Cars Tenders

Cars Tenders

NEW SOCIETY NATIONAL HIGH SCHOOL Tender

Machinery and Tools...+1Automobiles and Auto Parts
Philippines
Details: Description Region Xll New Society National High School Sinawal, General Santos City Department Of Education Request For Quotation Date: January 13, 2025 Quotation No.: Q2025-01-005 (company Name) (address) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time If Delivery And Submit Your Quotation Dulysigned By Your Representative Not Later Than ____________________________in The Return Envelope Attached Herewith. Rodelia S. Tupas Bac Chairperson Note: 1 Pls. Print All Entries 2 Delivery Period Within___________________calendar Days 3 Warranty Shall Be For A Period Of Six(6) Mos. For Supplies & Materials, One(1) Yr. For Equipment, 4 From The Date Of Acceptance By The Procuring Entity 5 Price Validity Shall Be For A Period Of _______________ Calendar Days 6 G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 7 Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered 8 Bidders Shall Submit Individual Bid Price. Item No. Item Description Unit Quantity Approved Budget For The Contract Brand Bid Amount Unit Cost Total Unit Cost Total Lot: Procurement Of Needed Materials For Ste Special Science - Robotics 1 4 Wheel Drive Robot Car Kit Set 5 3,800.00 19,000.00 2 Microcontroller(atmega) Pc 5 2,800.00 14,000.00 3 Usb Cable (formicrocontroller To Pc Pc 5 190.00 950.00 4 L293d Motor Driver Shield Pc 5 250.00 1,250.00 5 Smart Car Chassis (thick Acrylic) Pc 5 2,500.00 12,500.00 6 Rechargeable Lithium-ion Battery 18650 3.7v Pc 10 350.00 3,500.00 7 Rechargeable Lithium-ion Battery 18650 12v Pc 4 1,500.00 6,000.00 8 4x Lithuim-ion 18650 Battery Holder 4 Slots Pc 5 259.00 1,295.00 9 2x Lithuim-ion 18650 Battery Holder 2 Slots Pc 5 135.00 675.00 10 3.7v 18650 Charger Li-ion Battery Charger 4 Slots Pc 2 500.00 1,000.00 11 Breadboard 400 Tie Points Pc 5 350.00 1,750.00 12 Breadboard 830 Tie Points Pc 3 950.00 2,850.00 13 Obstacle Avoidance Ir Sensor Module Pc 20 210.00 4,200.00 14 Hc-sr04 Ultra Sonic Sensor Module Pc 10 250.00 2,500.00 15 Tcrt5000 Ir Sensor Module Pc 10 235.00 2,350.00 16 4pin Xh2.54 Female Dupont Pc 30 320.00 9,600.00 17 3pin Xh2.54 Female Dupont Pc 30 310.00 9,300.00 18 Sg90 Servo Motor Pc 20 210.00 4,200.00 19 Servo Holder Pc 10 189.00 1,890.00 20 12v Dc Relay Module Pc 5 10.00 50.00 21 5v Dc Relay Module Pc 2 390.00 780.00 22 Lcd1602 Module (within Pin Header) Pc 10 90.00 900.00 23 Power Switch Pc 20 95.00 1,900.00 24 Dc Gear Motor Motor (48:1) Or (50:1) Pc 20 895.00 17,900.00 25 Racing Wheels Pc 50 220.00 11,000.00 Page 1 Of 2 - Sub Total Of Page 1 Of 2 131,340.00 Brand And Model : Delivery Period : Warranty : Price Validity : New Society National High School Name Of The Procuring Entity After Having Carefully Read And Accepted Your General Conditions, I/ We Quote You On The Item At Prices Noted Above. Reference Printed Named/signature Pr # R2025-01-005 Date January 13, 2025 Tel. No./cellphone No. Email Address Deped-gsc/bac Date Philgeps Ref. No. Date Published: Closing Date: Region Xll New Society National High School Sinawal, General Santos City Department Of Education Request For Quotation Date: January 13, 2025 Quotation No.: Q2025-01-005 (company Name) (address) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time If Delivery And Submit Your Quotation Dulysigned By Your Representative Not Later Than ____________________________in The Return Envelope Attached Herewith. Rodelia S. Tupas Bac Chairperson Note: 1 Pls. Print All Entries 2 Delivery Period Within___________________calendar Days 3 Warranty Shall Be For A Period Of Six(6) Mos. For Supplies & Materials, One(1) Yr. For Equipment, 4 From The Date Of Acceptance By The Procuring Entity 5 Price Validity Shall Be For A Period Of _______________ Calendar Days 6 G-eps Registration Certificate Shall Be Attached Upon Submission Of The Quotation 7 Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered 8 Bidders Shall Submit Individual Bid Price. Item No. Item Description Unit Quantity Approved Budget For The Contract Brand Bid Amount Unit Cost Total Unit Cost Total Lot: Procurement Of Needed Materials For Ste Special Science - Robotics 26 Jumper Wire Male - Male Pc 50 220.00 11,000.00 27 Jumper Wire Male - Female Pc 50 220.00 11,000.00 28 Jumper Wire Female - Female Pc 50 210.00 10,500.00 29 Multi Tool Wire Stripper Pc 5 390.00 1,950.00 30 Long Nose Pliers 5 Inch Pc 5 520.00 2,600.00 31 Electrical Tape Pc 5 50.00 250.00 32 Cable Tie Pc 1 150.00 150.00 33 Double-sided Foam Tape Pc 5 80.00 400.00 ***** Nothing Follows ***** - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - - Page 2 Of 2 Sub Total Of Page 2 Of 2 37,850.00 Grand Total 169,190.00 Brand And Model : Delivery Period : Warranty : Price Validity : New Society National High School Name Of The Procuring Entity After Having Carefully Read And Accepted Your General Conditions, I/ We Quote You On The Item At Prices Noted Above. Reference Printed Named/signature Pr # R2025-01-005 Date January 13, 2025 Tel. No./cellphone No. Email Address Deped-gsc/bac Date Philgeps Ref. No. Date Published: Closing Date:
Closing Date27 Jan 2025
Tender AmountPHP 169.1 K (USD 2.8 K)

METRO SAN FERNANDO WATER DISTRICT LA UNION Tender

Civil And Construction...+2Construction Material, Water Storage And Supply
Philippines
Details: Description Request For Quotation Date: January 27, 2025 Rfq No.: Name Of Supplier / Company: _ Address: ___________________ Tin: ________________________ Business Permit No.: _________________________________________________________________________________________________ Philgeps Registration Number (required):_________________________________________________________________________________________ The Metro San Fernando Water District (msfwd), La Union, Through Its Bids And Awards Committee (bac), Intends To Procure Materials For The Activation Of Langcuas Pumping Station No. 5 In San Fernando City, La Union. The Procurement Of Materials For The Activation Of Langcuas Pumping Station No. 5 Will Be Undertaken In Accordance With Section 53.9-small Value Procurement Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Please Quote Your Best Offer For The Item(s)/service(s) Described Herein, Subject To The Terms And Conditions Provided In The Last Page. Submit Your Quotation/proposal, Duly Signed By You Or Your Authorized Representative Not Later Than January 31, 2025 @ 10:00am. A Copy Of Your Latest Business/mayor’s Permit And Bir Certificate Is Also Required To Be Submitted Along With Your Quotation/proposal. Open Quotation May Be Submitted, Manually Or Email At The Address And Contact Numbers Indicated Below. Prospective Suppliers Who Will Submit A Proposal With The Lowest Calculated And Responsive Offer Shall Be Selected. An Omnibus Sworn Statement (gppb-prescribed Form) Will Also Be Required To Be Submitted Prior To Award. For Any Clarification, You May Contact The Undersigned At Mobile No. 0917.818.8926 Or Email Address At Valvega.msfwdlu@gmail.com. _____________________________ Engr. Benjamin Q. Galvan, Jr. Bac Chairman Bids And Awards Committee Metro San Fernando Water District (la Union) Contract Monitoring Office (cmo) 3/f Admin. Bldg., Quezon Avenue, City Of San Fernando, La Union 2500 Telefax No. (072) 700-3554 After Having Carefully Read And Accepted The Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows (kindly Check Those Specifications You Can Comply To): 1. Technical Specifications Technical Specifications Quantity Unit Available (-yes Or X-no) Remarks 2hp Sewage/water Submersible Pump, 1.5kw, 230volts, 1phase, 60hz., 3450rpm, Head: 14m, Q=at Least 0.20m3/min With Floater & Circuit Breaker 1 Pc Submersible Pump/motor Cable, #10 15 Meters Hdpe Pipe, Blue, 50mmø (internal Diameter), Sdr 11 10 Meters Pe Compression Fittings Male Adapter 2"ø (50mmø) 1 Pcs Pe Compression Fittings Black Coupling 2"ø (50mmø) 2 Pcs Braided/reinforced Chemical Pressure Nose 2"ø (50mmø) 20 Meters Pvc Plastic Coated Galvanized Steel Wire Rope/cable Wire, 10mm Diameter 30 Meters Galvanized Steel Cable Wire Rope Clip U Clamps, 10mm 12 Pcs Gi Bushing Reducer, 75mmø X50mmø 1 Pc 2. Terms Of Delivery / Delivery Schedule The Above Requirements Comprise The Materials Requirement Of The Office. The Procurement Of The Items/services Commences Upon Receipt Of The Purchase Order/contract Of Service. The Delivery Terms Shall Be Upon 30 Calendar Days Upon Receipt Of The Purchase Order/contract Of Service. 3. Payment The Payment Shall Be Made Through The Issuance Of A Check Within Thirty (30) Days After Submission Of Billing And User Acceptance Of The Product Per The Purchase Order Completed. The Payment Amount Shall Be Net Of Appropriate Withholding Taxes. For Ease Of Payment Kindly Fill In The Payment Details Below: Name To Appear On Check: ____________________________________________ *the Name(s) To Appear On The Face Of The Check Must Be At Least The Name Of The Registered Business Entity As Reflected In The Business Permit/sec Registration; Or The Name Of The Proprietor Is A For Sole Proprietorship. Tax Type: Vat Non-vat Financial Offer: Please Quote Your Best Offer For The Items As Stated In The Technical Specification. Approved Budget For The Contract (abc): In Words: Fifty-six Thousand Pesos In Figure: 56,000php Items/services Offered Unit Price (a) Offered Qty (b) Total Offered Quotation (a X B) 2hp Sewage/water Submersible Pump, 1.5kw, 230volts, 1phase, 60hz., 3450rpm, Head: 14m, Q=at Least 0.20m3/min With Floater & Circuit Breaker 1 Submersible Pump/motor Cable, #10 15 Hdpe Pipe, Blue, 50mmø (internal Diameter), Sdr 11 10 Pe Compression Fittings Male Adapter 2"ø (50mmø) 1 Pe Compression Fittings Black Coupling 2"ø (50mmø) 2 Braided/reinforced Chemical Pressure Nose 2"ø (50mmø) 20 Pvc Plastic Coated Galvanized Steel Wire Rope/cable Wire, 10mm Diameter 30 Galvanized Steel Cable Wire Rope Clip U Clamps, 10mm 12 Gi Bushing Reducer, 75mmø X50mmø 1 Grand Total Offered Quotation: In Words: _______________________________________________________________________ In Figure: _______________________________________________________________________ Signature Over Printed Name Position/designation Office Telephone No. Fax/ Mobile No. Email Address 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 Thirty (30) 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 (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) 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 Initialed By Your Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications. 9. The Dot-car Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e. Order Slip And/or Billing Statement, By The Contractor. Our Government Servicing Bank, I.e. The Land Bank Of The Philippines, Shall Credit The Amount Due To The Contractor’s Identified Bank Account Not Earlier Than Twenty Four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Take Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor’s Account. 11. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Dot-car 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. cut -------------------------------------------------------------------------------------------------------------------------------------------- Rfq No.: This Portion Is To Be Returned To The Msfwd As Proof That This Rfq Is Duly Received By You After Filling Out The Details Below: Business Name:_______________________________________________ Business Contact No. ______________________________email Address:____________________ _____________________________________ Printed Name And Signature Date: ________________
Closing Date31 Jan 2025
Tender AmountPHP 56 K (USD 955)

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 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Amendment 1/28/2025 answers To Questions Received Posted (see Attachment) solicitation Pop Dates Changed To 2/18/25-8/15/25 (see Attachment) ********************************************************************************************************************* the Primary Mission Of Pearl Harbor Naval Shipyard & Intermediate Maintenance Facility (phnsy & Imf) Is To Deliver Regional Maintenance, At The Depot And Intermediate Levels, To Keep The Surface Ships And Submarines Of Our Nation's Navy "fit To Fight." As Hawaii’s Regional Maintenance Center, Capabilities Include Excellence In Overhauling, Repairing, Converting, Alteration, Refurbishing, And Decommissioning Of Navy Vessels. phnsy & Imf Requires A Service Contract To Disassemble, Remove, Package And Relocate/stage Two Plate Rollers. The Schedule Of The Dismantling And Removal Of The Plate Rollders Shall Be Determined By Government Representative And Coordinated With The Contractor. Additional Details And Specifications Can Be Found In The Performance Work Statement (pws), Enclosed In The Attached Solicitation N32253-25-q-0015. The Government Intends To Award A Single Firm Fixed Price Contract. the Tentative Period Of Performance (pop) For This Service Is 03-feb-2025 - 01-aug-2025. this Notice Is 100% Set Aside For Small Business. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 238910 Site Preparation Contractors. The Product Service Code Is P500 Salvage - Demolition Of Structures / Facilities (other Than Buildings). please Note The Following: • The Solicitation Number For This Requirement Is N32253-25-q-0015. • Quotes Are Due No Later Than Tuesday, 02/03/2025 At 8:00 A.m. Hst • Quotes Must Be Sent Via Email To Both The Primary And Secondary Points Of Contact. • All Firms Or Individuals Responding Must Be Registered With The System For Award Management (sam) (https://www.sam.gov) By The Award Date. The Solicitation Document And Incorporated Provisions And Clauses Will Be Those In Effect Through Federal Acquisition Circular (fac) 2025-02, Dfars 12/18/2024, And Nmcars 18-22. • Technical Approach: In Order To Evaluate Technical Capability, The Offeror Is Required To Submit A Detailed Written Technical Proposal. Please Submit A Technical Proposal (not To Exceed 5 Pages) That Clearly Demonstrates Thorough Knowledge And Understanding Of, And Approach To, Accomplishing Each Paragraph Listed In The Pws And Solicitation Requirements. The Proposal Must Contain Sufficient Details So That It May Be Evaluated In Accordance With The Pws And Comply With The Period Of Performance Set Forth In The Solicitation. Non-conformance Will Deem An Offeror Ineligible. • All Quotation Submissions Need To Include Completion Of Far 52.204-24,52.204-26, And 52.212-3. • As Part Of The Price Quote Package, The Offeror Shall Submit The Completed Sf 1449 With Blocks 17a.and 30a.- 30c. (sf 1449 Pagecompleted. Submission Of A Signed Offer To The Government Constitutes Agreement And Acceptance Of The Solicited Terms And Conditions. • The Government May Revise The Solicitation At Any Time By Means Of An Amendment. It Is An Offeror's Responsibility To Ensure It Is Accessing The Https://sam.gov/ Website To View Potential Amendments And Procurement Notifications For This Solicitation. • Submit An Itemized Breakdown Of The Price Quote That Clearly And Concisely Describes And Defines The Contractor’s Response To The Requirements Contained In The Solicitation. If Required, Travel Costs Including Airfare, Lodging, Rental Car, Per Diem, Shall Be Included. If Required, Travel Shall Be In Accordance With Current Department Of Defense (dod) Joint Travel Regulations And Federal Acquisition Regulations (far) 31.204-46. Travel Receipts Shall Be, Provided Upon Request. all Questions Regarding Solicitation N32253-25-q-0015 Shall Be Submitted In Writing Via Email To The Listed Pocs. questions Are Due By Tuesday, 01/27/2025, 8:00 Am Hst attachments: solicitation appendix I Ii Iii Iv attachment I Hot Work Checklist And Permit attachment Ii Opsec Contract Requirements photos
Closing Date3 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+1Road Construction
Germany
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Redesign of the Freigericht district square on Alfred-Delp-Strasse in Hanau, planning services The Freigerichtsviertel in Hanau is being funded as part of the urban development funding program “social cohesion”. A central component of the upgrading measures is the creation of a new district square on Freigerichtsstrasse/Alfred-Delp-Strasse, which represents the entrance to the Freigerichtviertel coming from the city center. The design of a district square at this location therefore not only has high utility value for residents and passers-by, but also changes the external perception of the district. The connection to the city center is used intensively by pedestrians and cyclists. By improving the quality of stay, the conditions for upgrading the entire social infrastructure are created. Existing social commercial meeting points on the square can network and stabilize. In order to create the framework for upgrading, car traffic is to be reduced to the absolute minimum. The accessibility and safety of the green and open spaces can thus be significantly improved. In order to increase the frequency of use of the square even further, pedestrian traffic, bicycle traffic and public transport are to be promoted. This can be achieved in particular by improving safety and orientation for all road users. The planned redesign is taking place in the immediate vicinity of a large grocery store, a district center and a mosque. This requires careful coordination of the planning with the local stakeholders in order to ensure that the new district square is harmoniously integrated into the surrounding area. As part of the construction work, the utility companies will renew/replace their lines. The coordination of this work with the redesign of the district square is of crucial importance. The early involvement of citizens and relevant players such as the city corporation, transport companies and environmental and interest groups should support the acceptance and transparency of the planning. The developments and measures are communicated and coordinated within the framework of citizen information and stakeholder events. Scope of services (for details see appendix service description): Object planning for open spaces in accordance with Section 38 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III and object planning for traffic facilities in accordance with Section 45 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III. Special services: Local construction monitoring for traffic facilities, citizen information events, appointments with political committees, dendrological report, traffic control plans for construction stages (ready for order), coordinated management plan. A phased commissioning process is planned. Project period: Planning begins in the 2nd quarter of 2025; construction begins in 2026. Eligible costs: District square: open spaces approx. EUR 1.47 million net, traffic facilities approx. EUR 1.47 million net Alfred-delp-strasse: open spaces approx. EUR 0.11 million net, traffic facilities approx. EUR 0.45 million net Freigerichtstrasse: open spaces approx. EUR 0.10 million net, traffic facilities approx. EUR 0.40 million net Redesign of the Freigericht Alfred-delp-strasse district square in Hanau, planning services The Freigerichtsviertel in Hanau is being funded as part of the “social cohesion” urban development funding program. A central component of the upgrading measures is the creation of a new district square on Freigerichtsstrasse/Alfred-delp-strasse, which will mark the entrance to the Freigerichtviertel from the city center. The design of a neighborhood square at this location therefore not only has a high utility value for residents and passers-by, but also brings about a change in the external perception of the neighborhood. The connection to the city center is used intensively by pedestrians and cyclists. By improving the quality of stay, the conditions are created for an upgrade of the entire social infrastructure. Existing social commercial meeting points on the square can network and stabilize. In order to create the framework conditions for an upgrade, car traffic is to be reduced to the absolute minimum. The accessibility and safety of the green and open spaces can thus be significantly improved. In order to increase the frequency of use of the square even further, pedestrian traffic, bicycle traffic and public transport are to be promoted. This is achieved in particular by improving safety and orientation for all road users. The planned redesign is taking place in the immediate vicinity of a large grocery store, a district center and a mosque. This requires careful coordination of the planning with the local stakeholders in order to ensure that the new district square is harmoniously integrated into the surrounding environment. As part of the construction work, the utility companies will renew/replace their lines. Coordinating this work with the redesign of the district square is of crucial importance. The early involvement of the citizens and relevant stakeholders such as the municipal corporation, transport companies and environmental and interest groups should support the acceptance and transparency of the planning. The developments and measures will be communicated and coordinated during public information and stakeholder events. Scope of services (see appendix to service description for details): Object planning of open spaces in accordance with Section 38 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III and object planning of traffic facilities in accordance with Section 45 ff. Hoai Lph 1 to 3 and 5 to 9, fee zone III. Special services: Local construction monitoring for traffic facilities, public information events, appointments with political committees, dendrological report, traffic control plans for construction stages (ready for order), coordinated management plan. A phased commissioning is planned. Project period: Start of planning 2nd quarter 2025, start of construction 2026. Eligible costs: Quartiersplatz: Outdoor facilities approx. EUR 1.47 million net, traffic facilities approx. EUR 1.47 million net Alfred-delp-strasse: Outdoor facilities approx. EUR 0.11 million net, traffic facilities approx. EUR 0.45 million net Freigerichtstrasse: Outdoor facilities approx. EUR 0.10 million net, traffic facilities approx. EUR 0.40 million net
Closing Date13 Jan 2025
Tender AmountRefer Documents 

PROVINCE OF ZAMBOANGA DEL NORTE Tender

Others
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial Capitol, Estaka, Dipolog City Email Add: Bidsandawards22@gmail.com January 03, 2025 Invitation To Bid The Provincial Government Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Is Inviting Interested Parties/ Bidders To Bid For The Following Contract: Contract Id: Pr#tf 24-12-114(q) Contract Name: Procurement Of General Repair And Maintenance Services Location/purpose: For The Repair And Services Of Elevator At Zamboanga Del Norte Medical Center. Approved Budget For The Contract (abc): P810,000.00 (inclusive Of All Applicable Taxes)  Bidders/contractors Must Have An Expertise In Undertaking A Similar Project, Completed At Least Two Similar Contracts Which The Equivalent Amount Is At Least 50% Of The Proposed Project For Bidding Within The Last Three Years.  Bidders Are Inform That The Delivery Term Is 30 Calendar Days Upon Receipt Of Notice To Proceed.  Bidders/ Contractors Shall Submit Their One (1) Copy Sealed Envelope Containing Their Technical And Financial Documents  Documents Submitted Must Be In Accordance With The Checklist Provided And Must Have A Corresponding Label Or Name Plates.  The Eligibility Check/ Screening As Well As The Preliminary Examination Of Bids Shall Use The Non- Discretionary "pass/ Fail" Criteria.  Post Qualification Of The Lowest/ Single Bids Shall Be Conducted.  All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Evaluation Of Bids, Post Qualification And Award Of The Contract Shall Be Governed By The Pertinent Provision Of Ra 9184 And Its Implementing Rules And Regulations (irr).  All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In Itb Clause 14.  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. The Schedules Of Activities Are Listed As Follows: Bac Activities Schedule Advertisement / Posting January 04 - 10, 2025 Availability And Issuance Of Bidding Documents January 04 - 13, 2025 @ 08:30am Deadline For The Submission Of Bids January 13, 2025@ 08:30 Am Bid Opening And Evaluation January 13, 2025@ 09:00am  Payment For Bidding Documents Is A Non- Refundable Amount Of One Thousand Pesos Only (php1,000.00) Payable To The Office Of The Provincial Treasurer, Provincial Capitol Building, Dipolog City.  Prospective Bidders May Obtain Further Information From The Office Of The Bids And Awards Committee, Provincial Capitol Building During Office Hours @ 8:00am - 5:00pm.  Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Address Stated Above.  The Provincial Government Of Zamboanga Del Norte 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.  Bidding Documents Will Be Electronically Uploaded To The Philgeps Website Of The Provincial Office Of Zamboanga Del Norte At Bidsandawards22@gmail.com. Atty. Rafael R. Osabel, Jr. Bac Chairman Annex A: Procurement Of General Repair And Maintenance Services Pr#tf 24-12-114(q) Abc: P810,000.00 1. 1 Lot Repair And Maintenance Including Services For Elevator Scope Of Work: *1 Unit Dor 123-oa *1 Unit Dor 124-1a *1 Unit Power Supply *1 Unit Door Motor *1 Session Services And Labor *1 Session General Cleaning: Hose Way, Car Cleaning, Door Contact Cleaning, Door Contact Adjustment, Ground Floor Adjustment Button, Cleaning Floor By Floor, Adjustment Floor By Floor ***nothing Follows***
Closing Date13 Jan 2025
Tender AmountPHP 810 K (USD 13.8 K)

FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender

Others
United States
Details: This Is A Sources Sought Notice. This Notice Is Issued For Market Research Purposes Only. This Is Not A Solicitation Or Invitation For Offerors To Submit Bids. A Synopsis Of Proposed Contract Action Will Be Posted At A Later Date Which Will Provide Instructions For Bidders To Respond To This Opportunity. please Do Not Respond To This Notice If You Are Not Seriously Interested And If You Do Not Perform This Requirement. It Will Delay The Posting Of The Solicitation Due To Further Market Research That Will Be Required. the Federal Bureau Of Prisons (fbop) Anticipates Issuance Of A Solicitation For The Award Of A Firm-fixed-price Construction Contract For A Project Entitled Upgrade Elevators, At The Federal Metropolitan Detention Center Los Angeles (mdcla), Located In Los Angeles, California. mdcla Is A Federally Owned High-rise Facility Located At 535 N Alameda St, Los Angeles, Ca 90012-3405. The Project Consists Of The Following: 1.1 Work Covered By Contract Documents a. Upgrade Of 4 Elevators, Including New Machines, Operational Controls, Door Equipment, Signal Fixtures, Car Interior Finishes. b. Provide All Labor, Engineering, Tools, Transportation, Services, Supervision, Materials, And Equipment Necessary For And Incidental To Satisfactory Completion Of Required Work As Indicated In Contract Documents. c. Provide All Required Staging, Hoisting And Movement Of New Equipment, Reused Equipment, Or Removal Of Existing Equipment. d. Applicable Conditions Of Purchaser's General, Special, And Supplemental Conditions. e. Prime Contracts Are Defined Below, And Each Is Recognized To Be A Major Part Of Required Work To Be Performed Concurrently In Close Coordination With Work Of Other Contractors. A.this Contract: Upgrade Elevators f. Scope Of Contract Includes, But Is Not Limited To, The Following: A. Coordination, Scheduling, And Management Of Work Of Component Suppliers And Subcontractors. B. Furnish And Install Equipment As Specified, Utilizing Existing And/or Modified Hoist Ways And Machine Rooms. C. Specific Item Of Required Work Which Cannot Be Determined To Be Included In Another Contract Is Thereby Determined To Be Included In Prime Contract. D. Any Item That Is It Related Will Require Prior Fitara Approval. 1.2 Prime Contractor's Duties a.prime Contractor's Duties Include The Following: A. Provide And Pay For Labor, Materials And Equipment, Tools, Construction Equipment And Machinery, And Other Facilities And Services Necessary For Proper Execution And Completion Of Required Work. B. Pay For Legally Required Sales, Consumer, And State Remodel Taxes. C. Secure And Pay For Required Permits, Fees, And Licenses Necessary For Proper Execution And Completion Of Required Work, As Applicable At Time Of Quotation Due Date. D. Give Required Notices. E. Comply With Codes, Ordinances, Rules, Regulations, Orders, And Other Legal Requirements Of Public Authorities Applicable To Performance Of Required Work. F. Promptly Submit Written Notice To Consultant Of Observed Variance Of Contract Documents From Legal Requirements. G. Enforce Strict Discipline And Good Order Among Employees. Do Not Employ Persons Unskilled In Assigned Task. see The Statement Of Work/specifications Attachments For The Complete Requirements Of The Work. pursuant To Federal Acquisition Regulation (far) 36.204, The Estimated Magnitude Of The Project Lies Between $1,000,000 And $5,000,000.(note: This Range Is One Of 8 Available Ranges From Far 36.204 And Is Not Meant To Imply That The Project Has Necessarily Been Estimated/budgeted To The Maximum Of The Selected Range. It Merely Conveys That The Estimate/budget Lies Somewhere Within That Range.) the North American Industrial Classification System (naics) Code Applicable To This Requirement Is 238290 With A Corresponding Small Business Size Standard Of $22 Million. To Be Considered An Interested Vendor, You Must Possess This Naics Code In Your Www.sam.gov Registration. interested Bidders Must Be Registered In Www.sam.gov. the Fbop Is Seeking Small Business Contractors For This Project. Your Business Size Metrics Information Entered In Your Sam Registration Must Be Less Than Or Equal To The Small Business Size Standard Specified Above. Interested Small Business Contractors Are Requested To Respond To This Notice By Adding Their Names To The Interested Vendors List For This Posting In Sam.gov (must Be Logged-in To Your Vendor Account)
Closing Date17 Jan 2025
Tender AmountRefer Documents 

University Of The Philippines Tender

Publishing and Printing
Philippines
Details: Description University Of The Philippines Baguio Governor Pack Road, Baguio City, Benguet, Car Vat Reg. Tin: 000-864-006-00007 Telephone No. 074-442-3484 Email Address: Spmo.upbaguio@up.edu.ph Request For Quotation (rfq) Procurement Project: Printing And Framing Of Photographs Purchase Request No.: 24109 Approved Budget For The Contract: ₱ 88,000.00 Date: 07 January, 2025 Rfq No.: 0002 Mop: Svp Instructions: 1. Accomplish This Rfq Correctly And Completely. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidder Or Any Of Your Duly Authorized Representative/s. 2. Bidder Must Possess Documentary Requirements Such As A Valid Business Permit, Philgeps Registration Certificate, A Notarized Omnibus Sworn Statement (for An Approved Budget For The Contract [abc] Above ₱50,000 Except For Shopping As An Alternative Method Of Procurement) And Income/ Business Tax Return (for Abc Above Php 500,000.00). These Shall Be Submitted During The Evaluation Of The Offer As Per Appendix A Of Annex "h" Of The Revised Irr Of Ra 9184. Quotations Exceeding The Abc Shall Be Rejected.* In Addition: 2a. For Corporations & Cooperatives: A Notarized Secretary's Certificate Or Notarized Board Resolution; 2b. For Sole Proprietorship: A Notarized Special Power Of Attorney If The Oss Affiant Is Other Than The Sole Proprietor. 3. Warranty**, If Appropriate, Shall Be Six (6) Months For Supplies And Materials, One (1) Year For Equipment From The Date Of Acceptance Of The Procuring Entity. 4. Please Submit Through Email To Spmo.upbaguio@up.edu.ph And Cc: Bac.upbaguio@up.edu.ph With The Subject Heading “rfq No. 0002” Or Physically In An Envelope, Preferably Sealed, At The Supply And Property Management Office, Up Baguio Not Later Than 1:00 Pm On 13 January 2025. 5. Price Validity Shall Be For A Period Of 90 Calendar Days. 6. If Applicable, Bidders Shall Indicate The Brand And Model Number Of The Item/s Being Offered. 7. Failure To Follow These Instructions Will Disqualify Your Entire Quotation. Please Quote Your Lowest Government Price (including Vat) On The Item/s Listed Below, And State The Time Of Which You Can Make Delivery. The Information Stated Below Shall Be The Basis For The Evaluation And Calculation Of Your Quotation. Canvassed By: Brian D. Lumague Mary Anne R. Rivera (sgd.) Head, Spmo Item No. General Description Compliance With Technical Specifications (pls. Check) Brand (n/a If Not Applicable) Unit Of Mea-sure (ex. Pc, Lot, Kl) Qty Unit Price Total Price Quoted Unit Price* Total Quoted Price Yes No 1 Printing And Framing Of Photographs Lot 1 88,000.00 88,000.00 20 Pcs Canvass Printing And/ With Plain Frame Color (16"x 20") - High Resolution/ Printing 10 Pcs Canvass Printing And/ With Plain Frame Color (20"x 24") - High Resolution/ Printing ***please Indicate Unit Price Of Each Item*** Contract Award: Quotation Having Several Items That Shall Be Awarded As One Lot. #ref! Delivery Period: 30 Calendar Days *indicating A Price/amount Under "quoted Unit Price" Shall Mean That Bidder Will Comply With The Technical Specification Of The Item Even Without A Check On The Compliance Column; Otherwise, Bidder Must Provide A Counter-offer. Reminders: A. A Recently Expired Mayor’s/business Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Concerned Local Government Unit. However, A Copy Of Your Mayor's Or Business Permit Shall Be Required To Be Submitted After Award Of Contract But Before Payment. B. Procuring Entities Already Maintaining An Updated File Of Any Of The Bidder’s Above-mentioned Requirements, Whether Through The Philgeps Certificate Of Registration And Membership Or Its Own Records, May No Longer Require Re-submission Of Specific Documentary Requirements. ꙳꙳꙳ Nothing Follows ꙳꙳꙳ Total: ₱ 88,000.00 Total Quoted Amount In Words: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Items At Prices Noted Above. Name Of The Company: Tel. No. : Address: Fax No. : Name Of Representative: Email Address: Position: Signature: Date:
Closing Date13 Jan 2025
Tender AmountPHP 88 K (USD 1.5 K)

Municipality Of Sominot, Zamboanga Del Sur Tender

Machinery and Tools
Philippines
Details: Description 2 Set Portable Impact Wrench With Cordless Impact Ratchet Cordless Impact Wrench: Model: Ciwli2038 Brushless Motor Voltage: 20v Square Drive: 1/2" Inch No-load Speed: 0-1300/0-2300rpm Impact Rate: 0-2000/0-3300bpm Max Torque: 300nm Integrated Led Work Light Cordless Drive Ratchet Model: Cdrli20601 Voltage: 20v Max Torque: 65nm Square Drive: 3/8" Inch No-load Speed: 0-250/min Inclusions: 10pcs 1/2" Inch Dr Impact Sockets 1pc 3/8" Inch Dr To 1/2" Inch Dr Impact Adapter 2pcs 2.0ah Battery Pack (fbli20011) 1pc Charger (fcli2001) Charge Volts: 220-240v~50/60hz 2 Unit Portable Welding Machine With Complete Accessories Mma-350a Welding Machine Inverter Arc Welding Machine With Protective Shell Igbt Rated Output Current: 350 Amperes Unit Size: 14 Inches Power Cord Length: 68 Inches Welding Cable: 58 Inches With Accessories (earth Clamp, Electrode Holder, Welding Gloves, Simple Mask) 2 Pc Cordless Impact Drill: Specifications: Voltage: 12v No-load Speed: 400/0-1500rpm Maximum Impact Speed: 22500bpm Maximum Torque: 20nm Plastic Chuck Chuck Capacity: 0.8-10mm (1/32-3/8" Inch) Torque Settings:18+1+1 Integrated Led Work Light Inclusion: 1pc Cr-v 65mm Drill Bit 3pcs Of Masonry Bits 2pcs 1.5ah Batteries (fbli12153) Battery Charging Port: Usb Type C 2 Unit Cordless Angle Grinder: Specifications: Grinder 20v Cagli1001 Powershare Model: Cagli1001 No-load Speed: 8500rpm Disc Diameter: Ø100mm Spindle Thread: M10 Spindle Lock Inclusion: Extra Carbon Brush Manual Auxiliary Handle With Lithium-ion And Charger Included 2 Set 12pcs Double Ring End Spanner Set (6x To 32mm) Size: 6x7 , 8x9 , 10x11 , 12x13 , 14x15 , 16x17 , 18x19 , 20x22 , 21x23 , 24x27 , 25x28 , 30x32mm 2 Set Car Motorcycle Repair Set Hand Tools Specifications: Material: Chrome Vanadium Steel Color: Silver Box Color: Red Size 155x25x25mm Box Size: 240x125x45mm Package Size: 240x140x45mm Package Included: 21 X Screwdiver Sockets: T10 , T15 , T20 , T25 , T30 , T40 , H3 , H4 , H5 , H6 , H7 , H8 , S4 , S5.5 , S7 , Ph1 , Ph2 , Ph3 , Pz1 , Pz2 , Pz3 13 X 1/4" Dr Sockets 4, 4.5, 5, 5.5, 6, 7, 8, 9, 10, 11, 12, 13, 14mm 3 X Hex Key Wrenches 1.5, 2, 2.5mm 1 X 1/4" Dr Universal Joint 1 X 1/4" X 2" Extension Bar 1 X 1/4" X 4" Extension Bar 1 X 1/4" X 4" Flexible Extension Bar 1 X 1/4" Dr Sliding Bar 1 X 1/4" Quick Drop Ratchet Handle 1 X 6" Spinner Handle 1 X Storage Case
Closing Date7 Feb 2025
Tender AmountPHP 59.6 K (USD 1 K)

Department Of Education Division Of Apayao Tender

Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid Supply And Delivery Of Sterilized Milk For The Implementation Of School-based Feeding Program Sy 2024-2025 (lot 2) Negotiated Procurement (two-failed Biddings) 1. The Schools Division Office Of Apayao, Through The Fy 2024 School-based Feeding Program (sbfp) Fund Intends To Apply The Sum Of One Million Four Hundred Ninety Seven Thousand One Hundred Seventy Four Pesos Only (php 1,497,174.00) Being The Abc To Payments Under The Contract For Supply And Delivery Of Sterilized Milk For The Implementation Of School-based Feeding Program Sy 2024-2025 (lot 2). 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 15 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 2, 2025, From The Given Address And Website(s) Below. 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. 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 2, 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 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On January 2, 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. 9. 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. 10. 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 11. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.depedapayao.com For Online Bid Submission: Sdobacapayao2024@gmail.com Jerry B. Sario, Jr. Assistant Schools Division Superintendent Bac Chairperson
Closing Date2 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.8 K)
3991-4000 of 4129 archived Tenders