Website Tenders
Website Tenders
Province Of Northern Samar Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 9.3 Million (USD 159.9 K)
Details: Description Republic Of The Philippines Province Of Northern Samar Catarman, Northern Samar Bids And Awards Committee Construction Of Evacuation Center Brgy. Coroconog, San Roque N. Samar Ns-01-21-25-19 1. The Provincial Government Of Northern Samar, Through The Sp Ordinance No. 41 Series Of 2024, Dated 20 December 2024 (gf/ 5% Ldrrmf), Intends To Apply The Sum Of Nine Million Three Hundred Fifty Four Thousand One Hundred Seventy Nine Pesos And 84/100 Only. (php9,354,179.84) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Ns-01-21-25-19: Construction Of Evacuation Center Brgy. Coroconog, San Roque N. Samar. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Northern Samar Now Invites Bids For The Construction Of Evacuation Center Brgy. Coroconog, San Roque N. Samar. Completion Of The Works Is Required 270 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bac Office Of Provincial Government Of Northern Samar And Inspect The Bidding Documents At The Address Given Below From 8:00 Am-5:00 Pm Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 17, 2025 From Given Address And Website/below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Provincial Government Of Northern Samar Will Hold A Pre-bid Conference On February 03, 2025 9:00am At Bac Conference Room 2nd Floor New Capitol Bldg. Brgy. Dalakit Catarman N. Samar Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before February 17, 2025 9:00am. 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 15. 9. Bid Opening Shall Be On February 17, 2025 9:00am At Bac Conference Room 2nd Floor New Capitol Bldg. Brgy. Dalakit Catarman N. Samar Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Northern Samar 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Atty. Adah Gwynne P. Tobes Bac Secretary Bids And Awards Committee Bac Office New Capitol Building Brgy. Dalakit, Catarman, Northern Samar Contact No. (055)500-9692 Pgnsbac1@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Northernsamar.gov.ph, Philgeps.gov.ph January 22, 2025 Dr. Jose Luis A. Acompañado Chairperson Bids And Awards Committee
Department Of Public Works And Highways - DPWH Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan Third District Engineering Office Tuguegarao City, Cagayan, Region Ii Invitation To Bid For 25bd0025 – Basic Infrastructure Program (bip)- Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Andarayan South, Solana, Cagayan 1. The Dpwh-cagayan Third District Engineering Office, Through The Ra 12116 (gaa Fy 2025) Intends To Apply The Sum Of P4,950,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25bd0025 – Basic Infrastructure Program (bip)- Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Andarayan South, Solana, Cagayan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-cagayan Third District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Two Hundred Calendar Days (200 C.d.). 3. The Department Of Public Works And Highways – Cagayan Third District Engineering Office Now Invites Bids For The Hereunder Works: Name Of Contract : Basic Infrastructure Program (bip)- Multi-purpose Buildings/facilities To Support Social Services - Construction Of Multi-purpose Building (convertible To Evacuation Center), Barangay Andarayan South, Solana, Cagayan Contract Id No. : 25bd0025 Location : Barangay Andarayan South, Solana, Cagayan Scope Of Work : Construction Of Multi-purpose Building Approved Budget For The Contract : P4,950,000 .00 Contract Duration : 200 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders) 4. Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C&d To Aaa With Size Range Of Small B To Large B. Contractors/applicants Who Wish To Participate In This Bidding Are Encourage To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor Dpwh Bldg. Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph 5. Pursuant To Gppb Resolution No. 15- 2021 Dated October 14, 2021, Prospective Bidders Shall Submit In Their First Envelope The Updated Philgeps Certificate Of Platinum Registration And Membership In Accordance With Sections 23.3, 24.4.3 And 54 Of Republic Act 9184 (ra9184), All Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Supporting The Veracity, Authenticity And Validity Of The Certificate Shall Remain Current And Updated, And That Failure By The Prospective Bidder To Update Its Philgeps Certificate Of Platinum Registration And Membership With The Current And Updated Class “a” Eligibility Documents Covered By Section 8.5.2 Of The 2016 Revised Irr Of Ra 9184 Shall Result In The Automatic Suspension Of The Validity Of Its Certificate Of Platinum Registration And Membership Until Such Time That All Of The Expired Class “a” Eligibility Documents Has Been Updated. 6. Bidders Are Required To Update Their Existing Philgeps Registration (platinum) In The Dpwh Civil Works Registry Prior To The Scheduled Receipt And Opening Of Bids. 7. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 8. Interested Bidders May Obtain Further Information From Dpwh-cagayan Third District Engineering Office And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m To 5:00 P.m. 9. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 To February 10, 2025 From Given Address 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 Only (p5,000.00). Pursuant To Section 17. 5 Of The 2016 Revised Irr Of Ra 9184, Bidding Documents Fee May Be Refunded In Accordance With The Aforementioned Guidelines Based On The Grounds Provided For Under Section 41 Of Ra 9184 And Its Irr. 10. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 11. The Dpwh-cagayan Third District Engineering Office Will Hold A Pre-bid Conference On January 28, 2025, 9:00 A.m. At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan And/or Through Videoconferencing/webcasting Via Zoom-teleconference/google Meet And Livestreamed On Youtube Channel (dpwh Cagayan 3rd Deo Bac), Which Shall Be Open To Prospective Bidders. 12. Bid Submission Maybe Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds. 13. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan Or At Electronicbids_cagayan3@dpwh.gov.ph For Electronic Submission On Or Before February 10, 2025 At 9:00 A.m. Late Bids Shall Not Be Accepted. 14. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 15. Bid Opening Shall Be On February 10, 2025, Immediately After The Deadline For The Submission Of Bid At The Conference Hall Of Dpwh-cagayan Third District Engineering Office, Bagay Road, San Gabriel Village, Tuguegarao City, Cagayan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Through Livestream On Youtube Channel (dpwh Cagayan 3rd Deo Bac). 16. The Dpwh-cagayan Third District Engineering Office, Bac 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 17. For Further Information, Please Refer To: Bac-chairperson: Valerico E. Badua, Jr. Bac Secretariat Head : Perdito A. Dayag Address : Dpwh-ctdeo Address : Dpwh-ctdeo Telephone No. : 844-9384 Telephone No. : 844-9384 Email Address : Baduajr.valerico@dpwh.gov.ph Email Address: Dayag.perdito@dpwh.gov.ph 18. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_cagayan3@dpwh.gov.ph Date Of Publication: January 22, 2025 Approved By: Valerico E. Badua, Jr. Chief, Quality Assurance Section (bac-chairperson)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 107 Million (USD 1.8 Million)
Details: Description Invitation To Bid For Construction Of Office Buildings For Regional Project Management Office And Project Management Offices For Bangsamoro Region: Construction Of Dpwh Project Management Office-lanao Del Sur, Barangay Nangka, Baloi, Lanao Del Norte 1. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster, Through The Gaa Fy 2024 (r.a. 11975) Intends To Apply The Sum Of Php 107,031,045.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 24z00030, Construction Of Office Buildings For Regional Project Management Office And Project Management Offices For Bangsamoro Region: Construction Of Dpwh Project Management Office-lanao Del Sur, Barangay Nangka, Baloi, Lanao Del Norte. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Office Buildings For Regional Project Management Office And Project Management Offices For Bangsamoro Region: Construction Of Dpwh Project Management Office-lanao Del Sur, Barangay Nangka, Baloi, Lanao Del Norte Contract Id No. : 24z00030 Location : Barangay Nangka, Baloi, Lanao Del Norte Scope Of Works : Construction Of Two (2) Storey Office Building With Roof Deck, Site Development, And Power House Abc : Php 107,031,045.00 Contract Duration : 270 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Of At Least Medium A For Buildings And License Category Of At Least “b” For General Building. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 5. Interested Bidders May Obtain Further Information From The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster And Inspect The Bidding Documents At The Address Given Below During Weekdays From 7:00 A.m. To 4:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person Or Through Electronic Means. 7. The Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster Will Hold A Pre-bid Conference On February4, 2025, 9:00 A.m. At Room 503, Bidding Room, 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila And Through Zoom (meeting Id: 846 6041 7575 And Passcode: 796497) And Live-streamed On Facebook: Https://www.youtube.com/@dpwh.co.civilworks Which Shall Be Open To Prospective Bidders. 9. Bid Submission May Be Done Manually Or Electronically. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In Bds Ib Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_co_civilworks@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025, 10:00 A.m. Late Bids Shall Not Be Accepted. 11. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itbclause 15. 12. Bid Opening Shall Be On February18, 2025, Immediately After The Deadline For The Submission Of Bid, At Room 503, Bidding Room, 5th Floor, Dpwh Building, Bonifacio Drive, Port Area, Manila And Through Zoom (meeting Id: 846 6041 7575 And Passcode: 796497) And Live-streamed On Facebook: Https://www.youtube.com/@dpwh.co.civilwork. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Dpwh-unified Project Management Office Buildings And Special Projects Management Cluster 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Liability To The Affected Bidder Or Bidders. 14. For Further Information, Please Refer To: Soledad R. Florencio Project Director, Bspmc-upmo Dpwh-ncr Compound, 2nd Street Port Area, Manila 1018 Telephone No. (+632)5304-3999 Email Address: Florencio.soledad@dpwh.gov.ph Ma. Victoria S. Gregorio Director, Procurement Service Dpwh Central Office, Bonifacio Drive Port Area, Manila 1018 Telephone No. (+632)5304-3122 Email Address: Gregorio.ma_victoria@dpwh.gov.ph Very Truly Yours, (sgd.) Ador G. Canlas Undersecretary For Technical Services And Information Management Service Chairperson, Bac For Civil Works Dpwh Central Office, Bonifacio Drive Port Area, Manila 1018 Telephone No. (+632)5304-43241 Email Address: Canlas.ador@dpwh.gov.ph
Eversley Childs Sanitarium Tender
Healthcare and Medicine
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 1.5 Million (USD 26.6 K)
Details: Description Invitation To Bid For The “supply And Delivery Of Various Oral Nutritional Supplement (rebid)” 1. The Eversley Childs Sanitarium And General Hospital, Through The Government Appropriation Act (gaa) Cy 2025 To Apply The Sum Of One Million Five Hundred Fifty-seven Thousand Six Hundred Pesos Only (php 1,557,600.00) Being The Abc To Payments Under The Contract For The “supply And Delivery Of Various Oral Nutritional Supplement (rebid)”. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Eversley Childs Sanitarium And General Hospital Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is In Accordance With The Delivery Schedule After Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Five (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. 4. Prospective Bidders May Obtain Further Information From Eversley Childs Sanitarium And General Hospital And Inspect The Bidding Documents At The Address Given Below During 8am To 5pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On January 22, 2025 To February 13, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Php 5,000.00. 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Nonrefundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Eversley Childs Sanitarium And General Hospital Will Hold A Pre-bid Conference On January 30, 2025, 1:30 Pm At Eversley Conference Room, Jagobiao, Mandaue City, Which Shall Be Open To Prospective Bidders. 8. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below. Late Bids Shall Not Be Accepted. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10. Bid Opening Shall Be February 13, 2025 At 1:30 Pm At Eversley Conference Room, Jagobiao, Mandaue City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Eversley Childs Sanitarium And General Hospital 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: Atty. Valiant Dayagbil Ii Bac Secretariat Chairperson Eversley Childs Sanitarium And General Hospital Tel. No. (032) 520-4327 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Https://ecs.doh.gov.ph/
NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender
Software and IT Solutions...+1Machinery and Tools
United States
Closing Soon4 Feb 2025
Tender AmountRefer Documents
Details: ***this Is A Combined Sources Sought Notice And Notice Of Intent To Sole Source*** the National Institute Of Standards And Technology (nist) Is Seeking Information From Sources That May Be Capable Of Providing Thermodynamic Simulation Software And Database. If No Alternate Sources Are Identified, The Government Intends To Issue A Sole Source Award To Computherm (8401 Greenway Blvd Ste 248, Middleton, Wisconsin 53562-3539) Under The Authority Of Far 13.106-1(b). The North American Industry Classification System (naics) Code For This Acquisition Is 541511. the Nist Physical Measurement Laboratory, Materials Measurement Science Division (mmsd) Requires Advanced Thermodynamic Software And Databases That Is Compatible With Existing Software Owned By Nist. This Software Will Be Used To Support A Key Initiative—developing A Detailed And Precise Database Of Materials Used In Semiconductor Manufacturing. The Purpose Of This Acquisition Is To Enhance Our Ability To Design, Test, And Improve The Materials That Are Fundamental To The Production Of Semiconductors. This Will Aid In Tackling Current Challenges In Semiconductor Production, Such As Inefficiencies And Material Shortcomings That Can Lead To Supply Disruptions. The Mission Of The Mmsd Is To Advance Measurement Science, Standards, And Technology In Ways That Enhance Economic Security And Improve Quality Of Life. This Division Is Responsible For Developing Accurate Material Measurements And Standards Crucial For Industrial And Scientific Applications. this Requirement Has Evolved From A Critical Need To Address Gaps In The Semiconductor Supply Chain, Particularly In Terms Of R&d And Metrology For New Materials, Packaging, And Production Methods. This Software Will Be Utilized Within Nist’s Research Facilities, Specifically Designed For High-precision Metrology And Materials Science Research. The Objective Is To Ensure That Nist Can Provide The Measurement Science Necessary For The Development Of New And Innovative Materials That Meet The Specific Needs Of The Semiconductor Industry. This Includes Improving The Precision And Reliability Of Material Properties Used In Semiconductor Manufacturing, Thereby Enhancing Production Efficiency And Reducing Vulnerabilities In The Supply Chain. nist Has A Need For Thermodynamic Simulation Software And Database That Meets Or Exceeds The Following Draft Minimum Specifications: technical Specifications (1) Panphasediagram (second License) Module Of Pandat Software For Multicomponent Thermodynamics And Phase Equilibrium Calculation. (2) Panevolution (extension From Panprecipitation, Second License) Module For Precipitation And Grain Growth Simulation Of Multi-component Alloys. (3) Pansolidification (two-users License) Module For Solidification Simulation Considering Back Diffusion In The Solid Phase. (4) Panal_th+mb (two-users License) Combined Thermodynamic And Mobility Database For Multicomponent Aluminum Alloys. (5) Panpython Sdk (two-users License) A Python Library To Link Pandat Simulation With Other Software nist Conducted Market Research In October 2024 By Performing Internet Searches, And Reviews Of Company Websites To Determine What Sources Could Meet Nist’s Minimum Requirements. The Results Of That Market Research Revealed That Only Computherm (uei: Cxjuemdjanu4) Appears To Be Capable Of Providing Software Compatible With The Existing Software Used At Nist, And Meeting Nist’s Requirements. how To Respond To This Notice in Responding To This Notice, Please Do Not Provide Proprietary Information. Please Include Only The Following Information, Readable In Either Microsoft Word 365, Microsoft Excel 365, Or .pdf Format, In The Response. Submit The Response By Email To The Primary Point Of Contact And, If Specified, To The Secondary Point Of Contact Listed At The Bottom Of This Notice As Soon As Possible, And Preferably Before The Closing Date And Time Of This Notice. provide The Complete Name Of Your Company, Address, Name Of Contact For Follow-up Questions, Their Email, Their Phone Number And, If Your Company Has An Active Registration In Https://sam.gov, Your Company’s Unique Entity Id (uei). details About What Your Company Is Capable Of Providing That Meets Or Exceeds Nist’s Minimum Requirements. whether Your Company Is An Authorized Reseller Of The Product Or Service Being Cited And Evidence Of Such Authorization. identify Any Aspects Of The Description Of The Requirements In The Background Section Above That Could Be Viewed As Unduly Restrictive Or Create Unnecessary Barriers That Adversely Affect Your Firm’s Ability To Fully Participate In A Procurement For Such Services And Explain Why. Please Offer Suggestions For How The Requirements Could Be Organized Or Structured To Encourage The Participation Of Small Businesses. for The Naics Code indicate Whether Your Company Is (a) A Small Business Or (b) Other Than Small Business. See The Table Of Small Business Size Standards And The Associated .pdf Download File For Small Business Size Standards And Additional Information. if You Believe The Naics Code Listed In This Notice Is Not The Best Naics Code For The Type Of Product Addressed In This Notice, Identify An Alternative Naics Code That You Believe Would Be More Appropriate For The Planned Procurement. if Your Firm Has Existing Federal Supply Schedule Contract(s) Or Other Contracts For Products Or Services Against Which The Department May Be Able To Place Orders, Identify The Contract Number(s) And Other Relevant Information. describe Your Firm’s Experience (as A Prime, Subcontractor, Or Consultant) Providing The Products Or Services Described In Background Section. provide Any Other Information That You Believe Would Be Valuable For The Government To Know As Part Of Its Market Research For This Requirement. please Let Us Know If You Would Like To Engage To Get A Better Understanding Of The Requirement Or Need Additional Information About The Government’s Requirement For The Products Or Services Described In The Background Section. questions Regarding This Notice questions Regarding This Notice May Be Submitted Via Email To The Primary Point Of Contact And The Secondary Point Of Contact Listed In This Notice. Questions Should Be Submitted So That They Are Received 5 Days Prior To The Close Of This Notice. Questions Will Be Anonymized And Answered Via Sources Sought Notice Amendment Following The Question Submission Deadline. important Notes the Information Received In Response To This Notice Will Be Reviewed And Considered So That The Nist May Appropriately Solicit For Its Requirements In The Near Future. this Notice Should Not Be Construed As A Commitment By The Nist To Issue A Solicitation Or Ultimately Award A Contract. this Notice Is Not A Request For A Quotation. Responses Will Not Be Considered As Proposals Or Quotations. no Award Will Be Made As A Result Of This Notice. nist Is Not Responsible For Any Costs Incurred By The Respondents To This Notice. nist Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Appropriate. thank You For Taking The Time To Submit A Response To This Request!
National Irrigation Administration Tender
Automobiles and Auto Parts
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 25.5 Million (USD 437.5 K)
Details: Description Invitation To Bid Supply/delivery Of Diesel Fuel And Lubricants For Awayan Pumping Station Of Libmanan-cabusao Pump Irrigation System Libmanan, Camarines Sur 1.the National Irrigation Administration (nia) Camarines Sur Irrigation Management Office (csimo), Through The Gaa/omnispis Cy 2025 Intends To Apply The Sum Of Php 25,583,382.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Supply/delivery Of Diesel Fuel And Lubricants For Awayan Pumping Station Of Libmanan-cabusao Pump Irrigation System, Libmanan, Camarines Sur With Contract Reference No. Omnispis-cs-lcpis-023-25. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.the Nia Camarines Sur Imo Now Invites Bids For The Above-mentioned Project. Delivery Of The Goods Is Required By Two Hundred Seventy-three (273) Calendar Days. Bidders Should Have Completed, Within Ninety (90) Calendar Days 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. 4.bidding Is Open To All Interested Bidders, Whether Local Or Foreign, Subject To The Conditions For Eligibility Provided In The 2016 Revised Irr Of Ra No. 9184. 5.prospective Bidders May Obtain Further Information From Nia Camarines Sur Imo And Inspect The Bidding Documents At The Address Given Below During 8:00 Am Of February 3, 2025 To 9:30 Am Of February 13, 2025. 6.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 8:00 Am Of February 3, 2025 To 9:30 Am Of February 13, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7.the Nia Camarines Sur Imo Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On February 3, 2025 At 1:30 Pm At Nia Camarines Sur Imo Head Office At Sta. Lucia, Magarao, Camarines Sur Which Shall Be Open To Prospective Bidders. 8.bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 9:30 Am Of February 13, 2025. Late Bids Shall Not Be Accepted. 9.all Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 10.bid Opening Shall Be On 9:30 Am Of February 13, 2025 At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11.the Nia Camarines Sur Imo 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: The Bac Secretariat Nia-csimoho Sta. Lucia, Magarao, Camarines Sur Csimobac@gmail.com 13.you May Visit The Following Websites: For Downloading Of Bidding Documents: Https://www.facebook.com/niar5csimo January 21, 2025 Engr. June Ivy C. Mendez Bac Chairperson
University Of Glasgow Tender
Others
United Kingdom
Closing Date17 Feb 2025
Tender AmountRefer Documents
Details: Purch2532 Provision Of Reverse-phase Bench Top Hplc System Tender Documents Available From Public Contracts Scotland. Tender Returns Should Be Submitted Via Public Contracts Scotland, No Paper Copies Will Be Accepted. Should Paper Tenders Be Submitted, They Will Be Rejected. Further To This Any Questions Or Communications Regarding Individual Tender Exercises Must Be Sent Via The Public Contracts Scotland Portal. Tender Queries Received Through Any Other Channel Will Not Be Answered. Should Users Of Public Contracts Scotland Have Any Problems With The Web Site They Should Contact Website Support Desk, Contact Details Can Be Found By Following The ‘contact Us’ Option On The Left Hand Menu At Http://www.publiccontractsscotland.gov.uk/default.aspx Cpv: 38000000.
Department Of Agrarian Reform - DAR Tender
Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 793.4 K (USD 13.5 K)
Details: Description 1.the Department Of Agrarian Reform-agusan Del Sur, For A Duration Of One (1) Year Through The Framework Agreement, Through The Gaa Cy 2025 Intends To Apply The Sum Of Seven Hundred Ninety Three Thousand Four Hundred Thirty Pesos (793,430.00) Being The Abc To Payments Under The Contract For The Procurement Of Lease Of Venue And/or Catering Services For Cy 2025 Dar-ads Activities Through Framework Agreement Lot 3. Bids Received In Excess Of The Abc Shall Be Automatically Rejected. 2.the Department Of Agrarian Reform-agusan Del Sur Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Five (5) Days After Issuance Of A Call-off Or Any Date Determined By The Pe. 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). The Dar-ads Bids And Awards Committee Now Invites Bids For The Procurement Of The Said Project, Described As Follows: Lot No. Particulars Approved Budget Of The Contract (abc) Per Lot 3 Lease Of Venue And/or Catering Services For Cy 2025 Dar-ads Activities Through Framework Agreement Lot 3 (veruela, Trento, Bunawan & Sta. Josefa Barangays) Php 793,430.00 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. 4.prospective Bidders May Obtain Further Information From The Department Of Agrarian Reform-agusan Del Sur, Procurement Section/bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Working Days Monday-friday From 8:00 Am To 5:00 Pm. 5.a Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 Until 9:00 Am On The 17th Day Of February 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Lot No. Price Of Bidding Documents 3 Php 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Through Electronic Mail, Facsimile Or Actual/personal. 6.the Department Of Agrarian Reform-agusan Del Sur Will Hold A Pre-bid Conference[ May Be Deleted In Case The Abc Is Less Than One Million Pesos (php1,000,000) Where The Procuring Entity May Not Hold A Pre-bid Conference. ] On February 3, 2025, 10:00 In The Morning At Dar Provincial Office Compound And/or Through Video Conferencing Or Webcasting Via Zoom Or Google Meet In Which A Day Before The Pre-bid Link Will Be Given And Be Open To Prospective Bidders. 7.bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both On Or Before February 17, 2025 Closes At 10:00 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. A.)bid Securing Declaration B.)the Amount Of Not Less Than Php 15,868.60 (amount Equivalent To 2% Of Abc), If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; Or C.)the Amount Of Not Less Than Php 39,671.50 (amount Equivalent To 5% Of Abc), If Bid Security Is In Surety Bond. 9.bid Opening Shall Be On February 17, 2025, 1:00 Pm At The Given Address Below And/or Via Zoom Or Google Meet Application. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10.files To Be Downloaded Should Be In Pdf Format And Must Not Exceed 5mb. 11.the Department Of Agrarian Reform-agusan Del Sur 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: Sundae June Jugao Department Of Agrarian Reform Provincial Office Of Agusan Del Sur Barangay 5, San Francisco, Agusan Del Sur Daragsurgenservices@gmail.com Darads.bac@gmail.com 09281507819
Municipality Of Roseller T Lim, Zamboanga Sibugay Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 700 K (USD 11.9 K)
Details: Description Republic Of The Philippines Province Of Zamboanga Sibugay Municipality Of Roseller T. Lim Invitation To Bid For The Construction / Improvement Of Wet Market Parking Area – Phase I 1. The Municipality Of Roseller T. Lim, Province Of Zamboanga Sibugay, Through The 20% Development Funds For Cy 2024 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (p700,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction / Improvement Of Wet Market Parking Area – Phase I, Surabay, R. T. Lim, Zamboanga Sibugay With Project Id # Rtl - 25 – T. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Roseller T. Lim, Province Of Zamboanga Sibugay Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of Roseller T. Lim, Province Of Zamboanga Sibugay And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2024 From Given Address And Website/s Below: And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Five Hundred Pesos Only (php 1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees And Will Be Presented In Person By The Interested Bidder. 6. The Municipality Of Roseller T. Lim, Province Of Zamboanga Sibugay Will Hold A Pre-bid Conference (optional Only) On January 28, 2025 At 9:30 Am At The Municipal Engineering Office, R. T. Lim, Zamboanga Sibugay On A Face-to-face Manner, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address As Indicated Below, On Or Before 1:30pm Of February 10, 2025. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On Fenruary 10, 2025 At Exactly 1:30pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Roseller T. Lim, Province Of Zamboanga Sibugay 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Engr. Albert Dela Peña Chairman – Bids And Awards Committee Municipal Site, Roseller T. Lim, Zamboanga Sibugay Cp #09067752477 Email Address: Rosemarie3ig@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [indicate Websites] Engr. Albert Dela Peña Bac Chairperson
City Of Iloilo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 100 Million (USD 1.7 Million)
Details: Description Invitation To Bid For Rehabilitation Of Public Markets (phase Ii) Jaro Big Market At Corner El 98 And Mercado Sts., Brgy. Desamparados, Jaro, Iloilo City 1. The City Government Of Iloilo, Through The Sb No. 3 Fy2024 To Apply The Sum Of One Hundred Million Pesos (php 100,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Rehabilitation Of Public Markets (phase Ii) Jaro Big Market At Corner El 98 And Mercado Sts., Brgy. Desamparados, Jaro, Iloilo City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Iloilo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Three Hundred Sixty Five (365) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From City Government Of Iloilo And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays, 8:00am To 12:00 Noon And 1:00pm To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 22, 2025 From Given Address And Website/below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 227,500.00. The Procuring Entity Shall Allow The Bidder To Personally Present Its Proof Of Payment For The Fees. 6. The City Government Of Iloilo Will Hold A Pre-bid Conference On January 31, 2025 At Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Which Shall Beopen To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below On Or Before February 17, 2025 At 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 16. 9. Bid Opening Shall Be On February 17, 2025 At 10:00amat The Bac Conference Room, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The City Government Of Iloilo 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Rowena L. Villanueva Bids And Awards Committee Secretariat Room 7n, 7th Floor, Iloilo City Hall, Plaza Libertad, Iloilo City Tel. No.: (033) 333-1111 Loc. 742 Email: Bac.iloilocity@gmail.com Website: Www.iloilocitygov.ph 12. You May Visit The Following Websites: For Downloading Of Bidding Documents:www.iloilocitygov.ph January 22, 2025 (sgd.) Atty.edgardo J. Gil Chairperson
5131-5140 of 9637 active Tenders