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

DEPT OF THE NAVY USA Tender

Environmental Service
Corrigendum : Closing Date Modified
United States
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Details: This Solicitation Is Being Advertised As A 100% Small Business Set-aside Procurement. The Naics Code For This Solicitation Is 562910: Environmental Remediation Services. The Size Standard Is 1,000 Employees. The Government Intends To Award A Cost Plus Award Fee (cpaf), Indefinite Delivery/indefinite Quantity (id/iq) Type Contract For One Base Year And Four One-year Option Periods. The Total Maximum Value For The Contract Is $95,000,000 Inclusive Of The Base Year And All Options. Work Will Be Performed By The Issuance Of Task Orders. Market Research Was Conducted And Resulted In The Decision That This Procurement Be Issued As A 100% Small Business Set-aside. The Navfac Atlantic Small Business Administration Office Concurs With This Set-aside Determination. the Work Will Primarily Support The Remediation Of Sites Ranked On The Superfund National Priority List (npl) As Well As Non-npl Sites Regulated Under The Comprehensive Environmental Response, Compensation, And Liability Act (cercla), The Resource Conservation And Recovery Act (rcra), The Underground Storage Tanks (ust) Regulations, State-specific Regulations, And Other Sites Which Might Require Remedial Action. Work Under This Contract Will Be Performed Primarily In Alabama, Arkansas, Connecticut, Delaware, Florida, Georgia, Illinois, Indiana, Kansas, Kentucky, Louisiana, Maine, Maryland, Massachusetts, Michigan, Mississippi, Missouri, New Hampshire, New Jersey, New York, North Carolina, Ohio, Oklahoma, Pennsylvania, Rhode Island, South Carolina Tennessee, Texas, Vermont, Virginia, West Virginia, Wisconsin, The Areas Of The District Of Columbia, And Puerto Rico. Work Could Also Include Base Realignment And Closure (brac) Program And Non-cercla Sites Throughout Navfac Atlantic’s Area Of Responsibility. Although Principle Sites Are Identified For The Contract, The Contractor May Be Required To Perform At Any Naval Or Marine Corps Activity In The Area Of Responsibility Covered By Navfac Atlantic. Work May Also Be Added And Performed Anywhere Outside Of Navfac Atlantic’s Area Of Responsibility, As Required By The Government. Note: Expedited Fast Action/emergency Response Work May Be Performed On This Contract. Munitions Response Work, Including Mec Removal And Range Clean Up And Closure, Will Not Be Performed Under This Contract. services Will Include, But Not Be Limited To; Those Identified And Regulated Under Rcra, Cercla, The Toxic Substances Control Act (tsca), And The Solid Waste Disposal Act (swda), As Well As Petroleum, Oils, And Lubricants (pol); And Munitions Constituents (mc). A Number Of Sites May Require Remediation Of Radiological Media. The Contaminants Included Are Predominately Solvents, Pol, Inorganics, Acids, Bases, Radiological, Mc, Polycyclic Aromatic Hydrocarbons (pahs), Polychlorinated Biphenyls (pcbs), Per- And Polyfluoroalkyl Substances (pfas), Emerging Contaminants, And Pesticides. Contaminants May Be Present In Soils, Marine Or Fresh Water Sediments, Ground Water, Air, Sludge, Surface Water, And Man-made Structures. Contaminated Sites May Be Landfills, Hazardous Waste Treatment Storage And Disposal Facilities, Tanks, Lagoons, Firefighting Training Areas, Or Other Facilities. potential Tasks Will Include But Are Not Limited To: Performing Remedial Actions, Removal Actions, Expedited And Emergency Response Actions At Sites, Pilot And Treatability Studies, Facility Operation And Maintenance, Installing Temporary Support Facilities Such As Decontamination Areas, Fences, Roads, And Utilities, Developing Work Plans, Resource Conservation And Recovery Act (rcra) Closures, Site Characterizations, Geophysical Surveys, Hydrogeological And Geotechnical Testing And Data Analysis In Conjunction With Remedial Action Projects, Multimedia Sampling And Analysis For Physical, Chemical, And Geotechnical Characteristics, Hydrographic Surveys, Groundwater Characterization Studies, Other Related Activities Associated With Returning Sites To Safe And Acceptable Levels, Optimization Reviews Of Remediation Facilities And Remediation Strategies, Engaging In Partnering With The Navy, Comprehensive Long-term Environmental Action Navy (clean) Contractors, And Regulatory Agencies, Reviewing And/or Providing Input On Investigations, Feasibility Studies, Evaluation Of Remediation Alternatives, And Design Packages Relative To Remediation Activities, Community Relations Regarding The Contractor’s Remedial Action Work, And Technical Support To The Navy On The Full Range Of Remedial Actions. The Contractor Is Responsible For Identifying And Obtaining Permits, Licenses, Etc. Required By Current Laws And Regulations. the Government Will Award A Cost Reimbursable Contract Resulting From This Solicitation To The Responsible Offeror Whose Proposal Conforming To The Solicitation Will Be A Best Value To The Government, Technical Factors, Past Performance, And Cost Considered. Offerors Submitting Proposals Will Not Be Compensated For Any Expenses Incurred In The Preparation Of Their Proposal. registration Instructions For Piee Are Found In The Attachments.

City Of Antipolo Tender

Civil And Construction...+1Others
Philippines
Closing Date10 Mar 2025
Tender AmountPHP 10 Million (USD 174.3 K)
Details: Description A. Contract Id : Antipolo-10march2025-11 B. Name Of Project : Site Development At Kaila Integrated School, Brgy. San Roque, Antipolo City C. Location : Brgy. San Roque, Antipolo City D. Brief Description : Construction Of Pathwalk, Drainage Canal And Curbs & Gutter With Drain Inlet; Construction Of Perimeter Fence E. Major Item Of Works : Concrete Works; Rebar Works; Form Works; Masonry Works; Roadway Excavation; Pcc Pavement Plain Conventional Method F. Approved Budget For The Contract : Php 10,000,000.00 G. Duration : 180 C.d 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: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 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: March 10, 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: March 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 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 Date10 Mar 2025
Tender AmountPHP 10 Million (USD 174.3 K)
Details: Description A. Contract Id : Antipolo-10march2025-15 B. Name Of Project : Various Improvement At Emergency Operation Building Compound, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description : Concreting Of Roads; Fence; Repair Of Gutter; Repainting Works E. Major Item Of Works : Steel Works; Structural Concrete Works; Masonry Works F. Approved Budget For The Contract : Php 10,000,000.00 G. Duration : 180 C.d 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: February 19 - March 10, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 26, 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: March 10, 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: March 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 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

Municipality Of Batuan, Masbate Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date3 Mar 2025
Tender AmountPHP 31 Million (USD 535.1 K)
Details: Description The Local Government Of Batuan, Through Its Bids And Awards Committee (bac), Invites Contractors To Apply Bid For The Hereunder Contract: Contract I.d No: 25-003 Contract Name: Construction Of Category I Sanitary Landfill Contract Location: Nasandig, Batuan, Masbate Scope Of Work: Construction Of A Category I Sanitary Landfill Facility With Construction Of Slf Cell, Construction Of Access Road, Installation Of Perimeter Fence, Provision Of Leachate Pond, Construction Of Admin Building, Construction Of Motorpool, Construction Of Hazard Waste Storage Area, Construction Of Guard House And Procurement Of Heavy Equipment (compactor Truck, Excavator And Dual Track Weighing System) Approved Budget For The Contract (abc): Php. 31,045,400.00 Contract Duration: 180 Calendar Days Amount Of Bid Documents: Php. 25,000.00 Procurement Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations. To Bid For This Contract, A Contractor 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 And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of 10 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc, Or Credit Line Commitment At Least Equal To 10% Of Abc. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulations (irr). The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Activities Schedule 1. Issuance Of Bidding Documents From February 11-18, 2025 2. Pre-bid Conference February 19, 2025 At 9:00 Am 3. Receipt Of Payment Of Bid Documents (deadline For Presentation Of O.r.) March 3, 2025 Until 8:00 Am 4. Receipt Of Bids (deadline) March 3, 2025 Until 8:00 Am 5. Opening Of Bids March 3, 2025 Until 1:00 Pm 6. Other Timelines For Consideration: Bid Evaluation And Post-qualification March 4-5, 2025 7. Issuance Of Award March 6, 2025 8. Contract Preparation And Signing March 7, 2025 9. Issuance Of Notice To Proceed March 10, 2025 All Bids Must Be Accompanied By A Bid Security In The Form With The Following Schedule: Form Minimum Amount In % Of Abc Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank Or Irrevocable Letter Of Credit Two Percent (2%) Bid Securing Declaration That Is An Undertaking Which States, Among Others, That The Bidders Shall Enter Into Contract With The Procuring Entity And Furnish The Required Performance Security Within Ten (10) Calendar Days, Or Less, As Indicated In The Bidding Documents, From Receipt Of The Notice Of Award, And Committing To Pay The Corresponding Fine And Be Suspended For A Period Of Time From Being Qualified To Participate In Any Government Procurement Activity In The Event It Violates Any Of The Conditions Stated Therein As Required In The Guidelines Issued By The Gppb. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In The Bd’s In Two (2) Separate Sealed Bid Envelopes To The Bac Chairman. The First Envelope Shall Contain The Technical Component Of The Bid, Which Shall Include A Copy Of The Crc. The Second Envelope Shall Contain The Financial Component Of The Bid. The Technical And Financial Documents Shall Be Tab Marked And Documentary Stamp Is Required On All Documents With Notary Public And Properly Sealed. All Bidders Are Invited To Attend The Pre-bid Conference As Scheduled For New Instructions. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And Post-qualification. The Bids And Awards Committee (bac), Of The Local Government Unit Of Batuan Reserves The Right To Accept Or Reject Any Or All Bid And To Annul The Bidding Process Any Time Before Contract Award, Without Incurring Any Liability To The Affected Bidder/s. Bid Documents Will Be Available Only To Prospective Bidders Upon Payment To The Local Government Of Batuan Cashier. The Local Government Of Batuan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid.

Province Of Albay Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 38 Million (USD 656.3 K)
Details: Description Republic Of The Philippines Province Of Albay Legazpi City Bids And Awards Committee (052) 742-0732 Albay.bac@gmail.com Invitation To Bid For 2025(i-c)-011 Construction/rehab./improvement Of Various Infrastructure Projects In The Province Of Albay 1. The Provincial Government Of Albay-bids And Awards Committee (pga-bac), Through The General Fund 2025/sa 20% Ldf 2025 Intends To Apply The Sum Of Php 38,073,785.64 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2025(i-c)-011 Construction/rehab./improvement Of Various Infrastructure Projects In The Province Of Albay, Detailed As Follows: Description Total Abc (vat Inclusive) 2025(i-c)-011 Construction/rehab./improvement Of Various Infrastructure Projects In The Province Of Albay ₱ 38,073,785.64 1. Construction Of Governor's Guest House Multi-purpose Events Place, Em's Barrio, Legazpi City 5,299,126.06 2. Rehab./improvement Of Mariroc Road (brgy. Hall - Mariroc Elementary School), Mariroc, Tabaco City, Albay 4,800,717.90 3. Construction Of Water Sewage Treatment Plant At Pioduran District Hospital, Brgy. Caratagan, Pioduran, Albay 17,999,427.79 4. Construction Of Water System, Barangay Masarawag, Guinobatan, Albay 4,999,916.20 5. Construction Of Perimeter Fence @ Pioduran District Hospital, Brgy. Caratagan, Pioduran, Albay 4,974,597.69 Bids Received In Excess Of The Individual Abc Shall Be Automatically Rejected At Bid Opening. 2. The Pga-bac Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 150 Calendar Days. 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 Pga-bac And Inspect The Bidding Documents At The Address Given Below From 8:00am – 12:00pm And 1:00pm – 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 To March 18, 2025 From 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 Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Pga-bac Will Hold A Pre-bid Conference On March 6, 2025, 10:00 Am At Provincial Engineer’s Office, Salugan, Camalig, Albay, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before 9:00 Am, March 18, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On 10:00 Am, March 18, 2025 At Provincial Engineer’s Office, Salugan, Camalig, Albay. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pga-bac Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Aileen V. Atos Office Of The Bids And Awards Committee G/f Albay Provincial Capitol, Legazpi City Albay.bac@gmail.com (052)742-0732 Albay.gov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Albay.gov.ph And Www.philgeps.gov.ph February 25, 2025 Engr. Dante B. Baclao Bac Chairman

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.
7891-7900 of 8070 archived Tenders