Transport Tenders
Transport Tenders
Ministry of Transport and Transport HNZ/K Tender
Others...+1Electrical and Electronics
Bosnia and Herzegovina
Purchaser Name: Ministry of Transport and Transport HNZ/K | Road Cadastre Establishment Services on Regional Roads R-435a, R435 and R436
Closing Date4 Feb 2025
Tender AmountBAM 2.5 K (USD 1.3 K)
Ministry of Transport and Transport HNZ/K Tender
Civil And Construction...+1Civil Works Others
Bosnia and Herzegovina
Purchaser Name: Ministry of Transport and Transport HNZ/K | Preparation of Project Documentation for the Reconstruction of Regional Roads (4 Lots)
Closing Date20 Jan 2025
Tender AmountRefer Documents
Ministry Of Transport And Transport In Italy Tender
Services
Others
Poland
Purchaser Name: Ministry Of Transport And Transport In Italy | Poland – Traffic-signal Maintenance Services – Prowadzenie Bieżącego Utrzymania, Konserwacji I Remontów Sygnalizacji Świetlnych Oraz Urządzeń Its W Granicach Administracyjnych Gminy Olsztyn
Closing Date15 Jan 2025
Tender AmountRefer Documents
Province Of Occidental Mindoro Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Abra De Ilog Invitation To Bid For Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community 1. The Local Government Unit Of Abra De Ilog, Occ. Mindoro, Through The 20% Development Fund Intends To Apply The Sum Of Four Hundred Seventy Thousand Four Hundred Fifty Pesos Only.(p 470,450.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community Goods # 36-2024. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Abra De Ilog, Occ. Mindoro Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By 36 Calendar Days. Bidders Should Have Completed, Within 5 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 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 No. 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of Abra De Ilog, Occ. Mindoro And Inspect The Bidding Documents At The Address Given Below During From December 26, 2024 To January 8, 2025; 8:00 Am To 5:00 Pm During Weekdays. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 26, 2024 To January 8, 2025; 8:00 Am To 5:00 During Weekdays Upon Payment Of The Applicable Fee For The Bidding Documents Pursuant To The Guidelines Issued By The Gppb In The Amount Of Five Hundred Pesos Only (p 500.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Means And Presented In Person. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before January 8, 2025; 2:30 Pm. Late Bids Shall Not Be Accepted. 5. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 6. Bid Opening Shall Be On January 8, 2025; 2:30 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 7. The Local Government Unit Of Abra De Ilog, Occ. Mindoro 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. 8. For Further Information, Please Refer To: Engr. Adriel S. Dacara Municipal Engineer Office Of The Mun. Engineer Abra De Ilog, Occ. Mindoro 0910-8748-143 Meo.abradeilog@gmail.com Bac Office Municipal Building Barangay Poblacion, Abra De Ilog, Occ. Mindoro Baclguabradeilog@yahoo.com Cp# 0908-888-7026 Linda B. Ramos Municipal Budget Officer Bac Chairman December 23, 2024 Instruction To Bidders 1. Scope Of Bid The Procuring Entity, Local Government Unit Of Abra De Ilog, Occ. Mindoro Wishes To Receive Bids For The Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community With Identification Number Goods # 36-2024. The Procurement Project (referred To Herein As “project”) Is Composed Of Goods, The Details Of Which Are Described In Section Vii (technical Specifications). 2. Funding Information 2.1. The Gop Through The Source Of Funding As Indicated Below For Fy 2024 In The Amount Of Four Hudnred Seventy Thousand Four Hundred Fifty Pesos Only. ( P 470,450.00) 2.2. The Source Of Funding Is: 20% Development Fund 3. Bidding Requirements The Bidding For The Project Shall Be Governed By All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including Its Generic Procurement Manuals And Associated Policies, Rules And Regulations As The Primary Source Thereof, While The Herein Clauses Shall Serve As The Secondary Source Thereof. Any Amendments Made To The Irr And Other Gppb Issuances Shall Be Applicable Only To The Ongoing Posting, Advertisement, Or Ib By The Bac Through The Issuance Of A Supplemental Or Bid Bulletin. The Bidder, By The Act Of Submitting Its Bid, Shall Be Deemed To Have Verified And Accepted The General Requirements Of This Project, Including Other Factors That May Affect The Cost, Duration And Execution Or Implementation Of The Contract, Project, Or Work And Examine All Instructions, Forms, Terms, And Project Requirements In The Bidding Documents. 4. Corrupt, Fraudulent, Collusive, And Coercive Practices The Procuring Entity, As Well As The Bidders And Suppliers, Shall Observe The Highest Standard Of Ethics During The Procurement And Execution Of The Contract. They Or Through An Agent Shall Not Engage In Corrupt, Fraudulent, Collusive, Coercive, And Obstructive Practices Defined Under Annex “i” Of The 2016 Revised Irr Of Ra No. 9184 Or Other Integrity Violations In Competing For The Project. 5. Eligible Bidders 5.1. Only Bids Of Bidders Found To Be Legally, Technically, And Financially Capable Will Be Evaluated. 5.2. Foreign Ownership Limited To Those Allowed Under The Rules May Participate In This Project. 5.3. Pursuant To Section 23.4.1.3 Of The 2016 Revised Irr Of Ra No.9184, The Bidder Shall Have An Slcc That Is At Least One (1) Contract Similar To The Project The Value Of Which, Adjusted To Current Prices Using The Psa’s Cpi, Must Be At Least Equivalent To: A. For The Procurement Of Non-expendable Supplies And Services: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. B. For The Procurement Of Expendable Supplies: The Bidder Must Have Completed A Single Contract That Is Similar To This Project, Equivalent To At Least Twenty-five Percent (25%) Of The Abc. 5.4. The Bidders Shall Comply With The Eligibility Criteria Under Section 23.4.1 Of The 2016 Irr Of Ra No. 9184. 6. Origin Of Goods There Is No Restriction On The Origin Of Goods Other Than Those Prohibited By A Decision Of The Un Security Council Taken Under Chapter Vii Of The Charter Of The Un, Subject To Domestic Preference Requirements Under Itb Clause 18. 7. Subcontracts The Procuring Entity Has Prescribed That: A. Subcontracting Is Not Allowed. 8. Pre-bid Conference The Procuring Entity Will Hold A Pre-bid Conference For This Project Is None. Prospective Bidders May Request For Clarification On And/or Interpretation Of Any Part Of The Bidding Documents. Such Requests Must Be In Writing And Received By The Procuring Entity, Either At Its Given Address Or Through Electronic Mail Indicated In The Ib, At Least Ten (10) Calendar Days Before The Deadline Set For The Submission And Receipt Of Bids. 9. Documents Comprising The Bid: Eligibility And Technical Components 10.1. The First Envelope Shall Contain The Eligibility And Technical Documents Of The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 10.2. The Bidder’s Slcc As Indicated In Itb Clause 5.3 Should Have Been Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 10.3. If The Eligibility Requirements Or Statements, The Bids, And All Other Documents For Submission To The Bac Are In Foreign Language Other Than English, It Must Be Accompanied By A Translation In English, Which Shall Be Authenticated By The Appropriate Philippine Foreign Service Establishment, Post, Or The Equivalent Office Having Jurisdiction Over The Foreign Bidder’s Affairs In The Philippines. Similar To The Required Authentication Above, For Contracting Parties To The Apostille Convention, Only The Translated Documents Shall Be Authenticated Through An Apostille Pursuant To Gppb Resolution No. 13-2019 Dated 23 May 2019. The English Translation Shall Govern, For Purposes Of Interpretation Of The Bid. 10. Documents Comprising The Bid: Financial Component 11.1. The Second Bid Envelope Shall Contain The Financial Documents For The Bid As Specified In Section Viii (checklist Of Technical And Financial Documents). 11.2. If The Bidder Claims Preference As A Domestic Bidder Or Domestic Entity, A Certification Issued By Dti Shall Be Provided By The Bidder In Accordance With Section 43.1.3 Of The 2016 Revised Irr Of Ra No. 9184. 11.3. Any Bid Exceeding The Abc Indicated In Paragraph 1 Of The Ib Shall Not Be Accepted. 11. Bid Prices 12.1. Prices Indicated On The Price Schedule Shall Be Entered Separately In The Following Manner: A. For Goods Offered From Within The Procuring Entity’s Country: I. The Price Of The Goods Quoted Exw (ex-works, Ex-factory, Ex-warehouse, Ex-showroom, Or Off-the-shelf, As Applicable); Ii. The Cost Of All Customs Duties And Sales And Other Taxes Already Paid Or Payable; Iii. The Cost Of Transportation, Insurance, And Other Costs Incidental To Delivery Of The Goods To Their Final Destination; And Iv. The Price Of Other (incidental) Services, If Any, Listed In E. 12. Bid And Payment Currencies 13.1. For Goods That The Bidder Will Supply From Outside The Philippines, The Bid Prices May Be Quoted In The Local Currency Or Tradeable Currency Accepted By The Bsp At The Discretion Of The Bidder. However, For Purposes Of Bid Evaluation, Bids Denominated In Foreign Currencies, Shall Be Converted To Philippine Currency Based On The Exchange Rate As Published In The Bsp Reference Rate Bulletin On The Day Of The Bid Opening. 13.2. Payment Of The Contract Price Shall Be Made In: A. Philippine Pesos. 13. Bid Security 14.1. The Bidder Shall Submit A Bid Securing Declaration Or Any Form Of Bid Security In The Amount Indicated In The Bds, Which Shall Be Not Less Than The Percentage Of The Abc In Accordance With The Schedule In The Bds. 14.2. The Bid And Bid Security Shall Be Valid Until 120 Calendar Days. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 14. Sealing And Marking Of Bids Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. The Procuring Entity May Request Additional Hard Copies And/or Electronic Copies Of The Bid. However, Failure Of The Bidders To Comply With The Said Request Shall Not Be A Ground For Disqualification. 15. Deadline For Submission Of Bids 16.1. The Bidders Shall Submit On The Specified Date And Time And Either At Its Physical Address Or Through Online Submission As Indicated In Paragraph 7 Of The Ib. 16. Opening And Preliminary Examination Of Bids The Bac Shall Open The Bids In Public At The Time, On The Date, And At The Place Specified In Paragraph 9 Of The Ib. The Bidders’ Representatives Who Are Present Shall Sign A Register Evidencing Their Attendance. In Case The Bids Cannot Be Opened As Scheduled Due To Justifiable Reasons, The Rescheduling Requirements Under Section 29 Of The 2016 Revised Irr Of Ra No. 9184 Shall Prevail. 17.1. The Preliminary Examination Of Bids Shall Be Governed By Section 30 Of The 2016 Revised Irr Of Ra No. 9184. 17. Domestic Preference 18.1. The Procuring Entity Will Grant A Margin Of Preference For The Purpose Of Comparison Of Bids In Accordance With Section 43.1.2 Of The 2016 Revised Irr Of Ra No. 9184. 18. Detailed Evaluation And Comparison Of Bids 19.1. The Procuring Bac Shall Immediately Conduct A Detailed Evaluation Of All Bids Rated “passed,” Using Non-discretionary Pass/fail Criteria. The Bac Shall Consider The Conditions In The Evaluation Of Bids Under Section 32.2 Of The 2016 Revised Irr Of Ra No. 9184. 19.2. The Descriptions Of The Lots Or Items Shall Be Indicated In Section Vii (technical Specifications), Although The Abcs Of These Lots Or Items Are Indicated In The Bds For Purposes Of The Nfcc Computation Pursuant To Section 23.4.2.6 Of The 2016 Revised Irr Of Ra No. 9184. The Nfcc Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19.3. The Project Shall Be Awarded As Follows: Option 1 – One Project Having Several Items That Shall Be Awarded As One Contract. 19.4. Except For Bidders Submitting A Committed Line Of Credit From A Universal Or Commercial Bank In Lieu Of Its Nfcc Computation, All Bids Must Include The Nfcc Computation Pursuant To Section 23.4.1.4 Of The 2016 Revised Irr Of Ra No. 9184, Which Must Be Sufficient For The Total Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. For Bidders Submitting The Committed Line Of Credit, It Must Be At Least Equal To Ten Percent (10%) Of The Abcs For All The Lots Or Items Participated In By The Prospective Bidder. 19. Post-qualification 20.1. Within A Non-extendible Period Of Five (5) Calendar Days From Receipt By The Bidder Of The Notice From The Bac That It Submitted The Lowest Calculated Bid, The Bidder Shall Submit Its Latest Income And Business Tax Returns Filed And Paid Through The Bir Electronic Filing And Payment System (efps) And Other Appropriate Licenses And Permits Required By Law And Stated In The Bds. 20. Signing Of The Contract 21.1. The Documents Required In Section 37.2 Of The 2016 Revised Irr Of Ra No. 9184 Shall Form Part Of The Contract. Additional Contract Documents Are Indicated In The Bds. Bid Data Sheet Itb Clause 5.3 For This Purpose, Contracts Similar To The Project Shall Be: A. Supply And Delivery Of Fuel For The Construction Of Road With Drainage Canal At Pambuhan Housing Community. B. Completed Within 5 Years Prior To The Deadline For The Submission And Receipt Of Bids. 12 The Price Of The Goods Shall Be Quoted Delivered Duty Paid To Project Site 14.1 The Bid Security Shall Be In The Form Of A Bid Securing Declaration, Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P 9,409.00 The Amount Equivalent To Two Percent (2%) Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or B. The Amount Of Not Less Than P 23,522.5 The Amount Equivalent To Five Percent (5%) Of Abc] If Bid Security Is In Surety Bond. 20.2 Licenses And Permits Relevant To The Project 21.2 Additional Contract Documents Relevant To The Project Required By Existing Laws And/or The Procuring Entity. General Conditions Of Contract 1. Scope Of Contract This Contract Shall Include All Such Items, Although Not Specifically Mentioned, That Can Be Reasonably Inferred As Being Required For Its Completion As If Such Items Were Expressly Mentioned Herein. All The Provisions Of Ra No. 9184 And Its 2016 Revised Irr, Including The Generic Procurement Manual, And Associated Issuances, Constitute The Primary Source For The Terms And Conditions Of The Contract, And Thus, Applicable In Contract Implementation. Herein Clauses Shall Serve As The Secondary Source For The Terms And Conditions Of The Contract. This Is Without Prejudice To Sections 74.1 And 74.2 Of The 2016 Revised Irr Of Ra No. 9184 Allowing The Gppb To Amend The Irr, Which Shall Be Applied To All Procurement Activities, The Advertisement, Posting, Or Invitation Of Which Were Issued After The Effectivity Of The Said Amendment. Additional Requirements For The Completion Of This Contract Shall Be Provided In The Special Conditions Of Contract (scc). 2. Advance Payment And Terms Of Payment 2.1. Advance Payment Of The Contract Amount Is Provided Under Annex “d” Of The Revised 2016 Irr Of Ra No. 9184. 2.2. The Procuring Entity Is Allowed To Determine The Terms Of Payment On The Partial Or Staggered Delivery Of The Goods Procured, Provided Such Partial Payment Shall Correspond To The Value Of The Goods Delivered And Accepted In Accordance With Prevailing Accounting And Auditing Rules And Regulations. The Terms Of Payment Are Indicated In The Scc. 3. Performance Security Within Ten (10) Calendar Days From Receipt Of The Notice Of Award By The Bidder From The Procuring Entity But In No Case Later Than Prior To The Signing Of The Contract By Both Parties, The Successful Bidder Shall Furnish The Performance Security In Any Of The Forms Prescribed In Section 39 Of The 2016 Revised Irr Of Ra No. 9184. 4. Inspection And Tests The Procuring Entity Or Its Representative Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Project Specifications At No Extra Cost To The Procuring Entity In Accordance With The Generic Procurement Manual. In Addition To Tests In The Scc, Section Iv (technical Specifications) Shall Specify What Inspections And/or Tests The Procuring Entity Requires, And Where They Are To Be Conducted. The Procuring Entity Shall Notify The Supplier In Writing, In A Timely Manner, Of The Identity Of Any Representatives Retained For These Purposes. All Reasonable Facilities And Assistance For The Inspection And Testing Of Goods, Including Access To Drawings And Production Data, Shall Be Provided By The Supplier To The Authorized Inspectors At No Charge To The Procuring Entity. 5. Warranty 6.1. In Order To Assure That Manufacturing Defects Shall Be Corrected By The Supplier, A Warranty Shall Be Required From The Supplier As Provided Under Section 62.1 Of The 2016 Revised Irr Of Ra No. 9184. The Procuring Entity Shall Promptly Notify The Supplier In Writing Of Any Claims Arising Under This Warranty. Upon Receipt Of Such Notice, The Supplier Shall, Repair Or Replace The Defective Goods Or Parts Thereof Without Cost To The Procuring Entity, Pursuant To The Generic Procurement Manual. 6. Liability Of The Supplier The Supplier’s Liability Under This Contract Shall Be As Provided By The Laws Of The Republic Of The Philippines. If The Supplier Is A Joint Venture, All Partners To The Joint Venture Shall Be Jointly And Severally Liable To The Procuring Entity. Special Conditions Of Contract Special Conditions Of Contract Gcc Clause 1 Delivery And Documents – For Purposes Of The Contract, “exw,” “fob,” “fca,” “cif,” “cip,” “ddp” And Other Trade Terms Used To Describe The Obligations Of The Parties Shall Have The Meanings Assigned To Them By The Current Edition Of Incoterms Published By The International Chamber Of Commerce, Paris. The Delivery Terms Of This Contract Shall Be As Follows: “the Delivery Terms Applicable To This Contract Are Delivered To Lgu Compound, Abra De Ilog, Occidental Mindoro. Risk And Title Will Pass From The Supplier To The Procuring Entity Upon Receipt And Final Acceptance Of The Goods At Their Final Destination.” Delivery Of The Goods Shall Be Made By The Supplier In Accordance With The Terms Specified In Section Vi (schedule Of Requirements). For Purposes Of This Clause The Procuring Entity’s Representative At The Project Site Is Adriel S. Dacara, Municipal Engineer Incidental Services – The Supplier Is Required To Provide All Of The Following Services, Including Additional Services, If Any, Specified In Section Vi. Schedule Of Requirements: A. Performance Or Supervision Of On-site Assembly And/or Start-up Of The Supplied Goods; B. Furnishing Of Tools Required For Assembly And/or Maintenance Of The Supplied Goods; C. Furnishing Of A Detailed Operations And Maintenance Manual For Each Appropriate Unit Of The Supplied Goods; D. Performance Or Supervision Or Maintenance And/or Repair Of The Supplied Goods, For A Period Of Time Agreed By The Parties, Provided That This Service Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And E. Training Of The Procuring Entity’s Personnel, At The Supplier’s Plant And/or On-site, In Assembly, Start-up, Operation, Maintenance, And/or Repair Of The Supplied Goods. The Contract Price For The Goods Shall Include The Prices Charged By The Supplier For Incidental Services And Shall Not Exceed The Prevailing Rates Charged To Other Parties By The Supplier For Similar Services. Spare Parts – The Supplier Is Required To Provide All Of The Following Materials, Notifications, And Information Pertaining To Spare Parts Manufactured Or Distributed By The Supplier: A. Such Spare Parts As The Procuring Entity May Elect To Purchase From The Supplier, Provided That This Election Shall Not Relieve The Supplier Of Any Warranty Obligations Under This Contract; And The Spare Parts And Other Components Required Are Listed In Section Vi (schedule Of Requirements) And The Cost Thereof Are Included In The Contract Price. The Supplier Shall Carry Sufficient Inventories To Assure Ex-stock Supply Of Consumable Spare Parts Or Components For The Goods For A Period Of 1 Year Spare Parts Or Components Shall Be Supplied As Promptly As Possible, But In Any Case, Within 1 Month Of Placing The Order. Packaging – The Supplier Shall Provide Such Packaging Of The Goods As Is Required To Prevent Their Damage Or Deterioration During Transit To Their Final Destination, As Indicated In This Contract. The Packaging Shall Be Sufficient To Withstand, Without Limitation, Rough Handling During Transit And Exposure To Extreme Temperatures, Salt And Precipitation During Transit, And Open Storage. Packaging Case Size And Weights Shall Take Into Consideration, Where Appropriate, The Remoteness Of The Goods’ Final Destination And The Absence Of Heavy Handling Facilities At All Points In Transit. The Packaging, Marking, And Documentation Within And Outside The Packages Shall Comply Strictly With Such Special Requirements As Shall Be Expressly Provided For In The Contract, Including Additional Requirements, If Any, Specified Below, And In Any Subsequent Instructions Ordered By The Procuring Entity. The Outer Packaging Must Be Clearly Marked On At Least Four (4) Sides As Follows: Local Government Unit Of Abra De Ilog, Occ. Mindoro Name Of The Supplier Contract Description Final Destination Gross Weight Any Special Lifting Instructions Any Special Handling Instructions Any Relevant Hazchem Classifications A Packaging List Identifying The Contents And Quantities Of The Package Is To Be Placed On An Accessible Point Of The Outer Packaging If Practical. If Not Practical The Packaging List Is To Be Placed Inside The Outer Packaging But Outside The Secondary Packaging. Transportation – Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip, Or Ddp, Transport Of The Goods To The Port Of Destination Or Such Other Named Place Of Destination In The Philippines, As Shall Be Specified In This Contract, Shall Be Arranged And Paid For By The Supplier, And The Cost Thereof Shall Be Included In The Contract Price. Where The Supplier Is Required Under This Contract To Transport The Goods To A Specified Place Of Destination Within The Philippines, Defined As The Project Site, Transport To Such Place Of Destination In The Philippines, Including Insurance And Storage, As Shall Be Specified In This Contract, Shall Be Arranged By The Supplier, And Related Costs Shall Be Included In The Contract Price. Where The Supplier Is Required Under Contract To Deliver The Goods Cif, Cip Or Ddp, Goods Are To Be Transported On Carriers Of Philippine Registry. In The Event That No Carrier Of Philippine Registry Is Available, Goods May Be Shipped By A Carrier Which Is Not Of Philippine Registry Provided That The Supplier Obtains And Presents To The Procuring Entity Certification To This Effect From The Nearest Philippine Consulate To The Port Of Dispatch. In The Event That Carriers Of Philippine Registry Are Available But Their Schedule Delays The Supplier In Its Performance Of This Contract The Period From When The Goods Were First Ready For Shipment And The Actual Date Of Shipment The Period Of Delay Will Be Considered Force Majeure. The Procuring Entity Accepts No Liability For The Damage Of Goods During Transit Other Than Those Prescribed By Incoterms For Ddp Deliveries. In The Case Of Goods Supplied From Within The Philippines Or Supplied By Domestic Suppliers Risk And Title Will Not Be Deemed To Have Passed To The Procuring Entity Until Their Receipt And Final Acceptance At The Final Destination. Intellectual Property Rights – The Supplier Shall Indemnify The Procuring Entity Against All Third-party Claims Of Infringement Of Patent, Trademark, Or Industrial Design Rights Arising From Use Of The Goods Or Any Part Thereof. 4 The Inspections And Tests That Will Be Conducted Are: None
Closing Date8 Jan 2025
Tender AmountPHP 470.4 K (USD 8.1 K)
Department Of Agriculture Tender
Agriculture or Forestry Works
Philippines
Details: Description Invitation To Bid For The Procurement Of 56 Heads Gilt Under Saad Program Cy 2024 (second Posting) 1. The Department Of Agriculture Regional Field Office Iva Through The Saad Program Intends To Apply The Sum Of One Million Nine Hundred Sixty Thousand Pesos (ᵽ1,960,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of 56 Heads Gilt Under Saad Program Cy 2024 With Project Identification No.: Itb-2024-10-245. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture Regional Field Office Iva Now Invites Bids For The Above Procurement Project. Quantity Unit Item Description Total Cost 56 Heads Swine 1,960,000.00 Gilt (landrace Or Large White) -at Least 4 Months Old -at Least 70 Kgs -with Ear Tags /microchip -veterinary Health Certificate Indicating Vaccination Against Hog Cholera Must Be Presented Before Delivery -with Updated Negative Tests From Asf Before Delivery Remarks: Includes Transport And Delivery Costs In Alabat, Quezon, Perez, Quezon Asf Test Expenses Will Be Charged To The Supplier Must Be Sourced Out From Asf Free Farm" Place Of Delivery: Alabat Perez, And Quezon, Quezon Delivery Of The Goods Is Required Within Thirty (30) Calendar Days Upon Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. A. 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 No. 5183. 4. Prospective Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office Iva, 8:00 Am To 3:00 Pm Mondays Thru Fridays Except On The Scheduled Time Of Pre-bid Conference And Inspect The Bidding Documents At The Address Given Below: Department Of Agriculture Regional Field Office Iv-a Bac Secretariat Office / Arturo R. Tanco Training Hall Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On The Address Given Above Mondays Thru Fridays 8:00 Am To 3:00 Pm Except On The Scheduled Time Of Pre-bid And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos (ᵽ5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office Iva Will Hold A Pre-bid Conference On December 26, 2024 2:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity. Furthermore, Bidders Are Required To Provide Their Company Id And Another Valid Id, And Authorization Letter From The Company They Represent.) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas On Or Before December 9, 2024 9:00 Am. 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 Shall Be On January 7, 2025 2:10 Pm (bidders Must Be Present At The Venue One (1) Hour Before The Scheduled Bidding Activity. Time Schedule Is Subject To Adjustment Depending On The Flow Of Bidding Activity) At Department Of Agriculture Regional Field Office Iv-a Stiarc Conference Room, Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office Iv-a 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 11. The Department Of Agriculture Regional Field Office Iva 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. 12. For Further Information, Please Refer To: Engr. Ernie N. Rabusa Chairperson, Bids And Awards Committee Secretariat Department Of Agriculture Regional Field Office Iv-a Lipa Agricultural Research And Experiment Station (lares), Brgy. Marawoy, Lipa City, Batangas Contact No.: (02) 8273-24-74 (local 4487) Email Address: Bacsecretariat@calabarzon.da.gov.ph 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: [https://notices.philgeps.gov.ph; Https://calabarzon.da.gov.ph/invitation-to-bid-page/] Date Of Issue: December 17, 2024 ______________________________________ (sgd) Engr. Romelo F. Reyes Chairperson, Bids And Awards Committee
Closing Date7 Jan 2025
Tender AmountPHP 1.9 Million (USD 33.7 K)
Police Command in Wroclaw Tender
Services
Others
Poland
Details: Title: Przewóz I Holowanie Pojazdów Lub Części Pojazdów O Masie Do 3,5 T. Dmc Lub Pojazdów O Napędzie Alternatywnym O Dmc Do 4,25 T. Zabezpieczonych Przez Policję Do Celów Procesowych Oraz Przewóz Niesprawnych Pojazdów Służbowych Policji Na Terenie Podległym: Kmp We Wrocławiu, Kpp W Bolesławcu, Kpp W Głogowie, Kpp W Polkowicach, Kpp W Wołowie.
description: Zamówienie Podzielono Na Części W Zależności Od Obszaru Realizowania Usługi. Dopuszcza Się Możliwość Składania Ofert Częściowych Na Jedną Lub Więcej Części Zamówienia. Maksymalna Ilość Części Postępowania, W Której Wykonawca Może Złożyć Ofertę: 5. Oferta Winna Obejmować Pełny Zakres Usług W Ramach Danej Części Zamówienia. Szczegółowe Wymagania I Warunki Realizacji Usługi Określono W Ppu (załącznik Nr 2 Do Swz). Usługa Obejmuje: Załadunek, Transport Oraz Wyładunek Pojazdów Lub Części Pojazdów, Wraz Ze Wszelkimi Pracami Towarzyszącymi Tym Czynnościom, 7 Dni W Tygodniu, 24 Godziny Na Dobę. Usunięcie Lub Przemieszczenie Pojazdu Lub Części Pojazdu Na Miejsce Wskazane W Dyspozycji Usunięcia Pojazdu Na Parkingu Strzeżonym. Posiadanie Urządzenia Do Przemieszczania Pojazdu I Części Pojazdu O Masie Do 3,5 T Lub Dla Pojazdów Osobowych O Napędzie Alternatywnym O Masie Do 4,25. Przewóz Uszkodzonego Pojazdu Służbowego Do Wskazanego Miejsca Naprawy. Zabranie Z Miejsca Zdarzenia Wszystkich Przedmiotów Wskazanych Przez Policjantów Przekazujących Pojazd Lub Części Pojazdu I Opisanych W Dyspozycji Usunięcia Pojazdu. Zabezpieczenie Pojazdu Lub Części Pojazdu Przed Ich Uszkodzeniem, Zniszczeniem, Kradzieżą W Czasie Transportu Na Wskazany Parking Strzeżony. Czas Dojazdu Do Miejsca Wskazanego Przez Zamawiającego Oraz Podjęcie Czynności Związanych Z Załadunkiem Pojazdu, Zgodnie Z Deklaracją Oferenta (nie Dłuższy Niż 90 Minut) Od Momentu Przyjęcia Zgłoszenia. Utworzenie Stanowiska Dyspozytorskiego (przyjmującego Zlecenia Od Zamawiającego I Wydającego Polecenia Holownikom) Wyposażonego W Urządzenia Łączności (w Postaci Aktywnych Telefonów Stacjonarnych Lub Telefonów Komórkowych), Zapewniające Możliwość Przekazania Dyspozycji I Komunikację Z Holującym W Trakcie Holowania W Każdym Momencie. Przedstawienie Wykazu Osób Przewidzianych Do Realizacji Umowy Z Podaniem Ich Roli (kierowca, Dyspozytor) Oraz Określenie Sposobu Łączności Z Tymi Osobami (numer Telefonu). Wykaz Osób Stanowi Załącznik Nr 1 Do Umowy. W Przypadku Zmian W Załączniku Nr 1 Wykonawca Ma Obowiązek Powiadomić Zamawiającego O Tym, W Terminie Do 7 Dni Przed Zmianami. Zmiana Wymaga Formy Pisemnej. Sporządzenie Przez Policjanta/pracownika Cywilnego Odpowiedzialnego Za Zabezpieczenie Depozytu Protokołu Przekazania Pojazdu/części. Przekazanie Zabezpieczonego Depozytu Na Wskazane Miejsce Na Podstawie Otrzymanego Protokółu Przyjęcia Pojazdu Lub Części Pojazdu, Podpisanego Przez Policjanta Odpowiedzialnego Za Jego Zabezpieczenie. Przekazanie Uszkodzonego Pojazdu Służbowego Na Wskazane Miejsce, Na Podstawie Protokołu Przekazania Pojazdu. Dostępność Dla Osób Niepełnosprawnych: W Odniesieniu Do Warunku Określonego W Art. 100 Ustawy Pzp Dotyczącego Dostępności Dla Osób Niepełnosprawnych, Zamawiający Informuje, Że Przedmiot Zamówienia Nie Jest Przeznaczony Do Użytku Osób Fizycznych I Nie Ma Wpływu Na Dostępność Dla Osób Niepełnosprawnych, Gdyż Dotyczy Przewozu I Holowania Pojazdów Lub Ich Części. Wymagania W Zakresie Zatrudnienia Na Podstawie Stosunku Pracy: Brak Jest Czynności Związanych Z Realizacją Zamówienia Polegających Na Wykonywaniu Pacy W Sposób Określony W Art. 22 § 1 Ustawy Z Dnia 26 Czerwca 1974 Roku – Kodeks Pracy (dz.u. Z 2023 R. Poz. 1465). Wykonawca Może Powierzyć Wykonanie Zamówienia Podwykonawcom. W Przypadku Realizacji Przedmiotu Zamówienia Z Wykorzystaniem Podwykonawców, Zamawiający Żąda Wskazania Przez Wykonawcę Tych Części Zamówienia, Których Wykonanie Zamierza Powierzy Podwykonawcom Oraz Podania Nazw Podwykonawców (część Ii Sekcja D Dokumentu Jedz) – O Ile Są Znani. Termin Wyk. Zamówienia: 24 Miesiące Licząc Od Daty Podpisania Umowy (dotyczy To Każdej Części Postępowania). Umowa Ulega Wygaśnięciu Z Chwilą Wyczerpania Limitu Finansowego Przeznaczonego Na Jej Wykonanie (dotyczy To Każdej Części Postępowania), Zgodnie Z § 2 Ust. 3 Ppu. Zamawiający W Terminie 3 Dni Od Osiągnięcia Kwoty Przeznaczonej Na Realizację Umowy Pisemnie Powiadomi Wykonawcę O Jej Zakończeniu, Zgodnie Z § 2 Ust. 4 Ppu. Zam. Przewiduje Zastosowanie Procedury, O Której Mowa W Art. 139 Ustawy Pzp, Tzw. „procedury Odwróconej”, Tzn. Zamawiający Może Najpierw Dokonać Badania I Oceny Ofert, A Następnie Dokonać Kwalifikacji Podmiotowej Wykonawcy, Którego Oferta Została Najwyżej Oceniona, W Zakresie Braku Podstaw Wykluczenia. Zam. Nie Dopuszcza Składania Ofert Wariantowych. Postępowanie Nie Jest Prowadzone W Celu Zawarcia Umowy Ramowej. Zam. Nie Przewiduje Udzielania Zam., O Których Mowa W Art. 214 Ust. 1 Pkt 7 I 8 Ustawy Pzp. Zam. Nie Przewiduje Ani Nie Wymaga Przeprowadzenia Przez Wyk. Wizji Lokalnej Lub Sprawdzenia Przez Niego Dokumentów Niezbędnych Do Realizacji Zamówienia, O Których Mowa W Art. 131 Ust. 2 Ustawy Pzp. Zam. Nie Przewiduje Wyboru Najkorzystniejszej Oferty Z Zastosowaniem Aukcji Elektronicznej. Zam. Nie Przewiduje Zastosowania Prawa Opcji. Zam. Nie Przewiduje Zwrotu Kosztów Udziału W Postępowaniu. Zam. Nie Zastrzega Możliwości Ubiegania Się O Udzielenie Zam. Wyłącznie Przez Wyk., O Których Mowa W Art. 94 Ustawy Pzp. Informacje O Rodo Rozdział I Swz. Termin Związania Ofertą 90 Dni Do 22.04.2025 R. Zamawiający Może Unieważnić Postępowanie O Udzielenie Zamówienia, Jeżeli Środki Publiczne, Które Zamawiający Zamierzał Przeznaczyć Na Sfinansowanie Całości Lub Części Zamówienia, Nie Zostały Mu Przyznane.
Closing Date23 Jan 2025
Tender AmountPLN 516.9 K (USD 124.9 K)
AGRICULTURAL RESEARCH SERVICE USA Tender
Environmental Service
United States
Details: Background And Site Description
the Agricultural Research Service (ars) Is The U.s. Department Of Agriculture’s Chief Scientific In-house Research Agency. Our Job Is Finding Solutions To Agricultural Problems That Affect Americans Every Day From Field To Table.
the Performance Of These Activities Results In The Generation Of Diversified Chemical And Biological Wastes Of Varying Quantities And Toxicities. Wastes May Contain Pyrophoric, Explosive, Reactive, Or Toxic Substances And Compressed Gases. Some Of The Chemicals Are Dangerous Due To Their Sensitivity To Shock, Friction, Or Pressure; Other Are Reactive Or Unstable For A Variety Of Reasons. The Ars Recognizes Its Responsibilities To Ensure Facilities Are Following Existing Regulations Imposed Upon Entities Which Generate, Transport, Store, Treat, And Dispose Of Hazardous Chemical Wastes. The Agency Has A Need For Hazardous Waste Disposal Services, As Well As Non-hazardous Waste Disposal Services. With 47 Research Units At 21 Locations, And Several Additional Worksites, Where Ars Employees Are Located Throughout Eight States (hawaii, Washington, Oregon, California, Idaho, Nevada, Arzona And Utah), The Pacific West Area (pwa) Is The Largest And Most Diverse Of The Eight Areas In Ars. For More Information On The Pwa Go To Https://ars.usda.gov/pacific-west-area/.
description Of Work
this Requirement Would Be For An Area-wide Hazardous Waste Indefinite Delivery – Indefinite
quality (idiq) Contract. Fixed-price Task Orders Would Be Issued Off This Contract For Hazardous Waste Disposal Throughout The Pwa Service Area. The Contractor Shall Provide Hazardous Waste Disposal Services. Following Is Only An Example Of What Types Of Waste Would Be Included Under Coverage Of The Idiqs:
waste Flammable Liquids, Corrosive
waste Corrosive Liquid, Acidic, Organic
waste Corrosive Liquid, Basic, Inorganic
environmentally Hazardous Substance, Liquid, N.o.s. (benzyl Benzoate, Dibutyl Phthalate)
waste Toxic, Liquids, Organic
waste Flammable Liquids, Toxic
waste Toxic Solid, Inorganic
waste Hydrogen Sulfide
waste Organometallic Substance, Liquid, Pyrophoric, Water-reactive
waste Phosphorus Oxychloride
waste Sodium Borohydride
waste Toxic By Inhalation Liquid, Flammable, Corrosive
waste Toxic By Inhalation Liquid, Flammable
waste Water-reactive Liquid, Corrosive
air, Compressed (lecture Containers)
batteries, Dry Containing Potassium Hydroxide Solid
batteries, Wet, Filled With Acid
batteries, Wet Non-spillable
carbon Dioxide (lecture Containers)
compressed Gas, N.o.s. (calibration Gas/lecture Containers)
ethane (lecture Containers)
nitrogen, Compressed (lecture Containers)
non-hazardous Waste, Solid
oxygen, Compressed (lecture Containers)
propane (lecture Containers)
universal Waste (electrical Waste)
universal Waste (fluorescent Lamps)
universal Waste (spent Light Bulbs)
any Costs Associated With High Hazardous Waste (chemist, Research Classification, Opening, Testing, Reduction, Stabilization)
the Resultant Contract Could Cover The Entire Area Or Be Divided Into Geographical Areas. Multiple Idiqs Could Be Awarded And Task Orders Competed Among Contract Holders. The Results Of This Sources Sought Will Help Determine The Best Geographical Acquisition Strategy And Small Business Set-aside, If Any. The Anticipated Ceiling Of The Entire Idiq Is $5,000,000.00 For Five One-year Ordering Periods.
this Is A Sources Sought (ss) Notice Only. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. This Ss Is Issued For Information And Planning Purposes Only As Part Of Usda Ars Market Research And Does Not Itself Constitute A Request For Proposal (rfp). This Requirement Is Covered Under Naics Code 562112. The Purpose Of This Notice Is To Obtain Information Regarding The Availability And Capability Of Qualified Sources; Small Businesses; Hubzone Small Business; Service-disabled Veteran-owned Small Business; 8(a) Small Business; Veteran-owned Small Business; Woman-owned Small Business; Small Disadvantaged Businesses; Or Large Businesses. It Will Also Serve To Ascertain The Ability Of Hazardous Waste Removal Companies To Serve The Entire Pwa Or Parts Of It. Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.
the Government Does Not Intend To Make An Award Based On Responses To This Inquiry. This Notice Does Not Constitute A Commitment By The Government.
capability Statement
all Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested, Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government. Business Concerns That Possess The Capabilities Necessary To Undertake This Work Should Submit Complete Documentation Of Their Capabilities To The Contracting Officer. Capability Statements Shall Include The Contractors Contact Point To Discuss Their Response.
the Capability Statement Should Include:
acknowledgement The Company Is Legally Licensed To Provide Hazardous Waste Removal Services.
indication Of Their Size Standards In Accordance With The Small Business Administration.
at Least Three Previous Requirements That Were Performed Within The Pwa That Are Within Thescope Of This Requirement; Include A Discussion Of The Contract Type, Delivery Method, Duration, Etc.
indicate Which Of The Eight States, If Not All, That Encompass The Usda Ars Pwa That Thecompany’s Legally Able And Willing To Perform Services In.
include The Firm’s Sam Unique Entity Id (uei) Number And Cage Code.
any Other Information Considered Relevant To This Requirement.
the Government Requests That No Proprietary, Classified, Confidential, Or Sensitive Informationshould Be Included In The Response.
responses Are Limited To One Digital Pdf Submission Not To Exceed Ten (10) Pages. Please Use Theemail Subject Line “sources Sought Usda Ars Pwa Haz-waste Removal Services Idiq”.
any Contractor Responding To This Notice Should Ensure Its Response Is Complete And Sufficiently Detailed To Allow The Government To Determine Their Qualifications To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provided Feedback To Respondents With Respect To Any Information Submitted. After Review Of The Responses Received, A Solicitation May Be Published On Sam.gov Depending On The Responses Received.
all Responses To This Ss Must Be Received By The Notice’s Poc By The Deadline In Order To Be Considered. Responses May Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Inquiry. Do Not Submit Pricing Information In Response To This Ss.
the Notice Poc Is Theodore Blume: Theodore.blume@usda.gov
Closing Date16 Jan 2025
Tender AmountRefer Documents
MARINE DCSSF DSSF Brest Tender
Services
Others
France
Details: Title: Maintien En Condition Opérationnelle Et Fourniture Des Radeaux De Survie, Des Dispositifs D’évacuation Gonflables Et Des Régulateurs Hydrostatiques Des Bâtiments De La Marine Nationale, De La Gendarmerie Maritime Et De L’armée De Terre.
description: C’est Un Accord-cadre Mono Attributaire Qui Comporte : -une Part Ferme -une Ou Plusieurs Tranche(s) Optionnelle(s) En Application Des Articles R. 2313-2, R. 2391-8 À R. 2391-10 Du Code De La Commande Publique, Selon Les Modalités Explicitées Dans Le Dossier De La Consultation -une Part À Bons De Commande Conformément Aux Dispositions De L’article R. 2362-8 Du Code De La Commande Publique ; -une Part À Commandes De Fournitures Ou Services Destinée À Subvenir Aux Éventuels Aléas Techniques En Application Des Articles R. 2372-19 À R. 2372-21 Du Code De La Commande Publique. Les Prestations Demandées Sont Les Suivantes : Le Projet D’accord-cadre Couvre Le Maintien En Condition Opérationnelle Et La Fourniture Des Radeaux De Survie, Des Dispositifs D’évacuation Gonflables Et Des Régulateurs Hydrostatiques Des Bâtiments De La Marine Nationale, De La Gendarmerie Maritime Et De L’armée De Terre. Il Comprend Les Prestations Suivantes : Prestations De Maintien En Condition Opérationnelle : - Visite Annuelle Des Radeaux De Type Solas To, Hsc Oril, Classe Iii, Classe V Pro Peche To Pu Et Plaisance, - Visites À 30 Mois Des Radeaux Solas To Et Hsc Oril De Type « Esi », - Visite Quinquennale Des Radeaux De Type Solas To Et Solas To De Type « Esi », Hsc Oril Et Hsc Oril De Type « Esi », Classe Iii Et Classe V Pro Peche To Pu, - Compléments De Visite (test Solas) De L’ensemble Des Radeaux Et Des Dispositifs D’évacuation En Mer, - Révision Annuelle Des Dispositifs D’évacuation En Mer Solas Ess Hrz 4.3 Équipant Les Fda Et Déploiement Depuis Le Navire D’un Dispositif D’évacuation, Par Roulement, Tous Les Deux Ans, Suivi D’une Visite Quinquennale, - Révision Annuelle Des Dispositifs D’évacuation En Mer Solas Mes Mis 9.3 100 To V Pa Équipant Les Pha Et Déploiement Depuis Le Navire D’un Dispositif D’évacuation, Par Roulement, Tous Les Deux Ans, Suivi D’une Visite Quinquennale, - Maintenance Corrective Des Radeaux Et Des Dispositifs D’évacuation En Mer, - Elimination Des Radeaux Et Des Dispositifs D’évacuation En Mer Déclassés, - Mise Au Standard « Esi » De Radeaux « Standards ». Prestation De Fourniture : - Remplacement Des Radeaux Et Des Dispositifs D’évacuation En Mer Le Nécessitant, - Achat De Radeaux, Des Dispositifs D’évacuation En Mer, Des Accessoires Et Outillages Associés, - Fourniture Des Régulateurs Hydrostatiques. Prestations De Logistique : - Transport Du Matériel Entre Les Locaux Du Titulaire Ou Les Stations Agréées Et Le Quai. Les Manœuvres De Montage Et Démontage À Bord Sont À La Charge Du Bord, Sauf Pour Les Pha Et Les Vcsm Ng Pour Lesquels Le Titulaire Réalise L’ensemble Des Opérations, - Stockage En Magasin Du Titulaire Des Radeaux. Le Titulaire A Un Objectif De Disponibilité Des Radeaux À Bord Des Bateaux Qui En Sont Équipés. - Assistance À L’installation Des Radeaux. Le Démontage Et Le Montage Des Radeaux Restant À La Charge Des Bords, Une Assistance Doit Permettre Une Mise En Place Dans Les Règles De L’art Des Équipements Pour Garantir Le Fonctionnement Nominal Des Installations. Prestations D’ingénierie De Mco : - Suivi Informatique Des Prestations Demandées Et Réalisées Accessible Par Le Ssf Et Les Unités Via Un Portail Internet (gmao), - Gestion De Configuration Des Radeaux Et Des Dispositifs D’évacuation. Management : - Assurer Le Management D’ensemble Du Contrat. Les Prestations De Maintenance Sont Réalisées Pièce Et Main D’œuvre Comprises. Les Prestations Sont Réalisées En Métropole Et En Outre-mer. Les Travaux Sont À Réaliser À Quai (industriel Ou Militaire) Et / Ou Dans Les Locaux Du Titulaire Ou De Ses Sous-traitants. Ces Prestations Intègrent Notamment La Réalisation Des Opérations De Maintenance Préventives Ou Correctives (réparations), La Fourniture Des Pièces Et Rechanges Y Afférent, Des Évolutions/modifications Ponctuelles, Le Stockage Et L’élimination Des Équipements Ainsi Que La Mise En Place D’une Interface Logicielle De Gestion Et Son Entretien. Le Mco S’effectuera Sur Un Maximum De 1600 Radeaux De Marque Survitec, En Majorité De Type Esi, Dont Environ 300 Se Situent En Outre-mer (polynésie Française, La Réunion, Martinique Et Nouvelle Calédonie). L’acquisition Ou Le Remplacement Échelonnés Sur La Durée Du Marché Est De L’ordre De 450 Radeaux Et Dispositifs D’évacuation. L’élimination Échelonnée Sur La Durée Du Marché Est De L’ordre De 750 Radeaux Et Dispositifs D’évacuation.
Closing Date3 Jan 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Environmental Service
Corrigendum : Closing Date Modified
United States
Details: $45m Wosb Set-aside Idiq Matoc For Environmental Consulting Services (ecs).
for Information Only: This Synopsis Is Only A Notification That A Solicitation Is Anticipated And Forthcoming. All Questions Regarding This Synposis Should Be Submitted In Writing Via Email To The Contract Specialist As Noted Below.
the United States Army Corps Of Engineers (usace) Seattle District Anticipates Solicitation And Award Of An Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Task Order Contract (matoc) For Environmental Consulting Services Resulting From Request For Proposal (rfp) W912dw25r1000.
the Request For Proposal (rfp) Will Be Set-aside For Women-owned Small Businesses (wosb). The North American Industry Classification System (naics) Code Is 541620 Environmental Consulting Services With A $19m Size Standard.see Far Clause 52.219-14limitations On Subcontracting (deviation 2021-o0008) And52.219-30, Notice Of Set-aside For, Or Sole-source Award To, Women-owned Small Business Concerns Eligible Under The Women-owned Small Business Program.
project Description:
the Anticipated Idiq Will Consist Of A Five (5) Year Period (a Base Period Of 3 Years And Two 1-year Option Periods), Sharing A Total Combined Maximum Contract Capacity Of $45,000,000 For The Life Of All Contracts. The Primary Area Of Responsibility (aor) For The Anticipated Work Is The Seattle District (nws), Which Includes Washington, Oregon, Parts Of Idaho, And Western Montana. This Matoc Will Also Be Available For Use Across Any Of The Five Districts Of The Northwestern Division (nwd); The Other Four Districts Are Portland (nwp), Walla Walla (nww), Kansas City (nwk), And Omaha (nwo). The Nwd Aor Covers 14 States (washington, Oregon, Idaho, Montana, North Dakota, South Dakota, Minnesota, Wisconsin, Wyoming, Nebraska, Iowa, Colorado, Kansas, And Missouri).
work Identified Under This Anticipated Procurement Will Require Expertise In National Environmental Policy Act (nepa) And All Other Environmental Laws And Executive Orders Considered During The Nepa Process. The Government Also Requires Expertise In Biology, Cultural, And Related Environmental Sciences To Assist With Compliance Of Environmental Laws. The Environmental Studies To Be Performed Under This Contract Will Cover Environmental Resources And Issues Throughout The Pacific Northwest Including, But Not Limited To, The Corps' Seattle District Area Of Responsibility Which May Include Work At Army, Air Force And Other Dept. Of Defense Installations. Type Of Work Anticipated Under This Matoc Includes Site-specific Cultural And Natural Field Surveys, Field Sampling, Monitoring And Data Analyses And Reporting; Nepa Environmental Planning And Impact Assessment; And Multimedia Environmental Compliance Assessment And Follow-up. Technical Support For Corps Projects Will Consist Primarily Of Studies Dealing With Fish, Plant, Cultural And Wildlife Species And Habitat Surveys, Sediment Collection, Chemical And Biological Testing Including Toxicological Interpretation, Associated Environmental Coordination And Preparation Of Required Nepa, Clean Water Act, National Historic Preservation Act (nhpa) And Other Compliance Documents Listed In The Next Paragraph. Studies Will Provide Primary Support For Ecosystem Restoration Projects, Water Resource Development Projects, Hydropower Operations And Maintenance, And Testing Of Potential Dredged Material, Reference Areas Or Sites, And Possibly Dredged Material Disposal. Work Will Include Coordination And Consultation With Corps Representatives For Design Analyses And Quality Assurance Plans, Sediment Collection, Storage And Transport, And Chain-of-custody For Chemical Analysis For Priority Pollutants. Studies Will Include Physical, Chemical, And Biological Testing And Evaluations In Inland Freshwater And Terrestrial Environments. Tests Required May Involve Data Collection For Aquatic Benthos, Fish, Wildlife And Plant Communities And Habitats, Performing Taxonomic Characterizations, Chemical Characterizations, And Physical Sediment Analyses. Work Will Also Include Providing Expert Toxicological Advice In The Evaluation Of Test Results.
work Will Require Familiarity With All Applicable Regulations, Including Nepa, National Historic Preservation Act (nhpa), Comprehensive Environmental Response, Compensation, And Liability Act (cercla, Superfund), Endangered Species Act (esa), Migratory Bird Treaty Act (mbta), Bald And Golden Eagle Protection Act (bgepa), Magnuson-stevens Fishery Conservation And Management Act (msa), Marine Mammal Protection Act(mmpa), Fish And Wildlife Coordination Act (fwca), Sikes Act, Clean Water Act(cwa), Coastal Zone Management Act (czma), Model Toxics Control Act (mtca),dredged Material Management Program (dmmp), Washington, Oregon, Idaho And Montana State Sediment Management Standards (sms), And Other Pertinent Federal, State, And Local Laws And Regulations.
offerors: On Or About, 14 January 2025, A Link To The Rfp Documents For This Project Will Be Available Via The Website Https://sam.gov/ Under Contract Opportunities W912dw25r1000. No Cd’s Or Hard Copies Will Be Made Available. Offerors Are Responsible For Checking Https://sam.gov/ Frequently For Any Update(s) To This Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Document(s) At The Referenced Website. To Obtain Automatic Notifications Of Updates To This Rfp, You Must Log In To Https://sam.gov/ And Add The Rfp To Your “watchlist.” If You Would Like To List Your Firm So Others Can See You Are An Interested Vendor, You Must Click The “add Me To Interested Vendors” Button In The Listing For This Rfp.
procurement Integrated Enterprise Environment (piee) Solicitation Module
your Firm’s Proposal Shall Be Submitted Electronically Through The Procurement Integrated Enterprise Environment (piee) Solicitation Module At Https://piee.eb.mil/.
for Piee Registration, Training, And Instructions For Posting An Offer, Refer To The Following Links:
piee Registration: Https://piee.eb.mil/
note: There Are Two Vendor Roles (proposal Manager, Proposal View Only) For Piee Solicitation Module. The Proposal Manager Role Is Required To Submit An Offer To A Solicitation. Please Be Advised That When Using The Piee Solicitation Module, The User’s Email Address In Piee Must Match The Email Address On File In Sam.gov.
piee Solicitation Module:
training And Instructions Are Accessible Through Piee – Web Based Training (wbt) At Https://pieetraining.eb.mil/wbt/ (for Instructions Specific To Posting An Offer, Select; 'solicitation Module' - 'proposals (offers)' - 'posting Offer')
for Frequently Asked Questions (faqs) And Additional Training, Go To The Dod Procurement Toolbox – Solicitation Module At Https://dodprocurementtoolbox.com/site-pages/solicitation-module
Closing Date14 Jan 2025
Tender AmountRefer Documents
Gmina City Of Svindnica Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Poland
Details: Title: „zakup I Montaż Towarzyszącej Infrastruktury Ładowania Autobusów Elektrycznych W Postaci Ładowarek Typu Plug In Wraz Z Budową Niezbędnej Sieci Elektroenergetycznej”
description: 1. Przedmiot Zamówienia Obejmuje: 1.1 Zakup, Dostawę, Niezbędne Prace Budowlane Zgodne Z Pozwoleniem Na Budowę I Montaż 6 Stacjonarnych Ładowarek 2 Stanowiskowych (2 Wyjściowych) Plug-in Co Stanowi 12 Punktów Ładowania Pojazdów Elektrycznych Wyposażonych W Dwa Złącza Ccs Każda, Mogących Pracować W Trybie Zintegrowanym (dwustanowiskowo) Z Możliwością Ładowania Prądem Stałym I Mocą (2x 75[kw]) Lub (1x150[kw] Tj. Z Możliwością Przełączania Mocy Na Jedno Gniazdo 75/150[kw] Umożliwiające Przy Użyciu 1 Ładowarki Pełne Naładowanie Baterii W 2 Autobusach Jednocześnie W Przeciągu 5 Godzin Zwane Dalej Ładowaniem Podstawowym Lub Ładowanie Prądem (mocą) 150[kw] Zapewniające Pełne Naładowanie Magazynu Energii W 1 Autobusie W Czasie Nie Dłuższym Niż 2,5 Godziny (podane Czasy Pełnego Naładowania Magazynów Energii Nie Uwzględniają Balansowania Baterii O Czym Decyduje Bms Pojazdu). Wskazane Czasy Ładowania Odnoszą Się Do Baterii O Pojemności 376 Kwh. (dokładne Parametry Znajdują Się W Opz – Załączniku Nr 9 Do Swz), Wraz Z Dodatkowym Wyposażeniem, Oprogramowaniem I Dokumentacją, Kompatybilnych Z Autobusami Ev. W Ramach Realizacji Przedmiotu Zamówienia Wykonawca Przeprowadzi Niezbędne Prace Budowlane, Posadowi Ładowarki W Miejscu Wskazanym W Dokumentacji Technicznej, Następnie Podłączy Je Do Sieci Niskiego Napięcia I Uruchomi (w Tym Przeprowadzi Pełną Integrację Systemów Komunikacji Ładowarek Z Autobusami Ev). 2. Zakup I Dostawę Oraz Instalację Systemu (oprogramowanie) Umożliwiającego Monitoring Pracy Wszystkich Ładowarek Wchodzących W Skład Przedmiotu Zamówienia Wraz Z Funkcją Sterowania Wybranymi Parametrami Pracy, O Którym Mowa W Załączniku Nr 9 Do Swz - Opz. 3. Zgodnie Z Projektem Budowlanym Oraz Pozwoleniem Na Budowę, Które Stanowi Załącznik Nr 10 Do Swz (załącznik Nr 3 Do Umowy) Wykonano Następujące Prace Budowlane: 3.1 Wykonana Trafostacja Kontenerowa 20/0,4kv (transformator) 3.2 Wykonana Linia Kablowa Zasilająca Punkty Ładowania: Spw2; Spw4; Spw6; Spw8; Spw10; Spw12 4. Do Wykonania W Ramach Przedmiotowego Przetargu Pozostaje Sporządzenie Projektu Wykonawczego Oraz Budowa Infrastruktury Towarzyszącej Dla Ładowarek (2.1.) Zgodnie Z Projektem Budowlanym Oraz Pozwoleniem Na Budowę, Które Stanowi Załącznik Nr 10 Do Swz (załącznik Nr 3 Do Umowy). Do Wykonania Przewidziano Następujące Elementy: 4.1 Prace Główne, W Tym: - Ułożenie Linii Kablowych Do Punktów Ładowania Spw14; Spw16; Spw18 - Wykonanie Przyłączy Końcowych Do Stanowisk Od Spw8 Do Spw18 - Wykonanie Fundamentów Pod Punkty Ładowania Dla Stanowisk Od Spw8 Do Spw18 - Układanie Kabli W Ziemi W Rurach Osłonowych - Montaż Głowic Kablowych - Wykonanie Prac Ziemnych W Celu Ułożenia Okablowania Do Kolejnych Planowanych Punktów Ładowania Na Przedłużeniu Istniejących Stanowisk Od Spw9 Do Spw19 - Ułożenie Rur Osłonowych Do Planowanych Stanowisk - Montaż Zabezpieczeń (słupki, Ograniczniki) - Malowanie Wyznaczonych Stanowisk Postojowych 4.2 Inne Roboty I Prace Niezbędne Do Należytego Wykonania Zamówienia, W Tym: - Opracowanie Planu Bezpieczeństwa Ochrony Zdrowia Bioz, - Oznakowanie Placu Budowy, - Organizacja Zaplecza Budowy (miejsce, Pobór Energii, Wody, Dozorowania Itd.), - Wytyczenie Geodezyjne Wszystkich Elementów Budowy Wymagającej Takiego Wytyczenia, Sporządzenie, Zatwierdzenie I Wprowadzenie Zastępczej Organizacji Ruchu Na Czas Przebudowy, - Sporządzenie Dokumentacji Powykonawczej Z Naniesionymi Zmianami W Trakcie Realizacji Robót, - Wywóz Materiałów Nieużytecznych W Miejscu Terenu Budowy Na Składowisko Odpadów, - Składowanie Materiałów Użytecznych W Miejscu Wskazanym Przez Zamawiającego, - Uporządkowanie I Doprowadzenie Do Stanu Pierwotnego Terenu Budowy Po Zakończeniu Wszystkich Robót Objętych Zamówieniem. 5 Wykonanie Naklejek Zgodnie Z Zasadami Promocji Projektu Oraz Wytycznymi Zamawiającego Przedstawionymi Na Etapie Przygotowywania Stosownych Oznaczeń I Dostarczenie Wraz Z Ładowarkami Po 3 Komplety Na 1 Urządzenie. 6. Wykonawca Zapewni Osobę, Która Posiada Stosowne Uprawnienia Odpowiedzialną Za Prace Budowlane Oraz Przeprowadzenie Niezbędnych Odbiorów Technicznych Wraz Z Legalizacją. 7. Opis Przedmiotu Zamówienia (opz) Zawarty Został W Załączniku Nr 9 Do Swz (załącznik Nr 2 Do Umowy). Vii. Termin Wykonania Zamówienia 1. Wykonawca Zobowiązany Jest Zrealizować Przedmiot Zamówienia I Przekazać Go Zamawiającemu, Tj.: Wykonać Prace Budowlane Zgodne Z Projektem Budowlanym I Pozwoleniem Na Budowę, Potwierdzone Protokołem Odbioru, Dostarczyć I Zamontować Ładowarki Plug-in Wraz Z Przyłączeniem I Odbiorem Technicznym Oraz Dokumentacją Zezwalającą Na Użytkowanie W Maksymalnym Terminie Do 15.05.2025 R. Z Tym, Że Płatność Za Realizację Zadania Zostanie Uregulowana W Terminie Od 01.06.2025 R. Do 30.06.2025 R., Co Wynika Z Zapisu W Ust. 2 2. Termin Zakończenia Realizacji Zamówienia, Określony Został Ze Względu Na Charakter Sposobu Finansowania Całego Przedsięwzięcia, Opartego Na Dofinansowaniu Dotacją Z Nfośigw Z Projektu W Ramach Programu Priorytetowego Nfośigw „zielony Transport Publiczny (faza Ii)”, Tj. W Oparciu O Umowę O Dotację Nr 2855/2022wn01/oa-tp-fn/d Oraz O Pożyczkę Nr. 2856/2022/wn01/oa-tp-fn/p, W Związku Z Realizacją Przedsięwzięcia Pn. „zakup 12 Autobusów Elektrycznych Wraz Z Budową Towarzyszącej Infrastruktury Ładowania Pojazdów Przez Gminę Miasto Świdnica Na Potrzeby Świdnickiej Komunikacji Miejskiej”, A Termin Zakończenia Przedsięwzięcia Wraz Z Rozliczeniem Finansowym Nastąpi Maksymalnie Do 30.06.2025 R.
Closing Date17 Jan 2025
Tender AmountRefer Documents
6741-6750 of 10000 archived Tenders