Transport Tenders
Transport Tenders
DEPT OF THE ARMY USA Tender
Others...+2Civil And Construction, Excavation
United States
Details: Maintenance Dredging Of New York And New Jersey Harbor – Arthur Kill 50 Foot Reach Federal Navigation Project
market Survey Background Information
the New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform Maintenance Dredging Of The New York And New Jersey Harbor – Arthur Kill 50 Foot Reach Federal Navigation Project To A Depth Of -50 Feet Mean Lower Low Water (mllw) Plus 1 Foot Of Allowable Over-depth. The Proposed Maintenance Dredging Would Remove Approximately 100,000 Cubic Yards (cy) Of Material From The Critical Shoal Area. The Dredged Material Would Be Dredged And Subsequently Placed At A Suitable, Contractor Provided, State Permitted Upland Placement Site(s). The Dredged Material Is Expected To Consist Primarily Of Silt And Clay.
based On The Past Dredging Projects Within The New York Harbor, And Anticipated Restrictions Found In The New York State Department Of Environmental Conservation Water Quality Certificate, The Proposed Work Can Only Be Performed By Utilizing A Mechanical Clamshell Dredge With Environmental Bucket. Additionally, Tug-boats, Sealed Hull Barges And Survey Vessels Will Be Needed To Perform The Work During The Dredging, Transport, Processing And Placement Activities. The Dredging, Transport And Placement At A Suitable, Contractor Provided, State Permitted Upland Placement Site(s) Would Be Required To Meet All Federal, State, And Local Criteria Required By The Government Agencies Having Jurisdiction Where The Dredging And Placement Sites Are Located. All Necessary Permits Required For The Dredged Material Placement Will Be Provided By The Contractor To The Government.
the Apparent Low Bidder Shall, Within 35 Calendar Days From The Date The Apparent Low Bidder Is Notified Of Being Such, Provide Copies Of All Required Permits And Approvals For Transportation, Transfer, Dewatering, Processing, And Final Placement Of Dredged Material, And Shall Submit Evidence Of Such Permits And Approvals To The Government.
once The Contract Is Awarded, The Contractor Will Be Required To Commence Work Within Five (5) Calendar Days After The Date Of Receipt Of The Notice To Proceed And Maintain An Integrated Production Rate Of At Least 2,500 Cubic Yards Per Calendar Day For The Dredging And Placement Of The Dredged Material. The Presence Of The Dredging Equipment In The Channel Will Impact Ship Traffic, And It Is Necessary To Maintain This Production Rate While Minimizing The Duration Of This Impact.
the Proposed Work Is Anticipated To Take Place In The Summer / Fall Of 2025. The Work Is Estimated To Cost Between $10,000,000 And $25,000,000.
survey Of The Dredging Industry
the Following Confidential Survey Questionnaire Is Designed To Apprise Usace Of Prospective Dredging Contractors’ Project Execution Capabilities. Please Provide Your Response To The Following Questions. All Questions Are In Regard To The Arthur Kill 50 Foot Reach Maintenance Dredging Project.
general
have You Ever Worked On Dredging Jobs Similar In Nature To This Project? If So, Please Describe The Project And For Whom The Work Was Performed. Identify A Point Of Contact And Phone Number, As A Reference Of Relevant Experience.
have You Performed Dredging Within The Waters Of The Port Of New York And New Jersey?
do You Have Experience With The Placement Of Dredged Material At A Suitable, Contractor Provided, State Permitted Upland Placement Site? Please List Your Experience.
what Percentage Of Work (volume Of Material Dredged, Transported, Processed And Ultimately Placed) Can You Perform With Your Own Equipment Or Equipment Owned By Another Dredging Contractor?
would You Be Willing To Bid On The Project Previously Described? If The Answer Is No, Please Explain Why Not.
would You Be Bidding On This Project As A Sole Contractor, Prime Contractor With Subcontractor(s) Or As A Joint Venture?
is There A Dollar Limit On The Size Of Contract That You Would Bid? If So, What Is That Limit?
what Is The Largest Dredging Contract, In Dollars, On Which You Were The Prime Contractor?
what Is Your Bonding Capacity Per Contract? What Is Your Total Bonding Capacity?
do You Have Experience Using Usace Resident Management System (rms) 3.0 For Delivering Submittals, Daily Dredging Reports And Pay Estimates?
do You Have Experience Applying Usace Em 385-1-1 (mar 2024)and All Requirements?
deficiencies Observed On Site Will Require Immediate Attention And Action To Meet All Applicable Safety Codes.
equipment
13. What Type Of Dredge Equipment Do You Own And/or Operate That Is Suitable For The Work Described? Do You Own A Mechanical Dredge With A Closed Environmental Clamshell Bucket? Please List Each Piece Of Equipment Capable Of Performing The Work Described, I.e. Dredging, Transfer, Transportation, Processing And Final Placement Of The Material. For Each Dredge That You List, Please Specify Its Bucket Size(s), And Any Other Salient Characteristics.
14. Identify Which Dredge(s), Including Support Equipment (tug, Crew Boat, Scows, Etc.), You Would Employ On This Project. Also, For Each Dredge, Identify The Maximum Dredging Depth.
15. Do You Own Material Scows? If So, How Many Do You Have Available For Use? Please List The Name Of The Scow, Its Type (ocean-going, Sealed Hull, Etc) And The Capacity.
16. Do You Have The Capability To Process The Dredged Material On Your Own? If So Please Explain. If Not, What Commercial Provider Of Dredge Material Processing Will You Engage For This Project? What Is The Daily Processing Capacity In Either Case?
17. Will You Be Able To Meet A Production Rate Of 2,500 Cubic Yards Per Calendar Day And Complete All Work?
18. Do You Have Experience With The Use Of An Automated Dredged Material Monitoring System (black Box / Silent Inspector) Employing A Dredged Material Inspector (dmi)?
Closing Date10 Jan 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Others...+1Software and IT Solutions
Germany
Description: Contract notice – General guideline, standard regulation Open procedure (services) Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT proc ... Additional procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Procurement of support services for IT procedures of the HMDIS, HMSI, HMFG, HMD and platform operations for customers in the HZD in five lots Enterprise Architect The following services are to be procured. As an "enterprise architect container construction and operation with Kubernetes clusters in enterprise environments, multicloud experience", the following requirements are made in particular: - At least three years of professional experience in the area of deployment, management and scaling of containerized applications - At least three years of professional experience in the area of installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least eight years of experience in the provision and administration of specialist applications, from a technical and specialist point of view At least three years of experience in the provision of procedures using container technology on Kubernetes - At least four years of experience with administration in enterprise server environments - At least three years of experience with data backup issues in container environments - At least two years of experience with BPMN tools - At least two years of experience with high availability requirements in Kubernetes clusters - At least two years of experience in the deployment of monitoring tools - At least one year of experience With 24*7 procedures - At least one year of experience in the application of incident, problem, change and release management processes in accordance with ITIL/ITSM - At least two years of experience in the creation and maintenance of technical concepts, documentation and architectures - Good knowledge of operational processes in accordance with ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in the implementation of API interfaces, vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Confident use of Ansible or similar scripting languages - Know-how in the configuration and operation of container-based applications with DBMS - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Process migration and container operation on Kubernetes. Services are to be procured below. As an "operator of container processes and migration specialist with distributed infrastructure", the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the software development and version management for Git-based software projects - In-depth knowledge of an enterprise environment acquired in at least eight years of professional experience - At least five years of experience in the use of ITIL tools and within the framework of ITIL processes - At least three years of experience with various container technologies - At least five years of experience with hybrid IT environments - At least three years of experience with nationwide IT cooperations - At least three years of experience with SharePoint, JIRA and FISbox - Good knowledge of operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Enable internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU states - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. BPMN tool specialist Services are to be procured below. As a BPMN tool specialist, the following requirements are particularly important: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the field of software development and version management for Git-based software projects - At least four years of professional experience with BPMN tools and process orchestration - At least four years of experience with process analysis - At least two years of experience with Camunda - At least one year of experience in complex network environments At least four years of experience with customer meetings - At least two years of experience with IT security requirements - Good knowledge of operational processes according to ITIL or ITSM (ideally ITIL Foundation) in accordance with section 4.1 - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards in public administration - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description. Platform specialist Services are to be procured below. As an operator of a Kubernetes platform on which several container processes with heterogeneous infrastructure are operated, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operation - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Good knowledge of operational processes According to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge in the area of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in reverse proxy configuration - Practical experience of at least six months or practiced routine in configuration of Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of INFRASTRUCTURE-AS-CODE - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of INFRASTRUCTURE tools in the context of ITIL processes - At least three months' experience in contributing to IT security concepts, load tests and penetration tests - Knowledge of Rancher, Mirantis and Ansible Further details can be found in the service description. Senior Platform Specialist Services are to be procured below. As a senior platform specialist for a Kubernetes platform, the following requirements in particular are made: - At least three years of professional experience in the deployment, management and scaling of containerized applications - At least three years of professional experience in the installation and operation of Linux operating systems - At least three years of professional experience in the area of software development and version management for Git-based software projects - At least two years of practical experience in the operation of Docker applications and medium-sized processes in container operations - At least two years of practical experience in dealing with Kubernetes - At least two years of practical experience in dealing with at least one other Kubernetes derivative - At least two years of practical experience in container management - At least two years of experience in the deployment and configuration of monitoring tools - At least two years of experience in monitoring container applications with Prometheus, Grafana, Elasticsearch, Kibana - At least three years of experience in Linux administration - Certification in CKA or CKAD - At least three years of experience with Kubernetes deployments and Docker technologies - At least three years of experience in planning, designing and operating Kubernetes clusters - At least two years of experience in planning and creating IT concepts in the public cloud infrastructure environment - Expert knowledge in database administration and database design in the operation of Kubernetes cluster environments and/or experience in the use of ITIL tools as part of ITIL processes - Good knowledge of the operating processes according to ITIL or ITSM - Good knowledge of the German language, both written and spoken, as well as knowledge of English, which enables the use of manufacturer information or Internet specialist forums - Good knowledge of IT security in accordance with BSI standards or comparable IT security standards of other EU countries - Deployment and configuration of monitoring tools such as Kibana, Grafana, Prometheus and others - Two years of experience in implementing API interfaces - Vulnerability analysis and fixing of containers - Two years of experience with transport standards of public administration - Confident handling of scripting - Practical experience of at least six months or practiced routine in Reverse - Practical experience of at least six months or practiced routine in configuring Ingress Server - Practical experience of at least six months or practiced routine in Git workflows - Confident handling of Infrastructure-as-Code (Ansible) - Solid knowledge of SQL basics - Solid knowledge of network basics - Experience of at least six months in the use of ITIL tools as part of ITIL processes - At least three months of experience in the preparation of IT security concepts, load tests and penetration tests - Knowledge in the areas of Rancher, Mirantis and Ansible Further details can be found in the service description
Closing Date14 Jan 2025
Tender AmountRefer Documents
Adela Serra Ty Memorial Medical Center Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Details: Description 1 It Equipment And Supplies 1 Lot 72,000.00 72,000.00 Powered Speaker 1 Unit 40,000.00 Specifications: 2500 W Peak (1600 Lf + 900 Hf) 1250 W Continuous Rms (800 Lf + 450 Hf) Free App (ios/android) For Remote Configuration And Control Bluetooth® Audio Streaming Direct From Device On-board Dsp With 4 Speaker Use Modes (inc. Custom Eq Via App) True Wireless Stereo Speaker Linking Via Bluetooth® Integrated 3-channel Mixer With Dual Xlr ¼-inch Combo Inputs, Mic/line Switches And Independent Level Controls Xlr Mix Output, Speaker Use, And Sub Size Controls 12” Driver, 2.5” (63 Mm) High-temperature Voice Coil 1” Exit Ceramic Driver With 1.4” (35 Mm) Coil Lightweight Enclosure For Easy Transport, Set Up And Installation Versatile Design - Pole-mountable, Wedge Monitor Or Flown Application With Integral M10 Suspension Points Powerful And Efficient Class D Amplifiers With Fanless Cooling Design To Run Cleaner, Quieter And With Greater Long-term Reliability Wireless Microphone 1 Unit 10,000.00 Specification: Ud-830i Uhf Dual Handheld Metal Wireless Mic With Case For Receiver And Microphones Changeable Frequency In Receiver Battery Indicator In Receiver With Case In Every Microphone 100-200 Meters Range Charger With 4pcs Double A Battery 1 Unit 5,000.00 Specification: 3 Color Led Charger 4 Aa 2550mah Pro Matte Black Rack Mountable Powered Mixer 1 Unit 17,000.00 Specification: 2x500 Watts / Channel 8 Mono / 2 Stereo Channels 7 Band Equalizer Pl55 & Xlr Compatibility 48v Phantom Power 1 Aux Send Bluetooth Connectivity Usb Connectivity Led Module Display Live Monitoring Capability Rugged Steel Chassis Mute Individual Channel
Closing Date22 Jan 2025
Tender AmountPHP 72 K (USD 1.2 K)
Wiltshire Council Tender
Others
United Kingdom
Details: The Commissioning Team At Wiltshire Council, Together With Procurement Are Hosting A Market Engagement Event In Relation To A Home From Hospital Service The Engagement Event Will Be An Opportunity To Find Out More And Share Your Views On The Planned Services. We Would Like To Hear Your Thoughts On How These Services Can Be Offered Across Three Acute Hospitals (ruh, Sft And Gwh). Short Summary Background The Hfh Contract Offers Short Term (up To 6 Weeks) Seven-day Service For People Aged 18 Years And Above Being Discharged From Hospital On Pathway 0 And/ Or Pathway 1. The Contract Will Include The Following Services: • A Short Term (up To Six Weeks) Seven-day Service For People Ages 18 Years And Above Being Discharges From Hospital • Telephone Calls To Al Those Who Are 65+ And Have Been Discharges On Pathway Zero Withing 48hrs • Short-term Home-based Support To Individuals Being Discharged Home Following A Stay In Hospital Who Require Community Support. This Will Not Be Personal Care. • Transport Home, If No Alternative Is Available, And Immediate Resettlement For Those Being Discharged From Hospital, Either Following A Hospital Stay Or A Visit To A&e • Support To Customers With Further Assessment Of Care Attending Pathway One And Pathway 2 Multi-disciplinary Meetings (mdt) As Required And Appropriate Signposting Once Discharged From Hospital And Back Home. • Support To Customers To Regain Their Confidence And Independence Whilst Providing A Short-term Service, With A Combination Of Both Practical (hands On), Emotional And Social Support, Following The Principle Of A Planned And Phased Reduction Of Support In Line With Re-gaining Confidence And Ability. • Relationships With Key Stakeholders To Ensue A Timely And Coordinated Approach To Hospital Discharge • Proactively Marketing The Service Across Communication, Patients, Carers Families And Clinicians And Taking Responsibility For Regularly Ensuring That All System Partners Are Aware Of The Service Offering And Capacity • A Consistent Service Across All Three Acute Hospitals – Ruh, Sft And Gwh The Event Will Take Place On Thursday 9th January - Online Via Teams. If You Would Like To Attend Please Express An Interest And Reply With The Email Addresses Of Your Representatives. We Look Forward To Hearing From You. The Procurement Team
Closing Date16 Jan 2025
Tender AmountRefer Documents
Provincial Government Of Aklan Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description 1. 1 Unit - Split Type Wall Mounted - Air Conditioning Unit 2.5hp, 1 Phase, 230v, Inverter Type, Cooling Capacity: 20,500 Btu/hr, Refrigerant: R32, Rated Power 1600w, 49db, 3.75 Cop, 6.45 Cspf, Including Mounting Brackets, Other Mechanical And Electrical Materials 2. 1 Unit - Package Type Floor Standing - Air Conditioning Unit 4.0hp, 1 Phase, 230v, Inverter Type, Including Mounting Brackets, Other Mechanical And Electrical Materials: Cooling Capacity: 34,100 Btu/hr; Refrigerant: R32; Cooling Input Power: 3.58kw; Min. Circuit Amps: 25.1a; Cop: 2.79; Cspf: 4.12; Sound Pressure Level: 52db (indoor)/52db(outdoor); 12-hr On/off Delay Setting Timer 3. 1 Unit - 1100-watt 15-inch 2 Way Powered Loudspeaker With 2 Wireless Microphones • 550w Continuous, 1100w • 15-inch (381 Mm) Lf Driver, 2.5-inch (63.5 Mm) High- Temperature Voice Coil • 1-inch (25.4 Mm) Neodymium Hf Driver With Precision Waveguide • Bi-amplified Design With Precision Active Crossover And Eq • Integrated 2-channel Mixer With Dual Xlr 1/4-inch Combo Mic/line Inputs And Independent Level Controls • Custom Engineered High-efficiency Class D Amplifiers With Passive Cooling Design Ậ€'' No Fan Means The Speaker Runs Cleaner, Quieter And Has Greater Long-term Reliability • Ground-lift Switch • Contour Switch For Increased Eq Control • Electronic Clip, Thermal And Transducer Overdrive Protection • Compact, Lightweight, Trapezoidal Cabinet Design For Easy Transport And Installation • Angled Rear Panel For Wedge Monitor Applications • Standard And Pole-mountable With Integral M10 Suspension Points • Xlr Link Output • Designed And Tuned In The Usa X-x-x
Closing Date30 Jan 2025
Tender AmountPHP 279.2 K (USD 4.7 K)
City Of Cape Town Tender
Furnitures and Fixtures
South Africa
Description: Rfq Type Goods Goods Stationery & Office Acc Reference Number Gm12500251 Title Wooden Easel Description 6 Activity Unit X Wooden Easel Specification* Gm12500251 Events Department X6 Wooden Easels Specifications #wooden Easel Stand That Weight Around 6.0 Kg Can Fit A Maximum Poster Size Up To 175cm Height. #it Is Nothing But An Ideal Stand For Art Exhibition And Gallery Use, Keeping Your Production In Its Own Standard. #wood Easel 175cm A-frame Display, Must Be Easy For Adult And For Kids/teens To Draw/paint #wood Material Wood Easels, Must Be Adjusted To Suit The Sitting Or Standing Artist#s Accessories, Essential For All Painting Techniques Solid Wood Tripod Studio Easel. #adjustable Angel The Canvas Carrier Can Be Adjusted For An Optimal Working Height, And Is Fitted With A Canvas Clamps For Extra Canvas Stability. #wide Applications Suitable For Art, Bar, Café, Artworks, Painting, Wedding And 3d Stretched Canvases, Etc. This Easel Can Be Used Standing And Sitting, Allowing For Relaxing Painting. For Professionals And Amateurs. #they Must Have Two Legs In The Front, And A Rear Swinging Leg At Their Back. An A Frames Design Allows For It To Be Placed In A Corner Or Other Tight Spaces. #the Rear Leg Must Also Sit Completely Flat Against The Body Of The Easel To Allow For Easy Storage. #simple Assembly Required And Easy To Fold. #easy To Transport #these Easels Are To Be Foldable And Lightweight, Easy And Convenient To Store. # Sample Pic <(>&<)> Technical Data Sheet Of Item You Plan To Supply To Be Attached To Quotation At Time Of Closing (please Read 'quotation Conditions')# Material Black Wood Easel Stand Size H 175cm X W 60cm X D 65cm Poster Size 120cm (max Height) X 60cm (width) Weight 5kg Quantity X6 Wood A-frame Easel 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 Date2025/02/07 Delivery Tosupport Services Suse Delivery Address12 Hertzog Boulevard, Cape Town Contact Personaviwe Tafeni Telephone Number0214001003 Cell Number Closing Date2025/01/31 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressgm1.quotations@capetown.gov.za Buyer Detailsl. Adams-adjiet Buyer Phone0214006766 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 Date31 Jan 2025
Tender AmountRefer Documents
POLREGIO S A Tender
Others
Poland
Details: Polregio Sa Małopolski Plant In Kraków Invites Contractors With Knowledge And Experience In The Subject Of The Order To Submit Price Information For The Performance Of A Repair Service For: 1. Drv3a-300 Brake Pad Adjuster - 5 Pcs. 2. Drv3a-600 Brake Pad Adjuster - 5 Pcs. Requirements For The Contractor: Transport To And Return After Repair At The Cost And Risk Of The Contractor/supplier As Part Of The Remuneration; Place of Collection/Delivery: Polregio Sa Rolling Stock Maintenance Section (warehouse) 34-200 Sucha Beskidzka Ul. Przemysłowa 1; Warranty Period 12 Months For The Above-mentioned Repair Service; Deadline For Completion Of The Repair Service 14 Business Days From Sending The Order. Commissionary Acceptance And Type Certificate 3.2. Payment Terms: Bank Transfer 30 Days From the Date of Receipt of a Correctly Issued Invoice; Please be advised that in accordance with: A) Art. 7 Paragraph 1 of the Act of 13 April 2022 on Specific Solutions for Counteracting Support for Aggression Against Ukraine and for Protecting National Security (Journal of Laws of 2022, item 835), B) Art. 5k of Council Regulation (EU) No. 833/2014 of 31 July 2014 concerning restrictive measures in connection with Russia's actions destabilizing the situation in Ukraine (Journal of Laws of the EU No. L 229 of 31.7.2014, p. 1). The Contractor Who Will Be Selected To Fulfill The Order Will Be Required To Submit A Declaration On The Lack Of Grounds For Exclusion - The Declaration Template Is In The Attachments Folder. The Ordering Party Reserves: - The Right To Invalidate The Proceedings At Any Of Their Stages (Without Selecting Offers) Without Giving A Reason, - The Possibility Of Changing The Terms Of The Price Information Request Conducted Before The Deadline For Submission Of Offers. In The "Attachments" Tab You Will Find: - GDPR Information Clause - Contractor's Declaration Regarding The Grounds For Exclusion From The Proceedings - This Request Does Not Constitute An Offer Within The Meaning Of The Civil Code. The Ordering Party Will Contact The Bidders Who Have Submitted The Best Price Proposals In Order To Conduct Negotiations By Phone Or Email
Closing Date4 Feb 2025
Tender AmountNA
Department Of Agriculture Tender
Agriculture or Forestry Works
Philippines
Details: Description Negotiated Procurement-two Failed Biddings For The Procurement Of Various Live Animals. 1. The Department Of Agriculture-regional Field Office 7, Will Conduct A Negotiated Procurement-two Failed Biddings Through The National Expenditure Plan (nep) For Fiscal Year 2025 (gaa 2025) And Intends To Apply The Sum Of Seven Hundred Seventy Thousand Pesos (₱770,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Various Live Animals Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7 Now Invites Bids For The Procurement Of Various Live Animals With The Following Details/specifications: 1) 11 Heads Upgraded Cattle (heifer) @35,000.00/head 2) 1 Head Upgraded Cattle (bull) @35,000.00 Specifications (heifer And Bull): 1. Aged Between 18-24 Months Old, Good In Physical Condition; 2. Weight At Least 150 Kilograms Prior For Distribution; 3 With Proper Eartag And Rope Tamed (5 Meters); 4. Good Physical Condition (alert And Active, Has Bright Eyes, Smooth Haircoat, With No Congenital Abnormalities, Physical Defects And Deformities); 5. Negative Surra Test; 6. Dewormed And Vaccinated Against Hemorrhagic Septicemia Two (2) Weeks Prior To Delivery Certified By A License Veterinarian 7. At Least 50% Of The Animals To Be Delivered Randomly Conducted Fecal Analysis Prior To Delivery, Free From Internal Parasites. 8. Bai Handlers License And Transport Carrier 9. The Winning Supplier Shall Notify Da Rfo 7 At Least One (1) Week In Advance Of The Proposed Date Of Delivery. Additional Specifications: *unit Cost Per Head Includes Transportation Cost To The Delivery Site; *animals Must Be Apparently Healthy, Free From Communicable Disease; *individual Weighing Should Be Done With The Presence Of The Inspectorate Team Prior To Delivery And During Distribution; *within One (1) Week After Delivery, Any Mortalities Will Be Replaced By The Supplier Upon Prior Notice; And *weighing Fee To Be Shouldered By The Supplier Delivery Site: Mantalongon, Dalaguete, Cebu 3) 9 Heads Water Buffalo (caracao) @35,000.00/head 4) 1 Head Water Buffalo (carabull) @35,000.00 Specifications (carabull And Caracao): 1. Aged Between 18-28 Months Old, Good In Physical Condition; 2. Weight At Least 150 Kilograms Prior For Distribution; 3 With Proper Eartag And Rope Tamed (5 Meters); 4. Good Physical Condition (alert And Active, Has Bright Eyes, Smooth Haircoat, With No Congenital Abnormalities, Physical Defects And Deformities); 5. Negative Surra Test; 6. Dewormed And Vaccinated Against Hemorrhagic Septicemia Two (2) Weeks Prior To Delivery Certified By A License Veterinarian. 7. At Least 50% Of The Animals To Be Delivered Randomly Conducted Fecal Analysis Prior To Delivery, Free From Internal Parasites. 8. Bai Handlers License And Transport Carrier 9. The Winning Supplier Shall Notify Da Rfo 7 At Least One (1) Week In Advance Of The Proposed Date Of Delivery. Additional Specifications: *unit Cost Per Head Includes Transportation Cost To The Delivery Site; *animals Must Be Apparently Healthy, Free From Communicable Disease; *individual Weighing Should Be Done With The Presence Of The Inspectorate Team Prior To Delivery And During Distribution; *within One (1) Week After Delivery, Any Mortalities Will Be Replaced By The Supplier Upon Prior Notice; And *weighing Fee To Be Shouldered By The Supplier. Delivery Site: Daanbantayan, Cebu Delivery Of The Goods Is Required Within 30 Calendar Days From The Receipt Of Approved Notice To Proceed (ntp). Bidders Should Have Completed, Within Five Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. The Following Eligibility Requirements & Other Documents Shall Be Submitted On Or Before February 3, 2025, 10:00 Am Upon Payment Of Applicable Fee At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City: Eligibility Requirements: 1. Valid Sec/dti/cda Registration Certificate; 2. Valid Mayor’s/business Permit (for A 2-year Coverage Mayor’s/business Permit Specifically In Cebu City, Attach Official Receipt (or) As Proof Of Payment For Renewal; 3. Valid Platinum Philgeps Registration (not Expired During Opening Of Bids); 4. Valid Bir Tax Clearance (not Expired During Opening Of Bids); 5. Annual Income Tax Return Of The Preceding Tax Year; 6. Business/vat Percentage Tax Return; 7. Omnibus Sworn Statement (notarized)/secretary’s Certificate (notarized) (if There’s Any); 8. Tax Exemption Certificate (if There’s Any) 9. Bai Handlers License And Transport Carrier 4. Pre-negotiation Conference For The Negotiated Procurement With Interested Bidders/suppliers Will Be Conducted On January 21, 2025, 2:00 Pm At Da-7 Rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 5. A Complete Set Of Canvass Form May Be Acquired By Interested Bidders From January 13, 2025 To January 31, 2025 At 8:00am To 5:00pm, Office Hours From The Address Below Upon Payment Of A Non-refundable Fee Of ₱1,000.00. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before February 3, 2025, 10:00 Am. Late Bids Shall Not Be Accepted. 7. The Deadline Of Submission And Opening Of The Eligibility Requirements And Canvass/bid Form (best Offer) Will Be On February 3, 2025, 10:00 Am At Da7-rcpc Conference Room, Department Of Agriculture Rfo-7 Complex, Maguikay, Mandaue City. 8. The Department Of Agriculture Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 9. The Department Of Agriculture Regional Field Office 7 (da-rfo 7) Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Bac 2 / Procurement Section Department Of Agriculture Regional Field Office-7 Telefax No. 032-2682698 Or 032-345-3483 January 13, 2025 ( Sgd.) Rtd Wilberto O. Castillo, Ph.d. Bac Chairperson
Closing Date3 Feb 2025
Tender AmountPHP 770 K (USD 13.1 K)
POLREGIO S A Tender
Others
Poland
Details: Subject of the Proceeding: Animal Repeller For Railway Rolling Stock For En57al And En57ald Vehicles: 1) Ultrasonic Animal Repeller For Railway Rolling Stock For En57al And En57ald Vehicles - 26 Pcs. Subject Requirements: 1. Desired Completion Date 14 Calendar Days. 2. Transport of Goods At The Seller’s Cost And Risk, To The Ordering Party’s Headquarters (polregio Sa, Rolling Stock Maintenance Section In Łuków, Ul. Kolejowa 22, 21-400 Łuków). 3. Payment Terms: 30 Days From The Date Of Invoice Delivery. In The Case Of Delivery Of The Invoice After The Order Fulfillment Deadline, The 30 Day Period Will Be Counted From The Date Of Delivery Of The Invoice To The Ordering Party, While In The Case Of Delivery Of The Invoice Before Order Fulfillment, The Period Will Be Counted From The Date Of Order Fulfillment. 4. Declaration from the Seller that the Goods being delivered are Brand New and Free from Defects. 5. Warranty required: 12 Months from the Date of Delivery to the Ordering Party (polregio Sa). 6. Certificate of Acceptance 3.1 or Certificate of Conformity 2.1 required. 7. Equivalent Products Are Allowed (But Such Information Must Be Provided by the Seller in the Questions/Information Tab and Together with the Quote). Additional Provisions: 1. The Contractor Undertakes to Pay the Ordering Party (polregio Sa) a Contractual Penalty for Delay in Execution in the Amount of 5% of the Contractor's Net Remuneration for Each Day of Delay. However, This Penalty May Amount to a Maximum of 50% of the Order Value. 2. The Ordering Party (polregio Sa) reserves: A) The right to end the procedure before the expiry of the time with or without a choice made and without giving a reason, and to cancel the procedure; B) The right to change the terms of the procedure before the expiry of the deadline for submitting price information; C) After the end of the inquiry (rfi), the right to close the procedure or start the next stages in the form of submitting offers/electronic auction/negotiations; D) The right to freely choose the offer. In the tab "Organizer's attachments" you will find the GDPR Information Clause. This announcement does not constitute an offer within the meaning of the Civil Code
Closing Date3 Feb 2025
Tender AmountNA
POLREGIO S A Tender
Others
Poland
Details: Subject of the Proceeding: Elements From the Transverse Roll Stabilizer For En98a Vehicles (001-009): 1) Metal-rubber Bushing (no. 745 146 S2) For En98a Vehicles (001-009) - 36 Pcs. 2) Slide Bearing (ina-ge 50 Uk-2rs) For En98a Vehicles (001-009) - 36 Pcs. Possibility of Submitting Offers For Individual Items, Without the Requirement of Offering the Entire Item. Subject Requirements: 1. Desired Completion Date 14 Calendar Days. 2. Transport of the Goods At the Seller’s Cost and Risk, To the Ordering Party’s Headquarters (polregio Sa, Rolling Stock Maintenance Section In Łuków, Ul. Kolejowa 22, 21-400 Łuków). 3. Payment Terms: 30 Days From The Date Of Invoice Delivery. In the event of delivery of the invoice after the order fulfillment deadline, the 30-day period will be counted from the date of delivery of the invoice to the ordering party, while in the event of delivery of the invoice before order fulfillment, the period will be counted from the date of order fulfillment. 4. Declaration from the Seller that the delivered goods are brand new and free from defects. 5. Warranty required: 12 months from the date of delivery to the ordering party (polregio Sa). 6. Certificate of Acceptance 3.1 required. 7. Equivalent Products Are Allowed (but Such Information Must Be Provided by the Seller in the Questions/Information Tab and Together with the Quote). Additional Provisions: 1. The Contractor undertakes to pay the Ordering Party (polregio Sa) a contractual penalty for delay in implementation in the amount of 5% of the Contractor's net remuneration for each day of delay. However, this penalty may amount to a maximum of 50% of the Order Value. 2. The Ordering Party (polregio Sa) reserves the right to: A) End the Proceedings before the expiry of the time with or without a choice made and without giving a reason, and to cancel the Proceedings; B) Change the Terms of the Conducted Proceedings before the expiry of the deadline for submitting price information; C) After the end of the Inquiry (rfi), Close the Proceedings or start the next stages in the form of submitting offers/electronic auction/negotiations; D) Free choice of the offer. In the "Organizer's attachments" tab you will find the GDPR Information Clause. This Announcement Does Not Constitute an Offer Within the Meaning of the Civil Code
Closing Date15 Jan 2025
Tender AmountNA
6661-6670 of 10000 archived Tenders