Solid Waste Tenders

City Of Cape Town Tender

Electronics Equipment...+1Electrical and Electronics
South Africa
Closing Date5 May 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Ict - Hardware Reference Number Gk12500475 Title Media Player For Video Wall Description 1 Each X Media Player For Video Wall 1 Each X Server Pc With Stand Alone Windows 1 Each X X-stream Server Scheduler 1 Each X X-stream Media 6 Each X X-stream Media Player 10 Each X Software Installation Per Day 1 Each X Training Specification* Refer To Gk12500475 Hardware Specification: Hp Elite Mini 800 G9 Intel I7 256gb Ssd 16gb Ram Or Dell Equivalent (x-stream Media Player For Video Wall) * Hardware Specifications: Standard Pc With Stand Alone Windows Hp I7 14400 16gb Ram 512gb Ssd Desktop Or Dell Equivalent (x-stream Server For Video Content, Licencing, Scheduling, Screen Allocation For Video Wall) Update Firmware On Pbi Dmm-2410ec Media Encoders * Software Specifications X-stream Server Scheduler (upgrade To Latest Version) * Software Specifications: X-stream Media - Media Player For Video Wall (upgrade To Latest Version) * Software Specifications: X-stream Media Player (upgrade To Latest Version) (for 6 G4kpro Controllers) * Installation Specifications: Installation, Testing And Commission * Training Specification Training, Manual Important: 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 Valuation 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 No N-responsive. Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, Will Result In Your Offer Being 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. ***please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This*** Delivery Date2025/06/30 Delivery Totw - Solid Waste Tssw Delivery Address00 Bertie Genade Street, De Grendal, Parow Contact Personchris Meyer Telephone Number0214002837 Cell Number Closing Date2025/05/05 Closing Time12:00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities: Clothing, Building Hardware And Is&t. 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.

CITY GOVERNMENT OF PUERTO PRINCESA Tender

Chemical Products
Philippines
Closing Date16 Jun 2025
Tender AmountPHP 19.9 Million (USD 358.4 K)
Details: Description Invitation To Bid (for The Procurement Of Goods) 1. The City Government Of Puerto Princesa (cgpp), Through General Appropriation Ordinance No. 1-2024 (general Fund 2025), Intends To Apply The Sum, Corresponds As The Approved Budget For The Contract (abc) For Each Of The Following Supply-requirements Of The Cgpp For The Regular Operation And Dispense Of The Governmental Functions Of Different Offices, Projects, Activities And Programs Of The City For The Fiscal Year Cy 2025. Bids Received In Excess Of The Respective Abc Of The Following Projects Shall Be Automatically Rejected At Bid Opening, To Wit: Item # *rebid Purchase Request (pr) Number Fund Source/ Reference Abc – In P Brief Description Of Goods Subject Of Procurement Procuring Office Bidding Document Fee 3 100-2025-05-1116 Gao 19,997,827.50 Supply And Delivery Of 278,250 Liters Fuel (diesel) Cmo – Solid Waste Management Program 25.000.00 2. The Cgpp – Bids And Awards Committee (bac) Now Invites Bids For The Above Procurement. Delivery Of The Good/services Required For Item Nos. 1, 60cd And Item No. 2, 180 Cd. Bidders Should Have Completed, Within Two (2) Years From The Date Of The Submission And Receipt Of Bids, A Contract Similar To The Procurement Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii, Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedure Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183. 4. Prospective Bidders May Obtain Further Information From The Bac Office [3/f Puerto Princesa City Hall Building Complex, Government Center, Sta. Monica Heights, Puerto Princesa City] Of The Cgpp And Inspect The Bidding Documents At The Said Address From 8:00 O’clock In The Morning Up To 5:00 O’clock In The Afternoon On Regular Government Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From May 27, 2025 To June 16, 2025 From The Address Below And Upon Payment Of Applicable Fee For The Bidding Documents, As Stated Above In Person. 6. The Cgpp Will Hold A Pre-bid Conference On June 04, 2025/10:00 Am At The Bac Office, Which Shall Be Made Open To Prospective Bidders. 7. Bids Must Be Delivered To The Bac Office Of The Cgpp On Or Before 1:00 O’clock In The Afternoon Of June 16, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Will Follow On The Same Date At 2:00 O’clock In The Afternoon At Bac Office. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. All Bids Must Be Complete. Partial Bids Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A “0” (zero) For The Said Item Would Mean Tha T It Is Being Offered For Free To The Cgpp. 11. The Cgpp 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 Section 35.6 And 41 Of The 2016 Revised Irr Of R.a. No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Bids And Awards Committee/ Cmo-bac Secretariat And Procurement Planning Division Bac Office, 3/f Puerto Princesa City Hall Building Complex Government Center, Sta. Monica Heights, Puerto Princesa City Telephone Number: (048) 717 8050 E-mail Address: Engr. Jovenee C. Sagun, Enp City Planning And Development Coordinator Chairperson, Bids And Awards Committee

DEPT OF THE NAVY USA Tender

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

Municipality Of Libagon, Southern Leyte Tender

Others
Corrigendum : Tender Amount Updated
Philippines
Closing Date2 May 2025
Tender AmountPHP 965.3 K (USD 17.1 K)
Details: Description Mswdo Daycare Worker's Capacity Building 30 Pax Lunch With Two Snacks (am And Pm) Consultation Dialogue Of Child Development Workers And Pre-elem Teachers On Eccd Program 23 Pax Lunch With Two Snacks (am And Pm) Convention Of Minors For The Purpose Of Consultation 23 Pax Lunch With Two Snacks (am And Pm) Support In The Implementation Of Aruga And Kalinga Program 57 Pax Lunch With Two Snacks (am And Pm) Seminar Workshop For Bcpc And Mcpc Members On Different Children And Women Laws 57 Pax Lunch With Two Snacks (am And Pm) Support To Pyap 300 Pax Lunch With Two Snacks (am And Pm) Training Workshop On School Child Protection Mechanism 59 Pax Lunch With Two Snacks (am And Pm) Children's Month Celebration 47 Pax Lunch With Two Snacks (am And Pm) Senior Citizen's Week Celebration 59 Pax Lunch With Two Snacks (am And Pm) Year End Senior Citizen Consultative Meeting 66 Pax Lunch With Two Snacks (am And Pm) Autism Consciousness Week Celebration 50 Pax Lunch With Two Snacks (am And Pm) Support To Annual Lgbtqia Pride Month Celebration 38 Pax Lunch With Two Snacks (am And Pm) Observance Of 18 Day Campaign To End Violence Against Women And Their Children 47 Pax Lunch With Two Snacks (am And Pm) Support To Sustainable Livelihood Program (slp) 50 Pax Lunch With Two Snacks (am And Pm) For 2 Days Pantawid Pamilyang Pilipino Program (4ps) 50 Pax Lunch With Two Snacks (am And Pm) For 2 Days Conduct Pes, Rps For Child Development Learner Parents And Car/cicl 47 Pax Lunch With Two Snacks (am And Pm) Quarterly Conference And Consultation For Senior Citizen Federation 66 Pax Snacks Pwd Week Celebration 66 Pax Snacks Observance Of National Internet Safer Day For Children 133 Pax Snacks Quarterly Conference And Consultation Of Lcpc And Lcat Vawc And Sustaining Of Bcpcs Functionality 75 Pax Snacks Mho Basic Bhw Training Course 39 Pax Lunch With Two Snacks (am And Pm) For 3 Days Performance Implementation Review 23 Pax Lunch With Two Snacks (am And Pm) Buntis Congress Activity 20 Pax Lunch With Two Snacks (am And Pm) Mass Chest X-ray 15 Pax Lunch With Two Snacks (am And Pm) Nutrition Month Celebration 25 Pax Lunch With Two Snacks (am And Pm) Basic Bnap/bns Training 14 Pax Lunch With Two Snacks (am And Pm) For 3 Days Blood Letting Activities 54 Pax Lunch With Two Snacks (am And Pm) One Day Operation Tuli 14 Pax Lunch With Two Snacks (am And Pm) Cbdrp Aftercare Intervention 35 Pax Lunch With Two Snacks (am And Pm) Cbdrp Aftercare Intervention (early Recovery) 35 Pax Lunch With Two Snacks (am And Pm) Cbdrp Graduation Ceremony 23 Pax Lunch With Two Snacks (am And Pm) Bfp Oplan Ligtas Na Pamayanan Activity Target Brgy 2 25 Pax Day 1 - 1 Meal And 1 Snack 18 Pax Day 2 - 1 Snack Pnp Barangay Tanod Skills Enhancement Training 86 Pax 1 Meal And 1 Snack Badac Strengthening 86 Pax 1 Meal And 1 Snack Cbdrp Workshop 74 Pax 1 Meal Drug Free Workplace Policy (snacks) 66 Pax Snacks Lydo Sangguniang Kabataan And Lydc Mandatory Training 72 Pax 2 Meals And 2 Snacks Advanced Capacity Building For Peer-to-peer Mental Health And Psychosocial Support Services 40 Pax 1 Meal And 2 Snacks Support To Linggo Ng Kabataan 85 Pax 1 Meal And 2 Snacks Youth Participation In Child Protection Training (pops) 30 Pax 1 Meal And 2 Snacks Menro Solid Waste Management Program 41 Pax 1 Meal And 2 Snacks Forest Management Program 66 Pax 1 Meal And 2 Snacks Tourism Cultural Mapping 14 Pax 1 Meal And 2 Snacks For 2 Days Omm Cdp-ela Training 50 Pax 1 Meal And 2 Snacks For 2 Days

Environmental Management Bureau Tender

Others
Philippines
Closing Date2 May 2025
Tender AmountPHP 80 K (USD 1.4 K)
Details: Description 2 Request For Quotation (rfq) Bus Rental For The Conduct Of Assessment Workshop And Review Of Accomplishments Relative To Key Result Areas Of Emb Regional Offices On Swmd Rfq No. Emb-swmd-2025-04-088 1. The Department Of Environment And Natural Resources – Environmental Management Bureau (denr-emb) Hereinafter Referred To As The “purchaser” Now Requests For Submission Of Price Quotations For The Procurement Of The Aforesaid Items Described In The Technical Specifications/scope Of Works/terms Of Reference. No. Description Qty Uom Unit Price Abc 1. Bus Rental For The Conduct Of Assessment Workshop And Review Of Accomplishment Relative To Key Result Areas Of Emb Regional Offices On Solid Waste Management On May 6-9, 2025. Pick Up And Drop Off May 6, 2025 (7:00 Am) Denr Quezon City To Tagaytay City May 9, 2025 (1:00 Pm) Tagaytay City To Denr Quezon City Inclusive Of Driver, Driver’s Meals, Bus Fuel And Toll Fees 1 Unit 80,000.00 80,000.00 2. A Set Of Technical Requirements Are Provided In Attachment/s. Item/s Listed Under The Purchaser’s Terms Of Reference/s Must Be Complied With On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result In Rejection Of The Quotation. The Approved Budget For This Contract Is Php80,000.00. 3. Bidding Procedures Will Be Conducted In Accordance With The Provisions Of The Implementing Rules And Regulations (irr) Of Republic Act 9184. 4. It Is The Intent Of The Purchaser To Evaluate The Bid/quotation On A Lot Basis. And Award Will Be Made To The Bid/quotation Or Combination Of Quotations Resulting In The Lowest Evaluated Quotation Meeting The Purchaser’s Technical Specifications. 5. Quotations Must Be Delivered At The Address Below Not Later Than Of 08:00 A.m. Of May 02, 2025. Department Of Environment And Natural Resources Environmental Management Bureau Emb Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 6. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Inclusive Of All Taxes To Be Paid And Other Incidental Cost To The Delivery Site/s If The Contract Is Awarded. 7. Bid/quotation Submission Maybe Typewritten And Must Be Placed In A Sealed Envelope Marked Bus Rental For The Conduct Of Assessment Workshop Under Rfq No. Emb-swmd-2025-05-088 Sealed Bids Must Be Forwarded To Bac Secretariat (administrative, Financial And Management Division) Located At Emb-afmd, Hrd Building Ground Floor Or May Email To Embquotations@gmail.com Submission Must Be Or On Before The Indicated Date At Time. Late Bids And Proposals Above The Abc Shall Be Automatically Disqualified. 8. Bids/quotations Shall Be Valid For Sixty (60) Calendar Days From The Deadline Of Submission Of Bids. 9. The Delivery Period Shall Be Within Fifteen To Thirty (15-30) Calendar Days From Receipt Of The Purchase Order (po) And/or Job Order (jo). The Supplier Must Inform The Purchaser At Least Three (3) Days Before The Date Of Delivery. The Delivery Will Be Made Only During Working Days And Hours. 10. Delivery Sites: See Delivery Sites Enumerated In The Quotation Form Environmental Management Bureau Hrd Building Ground Floor Denr Compound, Visayas Avenue, Diliman, Quezon City Attention: Afmd-property And General Services Section 11. The Applicable Rate For Late Deliveries Is One Tenth (1/10) Of One (1) Percent Of The Cost Of The Unperformed Portion Of The Contract For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Contract Amount, The Purchaser Shall Rescind The Contract Without Prejudice To Other Courses Of Action And Remedies Open To It. 12. The Purchaser Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Bidding/shopping Process Or Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder/bidders. The Purchaser Also Reserves The Right To Waive Minor Deviations/defects Or Infirmities Therein. A Minor Deviation/defect Or Infirmity Is One That Does Not Materially Affect The Overall Functionality Of The Material And The Capability Of The Supplier To Perform The Contract. 13. Participating Service Provider/s Must Abide By The Existing Health, Safety, Environment, Quality And Other Related Laws And Procedures As Prescribed By The Philippine Government. 14. Documents To Submit The Following: A) Quotation Form With Technical Specifications. B) Mayor’s/business Permit. C) Philgeps Registration Number/proof Of Philgeps Registration D) Tax Clearance E) Omnibus Sworn Statement-original & Notarized Engr. Rodney V. Diaz Oic-property & General Services Section Attachment 1 Republic Of The Philippines Department Of Environment And Natural Resources Environmental Management Bureau Technical Specifications Item No. 1 Bus Rental For The Conduct Of Assessment Workshop Quantity: 1 Unit Country Of Origin: Brand/model: All Items Listed Under The Purchasers’ Specifications Must Be Complied On A Pass-fail Basis. Failure To Meet Any One Of The Requirements May Result To Rejection. Qty Uom Purchaser’s Specifications Bidder’s Specifications 1 Unit Bus Rental For The Conduct Of Assessment Workshop And Review Of Accomplishment Relative To Key Result Areas Of Emb Regional Offices On Solid Waste Management On May 6-9, 2025. Pick Up And Drop Off May 6, 2025 (7:00 Am) Denr Quezon City To Tagaytay City May 9, 2025 (1:00 Pm) Tagaytay City To Denr Quezon City Inclusive Of Driver, Driver’s Meals, Bus Fuel And Toll Fees Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Other Requirements 1. Quotation Submission Requirements - Supplier Must Submit A Duly Accomplished And Signed Price Quotation, And Supplier’s Line By Line Technical Specifications Compliance. - Supplier’s Must Accomplish/fill All Required Pages To Facilitate Documentation - Supplier Must Be Philgeps Registered. - Business Permit/license Permit - Failure To Follow The Above Requirements May Result To Outright Rejection Of Submitted Quotation/s. 2. Evaluation And Awarding Of Quotation - The Purchaser Will Evaluate And Compare The Offers, Which Have Been Determined As Responsive Pursuant To The Completeness Of The Purchaser Requirements - Compliance To The Technical Specifications - Awards Shall Be Made To The Lowest Evaluated And Responsive Quotation. - Submission Of Requirements Containing False Information Or Falsified Documents That Contain False Information Or Concealment Of Such Information In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Procurement Process May Result To Blacklisting Guidelines As Provided In The Irr Of Ra 9184. 3. Terms Of Payment - 100% Of The Contract Price Will Be Paid Upon Verification/inspection And Acceptance Of The Services In Compliance To Existing Government Auditing And Accounting Procedures. Quotation Form Date: ____________________ Attention: Afmd-property And General Services Section Environmental Management Bureau Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1) Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, We, The Undersigned Offer To Supply And Deliver The Following: No. Description Delivery Site Quantity Uom Unit Price Total Price Bus Rental For The Conduct Of Assessment Workshop And Review Of Accomplishment Relative To Key Result Areas Of Emb Regional Offices On Solid Waste Management On May 6-9, 2025. Pick Up And Drop Off May 6, 2025 (7:00 Am) Denr Quezon City To Tagaytay City May 9, 2025 (1:00 Pm) Tagaytay City To Denr Quezon City Inclusive Of Driver, Driver’s Meals, Bus Fuel And Toll Fees Environmental Management Bureau, Hrd Building Ground Floor, Afmd Denr Compound, Visayas Avenue, Diliman, Quezon City 1 Unit 2) We Undertake, If Our Quotation Or Bid Is Accepted, To Deliver The Above Goods Within The Fifteen To Thirty (15-30) Calendar Day Delivery Period From Receipt Purchase Order (po) Or Job Order (jo). 3) We Agree To Abide By This Quotation/bid For A Period Of Sixty (60) Days After The Deadline Of Submission Specified In The Rfq. 4) We Understand That Payment For Items Delivered Will Be Made To The Winning Supplier After The Inspection And Acceptance Of Goods Delivered. Name Of Company : _________________________________ Postal Address : _________________________________ Email Address : _________________________________ Telephone & Fax No. : _________________________________ Signature Over Printed Name : _________________________________ Designation : _________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] _________________________________________________________________________ Republic Of The Philippines) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct. 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted. 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree. [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory Subscribed And Sworn To Before Me This ___ Day Of [month] [year] At [place Of Execution], Philippines. Affiant/s Is/are Personally Known To Me And Was/were Identified By Me Through Competent Evidence Of Identity As Defined In The 2004 Rules On Notarial Practice (a.m. No. 02-8-13-sc). Affiant/s Exhibited To Me His/her [insert Type Of Government Identification Card Used], With His/her Photograph And Signature Appearing Thereon, With No. ________ And His/her Community Tax Certificate No. _______ Issued On ____ At ______. Witness My Hand And Seal This ___ Day Of [month] [year]. Name Of Notary Public Serial No. Of Commission _______________ Notary Public For _______ Until __________ Roll Of Attorneys No. __________________ Ptr No. ______ [date Issued], [place Issued] Ibp No. ______ [date Issued], [place Issued] Doc. No. _____ Page No. _____ Book No. _____ Series Of _____

NATIONAL PARK SERVICE USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Details: Site Visits At All Locations (sports And Events Center, Driving Range, Pitchand Putt) Are Now Scheduled For Tuesday, January 28th, And Wednesday, February 12, From 10am To 3 Pm. Prospective Applicants Should Ensure They Visit All Three Locations On The Same Day. Please Be Sure To Register In Advance By Emailinggateway_bmd@nps.govand Providing The Name Of Your Company And The Names/emails Of Attendees. summary Of The Leasing Opportunity: this Request For Proposals (rfp) Provides The Opportunity For Any Interested Individual Or Organization, Hereinafter Referred To As “offeror” (offeror, ‘you’, ‘your’)to Submit Proposals To The National Park Service (nps, ‘lessor’) To Lease Nps Property At Gateway National Recreation Area For Use As Sports And Event Center Under The Following General Terms And Conditions. this Lease Opportunity Is Open On A Competitive Basis And The Facility Will Be Delivered To Lessee, “as-is, With All Faults. The Selected Offeror Will Have Exclusive Rights To Negotiate A Lease Based On The Attached Sample Lease (see Attachment A). Elements Of Your Proposal May Be Incorporated Into The Lease At Lessor’s Discretion. overview Of Property Offered For Lease: historic Hangars 5, 6, 7, And 8 Are Located In The Jamaica Bay Unit Of Gateway National Recreation. The Area In Which They Are Located, Floyd Bennett Field, Is A National Register Historic District. The Hangars Have Been Repurposed As A Sports And Event Center And Are Located At 3159 Flatbush Avenue In Brooklyn, Ny, Between The Belt Parkway And Marine Parkway Bridge. The Sports And Events Center Is Located In A National Park In An Area That Is Open To The Public.    hangars 5 & 6 And Hangars 7 & 8 Are Connected By A Steel Frame Infill, Creating A 117,000 Sq. Ft. (16,300 M2) Indoor Recreation Facility. Though The Hangars Are Historic Structures, The Infill Is Not. The Two-floor Facility Contains Offices, A Pro Shop, Two Regulation Sized Ice-hockey Rinks, A Snack Bar, A Lounge Area, Event Space, Gyms, Locker Rooms, Patios, A Climbing Wall, And An Outdoor Swimming Pool(s).   additional Recreation Fields And Facilities Included In The Premises Include The Chiller Building, South Football Field, North Football Field, South Bleachers, North Bleachers, Playing Field East Shed, And Playing Field West Shed. The Sports And Events Center Area Also Includes Free Parking For 2,000 Cars, Additional Traffic Circulation Infrastructure, Fencing, Lights, And Scoreboards.  a Site Visit For Prospective Offerors Is Expected To Take Place In Mid To Late January Of 2025. More Information Will Be Posted Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service) use Of The Lease Premises: nps Intends To Authorize The Continued Operation Of The Facility And Associated Lands As A Sports Center, Recreational Facility, And Event Venue, However Nps Will Consider Additional Proposed Uses So Long As Such Uses Are Determined By The Nps, In Its Sole Discretion, To Be Lawful And Consistent With The Purposes Established By Law For The Park Area. In Addition To The Sports And Events Facility, Areas Authorized For Use Will Include Sports Fields, Walkways, And Some Parking Areas. The Facility Will Also Entail Non-exclusive Use Of Specified Runways For Large-scale Outdoor Events, Subject To Carrying Capacity Limits Imposed By Nps. All Outdoor Large-scale Special Events Require Prior Nps Written Approval, Which Is Subject To Nps’ Sole Discretion.   the Area Is Subject To The General Supervision And Inspection Of The Nps And To Rules And Regulations Regarding Ingress, Egress, Safety, Sanitation, And Security. The Lessee Shall Be Responsible For The Maintenance And Repair Of The Premises And Any Improvements To The Premises That May Be Necessary During The Term Of The Proposed Lease. key Information About The Authorized Use: term Of The Lease: No Lease Shall Have A Term Of More Than 20 Years, And The Nps Anticipates A Term Between 10 And 20 Years. The Lease Term Will Commence As Soon As Possible Following Selection Of The Best Offer, Completion Of Lease Negotiations, And Execution Of A Lease. rent: Nps Is Required Under 36 Cfr Part 18 To Receive, At A Minimum, Fair Market Value Rent. Offerors Should Identify The Amount Of Rent They Proposed To Pay In Connection With This Opportunity. The Nps May Provide Rental Offsets For Capital Improvements. The Final Rent Payment Schedule Will Be Negotiated With The Selected Offeror. lessee’s Responsibilities: insurance: During The Term Of This Lease, The Lessee Shall Maintain General Liability, Property & Casualty, Worker’s Compensation & Employer’s Liability, And Business Interruption & Extra Expense Insurance In Amounts Set By The Lessor. At Lease Commencement, Lessee Must Provide Proof Of Property Insurance In The Amount Sufficient To Provide Loss, Damage, And Destruction Coverage For A Facility Of This Size, Scope, And Use, As Well As Proof Of Commercial General Liability Insurance In The Amount Of Not Less Than $3,000,000 Single/$5,000,000 Aggregate, With Additional Excess Liability Insurance [umbrella] Necessary To Provide Adequate Coverage Or Protection Consistent With Industry Standards. existing User Base: The Proposed Applicant Will Have To Manage Continuity In/of Use By Youth And School Groups, And Sports Leagues Currently Utilizing The Facility. access Points: The Flatbush Avenue Entrance Is Currently Closed To Vehicular Traffic Due To Safety And Circulation Concerns. This Requires Visitors To The Facility To Drive In Through Aviation Road, A More Circuitous Route. The Selected Applicant Will Be Responsible For Reconfiguring Vehicular Access To/from The Flatbush Avenue Entrance To/from The Facility At Its Sole Cost And Expense.   deferred Maintenance: Historic Hangars 5, 6, 7, And 8 Require Substantial Rehabilitation. The Nps Estimates The Facility May Require Approximately $5 Million In Necessary Repairs To Make The Property Fit For Long-term Use. This Estimate Does Not Include The Cost Of Tenant Fit-outs For Any Specific Use. Offerors Are Responsible For Providing Credible Cost Estimates Consistent With Industry Standards For Proposed Improvements To The Premises.  required Repairs And Improvements: The Lessee Will Be Required To Make The Following Repairs Or Improvements To The Premises As Part Of The Lease Terms And Conditions. Such Repairs Or Improvements Include But Are Not Limited To The Following:  any Action Required To Address Life/safety Considerations.  replacement Of The Ice Rink Compressors If The Proposed Offeror Intends To Continue Utilizing The Ice Rinks.  replace The Roof Of The Entire Structure.  repair Or Replace The Elevator.  repair Or Replace Turf Fields As Deemed Necessary By The Selected Offeror.  offerors Are Responsible For Deriving Credible Cost Estimates Based On Industry Standards For Any Improvements Or Repairs To The Premises. A More Complete List Of Required Repairs Or Improvements Is Included In The Rfp: Attachment E: Description Of Required Improvements.  building Codes And Zoning: The Premises Are Under The Exclusive Jurisdiction Of The Federal Government And Are Not Subject To The Zoning Regulations Of Kings County. However, The Nps Requires That Any Repairs Or Improvements To Premises Comply With The 2024 International Building Code And 2023 Nfpa 70 (nec), Per National Park Service Requirement, Including The 2024 Icc Codes. The More Stringent Requirement Will Be Used In The Event There Is A Conflict Between The 2024 Ibc And The Ny Ucc Requirements. historic Preservation: The Selected Applicant Will Be Required To Comply With The Secretary Of The Interior's Standards And Guidelines; National Historic Preservation Act (nhpa) And Section 106 Compliance; National Environmental Policy Act (nepa); Nfpa 914 Code For Protection Of Historical Structures When Undertaking Repairs Or Improvements To The Premises. This Means That Construction Design And Drawings Must Be Developed In Keeping With The Above.  please Note That Any Proposal Selected Is Likely To Require Compliance Review In Accordance With One Or More Of The Laws, Regulations Or Policies Listed Above. The Cost Of Any Such Compliance Process As Well As The Costs Of Plan Review, Code Review, Construction Inspections, And Any Permitting Required Shall Be Borne By The Lessee.  utilities: The Lessee Is Solely Responsible For All Utilities Including Telephone, Cable, And Internet Access. Subject To Advance Written Approval By The Lessor Of Any Utility Service, The Lessee At Its Sole Expense Shall Make All Arrangements With Appropriate Utility Providers (including The Lessor Where Applicable), For All Utilities Not Provided By The Lessor And Furnished To The Premises. Any Utility Service Provided By Lessor Will Be Subject To The Lessor’s Established Policies And Procedures For Provision Of Utility Services To Third Parties.  note: Over The Last 5+ Years, The Cost Of Utilities For The Lease Premises Has Ranged From $750k - $1mm Annually.  key Personnel: Lessee Shall Be Required To Maintain And Provide To Nps An Updated List Of Its Qualified And Experienced Personnel, Including A List Of All Contractors And Subcontractors Utilized In Connection With The Authorized Activity.   sustainability: The Park Manages Its Sustainability Program Under An Environmental Management System, Which Sets Forth Goals Ranging From Solid Waste And Energy Conservation To Renewable Energy And Climate Change Education. lessee Shall Require That Hazardous And Universal Waste Generated From The Site Is Disposed Of In Accordance With State And Local Laws. lessee Shall Ensure That All Trash, Recycling, And Composting Meet Applicable Federal, State, And Local Requirements And Goals. lessee Shall Make Every Effort To Reduce, Reuse, And Recycle Solid Waste. lessee Shall Make Every Effort To Utilize Efficient Energy And Develop And Implement A Comprehensive Plan For Energy And Water Conservation. a Link To The Rfp And Corresponding Attachments, As Well As Information About Other Opportunities At Gateway National Recreation Area, Can Found Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service)

NATIONAL PARK SERVICE USA Tender

Others
United States
Closing Date10 Mar 2025
Tender AmountRefer Documents 
Details: Site Visits At All Locations (sports And Events Center, Driving Range, Pitchand Putt) Are Now Scheduled For Tuesday, January 28th, And Wednesday, February 12, From 10am To 3 Pm. Prospective Applicants Should Ensure They Visit All Three Locations On The Same Day. Please Be Sure To Register In Advance By Emailinggateway_bmd@nps.govand Providing The Name Of Your Company And The Names/emails Of Attendees. summary Of Leasing Opportunity: this Request For Proposals (rfp) Provides The Opportunity For Any Interested Individual Or Organization, Hereinafter Referred To As “offeror” (offeror, ‘you’, ‘your’) To Submit Proposals To The National Park Service (nps, ‘lessor’) To Lease Nps Property At Gateway National Recreation Area Under The Following General Terms And Conditions. this Lease Opportunity Is Open On A Competitive Basis And The Facility Will Be Delivered To Lessee, “as-is, With All Faults. The Selected Offeror Negotiate A Lease Based On The Attached Sample Lease (see Attachment A). Elements Of Your Proposal May Be Incorporated Into The Lease At Lessor’s Discretion. overview Of Property Offered For Lease: this Rfp Includes Lands And Facilities At Two (2) Locations: location 1 - Jacob Riis Park Golf Course, Queens, Ny: Across From The Atlantic Ocean Via A Path That Diverges From The Boardwalk Lies The Jacob Riis Park “pitch And Putt” Golf Course In Rockaway, Queens. The Facilities At Jacob Riis Park Are Part Of A Historic District And Include A Par 3 18-hole Pitch And Putt Golf Course, Practice Area, A Service Building, And A Gazebo. The Course Area Is Approximately 21.6 Acres And Includes Irrigation And Electric Infrastructure. The Golf Course Is Minutes From The Marine Park Bridge, Breezy Point, And Belle Harbor. Seasonal Operations Typically Run From The End Of March Until Mid-november. Offerors Are Not Limited To Seasonal Operation. Offerors May Propose Additional Activities Which Nps May Authorize So Long As Nps Determines Per Its Sole Discretion That Such Activities Are Consistent With The Purposes Established By Law For The Park Area. location 2 - Flatbush Avenue Driving Range, Brooklyn: Located At 3200 Flatbush Avenue, Brooklyn, Ny, Approximately 1 Mile From Exit 11s On The Belt Parkway Is Brooklyn’s Only Full-size Driving Range. The Driving Range Is Located On The Southbound Side Of Flatbush Avenue, Next To The Gateway Marina. The Driving Range Facilities Include 71 Tees (20 Covered And Heated Tees), Pro Shop Facility, Maintenance Building, Putting Area, Miniature Golf Course, And A Few Small Buildings Used For Related Services. Seasonal Operations Typically Run From The End Of March Until Mid-november. Offerors Are Not Limited To Seasonal Operation. Offerors May Propose Additional Activities Which Nps May Authorize So Long As Nps Determines, At Its Sole Discretion, That Such Activities Are Consistent The Purposes Established By Law For The Park Area. the Driving Range May Be Subject To Future Environmental Investigations That Could Impact Operations For A Period Of Time. Offerors Should Consider The Following Prior To Submitting Proposals: whether The Offeror Is Able To Limit Any Proposed Improvements To The Driving Range And Related Facilities To Slab Or Above Grade. Ground Penetration Will Not Be Authorized As Part Of Any Proposals To Improve Or Repair. whether This Opportunity As A Whole Remains Viable For The Offeror In The Event Use Of The Driving Range Is Discontinued (additional Information Below). this Location Also Includes A Miniature Golf Course. The Miniature Golf Course Has Been Out Of Service For An Extended Period Of Time. The Dimensions Are: Northern Boundary 1,239'; Southern Boundary 1,200'; Eastern Boundary 1,200'; Western Boundary 1,200' Subject To The Reservation By Nps Of An Area Approximately 100' Wide, Adjacent To The Mini-golf Facilities And The Boundary Adjacent To The Marina, Depicted In The Map Below Which The Lessee May Utilize At Nps Discretion, Until Such Time As Nps Determines At Its Sole Discretion The Reserved Area Must Be Utilized For Park Purposes. The Bridges Within The Mini Golf Course Are Personal Property Of The Current Operator. a Site Visit Of Both Locations For Prospective Offerors Is Expected To Take Place In Mid To Late January Of 2025. More Information Will Be Posted Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service) use Of The Lease Premises: the Proposed Lease Will Authorize The Continued Operation Of The Existing Driving Range, Practice Green And Mini Golf Complex Located On Flatbush Avenue And Pitch And Putt Golf Course At Jacob Riis Park. The Proposed Lease May Also Authorize Incidental Activities Related To The Primary Use, Subject To Nps Review And Approval At Nps’s Sole Discretion, Of Any Additionally Proposed Activity. The Premises Shall Be Subject To The General Supervision And Inspection Of The Nps And To Such Rules And Regulations Regarding Ingress, Egress, Safety, Sanitation, And Security, As May Be Prescribed By The Park Superintendent From Time To Time. The Lessee Shall Be Responsible For The Maintenance And Repair Of The Premises And Any Improvements To The Premises That May Be Necessary During The Term Of The Offered Lease. key Information About The Authorized Use: term Of The Lease: The Term Of The Lease Shall Not Exceed 10 Years. The Lease Term Will Commence As Soon As Possible Following Selection Of The Best Offer Pending Completion Of Any Required Compliance Review And Rent Determination Required By The Department Of The Interior’s (doi) Appraisal Valuation Services Office (avso) Or Its Designee. offerors Should Note That Nps Will Reserve The Right To Modify The Lease And Restrict Or Exclude Use Of The Flatbush Avenue Driving Range And Related Facilities Based On The Results Of Environmental Surveys Or Assessments That Nps Intends To Conduct In The Area At Some Point During The Lease Term. In The Event The Nps Determines Use Of The Driving Range And Related Facilities Must Be Restricted Or Entirely Prohibited, The Lease Will Be Amended To Account For The Corresponding Change. Offerors Should Account For This Possibility When Preparing Submissions. rent: The Lessee Is Required By Law To Pay, At Minimum, A Fair Market Value Rent (fmvr) To Nps. Offerors Should Identify The Amount Of Rent They Proposed To Pay In Connection With This Opportunity. The Final Rent Payment Schedule Will Be Negotiated With The Selected Offeror. lessee’s Responsibilities: insurance: During The Term Of This Lease, The Lessee Shall Maintain General Liability, Property, Worker’s Compensation And Employer’s Liability, And Business Interruption And Extra Expense Insurance In Amounts Set By The Lessor. Lessee’s Insurance Coverage Amounts Will Be Periodically Reviewed By The Lessor. These Reviews Will Ensure The Lessee Has Appropriate Coverage In Light Of Any Changing Circumstances. At Lease Commencement, Lessee Must Provide Proof Of Property Insurance In The Amount Sufficient To Provide Loss, Damage, And Destruction Coverage For A Facility Of This Size, Scope, And Use, As Well As Proof Of Commercial General Liability Insurance In The Amount Of Not Less Than $3,000,000 Single/$5,000,000 Aggregate, With Additional Excess Liability Insurance [umbrella] Necessary To Provide Adequate Coverage Or Protection Consistent With Industry Standards. maintenance - Lessee’s Responsibilities: lessee Will Be Responsible For Scheduled And Cyclical Repair And Maintenance Of The Assigned Lands And Facilities. lessee Will Be Responsible For Any Unscheduled Or Emergency Work (e.g. After-hours Drain Clearing, Plumbing Or Electrical Work) Necessary To Ensure The Successful Operation Of The Lease Premises. lessee Will Be Responsible For Establishing And Funding A Reserve Account Dedicated To Facility Maintenance And Facility Improvements. lessee Will Be Responsible For Routine Housekeeping. lessee Will Be Responsible For Grounds Maintenance Within The Lease Premises. This Includes Maintaining The Grass And The Grounds In Good Condition, Including, Without Limitation, Regular Grass Mowing, Care Of Ornamental Plantings, Snow Removal, And Trash Management And Removal. potential Improvement Projects: Lessor May, But Is Not Obligated To, Undertake Projects Intended To Improve The Premises Or Utilities Serving The Premises During The Lease Term. In Such Cases, Lessor Will Coordinate With Lessee To Minimize Impacts On Lessee’s Operations. utilities: The Lessee Is Solely Responsible For All Utilities Including Telephone, Cable, And Internet Access. Subject To Advance Written Approval By The Lessor Of Any Utility Service, The Lessee At Its Sole Expense Shall Make All Arrangements With Appropriate Utility Providers (including The Lessor Where Applicable), For All Utilities Not Provided By The Lessor And Furnished To The Premises. Any Utility Service Provided By Lessor Will Be Subject To The Lessor’s Established Policies And Procedures For Provision Of Utility Services To Third Parties. key Personnel: Lessee Shall Be Required To Maintain And Provide To Nps An Updated List Of Its Qualified And Experienced Personnel, Including A List Of All Contractors And Subcontractors Utilized In Connection With The Authorized Activity. sustainability: The Park Manages Its Sustainability Program Under An Environmental Management System, Which Sets Forth Goals Ranging From Solid Waste And Energy Conservation To Renewable Energy And Climate Change Education. lessee Shall Require That Hazardous And Universal Waste Generated From The Site Is Disposed Of In Accordance With State And Local Laws. lessee Shall Ensure That All Trash, Recycling, And Composting Meet Applicable Federal, State, And Local Requirements And Goals. lessee Shall Make Every Effort To Reduce, Reuse, And Recycle Solid Waste. lessee Shall Make Every Effort To Utilize Efficient Energy And Develop And Implement A Comprehensive Plan For Energy And Water Conservation. a Link To The Rfp And Corresponding Attachments, As Well As Information About Other Opportunities At Gateway National Recreation Area, Can Found Here: Do Business With Us - Gateway National Recreation Area (u.s. National Park Service)

City Of Cagayan De Oro Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 10 Million (USD 171 K)
Details: Description Republic Of The Philippines City Of Cagayan De Oro Bids And Awards Committee Invitation To Bid For 2 Storey Multipurpose Building At Puerto, Barangay Puerto; Sn 327a - 2024 1. The City Government Of Cagayan De Oro, Through Current Appropriation, Annual Budget Cy 2024 Of Non-office: Economic Services Sector - Infrastructure Projects And Program - Other Development Programs & Projects - Barangay Empowerment Program & Projects, Intends To Apply The Sum Of Ten Million And 0/100 (php10,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 2 Storey Multipurpose Building At Puerto, Barangay Puerto; Sn 327a - 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Cagayan De Oro Now Invites Bids For: A) Removal Of (daycare Center, 2 Solid Waste Building And Part Of Cap’t Office) B) Construction Of Structural Supports: 1. Footing, Column And Beam 2. Wall Footing, Slab And Tie Beams 3. Stairs C) Installation Of Pre-painted Metal Sheets D) Masonry Works (for Ground Flr. And Firewall Only) E) Fabrication And Installation Of Structural Steel (truss) F) Electrical Works (rough Ins) G) Plumbing Works (rough-ins) H) Fdas And Cctv (rough-ins H) Airconditioning (rough-ins) I) Construction Of Septic Tank J) Installation Of Reflective Insulation. Completion Of The Works Is Required Two Hundred Forty Three (243) Calendar Days From The Effectivity Date Stipulated In The Notice To Proceed. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From City Government Of Cagayan De Oro And Inspect The Bidding Documents At The Address Given Below From Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On Office Hours Of 16 January 2025 To 12:00 Noon Of 06 February 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos (php10,000.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The City Government Of Cagayan De Oro Will Hold A Pre-bid Conference On 23 January 2025; 2:00 P.m At Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below Between 1:00 P.m. - 2:00 P.m. Of 06 February 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On 06 February 2025; 2:00 P.m At The Bids And Awards Committee Conference Room, 3rd Floor Administrative Building, City Hall, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The City Government Of Cagayan De Oro 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Mr. Antonio Ramon Resma, Jr. Bids And Awards Committee-secretariat 3rd Floor Administrative Building, City Hall, Cagayan De Oro City Tel No. (088) – 881-1567 (sgd)atty. Joeffrey D. Namalata Bac Chairperson

City Of Vicksburg Tender

Solid Waste Management
Corrigendum : Closing Date Modified
United States
Closing Date10 Apr 2025
Tender AmountRefer Documents 
Details: Advertisement For Bids Notice To Contractors Sealed Bids Will Be Received By The Mayor And Aldermen Of The City Of Vicksburg, Mississippi, Until 9:00 A.m., Local Time, April 10, 2025 At The City Clerk’s Office And Shortly Thereafter Opened And Read Aloud By The Board Of Mayor And Alderman Of The City Of Vicksburg, Mississippi In Board Meeting At 10:00 A.m., Local Time, April 10, 2025 For The Proper Removal, Abatement, And Legal Disposal Or Recycling Of Waste Materials At The Former Us Rubber Recycling Site At 2000 Rubber Way In Vicksburg, Mississippi. Electronic Bids Can Be Submitted At Www.centralbidding.com. Official Bid Documents Can Be Downloaded From Central Bidding. Electronic Bids Are Due The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call 225-810-4814. Bidders Are Cautioned That The City Clerk Does Not Receive The Daily U.s. Mail On Or Before 9:00 A.m. Bids Will Be Time-stamped Upon Receipt According To The City Clerk’s Time Clock. Bidders Must Be Qualified Under Mississippi State Law And Possess A Certificate Of Responsibility Issued By The Mississippi State Board Of Public Contractors. All Contractors Which Perform, Or Offer To Perform, Any Asbestos Abatement Activities Described In The Epa Neshap For Asbestos (40 Cfr Part 61) As Referenced In Ms Admin. Code Title 11, Part 2. Chapter 1. Rule 1.8.a, Must Have Certification From The Mississippi Commission On Environmental Quality. All Contractors Which Perform, Or Offer To Perform, Any Waste Tire Collection, Processing, Hauling, Or Disposal Activities Under Title 11, Part 4, Chapter 4 Of The Mississippi Nonhazardous Solid Waste Management Regulations Must Have Certification From The Mississippi Commission On Environmental Quality. A Mandatory Pre-bid Conference Will Be Held On March 18th At 10:00 Am Cst, At The Project Site. The Buildings Have Been Abandoned And Debris Is Scattered Throughout The Facilities. Bidders Should Provide Their Own Personal Protective Equipment (ppe) As Necessary To Access The Facilities. The Mayor And Board Of Alderman Of The City Of Vicksburg, Mississippi Hereby Notifies All Bidders That It Will Affirmatively Assure That In Any Contract Entered Into Pursuant To This Advertisement, Minority Business Enterprises/woman Business Enterprises Will Be Afforded Full Opportunity To Submit Bids In Response To This Invitation And Will Not Be Discriminated Against On The Grounds Of Race, Color, Or National Origin In Consideration For An Award. All Contractors Which Perform, Or Offer To Perform, Cleanup Activities Under This Solicitation Must Comply With All Applicable Federal And State Laws, Including The Davis-bacon Act Which Requires Payment Of The Prevailing Wage Rate For Construction Projects, Including Cleanup Activities, And Shall Include Provision Of Applicable Required Contract Clauses As Prescribed In 29 Cfr 5.5. Plans, Specifications And Bidding Documents Are On File And Open To Public Inspection At The Office Of City Clerk Of Vicksburg. One (1) Copy Of The Plans, Specifications, And Bidding Documents May Be Procured Upon Payment Of $50.00 (by Cash Or Check Made Payable To Ppm Consultants, Inc.) From Ppm Consultants Inc., 289 Commerce Park Drive, Suite D, Ridgeland, Mississippi 39157. The Payment Is Non-refundable. Each Bidder Must Deposit With His Proposal A Bid Bond Or Certified Check In An Amount Equal To Five Percent (5%) Of The Total Bid Payable To The City Of Vicksburg As Bid Security. The Successful Bidder Shall Furnish A Performance Bond And A Payment Bond Each In The Amount Of 100% Of The Contract Amount Awarded. All Bonds Shall Be Submitted On Aia Forms, Latest Revisions. Bidders Shall Also Submit A Current Financial Statement If Requested By The City Of Vicksburg. Attorneys-in-fact Who Sign Bid Bonds Or Payment Bonds And Performance Bonds Must File With Each Bond A Certified And Effective Dated Copy Of Their Power Of Attorney. Proposals Shall Be Submitted In Whole, Sealed And Deposited, With The City Of Vicksburg Prior To The Hour And Date Above Designated. Each Bidder Shall Write His Certificate Of Responsibility Number On The Outside Of The Sealed Envelope Containing His Proposal. For Bids Less Than $50,000, A Certificate Of Responsibility Is Not Required. Bidder Shall Note On The Outside Of The Envelope Containing The Bid That The “bid Is Less Than $50,000, Cr No. Not Required”. If The Bid Is Submitted Electronically, The Requirement For Including A Certificate Of Responsibility, Or A Statement That The Bid Enclosed Does Not Exceed Fifty Thousand Dollars ($50,000.00), On The Exterior Of The Bid Envelope As Indicated In Section 31-3-21(1) And (2) Of Mississippi State Law Shall Be Deemed In Compliance With By Including Same As An Attachment With The Electronic Bid Submittal. _____________________ Deborah A. Kaiser-nickson City Of Vicksburg Publication Dates: 02/19/2025 02/26/2025

City Of Cape Town Tender

Others
South Africa
Closing Date13 May 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Kitchen Appliances & Accessories Reference Number Gl12500766 Title Kitchen Accessories Description 2 Each X Silver Serving Trays 2 Each X Glass Jug - 1.3l 2 Each X Airpot 3l 2 Each X Dinner Plates - 27cm(6piece) 12 Each X Side Plates - 19cm 1 Each X Teaspoons - Pack Of Stainless Steel 1 Each X Sugar Bowl 1 Each X Milk Jug 500ml Specification* Good Day Could You Please Supply S.e.s With The Following 2 X Silver Serving Trays For More Info, You May Contact Z. Khanye On 021 444 8019 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. * Good Day Could You Please Supply S.e.s With The Following 2 X Glass Jugs - 1.3l For More Info, You May Contact Z. Khanye On 021 444 8019 * Good Day Could You Please Supply S.e.s With The Following 2 X Airpot - 1.3l For More Info, You May Contact Z. Khanye On 021 444 8019 * Good Day Could You Please Supply S.e.s With The Following 24 X Piece Dinner Plates(27cm) For More Info, You May Contact Z. Khanye On 021 444 8019 * Good Day Could You Please Supply S.e.s With The Following 2 X Side Platea(19cm) For More Info, You May Contact Z. Khanye On 021 444 8019 * Good Day Could You Please Supply S.e.s With The Following 1 X 6packs Of Stainless Teaspoon. For More Info, You May Contact Z. Khanye On 021 444 8019 * Good Day Could You Please Supply S.e.s With The Following 1 X Sugar Bowl For More Info, You May Contact Z. Khanye On 021 444 8019 * Good Day Could You Please Supply S.e.s With The Following 1 X Milk Jar (500) For More Info, You May Contact Z. Khanye On 021 444 8019 Delivery Date2025/06/30 Delivery Totw - Solid Waste Tssw Delivery Address2 Oude Molen Rd, Ndabeni, Maitland Contact Personz. Khanye Telephone Number0214448019 Cell Number Closing Date2025/05/13 Closing Time04 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgl1.quotations@capetown.gov.za Buyer Detailsc.williams Buyer Phone0214001789 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.
5691-5700 of 5887 archived Tenders