Solid Waste Tenders

BALAGTAS WATER DISTRICT BALAGTAS BULACAN Tender

Solid Waste Management
Philippines
Details: Description Project Duration: 10 Years, From 2025 To 2035 ________________________________________ Qualification Requirements And Conditions 1. Accredited Service Providers: O Only Private Entities Accredited By The Department Of Environment And Natural Resources (denr) And/or The Department Of Health (doh) With Complete Permits Shall Be Permitted To Provide Septage Collection And Transport Services. O Collected Septage Must Be Disposed Of And Treated Exclusively In Denr And/or Doh-accredited Disposal Or Treatment Facilities With Valid Permits. 2. Service Provider Qualifications: The Service Provider Must Meet The Following Minimum Qualifications: O Industry Experience: Minimum Of Twenty (20) Years Of Relevant Experience In The Septage Management Industry. O Sewage Treatment Plant (stp):  Owns An Stp Located Within Region Iii With Sufficient Capacity To Process Domestic Waste Generated By The Municipality Of Capas, Tarlac.  Compliant With Dao 2016-08 And Dao No. 2021-19 For Water Quality Guidelines And General Effluent Standards.  Discharge Capacity Of At Least 1,500 Cubic Meters (1,500m³) And A Valid Wastewater Discharge Permit From Denr-emb. O Required Permits:  Treatment Storage Disposal (tsd) Permit From The Environmental Management Bureau (emb).  Transport Registration Certificate.  Environmental Compliance Certificate (ecc).  Wastewater Discharge Permit.  Environmental Sanitation Clearance From The Department Of Health (doh).  Chemical Control Order For Cyanide, Lead, And Mercury. O Logistics And Fleet Capacity:  Owns A Sufficient Fleet Of Vehicles Capable Of Efficiently Handling Daily Desludging Operations. O Personnel And Manpower:  Employs At Least Fifty (50) Personnel With Proper Training And Knowledge In Handling And Disposing Of Septic Waste. O Local Government Accreditations:  Holds At Least Seven (7) Accreditations From Other Local Government Units (lgus). O Pollution Control Officer:  Accredited By The Denr And Emb. ________________________________________ 3. Preference For Accredited Providers: O Priority Shall Be Given To Previously Accredited Service Providers To Ensure Reliable Service Delivery And Maintain Quality Standards. 4. Transport And Disposal Of Waste: O Liquid And Solid Waste Removed From Septic Tanks Shall Be Transported Exclusively By A Doh/denr-accredited Septage Hauler Or Pumper To An Approved Treatment Facility, Following Doh Regulations. O Unless Otherwise Permitted By Law, Septage Haulers Or Pumpers Are Strictly Prohibited From Collecting, Transporting, Or Disposing Of Waste In Unauthorized Locations Such As Bodies Of Water, Agricultural Fields, Or Drainage Systems Within The Municipality. ________________________________________ Service Personnel And Facility Requirements Personnel: • At Least Fifty (50) Personnel Must Be Equipped With Adequate Knowledge And Training In Handling And Disposing Of Septic Waste. Sewage Treatment Plant (stp) Requirements: • Compliance With Dao 2016-08 And Dao No. 2021-19 On Water Quality Guidelines And General Effluent Standards. • Minimum Discharge Capacity Of 1,500 Cubic Meters (1,500m³). • Valid Wastewater Discharge Permit Issued By Denr-emb. • Stp Must Be Located Within Region Iii.
Closing Date14 Apr 2025
Tender AmountPHP 77 Million (USD 1.3 Million)

City Of Cape Town Tender

Others
South Africa
Details: Rfq Type Goods Goods Civil, Road, Sewer, Plumbing & Eng Suppl Reference Number Ge12500503 Title Bar:flat;mild Steel;10mm;50mm;6m Description 60 Meter X Bar:flat;mild Steel;10mm;50mm;6m Specification* Flat Bar - Material: Mild Steel; Thickness: 10mm; Width: 50mm; Length: 6 Meter; Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" Nb: The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/03/27 Delivery Tohillstar Solid Waste Store Materials Store / Ph: 762 3752 Delivery Address1 Bamboesvlei, Ottery Contact Personpaul Davids Telephone Number0214444156 Cell Number Closing Date2025/02/18 Closing Time04:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressge1.quotations@capetown.gov.za Buyer Detailsj.esterhuize3 Buyer Phone0214003413 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Municipality Of El Nido, Palawan Tender

Solid Waste Management
Philippines
Details: Description Republic Of The Philippines Province Of Palawan Municipality Of El Nido Name Of Procuring Entity: Pr No. 2025-03-0256 Municipal Government Of El Nido Rfq No. 2025-0256 Menro-swm Date: 24-apr-25 Office/end-user: Solid Waste Management Company Name: Adress: Business Permit No.: Tin No.: Philgeps Reg. No: Please Quote Your Lowest Price For The Requirements Listed Hereunder Subject To The Terms And Conditions Stated Below And Submit To This Office Duly Signed: Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information In This Form. 2. Bidders May Quote For Any Or All Of The Items. 3. Price Quotation(s) Must Be Valid For A Period Of 60 Calenday Days From The Date Of Submission. 4. Price Quotation(s) To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 6. Award Of Contract Shall Be Made To The Lowest Quotation(for Goods) Or The Highest Rated Offer (for Consulting Service) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 7. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Supplier Or Its Authorized Representatives. 8. The Item(s) Shall Be Delivered Within 30 Calendar Days From Receipt Of Purchase Order (po). 9. The Mun. Government Of El Nido Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 10. Liquidated Damages Equivalent Of One-tenth Of One Percent (.001%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay.the Mun. Government Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. (signed) Approved Budget For The Contract: "raul B. Maximo Bac Chairman" ₱150,000.00 Item No. Unit Description Abc/item Quantity Unit Price Total Price 1. Pieces Clutch Lining 9,000.00 1 - 2. Pieces Pressure Plate 15,000.00 1 - 3. Pieces Fly Wheel 70,000.00 1 - 4. Pieces Clutch Master 8,000.00 1 - 5. Pieces Secondary Clutch 8,000.00 1 - 6. Pieces Oil Filter 3,000.00 5 - 7. Pieces Fuel Filter 2,000.00 5 - 8. Pieces Water Separator 2,000.00 5 - 9. Pieces Air Cleaner 5,000.00 1 - 10. - - - - - Total - Warranty: _____________________________ Price Validity: ___________________________ After Having Carefully Read And Accepted Your General Conditions, I/we Quote On The Item(s) At Prices Noted Above. Printed Name/signature/date Tel. No./cellphone No.
Closing Date28 Apr 2025
Tender AmountPHP 150 K (USD 2.6 K)

DEPT OF THE ARMY USA Tender

Machinery and Tools
United States
Details: Purchase Description For plasma Cutting Tables maintenance Shop, B411 And B377 general Description: This Purchase Description Is For The Manufacture And Supply Of A Prostar Prs100-5ecw Cutting Machine Or Equal In Surface Support Building 411 With Cutting Dimensions 5 Foot Wide By 10 Feet Long. Overall Footprint Cannot Exceed 8 Feet Wide By 18 Feet Long. Plasma Cutting Must Be Capable Typical Industry Standard Of High Definition. Plasma And Oxy-fuel Must Be Cnc. System Must Include Nesting Software With Training. Delivery Shall Be 20 Weeks After The Contract Award Date. Contractor Shall Perform Any Site Preparation Needed For The New Equipment, Delivery Of New Equipment, Offloading And Positioning Of New Equipment, Installation, Make Operational, And Perform Acceptance Testing, Operator And Maintenance Training. Contractor Is Required To Have Adequate Resources For The Manufacture Of A Plasma Cutting Table, And Upon Completion, Shall Be Installed In Bldg. 411 And Made Fully Operational (turnkey) Prior To The Government’s Acceptance. specifications: Build And Deliver One (1) Each Linde Model Prostar Prs100-5ecw Cutting Table, Same As Or Equal, To Surface Support Division, Building 411. The Required Equipment, Components, Quantities And Part Numbers Are Listed As Follows: prostar Prs 100-5ecw Cutting Machine Or Equal hypertherm Edge Connect Cnc Numerical Control: Must Be Windows 10 Based. hypertherm Sensor Thc With Lifter: Master Torch Station With Station Carriage With A Torch Slide, A Break A Way Mechanism With A Collision Detection Mount. hypertherm Xpr 170 With Vented Water Injection Gas Console electronic Integration And Installation For The Plasma System hi Lo Gas Panel: High Volume Victor Regulators, Able To Sustain 12,000 Cfh Of Oxygen @120psi, And Pierce Rate Valve With Precision Micrometer Scale For Ease-on Piercing. oxy-fuel Station With Lifter: Operator’s Control To Be Plumbed And Wired For Oxy/fuel Torch Station And The Gas Apparatus Will Be Harris. water Table (6 Feet Wide By 11 Feet Long): Static Water Level. must Cut Material Up To 4 In Maximum steel Surcharge pronest 2023 Plasma Software Package praxair Membrane Air Dryer general Description: This Purchase Description Is For The Manufacture And Supply Of A Prostar Prs100-4ecw Cutting Machine Or Equal In Maintenance Shop 377 With Cutting Dimensions 4 Foot Wide By 8 Feet Long. Overall Footprint Cannot Exceed 7 Feet Wide By 16 Feet Long. Plasma Cutting Must Be Capable Typical Industry Standard Of High Definition. Plasma And Oxy-fuel Must Be Cnc. System Must Include Nesting Software With Training. Delivery Shall Be 20 Weeks After The Contract Award Date. Contractor Shall Perform Any Site Preparation Needed For The New Equipment, Delivery Of New Equipment, Offloading And Positioning Of New Equipment, Installation, Make Operational, And Perform Acceptance Testing, Operator And Maintenance Training. Contractor Is Required To Have Adequate Resources For The Manufacture And Supply Of A Plasma Cutting Table, And Upon Completion, Shall Be Installed In Bldg. 377 And Made Fully Operational (turnkey) Prior To The Government’s Acceptance. specifications: Build And Deliver One (1) Each Linde Model Prostar Prs100-4ecw Cutting Table, Same As Or Equal, To Surface Support Division, Building 377. The Required Equipment, Components, Quantities And Part Numbers Are Listed As Follows: prostar Prs 100-4ecw Cutting Machine Or Equal hypertherm Edge Connect Cnc Numerical Control: Must Be Windows 10 Based. hypertherm Sensor Thc With Lifter: Master Torch Station With Station Carriage With A Torch Slide, A Break A Way Mechanism With A Collision Detection Mount. hypertherm Xpr 170 With Vented Water Injection Gas Console electronic Integration And Installation For The Plasma System water Table (5 Feet Wide By 9 Feet Long): Static Water Level. steel Surcharge plasma Quench Powder 7# Box (2 Ea) pronest 2023 Plasma Software Package praxair Membrane Air Dryer installation Schedule/movement: The Contractor Shall Provide All Labor, Equipment And Materials Needed For Rigging, Off-loading, Uncrating And Setting Machines In Locations At Rrad Production Buildings. The Contractor Shall Provide A Complete Installation Of The Systems. The Installation Shall Include All Material Handling Equipment, Labor And Materials To Install The Systems And Make Them Fully Operational And Functional. work Hours: Both Tables Shall Be Delivered, Installed And Operational Within 20 Weeks From Contract Award. Rrad Works A Four-day, Ten-hour Workweek, Mon-thurs, 0630-1700. Working Friday Is Not Guaranteed But Will Be Taken Into Consideration. Contractor May Request To Work Friday With 48 Hours Prior Notice To Rrad Poc. Rrad Will Be Closed On All Federal Holidays Which Are: new Year’s Day birthday Of Martin Luther King, Jr. & Inauguration Day washington’s Birthday memorial Day juneteenth National Independence Day independence Day labor Day columbus Day veteran’s Day thanksgiving Day christmas Day utility Connection. It Shall Be The Government’s Responsibility To Position Building Utility Connections Within 20 Ft. Of System Connection Locations. Connection To Utilities Shall Be The Responsibility Of The Contractor. final Acceptance Testing. A Final Acceptance Test Shall Be Performed. The Test Shall Demonstrate The System’s Ability To Cut Various Types Of Metal Through Every Process Without Failures. The Test Shall Consist Of The Operation Of 10 Cuts Designed By Rrad Personnel With No Failures. Government Will Furnish The Material For The Final Acceptance Testing. training. The Contractor Shall Provide One Or More Qualified Representatives Who Are Conversant In English And Are Thoroughly Familiar With All Aspects Of Equipment, Installation, Calibration, Maintenance, And Operation, For The Purpose Of Training Rrad Personnel. Training Shall Consist Of A Minimum Of 16 Hours For Operators. The Contractor Shall Provide Training For Local Building Operators Within The Vicinity Of The Cutting Table. Training Shall Consist Of Verbal Instruction And Hands-on Operations By A Representative With Thorough Knowledge Of The System. All Printed Training Aids Shall Be Supplied At No Additional Cost To The Government And Shall Be In The English Language. shipping: Freight Shall Be Included. There Shall Be No Additional Cost To The Government After Award Of The Contract. warranty: One Year Minimum Warranty Required Parts And Labor After Date Of Installation Or The Manufacturer’s Standard Warranty If Greater deliverables: upon Submittal Of Quote/proposal: Contractor Shall Provide Description Cutting Table With Standard Inclusions And Options Based Upon The General Purchase Description To Review With Cutting Table End User Before Acceptance. contractor Shall Provide All Technical Drawings For Both Plasma Cutting Tables At B411 & B377 With Proposal For Review By The Government. In Accordance With (iaw) Contract Data Requirements List (cdrl A0001) technical Manuals And Parts List: Contractor Shall Provide Three (3) Hard Copies And One Electronic Copy On Cd/dvd Of Operations Sequence, System Program, Bill Of Materials (bom), Wiring Diagrams/schematics, Maintenance Manuals For Contractor Installed Equipment Including Calibration Information And Procedures Where Applicable. All Operator And Maintenance Manuals For Both Plasma Cutting Tables At B411 & B377. In Accordance With (iaw) Contract Data Requirements List (cdrl A0002) post Award: Contractor Shall Provide Technical Drawings, Electrical Schematics, Operator And Maintenance Manuals With Parts Listing. environmental: competency Training For Contractor Personnel: Contractor Shall Not Allow Personnel To Perform Any Activities And/or Tasks On Amc Installations Without Proper And Adequate Qualifications Or Job Competency Training. In The Event Of Any Identified Noncompliance, The Contractor Shall, If Requested, Provide Proof Of Contract Personnel Training Or Qualification (individual Name, Training/qualification Type, Training/qualification Certificate, And Date Of Training/qualification) To Perform Those Contract Activities Associated With The Identified Noncompliance. generation Of Solid Waste: Contractor Shall Remove From The Installation And Dispose Of All Solid Waste Generated, Which Cannot Be Recycled To An Approved And Permitted Off-post Disposal Facility At The Contractor’s Expense. Contractor Shall Make Every Effort To Divert Construction, Demolition Debris, And All Other Solid Waste To Comply With The Army Integrated Solid Waste Management Policy. Prior To Removing Any Waste From The Installation For Disposal, The Contractor Shall Coordinate With The Installation Qualified Recycling Program (qrp) Manager, Dgr, And Cor To Arrange For Recyclable Materials To Be Removed And Diverted From The Waste Stream. Submit In Writing The Quantities Of Waste Removed And Recycled To The Dgr And/or Cor On A Monthly Basis. The Submittal Shall Include The Date Of Disposal/recycling, The Disposal/recycling Facility, The Types Of Material Disposed/recycled And The Quantities Of Materials Disposed/recycled By Weight. The Contractor Shall Provide The Cor Copies Of All Non-hazardous Construction And Debris Manifests Monthly To Be Provided To Rrad Environmental. The Contractor Shall Establish A Program To Promote Cost-effective Waste Reduction In All Operations And Facilities Covered By The Contract. This Includes Collection, Separation, And Processing Products Or Other Materials Recovered From Solid Waste Streams For Use In The Form Of Raw Materials. The Contractor Shall Make Maximum Effort To Reduce And Prevent Waste. generation Of Hazardous Waste: Contractor Shall Assign All Hazardous Waste Management Responsibilities To The Appointed Ecd. Contractor Shall Properly Profile All Waste Generated As Part Of This Contract To Determine If Any Waste Is Hazardous Waste As Defined By 40 Cfr. Contractor Shall Accumulate Hazardous Waste Prior To Disposal Shipment In A Satellite Accumulation Point At Or Near The Point Of Generation Or In A Less-than-90-day Site, In Accordance With Federal, State, Army, And Installation Regulation, Policy, Host Tenant Agreement, Interagency Service Support Agreement Or Status-of-forces Agreement. The Contractor Shall Properly Package The Hazardous Waste And Complete The Hazardous Waste Manifest, And Remove Any Hazardous Waste From The Installation At The Contractor’s Expense. The Contractor Shall Notify The Dgr 24 Hours Prior To Removing Any Hazardous Waste From The Installation. The Contractor Shall Remove And Dispose Of Manifested Hazardous Waste Generated By Contract Activities From The Installation, To An Approved Off-post Permitted Hazardous Waste Disposal Facility At The Contractor's Expense. Lead-based Paint Abatement Will Follow All Federal, State, And Army Regulations And Be At The Expense Of The Contractor. use Of Hazardous Materials: Contractor Shall Assign All Hazardous Materials Management Responsibilities To The Appointed Ecd. Contractor Shall Contact The Dgr Or Cor To Obtain Technical Assistance From Environmental Office For Assisting The Ecd With Achieving And Maintaining Compliance With Hazardous Material Storage, Issue, Use, And Disposal Requirements. Contractor Shall Submit To The Cor And/or Dgr A Hazardous Material Inventory. The Hazardous Material Inventory Will Be Submitted 30 Days Prior To Commencement Of Work For Contracts That Exceed 180 Consecutive Days. The Inventory List Will Contain The Hazardous Material Type And Maximum Quantities Of Materials Anticipated To Be Stored On-site. The Hazardous Material Shall Be Properly Identified And Include Any Applicable Identification Number, Such As National Stock Number Or Special Item Number. The Contractor Shall Maintain Copies Of Safety Data Sheets For All Hazardous Materials Used And Stored On-site During Performance Of The Contract. Contractor Shall Not Supply Or Deliver Any Hazardous Materials Or Chemicals To An Installation That Are Listed On Epa Toxic Chemical List Without Prior Written Approval From Dgr And/or Cor. The Contractor Shall Not Use Materials Which Contain Asbestos, Mercury, Polychlorinated Biphenyls, Di-isocyanates, Lead-based Paint, Or Hexavalent Chromium. prevention Of Spills: Contractor Shall Adopt The Installation's Spill Prevention Control And Countermeasures Plan (spcc) If Transporting, Processing, Storing, Or In Any Way Managing Hazardous Waste, Hazardous Material, Petroleum-oils-lubricants, Or Other Restricted Items. In Case Of A Spill, The Person In Control Of The Spill Site Or Their Designated Representative Shall Take Appropriate Action To Protect Workers And Bystanders; Contain The Spill (if It Can Be Done Safely); Secure The Spill Site; Restrict Ignition Sources; And Immediately Clean Up Spill At The Expense Of The Contractor. The Materials That Are Used To Clean Up Spills Are To Be Removed From Rrad By The Contractor At Their Expense. Rrad Environmental And Des Will Need To Be Notified Asap With Type Of Material Spilled, Date, Time, And Location Noting If The Material Spilled Has Entered A Waterway. All Spills Must Be Managed In Accordance With All Federal, State, Regional, And Army Regulations. prevention Of Air Pollution: Equipment Operation, Activities, Or Processes Will Be In Accordance With All Federal, State, And Army Air Emission And Performance Laws And Standards. Establish An Air Pollution Control Plan Detailing Provisions To Assure That Dust, Debris, Materials, Trash, Etc., Do Not Become Air Borne And Travel Off Site. Dust Particles, Aerosols, And Gaseous By-products From Any Contractor Activities Must Be Controlled At All Times. Maintain Excavations, Stockpiles, Haul Roads, Permanent And Temporary Access Roads, Plant Sites, Spoil Areas, Borrow Areas, And Other Work Areas Within Or Outside The Project Boundaries Free From Particulates Which Would Cause The Federal, State, And Local Air Pollution Standards To Be Exceeded Or Which Would Cause A Hazard Or A Nuisance. Odors Must Be Controlled At All Times. The Odors Must Be In Compliance With State And Army Regulations And May Not Constitute A Health Hazard. Burning Is Prohibited On The Government Property. Do Not Use Asbestos And Asbestos Containing Products. Asbestos Must Be Handled In Accordance With Federal, State, And Army Guidelines. Asbestos Abatement Will Be Performed By Certified Technicians That Submit All Required Notices, Sampling, Handling, And Disposal At The Expense Of The Contractor. A Copy Of All Documents And Certifications Will Be Provided To The Cor Or Dgr. Minimize Use Of Ozone Depleting Substances. If Ozone Depleting Substances Must Be Used, All Technicians Must Be Certified As A Section 608 Technician. A Copy Of The Certifications Will Be Provided To The Cor Or Dgr. Any Proposed Equipment Must Be Authorized By Rrad Environmental And Subject To Permitting Actions At The Expense Of The Contractor. Any Activity Subject To An Air Permit (purchasing/installing Equipment, Purchasing Chemicals, Etc.) Must Be Coordinated With The Air Program Manager Prior To Installation Of Equipment Or Use Of Chemicals. installation Responsibilities government Contractor () (xx) A. Furnish Labor And Material Handling Equipment For Removal Of Existing Including Staging Of Removed Equipment Within 300 Feet Of Existing Location. () (xx) B. Furnish Labor And Material Handling Equipment For Off-loading And Placing Item On Foundation. () (xx) C. Set And Level The Machine Components On Its Foundation. () (xx) D. Provide And Install Anchor Bolts And Nuts. () (xx) E. Connect Machine To The Provided Utilities Hook-up. () (xx) F. Provide All Necessary Materials, Tools, Gages And Instrumentation Necessary To Perform The Required Tests. Material And Tooling Required Of The Performance Testing At Government Facility. () (xx) G. Provide And Charge All Systems With Fluids In Accordance With Manufacturer's Instructions. (xx) () H. Provide Unobstructed Utilities Hook-up Within 20 Feet Of System.
Closing Date24 Apr 2025
Tender AmountRefer Documents 

Rural Development Department - RDD Tender

Works
Solid Waste Management
Eprocure
India
Details: Solid And Liquied Waste Management Scheme At-narul V.p.narul Tal.kalwan Dist.nashik Pin Code-423501
Closing Date12 Jul 2025
Tender AmountINR 965.3 K (USD 11.2 K)
This is an estimated amount, exact amount may vary.

Rural Development Department - RDD Tender

Works
Solid Waste Management
Eprocure
India
Details: Solid And Liquid Waste Management Scheme At Mulane Vani Tal Kalwan Dist-nashik Pin Code 423501 (sbm-ii)
Closing Date7 Jan 2025
Tender AmountINR 496.7 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.

City Of Pagadian Tender

Automobiles and Auto Parts
Philippines
Details: Description Bids And Awards Committee Request For Quotation The City Government Of Pagadian, Through Its Bids And Awards Committee (bac), Invites Suppliers/manufacturers/distributors To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Supplies/goods Charged To 1011-200-5-02-13-050-08 (repair & Maintenance - Heavy Equipment), Pagadian City, As Described Below: Goods-2025-02-123 Purchase Of Spareparts & Accessories For Repair & Maintenance Of Various Heavy Equipment. Item No. Qty Unit Of Issue Description Approved Budget For The Contract (abc) Unit Cost ₱ Total Cost ₱ Lot 1 Pr.no. 290- For Solid Waste 1 1 Unit Starter 22,275.00 22,275.00 Sub-total 22,275.00 Lot 2 Pr.no. 291- For Road Roller 1 1 Unit Charging Pump 78,300.00 78,300.00 Sub-total 78,300.00 Lot 3 Pr.no. 292- For Fuso 1- Wheeler 1 3 Pcs Tire 10x20x16 26,250.00 78,750.00 2 4 Pcs Tire 8.25r16 15,400.00 61,600.00 Sub-total 140,350.00 Lot 4 Pr.no. 293- For Volvo Loader 1 1 Pc Tire 23.5r25x20 (for Volvo Loader Engine #d73lqae3) 71,600.00 71,600.00 Sub-total 71,600.00 Lot 5 Pr.no. 294- For Isuzu Boomtruck Plate #tm10 1 2 Pcs Transmission Support Assembly 888.00 1,776.00 2 1 Pc Bearing 432.00 432.00 3 1 Set Gear Set (high & Low) 17,550.00 17,550.00 Sub-total 19,758.00 Lot 6 Pr.no. 295- For Road Roller 1 3 Pcs Solenoid Coil 12,825.00 38,475.00 Sub-total 38,475.00 Grand Total ₱ 370,758.00 " Quotation Forms Are Now Available At The Bac Secretariat And Upon Payment Of A Non-refundable Amount At 100.00 Per Set To The City Treasurer's Office-cashier. Quotations Are Evaluated On Lot Basis. Price Quotation Is Valid For 30 Calendar Days After Bid Opening." Submit Your Quotation Forms In A Sealed Envelope Per Project To The Bids And Awards Committee /secretariat On Or Before February 14,2025, 2:00 P.m. At The City General Services Office, City Hall, Pagadian City. The Bids And Awards Committee (bac) Reserves The Right To Reject Any And/ Or All Quotation Or Part Thereof, To Waive Formality Therein And/or To Accept The Quotations As May Be Considered Most Advantageous To The City Government Of Pagadian. Ms.jenny Rose Z. Egama Bac Chairperson Date Of Publication: February 11, 2025 To Febraury 14, 2025
Closing Date14 Feb 2025
Tender AmountPHP 370.7 K (USD 6.3 K)

City Of Cape Town Tender

Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gh12500591 Title Proxy Sensor Description 30 Each X Proxy Sensor 18mm Plug-in Type Specification* Guideline Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Please Supply (ak6/bp-4h) -proxy Sensor 18mm Plug-in Type, To Plug In On Cable. -proxy Sensors Metal Flags On Moving Compactor Machinery And Sends Signals To The Plc Program. -should Have A 10-15mm Sensing Distance -should Have A Moisture Ip 46 Rating -sample Can Be Viewed At The Facility Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. Please Submit Technical Data Information With Your Quote Submission. ******************** Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Contact Nathan.booise@capetown.gov.za 021 444 6611/072 945 2186 Delivery Date2025/03/31 Delivery Totw - Solid Waste Tssw Delivery Address01 Cnr. Maroela & Sandringham Roads, Kraaifontein Contact Personnathan Boois Telephone Number0214446611 Cell Number Closing Date2025/02/28 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressmonja.davids@capetown.gov.za Buyer Detailsm.thorpe Buyer Phone0214006752 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

INTERNATIONAL BOUNDARY AND WATER COMMISSION U S MEXICO USA Tender

Environmental Service...+1Chemical Products
United States
Details: Notice Of Intent To Sole Source the United States Section Of The International Boundary And Water Commission (usibwc), nogales Field Office, Located At 865 Rio Rico Industrial Park, Rio Rico, Az 85648 Is Issuing This Notice Of Intent (noi) To Inform Industry Contractors Of The Government’s Intent To Execute A Sole Source Award Under Far Part 13 – Simplified Acquisition Procedures (sap), Specifically Far Subpart 13.5 – Simplified Procedures For Certain Commercial Items. the Intended Contractor Is Arizona Department Of Environmental Quality (adeq), 1110 W Washington St, Phoenix, Az 85007. the United States International Boundary And Water Commission (ibwc), Nogales Field Office Has A Bona Fide Need For Permit Application Renewal Fees. This Procurement Is Being Conducted Using Commercial Item Procedures Pursuant To Far Part 12 And Far Part 13, Specifically Far Subpart 13.106-1(b)(1)(i) Allowing The Contracting Officer (co) To Solicit From One Source. the North American Industry Classification System (naics) For This Requirement Is 924110 – administration Of Air And Water Resource And Solid Waste Management Programs. Product Of Service Code For This Requirement Is F114 –environmental Systems Protection – Environmental Licensing And Permitting. The Small Business Administration (sba) Size Standard For This Sector Is $9.0 Million. the Justification For Sole Sourcing With Adeq Is To Provide Permit Application Fees. Azdeq Is The Regulatory Agency For The Nogales International Wastewater Treatment Plant. this Notice Of Intent Is Neither A Formal Solicitation Nor A Request For Competitive Proposals. No Solicitation Document Is Available, And Telephone Requests Will Not Be Honored. No Award Will Be Made Based On Unsolicited Quotations Or Offers Received In Response To This Notice. Any Response To This Notice Must Show Clear, Compelling, And Convincing Evidence That Competition Will Be Advantageous To The Government. the Intent Of This Synopsis Is For Informational Purposes Only. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. A Determination By The Government Not To Compete This Action Based On This Notice Is Solely Within The Discretion Of The Government. all Inquiries And Concerns Must Be Addressed In Writing Via Email To Angelica Baca At Angelica.baca@ibwc.gov With The Following Information Referenced In The Subject Line, Notice Of Intent To Sole Source Fy253281023 – Permit Application Renewal Fees. a Determination By The Government Not To Compete This Proposed Procurement Based On The Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. all Interested Parties Who Are Responsible, Certified, And Capable May Identify Their Interest And May Submit A Capability Statement And Letter Of Interest, Which Shall Be Considered By The Agency No Later Than 3:00 Pm Mountain Standard Time (mst) On February 7, 2025 To Angelica Baca Angelica.baca@ibwc.gov the Interested Parties Bear Full Responsibility To Ensure Complete Transmission And Timely Receipt.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

INDIAN HEALTH SERVICE USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United States
Details: This Is Not A Request For Proposal; Therefore, Do Not Provide Information On Pricing. the Indian Health Service (ihs), Sanitation Facilities Construction (sfc) Program Is Responsible To Provide Water, Sewer And Solid Waste Facilities For American Indian Housing At, Adjacent To, Or Near American Indian Communities As Authorized By Public Law 86-121. Community Sizes Range From 15 To 10,000 People. The Ihs Is Authorized To Design, Construct And Improve Facilities, Acquire Lands And Right-of-way For Sanitation Facilities Projects, And Transfer Completed Facilities To Native American Tribal Organizations Or Other Public Authorities For Operation And Maintenance. the Division Of Engineering Services (des), Indian Health Service (ihs), An Agency Of The Department Of Health And Human Services Is Seeking Qualified Architect-engineering (a-e) Firms To Submit Standard Form 330 (sf330) Architect / Engineer Statement Of Qualifications For Architectural And Engineering Services For Ihs Sanitation Facilities Construction (sfc) Projects. The Ihs Service Areas Expected To Utilize This Contract Include, But Are Not Limited To, The Following Areas: Albuquerque, Bemidji, California, Great Plains, Nashville, Oklahoma City, Phoenix, And Portland (https://www.ihs.gov/locations/). Each Of These Areas Has A Unique Group Of Tribes That They Work With On A Daily Basis. the A-e Firm Shall Assist Ihs In Providing Professional Design And Engineering Services. Requirements Will Vary For Each Individual Task Order And Will Be Defined By Separate Scopes Of Work. des Intends To Award Up To Eight (8) Indefinite Delivery-indefinite Quantity (idiq) Contracts That Will Be For A Base Period Of One (1) Year From The Date Of Award With Four (4) Options To Extend The Term Of The Contract For Four (4) Additional One-year Periods To Be Exercised At The Discretion Of The Government, Or Until The Maximum Contract Capacity Of $8,000,000.00 Per Contract Is Reached, Whichever Is Earlier. the Contracts Awarded Will Have A Guaranteed Minimum Order Of $1,000.00 For The Total Of The Base Year And All Option Years. The Minimum Value Of Any Individual Task Order Is $1,000.00 With A Maximum Task Order Value Of $2,000,000.00. Each Specific Idiq Task Order Shall Be Separately Negotiated Based On The A-e Effort Involved. point Of Contact: taylor Kanthack, Contract Specialist; Taylor.kanthack@ihs.gov division Of Engineering Services (des) Seattle, 701 5th Ave, Suite 1650, Seattle, Wa 98104 secondary Point Of Contact: jenny Scroggins, Contracting Officer; Jenny.scroggins@ihs.gov division Of Engineering Services (des) Dallas, 1301 Young Street, Suite 840, Dallas, Tx 75202 refer To The Attached Document B01 Rfq2025 Sfc Idiq For Further Information Regarding Submission Requirements And Evaluation Factors. this Is Not A Request For Proposal; Therefore, Do Not Provide Information On Pricing. amendment A00001 - Refer To Document B05 Amend A00001 For Details. amendment A00002 - Refer To Document B05 Amend A00002 For Details. amendment A00003 - Refer To Document B05 Amend A00003 For Details.
Closing Date4 Apr 2025
Tender AmountRefer Documents 
5631-5640 of 5863 archived Tenders