Survey Tenders

Survey Tenders

Archaeological Survey Of India - ASI Tender

Works
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date27 Feb 2025
Tender AmountINR 2.5 Million (USD 29.3 K)
Purchaser Name: Archaeological Survey Of India | Conservation To Fallen Fortress Wall On Southern Direction And Eastern Direction Of Hill Fortress, Ratnagiri, Sri Sathya Sai District, Andhra Pradesh

Archaeological Survey Of India - ASI Tender

Services
GEM
India
Closing Date27 Feb 2025
Tender AmountINR 753.7 K (USD 8.7 K)
Purchaser Name: Archaeological Survey Of India | CATEGORY: Custom Bid for Services - ----

Archaeological Survey Of India - ASI Tender

Works
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date27 Feb 2025
Tender AmountINR 2.3 Million (USD 26.7 K)
Purchaser Name: Archaeological Survey Of India | Execution Of The Work Namely Minor Civil And Electric Work (conservation Of Ancient Monuments) Special Repair To Temple Of Chaturdasha Devata And Ancient Compound Wall At R.k Pur, Dist-gomati,tripura For The F.y - 2024-25

Zoological Survey Of India - ZSI Tender

Services
Manpower Supply
GEM
India
Closing Date22 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Zoological Survey Of India | CATEGORY: Manpower Outsourcing Services - Minimum wage - Unskilled; High School; Others

Archaeological Survey Of India - ASI Tender

Goods
GEM
India
Closing Date21 Feb 2025
Tender AmountINR 600 K (USD 6.9 K)
Purchaser Name: Archaeological Survey Of India | CATEGORY: HARD BROOM , SOFT BROOM , BUCKET , MUG , DUSTER CLOTHS , PLASTIC DUSTBIN , 3 CELL TORCH BOX , COTTON ROPE , SPADE WITH HANDLE , PLASTIC PAN

Geological Survey Of India - GSI Tender

Services
GEM
Corrigendum : Closing Date Modified
India
Closing Soon28 Feb 2025
Tender AmountINR 170.2 K (USD 1.9 K)
Purchaser Name: Geological Survey Of India | CATEGORY: Customized AMC/CMC for Pre-owned Products - VG ATOMIC ABSORPTION SPECTROSCOPE; THERMO FISCHER iCE 3300 AA; Annual Maintenance Contract (AMC); Quarterly; Yes

Archaeological Survey Of India - ASI Tender

Goods
GEM
India
Closing Date24 Feb 2025
Tender AmountINR 74.8 K (USD 865)
This is an estimated amount, exact amount may vary.
Purchaser Name: Archaeological Survey Of India | CATEGORY: Coconut brooms , Plastic buckets , Plastic mugs , Soft brooms , Plastic pots , Door mats , Floor cleaning stick , Dust bIns with wheels , BIG Brooms dust pan , Sickles , Dusdter cloth , 6 liver lock and keys , Cob web removers , Water pipe 1 inch dia of 30 mt length , Electrical LED tube lights , LED Bulbs , Electrical wire bundle , First Aid Box , Bamboo Basket , Hammer , Axes , Mineral water cans , Distilled water Bottles

National Institutes Of Health Tender

Others
United States
Closing Date20 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Small Business Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Small Business Sources; (2) Whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And (3) Their Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. An Organization That Is Not Considered A Small Business Under The Applicable Naics Code Should Not Submit A Response To This Notice. this Notice Is Issued To Help Determine The Availability Of Qualified Companies Technically Capable Of Meeting The Government Requirement And To Determine The Method Of Acquisition. It Is Not To Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By The Respondents To This Notice. This Notice Is Strictly For Research And Information Purposes Only. background: The National Institute On Aging (nia) Requires The Acquisition Of Mass Spectrometry Reagents For Mass Spectrometry-based Proteomics, Peptidomics, Lipidomics And Metabolomics To Understand The Underlying Biology Of Alzheimer’s Disease And Related Dementias. purpose And Objectives: The Nia’s Objective Is To Create A National Resource Of Isogenic Sets Of Alzheimer’s Disease And Related Dementias Mutation Ipsc Lines, Complimented By Foundational Phenotypic Datasets From Differentiated Disease-relevant Cells Derived From These Lines. The Nia Anticipates That This Resource Will Substantially Accelerate The Pace Of Mechanistic Discovery Regarding How Alzheimer’s Disease And Related Dementia Mutations Cause Disease. project Requirements: Please See The Purchase Description Attached To This Posting. anticipated Delivery Dates: base Quantity: July 7, 2025 optional 1 Quantity: July 7, 2026 optional 2 Quantity: July 7, 2027 capability Statement /information Sought. small Business Concerns That Believe They Possess The Capabilities To Provide The Required Services Should Submit Documentation Of Their Ability To Meet Each Of The Project Requirements To The Contracting Officer. The Capability Statement Must Specifically Address Each Of The Project Requirements Separately. Additionally, The Capability Statement Should Include 1) The Total Number Of Employees, 2) The Professional Qualifications Of Personnel As It Relates To The Requirements Outlined, 3) Any Contractor Gsa Schedule Contracts And/or Other Government-wide Acquisition Contracts (gwacs) By Which All Of The Requirements May Be Met, If Applicable, And 4) Any Other Information Considered Relevant To This Program. Small Businesses Must Also Provide Their Company Name, Unique Entity Id Number From Sam.gov, Physical Address, And Point Of Contact Information. interested Small Businesses Are Required To Identify Their Type Of Business, Applicable North American Industry Classification System (naics) Code, And Size Standards In Accordance With The Small Business Administration. The Government Requests That No Proprietary Or Confidential Business Data Be Submitted In A Response To This Notice. However, Responses That Indicate The Information Therein Is Proprietary Will Be Properly Safeguarded For Government Use Only. Capability Statements Must Include The Name And Telephone Number Of A Point Of Contact Having Authority And Knowledge To Discuss Responses With Government Representatives. Capability Statements In Response To This Market Survey That Do Not Provide Sufficient Information For Evaluation Will Be Considered Non-responsive. When Submitting This Information, Please Reference The Solicitation Notice Number. the Respondent Must Also Provide Their Unique Entity Id Number From Sam.gov, Organization Name, Address, Point Of Contact, And Size And Type Of Business (e.g., 8(a), Hubzone, Etc., Pursuant To The Applicable Naics Code And Any Other Information That May Be Helpful In Developing Or Finalizing The Acquisition Requirements. one (1) Copy Of The Response Is Required And Must Be In Microsoft Word Or Adobe Pdf Format Using 11-point Or 12-point Font, 8-1/2” X 11” Paper Size, With 1” Top, Bottom, Left And Right Margins, And With Single Or Double Spacing. the Information Submitted Must Be In And Outline Format That Addresses Each Of The Elements Of The Project Requirement And In The Capability Statement /information Sought Paragraphs Stated Herein. A Cover Page And An Executive Summary May Be Included But Is Not Required. the Response Is Limited To Ten (10) Page Limit. The 10-page Limit Does Not Include The Cover Page, Executive Summary, Or References, If Requested. the Response Must Include The Respondents’ Technical And Administrative Points Of Contact, Including Names, Titles, Addresses, Telephone And Fax Numbers, And E-mail Addresses. all Responses To This Notice Must Be Submitted Electronically To The Contract Specialist And Contracting Officer. Facsimile Responses Are Not Accepted. the Response Must Be Submitted To Rashiid Cummins, Contract Specialist, At E-mail Address Rashiid.cummins@nih.gov the Response Must Be Received On Or Before January 21st, 2025, 3:00 Pm, Eastern Time. “disclaimer And Important Notes: This Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Should Ensure That Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine The Organization’s Qualifications To Perform The Work. respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Responses Received, A Presolicitation Synopsis And Solicitation May Be Published In Federal Business Opportunities. However, Responses To This Notice Will Not Be Considered Adequate Responses To A Solicitation. confidentiality: No Proprietary, Classified, Confidential, Or Sensitive Information Should Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).”

Department Of Public Works And Highways Tender

Others
Corrigendum : Closing Date Modified
Philippines
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: Description Request For Expression Of Interest Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) 1. The Government Of The Republic Of The Philippines - Department Of Public Works And Highway Has Applied For Financing From The Asian Development Bank Toward The Cost Of The External Resettlement Monitoring Consultant And Intends To Apply Part Of The Proceeds For The Services That Will Assist And Support The Dpwh In Executing And Implementing The Project’s Resettlement Plan. 2. The Department Of Public Works And Highways (dpwh) Is Requesting Expression Of Interests (eois) For: Project: Consulting Services For External Resettlement Monitoring Consultant For Integrated Flood Resilience And Adaptation 1 (infra 1) Project, Under Adb Financing (adb Loan No. 4345-phi) I. Consulting Services Consultant’s Services Will Be Required To Support The Dpwh Unified Project Management Office – Flood Control And Management Cluster (upmo-fcmc) In The Conduct Of External Assessment Of The Project’s Resettlement Plan To Be Implemented And In Order To Ensure That The Resettlement And Livelihood Rehabilitation Objectives Are Being Met Under Integrated Flood Resilience And Adaptation 1 (infra 1) Project. A Total Of 42 Person-months (pm) Of Inputs, For National Experts Will Be Engaged. Dpwh Will Select A Consulting Firm Following Quality-and -cost Based Selection (qcbs) Process (80:20 Ratio) In Accordance With Adb Procurement Policy 2017 And The Procurement Regulations For Adb Borrowers 2017 (as Amended From Time To Time). The Consultant’s Services Will Be Financed By The Adb And The Government. The Dpwh Will Be The Executing And Implementing Agency (ea/ia). During The Services, The Consultant Will Report To Dpwh Through The Upmo-fcmc. Ii. Key Objectives The Key Objectives Of The External Resettlement Monitoring Consultant Are As Follows: A. To Review Internal Monitoring Report And Verify Internal Monitoring Information; B. To Verify Whether The Overall Resettlement Objectives Are Being Met In Accordance With The Rp/ripp/regdp, And If Not, To Suggest Corrective Measures; C. To Assess The Extent To Which Implementation Of The Rp/ripp/regdp Complies With Adb’s Safeguard Policy Statement (sps); D. To Identify Problems Or Potential Risks/hazards; E. To Identify Methods Of Responding Immediately To Mitigate Problems And Advise The Dpwh Accordingly; And F. To Verify If The Livelihoods And The Standard Of Living Of Affected Persons (aps), Including Those Of The Non-titled Displaced Persons, Are Restored And/or Improved. Iii. Implementation Period External Monitoring Activities Will Be Carried Out For A Period Of 5 Years On A Semi-annual Basis Starting From The Conduct Of Detailed Measurement Survey Until The Completion Of Livelihood/income Restoration Activities. For Project Components Where Payment Of Compensation/allowances Has Been Substantially Completed, The External Expert Will Also Conduct A Resettlement Audit To Verify Completion Of Payment Of Compensation/allowances And Hand-over Of Plots. The External Monitoring And Evaluation Experts/qualified Ngos Will Be Composed Of One Team Leader With Extensive Experience In Monitoring And Evaluation Of Resettlement Activities In The Country With Strong Ability In Preparing Resettlement Reports. The Team Leader Will Be Assisted By At Least 3 Specialists (one For Each River Basin) With Expertise On Land Acquisition/resettlement And Social Development, Monitoring And Research Methodology, And Assets Valuation. The Payments Under This Service Shall Be Made In Lump Sum Installments Against Deliverables. The Payments Will Be Made According To The Payment Schedule Stated In The Terms Of Reference (tor). 3. Interested Consultants Should Register On The Adb Consultant Management System (cms) Where The Consulting Services Recruitment Notice (csrn) For This Project Can Be Found. In The Csrn, The Consultants Shall Accomplish The Eoi Template By Providing The Required Information And Submit To Adb Cms On Or Before January 23, 2025 Until 11:59 P.m. (philippine Time). Relevant Information Pertaining To The Services Will Be Available In The Csrn. 4. Interested Consultants Should Provide Information Demonstrating That They Have The Required Qualifications And Relevant Experience To Perform The Services. Consultants May Associate With Other Firms To Enhance Their Qualifications But Should Indicate Clearly Whether The Association Is In The Form Of A Joint Venture And/or A Sub-consultancy. In The Case Of A Joint Venture, All The Partners In The Joint Venture Shall Be Jointly And Severally Liable For The Entire Contract, If Selected. 5. The Bids And Awards Committee For Consulting Services (baccs) Shall Draw Up The Shortlist Of Consultants From Those Who Submitted The Expression Of Interest (eoi) On The Prescribed Deadline To Adb Cms. The Shortlist Shall Consist Of Six (6) Consulting Firms Who Will Be Invited To Submit Their Proposals. The Shortlisting Evaluation Criteria And Rating Systems Are: I) Technical Competence - 60% (must Demonstrate That The Firm Has Previous Experience Undertaking Similar Projects Involving Project Management, Construction Supervision With Capacity Building Of Any Infrastructure Projects In The Last Ten (10) Years); Ii) Geographical Experience - 20% (must Demonstrate Experience In The Philippines Or Any Country In Southeast Asia); And Iii) Management Competence - 20% (must Demonstrate That The Firm Has Quality Control And Assurance System In Place And Project Management Coordination In Undertaking Similar Consultancy Services). 6. The Dpwh Reserves The Right To Reject Any Or All Bids, Annul The Bidding Process, Or Not Award The Contract At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Interested Consultants May Contact The Following Contact Person During Office Hours (7:00 A.m. To 4:00 P.m.) Point Of Contact: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services 2nd Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila Telephone No.: (+632) 5-304-2925 / (+632) 5-304-3023 Email Address: Ayapana.eric@dpwh.gov.ph Obja-an.mary_grace@dpwh.gov.ph Approved By: Eric A. Ayapana Undersecretary For Operations In Charge Of Convergence Projects Chairman, Bac For Consulting Services Date Of Advertisement: December 20, 2024

Department Of Education Division Of Pangasinan I Tender

Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 272 K (USD 4.6 K)
Details: Description Request For Quotation No.: 2025-01-005-gs Date Published: January 17, 2025 Closing Date: January 22, 2025 At 9:00 Am, Pst (refer To Bac Office Wall Clock) Opening Of Quotation: January 22, 2025 At 9:30 Am, Pst Title Of The Projects: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers Approved Budget For The Contract (abc): ₱272,000.00 Funding Source: Journalism Trust Fund Unit Description Quantity No Of Day/s Unit Ceiling Price (php) Ceiling Price (php) Pax Meals And Snacks (am Snacks And Lunch) 340 2 400.00 272,000.00  Inclusive Of Complete Services Stated In The Tor Total ₱272,000.00 Documentary Requirements: • Valid Mayor’s Permit • Valid Philgeps Registration Certificate/ Membership • Updated Income/ Business Tax Return (for Projects With Abc ₱500,000 Above) • Omnibus Sworn Statement (for Projects With Abc ₱50,000 Above) The Schools Division Office I Pangasinan Hereinafter Referred To As The Procuring Entity Through Its Bids And Awards Committee (bac) Now Invites You To Quote Your Lowest Price Inclusive Of All Taxes On The Above-mentioned Project, Subject To The Terms And Condition Of This Request For Quotation (rfq) Documents. All Particulars Relative To This Procurement Shall Be Conducted In Accordance With The Revised Implementing Rules And Regulation Of Republic Act No. 9184. Quotations And Documentary Requirements Must Be Placed In A Sealed Envelope With Marked Rfq For The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers And With Signature Over And Across The Sealing Tape When Submitted. Quotation And Documentary Requirements Must Be Submitted At The Division Office Not Later Than January 22, 2025 At 9:00 Am, Pst-refer To Bac Office Wall Clock; The Bac Shall Open The Quotations On January 22, 2025 At 9:30 Am. Schools Division Office I Pangasinan Reserves The Right To Accept Or Reject Any Quotation; To Annul The Bidding Process And Reject All Quotations At Any Time Prior To Contract Award Without Hereby Incurring Any Liability To The Affected Bidder Or Bidders; To Waive Any Minor Defects Or Infirmities Therein; And To Accept Such Quotation As May Be Considered Advantageous To The Government. Very Truly Yours, Arlene B. Casipit, Ceso Vi Bac Chairman Terms Of Reference Rationale The Department Of Education – Schools Division Office I Pangasinan As The Steward Of Education In The Twenty-two Municipalities Of Pangasinan Ensure Competent Personnel And Staff In The Division Office And Schools Through The Implementation And Management Of Trainings And Development And Improvement Of The Professional Competencies And Performances Of Its Personnel In The Delivery Of Services And Basic Education. The Human Resource Development Under The Schools Governance And Operations Division Is Responsible For Managing The Catering Services For Scheduled Trainings And Events In Close Coordination With The Concerned Units And Divisions. Due To The Nature Of Scheduled Training And Events Which Are Organized On A Regular Basis, It Is Essential To Conduct Procurement Of Catering Services Which Will Provide Quality And Excellent Services. Objectives 1. To Invite Catering Service Providers To Participate In The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers By Submitting Quotations. 2. To Conduct Catering Pricing Evaluation Based On The Project: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers. 3. To Award The Contract To The Most Qualified Catering Services Provider For The Project: Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers. Scope 1. Duration: Two (2) Days Item Description No Of Pax Tentative Date/s Meals And Snacks (snacks & Lunch) 340 February 5-6, 2025 2. Food Requirement: Am Snacks And Lunch • Meal Inclusion: Availability Of Water Dispenser With Drinking Water At The Training Venue For The Entire Duration Of The Training Program. 3. Food Preparation: • Menu: *viand/ Main Course May Vary Depending On The Request Of The End-user • Meals Must Be Served At The Following Time: O Am Snacks: 9:30 A.m O Lunch: 12:00 Nn – 1:00 Pm 4. Services • The Food Service Provider Ensures The Quality Of The Food To Be Served And Is Prepared In Accordance With Sanitation Law And Utmost Hygienic Process. • The Food Service Provider Provides Adequate Staff To Set Up Food, Set Up Banquet Tables And Lay-out Of Tables. • The Food Service Provider Ensures That Its Staff Always Maintain Hygienic Standards And Ensure That The Food Preparation Area Is Clean. • Manage Wet And Dry Garbage Properly And Place Covered Garbage Disposal Bins Around The Training Venue. • The Food Service Provider Ensures The Availability Of Equipment/ Amenities: 1. Venue With Large Airconditioned Hall That Can Accommodate The Participants Based On Iatf Guidelines. 2. Sound System With At Least Two (2) Microphones 3. Wi-fi And Internet Connection 4. Parking Space 5. To Clean Comfort Room 6. Uninterrupted Power Supply (with Generator) Evaluation 1. Deped Sdo 1 Pangasinan Through The Sgod Authorized Inspectorate Team And Bac Twgs For Goods And Services Shall Have The Right To Inspect If The Services Required During The Training/activity Are Being Provided In Order To Monitor Compliance With The Tor. 2. Ocular Inspection To Determine The Quantity And Completeness Of The Food Delivered In Accordance With The Menu Set In This Tor. 3. Evaluation Before, During And After The Training/activity Schedule To Determine The Quality Of Service Given By The Caterer/ Food Service Provider. 4. Survey Among The Participants To Determine The Level Of Satisfaction Of The Service Rendered By The Caterer/ Food Service Provider. This Term Of Reference Shall Form An Integral Part Of The Request For Quotation Form Under The Contract For The Procurement Of Meals And Snacks For The Conduct Of Division Training On Campus Journalism Cum Cliniquing For Rspc Qualifiers Under Project Id No. 2025-01-005-gs Of Deped Sdo 1 Pangasinan.
7751-7760 of 8104 archived Tenders