Fencing Tenders

Fencing Tenders

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 Cagayan De Oro Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 2.4 Million (USD 43 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For Early Childhood Care Development (eccd) Child Development Center, Balubal Heights; Sn 06 - 2025 1. The City Government Of Cagayan De Oro, Through Current Appropriation, Supplemental Budget No. 2 Cy 2024, Non-office: Economic Services Sector - Infrastructure Project/programs - Public Buildings/miscellaneous Structures, Intends To Apply The Sum Of Two Million Four Hundred Ninety Eight Thousand Ninety Eight And 14/100 (php2,498,098.14) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Early Childhood Care Development (eccd) Child Development Center, Balubal Heights; Sn 06 - 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: A) Clearing And Removal Of Existing Obstructions B) Construction Of 1-storey Care Center Building W/o Tile & Screen Door C) Provision Of Facilities/amenities & Playground Equipments D) Construction Of Fence With 1 Unit Gate. Completion Of The Works Is Required One Hundred Eleven (111) Calendar Days From The Effectivity Date Stipulated In The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below From Office Hours Of 23 January 2025 To 12:00 Noon Of 13 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 23 January 2025 To 12:00 Noon Of 13 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (php5,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 30 January 2025; 2:00 P.m At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 13 February 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 13 February 2025; 2:00 P.m At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd)atty. Joeffrey D. Namalata Bac Chairperson

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.

City Of Cape Town Tender

Goods
Machinery and Tools
South Africa
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Description: * Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Description Impact Drill Hp2050 Slender And Compact Body With Durable Metal Gear Housing. 720w. Extra-low Vibration Level For Reduced Operator Fatigue. Dual Purpose For "rotation Only" And "rotation With Hammering". Built-in Torque Limiter Stops Bit Rotation When Hitting Reinforcements. Industrial Strength Keyed Chuck. Double Insulation, Variable Speed, Reversing, Mechanical 2-speed, Torque Limiter And Carry Case. Technical Data Continuous Rating Input 720w Capacities Concrete: 20mm Steel: Hi: 8mm Lo: 13mm Wood: Hi: 25mm Lo: 40mm No Load Speed / Impact Per Min Hi: 0-2,900r/min Lo: 0-1,200r/min / Hi: 0-58,000 Lo: 0-24,000 Overall Length 362mm Net Weight 2.5kg Power Supply Cord 2.5m Includes * Ordless Impact Driver Drill Kit Compact And Lightweight Design. # All Metal Gear Construction Ensures High Transmission Durability. # Single Sleeve Keyless Chuck Enables Easy Bit Installation / Removal With One Hand. # Ergonomically Designed Rubberized Soft Grip Provides More Control And Comfort. # Variable Speed, Electric Brake, Reversing, Mechanical 2-speed, Keyless Chuck, Torque Setiing 16 And Carry Case Specifications Voltage 18v 3.0ah Or 1.3ah Capacity Steel: 13mm Wood: 36mm Masonry: 13mm Impact Per Minute (i/min) Hi: 0-19,500 Lo: 0-6,000 No Load Speed (r/min) Hi: 0-1,300 Lo: 0-400 Dimensions (lxwxh) / Net Weight 239 X 79 X 244mm / 1.7kg * Product Type Angle Grinder Model 9557hn Power Input 840w Disc Size 115mm Variable Speed Yes Machine Weight 2kg No-load Speed 11000rpm Protection Type Eye Protection Respiratory Protection Ear Protection Application Residential Commercial Feature And Benefits # Rotatable Gear Housing Can Be Positioned Every 90 Degrees To Suit Most Cutting And Grinding Operations. # Powerful Motor With New Spiral Gears For Less Friction Heat And Noise, Ensures Steady And Efficient Masonry Cutting. # Labyrinth Construction Protects All Ball Bearings From Dust And Debris. # Use Of A Woodruff Key To Assemble Gear Onto Spindle Allows For Easier Repairing Of Gear Section. # Dust-proof Ball Bearing On The Spindle And The Commutator End Of The Armature. # Dust-proof Washer Installed On The Spindle. # O Rings Placed On The Joint Between The Gear Housing And Bearing Box And Shaft Lock Pin Installation Hole. * Kita 18v Cordless Angle Grinder Dga452zk Features : - Powerful Angle Grinder Now Free From Cord. - Only Compatible With Bl1830 3.0ah Li-ion Battery. - Capable Of Using Wheels / Discs For Ac Grinders. - Easy To Grip, Small Circumference Motor Housing. - Anti-restart Function For Safety (with Warming Lamp). - Electronic Current Limiter (with Warning Lamp). - Includes Carry Case. Specifications : - Voltage 18v 3.0ah - Wheel Diameter 115mm - No Load Speed (r/min) 10,000 - Dimensions (lxwxh) 317x129x126mm - Net Weight 1.9kg 1 X Carry Casewhat's In The Box 1 X Cordless Angle Grinder Dga452zk 1 X Battery 18v 3.0ah (bl1830 1 X Charger (dc18rc) 1 X Carry Case * Product Description Rotary Hammer Drill Product Features Double Insulation Adapted For Sds-plus Bits One Touch Sliding Chuck For Easy Bit Changes High Durability In Mechanical Parts, Motor And Carbon Brush Easy-to-operate Large Trigger Switch And Lock-on Button Soft Grip Provides More Comfort And Control Reversing Switch Lever Enables Changing Rotation Direction With One Hand Variable Speed Trigger Allows Operator To Adjust Speed Based On Materials Or Application Torque Limiter Stops Rotation If Bit Jams For Increased Operator Safety And Enhanced Motor Protection 2-mode Operation For "hammering Only" Or "hammering With Rotation" For Multiple Applications Excludes Drill Bit Click Here For Product Warranty What's In The Box 1 X Rotary Hammer 1 X Carrying Case Technical Specifications Colour: Black <(>&<)> Teal Material: Metal <(>&<)> Plastic Drilling Capacity: Concrete With Core Bit: 54mm Steel: 13mm Wood: 32mm Power Input: 710w No Load Speed: 0 - 1050rpm Height: 214mm Width: 84mm Length: 357mm Cord Length: 2.5m Sound Power Level: 100db Sound Pressure Level: 89db Vibration Levels: 15m/s² Weight: 2.6kg * Description Makita Mt Model M5802b Circular Saw Double Insulation, Bevel Cutting And Dust Collecting. Technical Data Continuous Rating Input 1,050w Max Cutting Capacity 0 Degrees:68 / 66mm 45 Degrees:46 / 44mm Blade Diameter 190 / 185mm No Load Speed (r/min) 4,900r/min Overall Length And Net Weight 297mm - 4.0kg P Hex Wrenchower Supply Cord 2.0m Includes Tct Saw Blade Guide Rule Hex Wrench * Description Makita Cordless Circular Saw Dhs710z 36v (18v + 18v) Dc Circular Saw With Extra-high Power That Is As Close To The Power Of Ac Models As Possible. Outstanding Performance With Two 18v Li-ion Batteries In Series. Electric Brake, Soft Start And Dust Collecting Two 18v Lxt Li-ion Batteries Deliver The Power And Performance For Corded Demands Without Leaving The 18v Lxt Platform Makita-built Motor Delivers 4,800 Rpm For Fast Cutting And Ripping Heavy Gauge Aluminum Die Cast Wraparound Base Engineered For Improved Durability And Straighter Cuts(dhs710) Reinforced Magnesium Die Cast Base For Durability (dhs711) Lightweight For Operator Comfort Technical Data Voltage 36v (18v +18v) 5.0ah - 4.0ah - 3.0ah - 1.5ah Capacities At 0 Degrees: 68.5mm - At 45 Degrees: 49mm Blade Diameter 190 / 185 Mm (7-1/2" / 7-1/4") No Load Speed 4,800r/min Dimensions (lxwxh) 356 X 217 X 298mm Net Weight 3.9 - 4.6 Kg (8.6 - 10.1 Lbs.) * Makita Mlt100 Table Saw Sliding Left Extension Sub-table Is Provided. Right And Rear Extension Table Enables Greater Cutting Capacity. Safety Guard Is Installable And Removable Without Tool. On-tool Storage For Accessories Is Provided. Double Insulation, Electric Brake, Soft Start And Dust Collecting. Stand For Mlt100 Is Not Included. Technical Data Continuous Rating Input 1,500w Max Cutting Capacity 0 Degrees: 91mm 45 Degrees: 63mm Blade Diameter 255mm No Load Speed (r/min) 4,300r/min Dimensions (lxwxh) / Net Weight 726x984x333mm / 34.1kg Power Supply Cord 2.5m Includes T.c.t. Saw Blade (b-17734) Rip Fence Angle Rule Wrench 19 Socket Wrench 13-22 Push Stick Non Stock 1. Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. 2. Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** · Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent"

FOREST SERVICE USA Tender

Agriculture or Forestry Works
Corrigendum : Closing Date Modified
United States
Closing Date22 Feb 2025
Tender AmountRefer Documents 
Details: Amendment 2: Extends Respose Date To 2/21/25. Adds Schedule Of Items With Estimated Acreage For Each Forest Under R5 North Zone, California. Reminder To Submit All Documents As Requested In Section 12 Below. amendment 1: Extend Response Date To 2/17/25. We Are Working On Providing Acreage Information And Answers To Q&a Received.we Will Post This Information Within The Next Week Or So. Request For Information North Zone/region 5 Mechanical Fuels Reduction 1.0. Description 1.1.overview the United State Department Of Agriculture, Forest Service In Support Of (6) Six Forests In The California North Zone/region 5 (klamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest) Is Conducting A Market Survey To Determine The Interest, Capability Of Industry, Expectant Cost, Necessary Timeframe, And Recommendations To Provide Mechanical Vegetation Manipulation Essential For Timber Stand Improvement And Fuel Reduction Treatments. Vicinity Maps Identifying Forest Locations Shall Be Included In The Project Task Orders. Tasks May Be Located On The Following Forests Listed Above. 1.2request For Information Limitations this Is A Request For Information (rfi) Only. This Rfi Is Issued Solely For Information And Planning Purposes And Does Not Constitute A Request For Quote (rfq) Or Request For Proposal (rfp) Or A Promise To Issue An Rfp In The Future. This Rfi Does Not Commit The Government To Contract For Any Supply Or Service. Respondents Are Advised That The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Rfi; All Costs Associated With Responding To This Rfi Will Be Solely At The Interested Party’s Expense. Not Responding To This Rfi Does Not Preclude Participation In Any Future Rfq Or Rfp, If Any Is Issued. 2.0 Background the North Zone Of Region 5 In California Encompasses A Diverse Range Of National Forests That Represent The Rich Ecological, Cultural, And Recreational Resources Of The Region. These Forests Include Theklamath National Forest, Lassen National Forest, Mendocino National Forest, Modoc National Forest, Shasta-trinity National Forest And Six Rivers National Forest. spanning Across Northern California, These Forests Offer A Diverse Array Of Landscapes, From Rugged Mountain Ranges And Volcanic Plateaus To Lush River Valleys And Dense Old-growth Forests. Home To Diverse Ecosystems Supporting A Wide Variety Of Unique Wildlife And Plant Species, Including Several Rare And Endangered Varieties. These Forests Also Provide Critical Watershed Functions, Ensuring Clean Water For Surrounding Communities And Habitats. in Addition To Their Ecological Significance, The North Zone Forests Have Deep Cultural And Historical Importance, With Ties To Indigenous Tribes Who Have Inhabited The Area For Thousands Of Years. They Also Offer Abundant Recreational Opportunities, Such As Hiking, Camping, Fishing, And Winter Sports, Making Them Valuable For Both Residents And Visitors Seeking To Experience The Natural Beauty Of Northern California. the Importance Of Mechanical Vegetation Manipulation And Fuel Reduction Treatments Has Become Increasingly Evident. These Practices Are Vital For Maintaining Forest Health And Resilience, Especially In The Face Of Climate Change And The Growing Intensity Of Wildfires In California. Mechanical Thinning, Prescribed Burns, And Other Fuel Reduction Treatments Help To Reduce The Build Up Of Hazardous Fuels, Decrease Wildfire Severity, And Protect Communities And Critical Infrastructure. Additionally, These Treatments Promote Growth Of Native Vegetation, Enhance Wildlife Habitat, And Improve Overall Forest Ecosystem Function. through Sustainable Forest Management And Conservation Efforts, The Forests In The North Zone Of Region 5 Collectively Support Biodiversity, Environmental Health, Fire Resilience And Fostering Community Engagement With The Natural World. 2.1. Technical Definitions brush Stem: Any Brush Or Forbs, 1/2 Inch Diameter Or Larger, 12 Inches From The Ground. conifer: A Cone-bearing Tree With Needles Or Leaf Scales. Examples Are Fir, Pine And Cedar. crop Tree/ Leave Tree: Trees Selected In The Stand To Be Left To Meet The Technical Specifications. cut Tree: Trees That Are To Be Removed From The Stand Not Needed To Meet The Technical Specifications. damaged Tree: Any Tree With A Broken Cambium Layer. diameter At Breast Height (dbh): The Diameter Of A Tree Measured At Breast Height, 4 ½ Feet From Ground Level On The Uphill Side. hardwood: Trees With Broad Leaves Rather Than Needles. Examples Are Oak, Madrone And Chinquapin. masticate: Chipping, Shredding Or Grinding To An Average Size And Distributed Evenly Over Whole Area, Specifications Will Be Identified By Task Order. riparian Habitat Conservation Area (rhca) Or Riparian Reserve: A Zone Established For The Protection Of Riparian Areas In Which The Use Of Mechanized Equipment Is Restricted. Maps Showing Rhca Locations And Widths Will Be Provided With Each Task Order. sanitation Tree: Tree Wounded By Animals Or Infected With Disease. stump Height: Stump Height Shall Not Exceed 4 Inches From The Ground On The Uphill Side Or 4 Inches Above Natural Obstacles. tractor Pile: A Soil-free Pile Of Vegetative And/or Slash Material, Constructed To Allow For Obstacle Free- Burning. unit Or Individual Treatment Area: Unit Boundaries Will Be Designated By, Flagging, Roads, Timber And/or Other Obvious On-the-ground Features. Boundaries May Be Digitally Designated Using Georeferenced Maps Suitable For Uploading Into Applications Such As Avenza Or Other Compatible Applications. 2.2. Technical Requirements/performance Specifications the Forest Service Expects To Improve Forest Health By Reducing Stand Density, Vegetative And Tree To Tree Competition, As Well As Rearranging Fuel Concentrations. the Contractor(s) Will Be Expected To Use Silvicultural And Forestry Knowledge To Identify And Adjust To Changing Conditions Within Stands And Notify The Contracting Officer And/or Their Representative Of Any Conditions Not Addressed In The Treatment Prescription(s). Treatment Prescriptions Can Be Found In The Detailed Unit Information Sheets (duis) Attached To Each Task Order. The Contractor(s) Shall Be Able To Demonstrate An Ability To Interpret And Carry Out The Requirements Prescribed In The Duis And Recognize Any Insect, Disease, Or Animal Damage Problems And Report Them To The Contracting Officer. work Under This Contract Is Subject To Requirements Under The National Environmental Policy Act (nepa), Fire Restrictions Under Project Activity Levels (pal), Wildlife Considerations Under Limited Operation Periods (lop), Resource Protection Best Management Practices (bmps) And Wet Weather Operations Protocol. This List Is Not Necessarily Conclusive. Please Note These Requirements Are Subject To Change And/or Updating As Determined By State And Federal Regulations. it Is Anticipated The Following Mechanical Vegetation Treatment/fuel Reduction Efforts Will Be Performed: mechanical Brush Mastication mechanical Brush And Pre-commercial Tree Thinning Mastication precommercial Tree Thinning Mastication mastication By Task Order mastication Site Preparation mechanical Site Preparation (tractor) ripping Of Furrows the Following Are General Explanations Of Anticipated Work That Will Be Expected By The Government: brush Mastication: Cut All Brush Within The Project Area To The Specifications Negotiated At Time Of Task Order Award. brush Mastication And Precommercial Thinning: Masticate All Brush And Precommercial Thin Conifers To The Specifications Negotiated At Time Of Task Order Award. mechanical Precommercial Thinning: Precommercial Thinning To Be Performed With Mastication Equipment. Spacing And Conifer Size Will Be Negotiated At Time Of Task Order Award. mastication By Task Order: Includes Specialized Work Not Described In The Above. Work May Include Cutting Of Larger Material Such As Trees (maximum 12”dbh) And Mastication Of Post-harvest Timber Sales To Reduce Slash Loads. Specifications Will Be Provided For Each Task Order. mastication For Site Preparation: Mulching Of Live (including But Not Limited To Natural Seedlings, Saplings, Brush And Forbs) Or Dead Vegetation And Logging Slash Into The Ground To Create An Area Suitable For Planting Of Seedlings. Specifications Will Be Negotiated At Time Of Task Order Award. mechanical Site Preparation: Construct Piles Of Slash, In Such A Way As To Not Accumulate Topsoil And Allow It To Burn Cleanly. Specifications Will Be Negotiated At Time Of Task Order Award. ripping Of Furrows: Rips Will Be Parallel And Follow The Natural Contour Of The Unit Areas. Specifications Will Be Negotiated At Time Of Task Order Award. contractor Shall Provide All Equipment, Labor, Materials, Supervision, Transportation And Any Incidental Services To Perform All Required Work. Contractor Shall Be Required To Supply And Maintain A Quality Control Plan And Self-inspection Of Work To Be Performed. Contractor’s Performance Shall Be In Accordance With An Approved Work Plan And Schedule That Will Be Required On Every Task. 2.2.1 Site Conditions site Conditions Can Vary Greatly From Site To Site. Contractors Are Highly Encouraged To Visit All Sites Prior To Quoting. Mechanical Treatments Are Limited To Slopes Less Than 50%. Brush Is Expected To Be Heavy Over Most Work Areas. Vegetation Consists Of Mixed Tree Species, Such As Ponderosa Pine, Douglas Fir, White Fir, Incense Cedar, Sugar Pine, Shasta Red Fir, Western White Pine, Lodgepole Pine, Knobcone Pine And Juniper. Hardwood Tree Species Include Oregon White Oak, California Black Oak And Pacific Madrone And California Live Oak. Brush Species Such As Green Leaf Manzanita, White Leaf Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry, Bitterbrush, Ceanothus, Tanoak, And Chemise Exist Throughout The Treatment Areas. Most Units Have A Variety Of Brush And Shrub Species Mostly Made Up Of Manzanita, Snowbrush, Sagebrush, Chinquapin, Mountain Mahogany, Whitethorn, Bitter Cherry And Bitterbrush. More Specific Stand Information Is Provided On The Duis In Each Task Order. site Conditions May Include, But Are Not Limited To The Following: slope Ranges From 0% To 50% trees Per Acre In Plantations Ranges From 130-600 rock Cover Ranges From 10% To 50% brush Cover Ranges From 0 – 100%, Brush Heights Vary From Site To Site, Average Vegetation Height Will Be Provided In The Duis windrows, Berms, And Side Casting Inside Some Units manmade Hazards Such As Wire, Old Logging Cable, And Cattle Fencing May Be Present 2.2.2. Boundaries unit Boundaries Will Be Designated On Maps, Aerial Photos And/or In Gps Shape Files. On The Ground Boundary Designation May Be By Obvious Roads, Timber Lines, Vegetation Type Changes And/or Other Features. Boundaries, Other Than For Easily Identifiable Cutting Lines As Listed Above May Be Marked By The Government With Contract Boundary Flagging And Tags. Perimeters Of The Work Areas Could Be Identified On Aerial Photos, As Well As Reference Maps, Included With Task Orders. Where Possible, The Gross Size Of Work Units In Each Item Has Been Determined Via (gps) Global Positioning Systems And/or Geographic Information Systems (gis). Accessible Reference Points Along The Perimeter Of Work Areas Are Identified With Boundary Flagging, I.e., Corners. The Entire Perimeters Of Inaccessible Work Areas May Not Be Flagged. Where Aerial Photos Or Maps And The On-ground Designation Conflict, The On-ground Designation Shall Govern Unless Otherwise Directed By The Contracting Officer. contractors Shall Have A Gps Receiver Unit On Each Piece Of Shredding Equipment Compatible With National Forest Gis Systems Capable Of Meeting Current Tested Accuracies For Distance-direction Methods, Pursuant To Forest Service Handbook (fsh) 2409.12 – Timber Cruising Handbook, Chapter 50 – Area Determination. Chapter 50 And Meet The Standards Set Forth In: R5 Supplements To Fsh 2409.12, Chapter 50. Shape Files Of The Perimeters Of Work Areas Will Be Downloaded To Contractor Owned Gps Receiver(s) Units Which Are Compatible With National Forest Gis Systems. Unit Shape – The Contractor’s Mapped Unit Shall Be Similar To That Of The Government. There Should Be No Obvious Or Significant Differences In Unit Shape That Could Occur If Gps Position Fixes Are Too Far Apart To Portray A True Representation Of Unit Shape. The Perimeter Distance Traversed By The Contractor Shall Be Similar To That Of The Government. Payment Will Be Based On Actual Treatment Acres Determined By Gps After The Contractor Has Completed The Unit. 2.2.3 Archaeological Sites areas, Identified By The Forest Service To Be Of Archaeological Interest Will Be Flagged And Noted On The Contract Map Prior To Commencement Of Work On The Site. If A Contractor Is Working In An Area And Notices An Unidentified Area That May Be Of Archaeological Interest, Contractor Shall Stop Work In That Area Until Forest Service Can Inventory The Site. 2.2.4. Accessibility accessibility Is By All-weather And Seasonal Roads. Project Area May Be Reached Via County And Forest Service Roads And Are Accessible By Standard Pickup During The Normal Operating Seasons. Four-wheel Drive Vehicles Equipped With Snow Tires And Chains May Be Necessary When Snow, Mud Or Ice Is Abundant In The Project Area Or On Four-wheel Drive Roads. Inaccessibility Due To Snow, Fallen Trees, Slides Or Washouts On Roads May Or May Not Be Corrected At The Option Of The Government. The Government May Direct The Contractor To Use An Alternative Route Under The Changes Clause Of This Contract. Additionally, If Road Access Is Blocked, The Government May Require Walk-in To Units That Are Inaccessible By Road. However, It Is Advisable That The Contractor Have A High Clearance 4x4 Vehicle For Spring And Late Fall Work. Vehicles Shall Not Operate Off System Roads Without Prior Written Approval Of The Contracting Officer. the Government Assumes No Obligations To Do Special Road Maintenance To Keep Roads Open. at Times Spur Roads Shown On Project Maps May Not Be Accessible By Vehicle But Show A Previously Known Road To The Work Area. 2.2.5. Equipment Cleaning contractor Shall Clean All Off Road Equipment Prior To Arrival On The Work Site, Making Sure That Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Areas Identified By The Forest Service As Being Infested With Invasive Species Of Concern Must Not Move Equipment Off-site Without First Taking Reasonable Measures To Make Each Such Piece Of Equipment Is Free Of Soil, Seeds, Vegetative Matter, Or Other Debris That Could Contain Or Hold Seeds. Contractor Must Advise Forest Service Of Measures Taken To Clean Equipment Prior To Moving Equipment Off-site. Reasonable Measures Shall Not Require The Disassembly Of Equipment Components Or Use Of Any Specialized Inspection Tools. 3.0 Safety contractors Shall Have, And Maintain, A Written Safety Plan For The Duration Of The Contract. The Safety Plan Is Due To The Contracting Officer Within 10 Days Of Award. The Safety Plan Must Be Available On-site And Must Be Updated For Project Specific Information By Task. The Contracting Officer Representative Will Obtain A Copy Of The Site-specific Safety Plan From The Contractor On The First Day Of Work. fuel Reduction Activities Are Known To Have Inherently Hazardous Conditions Associated With Working In The Woods, E.g.: Sharing The Road With Log Trucks, Private And Government Vehicles; Ticks, Snakes, And Bees; Working Below Someone Else On Steep And Rocky Terrain, Chainsaw Operations, And Hazard Trees That Are Susceptible To Wind Throw That Could Lead To Serious Injury Or Loss Of Life. some Task Orders May Contain A Government Job Hazard Analysis (jha) In Order To Convey To The Contractor Known Hazards. The Site-specific Safety Plan Shall Comply With The Jha And The Contractor Shall Provide The Project Safety Person Who Shall Be Responsible For Enforcing The Safety Plan. 4.0. Protection, Use And Maintenance Of Improvements the Contractor, In All Phases Of Contract Operations Shall Protect Insofar As Practicable All Land Survey Corners, Telephone Lines, Ditches, Fences And Other Improvements. If Such Improvements Are Damaged By Contractor Operations The Contractor Shall Restore Them Immediately To Condition Existing Immediately Prior To Contractor’s Work. When Necessary, The Government May Require The Contractor To Move Such Telephone Lines, Fences Or Improvements From One Location To Another. All Roads And Trails Designated By The Forest Service As Needed For Fire Protection Shall Be Kept Free Of Logs, Brush, And Debris Resulting From Contractor Operations. 5.0. Landscape Preservation the Contractor Shall Give Attention To The Effect Of Contract Operation Upon The Landscape, Shall Take Care To Maintain Natural Surroundings Undamaged, And Shall Always Conduct The Work In Compliance With The Following Requirements. a. Prevention Of The Landscape Defacement. The Contractor Shall Not Remove, Deface, Injure, Or Destroy Trees, Shrubs, Lawns, Or Other Natural Features Or Any Other Improvements In The Work Area Unless Specifically Authorized By The Contracting Officer. Unless Otherwise Provided Herein, The Contractor Shall Confine Contract Operations To Within The Areas Designated In Contract Documents. b. Protection Of Streams, Lakes, And Reservoirs. The Contractor Shall Take Sufficient Precautions To Prevent Pollution Of Streams, Lakes, Small Ponds, And Reservoirs With Fuels, Oils, Bitumens, Calcium Chloride, Silt, Or Other Harmful Materials. Mechanical Equipment Shall Not Be Operated In Live Streams Without Written Approval Of The Contracting Officer. 6.0 Endangered Species the Government May Direct The Contractor To Discontinue Task Order Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15. 7.0 Preservation Of Historical And Archaeological Resources if, In Connection With Operations Under This Contract, The Contractor, Subcontractors, Or The Employees Of Any Of Them, Discovers, Encounters Or Becomes Aware Of Any Objects Or Sites Of Cultural Value On The Project Area, Such As Historical Or Prehistorical Ruins, Graves Or Grave Markers, Fossils, Or Artifacts, The Contractor Shall Immediately Suspend All Operations In The Vicinity Of The Cultural Value And Shall Notify The Cor In Writing Of The Findings. No Objects Of Cultural Resource Value May Be Removed. · Operations May Resume At The Discovery Site Upon Receipt Of Written Instructions. Actions Taken Under This Paragraph Shall Be Subject To The Stop-work Order Clause Far 52.242-15. 8.0. Special Situations some Project Areas May Have Limited Periods Where Work Can Occur, Zones Where No Soil Disturbing Activity Can Occur, Or Special Access Rules Due To Noxious Weeds Or Other Types Of Diseases (such As Port-orford Cedar Or Sudden Oak Death Areas). Any Such Limitations Will Be Identified On The Applicable Task Order. 9.0. Environmental Interruption Of Work environmental - The Contracting Officer, By Issuance Of A Suspend Work Order, May Direct The Contractor To Shut Down Any Work That May Be Subject To Damage Due To Weather Conditions Or Fire Danger. The Contractor Will Be Given A Resume Work Order That Will Document The Date The Work Suspension Ends. An Allowance Will Be Included In Each Task Order For Short-term Environmental Delays Up To One Day At A Time. The Count Of Contract Time Will Therefore Continue During Work Interruptions Of One Day Or Less, But The Count Of Contract Time Will Stop During Work Interruptions In Excess Of One Day At A Time. All Periods Of Interruptions Directed By The Government Will Be Documented. The Contractor Will Not Be Entitled To Additional Monetary Compensation For Such Suspensions Regardless Of Duration. endangered Species - The Government May Direct The Contractor To Discontinue All Operations In The Event That Listed Or Proposed Threatened Or Endangered Plants Or Animals Protected Under The Endangered Species Act Of 1973, As Amended, Or Federal Candidate (category 1 And 2), Sensitive Or State Listed Species, Identified By The Forest Service, Are Discovered To Be Present In Or Adjacent To The Project Area. Actions Taken Under This Paragraph Shall Be Subject To Far 52.242-14 Suspension Of Work. 10.0 Permits the Contractor Shall, Without Additional Expense To The Government, Be Responsible For Obtaining Any Necessary Licenses And Permits, And For Complying With Any Federal, State, And Municipal Laws, Codes, And Regulations Applicable To The Performance Of The Work. The Contractor Shall Also Be Responsible For All Damages To Persons Or Property That Occur As A Result Of The Contractor’s Fault Or Negligence. The Contractor Shall Also Be Responsible For All Materials Delivered And Work Performed Until Completion And Acceptance Of The Entire Work, Except For Any Completed Unit Of Work Which May Have Been Accepted Under The Contract. 11.0. Schedules prior To Starting Work, The Contractor Shall Present A Written Plan Of Work Providing For The Orderly And Timely Completion Of The Requirements. This Plan Is Subject To The Approval Of The Contracting Officer. The Schedule May Be Modified In Writing During The Course Of Work If Conditions Warrant. Work Shall Not Occur On Sundays Without Written Permission Of The Contracting Officer. if The Work Progress Falls Behind Schedule, The Contractor Shall Take Such Action As Necessary To Ensure That The Timely Completion Of The Contract Is Not Jeopardized. In Addition, The Contracting Officer May Require The Contractor To Submit A Revised Plan Of Work Showing By What Means They Intend To Complete The Project On Time And In Compliance With All Contract Requirements Such As Increasing The Number Of Crews Or Overtime Operations. 11.0.1. Season Of Operation project Activities Will Occur When Roads Are Open In The Project Area. Project Activities Will Not Occur When Roads Are Closed Seasonally, And During Periods Of Wet Weather, This Varies Seasonally And Generally Occurs Between October 15 To April 15. 11.0.2. Limited Operating Period a Limited Operating Period (lop) May Apply And Will Be Identified At Task Order Level. 12.0 Requested Information responses Are Requested With The Following Information: vendor’s Name, Address, Uei, Points Of Contact With Telephone Number(s) And E-mail Address(es) business Size/classification (naics 115310, Support Activities For Forestry) To Include Any Designations As Small Business, Hubzone, Woman Owned, Service-disabled Veteran Owned And/or 8(a), Etc. description Of Capability To Perform Services Listed Above In Section 2.2. Provide At Least Three (3) Recent Examples. Recency Must Be Within The Last Three (3) Years. vendor's Interest In Submitting A Quote If The Requirement Is Solicited. any Feedback, Comments, And/or Questions Pertaining To The Above Sections 2-11 And Related Contracting Issues. location(s) Capable Of Performing Services (all Forests Listed Above, Or Select Forests Listed Above). schedule Of Items Containing Price Estimates. 13.0. Submission interested Parties Are To Submit Questions To This Rfi No Later Than 18 February 2025 At 4:00 Pm Pacific Standard Time (pst). All Responses Shall Be Submitted No Later Than 21 February 2025 At 4:00 Pm Pacific Standard Time (pst. All Questions And Responses Shall Be Submitted To Veronica Beck At Veronica.beck@usda.gov.

City Of Cape Town Tender

Others
South Africa
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Recreational Equipment Reference Number Gg12500517 Title Hygienic Products & Items Description 100 Each X Toothpaste 100ml 100 Each X Hand Washing Bar Soaps 175g 100 Each X Vaseline Blue Seal 50ml 100 Each X Antiperspirant Roll-on 55ml 100 Each X Antiperspirant Roll-on 55ml 100 Each X Face Cloths Specification* Ref Gg12500517 Please Assist With The Supply Of Below Goods To Rocklands Admin Office Cnr Lancaster And Park Avenue Rocklands Mitchells Plain 100x Toothpaste 100ml Colgate/aquafresh Or Equivalent Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 * 100x 175g Hand Bar Soap (lifebuoy Or Equivalent) Contact Person Sandisiwe Tandwa 0744511737 Alternative Ntombi 021 400 3987 Fresh Antigerm Bar Soap Gives A Clean And Refreshing Feeling.with Flaxseed Oil Helps Strengthen Your Skin's Natural Ability To Protect Against Germs. For The Good Health Of Your Skin. Boosts Your Natural Anti-germ Defences By 10x More. * 100x Vaseline Blue Seal/equivalent 50ml Specs Vaseline Petroleum Jelly Original Locks In Moisture And Is The Ideal Product For A Multitude Of Skin Care Needs. Vaseline Petroleum Jelly Original Is Made With 100% Pure Petroleum Jelly That Is Guaranteed To Have Been Through 3 Purification Steps. It Is Also A Fragrance-free, Hypoallergenic Moisturizer That Is Non-irritating And Non-comedogenic, Which Means Original Vaseline Petroleum Jelly Does Not Clog Pores. Vaseline Blue Seal Original Has Many Uses, Including Personal Care, Baby Care, And Beauty. The Unique Formulation Penetrates Into Surface Skin Layers And Locks In Moisture To Create A Protective Barrier. By Sealing In Moisture, It Assists The Skin's Natural Recovery, Rejuvenating Visibly Dry Skin And Reducing The Appearance Of Fine, Dry Lines. Vaseline Jelly Protects The Skin From Windburn And Dry, Cracked Skin And Minor Cuts, Scrapes, And Burns. Vaseline Petroleum Jelly Original Combines All Key Elements Of A Good Moisturizer In One. This Petroleum Jelly Is Gentle, Safe And Effective At Moisturizing And Protecting Your Skin. Vaseline Petroleum Jelly Is Clinically Proven To Help Restore Dry Skin. * 100x Antiperspirant Roll On For Men 55ml 100 For Men Shower To Shower Or Equivalent Specifications/ Features The Best 48 Hour Sweat And Odour Protection, That Prevents Dark Marks And Bumps Under Your Arms And Keeps You Dry All Day. How To Use - Shake Well - Apply Shield Even Tone For Women Directly After A Bath Or Shower - Allow The Deodorant To Dry Before Getting Dressed - Feel Confident All Day With Dry Underarms * 100x Antiperspirant Roll On For Women 55ml 100 For Men Shield Or Equivalent Specifications/ Features The Best 48 Hour Sweat And Odour Protection, That Prevents Dark Marks And Bumps Under Your Arms And Keeps You Dry All Day. How To Use - Shake Well - Apply Shield Even Tone For Women Directly After A Bath Or Shower - Allow The Deodorant To Dry Before Getting Dressed - Feel Confident All Day With Dry Underarms * 100x Facecloths 30cmx30cm Features Home Cotton Face Cloth Teal Covers Your Basic Bathroom Needs. This Towelette Is Crafted From 100%% Pure Cotton For A Soft, Luxurious Feel And Measure 33 X 33cm. Delivery Date2025/02/28 Delivery Tocs - City Health Csch Delivery Address0 Cnr Lancaster And Park Ave, Rocklands Contact Personsandisiwe Tandwa Telephone Number0744511737 Cell Number Closing Date2025/02/06 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgg1.quotations@capetown.gov.za Buyer Detailss.manuel Buyer Phone0214009231 Attachments No Attachments Note On 1 August 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
5831-5840 of 5926 archived Tenders