracting Officer Determines That To Do So Would Result In The Best Value To The Government. The Government Will Not Make An Award At A Significantly Higher Overall Price To Achieve Only Slightly Superior Performance Capability. the Following Factors Are Listed In Order Of Importance And Will Be Used To Evaluate Quotations: technical Approach And Capability. the Offeror’s Overall Technical Approach Will Be Evaluated To Assess The Government's Level Of Confidence In The Offeror’s Understanding Of, Approach To, And Ability To Successfully Perform The Requirements As Described In The Statement Of Work. A Detailed Technical Approach Write-up Describing How The Offeror Will Perform This Service Is Required To Be Submitted With The Quote Regardless Of Whether A Site Visit Was Made Or Not. The Technical Approach Write-up Must Not Be A Reiteration Of The Statement Of Work, But How Your Company Plans On Performing The Tasks Listed In The Attached Statement Of Work. (i.e. Performance Checklists, Anticipated Number Of Employees, Anticipated Hours At The Facility And/or Confirmation Of Supplies Being Provided, Etc.) experience. the Offeror's Background, Experience, And Qualifications (relevant Past Projects Performing Similar Services, Certifications Related To Current Requirement, Etc.) Will Be Assessed To Determine The Likelihood That The Offeror Can Successfully Perform The Contract Requirements. Offeror Must Have Knowledge And Experience With Parking Lot Sealcoat Treatment And Striping. past Performance. quote Shall Include At Least Two References From At Least Two Separate Contracts For Similar And Relevant Services Including The Name, Phone Number, Full Address, And E-mail Address Of The Reference To Demonstrate The Offeror’s Capability To Successfully Perform The Services Listed In The Statement Of Work. the Offeror Is Required To Fill Out Blocks 1-4 And Send The Attached Past Performance Questionnaire To The References Provided By The Offeror In Their Submission, And Email The Completed Survey Form Directly To (cs/co Email) By The Closing Date And Time Of This Solicitation. The Government Reserves The Right To Consider Past Performance Report Forms Received After The Due Date And Time Of The Solicitation, Past Performance Questionnaires Submitted From Previous Solicitations, And To Contact References For Verification Or Additional Information. the Offeror's Past Performance On Related Contracts Will Be Evaluated To Determine, As Appropriate, Successful Performance Of Contract Requirements, Quality And Timeliness Of Delivery Of Goods And Services, Cost Management, Communications Between Contracting Parties, Proactive Management And Customer Satisfaction. The Government Will Use Its Discretion To Determine The Sources Of Past Performance Information Used In The Evaluation, And The Information May Be Obtained From References Provided By The Offeror, The Agency’s Knowledge Of Offeror Performance, Other Government Agencies Or Commercial Entities, Or Past Performance Databases, And Will Be Based On Responsiveness, Quality, And Customer Services. offerors Lacking Relevant Past Performance History, Or For Whom Past Performance Information Is Either Not Available Or Has Not Been Submitted To The Government, Will Receive A Neutral Rating For Past Performance. price. the Quoted Prices Will Be Evaluated But Not Scored. The Government Will Evaluate The Price Quote For Completeness And Reasonableness In Relation To The Rfq Requirements. Quoted Prices Must Be Entirely Compatible With The Non-price Technical Solution. period Of Performance: Work Completed No Later Than 240 Days Of Award, Quotes Must Provide Confirmation They Can Fulfill This Requirement. warranty In Writing For Parts And Labor. (end Of Provision) car 1352.213-71 Instructions For Submitting Quotations Under The Simplified Acquisition Threshold—non-commercial (apr 2010) (a) North American Industry Classification System (naics) Code And Small Business Size Standard. The Naics Code And Small Business Size Standard For This Acquisition Is 238990 And $19.0m. (b) Submission Of Quotations. Submit Quotations To The Office Specified In This Solicitation At Or Before The Exact Time Specified In This Solicitation. At A Minimum, Quotations Must Show– (1) The Solicitation Number; (2) The Name, Address, And Telephone Number Of The Offeror; (3) Acknowledgment Of Solicitation Amendments; (4) A Technical Description Showing That The Offeror Can Supply The Requirements In The Specifications Or Statement Of Work In Sufficient Detail To Allow The Government To Evaluate The Quotation In Accordance With The Evaluation Factors Stated In The Solicitation. (5) Past Performance Information, When Included As An Evaluation Factor, To Include Recent And Relevant Contracts For The Same Or Similar Items And Reference Information (including Contract Numbers, Points Of Contact With Telephone Numbers And Other Relevant Information). (6) Price And Any Supporting Details For The Price, As Requested In The Solicitation. (c) Offerors Are Responsible For Submitting Quotations And Any Modifications Thereto, So As To Reach The Government Office Designated In The Solicitation By The Time Specified. The Offeror's Initial Quotation Should Contain The Offeror's Best Terms From A Price And Technical Standpoint. The Government May Reject Any Or All Quotations If Such Action Is In The Public Interest; Accept Other Than The Lowest Quotation; And Waive Informalities And Minor Irregularities In Quotations Received. (end Of Provision) statement Of Work parking Lot Sealcoat Treatment And Striping background: the National Weather Service (nws), Weather Forecast Office (wfo’s) In Pocatello, Id And Las Vegas, Nv Have Parking Lots That Have Not Been Resealed In 10-15 Years And Are In Severe Need Of Treatment. The Existing Surface Has Deteriorated With Large Cracks. general Intention: to Obtain The Services Of Crack Repair, Seal Coat And Re-striping Parking Stalls To Include One Handicap Stall With Handicap Symbol. general Requirements: the Contractor Shall Provide All Supervision, Labor, Tools, Materials And Equipment Necessary To Perform Work As Stated. All Work And Materials Supplied Shall Be In Accordance With These Instructions, Manufacturer’s Specification, All Applicable Federal, State, Local, Osha, Epa, Nec, Nfpa, Building And Facilities Codes And Criteria. the Contractor Shall: 3.1. Provide, As Necessary, Sufficient Traffic Barricades While The Work Is In Progress To Restrict Access To The Work Area Until The Sealer Application And Re-striping Work Is Completed. Remove The Barricades Only After Notifying The Contracting Officer’s Representative (cor) That The Work Is Complete And Vehicle Access Is Authorized. 3.2. Contractor Shall Verify All Measurements Stated Below For Wfo Specifications. Total Asphalt Area For Each Site Is Listed Below. pocatello, Id - 14,350 Ft2 las Vegas, Nv - 14,500 Ft2 3.3. The Material Used Is Within Its Manufacturer Stated Shelf Life; Proof Of Shelf Life Shall Be Provided To The Cor. 3.4. Prior To Surface Cleaning, Clean Out All Cracks Using Compressed Air, And Seal All Cracks Between 1/8” To 2” In The Pavement Using An Approved Crack Sealant. The Crack Sealant Shall Be Compatible With The Surface Sealer Being Applied To The Asphalt Paved Areas Of This Project. 3.5. Repair Cracks That Are Larger Than 2” In Width By Saw Cutting. Remove 6” Of Old Material On Each Side Of The Crack (1 Foot In Total). Pack Removed Area With New Asphalt. 3.6. Before Applying The Sealer, All Foreign Material Shall Be Removed From The Surfaces To Be Treated Including Stall Striping Tape, Loose Material, Dirt, Clay, Oil And Grease Spots. Oil And Grease Spots Shall Be Cleaned And Spot Primed. After The Cleaning Operation And Prior To Application Of The Sealer, The Contractor Will Inspect The Area To Be Treated To Determine Its Ability To Receive The Sealer. 3.7. The Asphalt Sealer Shall Be Of A Type That Has Been Used Commercially In The Specified Areas For At Least The Past Three Years. The Sealer Shall Also Have A Proven Record Of Satisfactory Performance Based On The Ability Of The Material To Reduce The Rate Of Loss Of Fines And To Retard Crack Propagation Of The Pavement. 3.8. All Pavement Markings Which Existed Prior To The Application Of The Surface Sealer Shall Be Reestablished By The Contractor After The Manufacturer-recommended Curing Period. All Guidelines And Templates Shall Be Furnished By The Contractor. Finished Edges Of All Markings Shall Be Sharply Outlined. Paint Colors Shall Be Those As Specified By The American Association Of State Highway And Transportation Officials (aashto) For The Intended Use. attachments pocatello Wfo Drawing las Vegas Wfo Drawing submittal Requirements: the Contractor Shall Provide Electronic Copy Of Each Required Submittal In Accordance With The Below Schedule: deliverable objective due deliver To specification Sheets Describing In Detail The Marking Paint To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Crack Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor specification Sheets Describing In Detail The Surface Sealing Material To Be Used For All Sites determine Material To Be Used within 10 Days Of Awarded Contract cor work Schedule, With Start And Completion Dates coordinate Scheduling With Nws within 3 Days Of Awarded Contract, Or Before Work Begins cor designation Of On-site, Job-site Supervisor And Contact Information provide A Primary Point Of Contact (poc) To Nws contract Award cor 1-year Warranty Documentation warranty Parts And Labor upon Acceptance Of Work contracting Officer (co) sds (safety Data Sheet) list Any Hazardous Material That Will Be Used In Performance Of This Contract. Ref. Far 52.223-3 And Fed-std-313e within 3 Days Of Awarded Contract, Or Before Work Begins, Whichever Occurs First co/cor location: project Is To Be Completed On The Below Premises. pocatello, Id - 1945 Beechcraft Ave. Pocatello, Id 83204 las Vegas, Nv - 7851 Dean Martin Dr. Las Vegas, Nv 89139 period Of Performance: work Must Begin Within Ten (10) Business Days Of Award Of The Purchase Order; “work” Includes Ordering Materials Not Already In Stock And Necessary To Perform The Work. On Site Work Shall Be Completed Within Two Hundred And Forty (240) Calendar Days Of Receipt Of All Necessary Materials. definitions: where “as Shown”, “as Indicated”, “as Detailed”, Or Words Of Similar Import Are Used, It Shall Be Understood That Reference To The Drawings Accompanying This Specification Is Made Unless Stated Otherwise. where “as Directed”, “as Required”, “as Permitted”, “approved”, “acceptance”, Or Words Of Similar Import Are Used, It Shall Be Understood That The Direction, Requirements, Permission, Approval, Or Acceptance Of The Co Is Intended Unless Stated Otherwise. as Used Herein, “provided” Shall Be Understood To Mean “provided Complete In Place”, That Is “furnished And Installed”. regular Working Hours: regular Working Hours Are From 0700 To 1600 Monday Through Friday Except Federal Holidays And Other Days Specifically Designated By The Designated Representative. “regular Working Hours” Means Hours A Contractor Can Expect To Be Allowed To Perform Work On Site, Or Be Able To Contact The Office. Anything Outside Regular Working Hours Must Be Done By Permission Of The Cor. observance Of Legal Holidays And Site Closure Information the Contractor Shall Observe Any Federal Holidays If The Holiday Falls Within The Period Of Performance Of This Contract. when Any Holiday Falls On A Saturday, The Preceding Friday Is Observed; When Any Holiday Falls On A Sunday, The Following Monday Is Observed. All Personnel Assigned To This Contract Shall Limit Their Observation Of Holidays To Those Set Forth Above. in Each Instance, The Contractor Agrees To Continue To Provide Sufficient Personnel To Perform Requirements Of Any Critical Tasks Already In Operation Or Scheduled, And Shall Be Guided By The Instructions Issued By The Cor. In The Event Of A Site Dismissal Or Closure Due To Weather, Emergency Or Other Circumstances, The Contractor Is Instructed To Contact The Cor. 2025 Holiday Schedule date holiday wednesday, January 01 new Year’s Day monday, January 20 birthday Of Martin Luther King, Jr. monday, January 20* inauguration Day monday, February 17** washington’s Birthday monday, May 26 memorial Day thursday, June 19 juneteenth National Independence Day friday, July 04 independence Day monday, September 01 labor Day monday, October 13 columbus Day tuesday, November 11 veterans Day thursday, November 27 thanksgiving Day thursday, December 25 christmas Day *this Holiday Is Designated As "inauguration Day" In Section 6103(c) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Federal Employees In The Washington, Dc, Area Are Entitled To A Holiday On The Day A President Is Inaugurated On January 20th For Each Fourth Year After 1965. **this Holiday Is Designated As "washington's Birthday" In Section 6103(a) Of Title 5 Of The United States Code, Which Is The Law That Specifies Holidays For Federal Employees. Though Other Institutions Such As State And Local Governments And Private Businesses May Use Other Names, It Is Our Policy To Always Refer To Holidays By The Names Designated In The Law. conduct Of Work the Contractor Must Ensure Employees Are Physically Able To Accomplish The Work Specified Herein. All Such Employees Working On Government Premises Are Subject To All Applicable Federal Rules And Regulations With Regard To Entering And Leaving The Premises And Building(s). Any Contractor Employee Who Is Considered Incompetent, Careless, Insubordinate, Unsuitable, Or Otherwise Objectionable Or Whose Continued Employment Is Contrary To The Public Interest By The Government’s Designated Representative Will Be Promptly Removed From The Contract Work Upon Notification To The Contractor By The Contracting Officer That Such Conditions(s) Described Above Exist. Onlylegal Us Citizens And Immigrants Are Allowed To Work On Federal Government Construction Projects. safety Requirements: all Work Shall Be Conducted In A Safe Manner And Shall Comply With Station Regulations And Department Of Labor Standards. The Government Will Not Provide Safety Equipment To The Contractor. The Contractor’s Work Site May Be Inspected During Performance Of The Contract For Osha And Station Safety Violations. It Will Be The Contractor’s Responsibility To Rectify Any Violations Immediately. the Contractor Shall Report Any Accidents That Occur During The Performance Of The Contract To The Co Or A Designated Representative, Within 24-hours Of An Occurrence. provide And Maintain Fire Extinguishers In Construction Areas. Flammable And Combustible Liquids: Store, Dispense And Use Liquids In Accordance With 29 Cfr 1926, Nfpa 241 And Nfpa 30. security Requirements: all Personnel Performing Work Under This Contract Shall Be Legal Citizens Or Legal Immigrants Of The United States. identification Of Contractor Vehicles: each Contractor Provided Vehicle Shall Show The Contractor’s Name That Is Clearly Visible And Let The Administrative Assistant At The Front Desk Know What Vehicle Belongs To You As The Contractor. Display A Valid State License Plate And Safety Inspection Sticker, If Applicable. Contractor Vehicles Operated On Government Property Shall Be Maintained In Good Repair. station Regulations: the Contractor And His Employees Shall Become Acquainted With And Obey All Government Regulations As Posted, Or As Requested By The Cor. government-furnished Equipment, Utilities, And Facilities: a Designated Representative Will, Upon Request, Designate Specific Areas Adjacent To The Building And Within The Existing Parking Lot, Specific Areas For The Delivery And Lay-down Of Materials And Equipment To Be Used By The Contractor Specific To This Work. Utilities, Such As Electricity Specific To This Work Will Be Supplied By The Government. cleanup: the Premises Shall Be Kept Free At All Times From Accumulation Of Waste And/or Rubbish Resulting From The Work. Upon Completion Of The Work, All Debris, Tools And Surplus Materials Shall Be Removed And The Entire Area Shall Be Left In A Neat And Clean Condition. All Debris, Trash, Waste And Surplus Material Shall Be Properly Disposed Of Off-site. points Of Contact: to Be Provided At Time Of Award. invoicing: upon Completion And Acceptance Of The Work, The Invoice Shall Be Submitted Via The Invoice Processing Platform (ipp). The Nws Designated Representative To Certify For Payment Is To Be Provided At Time Of Award. construction Order Certifications And Other Statements Of Offerors (fixed-price) ***note: Offeror Must Complete And Return This Section With Quote.*** order/contract Number: 1305m325q0041 name Of Offeror: ____________________________________ asbestos-containing Materials Certification the Offeror Hereby Certifies That No Asbestos-containing Materials, Products Or Supplies Will Be Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Proposed Contract. The Offeror Also Certifies, That If Awarded The Contract, They Will Be Responsible For The Cost Of Removal Of All Asbestos-containing Materials, Products Or Supplies Delivered To The Work Site Or Utilized Or Installed During The Performance Of The Contract, And The Cost For Remediation Of Any Hazard Created. offeror Name: ________________________________________ certifying Official (vendor Signs) signature: printed Name: title: date: authorized Negotiator(s) the Offeror Or Respondent Represents That The Following Persons Are Authorized To Negotiate On Its Behalf With The Government In Connection With This Request For Offer: name title telephone Number
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Department Of Education Division Of Apayao Tender

Education And Training Services
Philippines
Details: Description Invitation To Bid Procurement Of Robotics Materials For The Implementation Of Strengthened Science, Technology, Engineering & Mathematics (stem) Instruction At Apayao Science High School 1. The Schools Division Office Of Apayao, Through The Fy 2025 Trust Fund Intends To Apply The Sum Of Five Hundred Thousand Pesos Only (php 500,000.00) Being The Abc To Payments Under The Contract For Procurement Of Robotics Materials For The Implementation Of Strengthened Science, Technology, Engineering & Mathematics (stem) Instruction At Apayao Science High School. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Schools Division Office Of Apayao Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 20 Calendar Days Upon Receipt Of The Notice To Proceed. Bidders Should Have Completed, Within 5 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. 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. 4. Prospective Bidders May Obtain Further Information From Schools Division Office Of Apayao And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5:00 P.m. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024-january 15, 2025, From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Hundred Pesos Only (php500.00). Purchase Of Bidding Documents May Be Done In Person Or Through Online Banking Through The Sdo Trust Fund Account No. 2252-1012-79. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees That Will Be Presented In Person, Or Through Email At Sdobacapayao2024@gmail.com. Under Sections 6316 And 6817 Of Presidential Decree No. 1445, The Acknowledgment Of Such Payment As Government Funds Should Be Made Through The Issuance Of An Official Receipt. Therefore, Prospective Bidders Are Advised To Present The Official Receipt As Proof Of Payment; Otherwise Bid Envelopes Shall Not Be Accepted. 6. The Schools Division Office Of Apayao Will Hold A Pre-bid Conference On January 3, 2025 At 9:30 A.m. At The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below Or (ii) Online Or Electronic Submission As Indicated Below On Or Before 9:00 A.m. Of January 15, 2025. Late Bids Shall Not Be Accepted. Unsealed Or Unmarked Bid Envelopes Shall Also Be Rejected. Jerry B. Sario, Jr. Bac Chairperson Deped Car Sdo Apayao Capagaypayan, Luna, Apayao 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On January 15, 2025, At 9:30 A.m. At The Given Address Below The Schools Division Office Conference Hall, Capagaypayan, Luna, Apayao And/or Via Zoom Meeting Id: 878 9991 7538 Passcode: 9mzuqe,. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Schools Division Office Of Apayao Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Rochelle Ann B. Natay Bac Secretariat Member Schools Division Office Of Apayao Provincial Government Center, Capagaypayan, Luna, Apayao Email Address:sdobacapayao2024@gmail.com Tel. No.:09978151287 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.depedapayao.com For Online Bid Submission: Sdobacapayao2024@gmail.com Joy D. Saleng Bac Vice Chairperson
Closing Date15 Jan 2025
Tender AmountPHP 500 K (USD 8.5 K)

Department Of Environment And Natural Resources - DENR Tender

Publishing and Printing
Corrigendum : Tender Amount Updated
Philippines
Details: Description "1. The Department Of Environment And Natural Resources Region Iii, Through The Government Appropriation Act Intends To Apply The Sum Of Php 94,200.00 Being The Approved Budget For The Contract (abc) To Payments Under The “office Supplies’ For Which This Request For Quotation Is Issued. 2. The Department Of Environment And Natural Resources Herein After Referred To As “the Purchaser” Now Request You To Submit Price Quotation For The “office Supplies’ Of The Following:" Item No. Description Quantity Unit 1 Glue (elmers Small) 10 Pcs 2 Bond Paper (a4) 30 Reams 3 Bond Paper (legal) 30 Reams 4 Car File Box With Top Cover 30 Pcs 5 Laminating Machine Acetate A4 2 Packs 6 Record Book (300 Pages) 25 Pcs 7 Expanded Folder (green (long) 100 Pcs 8 Brown Envelop (long) 100 Pcs 9 Sticker Paper Matte (a4) 10 Packs 10 Sign Pen (energel 7.0 Black) 5 Boxes 11 Ballpen Pilot Retractable (black) 12pcs Per Box 5 Boxes 12 G-tech C5 Black 5 Boxes 13 G-tech C3 Black 5 Boxes 14 Stapler (max Hd-50/50r) 10 Pcs 15 Scotch Tape (1inch) 10 Pcs 16 White Board Marker 5 Boxes 17 Stick Note Pad (76x76mm) 3x3 In Assorted 10 Sets 18 Sign Here 10 Sets 19 Alcohol (500ml) 30 Bottles 20 Tissue (12 Roll Per Pack) 10 Packs 21 Correction Tape 3 Boxes 22 Scissors Heavy Duty 5 Pcs 23 Staple Wire (no. 35-5m) 10 Boxes 24 Mini Dater S-300 2 Pcs 25 Lysol 20 Bottles For Official Use Of Pambcs Staff. "3. A Set Of Technical Specifications For The Above Items Are Provided In Attachment 1. All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. 4. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 5. It Is The Intent Of The Purchaser To Evaluate The Bid/ Quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/ Quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchaser’s Technical Specifications. Or It Is The Intent Of The Purchaser To Evaluate The Bid/quotation For Each Item Separately, And Award Will Be Made To The Bid/ Quotation Or Combination Of Bids/ Quotations Resulting In The Overall Lowest Cost. Bid/quotation For One Or More Or All Items Will Be Considered. Contract Award Will Be Made To The Lowest Evaluated Quotation(s) Meeting Purchasers’ Technical Specifications. 6. Quotations Must Be Delivered At The Address Above Within Seven (7) Days. 7. Your Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site If The Contract Is Awarded. 8. All Bids / Quotations May Be Typewritten And May Be Placed In Sealed Envelope Marked “office Supplies”." "9. Bids/ Quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 10. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of The Notice To Proceed (ntp) Or The Purchase Order (po). The Supplier Should Inform The Purchaser (denr) At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 11. Delivery Site: Department Of Environment And Natural Resources Region Iii, Diosdado Macapagal Regional Government Center Brgy. Maimpis, City Of San Fernando, Pampanga 12. The Applicable Rate For Late Deliveries Is One Tenth (1 / 10) Of One (1) Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 13. The Department Of Environment And Natural Resources Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser (denr) Reserves The Right To Waive Minor Deviations/ Defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Performance And Functionality Of The Equipment And The Capability Of The Supplier To Perform The Contract. 14. The Prospective Bidder Shall Submit The Following: A) Quotation Form B) Technical Specifications C) Certificate Of Philgeps Registration" Laudemir S. Salac Rbac Chairman
Closing Date24 Feb 2025
Tender AmountPHP 94.2 K (USD 1.6 K)

Association Of Municipalities And Districts Of The Central Subregion Of The Silesian Voivodeship Tender

Others
Corrigendum : Closing Date Modified
Poland
Description: 1) The premiot of the Order is the Dostawa dich Fabryowo Nowych Samochodów Type Mikrobus, a Special Applied Do Przewo Osób Niepełnosprawnych Natrzeby Urząd Miasta Białogard. 2nd Szczegółowy Opis Przedmiotu Za orderenia is Się W Załączniku Nr 1 Do Swz 3. Before Ma Być's orders, Z Obo refers to Normami I Przepisami A W particularlyości: 1) Powinien Być Fabryowo New (In the Regulation of the Act of 20 June 1997 R. Ou Ruchowy – Art. 2 Pkt 62; Dz. 2) has the Aktual Świadectwo Homologacji as a Scar Osobowy przeznaowana Dowozu Osób Niepełnosprawnych Specialie Przyczyana Dowozu pod Naózku/wózach Inwaliskich, Wydane for the Lawful Organ. 3) He has the complete documents of the Order of Do Zarejestracji Z Przepisami Obo referring to Na Terenie Polski, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, Poland, and Poland. For the Dopument Do Movement (Sprzedaży, Karta Pojazda, Przegląd - Techniczne Oraz Studii Diagnostyczny, Atesty Potwierdzając, Że Podaptacji S car Przy adaptana jest Dowozu Osób Niepełnosprawnych) according to the requirements of the Act of the Law Movement. In addition, Zstawa Przedmiotu Za orderenia Wykonarziązany is Przekazać: - Kartę Pojazda - Aktual Świadectwotwóracji Poraj - Instrukcja - Instrukcja Supporti, Wyposażowanie I Konserwacji Pou Wu Polskim; Instruacja Zastrunia Pawejko, Zawada, Zawią, Zawią, Zawię, Zawię, Zawię, Zają, Zajny, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zajny, Zajny, Zajej, Zajej, Zaję, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawię, Zawięt. In such negotiations, Ewentual Wskazania Na Znaki Towarowe, Patenty, Origin, Lub, the source of the Lubin Process should be re-elected with "or Equal". 6. Zamawiać Dopuszcza Ujęcie W Ofercie, A then Za adjustanie, Innych 'Materiałów I Urządzeń, Niż Podane W Opisietu Zamiu, Zamiotu Zamitenia Pod Warunkiem Zaewnienia Parametni Gorszyn Niżrenej Określone Wąpisieu Zamitu. The 7th Executive consisted of the Office of the Companies: 1) to list, Że Oferowana Przedmiot Za orderenia Spełnienie Wymagania Określone by discussing the Level of Niesz Nizhskazany Wąmiu Zapisietu Zamitu Zamiuć; Spełnienie Wymaganie Wymagania Określone for Octreślone by discussing the Level of the Inputy of the Prescription of the Order of the Order; and the Order of the Order. 2) To connect the Outerty Właściwe Documents (for example, the Dowody contained the Szczegółowy Opisered by the Equal Regulation, Dane Techniczne, Atesty, Dopument Stosowanie) As a result, Że Oferowana przez Wykonawka Przedmiot Zajdanie Spełnienie Wymagania Określone przez Zamawiający. 3)brake, W Zakresie Za adjustable Regulation of Economy, Zostan Uznany Zaamiar Wykonania Za orderenia Z Wymaganiami O written by Zamawiać Wwz 8. "W Godzinach od 7:15 Do 14:00 W Dni Robocze od Poniedziałku Doku". 9. Exhibition of Stawiane Wykonawcy: 1) Wymagane Jest Pozyskanie Wszelkich Innych Information of the Unsolved Information for the Regulation of the Office of the Office of the Office of the Legal Realization of the Order of 2) Adjudicator will be the Terminowe of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order of the Order, and the Executive Officer will be the Active. As a result, Z Warunkami Technicali I Jakościowe Określonmi dla Przedmiotu Za orderenia; 3) Wymagana is the Staranność Przy Realization, Rozumian Ascensionary Profesjonalisty W Actionność Obmiotej Przedmiotem Niego Zadanie; 4) Spełnienie Wyrenie Wyreślonie Zaminia Wązów, Zamiopisiety Zamionychów. Zobowiązany is Do permanent cooperation with Zamawiać, W Celu Koordinowanie Prawidłowego Przebiegu Dostawy Oraz Wykonania Przedmiotu Za orderenia z Wymiotu Zamawiać. 11th-century Udzieli Zamawiać Jakność Na: A)silnik, All I Podzespoły Elektriczne, Mechaniczne -na Period Nie Krótszy Niż 2 Lata (the Kryterium Oceny Ofert); B)peracja Nadwozia - Na Period 6 Lat; Cpołka Lakiernicza - 2 Lata - 2 - 2nd - 2nd - 2nd - - 2nd - - - 2nd - A. 13th Executive is the Zobowiązany Do Przeszkolenia Użytkowów Wskazanych przez Zamawiający W Zakresie basic Supporti Pojazdów. 14: No Referencyjny: Izpipgn.271.8.2023 15. Wszelka Korespondencja Kierowana Domawiający Powinna Być Sygnowana Numerem Referencyjny. In 16th, Zamawiać Od Podziału Za orderenia Na part of Ze Względów Techniczne, Potrzeba Skoordynowanie Operations of the Rose Executives Realizing the Orders of Realizing the Common Part of the Order of the Order of the Order of the Order of the Order.
Closing Soon6 Mar 2025
Tender AmountRefer Documents 
7401-7410 of 7672 archived Tenders