Vehicle Tenders
Vehicle Tenders
Barangay Punta I, Tanza, Cavite Tender
Telecommunication Services
Corrigendum : Tender Amount Updated
Philippines
Description: Invitation To Bid For The Procurement Of Mobile Public Address System , Vehicles ,barangay Punta I, Tanza, Cavite
Closing Soon14 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.8 K)
Department Of Agriculture Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Description: Procurement Of Vehicle Rental To Be Used For Amia Activities , Transportation And Communications Services ,department Of Agriculture - Region Vi
Closing Soon11 Feb 2025
Tender AmountPHP 297 K (USD 5 K)
South Central Railway - SCR Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Material Available Under The Custody Of Ch.os/g/o/sr.den/co-ord/ned, Lot No. 34046/24/07/07/ned/ned/mv, Scrap Unserviceable And Condemned 2 Numbers Of Four Wheeler With Tyre, Tubes And Batteries. Total Quantity - 02 Numbers. Details Of 1st Four Wheeler (make- Toyata Quails, Registration No.- Mh 26 L 1146, Date Of Registration- 14/07/2004, Chassis No.- Lf 50-1123703, Engine No.- 2l 5471288, Year Of Manufacturing- 03/2004, Registration Authority- Rto/ned, Approximate Unladen Weight- 1475 Kgs, Fuel Used- Diesel) Details Of 2nd Four Wheeler (make- Tata Sumo, Registration No.- Mh 26 E 0693, Date Of Registration- 17/11/2000, Chassis No.- 385003j22921827, Engine No.- 483dl47-j22764771, Year Of Manufacturing- 2000, Registration Authority- Rto/ned, Approximate Unladen Weight - 1700 Kgs, Fuel Used- Diesel) Hsn Code 72042910, Pl No: 98322126. Location:- 2 Numbers Of Vehicles Are Available In Drm Office Complex Parking, Nanded. Ds-8 No. 034046001 & 034046002 Dt. 08/02/2024
Closing Soon13 Feb 2025
Tender AmountRefer Documents
CUD - Urban Community of Dunkirk (59) Tender
France
Description: Dynamic Acquisition System (SAD) for the purchase of used vehicles within the framework of a purchasing center supported by the Urban Community of Dunkirk (CUD) - Permanent call for applications during the validity period of the SAD.
Closing Date1 Aug 2025
Tender AmountRefer Documents
Public Works And Government Services Canada Tender
Canada
Description: Tbips En578-170432/d **this Is A Continuation Of The Task-based Informatics Professional Services (tbips) Request For Supply Arrangement Originally Published In 2017 (refresh En578-170432/b). Suppliers New To Pspc’s Online Procurement Tool May Wish To Consult The Canadabuys Getting Started Page Where They Can Find: • A Registration Checklist For Ariba Sap To Help Understand What Is Needed Before Creating An Account, And; • Step-by-step Instructions On How To Create An Account. • For Technical Support With Sap Ariba, Please Contact The Canadabuys Service Desk Agents: Https://canadabuys.canada.ca/en/contact-support Important Notice To Suppliers: This Document Is A Request For Supply Arrangements (rfsa). Resulting Supply Arrangements (sa) Are Non-binding Agreements Between Canada And Suppliers To Facilitate The Procurement Process And Are Not Contracts. Future Requirements Solicited Through A Supply Arrangement May Result In Contracts, But A Contract Will Only Exist If And When A Contract Is Awarded. Requirement: This Solicitation Is A Rfsa To Satisfy Canada's Requirement For The Provision Of For Task-based Informatics Professional Services (tbips) To Locations Throughout Canada, Excluding Any Locations In Areas Subject To Any Of The Comprehensive Land Claim Agreement (clca), Equal To Or Above The Canada Korea Free Trade Agreement (ckfta) Threshold. Tbips Is A Mandatory Method Of Supply That Offers Federal Departments The Ability To Compete Their Requirements To Pre-qualified Suppliers. Suppliers Interested To Obtain The Solicitation And All Amendments In Response To This Rfsa Solicitation Can Access It From The ‘bidding Details’ Tab Above. This Document Will Serve As A Refresh Of The Rfsa In Place For The Provision Of Tbips. This Will Allow New Suppliers To Become Tbips Sa Holders And To Allow Existing Tbips Sa Holders To Qualify For Additional Streams. Existing Tbips Sa Holders May Submit A Bid Only If They Wish To Add To Their Current Qualifications (ex.: Tier, Region, Region, Metropolitan Area, Streams, And/or Categories). It Is Not Mandatory For Existing Sa Holders To Provide A Response To A Refresh Period Unless They Are Requesting Additional Streams Or Categories. Their Tbips Sa Will Remain Active And Unchanged. The Period Of The Supply Arrangement Will Be Valid From The Date Of Issuance Until July 4, 2028, Or, Until Such Time As Canada Chooses To Re-compete The Supply Arrangement, No Longer Deems The Supply Arrangements Necessary, Or Proceeds With A Different Procurement Vehicle. Quarterly Refresh Notice: This Bid Solicitation Occurs On A Quarterly Basis Which Aligns With The Government Of Canada’s Fiscal Year Quarters, As Follows: April To June July To September October To December January To March The Professional Services That Tbips Covers Can Be Found At This Link: Https://www.tpsgc-pwgsc.gc.ca/app-acq/sptb-tbps/categories-eng.html Centralized Professional Services System (cpss): All Suppliers That Want To Submit A Response To This Rfsa Must Enroll And Establish An Account In The Supplier Module Of The Pwgsc Centralized Professional Services System (cpss) E-portal (http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/iffpe-seeps-eng.html). Instructions On Accessing The Supplier Module E-portal Application Are Specified In The Rfsa Document. All Suppliers Must Submit An Online Response Through The Cpss Supplier Module By The Solicitation Closing Date And Time And Must Submit The Supporting Documentation By Email Upon Request By Canada (this Is A Paperless Bid Submission Process). Set-aside Program For Indigenous Business: Part Of This Procurement May Be Designated By One Or More Identified Users As Set-aside Under The Federal Government's Procurement Strategy For Indigenous Business (psib). In Order To Be Considered As An Indigenous Business Under The Psib, The Supplier Must Complete The Indigenous Business Certification In The Cpss And Register On The Indigenous Business Directory (ibd). Comprehensive Land Claims Agreements (clca): This Solicitation, As Well As The Resulting Supply Arrangements, Excludes Locations In Areas Subject To Comprehensive Land Claims Agreements. Official Languages: The Services To Be Provided Under The Resulting Supply Arrangements Will Be Delivered In One Or Both Of The Two Official Languages Of Canada, According To The Requirements Of The Government Department. Rfsa Enquiries: All Enquiries Regarding This Rfsa Can Be Directed To: Informatics Methods Of Supply (imos) Public Services And Procurement Canada (pspc) Parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. En578-170432/d Replaces En578-170432/b In Its Entirety
Closing Date4 Jul 2028
Tender AmountRefer Documents
Nhs South, Central And West Commissioning Support Unit Tender
United Kingdom
Details: Nhs England (nhse) Are Seeking To Extend The Existing Dps To Support The National Approach To The Digitisation Of Lloyd George Records In Gp Practices. Corresponding Ted Notice Reference Is 2020/s 027-063375 Published On 7 August 2020. The National Commercial & Procurement Hub (on Behalf Of Nhse) Is Seeking Suitably Experienced And Qualified Suppliers To Join The Dynamic Purchasing System (dps) As The Vehicle For The Procurement Of Digitisation Services For Nhs Integrated Care Boards (icb's), And Other Contracting Authorities Identified On A Regional Or Local Basis. The Dps Will Be Divided Into Three Categories (lots): Lot 1 Scanning Services Lot 2 Integration With Foundation Clinical System Lot 3 Scanning Services/integration With Foundation Clinical System (being The Aggregate Subject-matter Of Lots 1 And 2). Suppliers Interested In Performing The Services Covered By Both Lots 1 And 2, May Apply For Lot 3 In Addition To Applying For Both Lots 1 And 2. The Awarding Of Specific Contracts Will Be Via Invitation To Tender To Suppliers Listed On The Established Dps. Contracting Authorities Will Be Able To Use The Dps To Award Specific Contracts By Inviting Suppliers Listed To Compete Via An Itt. Access To The Procurement Documents Is Restricted. Further Information Can Be Obtained At Https://atamis-1928.my.site.com/s/welcome Dps For Digitisation Of Lloyd George Records Reference C299199 Additional Information Can Be Obtained From The Above-mentioned Address Commercial.procurementhub@nhs.net Tenders Or Requests To Participate Must Be Submitted Electronically Via Https://atamis-1928.my.site.com/s/welcome
Closing Date1 Aug 2026
Tender AmountEUR 5 K (USD 5.1 K)
Scotland Excel Tender
United Kingdom
Description: Supply & Delivery Of Vehicle Parts
Closing Date31 Jul 2025
Tender AmountGBP 48 Million (USD 59.5 Million)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n774.18|pfb|see Email|stephanie.r.perez1@navy.mil|
inspection Of Supplies--fixed-price (aug 1996)|2|||
wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|||tbd||||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss Mechanicsburg|
equal Opportunity (sep 2016)|2|||
buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11||||||||||||
alternate A, Annual Representations And Certifications (nov 2023)|13||||||||||||||
buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5||||||
buy American-balance Of Payments Program Certificate-basic (feb 2024)|1||
annual Representations And Certifications (may 2024)|13|334290|800 Employees|x|x||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|||
solicitation Is Extended And Will End On 15 May 2025.
solicitation Is Extended And Will End On 20 Sep 24.
this Solicitation Is Issued Pursuant To Emergency Acquisition Flexiblities (eaf).
Accelerated Delivery Is Encouraged And Accepted Before The Delivery Date(s) Listed In The Schedule. ^^
a. Electronic Submission Of Any Quotes, Representations, And Any Necessary Certifications Shall Be Accomplished Via An Email Directed To Stephanie.r.perez1@navy.mil
b. General Requirements: Mil-std Packaging, Government Source Inspection Required.
c. All Freight Is Fob Origin.
d. This Rfq Is For A Buy/procurement. The Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractors Written Acceptance Prioor To Execution. Verify Nomenclature, Part Number, And Nsn Prior To Responding.
e. Only A Firm-fixed Price (ffp) Will Be Accepted.
f. The Ultimate Awardee Of The Proposed Contract Action Must Be An Authorized Source. Award Of The Proposed Contract Action Will Not Be Delayed While An Unauthorized Source Seeks To Obtain Authorization.
g. Your Quote Should Include The Following Information For Justification Purposes:
- New Procurement Unit Price____________________
- Total Price _____________________
- Procurement Delivery Lead Time (ptat) _________________ Days
- Award To Cage _______________
- Inspection & Acceptance Cage, If Not At Award To Cage _____________
- Cost Breakdown Requested, Including Profit Rate (if Feasible).
- Quote Expiration Date _______________ (90 Days Minimum Is Requested).
- Delivery Vehicle (if Delivery Order Requested)(e.g. If Your Cage Has A Current Boa/idiq)
h. Important Traceability Notice:
if You Are Not The Manufacturer Of The Material You Are Offering, You Must Provide An Official Letter And/or Email From The Oem Confirming That Your Company Is An Authorized Distributor Of Their Items.
\
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Synthesizer Assy .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
document Ref Data=mil-std-129 | | |r |180524|a| | |
3. Requirements
3.1 Cage Code/reference Number Items - The Synthesizer Assy Furnished Under This
contract/purchase Order Shall Be The Design Represented By Cage Code(s)
reference Number(s). Cage _______ Ref. No.
;15055 6868058-1;
3.2 Marking - This Item Shall Be Physically Identified In Accordance
with ;mil-std-129, Rev R, 24 May 2018; .
3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And
approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The
substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government
evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements:
code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number.
code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts.
code 3: Part Not Furnished Separately - Use Assembly.
code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable.
code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New.
code 6: Part Redesigned - Parts Not Interchangeable.
3.4 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973,
paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original
and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.)
3.5 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material
will Be Cause For Rejection.
If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The
contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting
officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part.
The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of
contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are
located So As Not To Constitute A Contamination Hazard.
If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A
polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The
requirements Of This Contract Are Concerned.
These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements.
Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided:
Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A
component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface
ship Atmosphere.
4. Quality Assurance
4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order,
the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The
specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements.
4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any
inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance
does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material.
4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies.
5. Packaging
5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below.
mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule
6. Notes
6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss)
(i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/
a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk.
b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies.
c. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To:
commander, Indian Head Division, Naval Surface Warfare Center
code 8410p, 101 Strauss Avenue
indian Head, Md 20640-5035
d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For
certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document.
e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From:
contracting Officer
navsup-wss
code 87321
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue:
commanding Officer
navsup-wss
code 009
5450 Carlisle Pike
p.o. Box 2020
mechanicsburg, Pa. 17055-0788
g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From:
commanding Officer
navsup-wss
code 1 Support Branch
700 Robbins Avenue
philadelphia, Pa. 19111-5094
h. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss.
Closing Date15 May 2025
Tender AmountRefer Documents
8071-8080 of 10000 active Tenders