Electrical Tenders
Electrical Tenders
BARANGAY ALONEROS GUINAYANGAN QUEZON Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid (itb No. 2025-001) Republic Of The Philippines Barangay Government Of Aloneros Barangay Aloneros, Quezon Supply And Delivery Of Construction Materials For The Improvement Of Multi-purpose Building February 1,2025 Date 1. The Barangay Government Of Aloneros, Guinayangan, Quezon Through The 20% Bdf Intends To Apply The Sum Of Three Hundred Forty Nine Thousand Forty Pesos (p 349050.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply And Delivery Of Construction Materials For The Improvement Of Multi-purpose Building Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Barangay Government Of Aloneros, Guinayangan, Quezon Now Invites Interested Bidders To Apply For Eligibility And To Bid, If Eligible, For The Supply And Delivery Of Construction Materials For The Improvement Of Multi-purpose Building As Follows: Item No. Qty. Unit Description 1. 60 Mtr/s Flat Cord #16 2. 3 Pc/s Rubber Plug 10a 3. 3 Pc/s 3-gang Convenience Outlet 4. 20 Bag/s Portland Cement 5. 2 Unit/s Safety Breaker 30a 6. 1 Roll/s Tamsi #080 (likaw) 7. 10 Pc/s Concrete Nail #4 8. 5 Pc/s Diamond Cutting Disc Ø4" 9. 4 Kg/s Umbrella Nail 10. 10 Pc/s Paint Brush 1 1/2" 11. 7 Ltr/s Turco 1l 12. 1 Tin/s Flat Latex White 16l 13. 6 Pc/s Paint Brush 3" 14. 10 Pc/s Led Bulb 5w 15. 6 Pair/s Loose Pin Hinge 3" X 3" 16. 5 Can/s Pvc Pipe Cement 100cc 17. 5 Pc/s Pvc Tee Ø1/2" Blue 18. 4 Gal/s Gloss Latex Smoke Gray 4l 19. 2 Gal/s Epoxy Enamel Bahama Beige 4l 20. 3 Gal/s Epoxy Enamel Barley White 4l 21. 3 Ltr/s Epoxy Enamel Smoke Gray 1l 22. 1 Gal/s Epoxy Primer Gray 4l 23. 1 Gal/s Acrylic Thinner 4l 24. 5 Pc/s Colored Ridgeroll 0.4 X16" 25. 1 Pc/s Nail File 26. 15 Pc/s Drsb Ø9mm 27. 8 Kg/s Cwn 3" 28. 8 Kg/s Cwn 2" 29. 0.5 Kg/s Hardie Nail 30. 1.5 Kg/s Cwn 4" 31. 9 Set/s Baby Roller 4" W/ Handle 32. 1 Gal/s Epoxy Enamel Lemon Yellow 4l 33. 1 Gal/s Epoxy Enamel Black 4l 34. 2 Roll/s Masking Tape 1" 35. 5 Ltr/s Acrylic Thinner 1l 36. 11 Ft. Floor Sanding Paper #60 37. 2 Tin/s Gloss Latex Barley White 16l 38. 3 Gal/s Qde White 39. 5 Btl/s Paint Thinner 350ml 40. 4 Pc/s Paint Brush 1" 41. 2 Pc/s Paint Brush 4" 42. 5 Set/s Roller Brush 7" W/ Handle 43. 8 Pc/s Sanding Paper #120 44. 4 Pc/s Steel Brush 45. 2 Can/s Vulca Seal 1l 46. 2 Gal/s Acrylic Emulsion 4l 47. 1 Kg/s Cwn 1" 48. 10 Set/s Led Tube 16w W/ Housing 49. 1 Tin/s Gloss Latex Ivory 16l 50. 1 Gal/s Gloss Latex Bavel White 4l 51. 1 Gal/s Roofgard Spanish Red 4l 52. 2 Gal/s Gloss Latex Tasty Tan 4l 53. 3 Pc/s Pvc Faucet 54. 5 Roll/s Thread Seal Tape Ø3/4" 55. 5 Pc/s Pvc Elbow Ø1/2" Blue 56. 5 Pc/s Pvc Coupling Ø1" Blue 57. 5 Pc/s Sanding Paper #240 58. 3 Set/s All Purpose Epoxy A And B L 59. 4 Pc/s Putty Knife 4" 60. 7 Bag/s Skim Coat 61. 1 Roll/s Electrical Tape Big 62. 6 Pc/s Led Bulb 9w 63. 2 Pc/s Receptacle Ø3" 64. 2 Ltr/s Polyester Body Filler L 65. 4 Gal/s Gloss Enamel 4l 66. 4 Gal/s Flatwall Enamel 4l 67. 10 Pc/s Paint Tray 68. 30 Pc/s Sanding Paper #120 69. 4 Box/s Welding Rod Ø3/32" - 6013 (2.5kg) 70. 100 Pc/s Pvc Clamp Ø1/2" Blue 71. 2 Ltr/s 2t 72. 50 Pc/s Cutting Disc Ø4" 73. 2 Pc/s Cut-off Wheel Ø14" 74. 1 Set/s Door Knob 75. 5 Kg/s Plastic Twine 76. 2.0 Kg/s Finishing Nail 1 1/2" 77. 1 Ltr/s Break Fluid 78. 1 Pc/s Hacksaw Blade 79. 2 Pc/s G.i. Pipe Ø3/4" S-20 80. 1 Btl/s Lacquer Thinner 350ml 81. 5 Roll/s Electrical Tape Small 82. 3 Pair/s Elastoseal 250mg 83. 1 Ltr/s Motor Oil Sae 30 84. 8 Pc/s Angle Bar 1/4" X 1" Violet 85. 2 Pc/s Steel Matting 3.2mm 86. 1 Kg/s Welding Rod Ø3/32" - 6013 87. 10 Pc/s Square Bar 10mm Pink 88. 10 Pc/s Cylindrical Hinge Ø1/2" 89. 1 Pc/s G.i. Plain Sheet 0.5 X 4' X 8' 90. 25 Pc/s Blind Rivets Ø5/32" X 1/2" 91. 3 Can/s Metal Primer Red Oxide L 92. 37 Pc/s Steel Matting 4.5mm 93. 56 Pc/s Angle Bar 1/4" X 1" Green 94. 10 Pc/s Marine Plywood 1/4" 95. 9 Pc/s Colored Gutter 0.4 X16" 96. 3 Pc/s Grinding Disc Ø4" 97. 3 Roll/s Service Drop Wire #6 98. 3 Box/s Thhn #12 (150m) 99. 3 Box/s Thhn #14 (150m) 100. 20 Pc/s Led Bulb 19w 101. 2 Box/s Thhn #10 102. 4 Gal/s Concrete Sealer 4l 103. 4 Pc/s Roller Brush 7" Refill 104. 4 Pc/s Baby Roller 4" Refill 105. 4 Ltr/s Acrylic Emulsion 1l ----- Nothing Follows ----- The Description Of An Eligible Bidder Is Contained In Section Ii Of The Bidding Documents, Itb. 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Implementing Rules And Regulations Part A (irr-a) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And Is Restricted To Filipino Citizens/sole Proprietorships, 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 Republic Act 5183 (r.a. 5183) And Subject To Commonwealth Act 138 (c.a. 138). Only Bids From Bidders Who Pass The Eligibility Check Will Be Opened. The Process For The Eligibility Check Is Described In Section Ii Of The Bidding Documents, Itb. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Responsiveness Of The Bid To Technical And Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated And Responsive Bidder (lcrb) Who Was Determined As Such During The Post-qualification Procedure. 4. Interested Bidders May Obtain Further Information From Barangay Government Of Aloneros, Guinayangan, Quezon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm From February 1, 2025 Until February 17, 2025. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee In The Amount Of Two Hundred Pesos (p 200.00). The Method Of Payment Will Be In Cash. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Authorized Representative. 6. Bids And Eligibility Requirements Must Be Delivered To The Address Below On Or Before 9 A.m. On February 17, 2025. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash, Manager’s Check, Cashier’s Check Or Bank Draft To Be Posted In Favor Of The Lgu And In The Amount Six Thousand Nine Hundred Eighty One Pesos (p 6981.00), Or An Equivalent Amount In A Freely Convertible Currency. Late Bids Shall Not Be Accepted. 7. Bid Opening Shall Be On February 17 2025, 9 A.m.at The Brgy. Hall Of Aloneros. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. 8. The Method Of Payment Will Be Through Check Upon Presentment Of Appropriate Documentations, Invoices And Vouchers. 9. Request For Clarifications Must Be Submitted At Least Ten (10) Days Before The Scheduled Bid Opening. 10. The Barangay Government Of Aloneros, Guinayangan, Quezon Reserves The Right To Waive Any Formality In The Responses To The Eligibility Requirements And To This Invitation. Barangay Government Of Aloneros, Guinayangan, Quezon Further Reserves The Right To Accept Or Reject Any Bid And Proposals, And To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Contact: Reynald Paglinawan Bids And Awards Committee Secretariat Barangay Aloneros, Guinayangan, Quezon Elsie A. Madlangawa Chairman, Bids And Awards Committee
Closing Date17 Feb 2025
Tender AmountPHP 349 K (USD 6 K)
Bureau Of Customs Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Procurement Of Renovation/repair Of Lbu Office (early Procurement Activity) Proposal-003mtn (series No) Government Of The Republic Of The Philippines Section I. Invitation To Bid Invitation To Bid For The Procurement Of Renovation/repair Of Lbu Office 1. The Bureau Of Customs Sub-port Of Mactan, Through The National Expenditure Program (nep) Of Fy 2026 Intends To Apply The Sum Of Nine Hundred Thousand Pesos (₱900,000.00) Being The Abc To Payments Under The Contract For The Procurement Of Renovation/repair Of Lbu Office For Fy 2025-2026 With Project Identification Number Proposal-003mtn. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Bureau Of Customs Sub-port Of Mactan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required For The Period July 1, 2025 To July 31, 2026. Bidders Should Have Completed, Within Two (2 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. 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. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:00 Am On February 10, 2025. Late Bids Shall Not Be Accepted. The Bidders Shall Drop Their Duly Accomplished Technical Proposal Including The Eligibility Requirements And Financial Proposals In Two Separate Sealed Envelopes In The Bid Box Located At The Address Indicated Below. Late Bids Shall Not Be Accepted. 5. Bid Opening Shall Be On February 11, 2025, 1:00 Pm At The Given Address Below. 6. The Bureau Of Customs Sub-port Of Mactan 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. 7. Further, Please Be Informed That This Is An Early Procurement Activity Of The Fy 2026 Program/activity/project To Ensure Efficient And Full Implementation Of Program/activity/project Within The Validity Period Of The Fy 2026 National Budget Per Gppb Circular No. 06-2019. The Appropriation For This Expense Is Included The Fy 2026 National Expenditure Program Submitted To Congress For Enactment. The Notice Of Award Shall Be Issued Upon Approval Of The Fy 2026 General Appropriations Act (gaa) By Congress And Signed By The President Into Law. 8. For Further Information, Please Refer To: Jennifer A. Duyogan (coo I, Acting Procurement Officer) Or Victoria C. Arandillo (coo Iii, Acting Accountant) Bureau Of Customs Sub-port Of Mactan Mcia Cargo Access Road, Barangay Ibo, Lapu-lapu City Jennifer.duyogan@customs.gov.ph /victoria.arandillo@customs.gov.ph +639171649903 Section Ii. Instructions To Bidders 1. Scope Of Bid The Bureau Of Customs Sub-port Of Mactan Wishes To Receive Bids For The Procurement Of Renovation/repair Of Lbu Office For Fy 2025-2026 With Identification Number Proposal-003mtn. The Procurement Project (referred To Herein As “project”) Is Composed Of 1 Lot, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1 The Gop Through The Source Of Funding As Indicated Below For Fy 2026 In The Amount Of Nine Hundred Thousand Pesos (₱900,000.00). 2.2 The Source Of Funding Is Fy 2025 Repairs And Maintenance- Building And Other Structure. 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1 Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2 Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3 Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.4 The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts 7.1 The Procuring Entity Has Prescribed That Subcontracting Is Not Allowed. 8. Pre-bid Conference Non-applicable. 9. Clarification And Amendment Of Bidding Documents 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. 10. Documents Comprising The Bid: 10.1 Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 10.2 The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3 Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents) 11. Bid Prices A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex- Warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In The Bds. V. Price Validity Shall Be For A Period Of Ninety (90) Calendar Days. 12. Bid And Payment Currencies 12.1 For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 12.2 Payment Of The Contract Price Shall Be Made In Philippine Pesos. 13. Bid Security 13.1 The Bidder Shall Submit A Bid Securing Declaration2 Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 13.2 The Bid And Bid Security Shall Be Valid Until February 23, 2026. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids 14.1 Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. 14.2 The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 15.1 The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids 16.1 The Bac Shall Open The Bids At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case Videoconferencing, Webcasting Or Other Similar Technologies Will Be Used, Attendance Of Participants Shall Likewise Be Recorded By The Bac Secretariat. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 16.2 The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 17.1 The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 18.1 The Procuring Entity’s Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 18.2. If The Project Allows Partial Bids, Bidders May Submit A Proposal On Any Of The Lots Or Items, And Evaluation Will Be Undertaken On A Per Lot Or Item Basis, As The Case Maybe. In This Case, The Bid Security As Required By Itb Clause 14 Shall Be Submitted For Each Lot Or Item Separately. 18.3. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 18.4. The Project Shall Be Awarded As Follows: One Project Having Several Items That Shall Be Awarded As One Contract. 18.5. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 19.1 Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 20.1 The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Section Iii. Bid Data Sheet Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be A. The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. Completed Within Two (2) Years Prior To The Deadline For The Submission And Receipt Of Bids. 7.1 Subcontracting Is Not Allowed. 11.1 In The Event That The Bidder Is A Corporation, A Secretary Certificate, Spa Or Any Other Document Showing The Authority Of The Signatory On The Bid Form And Other Documents Should Also Be Attached. 15 Bidders Are Encouraged To Submit Their Bids Through Their Duly Authorized Representative Using The Forms Specified In The Bidding Documents. Bidders Shall Enclose Their Original And Copy 1 Of Eligibility And Technical Documents And Financial Documents In One (1) Sealed Envelope. The Single Envelope Will Be Marked "the Bid" And Address All Bids To The Bac Chairperson: Cornelia B. Wilwayco Chief, Assessment Bac Chairperson 18.3 One (1) Lot, Procurement Of Renovation/repair Of Lbu Office For Fy 2026, With Abc Of ₱ 900,000.00. Partial Bid Is Not Allowed. The Goods Are Grouped In A Single Lot And The Lot Shall Not Be Divided Into Sub-lots For The Purpose Of Bidding, Evaluation, And Contract Award. In All Cases, The Nfcc Computation, If Applicable, Must Be Sufficient For All The Lots Or Contracts To Be Awarded To The Bidder. 20.1 No Further Instructions. Section Iv. General Conditions Of Contract General Conditions Of The Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All He Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1 Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2 The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Test The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Vii (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 5.1 In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. 5.2 The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Section V. Specific Scope Of Service Supplier’s Must State Here Either “comply” Or Any Equivalent Term In The Column “supplier’s Statement Of Compliance” Against Each Of The Individual Parameters Of Each Specification. Please Quote Your Best Offer For The Item/s Below. Please Do Not Leave Any Blank Items. Indicate “0” If Item Being Offered Is For Free. After Having Carefully Read And Accepted The Terms And Conditions In The Request For Quotation, Hereunder Is Our Quotation For The Item/s As Follows: Specific Scope Of Service Procurement Of Renovation/repair Of Lbu Office Scope Of Service Description Supplier’s Statement Of Compliance Unit Cost (vat Incl) Total Cost (vat Incl) 1. Preliminaries/general Requirements • Mobilization/demobilization • Safety Requirements • Power And Water Supply 2. Floor Tiling Works Including Flooring Surface Preparation • Labor And Materials For The Demolition Of Existing Flooring, Surface Preparation And Hauling 3. Masonry Works And Floor Tiles Installation • Labor And Materials For The Installation Of Tiles 4. Carpentry Works For The Office Dry Wall Partitioning With Electrical Works For Lighting • Labor And Materials For The Construction Of Dry Wall Partition With Painting Works • Labor And Materials For Installation Of Standard And Swing Door For The Lbu Office And Storage Rooms • Labor And Materials For The Installation Of Ceiling Downlights • Allocation Of Space For Wall Type Acu 5. Plumbing And Sanitary Works Of Comport Rooms Including Exhaust Fan Installation, Door Replacement And Repair, Toilet Fixtures And Accessories, Tiles. *the Above Quoted Prices Are Inclusive Of All Costs And Applicable Taxes. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vi Confidentiality Agreement Procurement Of Courier Service Description Confidentiality Of Agreement Bidders Statement Of Compliance In Delivery Date Procurement Of Renovation/repair Of Lbu Office The Winning Bidder Shall Execute And Sign A Confidentiality And Non-disclosure Undertaking Upon Receipt Of Notice Of Award __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Section Vii Financial Offer Procurement Of Renovation/repair Of Lbu Office Approved Budget For The Contract (abc) (2026) Product Offered Quotation Nine Hundred Thousand Pesos (₱900,000.00) Preliminaries/general Requirements • Mobilization/demobilization • Safety Requirements • Power And Water Supply Floor Tiling Works Including Flooring Surface Preparation • Labor And Materials For The Demolition Of Existing Flooring, Surface Preparation And Hauling Masonry Works And Floor Tiles Installation • Labor And Materials For The Installation Of Tiles Carpentry Works For The Office Dry Wall Partitioning With Electrical Works For Lighting • Labor And Materials For The Construction Of Dry Wall Partition With Painting Works • Labor And Materials For Installation Of Standard And Swing Door For The Lbu Office And Storage Rooms • Labor And Materials For The Installation Of Ceiling Downlights • Allocation Of Space For Wall Type Acu Plumbing And Sanitary Works Of Comport Rooms Including Exhaust Fan Installation, Door Replacement And Repair, Toilet Fixtures And Accessories, Tiles. __________________________ Signature Over Printed Name __________________________ Position/designation __________________________ Office Telephone No. __________________________ Email Address/es Checklist Of Technical And Financial Documents I. Technical Component Envelope Class “a” Documents Legal Documents A) ⬜ Valid Philgeps Registration Certificate (platinum Membership If Public Bidding) (all Pages) In Accordance With Section 8.5.2 Of The Irr; Or B) ☐ Registration Certificate From Securities And Exchange Commission (sec), Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cooperative Development Authority (cda) For Cooperatives Or Its Equivalent Document, And C) ☐ Mayor’s Or Business Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located, Or The Equivalent Document For Exclusive Economic Zones Or Areas; And D) ☐ Tax Clearance Per E.o. No. 398, S. 2005, As Finally Reviewed And Approved By The Bureau Of Internal Revenue (bir). Technical Documents E) ⬜ Statement Of The Prospective Bidder Of All Its Ongoing Government And Private Contracts, Including Contracts Awarded But Not Yet Started, If Any, Whether Similar Or Not Similar In Nature And Complexity To The Contract To Be Bid; And F) ☐ Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid, Except Under Conditions Provided For In Sections 23.4.1.3 And 23.4.2.4 Of The 2016 Revised Irr Of Ra No. 9184, Within The Relevant Period As Provided In The Bidding Documents; And G) ☐ Original Copy Of Bid Security. If In The Form Of A Surety Bond, Submit Also A Certification Issued By The Insurance Commission; Or Original Copy Of Notarized Bid Securing Declaration; And H) ☐ Conformity With The Technical Specifications, Which May Include Production/delivery Schedule, Manpower Requirements, And/or After- Sales/parts, If Applicable; And I) ☐ Original Duly Signed Omnibus Sworn Statement (oss); And If Applicable, Original Notarized Secretary’s Certificate In Case Of A Corporation, Partnership, Or Cooperative; Or Original Special Power Of Attorney Of All Members Of The Joint Venture Giving Full Power And Authority To Its Officer To Sign The Oss And Do Acts To Represent The Bidder. Financial Documents J) ☐ The Supplier’s Audited Financial Statements, Showing, Among Others, The Supplier’s Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; And K) ☐ The Prospective Bidder’s Computation Of Net Financial Contracting Capacity (nfcc); Or A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation. Class “b” Documents L) ☐ If Applicable, A Duly Signed Joint Venture Agreement (jva) In Case The Joint Venture Is Already In Existence; Or Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful. Ii. Financial Component Envelope M) ☐ Original Of Duly Signed And Accomplished Financial Bid Form; And N) ☐ Original Of Duly Signed And Accomplished Price Schedule(s). Other Documentary Requirements Under Ra No. 9184 (as Applicable) O) ⬜ [for Foreign Bidders Claiming By Reason Of Their Country’s Extension Of Reciprocal Rights To Filipinos] Certification From The Relevant Government Office Of Their Country Stating That Filipinos Are Allowed To Participate In Government Procurement Activities For The Same Item Or Product. P) ⬜ Certification From The Dti If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity.
Closing Soon10 Feb 2025
Tender AmountPHP 900 K (USD 15.5 K)
BICUD ELEMENTARY SCHOOL LAL LO CAGAYAN Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description C. Mobilization And Demobilization C.1 Mobilization And Demobilization One Storey One Classroom 1.000 Earthworks 1 (b) Structional Excavation 1 (c) Backfilling Of Excavated Materials 1 (d) Gravel Bedding G-1 2.0000 Concreting Works (3000 Psi) 2(b) Structural Concrete (footinga And Slab On Fill) 2 (c) Structural Concrete (footing Tie Beam, Column, Suspended Slab, Girder/beam) 3.0000 Rebar Works 3 (b) Reinforcing Steel Bar, Grade 33 4.0000 Formworks 4 (a) Installation And Removal Of Frameworks 7.0000 Steel Works 7 (c) Structural Steel (truss, Column, Beam And Wall Frame) 8.000 Roffing Works 8 (b) Pre-painted Metal Sheets (corrugated, Short Span/long Span, Below 0.5 Bmt) 8 (e) Fabricated Metal Roofing Accessory (ridge/hip Rolls/flashing/counter Flashing/valley Roll 9.0000 Ceiling And Carpentry Works 9 (h) 6.0mm Thk 4' X 8' Fiber Cement Board/marine Plywood/6.0 Mm Thk 4' X 8' Ordinary Plywood On Metal Frame 9(i) Black Board 10.0000 Electrical Works 10 (a) Conduit, Boxes And Fitting 10 (b) Wires And Wiring Devices 10 (c) Lighting Fixture/fixture 10 (d) Panel Board And Cabinets 13.0000 Painting Works 13 (a) Masonry Painting 13 (b) Wooden Painting 13 (c) Metal Painting
Closing Date17 Feb 2025
Tender AmountPHP 329.6 K (USD 5.6 K)
Municipality Of Kiamba, Sarangani Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Description: Purchase Of 17 Units Industrial Ceiling Fan With Electrical Materials , Electronic Parts And Components ,municipality Of Kiamba, Sarangani
Closing Date4 Mar 2025
Tender AmountPHP 6.8 Million (USD 117.6 K)
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Civil And Construction...+1Building Construction
United States
Details: Sources Sought Notice
sources Sought Notice
page 23 Of 23
sources Sought Notice
*= Required Field
sources Sought Notice
page 1 Of 23
descriptions
this Announcement Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Announcement
the Department Of Veterans Affairs Is Seeking A Qualified Architect-engineering (ae) Firm To Provide Design Development, Construction Documents, Technical Specifications, Construction Period Services, Site Visits, Cost Estimates, Shop Drawing Review, And All Other Related Information For Project No. 630-23-110, Replace Roofs Building #1 Located At New York Harbor Healthcare System Margaret Cochran-corbin Medical Center 423 East 23rd Street., New York, Ny 10010.
this Requirement Is Being Procured In Accordance With The Brooks Act As Implemented In Far Subpart 36.6. Applicable Naics Code Is 541330 Engineering Services And Small Business Size Standard Of $25.5 Million. Magnitude Of Construction Is Between $500,000.00 And $1,000,000.00. Potential Contractors Must Be Registered In Sam (www.sam.gov) At Time Of Submission Of Their Qualifications To Be Considered For An Award. The Design Will Be Completed In A Manner Such That The Estimated Construction Cost Is Within The Va Budget. It Is Not Expected That Any New Space Will Be Added To The Existing Building Footprint. The Anticipated Award Date Of The Proposed A-e Contract Is On Or Before August 14, 2025. Prospective Contractors Must Be Visible/verified/certified As Sdvosb In Vetcert (https://veterans.certify.sba.gov) And Registered In Sam (www.sam.gov) And At Time Of Submission Of Their Qualifications In Order To Be Considered For An Award.
note: Offerors Are Referred To Vaar 852.219-11(d)(1) Services. The Contractor Will Not Pay More Than 50% Of The Amount Paid By The Government To It To Firms That Are Not Sba-listed Sdvosbs As Set Forth In 852.219-10. In Order To Assure Compliance With This Clause, All Firms Submitting A Sf330 For This Sources Sought Notice Are Required To Indicate What Percentage Of The Cost Of Contract Performance Will Be Expended By The Concerns Employees And In Which Discipline(s) And Percentage Of Cost Of Contract Performance To Be Expended (and In What Disciplines) By Any Other Subcontracted Or Otherwise Used Small Or Large Business Entity(s). Any Subcontracted Or Otherwise Business Entity(s) Used Must Be Identified By Name, Office Location And Size/type Of Business (i.e., Sdvosb, Vosb, 8(a), Large, Etc.).
852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside (jul 2016) (deviation)
scope Of Service Required:
a/e Design: Provide All Necessary Architect-engineer (a/e) Services To Design New Roofing System For Building #1 At Va Medical Center At 423 East 23rd Street, New York, Ny. A/e Shall Provide Feasibility Study Reports, Basis Of Design Reports, Schematics, Design Development, Contract Document And Construction Period Services As Specified In Scope Of Work And Supplement B. A/e Shall Provide Three (3) Options Of Roofing System Designs With Cost Estimates. Please Follow Ae Nrm Submission Guide Pg-18-15. Replace The Following Existing Roofs With New Roofing Systems Or Approved Equal:
replacement Of Portions Of The Existing Roof Of Building #1 As Follows:
south Wing (south Wing Mechanical Room -1,050 S.f. And South Wing Annex Roofs -1,900 S.f.), West Wing & North Wing -40,162 Sf.
main Building Penthouse (4,168 S.f.)
central Mechanical Room (3,125 S.f).
floor Repair And Installation Of Waterproof Coating On Interior Flooring On 19th Floor (3,125 S.f.)
floor Repair And Installation Of Waterproof Coating On Interior Flooring On 21st House Tank Floor (4,168 S.f.)
library/records Storage (2,750 S.f.)
kitchen Roof (6,875 S.f.)
dietetic /freight Building Roof (1,363 S.f.)
warehouse Roof (3,850 S.f.)
east Wing Pharmacy (8225 S.f.)
generator Building (2,000 S.f.)
metal Penthouse (2nd Floor North Wing) (800 S.f.)
chapel/penthouse (2400 S.f.)
morgue (1050 S.f.)
2nd Floor Police Roof (2,200 S.f.)
roof From Bridge Connection Between Building 1 And 2 (by Hr Office).
roof On Gymnasium At 17w.
roof From Atrium Bridge Connection Between Building 1 And 6.
replacement Of Existing Roof Of Building #3 (quarters Building) (4,034 S.f.)
staff And Nurse Quarters Building.
staff And Nurse Quarters Mechanical Room.
staff Entrance Area (13,925 S.f.)
additional Requirements
- Survey/seal All Ductwork Penetrations On Roofs And Provide Waterproof Insulation.
remove Mri Trailer And Remove Day Care Planter.
replace Roof At Dunnage Area On 19th Floor North Wing (500 S.f.)
waterproof All Mechanical Equipment Rooms (mer) On 19th Floor
repair Or Replace Building 6 Balcony Area Pavers / Roof.
provide Roof Leak Mitigation.
new Roofing System Designs Shall Include But Not Be Limited To The Following:
removal And Disposal Of Existing Roofing System Materials Including Gravel Ballasts.
examine Deck And Make Any Necessary Repairs To Provide Suitable Substrate For Roofing Materials. Any Repairs Required Will Be A Line-item Price Per Square Foot On Bid Forms.
provide Protection For Existing Hvac Equipment, Skylights, Walls, Windows, Parapets, Copings, Roof Decks, Vents, Electrical And Conduits From Damage.
provide Protection For Sidewalks And Parking Adjacent To Roof Work By Building Sidewalk Shades.
replace All Cracked/broken Coping Granites/stones, Bricks, And Masonry Walls With New Or Approved Equal.
replace All Existing Rusted/leaked Vent Pipes, Strainer Assemblies, Drainpipes, Limited Sections Of Piping Below, Flashings And Related Components With New Or Approved Equal. Cutout And Concrete Replacement Shall Be Included In The Construction Cost.
modify Parapets As Needed For New Roofing System.
replace All Existing And Missing Guard Rails With New Guard Rails Or Approved Equal.
provide And Install New Exterior Osha Compliant Roof Access Ladders And Guard Rails As Required.
evaluate And Provide Waterproof Flooring For Mechanical Space On 7th Floor As Needed.
roofs And Drainpipes Insulation Materials May Contain Acm (asbestos Contaminate Materials), The Design Shall Incorporate The Service Of Certified Industrial Hygienist (cih) To Survey Existing Roofs And Provide Asbestos Drawings And Specifications And Construction Period Services During Asbestos Abatement. Cih Shall Also Perform Asbestos Monitoring During Construction.
additional Roof Leaks As Identified By The Facility.
scope Of Work Also Includes Construction Period Services, Such As Submittal/shop Drawing Review And Project Meetings, Site Visits And Preparation Of As-built Drawings.
scope Include A Masterâ phasing Planâ and The Option Kemper Liquidâ type Applied Roof.
a/e Shall Provide Detailed Construction Estimates For One (1) Base Bid Cost And One (1) Alternate Bid Cost For The Selected New Roofing Systems.
provide Outside Type Hoist Detail Design Drawing For Transporting Materials And Equipment For Contractor. Contractor Will Not Be Allowed The Use Of Existing Elevators.
contract Documents Requirements:
all Contract A/e S Employees Shall Take The Privacy And Information Security Training And Provide Copies Of Training Certificates To Cor As Required By Va Policy.
ae And The Subconsultant Shall Use Autodesk Build Construction Management Platform To Manage The Projects.
all Contract A/e S Employees Shall Provide The Following Documentation:
background Investigation Worksheet (attachment No.2 Under Sop Acquisition)
va Form 0711
security And Privacy Training Certification
ohsa Certification
tb Tuberculin Test Certification
design Development
a.) Consult With Va To Identify And Prioritize Areas Of Concern, Budgetary Constraints, And Time Constraints.
Review Va As-built Drawings Indicating Original Building Construction, Specifications, And Previous Repair Contracts.
Visual Inspection: Work Will Include A Detailed Visual
Inspection Of Relevant Portions Of The Project. The Inspection
Will Provide Information Regarding The Nature, Extent, And Probable Cause Of Any Deficiencies Identified.
comprehensive Report: The A/e Shall Issue A Report Recommending Repair Strategies, Materials And Methods Of Installations, Priorities, And Alternatives. The Report Shall Include:
observations And Findings From Visual,
Inspections.
photographic Documentation On Digital Format.
a Spreadsheet Enumerating Each Recommended Item
Of Repair, Together With An Indication Of Its Priority,
And An Estimate Of Associated Cost.
e) Review Meetings: The A/e Shall Meet With Va Personnel To Review The Contents Of The Report And To Establish A
Construction Scope Of Work, Which Is Acceptable To The Va.
contract Drawings
a/e Shall Prepare Drawings Of Each Portion Of The Project. These Drawings Shall Be Produced Using Autocad And Will Be Used To Record The Results Of The Visual Inspection, And As Background Drawings For The Construction Documents.
construction Drawings: The A/e Shall Prepare Construction Drawings Delineating The Intended Scope Of Work To Be Performed And Construction Details To Be Used On The Project.
construction Specifications: The A/e Shall Prepare Written Specifications To Be Used In Conjunction With Construction Drawings, Specifying Technical And Administrative Requirements Of The Project.
detailed Construction Cost Estimate: The A/e Shall Prepare A Detailed Construction Cost Estimate In Tabular Format Listing All Items Of Work To Be Performed Including Estimated Quantities And Unit Costs For Labor And Materials To Perform Each Item And Each Portion Of Project. The A/e Shall Also Prepare The Same Table Without The Estimated Unit Costs And Total Cost To Be Used For Bidding Purposes.
the A/e Shall Meet With Va Representatives To Review The Contract Drawings, Specifications, And Detailed Cost Estimate At 65% And 100% Completion. A/e Shall Make All Proper Corrections To The Contract Documents Based Upon The Intentions Of The Va Discussed During These Meetings.
construction Period Services
the A/e Shall Review Contractor S Shop Drawings, Submittals, Requests For Information (rfi), Payment Requisitions, And Change Order Requests.
furnish As-built Drawings After Completion
upon Completion Of Work, The A/e Shall Prepare As-built Drawings Documenting The Areas Of Completed Work In Format Acceptable To Va.
site Visits
periodic Site Visits: The A/e Shall Make Up To Thirty (30) Site Visits To The Site To Monitor Work, With Regard To Its Conformance With The Contract Documents. A/e Shall Prepare Comprehensive Report For Each Site Visit Detailing All Items Discussed.
reproduction
blueprints: The A/e Shall Provide Ten (10) Sets Of Construction Documents And One (1) Set Of Original Reproducible Vellums. In Addition, A/e Shall Provide Digital Version Of All Documentation In Format Acceptable To Va Contracting Office.
completion Time: 360 Calendar Days
cost Range: Estimated Construction Cost Range: $500,000.00 And $1,000,000.00
type Of Contract Contemplated
the Department Of Veterans Affairs Is Contemplating Awarding A Firm Fixed Price Contract.
the Following Evaluation Criteria Will Be Used During The A/e Selection Process With Assigned Value:
firms Submitting Sf330 Data For Consideration Must Address Each Of The Following Factors In Sf330.
professional Qualifications Necessary For Satisfactory Performance Of Required Services -20%.
offerors Will Be Evaluated In Terms Of The Qualifications, Competence And Experience Of The Key Personnel And Technical Team Proposed To Accomplish This Work. Key Personnel Are Individuals Who Will Have Major Contract Or Project Management Responsibilities And/or Will Provide Unusual Or Unique Expertise. Provide A Balanced Licensed And Or Certified Workforce In The Following Disciplines Engineering (civil, Structural, Mechanical, Electrical, Interior Design, Fire Protection) And Architecture
submission Requirements: Provide Resumes For All Proposed Key Personnel. Resumes Are Limited To One Page Each And Should Cite Project Specific Experience And Indicate Proposed Role In This Contract. Provide Professional Registration, Certification, Licensure And/or Accreditation. Indicate Participation Of Key Personnel In Example Projects In The Sf-330 Part 1 Section G.
specialized Experience And Technical Competence In The Type Of Work Required, Including, Where Appropriate, Experience In Energy Conservation, Pollution Prevention, Waste Reduction, And The Use Of Recovered Materials -20%. Offerors Will Be Evaluated On Specialized Experience And Technical Competence In The Performance Of Services Similar To Those Anticipated Under This Contract With Regard To:
experience With Design Services To Renovate And Redesign Patient Facilities And Medical Centers.
experience In Providing Post Construction Award Services (shop Drawing Review, As-built Drawing And Quality Assurance Plan (qap) Preparation And Construction Inspection Services) :experience In Construction Period Services To Include Professional Field Inspections During The Construction Period, Review Of Construction Submittals, Support In Answering Requests For Information During The Construction Period, And Support Of Construction Contract Changes To Include Drafting Statements Of Work, And Cost Estimates
submission Requirements: Provide Up To Five (5) Projects Completed Or Substantially Completed Within The Past Five (5) Years That Best Illustrate Specialized Experience Of The Proposed Team Including Any Subcontractors In The Areas Outlined Above.
(3) Capacity To Accomplish The Work In The Required Time-15%. This Factor Evaluates The Ability Of The Firm, Given Their Current Projected Workload And The Availability Of Their Key Personnel, To Accomplish The Possible Myriad Of Design Projects In The Required Time.
submission Requirements: The General Workload And Staffing Capacity Of The Design Office Will Be Evaluated.
list Current Projects With A Design Fee Of Greater Than $20,000 Being Designed In The Firms Office.
ii. Indicate The Firms Present Workload And The Availability Of The Project Team (including Sub-consultants) For The Specified Contract Performance Period;
describe Experience In Successfully Delivering Projects Per Performance Schedule, Providing Timely Construction Support, And Successfully Completing Multiple Projects With Similar Delivery Dates.
the Firm Shall Provide A Project Schedule That Demonstrates The Understanding Of The Project Scope, Restrictions Which Must Be Considered In The Schedule, Understanding Of Events Associated With Coordinating Design Submittals And Incorporating Review Comments, And The Capability To Schedule The Complete Design Effort Within The Proposed Contract Duration.
(4) Past Performance- 15%. Offerors Will Be Evaluated On Past Performance With Government Agencies (emphasis On Va Work) And Private Industry In Terms Of Work Quality, Compliance With Schedules, Cost Control, And Stakeholder/customer Satisfaction.
recent Is Defined As Performance Occurring Within 5 Years Of The Date Of This Sources Sought, Except That Ongoing Projects Must Have Begun No Less Than One (1) Year Prior To The Issuance Of This Sources Sought.
relevancy Is Defined As Performance Of Work On Projects That Are Similar In Scope To The Types Of Projects Anticipated Under The Resultant Contracts.
respondents With No Previous Past Performance Shall State This When Addressing The Selection Criteria. Where There Is No Record Of Past Performance, The Proposal Will Be Evaluated Neither Favorably Nor Unfavorably. Superior Performance Ratings On Relevant Projects May Be Considered More Favorably In The Evaluation.
submission Requirements:
i. Submit A Minimal Of Three (3) References; Any Of The Following Evaluations Are Acceptable:
A. Contractor Performance Assessment Report System (cpars),
B. Past Performance Questionnaire (ppq) Evaluation For Each Project Submitted Under Criterion 2.
ii. If A Completed Cpars Evaluation Is Available, It Shall Be Submitted With The Completed Sf330 Package. If There Is Not A Completed Acass/cpars Evaluation, The Ppq Included With This Notice (attachment #1) Is Provided For The Offeror Or Its Team Members To Submit For Each Project Included In Criterion (2). If A Ppq Is Submitted, But An Official Acass/cpars Evaluation Is Found For That Project In Government Databases, The Official Evaluation Will Take Precedence. If An Acass/cpars Evaluation Is Not Available, Ensure Correct Phone Numbers And Email Addresses Are Provided For Each Contract Customer/reference. If The A-e Is Unable To Obtain A Completed Ppq From A Contract Customer/reference For A Project Before The Response Date Set Forth In This Notice, The A-e Should Complete And Submit With Their Response The First Page Of The Ppq (attachment #1), Including Contract And Point Of Contact Information For The Respective Projects.
iii. A-es Should Follow-up With References To Ensure Timely Submittal Of Questionnaires. At The Reference S Request, Questionnaires May Be Submitted Directly To The Governments Point Of Contact, Samantha Chavanga Via Email At Samantha.chavanga@va.gov, Prior To The Response Date. A-es Shall Not Incorporate By References Into Their Response Cpars Or Ppq Evaluations Previously Submitted In Response To Other A-e Services Procurements. However, This Does Not Preclude The Government From Utilizing Previously Submitted Ppq Information In The Past Performance Evaluation. Submitted Cpars And Ppq Evaluations Will Not Be Counted As Part Of Any Page Limitation And Shall Be Attached To The Sf330, Behind The Sf330 Part Ii Document.
(5) Location -10% Within A 300-mile Radius To The Design Site (manhattan, Ny) And Knowledge Of The Location (manhattan Vamc, Ny); Provided That The Application Of This Criterion Leaves An Appropriate Number Of Qualified Firms, Given The Nature And Size Of The Contract, Firms/teams Will Be Evaluated On The Locations Of Their Office Or Offices That Will Be Performing The Work Under This Contract.
submission Requirements:
i. The A/e Firm Proximity To The Ny Harbor Healthcare System, Manhattan Vamc, 423 East 23rd Street, New York, Ny 10010.
ii. This Distance Is Determined According To Http://maps.google.com/
iii. This Factor Evaluates The Distance The Ae Firm's Design Office Or Offices From The Location Of Work. Please Provide The Address (es) And Distance Of Your Closest Office To The Address Listed
(6) Record Of Significant Claims Against The Firm Because Of Improper Or Incomplete Architectural And Engineering Services-10%. Offerors With Substantiated Claims Against The Firm As A Result Of Improper Architectural And Engineering Services Provided In The Last Three (3) Years.
submission Requirements: Records And Any Other Documentation Of Substantiated Claims Highlighting Improper Or Incomplete Architectural Engineering Services Against The Firm Within The Last Three (3) Years. The Sf-330 Shall Contain A Statement Affirming That There Are No Records Of Significant Claims Because Of Improper Or Incomplete Architectural And Engineering Services.
(7) Specific Experience And Qualifications Of Personnel Proposed For Assignment To The Project And Their Record Of Working Together As A Team- 10%.
submission Requirements: Offerors Shall Submit Evidence Of Individuals Experience And Qualifications In Their Respective Fields. Additionally, Documentation Must Be Provided To Show These Individuals Have Worked Together As A Team On Previous Projects And Their Role. (completing Sections E, F, And G, On The Sf-330 Meets The Documentation Requirement). Furthermore, Offerors Shall Describe The Ability Of The Firm To Manage, Coordinate And Work Effectively With Team Members, Both Internal Staff And Consultants. Discuss The History Of Working Relationships With Team Members, Including Joint Venture Partners Where Applicable.
evaluation Scoring
evaluation Factors Will Be Evaluated Using The Following Adjectival Ratings As Follows:
outstanding: Proposal Meets Requirements And Indicates An Exceptional Approach And Understanding Of The Requirements. Strengths Far Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Very Low.
good: Proposal Meets Requirements And Indicates A Thorough Approach And Understanding Of The Requirements. Proposal Contains Strengths Which Outweigh Any Weaknesses. Risk Of Unsuccessful Performance Is Low.
acceptable: Proposal Meets Requirements And Indicates An Adequate Approach And Understanding Of The Requirements. Strengths And Weaknesses Are Offsetting Or Will Have Little Or No Impact On Contract Performance. Risk Of Unsuccessful Performance Is Moderate.
marginal: Proposal Does Not Clearly Meet Requirements And Has Not Demonstrated An Adequate Approach And Understanding Of The Requirements. The Proposal Has One Or More Weaknesses Which Are Not Offset By Strengths. Risk Of Unsuccessful Performance Is High.
unacceptable: Proposal Does Not Meet Requirements And Contains One Or More Deficiencies. Proposal Is Not Awardable. The Firm S Proposal Demonstrates A Misunderstanding Of The Requirement, And The Approach Fails To Meet Performance Standards. The Firm S Proposal Has Major Omissions And Inadequate Details To Assure Evaluators That The Offeror Has An Understanding Of Requirement.
the Ratings Identified Below Were Used In The Evaluation Of Past Performance (criterion 4): Substantial Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A High Expectation That The Offeror Will Successfully Perform The Required Effort. No Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
satisfactory Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has A Reasonable Expectation That The Offeror Will Successfully Perform The Required Effort. Little Doubt Exists Based On The Offeror S Past Performance That They Could Satisfy The Requirements Of The Contract.
unknown Confidence (neutral): No Recent/relevant Performance Record Is Available, Or The Offeror S Performance Record Is So Sparse That No Meaningful Confidence Assessment Rating Can Be Reasonably Assigned.
limited Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectation That The Offeror Will Be Able To Successfully Perform The Required Effort. Some Doubt Exists Based On Past Performance That They Could Satisfy The Terms And Conditions Of The Contract.
no Confidence: Based On The Offeror S Recent/relevant Performance Record, The Government Has Little Expectations That The Offeror Will Be Able To Successfully Perform The Required Effort. Significant Doubt Exists Based On The Offeror S Past Performance That They Can Satisfy The Requirements Of The Contract.
selection Interview:
interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews May Be Asked To Explain Or Expand On Information Contained In The Sf-330 Submittal Through A Formal Interview Or A Discussion Questionnaire As Determined By The Contracting Officer.
estimated Start And Completion Dates
sp-13 Design Review And Completion Schedule
project Title: Replace Roofs Bldg 1
project No.: 630-23-110
the A/e Shall Perform The Work Required Within The Limits Of The Following Schedule. A/e Shall Provide Professional Architects And Engineers As Directed By The Contracting Officer Who Are Familiar With The Work To Attend The Design Reviews On The Following Dates:
phase 1 Preliminary And Schematic Design/feasibility Study/elevator Inspection
start Preliminary, Basis Of Design, Feasibility Study, Elevator Insp.
issuance Of Ntp
submit Feasibility Study, Elevator Inspection Report For Va Review
21 Calendar Days From Ntp
feasibility Study, Elevator Inspection Review With Va
35 Calendar Days From Ntp
submit Basis Of Design, Master Plan Of Operation For Va Review
56 Calendar Days From Ntp
submit Basis Of Design, Master Plan Of Operation For Va Review
70 Calendar Days From Ntp
submit 65% Preliminary And Schematic Design Phase For Va
91 Calendar Days From Ntp
review 65% Preliminary And Schematic Design Phase With Va
105 Calendar Days From Ntp
submit 100% Preliminary And Schematic Design Phase For Va
126 Calendar Days From Ntp
review 100% Preliminary And Schematic Design Phase With Va
126 Calendar Days From Ntp
phase 2 Construction Document
submit 35% Construction Documents For Va Review
156 Calendar Days From Ntp
review 35% Construction Documents With Va
175 Calendar Days From Ntp
submit 65% Construction Documents For Va Review
196 Calendar Days From Ntp
review 65% Construction Documents With Va
210 Calendar Days From Ntp
submit 95% Construction Documents For Va Review
231 Calendar Days From Ntp
review 95% Construction Documents With Va
245 Calendar Days From Ntp
submit 100% Construction Documents For Va Review
266 Calendar Days From Ntp
review 100% Construction Documents With Va
280 Calendar Days From Ntp
deliver Final 100% Construction Documents For Bidding Purposes
296 Calendar Days From Ntp
design Completion Period ... 296 Calendar Days
note: The Consultant Is Responsible For The Development Of A Project Estimate. The Project Estimate Shall Be All Inclusive (construction, Engineering, Legal, Administrative, Etc). The Consultant Shall Advise The Contracting Officer In Writing If At Any Time The Cost Of The Project Is Perceived To Exceed The Established Budget. The Consultant Will Notify The Contracting Officer At The Time It Is Recognized, Not After The Fact.
submission Requirements: The Applicable Naics Code Is 541330 And The Small Business Size Is $22.5 Million. This Acquisition For Design Services Will Be A 100% Set Aside For Service-disabled Veteran Owned Small Business Concern (sdvosb). All Sdvosbs Must Be Verified By The Office Of Small And Disadvantaged Business Utilizations Center For Veterans Enterprise (cve) Through Www.vetbiz.gov Before Award.
sdvosb Firms Desiring Consideration Must Have A Working Office Located Within 300 Miles Of The Manhattan, New York City Limits And Be Licensed In New York State. All Interested Sdvosb A/e Firms Are Invited To Submit Standard Form 330, Architect Engineer Qualifications And For Any Consultants, On Sf 330 Extra Sections E And F. Standard Form 330 Can Be Obtained At The Following Web Site: Http://www.gsa.gov/portal/forms/download/21dbf5bf7e860fc185256e13005c6aa6.
qualified Service-disabled Veteran Owned Small Business (sdvosb) Firms Responses Must Be Received No Later Than 11:00am, Est On Monday, 03/03/2025. Electronic Submission Of Sf330 S Is Preferred. The Overall Size Of The File Cannot Exceed 7mb; If Additional Space Is Required, Divide The File Into Segments With Each File Size Less Than 7mb. No More Than 2 Files At 7mb Each Will Be Considered.
email Completed Sf330 S To Samantha.chavanga@va.gov Subject Line: Replace Roofs Bldg 1 , 36c24225r0040 Sf330.
noncompliance With This Requirement Risks Your Packages As Being Nonresponsive
note: Any Request For Assistance With Submission Or Other Procedural Matters Shall Be Submitted Via Email Only (samantha.chavanga@va.gov); Telephone Inquiries Will Not Be Honored.
past Performance Questionnaire
solicitation Number: 36c24225r0040
project Title: Ae Replace Roofs Bldg 1
project #630-23-110
contract Information (contractor To Complete Blocks 1-4)
1. Contractor Information
firm Name: Cage Code:
address: Duns Number:
phone Number: Email Address:
point Of Contact: Contact Phone Number:
2. Work Performed As: Prime Contractor Sub Contractor Joint Venture Other
percent Of Project Work Performed:
if Subcontractor, Who Was The Prime (name/phone #):
3. Contract Information
contract Number: Delivery/task Order Number (if Applicable):
contract Type: Firm Fixed Price Cost Reimbursement Other (please Specify):
contract Title: Contract Location:
award Date (mm/dd/yy):
contract Completion Date (mm/dd/yy):
actual Completion Date (mm/dd/yy):
explain Differences:
original Contract Price (award Amount):
final Contract Price (to Include All Modifications, If Applicable):
explain Differences:
4. Project Description:
complexity Of Work High Med Routine
how Is This Project Relevant To Project Of Submission? (please Provide Details Such As Similar Equipment, Requirements, Conditions, Etc.)
client Information (client To Complete Blocks 5-8)
5. Client Information
name: Title:
phone Number: Email Address:
6. Describe The Client S Role In The Project:
7. Date Questionnaire Was Completed (mm/dd/yy):
8. Client S Signature:
section D: Performance Information: Choose The Letter On The Scale That Most Accurately Describes The Contractor S Performance Or Situation. Please Provide A Narrative Explanation For Any Unsatisfactory Or Marginal Ratings.
e
vg
s
m
u
n
exceptional
(outstanding)
very Good
(above Average)
satisfactory
marginal
unsatisfactory
not Available
performance Meets Contractual Requirements And Exceeds Many To The Government S Benefit. The Contractual Performance Of The Element Or Sub-element Being Evaluated Was Accomplished With Few Minor Problems For Which Corrective Actions Taken By The Contractor Were Highly Effective
performance Meets Contractual Requirements And Exceeds Some To The Government S Benefit. The Contractual Performance Of The Element Or Sub-element Being Evaluated Was Accomplished With Some Minor Problems For Which Corrective Actions Taken By The Contractor Were Effective
performance Meets Contractual Requirements. The Contractual Performance Of The Element Or Sub-element Contains Some Minor Problems For Which Corrective Actions Taken By The Contractor Appear, Or Were, Satisfactory.
performance Does Not Meet Some Contractual Requirements. The Contractual Performance Of The Element Or Sub-element Being Evaluated Reflects A Serious Problem For Which The Contractor Has Not Yet Identified Corrective Actions. The Contractor S Proposed Actions Appear Only Marginally Effective, Or Were Not Fully Implemented
performance Does Not Meet Most Contractual Requirements And Recovery Is Not Likely In A Timely Manner. The Contractual Performance Of The Element Or Sub-element Contains A Serious Problem(s) For Which The Contractor S Corrective Actions Appear Or Were Ineffective
no Record Of Past Performance Or The Record Is Inconclusive.
1. Quality:
a) Quality Of Technical Data/report Preparation Efforts
e Vg S M U N
a.1. Comments:
b) Ability To Meet Quality Standards Specified For Technical Performance
e Vg S M U N
B.1. Comments:
c) Timeliness/effectiveness Of Contract Problem Resolution Without Extensive Customer Guidance
e Vg S M U N
c.1. Comments:
d) Adequacy/effectiveness Of Quality Control Program And Adherence To Contract Quality Assurance Requirements (without Adverse Effect On Performance)
e Vg S M U N
d.1. Comments:
2. Schedule/timeliness Of Performance:
a) Compliance With Contract Delivery/completion Schedules Including Any Significant Intermediate Milestones. (if Liquidated Damages Were Assessed Or The Schedule Was Not Met, Please Address Below)
e Vg S M U N
2.a.1 Comments:
b) Rate The Contractor S Use Of Available Resources To Accomplish Tasks Identified In The Contract
e Vg S M U N
2.b.1. Comments:
3. Customer Satisfaction:
a) To What Extent Were The End Users Satisfied With The Project?
e Vg S M U N
3. A.1. Comments:
b) Contractor Was Reasonable And Cooperative In Dealing With Your Staff (including The Ability To Successfully Resolve Disagreements/disputes; Responsiveness To Administrative Reports, Businesslike And Communication)
e Vg S M U N
3.b.1. Comments:
c) To What Extent Was The Contractor Cooperative, Businesslike, And Concerned With The Interests Of The Customer?
e Vg S M U N
3.c.1. Comments:
d) Overall Customer Satisfaction
e Vg S M U N
3.d.1 Comments:
4. Management/ Personnel/labor
a) Effectiveness Of On-site Management, Including Management Of Subcontractors, Suppliers, Materials, And/or Labor Force?
e Vg S M U N
4.a.1. Comments:
b) Ability To Hire, Apply, And Retain A Qualified Workforce To This Effort
e Vg S M U N
4.b.1 Comments:
c) Government Property Control
e Vg S M U N
4.c.1. Comments:
d) Knowledge/expertise Demonstrated By Contractor Personnel
e Vg S M U N
4.d.1. Comments:
e) Utilization Of Small Business Concerns
e Vg S M U N
4.e.1. Comments:
f) Ability To Simultaneously Manage Multiple Projects With Multiple Disciplines
e Vg S M U N
4.f.1. Comments:
g) Ability To Assimilate And Incorporate Changes In Requirements And/or Priority, Including Planning, Execution And Response To Government Changes
e Vg S M U N
4.g.1. Comments:
h) Effectiveness Of Overall Management (including Ability To Effectively Lead, Manage And Control The Program)
e Vg S M U N
4.h.1. Comments:
5. Cost/financial Management
a) Ability To Meet The Terms And Conditions Within The Contractually Agreed Price(s)?
e Vg S M U N
5.a.1. Comments:
b) Contractor Proposed Innovative Alternative Methods/processes That Reduced Cost, Improved Maintainability Or Other Factors That Benefited The Client
e Vg S M U N
5.b.1. Comments:
c) If This Is/was A Government Cost Type Contract, Please Rate The Contractor S Timeliness And Accuracy In Submitting Monthly Invoices With Appropriate Back-up Documentation, Monthly Status Reports/budget Variance Reports, Compliance With Established Budgets And Avoidance Of Significant And/or Unexplained Variances (under Runs Or Overruns)
e Vg S M U N
5.c.1. Comments:
d) Is The Contractor S Accounting System Adequate For Management And Tracking Of Costs? If No, Please Explain In Remarks Section.
yes No
5.d.1. Comments:
e) If This Is/was A Government Contract, Has/was This Contract Been Partially Or Completely Terminated For Default Or Convenience Or Are There Any Pending Terminations? Indicate If Show Cause Or Cure Notices Were Issued, Or Any Default Action In Comment Section Below.
yes No
5.e.1. Comments:
f) Have There Been Any Indications That The Contractor Has Had Any Financial Problems? If Yes, Please Explain Below.
yes No
5.f.1 Comments:
6. Safety/security
a) To What Extent Was The Contractor Able To Maintain An Environment Of Safety, Adhere To Its Approved Safety Plan, And Respond To Safety Issues? (includes: Following The Users Rules, Regulations, And Requirements Regarding Housekeeping, Safety, Correction Of Noted Deficiencies, Etc.)
e Vg S M U N
6.a.1 Comments:
b) Contractor Complied With All Security Requirements For The Project And Personnel Security Requirements.
e Vg S M U N
6.b.1. Comments:
7. General
a) Ability To Successfully Respond To Emergency And/or Surge Situations (including Notifying Cor, Pm Or Contracting Officer In A Timely Manner Regarding Urgent Contractual Issues).
e Vg S M U N
7.a.1. Comments:
b) Compliance With Contractual Terms/provisions (explain If Specific Issues)
e Vg S M U N
7.b.1. Comments:
c) Would You Hire Or Work With This Firm Again? (if No, Please Explain Below)
yes No
7.c.1. Comments:
d) In Summary, Provide An Overall Rating For The Work Performed By This Contractor.
e Vg S M U N
7.d.1. Comments:
please Provide Responses To The Questions Above (if Applicable) And/or Additional Remarks. Furthermore, Please Provide A Brief Narrative Addressing Specific Strengths, Weaknesses, Deficiencies, Or Other Comments Which May Assist Our Office In Evaluating Performance Risk (please Attach Additional Pages If Necessary): __________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Strengths:____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________weaknesses:___________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________deficiencies:_______________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________ Comments:________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________
past Performance Information Provided By: __________________________________________________
(printed Name)
signature________________________________________date:_________________
organization:____________________________________phone:_________________
Closing Date6 Mar 2025
Tender AmountRefer Documents
BARANGAY GODOFREDO REYES SR , RAGAY, CAMARINES SUR Tender
Others...+1Electrical and Electronics
Philippines
Description: Installation Of Streetlights , Electrical Systems And Lighting Components ,barangay Godofredo Reyes Sr., Ragay, Camarines Sur
Closing Soon10 Feb 2025
Tender AmountPHP 350 K (USD 6 K)
University Of Aberdeen Tender
Software and IT Solutions...+2Electrical and Electronics, Electrical Works
United Kingdom
Description: Electrical And Data Maintenance Framework - University Of Aberdeen
Closing Date3 Mar 2025
Tender AmountRefer Documents
3851-3860 of 9592 active Tenders