Fencing Tenders

Fencing Tenders

City Of Cape Town Tender

Others
South Africa
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500490 Title Forge Heritage Spear Head Description 800 Each X Forge Heritage Spear Head Specification* Forging Of Heritage Spear Head Using Supplied Material To Match Existing Spear Head On Heritage Fence Along Buitengracht Street, Cape Town Cbd. All Cost Relating To Providing A Finished Unpainted Product Using Supplied Steel 16mm X 16mm Solid Square Bar. Refer To Attached Photo Material To Be Forged Will Be Delivered And Collected From Service Provider. Contact Person For More Information Muneer Mohamed 083 605 8485 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. Delivery Date2025/02/28 Delivery Toroads Planning Materials Store Delivery Address1 Buitengracht Street, Cape Town Contact Personmuneer Mohamed Telephone Number0836058485 Cell Number Closing Date2025/02/18 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need 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.

Municipality Of Lian, Batangas Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 12.7 Million (USD 216.5 K)
Details: Description Republic Of The Philippines Province Of Batangas Municipality Of Lian Office Of Bids And Awards Committee Invitation To Bid The Municipal Government Of Lian, Batangas Through Its Bids And Awards Committee (bac) Now Calls For The Submission Of Letters Of Intent (loi’s) From Potential Bidders To Apply For Eligibility For The Projects Listed Below: Project Name Location Amount 1. Concreting Of Farm To Market Road Barangay Putingkahoy Php1,400,000.00 2. Concreting Of Farm To Market Road Barangay Balibago Php1,400,000.00 3. Concreting Of Farm To Market Road Barangay Prenza Php2,000,000.00 4. Concreting Of Municipal Road Barangay Cumba Php1,400,000.00 5. Concreting Of Municipal Road Barangay Humayingan Php1,400,000.00 6. Concreting Of Municipal Road Poblacion 4 Php1,400,000.00 7. Concreting Of Farm To Market Road Barangay Lumaniag Php1,400,000.00 8. Construction Of Canal Barangay Humayingan Php500,000.00 9. Construction Of Canal Barangay Bagong Pook Php700,000.00 10. Construction Of Canal Poblacion 3 Php500,000.00 11. Construction Of Slope Protection Barangay Luyahan Php300,000.00 12. Repair / Rehabilitation Of Fence And Gate Lian Central School Php300,000.00 Total Php12,700,000.00 Interested Bidders Must Submit Your Letter Of Intent Starting On January 22, 2025 At The Bids And Awards Committee (bac) Office, Lian, Batangas And Secure Eligibility Documents There From Last Day Of Submission Of Eligibility Documents Shall Be On January 30, 2025 At 12:00pm. Bidding Will Be Conducted Through Open Competitive Bidding Procedures As Specified In The Implementing Rules And Regulation Of Republic Act 9184. Bidders Who Passed The Eligibility Check Upon Presentation Of The Notice Of Eligibility May Obtain A Complete Set Of Bidding Documents. In Order To Be Eligible, The Bidder Must Have At Least Accomplished Fifty Percent (50%) Of The Value To Be Bidded Similar In Nature For The Past Five Years. The Pre-bid Conference Is On February 11, 2025. Eligible Bidders Must Submit Your Sealed Bids At The Office Of The Bids And Awards Committee, Lian, Batangas On February 19, 2025 Not Later 2:00 Pm, Late Shall Not Be Accepted, Bid Opening Followed In The Presence Of The Bidders Or Authorized Representatives. The Municipal Government Of Lian, Batangas Reserves The Right To Accept Or Reject Any Or All Bids Without Thereby Incurring Any Liability To The Affected Bidder/bidders. Further Information May Be Obtain From The Office Of Bids And Awards Committee (bac) Thru The Bac Office With Tel. No. 043-403-6851. ______sgd________ Christian G. Ortega __________sgd__________ Bac Secretary Engr. Reynaldo A. Limon Bac Chairman

Municipality Of Los Ba os, Laguna Tender

Furnitures and Fixtures
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 168.6 K (USD 2.9 K)
Details: Description 1 1 Piece/s Outdoor Kiddie Slide Materials: Plastic Parts Maximum Weight Capacity: 50kgs Product Measurement: 91.7x46.06.x57.48 Inch Max Weight: 27.08kgs 2 2 Piece/s Fordable Playhouse Materials: Plastic Parts Maximum Weight Capacity: 9.76kgs. Prodict Measurement: 43.3x36.2x42.9 Inch 3 2 Unit/s Spinner Materials: Plastic Parts Maximum Weights: 20kg/42lbs Approx: 46.5cm X 46.5cm In X 10 Cm Features: Improve Fine Motors Skills, Teaches Coordination, 360 Degrees Of Endless Fun! Classic Spinning Activity. Seat And Foot Support For Comfy Spin 4 3 Unit/s Toy Organizer Includes 8boxes, 2 Side Panels, Screws And Manual L 0.76m X W 0.36m X H 0.91meters 5 1 Unit/s Rocking Horse Ride-on Materials: Plastic Parts 6 10 Box/es Creative Brick Box Color: Multi Color 790 Pieces Materials: High Quality Plastic 7 2 Piece/s Ride On Car (foot To Floor Ride_on) Materials: Plastic Parts Four Wheeled Safe And Comfortable To Ride Unique Foor To The Floor Configuration 8 2 Piece/s Chaser Twisty Car Materials: Plastic Parts With Lights Anti-collission Car Head Colors: (yellow/blue And Green/white) 9 2 Piece/s Basket Ball Hoop Stand Materials: Plastic Parts Measurement: 53x 44x123 Cm 10 6 Piece/s Soft Baskwetball Materials: Plastic Parts 11.5 Cm 11 1 Piece/s Slide For Kids Swing And Hoop With Telescope Space Corridor Materials: Plastic Parts Odor-free Hdpe 165 Cm Extended Slide 48 Cm Suitable Height 139 Cm Extra Long Platform 12 1 Piece/s Indoor Trampoline For Kids With Safety Fence (h 88 Cm X W 140 Cm) Safe And Stable, Strengthening Long-bearing Easy Bounce And Easy To Clean 13 2 Piece/s Outdoor Seesaw Materials: Plastic Parts And Metal 360 Degrees Swiveling Seesaw 14 1 Piece/s Swedish Climbing Steel Material: Powder Coated Carbon Steel Weigh Capacity: 220 Lbs 15 1 Piece/s Outdoor Geometric Dome Materials: Steel 4ft Height, 8ft Diameter Max Weight: 400lbs 16 1 Piece/s Large Trampoline For Kids (outdoor) 10 Ft Diameter: 3.06m Load And Width: 500 Pounds Length And Width: 3.06 Height: 2.5 M Capacity: 7-10 Children

BARANGAY CABULUAN WEST, BALLESTEROS, CAGAYAN Tender

Civil And Construction...+1Construction Material
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 206.4 K (USD 3.5 K)
Details: Description The Barangay Government Of Cabuluan West, Intends To Apply Two Hundred Six Thousand Four Hundred Forty Nine Thousand Four Hundred Forty Nine Forty /100 (p206,449.40) Pesos, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Project Reference No. 02-2025 ( Procurement Of Various Materials For The Construction Of Perimeter Fence Of The Arangay Lot 1. , Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bidding. 2. The Barangay Government Of Cabuluan West Now Invites Bids For The Supply And Delivery Of Various Materials For Use In The Construction Of The Said Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of The Ntp. Bidders Should Have Completed Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulation (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships/partnerships, Or Corporations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Priveleges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act. 138. 4. Interested Bidders May Obtain Further Information From Barangay Government Of Cabuluan West And Inspect The Bidding Documents At The Address Given Below During Office Hours (8:00am – 5:00pm (january 16-february 5, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred (p500.00) Pesos. 5. Bids Must Be Delivered To The Address Below On Or Before 01:00pm Of February 5, 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 01:30 Pm Of February 6, 2025 At Barangay Session Hall, Barangay Cabuluan West, Ballesteros, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 6. The Barangay Government Of Cabuluan West, Ballesteros, Cagayan Reserves The Right To Accept Or Reject Any Or All Bids, To Annul The Bidding Process, To Waive Any Informality In The Bids Received And To Accept Such Bid Which Is More Advantageous To The Local Government Unit Without Thereby Incurring Liability To The Affected Bidder/s Or Any Obligation To Inform The Affected Bidder/s Of The Ground For The Local Government Unit’s Action In Accordance With The Provision Of Ra 9184. 7. For Further Information, Please Refer To The Undersigned. Jose O. Miranda Bac Chair Barangay Hall Cabuluan West, Ballesteros, Cagayan Cp #0906-688-6817

City Of Cape Town Tender

Others
South Africa
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500452 Title Forge Heritage Spear Head Description 800 Each X Forge Heritage Spear Head Specification* Forging Of Heritage Spear Head Using Supplied Material To Match Existing Spear Head On Heritage Fence Along Buitengracht Street, Cape Town Cbd. All Cost Relating To Providing A Finished Unpainted Product Using Supplied Steel 16mm X 16mm Solid Square Bar. Refer To Attached Photo Material To Be Forged Will Be Delivered And Collected From Service Provider. Contact Person For More Information Muneer Mohamed 083 605 8485 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. Delivery Date2025/02/28 Delivery Toroads Planning Materials Store Delivery Address1 Buitengracht Street, Cape Town Contact Personmuneer Mohamed Telephone Number0836058485 Cell Number Closing Date2025/02/04 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need 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.

Environment And Climate Change Canada Tender

Environmental Service
Canada
Closing Date2 Jan 2025
Tender AmountRefer Documents 
Details: 1. Objective Environment And Climate Change Canada (eccc) Requires A Contractor For Weekly Technical Support (1 Day Per Week, 52 Weeks Per Year) At The Canadian Air And Precipitation Monitoring Network (capmon) Chapais Site Located In Quebec With Coordinates N 49.822361° Latitude, W 74.975472° Longitude. 2. Background Environment And Climate Change Canada Operates An Environmental Research And Monitoring Station In The Area Which Forms Part Of Environment And Climate Change Canada’s National Network Of Capmon Stations. The Primary Focus Of This Monitoring Station Is The Weekly Collection Of Precipitation And/or Air Samples. Environmental Data Is Collected From Both Automatic And Manual Samplers. A Contract Operator Is Required To Attend To The Station To Retrieve And Process The Samples According To The Capmon Standard Operating Procedures (sop's). The Samples Are Then Packaged And Shipped For Analysis To The Capmon National Laboratory Located In Toronto, Ontario. Other Daily Duties Include Reading And Recording Of Various Gauges, Diagnostics, And Regular Servicing, Troubleshooting, And Minor Repair Of A Variety Of Monitoring Equipment. On-site Training Will Be Provided By Environment And Climate Change Canada (eccc) Technical Staff. 3. Details Of Work To Be Performed The Instructions Outlined In The Statement Of Work For This Contract Is Of A General Nature. All Sampling, Shipping, And Maintenance Must Be Performed In Accordance With The Site Operations Reference Manuals; And In Accordance With Any Amendments To The Aforementioned Manuals. The Routine May Involve Additional Collectors, Passive Samplers And Various Climatological And Meteorological Instruments. Eccc Will Provide The Contractor The Aforementioned Manuals And Amendments. 4. Tasks And Deliverables Firm Requirement: 1. The Contractor Will Be Responsible For Servicing: A. Precipitation Collector B. Air Filter Sampling System C. Ozone Sampling System D. Aerocan Cimel Instrument Refer To Appendix A Of Annex A. 2. The Contractor Must Package And Ship By Courier To The Designated Laboratory As Outlined In Appendix A To Annex A. The Contractor Will Be Supplied With Preprinted Manifests And Must Ensure The Samples Are Delivered To Or Picked Up By The Designated Courier. Sample Containers Will Be Sent To The Contractor By The Most Economical Means And May Need To Be Picked Up At The Nearest Canada Post Office. The Contractor Is Not Responsible For Shipping Expenses. 3. First Level Maintenance, Diagnosis Of Problems, And Minor Repairs To Equipment Is Often Required Of The Contractor. This May Include, But Is Not Limited To: • Cleaning Of Equipment • Replacement Of Defective Parts • Resetting Or Rebooting Electronic Systems • Replacement And Setup Of Operational Unit With Backup Unit • Checking And Readjustment Of Various Parts Or Software Parameters As Needed. The Contractor Is Responsible For The Physical Shipping And Receiving Of Replacement Equipment As Required. The Contractor Is Not Responsible For Shipping Expenses. 4. The Contractor Is Responsible For Routine Site Maintenance Including Keeping The Sample Hut Clean, Clearing The Snow Off The Sampling Hut Stairs And Deck, And Grass Cutting To Keep The Vegetation Within The Fenced Or Designated Compound Area At An Acceptable Height. The General Cleanliness Of The Immediate Sampling Location Is The Responsibility Of The Contractor, Including The Removal Of Garbage/waste From The Site. These Tasks Must Be Carried Out In Proximity Of Sensitive And Expensive Research And Monitoring Equipment And It Is Essential That The Contractor Understand The Need To Avoid Adverse Effects On The Measurements And Data.

DEPT OF THE AIR FORCE USA Tender

Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Amend 4: this Amendment Is To Make Publicly Known The Following Information For Industry Consideration. Due To Mission Criticality Of The Requirement Schedule It Is The Governments Intent To Include The Following Requirement(s) Necessary To Be Considered As A Capable And Qualified Source For Contract Award. 1. Contractors Are Required To Be Qualified Per The Jqr Requirements (attached) By The Time Of Award. If A Contractor Is Not Qualified By The Time Of Award, They Will Not Be Considered. The Current Estimated Schedule To Become Qualified Is 180-365 Days. 2. Contractors Are Required To Be Flight Certified (have An Air Worthiness Certification) For Their Proposed Design By The Time Of Contract Award. The Current Estimated Schedule For Air Worthiness Certification Is 2-4 Years. any Questions Or Comments May Be Directed To The Listed Poc: Jesse.whinham@us.af.mil amend 3: updated The Jqr Qualification Process Qanda Supplemnt To Add Questions 7-11. These Are In Regards To The Jqr Requirements. amend 2: updated The Jqr Qualification Process Qanda Supplement To Add Questions 4-6. These Are In Regards To The Jqr Qualification And What Constitutes A Similar Item. Please Note That The Performance Specifications Referenced Are Protected Under Distribution D And Is Only Authorized To Be Distributed To The Department Of Defence (dod) And Dod Contractors Only. All Interested Parties Will Need To Request A Copy From The Point Of Contact Listed To Ensure There Are No Restictions Against Them. prospective Offerors Are Advised That Foreign Participation Is Permitted At The Prim Contractor Level. Foreign Owned Firms Are Advised To Contact The Contracting Officer Before Submitting Any Proposal Information To Determine Whether There Are Restrictions On Receiving An Award Or The Performance Specification Documents. amend 1: this Synopsis Has Been Extended Through 17 January 2025. Additional Information Regarding The Jqr Qualification Process Has Been Provided. See Attached Documents: jqr Qualification Process Q&a Supplement.pdf contractor Feedback And Government Response (002).docx di-ndti-81307a di-ndti-80809b if There Are Still Additional Questions Regarding The Jqr Process, Please Reach Out To The Pco Listed In The Contact Section Of This Synopsis. this Is The Official Synopsis For Rato Solicitation: Fa821325rb005 all Responsible Sources May Submit A Proposal Which Shall Be Considered By The Agency. this Acquisition Is To Establish A Five (5) – Year Indefinite Delivery – Indefinite Quantity (idiq) Firm-fixed Price (ffp) Contract. This Idiq Will Consist Of Five (5) – One Year Ordering Periods. The United States Government (usg) Intends To Procure Rocket Assisted Take-off (rato) Rocket Motors And Initiators. These Rockets Are Used To Launch A Remotely Piloted Target Drone Called The Bqm-167 Aerial Target Drone. the Usg Reserves The Right To Not Issue A Solicitation In Response To This Synopsis. Interested Parties With Questions May Reach Out To The Primary Contracting Officer As Listed Below. the Jqr Documents Describing The Required Process Needed To Become Qualified (as A Requirement To Be Considered A Technically Acceptable Source For Award) Are Listed In The Attachments Below.

Defence Construction Canada Ontario Region Tender

Civil And Construction...+1Civil Works Others
Canada
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: Defence Construction Canada (dcc) – Hq0107dc_81949 – Sttc - Airfield Modifications - Phase 1: Runway 06-24 And Taxiway Papa, Trenton On Work Under This Contract Covers All Labour, Materials, And Equipment To Rehabilitate Runway 06-24, Taxiway Papa And Associated Connector Taxiways At 8 Wing Trenton, Ontario. The Scope Of Work Includes, But Is Not Limited To: Demolition, Removal And Crushing Of Existing Asphalt And Concrete Pavements; Cold Milling Of Existing Asphalt Pavements; Removal Of Existing Manholes And Catch Basins; Elevation Adjustments Of Existing Manholes And Catch Basins; Removal Of Existing Storm Drainage And Subdrainage Piping; Topsoil Stripping And Stockpiling; Common Excavation Of Existing Subgrade Soils And Stockpiling; Installation Of New Underground Storm Drainage Piping; Installation Of New Subdrainage Piping And Cleanouts; Installation Of New Precast Concrete Airfield Manholes And Catch Basins; Installation Of New Taxiway Edge Lighting On Taxiway Papa; Installation Of New Taxiway Centerline Lighting On Taxiway Lima; Installation Of New Airfield Signage; Installation Of New Foundations For Approach Lighting Towers; Installation Of New Papi Foundations And Papi Equipment; Subgrade Compaction And Proof Rolling; Modifications To The Lighting Control System; Installation Of Geotextile. Note: There Is No Site Visit Scheduled For This Opportunity. The Estimated Cost For This Opportunity Is In The Range Of $67m The Work Must Be Completed Within The Milestone Dates Per The Conops Plan (appendix B To The Specification), Must Reach Substantial Completion No Later Than November 30, 2026 And Reach Completion No Later Than 180 Calendar Days After The Date Of Substantial Completion. This Solicitation Is Being Conducted In Accordance With The Requirements Set Out In The Canadian Free Trade Agreement (cfta), Chapter Nineteen Of The Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And The World Trade Organization Agreement On Government Procurement (wto-gpa). The Selected Contractor Will Be Required To Hold A Designated Organization Screening (dos), Issued By The Contract Security Program (csp) Within Public Services And Procurement Canada (pspc). Details Concerning The Security Requirements For This Project Are Identified In Amendment No.1 To The Tender Documents. Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Bidders Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Please Note That The Preliminary Tender Results For This Project Will Be Available On Merx. Bidders Can Obtain Contract Award Results From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity. Dcc Now Publicly Discloses Information On Payments Made To Prime Contractors So That Subcontractors Know When They Can Expect Payment. Information On Payments Made In The Past 90 Days On Construction Contracts Over $100,000, As Well As Further Information Regarding Dcc’s Prompt Payment Commitment, Can Be Obtained From The Dcc Website At Https://www.dcc-cdc.gc.ca/industry/contract-activity.

BARANGAY ABLAYAN DALAGUETE CEBU Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 350 K (USD 6 K)
Details: Description Republic Of The Philippines Province Of Cebu Municipality Of Dalaguete Ablayan Bids And Awards Committee Invitation To Bid (procurement Of Goods) The Brgy. Government Of Ablayan, Dalaguete, Cebu Invites All Legitimate And Interested Suppliers/traders To Bid For The Following Purchase Requests (prs), Particulars Detailed Below, Funded Through The Barangay’s Annual Budget 2025 And National Grant, To Wit: Number Project Title Approved Budget For The Contract (abc) In Php 1st Bidding 1 Proposed School Fence (30 Meter) 350,000.00 2 Proposed 1-storey Clinic (4x3.5m) 350,000.00 2nd Bidding Total 700,000.00 The Abc Shall Be The Upper Limit Or Ceiling For Acceptable Bid Prices. If A Bid Price, As Evaluated And Calculated In Accordance With The Implementing Rules And Regulations (irr) Of The Republic Act (ra) 9184 (government Procurement Act) Is Higher Than The Abc, The Bidder Submitting The Same Shall Be Automatically Disqualified. There Shall Be No Lower Limit Or Floor On The Amount Of The Award. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. All Bids Must Be Complete. Partial Bids Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Indicated, The Same Shall Be Considered As Non-responsive, But Specifically A “0” (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Mgd. Bidding Is Restricted To Those Specifically Enlisted Under Section 23.5.1.1 Of The Irr Of Ra 9184. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Ra 9184 And Its Irr. Related Activities Of The Dbac For The Above-mentioned Goods Are Scheduled As Follows: Dbac Activities Schedule 1. Issuance Of Bidding Documents February 6, 2025 To 10:00 A.m. Of February 25, 2025 2. Receipt And Opening Of Bids February 25, 2025 At 10:00 A.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Ablayan, Dalaguete Bids And Awards Committee Secretariat. Email:: Maryanngoamancio@gmail.com Cell No.: 09660752292. Said Bidding Documents May Likewise Be Obtained Or Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Www.philgeps.gov.ph, Provided That The Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than February 27, 2025 (10:00 Am). Venue For The Submission And Opening Of Bids Shall Be At The Sangguniang Barangay Session Hall Located At Ablayan, Dalaguete, Cebu. The Bgd Reserves The Right To Reject Any And All Bids, To Waive Any Required Formality In The Bids Received, Provided That Such Waiver Does Not Refer To A Major Deviation In A Bid And Accept Any Such Bids Which Are Advantageous To The Government. The Bgd Assumes No Responsibility Whatsoever To Compensate Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Anthony G. Rodrigo Bac Chairperson

Province Of Negros Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 3.9 Million (USD 67.7 K)
Details: Description Invitation To Bid Bid No. B-42-2025 1. The Provincial Government Of Negros Oriental, Through The Source Of Fund: (sp Res.# 717-2023, Ao #4, Series Of 2023/sp Res. #717-2023, Ao #4, Series Of 2023 Savings From Operation Gen. Fund Cy 2022 Responsibility Center: 1012-02(23)/(1012-01(23), Intends To Apply The Sum Of Three Million Nine Hundred Twenty Thousand Pesos (php 3,920,000.00) Being The Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Negros Oriental Now Invites Bids For The Requirement One (1) Lot ,2 Infrastructure Projects, Viz: 1 To Hire Contractor To Provide Materials, Labor And Equipment For The "renovation Of Nodrc Perimeter Fence Including Rampart & Walkway, Dumaguete City, Negros Oriental” P 980,000.00 2 To Provide Labor, Materials And Equipment For The Execution For The "renovation Of Nodrc Roofing, Dumaguete City, Negros Oriental” P2,940,000.00 Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-1111, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 3, 2025 To February 25, 2025 Up To 1:00 In The Afternoon From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Three Thousand Five Hundred Pesos (php 3,500.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On February 11, 2025 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 25, 2025 At 1:00 In The Afternoon. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On February 25, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph One (1) Lot, 2 Infrastructure Projects, Viz: 1. To Hire Contractor To Provide Materials, Labor And Equipment For The "renovation Of Nordc Perimeter Fence Including Rampart & Walkway, Dumaguete City, Negros Oriental” Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit Spcl I General Requirements Spcl I-1 Mobilization/demobilization 1 Lot Spcl I-2 Temporary Facilities 1 Lot Spcl I-3 Occupational Safety And Health Program 1 Lot Spcl I-4 Signages 1 Lot I Demolition 258 Sq.m. 803 Structure Excavation And Backfilling 23 Cu.m. 900 Structural Concrete 23 Cu.m. 902 Reinforcing Steel 908.5 Kg. 903 Formworks And Falseworks 1 Lot 1027 Cement Plaster Finish 258 Sq.m. 1046 Chb Wall & Reinforcement Steel 238 Sq.m. Contract Duration: 85 Calendar Days Abc:p 980,000.00 2. To Provide Labor, Materials And Equipment For The Execution For The "renovation Of Nodrc Roofing, Dumaguete City, Negros Oriental.” Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I General Requirements I.1 Mobilization/demobilization 1 Lot I.2 Temporary Facilities 1 Lot I.3 Occupational Safety And Health Program 1 Lot I.4 Signages 1 Lot Ii Formworks & Falseworks 784 Sq.m. Iii Demolition 784 Sq.m. Iv Roofing Works 819 L.m. V Steel Works 13685 Kg. Vi Painting Works 784 Sq.m. Contract Duration: 38 Calendar Days Abc:p 2,940,000.00 Total Abc:p 3,920,000.00
7041-7050 of 7238 archived Tenders