Printing Tenders
Printing Tenders
COMPANIES HOUSE Tender
Publishing and Printing
United Kingdom
Closing Soon7 Feb 2025
Tender AmountGBP 150 K (USD 186.2 K)
Description: Printed Stationery (print/store/deliver)
Offizielle Bezeichnung Tender
Agriculture or Forestry Works
Germany
Closing Soon11 Feb 2025
Tender AmountRefer Documents
Description: Contract notice – general guideline, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (services) Object planning for a building for the renovation of the administration building at the Comenius School, Herborn Object planning for a building for the renovation of the administration building at the Comenius School, Herborn Object planning ... Multi-object planning for a building for the renovation of the administration building at the Comenius School, Herborn Object planning for a building for the renovation of the administration building at the Comenius School, Herborn Object planning services for buildings in accordance with Part 3, Section 1 HOAI, LPH 1-8 for the renovation of the administration building at the Comenius School, Herborn. The district committee of the Lahn-Dill district, represented by the building department - schools, is the sponsor of schools according to the Hessian school law. In this capacity, it is planning the renovation of the administration building at the Comenius School in Herborn with a flat roof renovation. The Comenius School in Herborn is a middle school with a focus on career orientation. There are currently around 720 pupils being taught by 61 teachers in 35 classes. 12 career fields are offered as part of the vocational training. The administration building of the Comenius School is a 2-storey structure with a ground floor and an upper floor. On the ground floor there is the cafeteria and various workshops and teaching rooms for the areas of art, clay, wood and 3D printing. On the upper floor is the administration and an auditorium; the reinforced concrete break hall is connected to the existing building. The area to be renovated is around 1,650m² gross floor area for the administration and around 525m² for the break hall. The renovation in question is intended to implement the following measures in the administration building and the break hall: - renewal of the suspended acoustic ceilings, - replacement of existing external windows and doors, as well as internal doors as required (some of these have already been replaced), - floor covering, painting and wallpapering work in the building, - insulation of the facade, - flat roof renovation including thermal insulation, - renovation of the reinforced concrete break hall. Furthermore, as part of the renovation, an elevator is to be installed to provide barrier-free access to the cafeteria and the building services are to be upgraded. If necessary, further measures can be added as required during implementation. These must be agreed with the contracting authority in advance. The existing floor plans of the administration building and a list of the rooms are attached to this document for information and with reference to Section 7 Vgv.
MUNICIPALITY OF TANDUBAS, TAWI TAWI Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 51.6 Million (USD 883.8 K)
Details: Description Section I. Invitation To Bid Republic Of The Philippines Philippine Rural Development Project Scale Up Invitation To Bid For The Construction Of Three (3) Units Fish Landing With Concrete Footbridge Identification No.: Lot 1 - Prdp-su-ib-rarm- Taw-014-tan-010-2023-vci Lot 2 – Prdp-su-ib-rarm-taw-016-tan-012-2023-vci Lot 3 - Prdp-su-ib-rarm-taw-017-tan-009-2023-vci Loan No. 9577-ph January 10, 2025 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Towards The Cost Of Philippine Rural Development Project Scale Up And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Construction Of Three (3) Units Fish Landing With Concrete Footbridge. Contract Package Subproject Id No. Estimated Project Cost Contract Duration Lot 1 – Construction Of Baliungan Fish Landing With Concrete Footbridge Prdp-su-ib-rarm-taw-014-tan-010-2023-vci Php 21,676,000.00 264 Cal. Days Lot 2 - Construction Of Lahay-lahay Fish Landing With Concrete Footbridge Prdp-su-ib-rarm-taw-016-tan-012-2023-vci Php 15,000,000.00 234 Cal. Days Lot 3 - Construction Of Taruk Fish Landing With Concrete Footbridge Prdp-su-ib-rarm-taw-017-tan-009-2023-vci Php 15,000,000.00 234 Cal. Days 1. The Municipal Government Of Tandubas, Tawi-tawi, Implementing Partner Of The Department Of Agriculture, Now Invites Bids For The Construction Of Three (3) Units Fish Landing With Concrete Footbridge. Completion Of The Works Is Required By 264 Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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. 2. Bidding Will Be Conducted In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Irr Of Ra 9184 (r.a. 9184), With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post Qualification. The Estimated Project Cost For These Projects Are: Contract Package Estimated Project Cost Lot 1 – Construction Of Baliungan Fish Landing With Concrete Footbridge Php 21,676,000.00 Lot 2 - Construction Of Lahay-lahay Fish Landing With Concrete Footbridge Php 15,000,000.00 Lot 3 - Construction Of Taruk Fish Landing With Concrete Footbridge Php 15,000,000.00 3. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Municipal Government Of Tandubas, Tawi-tawi And Inspect The Bidding Documents At The Address Given Below And Also At The Prdp Regional Project Coordination Office-ministry Of Agriculture, Fisheries And Agrarian Reform-bangsamoro Autonomous Region In Muslim Mindanao (rpco-mafar-barmm) With Address At Mafar, Bgc Compound, Cotabato City 9600 And At The Prdp Project Support Office Mindanao (pso Mindanao) With Address At Alvarez Building, Angliongto Sr. Avenue, Lanang, Davao City From 9:00 A.m. To 5:00 P.m., Mondays To Fridays. 4. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 10, 2025 From The Address Below, Prdp Rpco-barmm Or Prdp Pso Mindanao And Upon Payment Or Depositing To The Municipality Of Tandubas, Land Bank Of The Philippines (lbp) Trust Account Number 1242-102297 A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00) Not Later Than The Submission Of Their Bids. The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Serves As Your Proof Of Payment The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Or Printed Receipt From Other Online Payment Channels Serves As The Proof Of Payment. Digital Payment Shall Mean Payment Using The Likes Of Paymaya, Iaccess, Smart Money, Gcash, Coins.ph And Other Means Of Digital Payment. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Prdp Website (prdp.da.gov.ph). For Detailed Engineering Design (ded), Drawings And Plans, Please Follow The Link Https://tinyurl.com/dedfishlandingwithfootbridge . As Part Of The Transparency Measures Being Instituted By The Department Of Agriculture (da) The Bidders Can Virtually Visit The Site Of The Above-described Subproject At Prdp.da.gov.ph Where Geotagged Base Photographs Are Viewable. The Da, However, Requires That All Potential Contractors Who Will Be Awarded Contract Under The Project Shall Have Undergone Geotagging Training Provided By The Prdp Project Support Office. 5. The Municipal Government Of Tandubas, Tawi-tawi Will Hold A Pre-bid Conference On January 22, 2025 At 10:00 A.m. At The Municipal Hall Conference Room, Brgy. Kepeng, Tandubas, Tawi-tawi, Which Shall Be Open To All Interested Parties. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 11, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Securing Declaration. Bids Will Be Opened On February 11, 2025 At 10:00 A.m. At The Regional Fisheries Research Center, Brgy. Pagasinan, Bongao, Tawi-tawi. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Municipal Government Of Tandubas, Tawi-tawi Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. For Further Information, Please Refer To: Ms. Madzna S. Madsaik Bac Head Secretariat, Bids And Awards Committee Municipal Hall, Brgy. Kepeng, Tandubas, Tawi-tawi 09561931903/jalalie0113666@gmail.com Jalalie J. Mustapha Chairperson, Bids And Awards Committee
BARANGAY F SIMEON, RAGAY, CAMARINES SUR Tender
Software and IT Solutions
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 100 K (USD 1.7 K)
Details: Description 2 Unit Laptop 2 Unit Bottomless Printer
Derby City Council Tender
Publishing and Printing
United Kingdom
Closing Soon10 Feb 2025
Tender AmountGBP 272.5 K (USD 338.3 K)
Description: Td2206 - Elections And Electoral Registration Bulk Mailing And Printing Services
Offizielle Bezeichnung Tender
Others...+1Civil And Construction
Germany
Closing Soon11 Feb 2025
Tender AmountRefer Documents
Description: Contract notice – General guideline, standard regulation Open procedure (supplies) Rental and maintenance of 92 brand new (1st approval) and networked copying and printing systems with color function for the business area of the Kassel Regional Council (pool contract) The rental ... Additional rental and maintenance of 92 brand new (1st approval) and networked copying and printing systems with color function for the business area of the Kassel Regional Council (pool contract) The rental and maintenance of 92 brand new (1st approval) and networked copying and printing systems with color function (pool contract) for installation at various locations of the Kassel Regional Council. Rental and maintenance of 92 brand new (1st registration) and networked copying and printing systems with color function for the business area of the Kassel Regional Council (pool contract) Rental and maintenance of 92 brand new (1st registration) and networked copying and printing systems with color function. All devices are to be offered by one manufacturer. The machines to be offered must meet the following minimum requirements: - The safety regulations for office workstations in the version valid at the time the offer is submitted. - The generally recognized rules of technology (e.g. DIN 31000, DIN 31001 or equivalent). The provider guarantees that the machines, devices and the like ordered from him comply with the accident prevention regulations (autonomous legal norms) enacted in the Federal Republic of Germany by the statutory accident insurance providers, the occupational health and safety regulations and the generally recognized safety and occupational health rules. - The individual requirements for the devices can be found in Appendix 1 ("druckrpks_anlage 1") - The requirements for the management software can be found in Appendix 2 ("druck- Rpks_anlage 2"). Existing test certificates, clearance certificates and safety data sheets for the machines offered must be enclosed with the offer. In addition, the following applies to all systems: - If systems with a hard drive are requested or supplied, the costs for a security tool for hard drive data overwriting in accordance with ISO 15408 EAL 3 (or equivalent) must be included in the price - User data such as print data/scan data is stored encrypted on the internal hard drive and automatically deleted after the order has been completed - When the device is taken out of service, all data and the configuration are securely deleted (wiped) by the contractor. The client receives written confirmation of the BSI-compliant (or equivalent) deletion. The same applies in the event of a hard drive failure during the contract term - Black and white printing must be pre-set as standard in the driver - Uniform printer driver for all systems - Controllable/configurable user interface presets must be possible - If systems are offered with additional, non-required interfaces and/or modules (e.g. GSM/WLAN/Bluetooth/NFC/USB/etc.), these functions must be deactivated - Management software In addition to Appendix 2, the following applies: Software must be offered that enables administrators to display information on the individual devices using a reporting and management tool (e.g. system information, meter readings, utilization and cost center reports). The software must enable the administration of up to 2000 users. The software update is included in the maintenance. The offer must contain a sufficient number of required licenses (management software, maintenance licenses, printing system licenses, scanning licenses, OCR and the like). The software is to be installed centrally on two redundant server systems (available for fail-safe management) and must enable printing and, at times, scanning (scan-to-mail) at the various locations (keyword: "follow me printing"). There must be cross-location functionality (printing across location boundaries) (all locations are networked with each other). Employees are to be authenticated using a contactless card reader (for existing Legic chips (mim256/mim1024)) on the end device and by entering a PIN. - As part of the initial setup, the contractor must ensure that the setup or basic configuration (network, scan, followme, server) is carried out in accordance with the client's specifications and must also continue to maintain this as part of the maintenance contract. - The device automatically reports fault messages and the need for consumables (toner) - except paper and staples - to the contractor and to a central email address of the client by email, a remote tool, appliance or similar. - Consumables are delivered (Mon.-Fri.) within 2 working days of the order. In addition to the generally automated ordering and delivery, it must be possible to order consumables by phone, email or web interface at no extra cost. - The client ensures that appropriate network connections are available at the locations of the systems for which network integration is planned. He also ensures the necessary server access and support from internal administrators who are familiar with the existing infrastructure. - The contractor undertakes to take back used toner containers, cartridges, waste toner, photoconductors, waste developers, ozone filters and catalysts, etc. in a timely manner and to ensure that they are reused or disposed of properly. The costs are included in the price. The client will be informed by the contractor about the return procedure in an appropriate form. The costs incurred for the return are included in the price. - The contractor undertakes to instruct the staff (multipliers) in the correct use of the systems (application, troubleshooting (replacement of consumables, paper jams)) and to point out the use of the energy-saving functions offered by the system (power management). For this purpose, training is required on site for each organizational unit. - The bidder also provides a short operating manual for each device (pdf). - In addition, the contractor must carry out separate training on the administration and configuration of the systems for the system administrators on site at the Kassel location. - The briefing must take place centrally for each property (at Altes Stadtschloss 1, Zb is one property). For this purpose, several appointments for around 10 people each must be held over two days.
Public Service Delivery Tender
Automobiles and Auto Parts
Canada
Closing Soon10 Feb 2025
Tender AmountRefer Documents
Details: Manitoba Reference Number: Mb-mbpb-15t-00684 Issuing Department: Procurement And Supply Chain Date Issued: 10/01/2025 Issued By: Gurjeet Kharay Telephone: 431-336-6413 The Government Of Manitoba (manitoba) Is Requesting Bid Submissions For The Supply & Delivery Of Utility Terrain Vehicle For Department Of Transportation And Infrastructure For One Time Purchase. Note: For Information Or Item Clarification, If Required<(>,<)> Contact: Gurjeet Kharay Email: Bids@gov.mb.ca (enquiry Only) Please Contact The Individual Noted Above If Additional Information Or Clarification Is Required On The Following Items. Please Include The Rfq Number And Description When Sending Emails For Inquiries. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca Delivery In ___ Working Days Or ____weeks From Receipt Of The Order. General Terms & Conditions: This Rfq Is Subject To The Manitoba General Terms And Conditions: Https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf The Purchase Order To Be Issued To The Top Ranked Vendor(s) Is Subject To The Manitoba Purchase Order Terms And Conditions: Https://www.gov.mb. Ca/central/psc/pubs/form/manitoba_po_terms_conditions.pdf Submission Terms And Conditions: The Bid Must Be Signed By A Representative Of The Bidder With The Authority To Bind The Bidder. The Name And Title Of The Representative Signing The Bid Should Also Be Printed Below Their Signature. Vendor's E-mail Address: (if Available) ____________________ Quantity Clarification: Quantity Listed Contains 2 Or 3 Decimals. _________________________________________________________________________ Item Qty Description Delivery No. Date ======================================================== Item 10 28/02/2025 2.00 Each Gsin: N2320material: 56805 Utv, Utility Terrain Vehicle, As Described Below: Specification Of Utility Terrain Vehicle. Same Or Equivalent To The Following Requirement Specification Engine: Type - 65hp/59lb-ft, 976 Cc, V-twin, Liquid-cooled Fuel Delivery System - Intelligent Throttle Control With Electronic Fuel Injection Transmission - Pro-torq Cvt With Quick Response System, High-airflow Ventilation And Electronic Drive Belt Protection Extra- L/h/n/r/p Drive Train - Selectable Turf Mode / 2wd / 4wd With Visco-lok Auto Locking Front Differential Driving Assistance - Cvt Engine Braking Eco / Eco Off / Work Mode Speed Limiter Power Steering - Dynamic Power Steering Suspensions: Front Suspension - Arched Double A-arm With Sway Bar / 12 In. Suspension Travel Front Shocks - Twin Tube Gas-charged Shocks Rear Suspension - Arched Tta With External Sway Bar /12 In. Suspension Travel Rear Shocks - Twin Tube Gas Charged Shocks Tires & Wheels: Front / Rear Tires - Xps Trail Force 27 X 9/11 X 14 In. Wheels - 14 In. Cast Aluminum Breaks: Front - Dual 220mm Disc Brakes With Hydraulic Twin-piston Calipers Rear - Dual 220mm Disc Brakes With Hydraulic Single-piston Calipers Dimensions & Capacities: Cage - Profiled Cage, Rops Approved Estimated Dry Weight - 1830 Lb (830 Kg) L X W X H - 121 X 65 X 80 In (307 X 165 X 226 Cm) Wheelbase - 83 In. (211 Cm) Ground Clearance - 13 In (30.5 Cm) Cargo Box Dimensions - 38 X 54.5 X 12 In. (96.5 X 138.4 X 30.5 Cm) Cargo Box Capacity - 1000 Lb (454 Kg) Tailgate Load Capacity - 250 Lb (113.4 Kg) Storage Capacity - 10.4 Gal (39.5 L) Towing Capacity - 2500 Lb (1,134 Kg) Payload Capacity - 1200 Lb (544 Kg) Fuel Capacity - 10.6 Gal (40 L) Person Capacity - 3 Other Specification: Gauge - 4.5 In. Wide Digital Display Battery - 12v (30 A H) Magneto - 650 W Instrumentation - Dc Outlet (10 A) Lighting - Front Lighting Output 140 W / Led Taillights Seat - Bench Seat With Passenger Seats Flipping Up, Underside Hooks Steering Wheel - Adjustable Tilt Steering Protection - Integrated Front Steel Bumper Full Hard Roof With Liner And Interior Dome Light Hitch Type - 2 In. Hitch Receiver Additional Options: -track Kit -xt Front & Rear Bumpers -4500lbs Winch ======================================================== Quotation Evaluation: Generally, The Lowest Overall Price Of An Acceptable Item(s) In Accordance With The Terms & Conditions Of The Rfq Will Be Awarded The Order. Quotations Will Also Be Evaluated Based On Suitability Of Unit Offered Compared To The End User#s Needs, Product Specifications, Delivery, Warranty, Price, Quality Of The Bidder's Performance In Past Awards And Any Other Terms & Conditions Indicated On This Rfq. Each Product Offered Will Be Considered Individually, However, The Intent Is To Award This Rfq To One Supplier In Total (if Possible And Economic To Manitoba) Therefore Bidders Should Quote On All Items If Possible. (economic Evaluation To Be At Manitoba#s Sole Discretion) Failure To Provide Adequate Information To Evaluate The Item Offered May Be Cause For Rejection Of Your Quote By The Manitoba Government (manitoba). Suitability Selection To Be At Manitoba's Sole Discretion. Quality / Acceptability All Products Supplied Are Subject To Inspection Prior To Acceptance. Manitoba Reserves The Right To Reject Any Products, After Final Inspection That Does Not Meet The Specification Requested. Product Offered: The Product Offered Must Meet The Requirements And Expectations For Its Intended Use. If It Is Your Intention To Offer An Item, Which Does Not Meet All The Specs/description As Outlined, Then You Must Indicate All Intended Deviations Or Changes On The Return Quote. Please Indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders Catalogue/reference Number (if Applicable) ___________ Note: If Any Of The Above Items/features Are Accessories That Are To Be Included And Installed Prior To Delivery. It Is The Supplier's Responsibility To Test All Systems To Ensure They Are Functioning Properly Prior To Delivery. Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Invoice Address: Manitoba Transportation And Infrastructure Water Operations Box 499 Grosse Isle, Mb R0c 1g0 Finance@gov.mb.ca (unit Prices Include All Necessary Charges E.g., Freight, Insurance, Handling Etc.) If Any Charges Are Not Included, Please Explain In Detail Any/all Charges That Will Be Extra To The Unit Prices Quoted And That Will Be Charged On The Invoice. Products/brands: Brand Names, Where Indicated, Are Shown For Reference Purposes Only And Are Not Intended As Endorsement Of A Particular Product. Authorized Vendor: Manitoba Reserves The Right, Prior To Any Contract Award, To Secure Evidence To Manitoba's Satisfaction That Any Bidder Is The Manufacturer, Or An Authorized Distributor, Dealer Or Retailer Of The Goods Offered And Is Authorized To Sell These Goods In Manitoba, Canada And Upon Request Will Provide Manitoba With Written Evidence Thereof. Warranty: Manufacturer's Warranty: State Warranty Of Units Offered (as Applicable To Manitoba's Use). (manitoba's Use Would Usually Be Considered Commercial Application Not Consumer) Product _________ Months Or _______ Years Labor _________ Months Or _______ Years Parts _________ Months Or _______ Years Please Note: During The Period Of The Warranty Offered, All Labor, Transportation, Parts, Surcharges Including Shipping And Brokerage Will Be Included. The Province Of Manitoba "will Not" Pay Additional Charges While The Item(s) Offered Are Under The Above Stated Warranty. Potential Costs Associated With The Location Of Warranty Service Might Be Used In The Evaluation Of This Quote. If The Warranty Offered Is The Vendor's Warranty In Combination With Or In Place Of The Manufacturer's Warranty Then A Complete Explanation Must Be Provided. Warranty Service/location: Is Warranty Service Provided On Site At Our Premises? Yes___ Or No____ If No, Indicate The Location The Unit Must Be Sent To For Manufacturer's Certified And/or Approved Warranty Service. Company Name_______________________ Location (city & Province) ______________ Do You Have A Toll Free Phone Number For Warranty Service? Yes______ Or No______ If Yes Please Provide: ________________________ After Warranty Service: Is After Warranty Service Provider The Same As Above? Yes ___ Or No_____ If No, Please Advice Company Name_______________________ Location (city & Province) ______________ Accounts Receivable Address: Due To Our Computerized Accounts Payable System Please Advise If Your Invoice Address (accounts Receivable) Is The Same As The Address For Orders / Quotes Shown Above Yes ____ Or No ______ If No Provide Complete Details I.e. Box #, Street Address, City, Province, Postal Code, Etc. _________________ Manitoba's Retail Sales Tax License: Are You Licensed By Manitoba Finance To Collect And Remit? Manitoba's Retail Sales Tax Yes_____ Or No_____ If No Disregard The Following Paragraph. Manitoba's Retail Sales Tax Is The Product(s) Offered Subject To Manitoba's Retail Sales Tax? Yes____ Or No _____ If The Quote Consists Of Both Taxable (t) And Non-taxable (nt) Items Please Indicate T Or Nt Opposite Each Item Offered. Payment Terms: Manitoba Will Consider Early Payment Terms. Manitoba's Standard Payment Term Is Net Thirty (30) Days. The Bidder Shall Specify Their Standard Invoice Term: _____________________________ Is There Any Applicable Discounts For Early Payment? Yes _____ No _____ Initial __________ If Yes, Please Specify: _____________________________________________________ Does Your Early Payment Clause Appear On Your Invoice? Yes _____ No _____ Initial __________ Your Quotation Reference # (if Applicable) _________. Proposed Delivery Address: Manitoba Transportation And Infrastructure 155 Yellow Quill Trail<(>,<)> Portage La Prairie, Manitoba Tenders To Be Returned To: Merx Electronic Bid Submission Www.merx.com
5401-5410 of 6664 active Tenders