Website Tenders

Website Tenders

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
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
Closing Date25 Feb 2025
Tender AmountPHP 79.5 Million (USD 1.3 Million)

University Of Toronto Scarborough Tender

Electrical and Electronics...+1Electrical Works
Canada
Details: Notice Of Intended Procurement Name Of Procuring Entity The Governing Council Of The University Of Toronto (the “university”) Contact Person And Contract Person Coordinates Richard Pajor Procurement Officer, Financial Service University Of Toronto Scarborough 1265 Military Trail Toronto, Ontario M1c 1a4 Rick.pajor@utoronto.ca Procurement Documents The Procurement Documents Are Available At Www.merx.com. Note That Obtaining Access To The Procurement Documents Will Require Prospective Applicants To Register And Pay A Registration Fee. Pricing And Payment Terms Are Available On The Merx Website. Description Of Procurement Request To Qualify (rtq) For Replacement Of Air Handling Unit (ahu) In The Pedestrian Street And Ahu Coil Replacement In The Science Wing Facilities Management Department At The University Of Toronto Scarborough (utsc) Require Replacement Of Air Handling Unit (ahu)-6 With Integration Via An Air Source Heat Pump Or Water Source Heat Pump. The Department Also Requires The Replacement Of Steam Coils With Hot Water Coils To Accept Geo Exchange. Refer To The Request For Proposal And To Utsc 2024-25 Appendix 1 – Project Design Brief Air Handling Unit Environmental Upgrades For A Description Of Goods And/or Services. Address And Final Date For Submissions Submissions Must Be Submitted Electronically At: Https://utoronto.bonfirehub.ca/opportunities/87798 On, Or Before February 10, 2025, At 2:00:00 P.m. Local Time. The Submissions Will Not Be Opened Publicly. Conditions For Participation The Procurement Is Subject To The Following Conditions For Participation: Proponents Will Adhere To The University Of Toronto General Labour Conditions. Applicable Trade Agreements This Procurement Is Subject To The Following Trade Agreement(s): The Canadian Free Trade Agreement, Chapter Five The Ontario-quebec Trade And Cooperation Agreement, Chapter 9 Canada-european Union Comprehensive Economic And Trade Agreement (ceta) Contract Details Subsequent Procurement Process Applicants Who Successfully Prequalify On Rfq Utsc 2024-20 Will Be Eligible To Participate In The Following Procurement Process: Request For Proposals (rfp) For The Replacement Of Air Handling Unit (ahu)-6 Integrated With The Geo Exchange / Air Source Heat Pump (ashp), And Replacement Of Steam To Hot Water Coils Of Ahu-9 And Ahu-10, Utilizing The Canadian Construction Documents Committee (ccdc)-14 Design And Build Contract. One Time Only Purchase Of Services For Specified Scope Of Work. Evaluation Criteria The Evaluation Criteria And Weightings To Be Applied Are As Follows: A. Technical 1. Applicant Information (15 Points) 2. Experience And Qualifications (35 Points) 3. Project Experience (35 Points) 4. References (15 Points) B. Documentation 1. Ccdc 11 – 2019 Contractors Qualification Statement (pass/fail) 2. Health And Safety Declaration (pass/fail) 3. Workplace Injury Summary Report (pass/fail) 4. Letter Of Good Standing From A Canadian Chartered Bank (pass/fail) 5. Letter From A Surety Stating Single And Aggregate Bonding Limits (pass/fail) 6. Schedule E To The Rtq – Reference Form Notes Proponents Should Note That Information Contained Within This Notice Is Subject To Change. Proponents Are Encouraged To Obtain The Procurement Documents Which Contain The Most Current Information. If There Is A Conflict Between The Procurement Documents And This Notice, The Procurement Documents Will Take Precedence.
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
Philippines
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
Closing Date17 Feb 2025
Tender AmountPHP 53.8 Million (USD 920.9 K)

Caraga Regional Hospital Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
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
Closing Soon11 Feb 2025
Tender AmountPHP 1.6 Million (USD 28.6 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 

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 

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)

Department Of Agrarian Reform Tender

Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid Itb#: 2025-003 Supply And Delivery Of One (1) Unit Three-wheel Motorcycle Cargo With Canopy Under Pahp Program For Fy 2025 1. The Department Of Agrarian Reform, Provincial Office, Nabunturan, Davao De Oro Thru The General Appropriations Act For Fy 2025 Intends To Apply The Sum Of Three Hundred Thousand Pesos (php 300, 000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply And Delivery Of One (1) Unit Three-wheel Motorcycle Cargo With Canopy Under Pahp Program For Fy 2025. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dar Provincial Office Now Calls For The Submission Of Eligibility Documents For The Supply And Delivery Of One (1) Unit Three-wheel Motorcycle Cargo With Canopy Under Pahp Program For Fy 2025: No Particulars Approved Budget Of Contract Amount Of Bidding Doc 1. One (1) Unit Of Three-wheel Motorcycle Cargo With Canopy 300,000.00 500.00 Specifications: Weight: Vehicle Kerb Weight: 503 Kg; Gross Vehicle Weight: 990 Kg; Performance: Max. Speed: 60 Kmph; Min. Turning Radius: 3240 Mm Engine: Four Stroke, Spark Ignition Engine; Bore X Stroke (mm): 67×67; Engine Displacement (cc): 236.2; Idling Speed: 1400 ± 300; Max. Net Power: 8.00 Kw @ 4500 ± 250 As Per Is:14599; Max. Net Torque: 20.1 N-m @ 3500 ± 250 As Per Is:14599 Ignition System: Spark Plug: Bosch Ur6cc, Champion Rg6hcc; Transmission: 4 Forward + 1 Reverse; Electrical: System: 12v Dc; Head Lamp: 35/35 W; Stop Lamp/tail Lamp: 21/ 5 W; Turn Signal Lamp: 10 W; Neutral Indicator Lamp: Available (2w); Speedometer Lamp: Available (2w); Horn: 12v Dc, Type 2a; Battery: 12v, 32 Ah Fuel Tank Capacity: Full 12l Tire: Front Pressure: 34 Psi (2.4 Kg/cm2); Rear Pressure: 58 Psi (4.0 Kg/cm2); Front Tire Size: 4.5x10″; Rear Tire Size: 4.5x10″; Brake: Front /rear Drum / Drum (200) -other Requirements: •complete Basic Tools And Accessories •with Reflectorized Dar Davao De Oro Logo And Bagong Pilipinas Logo •delivered On-site: Lifico, Montevista, Davao De Oro 3. Bidders Should Have Completed Similar Contracts Within The Past Three (3) Years Prior To The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of Eligible Is Contained In The Bidding Documents, Particularly, In Section Ii. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 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 Proprietorship, Partnership, Organization With At Least Sixty Percent (60%), Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, Or To Citizens Or Organizations Of A Country Wherein The Laws And Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act No. 138. 5. Interested Bidders May Obtain Further Information From The Dar-bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Workdays From 10:00 Am To 5:00 Pm. The Complete Set Of Bidding Documents May Be Purchased By Interested Bidders At The Same Address And Upon Payment Of A Non-refundable Amount Of Php 500.00. 6. It May Also Be Downloaded From The Website Of The Philippines Government Procurement System (http://www.philgeps.net/), Provided That Bidders Shall Pay The Non-refundable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. However, Only Those Who Participate In The Face-to-face Pre-bid Conference Shall Be Allowed To Purchase The Bidding Documents And Participate The Bidding. 7. The Dar-pbac Will Hold A Pre-bid Conference On February 6, 2025, 10:00 Am At Darpo Davao De Oro, Conference Room, Purok 18, Palmera Village, Poblacion, Nabunturan, Davao De Oro. 8. Bids Must Be Delivered To The Address Below On Or Before 12:00 Nn On February 18, 2025. All Bids Must Be Accompanied By Bid Security In Any Of The Acceptable Forms And In The Amount Of Itb Clause 18. Late Bids Shall Not Be Accepted. 9. Bid Opening Shall Be On February 18, 2025 At 1:00pm At Darpo Davao De Oro, Conference Room, Purok 18, Palmera Village, Poblacion, Nabunturan, Davao De Oro. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Below. 10. The Department Of Agrarian Reform Provincial Office Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidders. 11. For Further Information, Please Refer To: Ma. Michelle T. Epal, Mpa Bac Secretariat Head Dar Provincial Office, Purok 18, Palmera Village, Poblacion, Nabunturan, Davao De Oro, Philippines 09566334508 Darpocomvalprocurement@gmail.com Nancy S. Ramos,mpa Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)

City Of Niceville Tender

Civil And Construction...+2Civil Works Others, Real Estate Service
United States
Details: Legal Notice To Proposers Rfp 25-01 Old Town Landing Phase 3 Notice Is Hereby Given That The City Of Niceville Is Soliciting Proposals For The Purchase/lease And Development Of A City Owned Property As Part Of A Public & Private Partnership (p3). The Parcel, Referred To As The “niceville Old Town Landing Phase 3”. Proposals Will Be Accepted Until 2:00 P.m. On February 21st , 2025, Which May Be Amended By Addendum Issued By The City. All Untimely Proposals Will Not Be Considered. All Proposals Will Be Evaluated To Ensure They Contain All Required Forms To Deem The Proposer Responsive Or Non-responsive. Proposals Will Be Opened, And Proposer’s Names Will Be Read Aloud At 2:00 P.m. In The Council Chambers Located In City Hall, 208 Partin Drive North, Niceville, Florida 32578. The City Of Niceville (city) And The City Of Niceville Community Redevelopment Agency (cra) Are Inviting Proposals From Qualified And Experienced Respondents For The Purchase/lease And Development Of A City Owned Property As Part Of A Public & Private Partnership (p3). The Parcel Is Prominently Located On The Boggy Bayou Waterfront. The Purpose Of The Project Is To Accomplish Site Revitalization And To Serve As A Catalyst To Stimulate Additional Development In The City’s Urban Core And Water Front Areas. All Requests For Proposals Are Solicited And Will Be Evaluated On The Criteria Outlined In The Rfp. The Selection Committee Shall Be Comprised Of The City Council, City Manager And Deputy City Manager (cra Manager). Copies Of The Proposal Documents, Requirements, Scope Of Service, And All Other Pertinent Information Necessary To Submit A Complete Package May Be Obtained Electronically From The City Of Niceville Website At City Of Niceville Rfp Page, And On The City’s E-procurement Portal, Central Bidding At City Of Niceville Central Bidding Rfp . All Questions Shall Be Directed In Writing To The Procurement Services Director At Jwalters@nicevillefl.gov, Respondent Shall Reference “questions - Rfp 25-01 Niceville Old Town Landing Phase 3” In The Subject Line. The Last Day For Questions Will Be January 13th, 2025, At 5:00 P.m. To Streamline Its Bid System And To Enhance The Integrity Of Its Bid Openings, The City Of Niceville Is Switching To An Online Service With Central Bidding For Competitive Solicitations Issued On Or After December 1st ,2024. This Will Simplify The Current Process And Enhance The Transparency Of All Contracts Administered By The City Of Niceville. Proposals Shall Be Submitted Electronically To The City’s Eprocurement Portal, Central Bidding At City Of Niceville Central Bidding Rfp. Current Or Potential City Of Niceville Vendors Can Join Central Bidding For Free. Vendors Not Registered In Central Bidding Are Highly Encouraged To Register Now. Vendors Registered In Central Bidding Will Receive Automatic Email Notifications For City Of Niceville Solicitations Matching Your Goods Or Services, And You Can Submit Bids Or Proposals Electronically In Central Bidding. All Proposers Are Required To Complete And Submit The Documents As Required By The Rfp. No Proposals Received After The Time And Date Specified For The Opening Will Be Considered. The City Of Niceville, Florida, Reserves The Right To Reject Any And All Proposals And To Waive Any And All Non-substantial Irregularity In Proposals Received Whenever Such Waiver Or Rejection Is In The Best Interest Of The City.
Closing Date21 Feb 2025
Tender AmountRefer Documents 

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)
9421-9430 of 10000 active Tenders