Garden Tenders
Garden Tenders
Department Of Agriculture Tender
Agriculture or Forestry Works
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 18 K)
Details: Description Section I. Invitation To Bid Da8-goods-2025-22 (pr No. Bt-25-goods-nupap-57204-0004) 1. The Department Of Agriculture-regional Field Office No. 8, Through The Nupap-2025 Current Fund Intends To Apply The Sum Of One Million Fifty-eight Thousand Sixty Pesos Only (p1,058,060.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For “supply And Delivery Of Various Seeds”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office No. 8, Undertakes The Bidding Of This Procurement Project As “short-of-award.” Hence, The Notice Of Award To The Winning Bidder Shall Be Issued After Enactment By The Congress Of The General Appropriation Act (gaa) For 2025. 3. The Department Of Agriculture-regional Field Office No. 8, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Thirty (30) Calendar Days. 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. Qty Uom Item Description Unit Cost Total Cost Lowland Seeds 12 Can Line Item 1. Squash, Opv, 250 G/can 1,790.00 21,480.00 Characteristics: Shape: Flat Round Flesh Color: Golden Yellow Resistance: Squash Mosaic Virus Maturity: 75-80 Dat 80 Can Line Item 2. Eggplant, Opv, 100 G/can 1,150.00 92,000.00 Characteristics: Length: 15-18 Cm; Color: Purple Tolerance: Bacterial Wilt And Phomopsis Rot; Maturity: 60-65 Dat 71 Bag Line Item 3. String Beans, Opv, 1 Kg/bag 1,650.00 117,150.00 Characteristics: Color: Dark Green Fruit With Purple Tip Tolerance: Rust And Bmv 77 Can Line Item 4. Ampalaya, Opv, 250 G/can 1,350.00 103,950.00 Characteristics: Length: 25 Cm Diameter: 4-5 Cm Weight: 120-150 G Maturity: 45-54 Dat 78 Bag Line Item 5. Okra, Opv, 1 Kg/bag 1,650.00 128,700.00 Characteristics: Color: Medium Green Length: 12-14 Cm Diameter: 1.5 Cm Maturity: 35-40 Days After Planting 14 Can Line Item 6. Lettuce (leafy), Opv, 25 G/can 520 7,280.00 Characteristics: Color: Light Green Maturity: 25-30 Days After Planting 87 Bag Line Item 7. Pechay, Opv, 1 Kg/bag 950 82,650.00 Characteristics: Color: Dark Green Leaves With Pure White Petioles Maturity: 20-24 Days After Planting Type: Black Behi Seed Treatment: Fungicide Coated 83 Can Line Item 8. Sweet Pepper (conical), Opv, 100 G/can 950 78,850.00 Characteristics: Color: Red When Ripe Shape: Conical, Long Tolerance: Bacterial Wilt, Anthracnose, Virus, Late Blight, And Leaf Spot Maturity: 70-85 Dat 12 Can Line Item 9. Tomato, Opv, 100 G/can 895 10,740.00 Characteristics: Weight: 40-50 G Type: Apollo Tolerance: Bacterial Wilt 16 Can Line Item 10. Upo, Opv, 250 G/can 1,235.00 19,760.00 Characteristics: Length: 28-30 Cm Color: Bright Green Shape: Cylindrical With Distinguished Neck And Flat Blossom-end Tolerance: Bacterial Wilt And Fusarium Wilt Maturity: 40-45 Das 11 Can Line Item 11. Patola (smooth), Opv, 100 G/can 600 6,600.00 Characteristics: Shape: Cylindrical Maturity: 60-65 Das 22 Can Line Item 12. Watermelon, F1, 2500 S/can 2,700.00 59,400.00 Characteristics: Shape: High Round Weight: 5-7 Kg Flesh Color: Red Maturity: 65-70 Days After Planting Fruit Color: Black Seed Treatment: "nutri Shield Coated" (growth Booster And Seedling Protector) 20 Can Line Item 13. Cucumber, F1, 50 G/can 1,045.00 20,900.00 Characteristics: Size: Medium Shape: Cylindrical Length: 15-20 Cm Diameter: 4-5 Cm Weight: 280-300 G Fruit Vigor: Very Strong Color: Medium To Dark Green Maturity: 35-40 Days After Planting Firmness: Good Resistance: Downy Mildew And Gemini Virus Seed Treatment: "nutri Shield Coated" (growth Booster And Seedling Protector) 7 Bag Line Item 14. Sweet Corn, F1, 1 Kg/bag 2,940.00 20,580.00 Characteristics: Color: Dark Yellow Kernel Plant Height: 180-190 Cm Ear Height: 90-100 Cm Husk Cover: Full Ear Length: 22-23 Cm Ear Diameter: 5-5.5 Cm Ear Shape: Tapered Number Of Kernel Rows: 14-16 Brix (% Tss): 14-15 Eating Quality: Sweet Plant Vigor: 7 (strong) Maturity: 65-70 Days After Planting Seed Treatment: "nutri Shield Coated" (growth Booster And Seedling Protector) Upland Seeds 57 Can Line Item 15. Cabbage, F1, 25 G/can 650 37,050.00 Characteristics: Weight: 0.5-1 Kg Shape: Ball Type: Head Color: Deep Green Adaptability: Mid-elevation Areas Tolerance: Clubroot And Soft Root Maturity: 70-85 Dat 47 Pouch Line Item 16. Cauliflower, F1, 10 G/pouch 700 32,900.00 Characteristics: Shape: Dome Color: White Weight: 0.70-0.80 Kg Maturity: 60-65 Days After Planting Seed Treatment: Fungicide Coated 39 Can Line Item 17. Broccoli, Opv, 50 G/can 250 9,750.00 48 Can Line Item 18. Carrots, Opv, 400 G/can 1,095.00 52,560.00 48 Can Line Item 19. Onion (red), Opv, 400 G/can 3,245.00 155,760.00 Terms And Conditions: A During The Opening Of Bids, Bidders Shall Submit: 1 Duly Notarized Certificate Of Stock Sufficiency; 2 Certified True Copy Of Bpi Accreditation. B Winning Bidder Shall: 1 Deliver The Items Within 30 Calendar Days After Receipt Of Notice To Proceed; 2 Issue A Warranty Certificate (within 3 Months After Delivery) For Any Defects And Low Germination Incident As Determined By Apco And Bpi-nsqcs; 3 Provide Personnel For Technical Assistance In Areas Where Their Seeds Are Being Distributed And Planted; 4 Deliver The Items To Babatngon Experiment Station, Brgy. Bagongsilang, Babatngon, Leyte; 5 Notify The Da-rfo 8's Program Coordinator, Regional Seeds Coordinator, End-user, And Gss One (1) Week Prior To The Delivery; 6 Be Responsible For The Handling And Delivery Costs To The Specified Drop-off Point; 7 Conform Upon Notice To Any Changes In The Delivery Schedule Due To Unforeseen Circumstances; 8 Conform To Da Admin Order No. 22, Series Of 2003 For The Percentage Germination Of The Seeds Being Offered (for The Vegetable Crop Seeds Specified). 9 Ensure That The Expiry Date Of The Seeds Being Offered Shall Not Be Earlier Than December 2027. 10 Provide Brochure For The Seeds Offered As Basis For Inspection. C All Packaging Shall Bear The Name Of The Procuring Entity “department Of Agriculture – Rfo 8” With Logo, And “not For Sale” Should Be Printed In Bold Red Color For Seeds Under Seed Distribution And School Garden. D Any Delay Of Delivery Of Item Shall Be Subjected To Liquidated Damages Equivalent To 1/10 Of 1% Of The Contract Price Per Day Of Delay Of The Undelivered Items. E Payment Shall Be Made After The Complete Delivery Of The Goods/item To The Designated Drop-off Points, Inspection, And Acceptance, Billing, And Submission Of Invoice And Delivery Receipt And Must Pass The Bpi-nsqcs Germination Testing To Facilitate Payment Transactions. F The Winning Bidder Must Submit A Snapshot Of Lbp Savings, Account To Effect Payment. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The Irr Of Ra 9184. 5. Prospective Bidders May Obtain Further Information From Department Of Agriculture – Regional Field Office 8 And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 24, 2024 To January 21, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee Pursuant To The Latest Guidelines Issued By The Gppb. The Cost Of The Bidding Documents Shall Correspond To The Total Abc Of The Selected Line Item/s On Which The Supplier Intends To Bid, With A Range As Indicated In The Table Below. Approved Budget For The Contract Maximum Cost Of Bidding Documents (in Philippine Peso) More Than 500,000 Up To 1 Million 1,000.00 More Than 1 Million Up To 5 Million 5,000.00 More Than 5 Million Up To 10 Million 10,000.00 More Than 10 Million Up To 50 Million 25,000.00 7. The Department Of Agriculture-rfo 8 Will Hold A Pre-bid Conference On January 07, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City And Through Face To Face Or Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before January 21, 2025, 9:00 Am (bac-secretariat Time). Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be On January 21, 2025, 9:00 Am (bac-secretariat Time) At Da8 Bac Office, 4th Floor Green Bldg., Kanhuraw Hill, Tacloban City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend Either Physically Or Through Video Conferencing Via Google Meet. 11. The Department Of Agriculture-rfo 8 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. 12. Da Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 13. For Further Information, Please Refer To: Martins A. Alde Head, Bac-secretariat Department Of Agriculture, Regional Field Office-8 Kanhuraw Hill, Tacloban City Darfo8.bacsec@gmail.com Mobile No. 09061694318 Easternvisayas.da.gov.ph 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Or Easternvisayas.da.gov.ph Approved By: (sgd.) Larry U. Sultan, Jd Chairman, Bids And Awards Committee
Trubin Municipality Tender
Others...+1Electrical and Electronics
Czech Republic
Closing Date13 Feb 2025
Tender AmountRefer Documents
Details: The Subject of the Public Contract is the Exhibition of a New Building for a Children's Group in the Municipality of Trubín, the Related Area and Paved Areas on the Land Plots No. 343/17, No. 343/18, No. 343/19 and No. 343/20 in the Land Registry Office of Trubín. The New Building for Children's Groups is Designed as a Single-Storey, Non-Basement Building, Which Will Be Based on a Ground Plan of Two Interlocking Rectangles. The Roofing Will Be Formed by a Sloping, Gable, Asymmetric Roof. It Is Designed as a Green, Extensive One. The Ridge Direction Will Be in the East-West Axis. The Slope of the Southern Roof Plane Will Be 15° and the Installation of a Total of 20 Photovoltaic Panels with a Total Output of 11kWp Is Considered. The northern roof plane is designed with a slope of 6.8° and will have a total of 3 roof skylights. An outdoor terrace is designed along the entire southern facade, which will be accessed directly from the children's group day rooms. Access to the building will be ensured from the northern side along the newly designed paved walking area, which will directly connect to the stairs and barrier-free ramp leading to the main entrance. Together with the new building, a newly fenced area will be built within the scope of the project documentation. This will serve as a garden for children to stay and play outdoors. New paved areas will be built in the area, such as a terrace and walkways, which will intertwine between the newly designed play elements. Each play element will have a defined impact area. Along with the play elements, a new outdoor gazebo will also be built in the garden. The subject of the public contract is described in detail in the project documentation entitled: Object for children's groups, including paved areas and parking, Trubín Municipality, prepared by Adestik Sro, with registered office at Vrhaveč 99, 339 01 Klatovy, Ič: 25247069. Bids are submitted within the framework of the electronic tool - Https://ezak.allotender.cz/vz00000137
Municipality Of Antequera, Bohol Tender
Publishing and Printing
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 562.2 K (USD 9.7 K)
Details: Description 41.00 Bot Air Freshener Spray Lemon 18.00 Can Air Freshener Gel 36.00 Pc Bathroom Deodorizer Lemon 50g 6.00 Pc Ballpen Black Bp-s 124.00 Pc Ballpen Black Fine 52.00 Pc Ballpen Blue Fine 12.00 Pc Ballpen Red ( Fine) 30.00 Pc Ballpen Black 0.7 233.00 Pc Ballpen Black 0.5 81.00 Pc Ballpen Blue 0.5 5.00 Pc Ballpen Red 0.5 2.00 Pc Ballpen Green 0.5 13.00 Pack Battery Aaa 4's/pack 10.00 Pack Battery Aaa Rechargeable, 2's/pack 4.00 Pack Battery Aa Rechargeable, 2's/pack 18.00 Pack Battery Aa 4's/pack 8.00 Pc Battery Medium C 45.00 Pc Binder Clips 2" 191.00 Ream Bondpaper Long S-20 153.00 Ream Bondpaper Short S-20 17.00 Ream Bondpaper 8.5x14" S-20 51.00 Ream Bondpaper A4 S-20 2.00 Ream Bondpaper Long S-18 2.00 Ream Bondpaper Short S-18 18.00 Pc Broom(lanot-thick) 14.00 Pc Broom (buri) 366.00 Pc Brown Envelope Long 124.00 Pc Brown Envelope Short 7.00 Pc Brush With Handle 35.00 Pc Bulb Led 11w 5.00 Pc Calculator 12 Digits 2.00 Pc Calculator Big (with Battery) 1.00 Box Carbon Paper Long Blue 5.00 Pc Cartolina (white) 50.00 Pc Catalog Brown Envelope(6x9) 14.00 Kilo Chlorine Powder/kilo 2.00 Roll Clear Scotch Tape 1/2 34.00 Roll Clear Scotch Tape 1" 6.00 Roll Clear Scotch Tape 2'x100 2.00 Pc Columnar, 24 Columns 2.00 Pc Computer Ink #678 Black 2.00 Pc Computer Ink #678 Colored 12.00 Pc Computer Ink Black # 704 7.00 Pc Computer Ink Colored # 704 30.00 Pc Computer Ink Black 003 8.00 Set Computer Ink Black 003 Set 13.00 Pc Computer Ink Gt51 Black 2.00 Pc Computer Ink Gt52 Magenta 2.00 Pc Computer Ink Gt52 Cyan 2.00 Pc Computer Ink Gt52 Yellow 4.00 Pc Computer Ink Gt53 Black 1.00 Set Computer Ink Gt53 Set 3.00 Pc Computer Mouse Wireless(slim Type) 32.00 Pc Correction Pen 176.00 Pc Correction Tape 2.00 Pc Cutter Heavy Duty 4.00 Pc Detergent Bar 24.00 Doz Detergent Powder 565g 32.00 Kilo Detergent Powder 880g 4.00 Bot Dishwashing Liquid 250g 3.00 Bottle Dishwashing Liquid 500g 22.00 Pc Diswashing Paste 400g 1.00 Pc Digital Rubber Stamp 42.00 Pairs Durable Rubberized Gloves 8.00 Pc Door Mat (rubber) 10.00 Roll Double Sided Tape 1/2 W/out Foam 21.00 Roll Double Sided Tape 1' 17.00 Roll Double Sided Foam Tape 1" 2.00 Roll Duct Tape 2" 2.00 Pc Duster(for Furniture)cotton 6.00 Pc Dust Pan Big 1.00 Roll Electric Tape Big 9.00 Pc Glue 240g 13.00 Pc Epson Ink(t6641) Black 6.00 Set Epson Ink(t6641,t6642,t6643,t6644)set 12.00 Pc Epson Ink Refill 003 Black 8.00 Set Epson Ink Refill 003 (black,cyan,magenta,yellow Set 50.00 Pc Expanded Folder Long 5.00 Pc Expanded Folder Long(plastic) 6.00 Pc Expanded Folder Long Blue 1.00 Pc Extension Wire 5m/3 Gang 2.00 Pc Extension Wire Tower Type W/ Usb Power 2.00 Pc Flashlights W/ Extra Batteries & Bulbs 22.00 Bottle Fabric Conditioner(1000ml) 562.00 Pc Folder Long White 10.00 Pc Folder Long Red Plastic 95.00 Pc Folder Long (plastic) 110.00 Pc Folder Short White 5.00 Pc File Organizer 41.00 Pack Garbage Bag Black Plastic Xl 10's Pack 22.00 Pack Garbage Bag Black Plastic Large 10's Pack 12.00 Pack Garbage Bag Black Plastic Medium10's Pack 50.00 Pair Garden Gloves 13.00 Pc Glass Cleaner 250ml 24.00 Pc Glass Cleaner 500ml 11.00 Pc Hand Towel 10.00 Bot Hand Wash Soap 225ml 11.00 Gal Hand Wash Soap(gallon) 9.00 Pc Highlighter Yellow Green 3.00 Pc Highlighter Pink 8.00 Pc Highlighter Orange 1.00 Pc Hp Ink Pad 4.00 Bottles Hp Deskjet 5820 Ink Black 25.00 Pcs Incandescent Bulb 25w 5.00 Pack Index Card 8x5 100s 2.00 Pack Laminating Pouch 8.5x13 Thick 100's 4.00 Box Laminating Pouch (70mmx100mm) 1.00 Pack Laminating Film 8.5x13 Thick 100's 4.00 Gallon Liquid Sosa 8.00 Pcs Disinfectant Spray 510g 17.00 Ream Mimeo Paper Long Ww 21.00 Ream Mimeo Paper Short Ww 14.00 Pc Mop Big 1.00 Pc Mouse Pad 1.00 Gallon Multi Purpose Cleaner 12.00 Gal Muriatic Acid(ready Mix) 10.00 Pc Micro Fiber Towel 2.00 Pcs Office Paste, 200ml 2.00 Pcs Plastic Table 2.00 Box Ordinary Mailing Envelop Long(box) 9.00 Roll Packaging Tape 2" 18.00 Box Paper Clip Vinyl Coated Big 17.00 Box Paper Clip Vinyl Coated Small 31.00 Box Paper Fastener Vinyl Coated 20.00 Pc Pencil No. 2 15.00 Pc Pentel Pen Broad Black 3.00 Pc Pentel Pen Broad Blue 3.00 Pc Pentel Pen Broad Red 4.00 Pc Pentel Pen Fine Black 1.00 Pc Pentel Pen Refill Black 2.00 Pack Photopaper 210gsm 4.00 Pack Photopaper 5r 200g/m2 50.00 Pc Plastic Cover Folder Long 100.00 Pc Plastic Envelop Long 5.00 Pc Plastic Expanded Envelope Long W/out Handle 5.00 Pc Furniture Polish Lemon 22.00 Roll Poly Masking Tape 1" 4.00 Pc Puncher Big 2.00 Box Push Pins 32.00 Pc Record Book 300pages 12.00 Pc Record Book 500 Pages 12.00 Pc Record Book 150pages 10.00 Pc Retractable Pen Black 16.00 Pc Retractable Pen Black Refill 13.00 Pc Retractable Pen Blue 9.00 Pc Retractable Pen Blue Refill 10.00 Pc Ring Binder 1" 2.00 Pc Ring Binder 1 1/2" 2.00 Pc Rubber Eraser 10.00 Pc Rug(cloth) 2.00 Gallon Rubbing Alcohol 70%(gallon) 97.00 Bot Rubbing Alcohol 70% 500ml. 2.00 Box Rubberband Big, Transparent Natural #18 1.00 Pc Ruler Transparent Long 3.00 Pc Scratch Pad (white) 13.00 Pc Scissor Big 12.00 Pc Sign Pen, Black 0.4 42.00 Pc Sign Pen, Black 0.5 22.00 Pc Sign Pen, Blue 0.5 40.00 Pc Sign Pen, Blue 0.7 10.00 Pc Sign Pen, Black C3 6.00 Pc Sign Pen, Black C3 Refill 5.00 Pc Sign Pen, Blue C3 5.00 Pc Sign Pen, Blue C3 Refill 1.00 Pc Sign Pen Black Hi-techpoint V5 Rt.5) 4.00 Pc Sign Pen Black( Hi-techpoint V5 Rt.5) Refill 2.00 Pc Sign Pen G-tec-c4 .3 20.00 Pc Sign Pen G-tec-c4 Refill .4 36.00 Pc Sign Pen Black Refill 0.5 20.00 Pc Sign Pen Blue Refill 0.5 2.00 Pc Sign Pen Black Refill 0.5 Class A 2.00 Pc Sign Pen Blue Refill 0.5 Class A 4.00 Pc Sign Pen Black No. 2 1.00 Pc Sign Pen Black No. 2 Refill 20.00 Pack Special Paper Board Long Ivory 5.00 Pack Special Paper Long(ivory) 10.00 Pack Special Paper Long(white) 50.00 Pcs Special Paper(beige) 12.00 Pack Specialty Paper Short(irish Purple) 2.00 Pc Stamping Pad #1 (black) 3.00 Bottle Stamp Pad Ink Black 2.00 Box Staple Wire 8mm 2.00 Box Staple Wire #10 12s 36.00 Box Staple Wire # 35 9.00 Pc Stapler Max #10 9.00 Pc Stapler Max #35 8.00 Pc Stapler Max #35 W/ Remover 1.00 Pc Steel Cabinet 8.00 Pad Sticky Notes 6.00 Pc Storage And Organizer Box-58l 5.00 Box Thumbtacks 33.00 Pack Tissue Paper 12s 4.00 Gallon Toilet Bowl Cleaner (gallon) 12.00 Bot Toilet Bowl Cleaner 900ml 1.00 Pc Typewritter Ribbon 1.00 Pc Tape Dispenser 35.00 Pc Tongs 4.00 Pcs Usb 64gb 4.00 Pc Usb 16gb 5.00 Pc Usb 32gb 3.00 Pc Usb 128gb 6.00 Pc Whiteboard Pen Black 1.00 Set White Board 36x24 7.00 Pad Yellow Paper 15.00 Gallon Liquid Bleach (gallon)
Municipality Of Velehrad Tender
Others...+4Civil And Construction, Excavation, Consultancy Services, Civil And Architectural Services
Czech Republic
Closing Date14 Feb 2025
Tender AmountCZK 7.2 Million (USD 298 K)
Details: The subject of the public contract is the second phase of construction works consisting in the expansion of the cemetery in the municipality of Velehrad. Simultaneously with the expansion of the cemetery, the reconstruction of the fencing, reinforced fences, outdoor lighting and small furniture is being considered. In the second phase of construction works, the following construction objects will be implemented: So 01 - Modification of the existing part So 03 - Outdoor lighting So 05 - Garden modifications The technical basis for processing the supplier's offer is the project documentation for the implementation of the construction "expansion of the cemetery in Velehrad", processed by the company Gg Archico As (see Section 1.3 of the Tender Documentation). The requirements for the scope of the subject of performance are specified in detail in the technical documentation, which is an appendix to the Tender Documentation No. 1 – Project Documentation, in the List of Construction Works, Supplies and Services with the Bill of Quantities, which is an Annex to the Tender Documentation No. 2, and further in the Commercial Conditions of the Public Contract – the Contract for the Works, which constitutes an Annex to the Tender Documentation No. 3.
Stadt Brandenburg An Der Havel Tender
Civil And Construction...+1Road Construction
Germany
Closing Date15 Jan 2025
Tender AmountRefer Documents
Details: Construction of a new school yard, expansion of bicycle parking spaces and conversion of an existing garden into a garbage dump. Features: Green classroom, 5 raised beds, 2 table tennis tables, 1 streetball court, 2 football field goals, various seating areas, various garbage bins, various tree and shrub plantings including completion care. Features: Soil work approx. 1000 m³, subgrade area approx. 4400 m², gravel ditch approx. 20m³, base layers: approx. 2000 m², frost protection layers: approx. 2000 m², various paving work: 2000 m², various demolition work concrete foundations, asphalt approx. 1000 m³, various Gutter drainage, pipe trenches approx. 160 m, water pipe PE approx. 160 m including extraction points and connection to existing system.
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: Corrected Postponed Due To Winter Weather Public Notice Soq #25-005 Sala Avenue Historic District Drainage Feasibility Analysis And Improvements The Parish Of Jefferson, Authorized By Resolution No 145576. Is Hereby Soliciting A Statement Of Qualifications ((tec) Professional Services Questionnaire) For Persons Or Firms Interested And Qualified To Provide Professional Engineering Services For The Sala Avenue Historic District Drainage Feasibility Analysis And Improvements Project (council District 2). Original Deadline For Submissions: 3:30 P.m., January 23, 2025 Postponed Deadline For Submissions: 3:30 P.m., February 7, 2025 General The Scope Of Work Associated With This Project Consists Of Streetscape And Drainage Improvements To The Sala Avenue Corridor Between River Road And 4th Street In The City Of Westwego. The Intention For The Project Is To Beautify And Improve The Drainage Of The Corridor For A 10-year Design Storm Utilizing Alternative Drainage Methods, Such As Green Infrastructure (bioswales, Permeable Pavement, Rain Gardens, Etc.). Jefferson Parish Anticipates The Project Will Require The Following Supplemental Services: Hydraulic Analysis, Geotechnical Services, Surveying, Landscape Architecture, And Resident Inspection. Compensation Compensation For The Required Design Services Will Be Made On An Hourly Rate Basis Or A Fixed Fee Basis, Or A Combination Of Both, Depending On Scope And Complexity Of The Work. The Parish Reserves The Right To Determine The Method Of Payment (hourly Or Fixed) For Each Individual Assignment. For Hourly Rate Work, The Firm Shall Be Compensated By The Appropriate Jefferson Parish Department On The Basis Of Their Certified And Itemized Burdened Rate In Accordance With Guidelines Established In Attachment “a” To The Standard Professional Services Agreement For Jefferson Parish. A Copy Of Attachment “a” May Be Obtained By Calling The Jefferson Parish Department Of Capital Projects At (504) 736-6833. For Fixed Fee Work, The Fee Shall Be Negotiated With The Firm By The Jefferson Parish Department Of Capital Projects And Shall Be Mutually Agreeable To Both Parties. Compensation For Supplemental Services, If Required, Shall Be In The Form Of A “lump Sum” Or Hourly Rate For Each Supplemental Service, Which Shall Be Mutually Agreeable To The Parish And The Consultant. All Costs Associated With This Project Shall Be Subject To Jefferson Parish Review And Approval. Minimum Requirements For Selection The Persons Or Firms Under Consideration Shall Have At Least One (1) Principal Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana. A Subcontractor May Not Be Used To Meet This Requirement. (section C. Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have A Professional In Charge Of The Project Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana With A Minimum Of Five (5) Years’ Experience. A Subcontractor May Not Be Used To Meet This Requirement. (section K. “professional In Charge Of Project:”; Of Tec Professional Services Questionnaire); The Persons Or Firms Under Consideration Shall Have One (1) Employee Who Is A Licensed, Registered Professional Engineer In The State Of Louisiana In The Applicable Discipline Involved. A Subcontractor May Meet This Requirement Only If The Advertised Project Involves More Than One Discipline (section D. Of Tec Professional Services Questionnaire). With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Evaluation Criteria The Following Criteria Will Be Used To Evaluate Each Firm Submitting A Statement Of Qualifications: 1) Professional Training And Experience In Relation To The Type And Magnitude Of Work Required For The Particular Project – (maximum Points Awarded Shall Be 35). 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – (maximum Points Awarded Shall Be 10). 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel – (maximum Points Awarded Shall Be 20). 4) Past Performance On A Project In Which The Person Or Firm Assisted A Governmental Entity In Dealings With Disaster Recovery And Any Other Projects Relating To Cdbg – (respondent Should Provide A List Of Completed Disaster Recovery Projects And/or Similar Cdbg Projects For Which Firm Has Provided Verifiable References) (maximum Points Awarded Shall Be 10). 5) Location Of The Principal Office – Preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points). Location Of The Principal Office Shall Only Factor Into The Evaluation Criteria If Adequate Competition (two Or More Firms That Are Responsive And Responsible) Are Located Within Jefferson Parish - (maximum Points Awarded Shall Be 15). 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim. (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded) - (maximum Points Awarded Shall Be 15). 7) Prior Successful Completion Of Projects Of The Type And Nature Of Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - (maximum Points Awarded Shall Be 5). Project Will Include Federal Disaster And Resiliency Funds And Therefore Will Include Associated Federal Requirements, Including Section 3, As Applicable. Statements Of Qualifications From Minority, Female-owned, And Local Firms / Individuals Are Invited. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members, Shall Be Deemed Qualified To Perform These Professional Services. The Person Or Firm Submitting A Statement Of Qualification ((tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A ((tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications ((tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Statements Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, & 15, 2025 Corrected Postponed Due To Winter Weather: January 29, 2025
4271-4280 of 4670 archived Tenders