Fencing Tenders

Fencing Tenders

Department Of National Defence Tender

Machinery and Tools
Canada
Closing Date28 Jan 2025
Tender AmountRefer Documents 
Details: File Number: W8486-250048/a Notice Of Proposed Procurement The Department Of National Defence Has A Requirement For The Items Detailed Below. Delivery Is Requested At The Canadian Forces Supply Depots (cfsd) In Montreal And Edmonton Within Thirty (30) Calendar Days Of Contract Award. Item 1 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4585, Bracket,tow Hook Part No.: 2352424, Ncage: 0chw9 Quantity: 60, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 2 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4585, Bracket,tow Hook Part No.: 2352424, Ncage: 0chw9 Quantity: 40, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 3 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4584, Bracket,tow Hook Part No.: 2352410, Ncage: 32my9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 4 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4584, Bracket,tow Hook Part No.: 2352410, Ncage: 32my9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 5 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4210, Bracket,tow Hook Part No.: 2352550, Ncage: 0chw9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 6 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4210, Bracket,tow Hook Part No.: 2352550, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 7 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4605, Bracket,tow Hook Part No.: 2352563, Ncage: 32my9 Quantity: 30, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 8 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4605, Bracket,tow Hook Part No.: 2352563, Ncage: 32my9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 9 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4603, Bracket,tow Hook Part No.: 2352408, Ncage: 0chw9 Quantity: 50, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 10 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-906-4603, Bracket,tow Hook Part No.: 2352408, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Item 11 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4333, Extension,fork Part No.: 2350426, Ncage: 0chw9 Quantity: 60, Unit Of Issue: Each, To Be Delivered To 25 Cfsd Montreal, Quebec Item 12 Unspsc: 25170000 Gsin: 2540, Nsn: 2540-21-908-4333, Extension,fork Part No.: 2350426, Ncage: 0chw9 Quantity: 20, Unit Of Issue: Each, To Be Delivered To 7 Cfsd Edmonton, Alberta Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Nscm/cage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Debriefings Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be Provided In Writing, By Telephone Or In Person. Electronic Submission Of Bids This Requirement Uses Electronic Receipt Of Bids By E-mail Only. For Details, Please Review The Section Entitled Electronic Submission Of Bids In The Solicitation Document. Bids Must Be Submitted By E-mail Only To: Dlp53bidsreceiving.daat53receptiondessoumissions@forces.gc.ca

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1.5 Million (USD 25.6 K)
Details: Description A.contract Id : Antipolo-22january2025-22 B.name Of Project : Improvement Of Multi-purpose Covered Court At Phase 2b, Brgy San Luis, Antipolo City C.location : Brgy San Luis, Antipolo City D.brief Description : Improvement Of Multi-purpose Covered Court E.major Item Of Works : Replacement Of Existing Fence And Gate; Repainting Works; Electrical Works F.approved Budget For The Contract : Php 1,500,000.00 G.duration : 60 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 03 - 22, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 10, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 22, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 22, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 885.8 K (USD 15.2 K)
Details: Description A.contract Id : Antipolo-08january2025-13 B.name Of Project : Improvement Of Child Development Center At Samba Homes, Brgy. San Luis, Antipolo City C. Location : Brgy. San Luis, Antipolo City D.brief Description : Repair/ Repainting Of Wood Surfaces; Replacement Of Gutter, Flashing And Roof; Installation Of Fence With Gate E.major Item Of Works : Electrical Works; F.approved Budget For The Contract : Php 885,880.46 G.duration : 120 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: December 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 08, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 08, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 862.5 K (USD 14.8 K)
Details: Description A.contract Id : Antipolo-08january2025-23 B.name Of Project : Improvement Of Child Development Center At Peace Village 2, Brgy. San Luis, Antipolo City C. Location : Brgy. San Luis, Antipolo City D.brief Description : Repainting Of Whole Structure And Fence; Replacement Of Ceiling And Roof Eaves; Replacement Of Gutter And Downspout E.major Item Of Works : Replacement Of Electrical Fixtures And Rewirings; Repainting Works; Plumbing Works F.approved Budget For The Contract : Php 862,565.55 G.duration : 90 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: December 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 08, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 08, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 2.3 Million (USD 40.8 K)
Details: Description A.contract Id : Antipolo-08january2025-04 B.name Of Project : Additional Improvement Of 17m X 30m Acg Multi-purpose Covered Court At Sitio Tanza 2, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D.brief Description : Improvement Of Drainage Canal, Court Fence; Repair Of Court And Canopy Roof; Repainting Of Covered Court E.major Item Of Works : Painting Works; Electrical Works F.approved Budget For The Contract : Php 2,371,713.39 G.duration : 90 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: December 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 08, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 08, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac

Department Of National Defence Tender

Others
Corrigendum : Closing Date Modified
Canada
Closing Date17 Jan 2025
Tender AmountRefer Documents 
Details: Notice Of Proposed Procurement File Number: W8486-259794/b Tier: 1 (< $3.75m) This Bid Solicitation Cancels And Supersedes Pervious Bid Solicitation Number W8486-259794/a Dated 12 November 2024 With A Closing Date Of 04 December 2024 At 2:00pm Est. A Debriefing Or Feed Session Was Provided By Email To The Bidders/offerors/supplier Who Did Not Bid On The Previous Solicitation. This Requirement Is For The Department Of National Defence (dnd) For The Services Of One (1) Senior Life Cycle Management Specialist Under Stream 5, Technical Engineering And Maintenance Service. The Intent Of This Solicitation Is To Establish One (1) Contract For Two (2) Initial Years, With The Option To Extend The Term Of The Contract By Up To Three (3) One-year Irrevocable Option Periods Under The Same Conditions. This Solicitation Is Only Open To The Below List Of Pre-qualified Suppliers Under The Task And Solutions Professional Services (tsps) (sa) Number E60zt-18tsps. Time Frame Of Delivery: Asap Documents May Be Submitted In Either Official Language Of Canada. Rfp Documents Will Be E-mailed Directly From The Contracting Authority To The Qualified Supply Arrangement Holders Who Are Being Invited To Bid On This Requirement. Bidders Are Advised That The Rfp Documents Are Not Available On The Canadabuys Tender Management Application (https://canadabuys.canada.ca). The Tsps Method Of Supply Is A Result Of A Formal Competitive Process Which Was Established As A Result Of Extensive Consultations With Industry. The Method Of Supply Provides Suppliers With An On-going Opportunity To Become Prequalified For Participation In Future Bidding Opportunities. To Obtain More Information About How To Become A Pre-qualified Supplier For Tsps Please Contact Public Works And Government Services Canada (pwgsc). For General Information On The Various Pwgsc Methods Of Supply, Or To Obtain Specific Information On A Pwgsc Professional Service Method Of Supply, Please Visit Pwgsc's Canadabuys Tender Management Application Website At: Https://canadabuys.canada.ca/en/about-us/news-and-events/transition-canadabuys-tender-management-application#msg List Of Pre-qualified Suppliers : This Requirement Is Open The Following Suppliers Who Qualified Under The Stated Consultant Stream, Security Level, Region And Tier: 7351933 Canada Inc 9468269 Canada Corp. Acf Associates Inc. Adga Group Consultants Inc. Adirondack Information Management Inc., The Aim Group Inc. In Joint Venture Akkodis Canada Inc. Altis Recruitment & Technology Inc. Amyantek Inc Appian Corporation Cae Inc. Calian Ltd. Deloitte Inc. Fleetway Inc. Ipss Inc. Maverin Business Services Inc. Maxsys Staffing & Consulting Inc. Monz Consulting Inc., Newfound Recruiting Corporation. In Joint Venture Newfound Recruiting Corporation Norda Stelo Inc. Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture Procom Consultants Group Ltd. Prologic Systems Ltd. Promaxis Systems Inc Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture Reticle Ventures Canada Incorporated Softsim Technologies Inc.. T.e.s. Contract Services Inc. T.i.7 Inc., The Source Staffing Solutions Inc., In Joint Venture Talencity Inc. Technomics, Incorporated The Aim Group Inc. Thomas&schmidt Inc. Tiree Facility Solutions Inc. V42 Management Consulting, Inc. Valcom Consulting Group Inc. Additional Information For Bidders For Services Requirements, Bidders Must Provide The Required Information As Detailed In Article 2.3 Of Part 2 Of The Bid Solicitation, In Order To Comply With Treasury Board Policies And Directives On Contracts Awarded To Former Public Servants. Security Requirement: There Are Security Requirements Associated With This Requirement: Supplier Security Clearance Required: Secret Security Level Required (document Safeguarding): None Foci Review: None For Additional Information, Consult Part 6 – Security And Other Requirements, And Part 7 – Resulting Contract Clauses. For More Information On Personnel And Organization Security Screening Or Security Clauses, Bidders Should Refer To The Industrial Security Program (isp) Of Public Works And Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) Website. Location Of Work : Region: Cfb Esquimalt Specific Location: Cfb Esquimalt Bidders’ Inquiries Inquiries Regarding This Request For Proposal Requirement Must Be Submitted To The Contracting Authority: Name: Jennifer Ouellet Email: Jennifer.ouellet2@forces.gc.ca The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement.

Department Of National Defence Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Canada
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Esquimalt And Cfb Halifax. Item 1, Gsin: 6110, Nsn: 99-7296313, Contactor, Magnetic Part No.: B32601, Ncage: K0738 Part No.: 2f210-1 + 2/2 Rh, Ncage: K0738 Part No.: A32365 Item 27 , Ncage: K0738 Quantity: 7, Unit Of Issue: Ea , To Be Delivered To Cfb Esquimalt. Item 2, Gsin: 6110, Nsn: 99-7296313, Contactor, Magnetic Part No.: B32601, Ncage: K0738 Part No.: 2f210-1 + 2/2 Rh, Ncage: K0738 Part No.: A32365 Item 27 , Ncage: K0738 Quantity: 7, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item3, Gsin: 5945, Nsn: 99-7225296, Relay, Electromagnetic Part No.: Tlfx, Ncage: U1528 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 4, Gsin: 5945, Nsn: 99-7225296, Relay, Electromagnetic Part No.: Tlfx, Ncage: U1528 Quantity: 6, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 5, Gsin: 4720, Nsn: 99-7301452, Tubing, Nonmetallic Part No.: 670-08-152, Ncage: K6451 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 6, : Gsin: 4720, Nsn: 99-7301452, Tubing, Nonmetallic Part No.: 670-08-152, Ncage: K6451 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 7, Gsin: 9150, Nsn: 99-2205612, Damping Fluid Part No.: 9956-1, Ncage: K1409 Part No.: Dtd5581, Ncage: K0379 Quantity: 4, Unit Of Issue: Bot, To Be Delivered To Cfb Esquimalt. Item 8, Gsin: 9150, Nsn: 99-2205612, Damping Fluid Part No.: 9956-1, Ncage: K1409 Part No.: Dtd5581, Ncage: K0379 Quantity: 4, Unit Of Issue: Bot, To Be Delivered To Cfb Halifax. Item 9, Gsin: 5330, Nsn: 99-7602120, Gasket Set Part No.: Jt22254-104, Ncage: U8616 Part No.: Cj-128625, Ncage: U2164 Quantity: 8, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 10, Gsin: 5330, Nsn: 99-7602120, Gasket Set Part No.: Jt22254-104, Ncage: U8616 Part No.: Cj-128625, Ncage: U2164 Quantity: 12, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 11, Gsin: 5920, Nsn: 99-0590120, Fuse, Cartridge Part No.: 059-0120, Ncage: K0647 Part No.: 27380-077, Ncage: K1159 Part No.: 42131-070-00-7, Ncage: Kc1m9 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 12, Gsin: 5920, Nsn: 99-0590120, Fuse, Cartridge Part No.: 059-0120, Ncage: K0647 Part No.: 27380-077, Ncage: K1159 Part No.: 42131-070-00-7, Ncage: Kc1m9 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 13, Gsin: 5920, Nsn: 99-0119925, Fuse, Cartridge Part No.: L693-10, Ncage: K0059 Part No.: 043-11113/06-fs3, Ncage: K7596 Part No.: 17-00006-005, Ncage: K0268 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 14, Gsin: 5920, Nsn: 99-0119925, Fuse, Cartridge Part No.: L693-10, Ncage: K0059 Part No.: 043-11113/06-fs3, Ncage: K7596 Part No.: 17-00006-005, Ncage: K0268 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 15, Gsin: 5920, Nsn: 99-0590115, Fuse, Cartridge Part No.: B22969, Ncage: K0967 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 16, Gsin: 5920, Nsn: 99-0590115, Fuse, Cartridge Part No.: B22969, Ncage: K0967 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 17, Gsin: 3110, Nsn: 99-9500077, Bearing, Ball, Annular Part No.: 6305cn, Ncage: K7182 Part No.: 105e7065b, Ncage: U1980 Part No.: 2100/13, Ncage: Kb256 Quantity: 16, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 18, Gsin: 3110, Nsn: 99-9500077, Bearing, Ball, Annular Part No.: 6305cn, Ncage: K7182 Part No.: 105e7065b, Ncage: U1980 Part No.: 2100/13, Ncage: Kb256 Quantity: 16, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 19, Gsin: 6110, Nsn: 99-7440571, Panel, Control, Electrical-electronic Equi Part No.: Ssks001959, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 20, Gsin: 6110, Nsn: 99-7440571, Panel, Control, Electrical-electronic Equi Part No.: Ssks001959, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 21, Gsin: 2040, Nsn: 99-2529309, Leading Edge, Acoust Part No.: 2040-99-252-9309, Ncage: Ka352 Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 22, Gsin: 2040, Nsn: 99-2529309, Leading Edge, Acoust Part No.: 2040-99-252-9309, Ncage: Ka352 Quantity: 200, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 23, Gsin: 5305, Nsn: 99-1924428, Screw, Cap, Socket Head Part No.: Ssk/m/112/90/0001 Sheet 019 Issu, Ncage: K6451 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 24, Gsin: 5305, Nsn: 99-1924428, Screw, Cap, Socket Head Part No.: Ssk/m/112/90/0001 Sheet 019 Issu, Ncage: K6451 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 25, Gsin: 4820, Nsn: 99-2389119, Parts Kit, Valve Part No.: 808-a1-4-d-1-a-2 , Ncage: K9077 Part No.: 808-a1-4-d-1-a-2, Ncage: L6427 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 26, Gsin: 4820, Nsn: 99-2389119, Parts Kit, Valve Part No.: 808-a1-4-d-1-a-2 , Ncage: K9077 Part No.: 808-a1-4-d-1-a-2, Ncage: L6427 Quantity: 4, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 27, Gsin: 5310, Nsn: 99-8845932, Nut, Plain, Castellated, Hexagon Part No.: Qca/ssk/m/100/40/0002/202, Ncage: K2516 Quantity: 150, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 28, Gsin: 4720, Nsn: 99-5313472, Tubing, Nonmetallic Part No.: Rl504, Ncage: K7053 Part No.: Cmd151688, Ncage: K7053 Part No.: U4629101, Ncage: 38655 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 29, Gsin: 4720, Nsn: 99-5313472, Tubing, Nonmetallic Part No.: Rl504, Ncage: K7053 Part No.: Cmd151688, Ncage: K7053 Part No.: U4629101, Ncage: 38655 Quantity: 300, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. This Procurement Is Subject To The Controlled Goods Program. The Defence Production Act Defines Canadian Controlled Goods As Certain Goods Listed In Canada’s Export Control List, A Regulation Made Pursuant To The Export And Import Permits Act (eipa). The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.

The City Of Rous Nov Tender

Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date31 Jan 2025
Tender AmountCZK 8.8 Million (USD 365.7 K)
Details: The subject of the public contract is the modification of the area sewerage system, preparation of the territory, repair of roads, paved areas and fencing. Within the framework of the storm sewerage system, only the existing reconstructed routes will be modified. New storm street and line drains will be connected to the existing sewerage system. Repairs of roads involve the construction of paved areas - roads, sidewalks and parking spaces in the existing area. The exact definition of construction and assembly works is contained in the project documentation and the list of construction works, supplies and services with a statement of quantities and a list of ancillary costs, which are separate annexes to the tender documentation (hereinafter also referred to as "zd") processed by the design office: Atelier 99 Sro, Purkyňova 71/99, 612 00 Brno.

BUREAU OF RECLAMATION USA Tender

Civil And Construction...+1Others
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Notice: This Is Not A Solicitation, But Rather A Sources Sought Synopsis To Determine Potential Sources For Information And Planning Purposes Only. No Formal Solicitation For This Work Exists At This Time.the Bureau Of Reclamation, Missouri Basin Region, Is Currently Conducting Market Research In Accordance With Far Part 10 For Preliminary Planning To Determine If This Project Is Appropriate For A Small Business Set-aside Category, As A Request For Proposal (rfp), Firm Fixed Price (ffp). The Naics Code For This Requirement Is 238990 All Other Specialty Trade Contractors.backgroundthe Bureau Of Reclamation Leadville Mine Drainage Tunnel (lmdt) Is Located In Leadville, Colorado (lake County). The Facility Requires The Replacement Of The Existing Main Vehicle Access Gate. The Purpose Of This Sources Sought Is To Research The Replacement Of The Vehicle Access Gate.scope Of Work:the Scope Of This Requirement Includes All Necessary Labor, Equipment, And Materials To Install One (1) New Remotely Actuated Vertical Pivot Gate Operators And Associated Vehicle Sensors To The Front Entrance Of The Facility Driveway In The Same Location As Existing Entrance Gate. This Gate Will Need To Be A Dual Tilt Gate With Each Side Extending No More Than 4 Inches Above The Existing Fence To Prevent Any Issues With The Overhead Powerlines In Front Of The Facility. The Requirement Would Include Removal Of Existing Gate, And Installation Of The New Gate, Stanchions, And Operator Footings, And Keypads. Running The Wiring And Communications Cables To The Facility. Due To Seasonal Requirements, On-site Performance Would Occur During The Period Of June Through September. Disclaimer: This Sources Sought Notice Is For Market Research And Planning Purposes Only In Accordance With Far Part 10 And Shall Not Be Considered As A Request For Proposals (rfp), Request For Quote (rfq), Invitation For Bid (ifb) Or As An Obligation On The Part Of The Government To Acquire Any Services. Responses To This Sources Sought Notice Shall Not Serve As Proposals, Bids, Or Offers, Which Could Be Accepted By The Government To Form A Binding Contract. The Bureau Of Reclamation Will Not Accept Unsolicited Proposals Related To The Subject Of This Sources Sought Notice. The Responder Must Clearly Identify Any Information It Considers Sensitive Or Proprietary. All Information Received In Response To This Sources Sought Notice That Is Marked "proprietary" Will Be Handled Accordingly. Proprietary Information, If Any, Should Be Minimized And Must Be Clearly Marked. To Aid The Government, Please Segregate Proprietary Information. Responses To This Sources Sought Notice Will Not Be Returned.respondents Are Solely Responsible For All Expenses Associated And Incurred By Responding To This Sources Sought Notice. The Government Does Not Require Any Cost For Participating In This Market Research And Sources Sought. The Government Reserves The Right To Determine How It Should Proceed As A Result Of This Notice.an Important Outcome Of This Research Will Be The Determination To Consider If This Can Be Acquisitioned As A Small Business Set Aside, And The Competitive Set Aside Category In Accordance With (iaw) Far 19.201(a). The Government Is Interested In All Socioeconomic Contracting Programs (i.e. Native American/indian-owned Businesses, 8(a), Service-disabled Veteran-owned, Hubzone, And Women-owned Small Business Concerns). The Government Requests That Interested Parties Respond To This Notice With Capabilities And Identify Your Small Business Status With Respect To The Identified Naics Code.the Bureau Of Reclamation Is Seeking Industry Information And Comments From Sources With The Capability To Perform The Requirements Of This Project And With Relevant Experience In All Of The Functional Areas Required. Offerors Are Advised That Providing A Capabilities Statement Will Not Automatically Include The Offeror In Any Future Portion Of The Acquisition Process Or Be Considered A Response To Forthcoming Solicitation.not Responding To This Sources Sought/request For Information Does Not Preclude Participation In Any Future Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Posted On The System For Award Management (sam.gov). It Is The Responsibility Of The Interested Parties To Monitor These Sites For The Possibility Of Additional Information Pertaining To This Requirement.requested Informationinterested Parties Are Requested To Respond With The Following Data:administrative Data: - Company Name, Unique Entity Id (uei), Mailing Address, Phone Number, And E-mail Of Designated Point Of Contact. - Information Regarding Business Size And/or Socioeconomic Designation (hubzone, 8(a), Sdb, Wosb, Sdvosb, Isbee, Iee). - A Statement Of Interest And Capabilities Information. Capability Information Should Include Licensing, Bonding, Insurance, And Past Experience. Submission:responses Shall Be Submitted No Later Than 5 February 2025, 2:00 Pm (14:00)(mst). All Responses Shall Identify The Subject Of The Communication As Lmdt Access Gate Replacement Ss/rfi Response (insert Company Name)responses Shall Be Submitted Via Electronic Mail To The Contracting Specialists: Feyna Li At Fli@usbr.gov And Monte Baird At Mbaird@usbr.gov. Any Responses After The Due Date And Time Will Not Be Accepted.questionsquestions Regarding This Sources Sought/request For Information Shall Be Submitted In Writing, Through E-mail, To The Contracting Specialists, No Later Than 30 January 2025, 2:00 Pm (14:00) (mst). Verbal Questions Will Not Be Accepted.

National Development Company Tender

Machinery and Tools
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 80 K (USD 1.3 K)
Details: Description Request For Quotation Reference No.: Mr25-01-004 We Are Inviting All Interested Suppliers To Submit Their Best Quotation For The Procurement For The Services Of A Two (2) Third (3rd) Party Appraiser To Inspect Value The Ndc’s Tank Farm Facility Located In Lide, Isabel, Leyte: Tank Farm Facility A. Equipment List 1 Fuel Oil Tank (t-85101-a) Capacity: 24,000 Barrels With Suction Heater And Level Indicator 2 Fuel Oil Tank (t-85101-b) Capacity: 24,000 Barrels With Suction Heater And Level Indicator 3 Diesel Oil Tank (t-85102) Capacity: 20,000 Barrels With Level Indicator 4 Fuel Oil Pumps (p-85101 A/r) 2 Units; Gear Type Capacity/unit: 30mt/hr 5 Diesel Oil Pumps (p-85102 A/r) 2 Units; Gear Type Capacity/unit 20 Mt/hr 6 Foam Storage Tank For Fire Water System B. Line List 1 8” Fuel Oil Unloading Line From Wharf Area To Depot With Air Separator, Filter And Flowmeter 2 6” Diesel Oil Unloading Line From Wharf Area To Depot With Air Separator, Filter And Flowmeter 3 8” Fuel Oil Suction Lines From Tank Suction Heaters To Fuel Oil Pumps (with Suction Filters) 4 4” Diesel Oil Suction Lines From Diesel Oil Tank To Diesel Oil Pumps (with Suction Filters) 5 3” Low Pressure Steam Lines To Fuel Oil Tank Suction Heaters 6 Condensate Return Lines From Fuel Oil Tank Suction Heaters (with Steam Traps) 7 Instrument Air Lines 8 Fire Water Lines To 3 Fuel Tanks C. Miscellaneous 1 Tank Farm Dike 2 Cyclone Wire Fences 3 Lpg Storage Fire Walls C. Building And Other Land Improvements Scope Of Services: 1. The Appraisal Services Shall Cover Table Appraisal Of The Abovementioned Tank Farm Facility, Including Buildings And Other Land Improvements, To Establish The Updated Market Value, Prompt Sale Value, And Rental Value Using The Appropriate Methodology. 2. Valuation – Gather And Analyze Data On Recent Sales Of Similar Properties In The Vicinity Of The Subject Property And Interview People Known To Be Knowledgeable Of Real Estate Prices And The Circumstances Of The Sales. 3. Gather And Analyze Data On The Prevailing Rental Rates In The Vicinity Of Properties Of The Same Classification Or Highest And Best Use And Provide An Opinion Of The Market Rental Value Of The Subject Property Also Stating Therein The Appropriate Lease Terms. Duration Of Work: The Table Appraisal Shall Be Completed Within Seven (7) Calendar Days From Receipt Of The Notice To Proceed Issued By Ndc. Reporting Requirements: A Draft Narrative Report Shall Be Submitted Based On The Above Scope Of Work To The Asset Management Group, Before Its Finalization. The Report Should Clearly And Accurately Set Forth The Conclusions Of The Valuation/appraisal In A Manner That Is Not Misleading Specifying All Assumptions And Limiting Conditions Upon Which The Value Conclusion Is Contingent. 3rd Party Appraiser The 3rd Party Appraiser Must Be Duly Accredited By The Bangko Sentral Ng Pilipinas (bsp) And Qualified To Conduct The Appraisal And Has Previously Completed A Similar Appraisal Work For The Abovementioned Property. No. Of Appraisers Required: Two (2) Cost And Manner Of Payment: The Total Cost For The Appraisal Of The Subject Property Shall Not Exceed P40,000.00 Per Appraisal Company (inclusive Of Vat And Out-of-pocket Expenses), And Payable Upon Completion Of The Work. Approved Budget : ₱ 80,000.00/₱ 40,000.00 Per Appraisal Company Inclusive Of Taxes Submission Of Quotation And : January 28, 2025 Eligibility Requirements Mode Of Procurement : Small Value Procurement (53.9) Eligibility Requirements : 1. Valid And Current Mayor’s Permit (certified True Copy) 2. Philgeps Registration Number (certified True Copy) 3. Omnibus Sworn Statement (notarized And Accordance With Gppb Circular 04-2020 Dated September 16, 2020) Note: In Lieu Of The Mayor’s Permit And Philgeps Registration Number, You May Submit A Valid Certificate Of Philgeps Registration (platinum Membership). Please Submit Your Quotation And Eligibility Requirements In A Sealed Envelope At The Address Stated Below. Name Of Bidder: Bids And Awards Committee National Development Company 7/f Ndc Building, 116 Tordesillas St. Salcedo Village, Makati City Fax: 840-4862 Attention: Bac Secretariat Reference Number: Mr25-01-004 All Prices Should Be Vat Inclusive. Further, Please Indicate In The Quotation The Following: 1. Terms Of Payment - Government Terms 2. Delivery Period – The Table Appraisal Shall Be Completed Within Seven (7) Calendar Days From Receipt Of The Notice To Proceed Issued By Ndc. (originally Signed) Agm Alewijn Aidan K. Ong Chairperson, Bids And Awards Committee
4141-4150 of 4195 archived Tenders