Website Tenders

Website Tenders

Munster Technological University Tender

Electronics Equipment...+1Electrical and Electronics
Ireland
Details: Title: Tenders For The Supply And Installation Of Audio-visual Equipment To Mtu description: Munster Technological University Is Seeking Tenders From Competent Providers For The Supply And Installation Of Audio-visual Equipment To A Range Of Areas Across Mtu Such As Classroom, Labs, Lecture Theatres, Meeting Rooms And Any Other Area Deemed Necessary. Full Details Are Contained In The Tender Documents Attached To This Contract Notice Or Which Can Be Downloaded From The Irish Government Procurement Website– Www.etenders.gov.ie
Closing Soon4 Feb 2025
Tender AmountRefer Documents 

Municipality Of Caibiran, Biliran Tender

Civil And Construction...+1Drainage Work
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Apply For Eligibility And To Bid The Bids & Award Committee Of The Municipality Of Caibiran, Biliran Is Inviting All Interested Bidders On Its Forthcoming Public Bidding For: Project Title : Construction Of Drainage Canal Part Portion In P. Reyes Street Location : Brgy. Palenque, Caibiran, Biliran Delivery Period : 60 Days Abc : P1,380,000.00 Source Of Funds : 20% D.f. 2025 All Particulars Relative To Eligibility Statement And Screening, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provision Of R.a 9184 And Its Revised Implementing Rules And Regulations (rirr) Item No. Quantity Unit Item Description B.5 1.00 Each Project Billboard / Signboard B.7 1.00 L. S. Occupational Safety And Health Program B.8(1) 1.00 L. S. Traffic Management B.9 1.00 L. S. Mobilization / Demobilization 101 180.70 Sq. M. Removal Of Structures & Obstructions 103 112.30 Cu. M. Structural Excavation 105 180.70 Sq. M. Subgrade Preparation 200 20.78 Cu. M. Aggregate Subbase Course 311 13.18 Sq. M. Portland Cement Concrete Pavement 404 3,305.00 Kgs Reinforcing Steel 405 53.23 Cu. M. Structural Concrete Schedule Of Activities: (2nd Posting) Advertisement : January 14, 2024 To January 21, 2025 Pre - Bid Conference : January 22, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) Bid Evaluation : February 4, 2025 (9:00 Am At The Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran) 1. 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, Otherwise Known As The “government Procurement Reform Act”. 2. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 15, 2025 Until February 3, 2025, Except Holidays & Upon Payment Of The Applicable Fee From The Municipal Treasurer, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Five Thousand Pesos. [p5,000.00] 3. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) Or To The Associated Components Of The Invitation To Bid Provided That Bidders Shall Pay The Applicable Fee Not Later Than The Submission Of Their Bids 4. The Local Government Unit Of Caibiran Will Hold A Pre-bid Conference On January 22, 2025 At 9:00 Am At Office Of The Bac Chairman, Municipal Hall Caibiran, Biliran, Which Shall Be Open To Prospective Bidders. 5. Bids Must Be Duly Received Together With Official Receipt (o.r.) Issued By The Mun. Treasurer To The Bac Secretary Or To The Bac Chairman On Or Before February 4, 2025 At 9:00 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In The Itb. 6. Bid Evaluation Shall Be On February 4, 2025 At Exactly 9:00 Am At The Office Of The Bac Chairman, Municipal Hall, Caibiran, Biliran. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Lgu Caibiran 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 8. Checklist Of Eligibility Requirements For Infrastructure Is Hereto Attached: Note: All Folder/envelope To Be Submitted To The Bac Must Be Alphabetically Tabbed According To The Technical Proposal (1st Envelope) & Financial Proposal (2nd Envelope) First Envelope (technical Proposal) Eligibility Requirements: 1. Platinum Registration In Lieu Of Class A Eligibility Documents Under Section 23.1 (a) & 24.1 (a) All Bidders Shall Upload & Maintain In Philgeps A Current & Updated File Of The Following Class A Eligibility Documents: A Dti/sec/cda Registration B Mayors Business Permit Or Its Equivalent Documents C Tax Clearance Per Executive Order 398 Series 2005 As Finally Reviewed & D Stamp Approved By The Bir 2. Audited Financial Statement 3. Statement Of On-going Contracts 4. Statement Of Single Largest Completed Contract (slcc) 5. Valid Pcab License Registration 6. Nfcc Computation Of Committed Line Of Credit Technical Requirements: 1. Jva Or Notarized Statement From The Partners That They Will Enter Into Joint Venture If Awarded The Contract. 2. Bid Security (form Of Bid Security) 3. Duly Signed Organizational Chart 4. Duly Signed List Of Project Personnel 5. Schedule Of Works 6. Construction Safety & Health Certificate 7. Duly Signed Of Contractors Equipment For Project 8. Certificate Of Site Inspection (signed By The Project Engineer Of The Procuring Entity) 9. Omnibus Sworn Statement In The Prescribed Form Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2nd Envelope Financial Proposal 1. Financial Bid Form (include Bid Prices & Bill Of Quantities, As Well As Applicable Price Schedule) 2. Detailed Estimates Including A Summary Sheet Indicating The Unit Prices Of Construction Materials, Labor Rates & Equipment Rentals Used In Indicating Also The Direct And Indirect Cost In Coming Up With The Bid. 3. Cash Flow By Quarter And Payment Schedule Note: Any Missing, Incomplete Or Potentially Insufficient Document In The Above-mentioned Checklist Is A Ground For Outright Rejection Of The Bid. 2024philgeps012
Closing Soon4 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.6 K)

Jackson Public Schools Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Jackson Public School District Business Office Post Office Box 2338 662 S. President Street, Jackson, Mississippi Telephone: 960-8799 ( Fax Number: 960-8967 Advertisement Request Name: Company: Fax No. Mary Or Caroline Clarion-ledger 601-961-7033 Or 1-888-516-9220 Ext. 3302 Katrina Jackson Advocate 601-948-4122 Jackie Hampton Mississippi Link 601-368-8481 Latisha Landing Ms Development Authority 601-359-5290 P. O. 570225 - The Clarion-ledger Acct. 1011620 P. O. 570226 - Jackson Advocate P. O. 570227 - Mississippi Link Notice: Please Email Invoices Electronically For Payments To Michele Mays At Mmays@jackson.k12.ms.us Or Tequia Odom At Todom@jackson.k12.ms.us Proof Of Publications Are To Be Mailed To Jpsd. Attention: Michele Mays Or Tequia Odom Clarion Ledger Jackson Advocate Ms Link: Thursday, December 26, 2024 & Thursday, January 02, 2024 Date/time Friday, January 31, 2025 @ 10:00 A.m. Rfp 2025-02 Jackson Public Schools Bank Depository I Hereby Certify That The Above Legal Ad Was Received. Newspaper: _______________________________ Signed: ___________________________________________ Date: _________________________ Advertisement For Rfp 2025-02 Jackson Public Schools Bank Depository Electronic Rfp Proposals For The Above Rfp Will Be Received By The Board Of Trustees Of The Jackson Public School District, In The Business Office, 662 South President Street, Jackson, Mississippi, Until 10:00 A.m. (local Prevailing Time), Friday, January 31, 2025, At Which Time And Place They Will Be Publicly Opened And Read Aloud. The Board Of Trustees Reserves The Right To Reject All Rfps, Waive Informalities, And Withhold The Acceptance Of Any Rfp If Approved Forty-five Calendar Days From The Date Rfps Are Opened. There Are Two (2) Options In Which Rfp Proposals May Be Obtained. Download From Central Bidding Website At Www.centralbidding.com For A Small Fee Of $49.99 Or Visit Jpsd Website At Www.jackson.k12.ms.us And Download. Vendors Must Be Registered With Central Bidding In Order To Electronically Upload Rfps Proposals At No Cost. For Any Questions Concerning The Process, Or How To Register, Please Contact Central Bidding At 225-810-4814. All Hand-delivered Proposals Must Be Delivered Before The Opening Time (local Prevailing Time) And The Date The Bid Is Scheduled To Open. These Deliveries Are To Be Made To The Business Services Office At 662 South President Street, Jackson, Ms 39201. Performance Dates: • Advertise: 26 December 2025 • Advertise: 02 January 2025 • Final Date For Questions: 24 January 2025 • Bid Opening Day: 31 January 2025 10:00 Am Local Time • Vendors May Be Notified Of Board Review And Potential Award After The Bid Date Mississippi Link Thursday, December 26, 2024 & Thursday, January 02, 2024
Closing Date14 Feb 2025
Tender AmountRefer Documents 

Barangay Mananao, Paluan, Occidental Mindoro Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Paluan Barangay Xii-mananao Invitation To Bid For Installation Of Streetlight 1. The Local Government Unit Of Barangay Xii-mananao, Paluan, Occidental Mindoro Through The Financial Assistance From Lgu-paluan For Cy 2025 Intends To Apply The Sum Of One Hundred Seventeen Thousand Pesos ( 117,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Streetlight. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Installation Of Streetlight: The Local Government Unit Of Barangay Xii-mananao, Paluan, Occidental Mindoro, Through The Financial Assistance From Lgu-paluan For Cy 2025 Intends To Apply The Sum Of One Hundred Seventeen Thousand Pesos ( 117,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Streetlight. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Barangay Xii-mananao, Paluan, Occidental Mindoro Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 15 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 Local Government Unit Of Barangay Xii-mananao, Paluan, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below From January 14, 2025. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 6, 2025 From Given Address And Website/s Below February 6, 2025: In The Amount Of Five Hundred Pesos Only ₱500.00.the Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 6. The Local Government Unit Of Barangay Xii-mananao, Paluan, Occidental Mindoro Will Hold A Pre-bid Conference On January 23, 2025 At 10:00am At Barangay Xii-mananao, Paluan, Occidental Mindoro, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat On February 6, 2025, 10:00am (i) Manual Submission At The Office Address As Indicated Below, (ii) Online Or Electronic Submission As Indicated Below, Or (iii) Both} On Or Before February 6, 2025, 10:00am. 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 16. 9. Bid Opening Shall Be On February 6, 2025, 10:00am At The Given Address Below Barangay Xii-mananao, Paluan, Occidental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Barangay Xii-mananao, Paluan, Occidental 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 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: Dolly Mae Q. Garcia Barangay Xii-mananao Paluan, Occidental Mindoro Bac-secretariat 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Barangay Xii-mananao For Online Bid Submission:brgymananaoxii@gmail.com February 6, 2025, 10:00am Joel A. Robles Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 117 K (USD 2 K)

Department Of Public Works And Highways Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Contract Id No.: 24gca12 Contract Name: Procurement Of One (1) Unit Brand New Hybrid Pickup Truck, Two (2) Units Brand New Diesel Engine Pickup Truck The Schedule Of Key Procurement Activities For This Contract Is Shown Below: Activity Time Place 1. Issuance/downloading Of Bidding Documents December 23, 2024 - January 14, 2025 Hard Copies At Bac Secretariat, Dpwh-bataan 1st Deo, Roman Expressway, Mulawin, Orani, Batan Downloadable From Dpwh Website, Www.dpwh.gov.ph, Philgeps Website,www.philgeps.gov.ph 2. Pre-bid Conference January 03, 2025 @ 2:00 P.m. Conference Room-dpwh-bataan 1st Deo 3. Receipt By The Bac Of Bids Deadline: January 14, 2025 @ 10:00 A.m. Conference Room-dpwh-bataan 1st Deo 4. Opening Of Bids January 14, 2025 @ 10:00 A.m. Conference Room-dpwh-bataan 1st Deo Approved By: Danilo A. Rustia, Jr. Bac-chairperson
Closing Date28 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.1 K)

Offizielle Bezeichnung Tender

Software and IT Solutions
Germany
Description: Contract notice - general guideline, standard regulation, open procedure (services) Certification based on IT basic protection (BSI audits) Procurement of services in the field of information security / certification - Certification based on IT basic protection (BSI audits) ... Multi-certification based on IT basic protection (BSI audits) Procurement of services in the field of information security / certification - Certification based on IT basic protection (BSI audits) Certification based on IT basic protection (BSI audits) The HZD regularly carries out certification audits of information security in accordance with ISO 27001 on the basis of IT basic protection in accordance with Section 3 HITSIG. Appropriate certifications demonstrate to the Federal Office for Information Security (BSI) in regular audits - that requirements for modern information security are met, - that information security measures are effectively implemented for business processes, procedures, processes, applications and systems and are accordingly in operation at the HZD Be ensured that - information security risks are reduced as best as possible and - information security management and the information security management system are continually improved, thus ensuring orderly and up-to-date information security in the long term. The HZD is required to achieve further successful certifications in accordance with ISO 27001 based on IT basic protection and to subsequently maintain these. Such certifications are therefore not one-off processes. The HZD is pursuing a parallel approach to transferring activities relating to achieved BSI certificates into line activities. The focus in this regard is on re-certifications, which are to be transferred to the relevant areas in the operation of specific business processes, procedures, processes, applications and systems at the HZD in accordance with the organizational structure of the HZD. BSI audits to achieve and maintain BSI certificates in accordance with ISO 27001 based on IT basic protection are to be carried out. For this purpose, the BSI auditor must be appointed by the BSI. Certification can only be carried out by individuals who have the necessary qualifications. The people offered by the contractor must be personally certified by the BSI as auditors for ISO 27001 audits based on IT basic protection. The auditors currently appointed by the BSI can be found on the website: BSI - Testing centers & auditors - Certified audit team leaders for ISO 27001 audits based on IT basic protection (bund.de). The bidder or the framework contract holder must ensure that the personal certification of the audit team leaders for certifications in accordance with ISO 27001 based on IT basic protection is maintained during the framework contract period. The respective auditor must carry out checks in accordance with the requirements for a certified audit team leader. The bidder or subsequent framework agreement holder must ensure that sufficiently qualified personnel is offered for the upcoming BSI audits. Currently, seven to 10 certifications are being sought in the HZD during the framework agreement period. This means that in principle up to 10 BSI audits must be carried out per year. The service includes - BSI audits for initial certifications; - annual surveillance audits to maintain BSI certificates in accordance with ISO 27001 based on IT basic protection for the respective certifications and - BSI audits as part of re-certifications, which are usually carried out three years after the expiry of the validity period of a BSI certificate. The tasks of every BSI audit include, in accordance with BSI specifications, a document review, conducting an on-site inspection at HZD locations and potentially at HZD customers, and preparing a BSI audit report, which, in accordance with BSI, must also be submitted to HZD as the client. On the basis of the audit report, BSI then makes a separate decision on whether to issue a certificate. Such a BSI audit report must be prepared both if the BSI gives a positive response, i.e. if a BSI certificate is achieved or maintained, and generally if certification in accordance with ISO 27001 based on IT basic protection fails. Even if HZD would like to assume that the latter is less likely to be the case, this is nevertheless particularly important so that real improvements can take place. The respective BSI audit report must be sent not only to the BSI, but also to HZD. The working and documentation language is German in the BSI audits, the BSI audit reports to be created, and in the HZD. The people to be deployed must therefore have a good knowledge of the German language, both written and spoken (language level C1 according to the Common European Framework of Reference for Languages (CEFR)). By submitting a tender, the tenderer guarantees that only consultants will be deployed who are prepared to undergo an extended security screening (ü2) in accordance with Section 8 Paragraph 1 No. 3 of the Hessian Security Screening and Classified Information Act (HSÜVG) at the request of the client and who successfully pass this extended security screening. The people offered by the contractor have several years of professional experience in IT projects, of which at least 36 months in the last 5 years, as well as professional experience in the service described. The contractor is obliged to carry out the services to be provided by him with the greatest care and in accordance with the contractual agreements, the current state of science and technology and the principle of economic efficiency. He confirms that he will have people with the necessary knowledge and experience available to be able to fulfil the contractual tasks without restriction. Preparatory work must be carried out at the client's premises for certification. These activities, as well as the work between audits (e.g. open tasks that arise as a result of the (initial) certification or surveillance audits and must be implemented) are not part of the service. Fees that may arise for the HZD from the certificate issuer are not part of the order. These must be borne separately by the HZD.
Closing Soon6 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Invitation For Bids Date: 23 December 2024 Loan/grant No. And Title: Adb Loan 3769-phi: Emergency Assistance For Reconstruction And Recovery Of Marawi Contract No. And Title: Contract Id No. 24z00011 Contract Packages 03 And 4b – Construction Of Main Drainages, Open Channels And Five (5) Bridges Deadline For Submission Of Bids: 18 February 2025 At 10:00am (philippine Time) 1. The Republic Of The Philippines Has Received Financing From The Asian Development Bank (adb) Towards The Cost Of Emergency Assistance For Reconstruction And Recovery Of Marawi – Output 2 – Reconstruction And Development Plan For A Greater Marawi – Stage 2 (connectivity Reestablished) And It Intends To Apply Part Of This Financing For Payments Under The Contract Named Above. Bidding Is Open To Bidders From Eligible Source Countries Of Adb. 2. The Department Of Public Works And Highways (“the Employer”) Invites Sealed Bids From Eligible Bidders For The Construction And Completion Of The Following Contract Package (“the Works” ): Contract Id No. Contract Title Scope Of Works Contract Period 24z00011 Contract Packages 03 And 4b – Construction Of Main Drainages, Open Channels And Five (5) Bridges Construction Of Main Drainages, Open Channels And Five (5) Bridges: 1. Main Drainage Gross Length= 6,349.29m A. Open Channel Length = 4,543.68m B. Reinforcement Box Culvert = 273.47m C. Reinforcement Pipe Culvert = 1,532.13m 2. Two (2) Connecting Bridges = 90m And 401.73m Of Bridge Approach; 3. Construction Of Cabasaran Banco Bridge And Approach Roads = Bridge Length Of 25m And 195m Approach Roads; 4. Construction Of Guimba Bridge And Approach Roads = Bridge Length Of 15m And 180m Of Approach Roads; 5. Construction Of Kormatan Matampay Bridge And Approach Road = Bridge Length Of 105m And 155m Of Approach Roads. 1. Construction: 730 Days (24 Months) Defects Liability Period: 365 Days (12 Months) 3. Open Competitive Bidding (international Advertisement) Will Be Conducted In Accordance With Adb’s Single Stage - One Envelope (1s1e) Bidding Without Pre-qualification Procedure And Is Open To All Bidders From Eligible Countries As Described In The Bidding Document And With Construction Experience As Stated In Item No. 4 Below. 4. Only Eligible Bidders With The Following Key Qualifications Defined In The Bidding Document May Participate In This Bidding: Contract Id No. Minimum Financial Requirement Construction Experience – Contracts Of Similar Size And Nature Construction Experience In Key Activities Average Annual Construction Turnover Financial Resources 24z00011 Php 940.5 Million Php 157 Million • At Least One Contract That Has Been Successfully Or Substantially Completed Within The Last Ten (10) Years, And That Is Similar To The Proposed Works, Where The Value Of The Bidder’s Participation Exceeds Php 600 Million. The Similarity Of The Bidder’s Participation Shall Be Based On: • Construction Of Drainage Structure (combination Of Open Channel, Reinforced Concrete Box Culvert And Reinforced Pipe Culvert), Of At Least 3000 M. • Substantially And/or Satisfactorily Completed At Least One (1) Road And/or Bridge Project Amounting To Php 350.00 Million In Bangsamoro Autonomous Region In Muslim Mindanao (barmm) Or Region Ix, Region Xii (soccsksargen) The Qualification Criteria Are More Completely Described In The Bidding Document. 5. To Obtain Further Information And Inspect The Bidding Documents, Bidders Should Contact: Teresita V. Bauzon, Ceso Vi Project Director Rmc 2 (multilateral), Upmo Dpwh-ncr Compound 2nd Street, Port Area, Manila 1018 Tel. Nos.: (632) 304-3788 Email Address: Bauzon.tere@gmail.com Ma. Victoria S. Gregorio Director, Procurement Service Dpwh-central Office 5th Floor, Room 502, Bonifacio Drive, Port Area, Manila 1018 Tel. Nos.: (632) 304-3259 Email Address: Gregorio.ma_victoria@dpwh.gov.ph 6. A Complete Set Of The Bidding Documents May Be Acquired By The Eligible Bidders From 23 December 2024 To 18 February 2025 From The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, And Upon Payment To The Dpwh Cashier A Nonrefundable Fee Of Ten Thousand Pesos [php 10,000.00 ($200)] In Cash Payment/ Cheque Payment/ Pay Order/ Demand Draft Not Later Than The Deadline For Submission Of Bids. The Bidding Document May Be Sent By Courier For An Additional Fee Of Php 5,000.00 ($100) For Domestic Delivery. No Liability Will Be Accepted For Loss Or Late Delivery. The Bidder’s Representative Must Present A Letter Duly Signed By The Authorized Signatory Of The Firm, Authorizing Him/her To Acquire The Bidding Documents. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of Dpwh, The Procuring Entity. 7. A Pre-bid Meeting Shall Take Place On 21 January 2025 At 9:00am (philippine Time) At The Department Of Public Works And Highways, 5th Floor, Multipurpose Hall, Bonifacio Drive, Port Area, Manila, Philippines It Will Also Be Conducted Through Zoom Application And Live-streamed On Http://www.youtube.com/@dpwh.co.civilworks Which Shall Be Open To Prospective Bidders. Zoom Id: 837 9290 4847 Passcode: 184176 8. Deliver Your Bid • To The Address: 5th Floor, Multipurpose Hall, Bonifacio Drive, Port Area, Manila, Philippines • On Or Before The Deadline Of 18 February 2025 At 10:00am (philippine Time); And • Together With A Bid Security As Described In The Bidding Document. Electronic Submission Is Not Applicable. Bids Will Be Opened Immediately After The Deadline For Bid Submission In The Presence Of Bidders’ Representatives Who Choose To Attend. It Will Also Be Conducted Through Zoom Application And Live-streamed On Http://www.youtube.com/@dpwh.co.civilworks Which Shall Be Open To Prospective Bidders. Zoom Id: 837 9290 4847 Passcode: 184176 Yours Truly, Ador G. Canlas, Ceso Iv Undersecretary For Technical Services And Information Management Service (ims) Chairperson, Bids And Awards Committee (bac) For Civil Works Department Of Public Works And Highways (dpwh) Bonifacio Drive, Port Area Manila, Philippines
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Municipality Of Panukulan, Quezon Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Quezon Municipality Of Panukulan * * * Invitation To Bid For The Concreting Of Barangay Road P2 To P4 – Bgy. Bato 1. The Local Government Unit Of Panukulan, Quezon, Through The General Fund 2024 Intends To Apply The Sum Of Two Hundred Ninety Eight Thousand Five Hundred Eighty Eight Pesos & 67/100 (p298,588.67) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Concreting Of Barangay Road-p.2 To P4 –bgy. Bato /sn-2025-03 . Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Panukulan, Quezon Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required For 12 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 The Local Government Unit Of Panukulan, Quezon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17-february 6, 2025, 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 Five Hundred Pesos Only (p500.00). 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 Local Government Unit Of Panukulan, Quezon Will Hold A Pre-bid Conference On January 24, 2024 , 9:00 Am At Conference Room, Municipal Building , ,panukulan, Quezon 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 6 2025, 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 6, 2025 At The Conference Room, Municipal Building. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Local Government Unit Of Panukulan, Quezon 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: Mrs. Haidee P. Avellano Bac Secretariat Ics Building, Panukulan Quezon 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Rizalito C. Sindac Bac Chairperson
Closing Soon6 Feb 2025
Tender AmountPHP 298.5 K (USD 5.1 K)

Health Service Executive HSE Tender

Software and IT Solutions
Ireland
Details: Title: Hse 25050 National Acute Stroke Imagery Analysis And Decision-supporting Solution To The Hse description: The Hse Seeks A Suitably Qualified Service Provider To Implement A Single National Acute Stroke Imagery Analysis And Decision Support Software Solution (acute Stroke Iads) For The Interpretation Of The Non-contrast Ct, Multiphase Ct Angiogram And Perfusion Imaging To Assist In The Rapid Diagnosis Of An Acute Ischaemic Stroke. The Scope Of Any Contract To Be Awarded As A Result Of This Procurement Tender Process Includes The Provision Of Hardware, Software, Middleware, Configuration, Installation, Integration, Implementation, Training, Support And Maintenance Services. This Procurement Process Is On Behalf Of The Irish Public Health System (hse) Including Section 38 Acute Hospitals And Organisations Funded By The Hse Including All 22 Acute Hospitals That Receive Stroke Patients. For The Purposes Of The Expression Of Interest, The Term Hse Is To Be Interpreted As Including Hospitals And Other Organisations Either Fully Or Partially Funded By The Hse. The Hse Invites Expressions Of Interest From Suitably Qualified Service Providers For Stage 1 Of This Restricted Procedure Tender Competition. In Stage 2, Hse Intends To Invite A Maximum Of 5 Pre-qualified Candidates To Submit A Tender. A Full Specification Of Requirements Will Be Provided To Shortlisted Candidates In Stage 2 Of This Competition. For Full Details Please See The Expression Of Interest Documentation Available To Download From The Contract Notice Published On The Etenders Website, Https://www.etenders.gov.ie, Ref. Id: 4860459. Please Note That Due To The Christmas And New Year Break, Responses To Queries And Requests For Clarification Will Not Be Accepted Between 20th December And 2nd January 2025.
Closing Soon10 Feb 2025
Tender AmountEUR 2.2 Million (USD 2.2 Million)

Construction De Defense Canada Tender

Others
Canada
Uxo Removal And Disposal, Lac Saint-Pierre (Quebec)
Closing Date12 Feb 2025
Tender AmountRefer Documents 
9211-9220 of 10000 active Tenders