Cars Tenders

Cars Tenders

BARANGAY CARDIZ, BAGULIN, LA UNION Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For The Improvement Of 410 Lm Access Road At Sitio Guesset 1. The Barangay Local Government Unit Of Cardiz, Through The Government Of The Philippines Fund For The Year 2024 Intends To Apply The Sum Four Million Five Hundred Twenty Thousand Eight Hundred Forty-seven Pesos (php 4,520,847.00) Only, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Improvement Of 410 Lm Access Road At Sitio Guesset With Project Identification Number Of Kkb-car-01. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Barangay Local Government Unit Of Cardiz Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Eighty-four (84) Calendar Days Upon The Receipt Of Notice To Proceed. Bidders Should Have Completed 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 Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. In Case A Tie Occurred Between And/or Among Bidders During The Opening Of Bids, The Procuring Entity Will Use “draw Lots” To Determine The Winning Bidder. 4. Interested Bidders May Obtain Further Information From Barangay Local Government Unit Of Cardiz And Inspect The Bidding Documents At The Address Given Below During Monday To Friday At 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 27, 2025 To February 18, 2025 From Given Address Below During Regular Work Hours 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 Thousand Pesos (php 5,000.00) Only. 6. The Barangay Local Government Unit Of Cardiz Will Hold A Pre-bid Conference On February 05, 2025, 10:00 Am At Barangay Hall Of Cardiz, Bagulin, La Union Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 18, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 18, 2025, 10:00 Am At The Given Address. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Barangay Local Government Unit Of Cardiz 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Marina G. Laoyan Secretariat Head Barangay Local Government Unit Of Cardiz Bagulin, La Union 0945 8292088 Marinalaoyan5@gmail.com
Closing Date18 Feb 2025
Tender AmountPHP 4.5 Million (USD 78.1 K)

Technical Education And Skills Development Authority - TESDA Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Corrigendum : Tender Amount Updated
Philippines
Details: Description Tesda-op-as-04-f03 Rev. No. 01-07/21/21 Annex “a” Price Quotation Form Date: ________________ Tesda Vii - Provincial Office Salinas Drive Avenue Lahug Cebu City Sir/madam: After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation/s For The Item/s As Follows: No. Item Description Qty Unit Approved Budget For The Contract (in Peso) Offer "compliance With The Technical Specifications (please Check)" Price Offer Remarks Yes No 1 Electronic Control Unit (ford Ranger Xlt 2018 Model) 1 Unit 60,000.00 2 Fuel Enjector Assembly (4 Cylinder) 1 Set 22,000.00 3 13 Plater Battery Maintenance Free 2 Piece 6,000.00 4 Starter Motor Ford Ranger Xlt 2018 Model 1 Unit 15,000.00 5 Alternator Toyota 4a Fe Engine 1 Unit 10,000.00 6 Brake Pad Toyota Corolla 2 Set 1,200.00 7 Brake Shoe Toyota Corolla 2 Set 1,500.00 8 Epoxy Primer (gray) 4 Liter 800.00 9 Eurithine Thiner 8 Liter 900.00 10 Eurithine Paint White 5 Liter 800.00 11 Eurithine Paint Top Coat 10 Liter 1,000.00 12 Sand Paper No. 400 10 Piece 25.00 13 Sand Paper No. 600 10 Piece 25.00 14 Sand Paper No. 200 10 Piece 25.00 15 Sand Paper No. 1000 20 Piece 25.00 16 Auxillary Fan For Car Aircon 2 Piece 2,000.00 Page 1 Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Bidders May Quote For Any Or All Of The Items. 3. Price Quotation/s Must Be Valid A Period Of Thirty (30) Calendar Days From The Date Of Submission. 4. Price Quotation/s, To Be Denominated By Philippine Peso Shall Include All Taxes, Duties And Or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation Which Complies The 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 You Or Any Of Your Duly Authorized Representative/s. 8. The Item/s Shall Be Delivered According To The Requirements In The Technical Specifications. 9. Tesda Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Confirmity To The Technical Specifications. "10. Liquidated Damages Equivalent To One Tenth Of One Percent (0.001) Of The Value Of Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. Tesda 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." Name Of Business/company Signature Over Printed Name Office Telephone/fax No. Mobile No. E-mail Address Pqf Page 2
Closing Date26 Feb 2025
Tender AmountPHP 154 K (USD 2.6 K)

Municipality Of Valencia, Bohol Tender

Publishing and Printing
Philippines
Details: Description Air Freshener, 320ml 10 Bots Alcohol Ethyl, 500ml 30 Bots Ballpen Black 40 Box Ballpen, Blue 5 Box Bleach, Small 30 Bots Bondpaper A4, Sub 20 30 Ream Bondpaper Long, Sub 20 20 Ream Bondpaper Short, Sub 20 50 Ream Broom (tukog) 5 Pcs Specialty Paper, White Long 5 Packs Car Freshener, 180g 5 Can Computer Ink Black 680 10 Pcs Computer Ink Black 682 15 Pcs Computer Ink Colored 680 5 Pcs Correction Tape, 6m 30 Pcs Double Sided Tape, 3/4" 5 Pcs Dust Cleaner, 500ml 2 Bots Envelope Long Brown, Ordinary 20 Pcs Envelope Short Brown, Ordinary 20 Pcs Epson Ink 003 Black 30 Pcs Epson Ink 664 Black 32 Pcs Expanded Folder Long, Brown 20 Pcs Expanded Folder Long, Pink 15 Pcs Expanded Folder Long , White 20 Pcs Fabric Conditioner, 250ml 20 Bots Floor Mop 2 Pcs Folder Long, Green 10 Pcs Folder Long, White 20 Pcs Folder Short, White 20 Pcs Furniture Cleaner, 330ml 10 Bots Glass Cleaner, 500ml 15 Bots Binder Clip Big, 2" 2 Dozen Binder Clip Small, 1" 2 Dozen Masking Tape, 1" 2 Pcs Mechanical Pencil 5 Pcs Paper Fastener 5 Box Paper Clip, Big 15 Box Paper Clip, Small 20 Box Pencil 10 Pcs Pentel Pen, Black, Broad 5 Pcs Pentel Pen, Blue, Broad 5 Pcs White Board Pen, Black 2 Pcs Plastic Envelope With Handle 10 Pcs Sticky Notes (76mm X 76mm) 20 Pcs Sticky Notes (2x3) 20 Pcs Puncher 1 Pcs Record Book, 500 Pages 10 Pcs Rubber Eraser 5 Pcs Rug 5 Pcs Scotch Tape (1 Inch) 4 Pcs Sign Pen, Black, 0.5 20 Pcs Sign Pen, Blue, 0.5 10 Pcs Highlighter 3 Pcs Stamp Pad 2 Pcs Staple Wire No.35 9 Box Toilet Bowl Cleaner 1l 15 Bots Toilet Brush 4 Pcs Toilet Paper, 2 Ply 20 Roll Rubber Bond, Big No.18 15 Box Broom (lanot) 10 Pcs Insect Spray, 500ml 10 Bots Special Paper, Beige 15 Packs Garbage Bag, Large 3 Packs Powder Detergent, 57g 5 Dozen Document Keeper 3 Pcs Brother Ink, Black 5 Bots Brother Ink, Cyan 3 Bots Brother Ink, Magenta 3 Bots Brother Ink, Yellow 3 Bots Brother Ink, Black 5 Bots Paper Cutter, Small 5 Pcs Sharpener, 2 Holes 10 Pcs Laminating Film (222mm X 286mm), Short 1 Box Sticker Paper Long 10 Packs
Closing Date30 Jan 2025
Tender AmountPHP 170 K (USD 2.8 K)

State Bank Of India - SBI Tender

Auction
India
Details: Auction Sale Of Immovable Property - Item No. 1: This Describes The First Part Of The Property.details: It's A Piece Of Land Measuring 2320 Sq.ft. (as Per Document) Or 2367 Sq.ft. (as Per Patta). plot No.: 18 planning Permit: No. 976/07, D.dis No. 3301/07/a3, Dated 12.06.2007. location: Old Survey No. 348, New Survey No. 348/1, Sub-division New Survey No. 348/1a2, Situated At Old No. 57, New No. 30, Gerugambakkam Village, Previously Sriperumbudur Taluk, Now Alandur Taluk, Kancheepuram District. boundaries: north: Survey No. 349 south: 20 Feet Road east: Plot No. 2b west: Survey No. 348/1 measurements: east To West On Northern Side: 32 Feet east To West On Southern Side: 32 Feet north To South On Eastern Side: 71 Feet   north To South On Western Side: 74 Feet total Area: 2320 Sq.ft. item No. 2: This Describes The Second Part Of The Property. details: It's A Piece Of Land Measuring 2224 Sq.ft. (as Per Document) Or 2260 Sq.ft. (as Per Patta). plot No.: 28 planning Permit: No. 976/07, D.dis No. 3301/07/a3, Dated 12.06.2007. location: Old Survey No. 348, New Survey No. 348/1, Sub-division New Survey No. 348/1a3, Situated At Old No. 57, New No. 80, Gerugambakkam Village, Previously Sriperumbudur Taluk, Now Alandur Taluk, Kancheepuram District. boundaries: north: Survey No. 349 south: 20 Feet Road east: Plot No. 3b west: Plot No. 18 measurements: east To West On Northern Side: 32 Feet east To West On Southern Side: 32 Feet north To South On Eastern Side: 68 Feet   north To South On Western Side: 71 Feet total Area: 2224 Sq.ft. combined Area Of Items 1 & 2: total Area: 2320 Sq.ft. (item 1) + 2224 Sq.ft. (item 2) = 4544 Sq.ft. boundaries: north: Survey No. 349 south: 20 Feet Road east: Plot No. 3b west: Survey No. 348/1 measurements: east To West On Northern Side: 64 Feet east To West On Southern Side: 64 Feet north To South On Eastern Side: 68 Feet north To South On Western Side: 74 Feet total Area: 4544 Sq.ft. schedule-b: 462 Sq.ft. Of Undivided Share Of Land Out Of The Total Extent Mentioned In Schedule A Property. schedule-c: residential Flat Bearing Flat No As-3 In Second Floor, A-block Having A Super Built-up Area Of 991 Sq.ft. (including Common Areas) Along With One Covered Car Parking In The Building Known As "aadhira" In Gerugambakkam, Chennai 600128.
Closing Date24 Feb 2025
Tender AmountRefer Documents 

Narodowy Instytut Onkologii Im Marii Sk Odowskiej Curie Pa Stwowy Instytut Badawczy Oddzia W Gliwicach Tender

Machinery and Tools
Poland
Details: Title: Sukcesywne Dostawy Odczynników I Materiałów Zużywalnych Dla Narodowego Instytutu Onkologii Im. Marii Skłodowskiej – Curie - Państwowego Instytutu Badawczego, Oddziału W Gliwicach description: 1. Przedmiotem Niniejszego Zamówienia Są Sukcesywne Dostawy Odczynników I Materiałów Zużywalnych Dla Narodowego Instytutu Onkologii Im. Marii Skłodowskiej – Curie - Państwowego Instytutu Badawczego, Oddziału W Gliwicach 2. Opis Przedmiotu Zamówienia Oraz Warunki Realizacji Zamówienia Zawarte Są W Załącznikach: 1) Specyfikacja Asortymentowo-cenowa - Załącznik Nr 2.1-2.6 2) Parametry Oceniane –zadanie Nr 6 - Załącznik Nr 2.7 3) Parametry Oceniane –zadanie Nr 6 - Załącznik Nr 2.8 4) Projektowane Postanowienia Umowy, Które Zostaną Wprowadzone Do Treści Umowy – Załącznik Nr 4 Do Swz. 3. Zamawiający Dopuszcza Możliwość Składania Ofert Częściowych, A Zatem Przedmiot Zamówienia Podzielony Jest Na 2 Odrębne Zadania, W Tym: Zadanie Nr 1 -sukcesywne Dostawy Odczynników Barwień Standardowych Zadanie Nr 2 -sukcesywne Dostawy Szkiełek Podstawowych Zadanie Nr 3 -sukcesywne Dostawy Odczynników I Materiałów Zużywalnych Do Automatycznej Elektroforezy Zadanie Nr 4 -sukcesywne Dostawy Odczynników Do Detekcji Komórek Car-t Zadanie Nr 5 -sukcesywne Dostawy Odczynników Do Utrwalania I Permeabilizacji Komórek W Zawiesinie Zadanie Nr 6 Sukcesywne Dostawy Odczynników Do Oznaczania Glukagonu 3. Zamawiający Przewiduje Możliwość Zmian Postanowień Zawartej Umowy (tzw. Zmiany Kontraktowe W Oparciu O Art. 455 Ust. 1 Pkt. 1 Ustawy) W Stosunku Do Treści Oferty, Na Podstawie Której Dokonano Wyboru Wykonawcy, Zgodnie Z Warunkami Zawartymi W Załączniku Nr 4 Do Swz. Zmiana Umowy Może Także Nastąpić W Przypadkach, O Których Mowa W Art. 455 Ust. 1 Pkt 2-4 Oraz Ust. 2 Ustawy Pzp. 4. Kryteria Oceny Ofert: Cena ( 100%) W Zakresie Zadania Od 1 Do 5, Oraz Cena (60%) I Parametry Oceniane ( 40%) W Zakresie Zadanie Nr 6 5. Informacje Na Temat Wspólnego Ubiegania Się Wykonawców O Udzielenie Zamówienia Zawarte Zostały W Rozdziale Ix Swz. 6. Szczegółowe Informacje Dotyczące Niniejszego Postępowania Zawarte Są W Swz. 7. Klauzulę Informacyjna Wynikającą Z Treści Art. 13 Rozporządzenia Parlamentu Europejskiego I Rady (ue) 2016/679 Z Dnia 27 Kwietnia 2016 R. W Sprawie Ochrony Osób Fizycznych W Związku Z Przetwarzaniem Danych Osobowych I W Sprawie Swobodnego Przepływu Takich Danych Oraz Uchylenia Dyrektywy 95/46/we, Zamawiający Zamieścił W Swz. 8. Trmin Związania Ofertą Wynosi: 90 Dni. Bieg Terminu Związania Ofertą Rozpoczyna Się Wraz Z Upływem Terminu Składania Ofert. Dzień Ten Jest Pierwszym Dniem Terminu Związania Ofertą. Powyższe Oznacza, Iż Termin Związania Ofertą Upływa W Dniu 06.05.2025r.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Ormoc City Tender

Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Cmo Government Of Ormoc City P.r. No.: 250304 Bids And Awards Committee Quotation No.: 255859-3220 Ormoc City Philgeps No.: Standard Form Title: Request For Quotation Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By You Or Your Authorized Representative Not Later Than _______ _______________________. (sgd) Katheryn A. Solaña Procurement Officer Note: (1) All Entries Must Be Typewritten Or Legibly Written. Of Acceptance By The End-user. (4) Price Validity Shall Be For A Period Of (2) Delivery Period Within 15 C.d. Upon Receipt Of The Sixty (60) Days. (5) G-eps Reg No., Mayors Permit, Dti/sec, And For Abc's Above Approved Funded Purchase Order (p.o.). Administrative 500k - Itr & Omnibus Sworn Statement Shall Be Attached Upon Submission Penalties Pursuant To Sec. 69 Of The Revised Irr-ra 9184 Shall (6) Bidders Shall Submit Original Brochures Showing Certifications Of Be For A Minimum For Non-delivery Without Valid Reason. The Products If Applicable. (7) The Approved Budget Ceiling For This (3) Warranty Shall Be For A Period Of Three (3) Months Of Procurement Is (amount Indicated Below) Supplies & Materials, One (1) Year For Equipment, From Date Php 152,520.00 Activities Schedule From To 1 Issuance Of Canvass Friday February 14, 2025 Wednesday February 19, 2025 2 Submission Of Canvass Thursday February 20, 2025 10:00 Am 3 Opening Of Canvass Thursday February 20, 2025 2:00 Pm # Item And Description Qty Unit Cost Total 1 Tire (pc) 2 Pc 7.50 X 15 Tire Inner Tube For Existing Government Service Vehicle With Engine # Sgm401 = L300 Canter (driver: Pastor Son) 2 Battery, 12v 2 Pc 13 Plates 3 Brake Shoe (set) 2 Set 4 Tire (pc) 4 Pc Tubeless Tire, 205/65 R16 For Existing Government Service Vehicle With Engine# S5w 971 Innova Ddriver : Rodney Villacorta 5 Battery, 12v 1 Pc 13 Plates Maintenance Free 70lb3/din66 6 Matting (set) 1 Set Car Matting 7 Tire (pc) 1 Pc For Existing Government Service Vehicle With Engine# P2d 288 Toyota Hi-ace Van (driver: Meljun Castañeda Tire, Tubeless 215/70 R16 -x-x-x-x-x-x-x- Nothing Follows -x-x-x-x-x-x-x- Grand Total >>> * Brand And Model : Warranty : Delivery Period : Price Validity : After Having Carefully Read And Accepted Your Conditions, I/we Quote You On The Item At Prices Noted Above And Hereby Commit To Deliver The Same If Adjudged To Have The Lowest And Responsive Quotation. Business Name 2025-02-250304 Printed Name/signature/date
Closing Date19 Feb 2025
Tender AmountPHP 152.5 K (USD 2.6 K)

METRO SAN FERNANDO WATER DISTRICT LA UNION Tender

Others
Philippines
Details: Description Request For Quotation Date: January 8, 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 Hotel Accommodation And Venue In Cabanatuan City, Nueva Ecija. The Procurement Of Hotel Accommodation And Venue 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 14, 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 Hotel Accommodation And Venue 1 Lot - Tentative Date: February 6-8, 2025, Two Nights - Tentative Arrival Time: 10:00pm 02/06/25 - At Least Three-star Hotel Accommodation - Within At Least One Hour And 30mins. Regular Drive To And From Pantabangan Dam And Cabanatuan Water District - Accommodation With Breakfast As Follows: 1. One Deluxe Room (or Equivalent) Separate Beds 2. One Deluxe Room (or Equivalent) With Extra For Extra Person, Separate Beds 3. Standard Room Or Equivalent For 5 Pax (male), Can Either Be One Room For All Pax Or Two Rooms Single Beds Each 4. Standard Room Or Equivalent For 5 Pax (male), Can Either Be One Room For All Pax Or Two Rooms Single Beds Each 5. Standard Room Or Equivalent For 5 Pax (female), Can Either Be One Room For All Pax Or Two Rooms Preferably Single Beds Each - Venue Hall 1. Venue Hall With Lcd/led Screen Or Projector That Can Accommodate 15pax, Round Table, Two Table Set-up For February 07, Dinner Time 2. Buffet/family Meal Set Meal With Drinks For 15pax 3. Drinks Will Be Soft Drinks And Shall Include At Least Two Bottles/can Of Diet Cola (zero Sugar), And Extra Sparkle Juices At Least Two Bottles Or Two Pitchers 4. Meal Includes: - Appetizer (nuts, Cheese Sticks Or Chips) - Rice (steam) - 3 Viands, Meat And Vegetable - Dessert (mixed Fruits Or Pastry) - Luch Family Set For February 8 1. Meal Includes: - Rice (steam) - 3 Viands, Meat And Vegetable - Dessert (fruit) 2. Terms Of Delivery / Delivery Schedule The Above Requirements Comprise The Services Requirement Of The Office. The Procurement Of The Items/services Commences Upon Receipt Of The Purchase Order/contract Of Service. 3. Payment The Single Advance Payment Not To Exceed 50% Of The Contract Amount Shall Be Made Through The Issuance Of A Check Upon Contract Signing And 50% Payment Upon Check-out. 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: Eighty-five Thousand Five Hundred Pesos In Figure: 85,500.00php Items/services Offered Unit Price (a) Offered Qty (b) Total Offered Quotation (a X B) Hotel Accommodation And Venue 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. -------------------------------------------------------------------------------------------------------------------------------------------- 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 Date17 Jan 2025
Tender AmountPHP 85.5 K (USD 1.4 K)

DEPT OF THE AIR FORCE USA Tender

Chemical Products...+1Aerospace and Defence
Corrigendum : Closing Date Modified
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 F3g5ga4345a001. This Solicitation Is A Request For Quotation (rfq). 2. The Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2025-1, Dated 12 November 2024. 3. This Rfq Is To Be Solicited As A Total Small Business Set Aside. The Associated North American Industry Classification System (naics) Code 314110 With A Small Business Size Standard Of 1,500 Employees. 4. The Anticipated Contract Type Will Be A Firm Fixed Price (ffp). See Attachment 1 For The Contract Line Item Number (clin) Structure. 5. Description Of Requirement For The Items To Be Acquired: ***reference Attachments 1 And 2 For Specifications, Descriptions, And Additional Information. a. Delivery Date: 120 Days b. Place Of Delivery: Nellis Afb, Nv c. Inspection And Acceptance: Fob Destination 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. **the Site Visit For This Requirement Is Mandatory For All Vendors Submitting Quotes** site Visit. The Site Visit Will Be Held At Nellis Afb, Nv On Friday, 3 January 2025, At 8:00 Am Pdt. Please Rsvp No Later Than Thursday, 2 January 2025, At 12:00 Pm Pdt. Send An Rsvp Email Sra Donald Rhee At Donald.rhee@us.af.mil And Ssgt Chase Brandt At Chase.brandt@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 7:00 Am Pdt. Vendor Are Required To Provide A Valid Driver’s License [this Must Be A Real Id Or Two (2) Forms Of Identification, Proof Of Insurance And Car Registration]. questions And Answers. All Questions Must Be Submitted Via Email To Sra Donald Rhee At Donald.rhee@us.af.mil. The Deadline For Submitting Questions Is Wednesday, 8 January 2025, At 12:00 Pm Pdt. Questions Submitted After The Cut-off Date Will Not Be Reviewed Or Answered. Answers Will Be Provided By Thursday, 9 January 2025, At 4:00 Pm Pdt. quote Due Date. Quotes Are Due On Monday, 13 January 2025, At 10:00 Am Pdt. Only Electronic Offers Submitted Via Email Will Be Considered For This Requirement. Submit Offers To Sra Donald Rhee At Donald.rhee@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 (oct 2018) 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 (may 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 (jan 2023) daffars 5352.201-9101 - Ombudsman (jul 2023) daffars 5352.242-9000 - Contractor Access To Air Force Installations (jun 2024) list Of Attachments attachment 1 – Items List (updated) attachment 2 – Floor Plan (updated) attachment 3 - Statement Of Work
Closing Date13 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Housekeeping Services
Corrigendum : Closing Date Modified
United States
Description: Valet Services martinsburg Va Medical Center rfq 36c24525q0249 questions And Answers 1. Where Is The Valet Parking Area? Right Corner Bottom Parking Lot Facing Away From Hospital. 2. Will You Provide A Map Indicating Where The Parking Area Is Located? Yes 3. Is The Parking Area Dedicated To Valet Use Only? Yes 4. How Manyâ parking Spaces Are Set Aside For Valet Use? 54 5. What Are The Daily Valet Volumes For The Past 12 Months As Reported By The Current Contractor? 90-100 6. Where Is The Valet Podium To Be Located? Contractor Will Provide Their Own Podium. 7. How Many Lanes Are Available For Dedicated Valet Use? Shared Space 8. How Many Feet Of Curb/lane Is Available For Valet Use? 50 Ft 9. Can The Contractor Use An Indoor Area Near The Main Entrance Such As A Vestibule Or Sectionâ of The Lobby During Inclement Weather? Yes, Vestibule, It Is Inside The Main Entrance On Left Corner 10. Where Can The Contractorâ store Equipment And Supplies? Contractor Will Need To Provide A Locked Cabinet Inside The Main Entrance Near Their Podium Of The Vestibule. 11. Is The Contractor Requiredâ to Assist Aâ patient With Getting Into Or Out Of A Vehicle Or Wheelchair? Please Refer To Pws For Details. 12. Is The Contractor Required To Use Any Lift Assistance Equipment?â  If So, Please Describe The Requirement. Please Refer To Pws Patient Assistance Section. 13. Why Was The Contract For Valet Services Awarded Last Year (36c24524c0111) Cancelled Before Service Began? The Contract Was Terminated For Convenience. 14. The Pws Requires Personnel To Perform Under The Contract Without Exceeding The Required Wait Time To Valet Park And Retrieve Vehicles, But There Is No Required Time Listed. What Is The Required Time Limit (example: 10 Minutes) Valet Attendants Have To In-process Vehicles From The Time Of Arrival? 3-5 Mins Is Acceptable. 15. What Is The Required Time Limit To Return Vehicles Once A Vehicle Owner Requests Their Vehicle? See Answer 14 16. The Solicitation Provides Instructions For Experience Information To Be Submitted. In Order To Help The Government Mitigate Performance Risks Associated With Performance While Maintaining Fair Competition, Will The Government Clarify The Specific Criteria That Will Be Used To Determine Technical Acceptability, Including The Minimum Required Experience, Qualifications, And Certifications For Personnel? Please Refer To The Rfq. 17. Will The Government Consider Evaluating Past Performance Relevance Also Based On Operational Complexity And Scope, Rather Than Solely On Contract Value And The Type Of Facility Services Were Provided, To Ensure Offerors With Experience Managing Valet Services At High-traffic Facilities With Similar Operational Tempo And Service Expectations Are Considered Technically Favorable? See Section E.11 For Details Regarding Past Performance. 18. In Addition To Offerors Demonstrating They Have The Necessary Staff And Are Properly Licensed To Operate Vehicles; Will The Government Establish A Minimum Staffing Plan Based On Operational Needs To Ensure Offerors Propose An Adequate Workforce To Meet Peak And Non-peak Demand? Contractors Are To Provide Adequate Staffing Of Customer Service Attendants, As Referenced In The Pws. 19. How Many Parking Spaces Does The Designated Valet Lot Have? Refer To Answer In Question 4 20. Is There An Overflow Lot That Can Be Used? If So, Where Is Its Location And how Many Parking Spaces Does It Have? Over Flow Will Be Adjacent To The Valet Parking. There Would Be An Additional 27-54 Spaces. 21. The Pws States The Contractor Shall Direct Vehicles Who Do Not Wish To use Valet Services To Appropriate Parking Lots. Are The Lots Clearly Marked For them, Such As Visitor Parking Or Patient Parking ? Yes 22. Does The Government Provide Space To Store Valet Equipment During Nonoperational hours? If So, Where At? Answered In Question 10 23. Is There A Cutoff Time Where Vehicles Are No Longer Accepted For Valet services? See Pws 24. Key Turnover Is To Be To The Administrative Office On Duty (aod). where Is The Aod Located (e.g. Emergency Department (ed))? Er 25. Is There A Different Area For Large Vehicles To Be Parked Or Is The Valet team Required To Use The Same Designated Lot For Oversized Vehicles Also? See Pws 26. Does The Government Anticipate Any Changes To The Current Number Of personnel Performing Valet Services At The Martinsburg Vamc? N/a 27. Can The Government Clarify If A Narrative Explanation Of The Pricing criteria Is Required? Please See Section E.13(c) As It Answers This Question. 28. Will The Government Confirm That All Offerors Will Be Required To Adhere To The Current Department Of Labor Wage Determination Rates Applicable To The Contract Performance Location, And That Proposals Will Be Evaluated To Ensure Compliance With These Rates? Additionally, Will The Government Assess Whether Proposed Pricing Is Sufficient To Meet The Requirements Of The Performance Work Statement (pws) Without Sacrificing Quality Or Compliance With Applicable Labor Laws? All Offerors Must Adhere To Wage Determination Rates. This Is A Firm-fixed Price Contract, Awarding To The Lowest Price Technically Acceptable (lpta) Offeror, As Stated In The Rfq. 29. Is This An Existing Requirement Or Is This A New Requirement? New Requirement 30. 'if This Is An Existing Effort; What Is The Prior Contract Award Amount, Name Of Incumbent And Period Of Performance? $1,235,796.60, Navigator International, 08/01/2019 07/31/2024 31. Is The Current Incumbent Contract Currently Fully Staffed With Qualified Personnel At The Current Pws Level? There Is No Incumbent. 32. What Is The Total Number Of Qualified Contractor Personnel On Staff? There Is No Incumbent. 33. Does The Current Incumbent Workforce Meet All Training Specified In The Sow? There Is No Incumbent. 34. How Long Does It Take To Process A New Candidate For Suitability/naci? Typically, 10 Business Days. 35. Is There A Requirement For The Contractor To Provide Personal Protective Equipment? Va Does Not Provide The Ppe. 36. A. Staffing: The Contractor Will Provide Adequate Staffing Of Customer Service Attendant(s) For The Hours Of Operation Specified. The Contractor Will Always Provide Adequate On-site Supervision To Handle Customer Concerns And Parking Incidents. The Contractor Does All Recruiting, Hiring, Training, And Supervising. is The Current Contractor Fulfilling All Of The General Procedures In The Current Contract? If Not, What/which Items Are Not Being Currently Provided? There Is No Incumbent. 37. B. Contractor Should Base Their Plan On The Martinsburg Vamc Serving Approximately 100 Vehicles Per Day. what Historically Is The Average Parking Time A Patient's Vehicle? What Is The Average Parking Spot Turn Over Time? Can Not Be Answered Since It Varies. 38. D. Provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed. what Ticket System Is Currently Being Used To Track Keys, Cars And The Customer? There Is No Incumbent. 39. D. Provide Professional Valet Booth(s), Locking Key Cabinet(s), Safety Cones, Signs, Roadblocks And Other Supplies And Materials And/or Miscellaneous Items Necessary To Operate And Manage Valet Services. All Signs Shall Be At Least 30 X 30 . Hand-written Signs Shall Not Be Allowed. is There A Valet Booth Currently In Place? There Is No Incumbent. 40. F. The Contractor Will Provide Va Approved Walkie-talkies Or Radios For The Valet Staff To Communicate With Each Other While Conducting Their Normal Duties Of Valet Parking. what Is The Range Of Use On These Walkie Talkies? 1 Mile? 1/2 Mile? Any Commercial Walkie Talkie Will Suffice. 41. The Contractor Shall Have Complete Control Of Vehicles Parked In Designated Valet Parking Area(s) In The Context Of Maximizing The Space Available And Facilitating A Smooth Operation. The Martinsburg Vapd Will Always Maintain Authority Over All Vehicles And Parking At The Facility. are Contractor Employees Allowed To Park At The Va Facility Without Any Fee? Yes 42. Are Electrical Outlets Available For Contractor Use At The Valet Station/post To Power Lighting And Heating/cooling Devices Designed For Outdoor Use? Outlets Are Available. 43. Training Is To Be Accomplished Outside Of Contract Duty Hours. if Outside Of Normal Hours, How Will The Government Schedule This Training And How Long Will Take? Contractor Is Responsible For Training. 44. In Addition To Safe Driver Training, The Minimum Customer Service Training Must Be Provided And Documented For Each Employee. is This Training Provided By The Va? Contractor Provided. 45. To Be Eligible To Perform Under This Contract, Each Contract Employee Must Satisfactorily Complete Va Talent Management System (tms) Web Base Training. how Long Is Tms Training For Average Individual. Does System Provide A Completion Certificate? Each Course Takes 15-20 Mins. 46. All Vehicle Damage Claims Brought To The Attention Of The Valet Contractor Shall Be Immediately Investigated And Validated Claims Shall Be Processed For Settlement. who Determines If Claim Is Valid? See Pws. 47. Proposed Hours Of Operation Are 6:30 Am To 5:00 Pm Monday Through Friday For The Martinsburg Vamc, Excluding Federal Holidays. what Are The Historically Peak Hours Per Day And/or During Which The Days Of Week? Hours Of Operation Of 6:30am To 5pm, We Expect Full Performance For These Hours. 48. The Contractor Shall Be Notified In Advance Of Any Special Events Which Might Cause Parking Problems Because Of Additional Patients, Patrons, Or Visitors To The Medical Center. historically, How Many Special Events In A Year Are Cause For Any Increase In Staff? Possibly 1-2 Events Per Year. 49. The Contractor Shall Be Responsible For The Replacement Of Items Or To Repair Vehicles Or Facilities To Previous Condition If The Contractor Is Determined To Be At Fault For The Damage. what Entity Is Authorized To "determine" Fault? Va Police Has Investigative Authority. 50. The Participating Va Medical Center Shall Provide Orientation And Training On Va Policies And Procedures Relating To Security, Patient Privacy, Safety, Emergency Procedures, Accidents/injuries, And Communication With Va Staff. The Required Training Shall Be Scheduled At A Post Award Meeting On A Mutually Agreeable Date And Coordinated With The Cor. how Long Is This Training And What Is The Frequency For Attrition / New Hires? Typically Done In 1-2 Days 51. All Contractor Employee S Will Be Issued A Government Piv Card (id Card). The Piv Card Must Be Always Worn While On Va Property. what Is Piv Issuance Turn Around Time? 10 Business Days 52. Is There A Minimum Or Maximum Number Of Past Performance References That May Be Submitted? This Is Outlined In Section E.11 53. Is There A Specific Or Preferred Format For Information Submission? See Section E.13 For Instructions On Submittals. 54. May The Offeror Submit Cpars Either In Lieu Or In Addition To Past Performance References? This Is Answered In Section E.11 55. Is There A Page Limit For Past Performance Information? No, Section E.11 Details Past Performance Information. 56. Is The Past Performance Information To Be Submitted In A Separate Volume Or Included In One Of The Outlined Volumes? Volume I 57. Is There A Page Limit Or Any Formatting Requirements For Any Of The Submission Requirements? Refer To Section E.13 For Submission Requirement Details. 58. Is This A New Requirement Or Is There An Incumbent? New Requirement 59. If There Is An Incumbent, What Is The Current Contract Value? There Is No Incumbent. 60. Is There A Required Size For The Booth? No
Closing Date13 Feb 2025
Tender AmountUSD 1.1 Million 
This is an estimated amount, exact amount may vary.

Municipality Of Brignoles Tender

Services
Others
France
Details: Title: Conception, Organisation Et Réalisation De Spectacles De Type Concert - Eté 2025 description: La Présente Consultation Concerne : La Conception, L'organisation Et La Réalisation De Spectacles De Type Concert Durant L'été 2025. Les Candidats Pourront Faire Jusqu'à 3 Propositions Distinctes. Quelle Que Soit La Proposition Retenue, Le Budget De La Commune Est De 150 000 Euros T.t.c. Maximum. - Proposition 1 : Un Chanteur (ou Groupe) - Proposition 2 : Deux Chanteurs (ou Groupes) - Proposition 3 : Trois Chanteurs (ou Groupes) Dans Chacune De Ces 3 Propositions, Le Candidat Pourra Présenter Autant D'artistes Qu'il Le Souhaite. En Dehors Des Dates Suivantes, 26-27 Juillet 2025 Et 15-16-17 Août 2025, Les Candidats Pourront Proposer Une Ou Plusieurs Dates Au Choix (juillet Ou Août 2025) Pour Chacune Des Propositions. En Ce Qui Concerne Les Propositions 2 Et 3, Les Dates Devront Être Consécutives (ex 18/19 Juillet Ou 11/12 Juillet Ou 12 Et 13 Juillet Ou 01- 02 - 03- Août, Etc.…) L'horaire Des Concerts Se Situera Entre 22h00 / 22h30 - Leur Durée Minimum Sera De 1heure 20 Minutes Minimum. Une Première Partie Est Obligatoire, D'une Durée D'environ 20 À 30 Mn. Le Détenteur De Chaque Proposition Devra Assurer La Production D'un Concert De Variétés En Deux Parties. L'artiste Principal (ou Les Artistes Retenus) Devra Être Une Tête D'affiche Française Ou Internationale D'actualité. Le Titulaire Du Marché Devra Spécifier Si La 1ère Partie Est En Live Ou Non (horaires : 21h00 / 21h30). La Seconde Partie Sera Obligatoirement En Live. Le Ou Les Concerts Se Dérouleront Sans Billetterie Et Seront Gratuits. Les Prestations Demandées Sont « Clé En Main », Le Prestataire Devra Fournir L'ensemble Des Fournitures (son, Lumière, Vidéo Si Nécessaire, Techniciens, Backline…) Pour La Réalisation Des Concerts. De Plus, Il Devra Contracter Une Assurance Annulation Spectacles (intempéries, Indisponibilités De L'artiste Ou Tout Autre Problématique Qui Conduirait À Annuler Les Concerts). Le Contrôle De La Scène (fournie Par La Ville) Sera Assuré Par Les Équipes Municipales Qui Prendront En Charge Son Montage. Le Prestataire, Quant À Lui, Devra Prévoir Le Contrôle Du Grill Avec Prise En Charge De La Note De Calcul Effectuée En Fonction Du Rider (plan Technique), Du Plateau Artistique (car C'est Le Prestataire Technique Retenue Par La Prod Qui Le Monte) Lieu(x) D'exécution : Territoire De La Ville De Brignoles - 83170 Brignoles Le Spectacle Aura Lieu Au Jardin Suau - Cours Liberté. Jauges : Deux Configurations Possibles : (jauge D'environ 1300 Places Assises Et Places Pmr Ou 3000 Places Debout Et Places Pmr).
Closing Date20 Jan 2025
Tender AmountRefer Documents 
6871-6880 of 7172 archived Tenders