Website Tenders

Website Tenders

Samotišky village Tender

Software and IT Solutions
Corrigendum : Closing Date Modified
Czech Republic
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
Details: The Subject of the Public Contract is the Construction of the "Sewage Drainage of the Municipality of Samotišky" Related to the Project of the Contracting Authority with the Title "Sewage Drainage of the Municipality of Samotišky", Project Registration Number 1240700027 Within the Framework of the Subsidy Title Financed from the National Environment Program. In the Municipality of Samotišky, it is proposed to build a new sewage gravity sewer system terminated by the Samotišky pumping station, which will transport wastewater by pressure to the sewer network of the City of Olomouc - to the collector "k" leading in the extravilán of the local part of Droždín, which drains wastewater towards the local part of Olomouc Chválkovic. The sewage wastewater of the Municipality of Samotišky will be treated at the Olomouc sewage treatment plant. Technical and Technological Description of the Individual Parts of the Subject of the Public Contract, Including the Project Documentation and the Bill of Quantities, Which Forms an Annex to the Tender Documentation. The Contractor undertakes to carry out the work in accordance with the Tender Conditions and the Project Documentation. All Requirements for the Contractor arising from the Project Documentation are binding on the Contractor and must be included in the Supplier's Offer. Completion of the Work means the complete, functional and flawless execution of all construction and assembly works and structures, including the supply of necessary materials and equipment necessary for the proper completion of the work, as well as the performance of all activities related to the supply of construction works and structures, the performance of which is necessary for the proper completion of the work, including the coordination and completion activities of the entire construction. The Work Will Be Implemented In Accordance With The Applicable Laws Of The Czech Republic And The Czech Republic And According To Generally Binding And Recommended Regulations And Methodologies. The Client Emphasizes That The Contractor Of The Work Must Comply With All Technical And Technological Procedures Within The Implementation Of Individual Works Under The Order. The Basis For The Preparation Of The Offer Is The Project Documentation For The Implementation Of The Construction Of The "Sewage Treatment Of The Municipality Of Samotišky" Prepared By The Contractor - The Association Of Companies Aqp+vodis, Formed By The Company Aqua Procon Sro, Registered Office Palackého 12, 612 00 Brno, Company No.: 46964371 And The Company Vodis Olomouc Sro, Registered Office Tovární 1059/41, 772 11 Olomouc, Company No.: 25835815, In 05/2023 And Further See Project Documentation (hereinafter referred to as the "Project Documentation"). All features, procedures, requirements and specifications are stated in the draft contract for the work, which is annex no. 3 to this tender documentation and in the project documentation, which, together with the statement of quantities, is annex no. 4 to this tender documentation. The contracting authority expressly mentions the need to carry out the work in accordance with the document Methodology for the DNSH principle. This methodology has application priority over the project documentation, i.e. in the event of a conflict regarding the method of carrying out the work, the procedure according to the document Methodology for the DNSH principle will be preferred, or the work will be carried out in such a way that this methodology for the DNSH principle is observed. The contractor also undertakes to properly document compliance with this methodology as required by the subsidy provider. Both the Methodology for the DNSH Principle and the Requirements for Its Reporting Are Part of the Project Documentation, or Are Available in Their Current Form on the Website of the Subsidy Provider at Https://www.mzp.cz/cz/podminky_cerpani_eu_fondu Technical Supervision for This Contract May Not Be Performed by the Supplier or a Person Connected to It. If the Terms of Reference, Technical Specifications, Project Documentation or Statement of Quantities Refers to Certain Suppliers, Products or Patents for Inventions, Utility Models, Industrial Designs, Trademarks or Designations of Origin, Pursuant to the Provisions of Section 89, Paragraph 6 of Act No. 134/2016 Coll., On the Award of Public Contracts, Considers Such a Reference to be a Specification of Technical Conditions Which Would Not Be Sufficiently Precise and Comprehensible Without Its Use. The Contracting Authority Explicitly States and Admits the Possibility of Offering Another Equivalent Solution for Each Such Reference.

Jackson Public Schools Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date14 Feb 2025
Tender AmountRefer Documents 
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

Caraga Regional Hospital Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Closing Soon11 Feb 2025
Tender AmountPHP 1.6 Million (USD 28.6 K)
Details: Description Republic Of The Philippines Department Of Health Caraga Regional Hospital Surigao City Ooooooooo @@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@@ Bids And Awards Committee Invitation To Bid Ib No. 2024-01-22 (119) Supply And Delivery Of Service Vehicle Van (negotiated – Two-failed Biddings) Abc: Php 1,676,000.00 ========================================================= 1. The Caraga Regional Hospital (crh), Through Internal Generated Fund (igf) 2024 And As Per Authority To Purchase Motor Vehicle (apvm) No. Dbm-roxiii-2024-004 Intends To Apply The Sum Of Being The Approved Budget For The Contract (abc) Of One Million Six Hundred Seventy Six Thousand Pesos Only ( Php 1,676,000.00) As To Payment Under The Contract For Supply And Delivery Of Service Van Vehicle (negotiated – Two-failed Biddings). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. This Project Shall Be Completed Within 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location And To Wit: Line Item Code Description Qty Unit Of Measure Unit Cost Total Cost 1 Service Vehicle Van 1 Lot 1,676,000.00 1,676,000.00 Technical Specifications Description Van Type, A Large Four-wheel Enclosed Vehicle For Conveying Passengers And/or Hauling Cargo, Traditionally Having Four (4) Doors (two Side Doors For The Driver And Front Passengers, One (1) Or Two (2) Passenger Side Sliding Doors, And A Tailgate. It Has Several Rows Of Folding Or Removable Seats Behind The Front Passenger Seat With At Least 12 Seating Capacity Including Front Passenger. It Has No Luggage Compartment But An Expandable Area At The Rear Which Can Be Used For Luggage, Cargoes, Etc. It Must Be Brand New. Engine Type 4 Cylinder, In-line Dohc 16 Valve Turbocharge With Intercooler Displacement (l) 2.4 - 3.0 L Compression Ratio 15:1 Or Higher Fuel Diesel, Euro 4 Fuel System Common Rail, Direct Injection / Electronic Fuel Injection Or Equivalent Transmission Manual Transmission ( Minimum 5 Speed) Steering Power Assist, Steering Rack Suspension, Front Wishbone & Coil Spring With Stabilizer (manufacturer Standard) Or Torsion Bar With Stabilizer Suspension, Rear Leaf Spring With Telescopic Shock Absorbers (manufacturer Standard) Brakes Ventilated Disk Front And Drum Type On Rear Or All Disk Brakes With Abs Wheels 15 Or 16 Inches Steel Or Alloy Wheels. Safety Driver And Front Passenger Is Equipped With Emergency Locking Retractor 3 Point Seatbelt And Airbag. Rear Passenger Equipped With 3 Pt Emergency Locking Retractor Seatbelts. Accessories 1. Dual Air-conditioned. 2. Power Window. 3. 12 Volts Power Outlet. 4. Early Warning Devices. 5. Front And Rear Camera With Recording. 6. Reserve Tire, Same Size With The Other Four 7. Hydraulic Jack (alligator Type) And Tire Wrench. 8. Operation Manual Body Paint Color White Other Requirements 1. Supplier Must Have Service Center Located In Mindanao Area. 2. Free Lto Registration And Comprehensive Insurance. Compliance To Denr Emission Standard. 3. Supplier Must Be An Authorized Motor Vehicle Dealer / Distributor With Service Center Availability Within Mindanao Area. 4. Installation Of Decals Like Crh Logo, And The Work “for Official Use Only” Warranty 1 Year Warranty On Parts And Labor Delivery Terms 60 Calendar Days Upon Receipt Of The Notice To Proceed And To Be Picked Up By This Procuring Entity At Its Location. Terms Of Payment. Payment Shall Be Made Upon Complete Delivery. Necessary Documents Are Required In Compliance With Auditing Rules And Regulations. Post Qualification: A Site Visit Will Be Conducted Or A Thorough Verification Of The Submitted Bidding Documents Of The Bidder Like Their Technical Specification, Brochure, Contract Performance And Other Related And Significant Documents For This Project. Validity Of The Contract : Without Prejudice To The Provision Of Applicable Laws, Rules And Guidelines, The Contract Shall Be Automatically Terminated Under The Following Conditions: A. When The Total Quantity Specified In The Contract Has Been Exhausted And Commissioned; Or B. For Any Justifiable Reason Ground Where The Contract Will Not Redound To The Benefit Of The Government Or There Is Violation Of The Contract. General Conditions All Other Rules Governing Contract Implementation And Termination Under Ra 9184 And Its Irr, And Relevant Procurement Policies Shall Be Applicable. Technical Specification And Other Terms Of Reference Are Hereby Posted In Philgeps And Form An Integral Part Of This Invitation To Bid. 2. The Crh Now Invites Bids For The Above-entitled Procurement Project. Delivery Of The Goods Is Required As Specified In Section Vi (schedule Of Requirements) Of The Bidding Documents. Bidders Should Have Completed Within The Period Of Five (5) Years From The Opening Of Bids. 3. Section 23.4.2.4 Of Irr Of Ra 9184. The Bidder Must Have Completed An Slcc That Is “similar” To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc. Moreover, A Contract Shall Be Considered “similar” To The Contract To Be Bid If It Has The Same Major Categories Of Work On Provision Of Motor Vehicles Or Service Vehicle Van. The Procuring Entity May Clarify In The Bidding Documents What Is Regarded As Major Categories Of Work. (23.5.2.5a) For Procurement Where The Procuring Entity Has Determined, After The Conduct Of Market Research, That Imposition Of Either (a) Or (b) Will Likely Result To Failure Of Bidding Or Monopoly That Will Defeat The Purpose Of Public Bidding: The Bidder Should Comply With The Following Requirements: A. Completed At Least Two (2) Similar Contracts, The Aggregate Amount Of Which Should Be Equivalent To At Least Fifty Percent (50%) In The Case Of Non-expendable Supplies And Services Or Twenty-five Percent (25%) In The Case Of Expendable Supplies] Of The Abc For This Project; And B. The Largest Of These Similar Contracts Must Be Equivalent To At Least Half Of The Percentage Of The Abc As Required Above. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Nondiscretionary “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”. 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 5183. 5. Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Secretariat, Caraga Regional Hospital, Surigao City And Inspect The Bidding Documents At The Address Given Above During 8:00 Am – 5:00 Pm, Monday To Friday. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 To January 22, 2025 On Or Before 10:00 A.m. From The Address Above And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Specified Below: Bidding Schedule Pre-bidding Conference January 07, 2025 At 9:00 O’clock In The Morning Via Zoom Platform Link: Join Zoom Meeting Https://us06web.zoom.us/j/83489755748?pwd=hzz46mwgn5hpmqcmrssttohzxy6ve0.1 Meeting Id: 834 8975 5748 Passcode: 766556 Deadline Of Submission Of Bids January 22, 2025 At 10:00 A.m... Via Online And Submit Your Bidding Documents To This Email Address: Crhbac2020@gmail.com. Please Be Advised That Failure To Submit Bidding Documents To The Designated Official Email Address Will Result In Automatic Rejection And Disqualification. Opening Of Bids January 22, 2025 At 2:00 P.m. Via Zoom Platform. Link: Join Zoom Meeting Https://us06web.zoom.us/j/82443783945?pwd=rbrilgn9em70shclcpe96rgz7iagep.1 Meeting Id: 824 4378 3945 Passcode: 750393 Complete Philippine Bidding Documents Please Click The Link Below For The Complete Pbd: Https://drive.google.com/drive/folders/1hugqmfundc8omkq6fmbgqdwmjelpgxz7?usp=sharing Bidding Documents Php 5,000.00 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Following Phlippine Bidding Documents Can Be Accessed In The Philgeps, To Wit: A. Technical Specification / Terms Of Reference/ List Of Items B. Instruction To Bidders: B.1. Documents To Be Submitted (checklist- This Will Be Discussed During The Pre-bid Conference) C. Guidelines On The Conduct Of The Electronic Submission And Receipt Of Bids By The Procuring Entity – Caraga Regional Hospital (crh) D. Philippine Bidding Documents 7. The Crh Will Hold A Pre-bid Conference On The Above-mentioned Date, Time And Venue, Which Shall Be Opened To Prospective Bidders. The Pre-bidding Conference And Opening Of Bids Shall Be Conducted Through Videoconferencing, Webinar Or Virtual. Please Send Your Intent To Participate To Our Email Address As Provided Below. 8. Bids Must Be Duly Received By The Bac Secretariat At Via Designated Email On Or Before January 22, 2025 At 10:00 O’clock In The Morning. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 22, 2025 At 2:00 O’clock In The Afternoon At The Bac Conference Room, Caraga Regional Hospital, Rizal Street, Surigao City As Virtual / Electronic Bidding Via Zoom Platform. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend In An Online Bidding. Late Bids Shall Not Be Accepted. 9. Furthermore, The Standard Philippine Bidding Document (pbd) Is Form And Part Of This Invitation In Accordance To Ra 9184 And Other Applicable Laws, Rules And Policy. 10. The Crh 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. 11. The Opening And Receipt Of Bids Is Strictly Implemented Through Electronic Submission. Given The Covid-19 Pandemic, Procurement Activity Has Been Expedient And One Of This Is The Conduct Of Electronic Submission Of Bids. The Crh Thru The Bids And Awards Committee (bac) Has Submitted Certification, Certified By The Highest Official Managing The Information Technology, Describing The Electronic System Or Procedure To Be Used By The Crh For The Electronic Submission And Receipts Of Bids And A Statement That The Same Is Compliant With The Gppb Resolution No. 12-2020 Requirements. 12. Bidding Documents Shall Be Emailed To This Email Address, With Activated Password To: Crhbac2020@gmail.com. You May Deposit On Line For The Payment Of The Bidding Documents To This Account Below: Bank Name: Land Bank Of The Philippines Account Name: Caraga Regional Hospital-trust Fund Account Number: 0982 -1288 – 70 13. Furthermore, Deposit Slip Shall Be Submitted Via Email To: Crhprocurement.bac@gmail.com 14. The Procuring Entity Will No Longer Accept Nor Entertain Any Form Of Bids Submission Except Electronic. Failure To Comply Electronic Submission Will Be Immediately Disqualified. Guideline On The Electronic Submission Is Hereby Attached. 15. Please Fill Up The Caraga Regional Hospital Supplier’s Registry To This Link: Https://bit.ly/crh_suppliersregistry 16. For Further Information, Please Inquire To: Bac Secretariat Caraga Regional Hospital. Rizal Street, Surigao City Tel. Nos. (086) 826-1575 Local 194 (086) 826-9058 Mobile Nos: Globe: 0953-9212-832 / Smart: 0985-0508-783 E-mail Address: Crhprocurement.bac@gmail.com Fb Page: Caraga Regional Hospital – Bids And Awards Committee Approved By: (sgd) Fermarie C. Dulpina, Rmt, Mpa, Jd Chief Health Program Officer Chairman, Bids And Awards Committee

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 53.8 Million (USD 920.9 K)
Details: Description Invitation To Bid For 25pf0031: Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Tertiary Roads: Gov. Bado Dangwa National Road - K0291+280 - K0291+430, K0291+670 - K0291+770, K0291+875 - K0292+080, K0291+290 - K0292+364, K0292+405 - K0292+445, K0292+630 - K0292+900, K0292+942 - K0293+010, K0293+022 - K0293+100, K0293+670 - K0293+910, K0294+370 - K0294+560 1. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office, Through The Gaa 2025 Intends To Apply The Sum Of Php 53,842,175.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25pf0031: Rehabilitation/reconstruction/upgrading Of Damaged Paved Roads - Tertiary Roads: Gov. Bado Dangwa National Road - K0291+280 - K0291+430, K0291+670 - K0291+770, K0291+875 - K0292+080, K0291+290 - K0292+364, K0292+405 - K0292+445, K0292+630 - K0292+900, K0292+942 - K0293+010, K0293+022 - K0293+100, K0293+670 - K0293+910, K0294+370 - K0294+560. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Is Two Hundred Forty (240) 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 Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office, Natubleng, Buguias, Benguet And Inspect The Bidding Documents At The Address Given Below From Mondays To Fridays At 8:00 Am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 28, 2025 Up To February 17, 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 Php 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person And Through Electronic Means For Those Participating In The Electronic Bidding: Electronicbids_benguet2@dpwh.gov.ph 6. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 @ 10:00am At The 2nd Floor, Bids And Awards Committee (bac) Conference Hall And/or Through Webcasting Via Https://www.youtube.com/@dpwh.benguet2nd.deo., Which Shall Be Open To Prospective Bidders. 7. Bid Submission Maybe Done Manually Or Electronically/online. 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 The Bds. Late Bids Shall Not Be Accepted. 8. Bids Must Be Addressed To The Bac Chairperson And Duly Received By The Bac Secretariat At The Department Of Public Works And Highways – Benguet Second District Engineering Office, Natubleng, Buguias, Benguet Below For Manual Submission Or At Electronicbids_benguet2@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025: 10:00 A.m. 9. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 10. Bid Opening Shall Be On February 17, 2025: 10:00 Am At The Given Address Below And/or Through Web Casting Via Https://www.youtube.com/@dpwh.benguet2nd.deo. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 11. The Department Of Public Works And Highways (dpwh) – Benguet Second District Engineering Office 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. 12. For Further Information, Please Refer To: Carmencita P. Tictic Engineer Iii – Procurement Unit Head, Bac Secretariat Dpwhbng2bac@gmail.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Www.philgeps.gov.ph For Electronic Bid Submission: Electronicbids_benguet2@dpwh.gov.ph For Inquiries: Dpwhbng2bac@gmail.com January 27, 2025 Approved: Paterno C. Gonzalo Chief, Administrative Section Bac Chairperson

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date13 Feb 2025
Tender AmountPHP 5.9 Million (USD 102.1 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Vii South Road Properties, Cebu City Invitation To Bid For 24h00178 - Completion/equipping Of Super Health Centers - Cebu City Health And Wellness Center, Cebu 1. The Department Of Public Works And Highways Regional Office Vii, Through The Fy 2024 General Appropriations Act (gaa) Intends To Apply The Sum Of Php5,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion/equipping Of Super Health Centers - Cebu City Health And Wellness Center, Cebu With Contract Id No. 24h00178. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Public Works And Highways Regional Office Vii Now Invites Bids For The Hereunder Works: Name Of Contract : Completion/equipping Of Super Health Centers - Cebu City Health And Wellness Center, Cebu Contract Id No. : 24h00178 Locations : Cebu City Scope Of Works : Completion/equipping Of Building Approved Budget For The Contract : Php 5,970,000.00 Contract Duration : 151 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 Category Of Small B For Buildings And Industrial Plant For License Classification C & D. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii-5.2 And Section Iii 5.2 Of Bidding Documents. 3.1 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. 3.2 As Provided In Section 25 Of The R-irr Of R.a. 9184, Bidders Shall Submit Their Bids Through Their Duly Authorized Representative. The Representative Must Be Named In The Contractors Registration Certificate (crc) Recorded In The Dpwh Civil Works Application (cwa) Or If Not, There Must Be A Duly Signed Special Power Of Attorney (spa) Presented In Hard Copy And Soft Copy Of The Spa Must Also Be Emailed To Procurementro7@gmail.com Using The Official Email Address Of The Bidder Registered In The Cwa For Verification. Failure To Send A Copy Of The Spa From The Official Cwa Registered Email Address Of The Bidder Shall Not Be Issued An Order Of Payment. 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 Department Of Public Works And Highways Regional Office Vii And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8:00 A.m. To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 23, 2024 From Given Address And Website/s Below 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. 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 Department Of Public Works And Highways Regional Office Vii Will Hold A Pre-bid Conference On January 06, 2025 At 10:00 A.m. At The Strategy Room Of Dpwh-regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. 9. Bid Submission Maybe Done Manually Or Electronically/online. 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 The Bds Clause 17. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r7@dpwh.gov.ph For Electronic Submission On Or Before January 20, 2025 At 10:00 A.m. Together With The Proof Of Purchase/receipt. 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 Itb Clause 15. 12. Bid Opening Shall Be On January 20, 2025 At 10:30 A.m., Strategy Room Of Dpwh Regional Office Vii, South Road Properties, Cebu City And Through Regional Office Official Youtube Channel Dpwh Regional Office Vii Procurement Ls Or Youtube Handle: @dpwh.ro.7. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 13. The Department Of Public Works And Highways Regional Office Vii 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. 14. For Further Information, Please Refer To: Engr. Odilon N. Andrino Head Procurement (032)4116752; (032)4116753 Email Address: Andrino.odilon@dpwh.gov.ph Or Procurementro7@gmail.com 15. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_r7@dpwh.gov.ph Jerry B. Evangelio Bac Chairman Contract Id No.: 24h00178 Dpwh And Philgeps Websites Posting: December 23 – December 30, 2024

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 79.5 Million (USD 1.3 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Metro Manila 1st District Engineering Office 2555 Westbank Road, Manggahan Floodway, Rosario, Pasig City Invitation To Bid 1. The Metro Manila 1st District Engineering Office, Through The Gaa 2024 Intends To Apply The Sum Stated Below Being The Approved Budget For The Contract (abc) To Payments For The Listed Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Metro Manila 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: A) Contract Id No. : 24ob0510 - Re-advertisement Name Of Contract : Construction Of Taguig General Hospital, Brgy. Hagonoy, Taguig City Location : Taguig City Scope Of Works : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : Php 99,499,469.03 Contract Duration : 300 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B B) Contract Id No. : 24ob0533 - Re-advertisement Name Of Contract : Construction Of Nangka High School 4-storey 12-classroom, Barangay Nangka, Marikina City Location : City Of Marikina Second District Scope Of Works : Buildings: Construction - With Piles - Low Rise - Concrete (frame) - Cast-in-place Piles (1 To 5 Storeys) Approved Budget For The Contract : Php 79,599,994.88 Contract Duration : 240 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B C) Contract Id No. : 24ob0536 Name Of Contract : Rehabilitation And Upgrading Of Philsports Complex, Pasig City Location : Pasig City Scope Of Works : Buildings: Repair Approved Budget For The Contract : Php 74,962,389.05 Contract Duration : 180 Calendar Days Cost Of Bid Documents : Php 50,000.00 Pcab License Category : Medium A - B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category As Stated In Each Contract. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. 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 9184 (ra 9184), Otherwise Known As The "government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Metro Manila 1st District Engineering Office And Inspect The Bidding Documents At West Bank Road, Manggahan Floodway, Rosario, Pasig City 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 February 03, 2025 - February 25, 2025 From The 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 Specified In Each Contract 7. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Metro Manila 1st District Engineering Office Will Hold A Pre-bid Conference On February 12, 2025 At 1:00p.m. At Mm1deo-conference Room, Rosario, Pasig City, Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. 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 The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_metromanila1@dpwh.gov.ph For Electronic Submission On Or Before February 25, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 25, 2025 Immediately After The Deadline For Submission Of Bids At Dpwh-mm1deo Conference Room, Rosario, Pasig City. 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. 12. The Metro Manila 1st District Engineering Office 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. 13. For Further Information, Please Refer To: Rodel A. Santos Eduardo B. Del Rosario Head, Bac Secretariat Bac Chairman Bac Office: Mm1deo, Rosario, Pasig City Bac Office: Mm1deo, Rosario, Pasig City Telephone No.: (02) 8641-44-08 Telephone No.: (02) 8641-44-08 Approved By: Eduardo B. Del Rosario Chief, Construction Section Bac Chairman Noted: Aristotle B. Ramos District Engineer

Department Of Public Works And Highways Tender

Civil And Construction...+1Bridge Construction
Philippines
Closing Date18 Feb 2025
Tender AmountRefer Documents 
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

Barangay Mananao, Paluan, Occidental Mindoro Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Corrigendum : Closing Date Modified
Philippines
Closing Soon6 Feb 2025
Tender AmountPHP 117 K (USD 2 K)
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

Offizielle Bezeichnung Tender

Software and IT Solutions
Germany
Closing Soon6 Feb 2025
Tender AmountRefer Documents 
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.

Department Of Public Works And Highways Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.1 K)
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
9351-9360 of 10000 active Tenders