Office Furniture Tenders

Office Furniture Tenders

Central Public Works Department - CPWD Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
India
Closing Date3 Jan 2025
Tender AmountINR 1.6 Million (USD 19.8 K)
Description: Design And Construction Of Satellite Centre Comprising Of Earthquake Resistant 280 Bedded Multispecialty Hospital (ground 5 Floors) Sr Hostel (40 Suites G 5, 1 Block), Nurse Hostel (48 Rooms G 3 , 1 Block) Type-4 (12 Nos, G 5, 1 Block) Sub Station, Pump Room, Mortuary, Mgps, Laundry, Stp And Pump Room, Shopping Complex, Sarai And Chiller Plant Building Including All Internal & External, Civil, Electrical & Mechanical Services, All External Civil & E&m Development Works, Horticulture Work And Supply & Installation Of Medical, Office And Residential Furniture For Aiims, Rishikesh At Udham Singh Nagar, Uttarakhand In Epc Mode. (sh: Providing The Services Of Computer Operator For Sub Division-1 & Sub Division-4 Office And Multitasking Service For Se Cum Pd Office, Division Office & Sub Division-1 Office) Subwork/packages:providing The Service Of Computer Operator For Sub Division-1 & Sub Division-4 Office And Multitasking Service For Se Cum Pd Office, Division Office & Sub Division-1 Office)

Educational And Scientific Infrastructure Development Agency Tender

Software and IT Solutions
Georgia
Closing Date7 Feb 2025
Tender AmountGEL 15.8 K (USD 5.4 K)
Details: Office Machinery, Equipment And Supplies Except Computers, Printers And Furniture, Various Office Equipment And Supplies, Office Supplies, Organisers And Accessories, Drafting Supplies, Templates, Paper Stationery And Other Items

FEDERAL PRISON INDUSTRIES, INC Tender

Machinery and Tools
Corrigendum : Closing Date Modified
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Section C - Description-specification Work Statement statement Of Work this Solicitation Will Result In Multiple Award Contracts For Various Sizes And Species Of Lumber. This Product Will Be Used To For Pallet Making And Shipping Containers For Various Office Furniture. all Requests Are For A Five-year Time. The Base Year Plus 4 Option Years If Exercised. unicor Is Concerned With Providing It’s Customers The Most Environmentally Friendly Product Possible. Therefore Your Firm Is Encouraged To Offer Any Alternative Products That Represent A More Envirnomentally Friendly Alternative To The Requested Products. These Items Should Be Marked As An Alternate Proposal And Should Include Informative Literature For Reference Purposes. required Samples: A Sample Will Be Required To Be Submitted According To The Following: 2 Ea Samples Of Each Item To Be Considered For Award: See Items Below. A Sample Is Considered A Product Meeting The Description Of The Items Listed. all Samples Must Be Submitted To: Unicor 1400 Dale Bumpers Road Forrest City Ar 72335, Attn: Kevin Holbrook, Quality Assurance Manager. samples Must Be Recieved By Offer Closing Date And Time To Be Considered For Award. All Samples Shall Come With Identification As To Offers Name, Contact Person And Phone Number, As Well As Unicor Part Number. Samples Will Not Be Returned To Any Offerors. All Samples Provided Will Be At No Cost To The Government. When Having A Supplier Send Samples On Your Behalf, Ensure Your Companies Name, Contact Person And Phone Number Are Listed With The Samples, And Not Your Suppliers Name. Failure To Provide And Adequately Identify Your Sample Will Result In Your Offer Not Being Considered For Award. After Review Of Initial Samples Unicor May Request Additional Samples For Testing Purposes. After Contract Award The Successful Offers Products May Be Sent Out For Random Testing Which Will Be Conducted To Ensure Products Are In Compliance With Specification Listed In The Contract. If You Currently Are The Supplier Of The Products Listed In A Lot, You Are Not Required To Submit Samples Of Those Products, Unless You Are Proposing Supplying A Product That Is Different From The Product Currently Supplied. lbr0195 unicor Part Number: Lbr0195 description: 1"x4"x96", Yellow Pine resawn Lumber Allowed grade: 3-common u/m: Ft softwood To Be In Compliance With The american National Grading Rule For softwood Dimension Lumber, Ps 20-94, for #3 Common. final Acceptance Is Subject To Unicor quality Assurance Inspection. material Which Does Not Meet The Above Specification Is Not Acceptable For Use In Our Products. rejected Material To Be Removed At Supplier's Expense And Replaced At Buyer's Request. deliveries Will Not Be Accepted Without A Signed Certificate Of Conformance. material Not Meeting Specifications Are Subject To Rejection. lbr2189 unicor Part Number: Lbr2189 description: 4"x4"x8',southern-ylw-pine-utility-grade lbr0089 unicor Part Number: Lbr0089 description: Crating-lbr,#2grd,2"x4"x16' hemlock Or Douglas Fir,crating-lumber, #2 Grade, 2" X 4" X 16' unicor Part Number; Lbr0089 decription; 2" X 4" X 16',com/grd, softwood To Be In Compliance With The american National Grading Rule For softwood Dimension Lumber,ps 20-94, for Utility Grade. final Acceptance Is Subject To Unicor quality Assurance Inspection. lbr2140 unicor Part Number: Lbr2140 description: Lumber,utility,1"x4"x8'0" lumber Douglas/fir Or Hemlock,utility Grade Or Better, may Be Rough Cut,moister Content 19% Or Less. lbr2170 unicor Part Number: Lbr2140 description: Yellow-pine#4,lumber,1"x4"x12',crating lbr0016 unicor Part Number:lbr0016 description: Hardwood,1-1/4"x3-1/2"x108" #2 Rough Cut lbr0017 unicor Part Number: Lbr0017 hardwood,5/8"x3-1/2"x108" #2 Rough Cut lbr0018 unicor Part Number: Lbr0018 description: hardwood,5/8"x5-1/2"x108" #2 Rough Cut if Any Substitutions Are Made From Specifications, They Are To Be Clearly Labeled And Explained For Evaluation And Acceptance During Bid Review, Otherwise Specs Above Will Be Expected To Be Met.

Department Of Public Works And Highways Tender

Furnitures and Fixtures
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 264.6 K (USD 4.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Cagayan De Oro 1st District Engineering Office Regional Office X 10th R.e.s Compound, Bulua, Cagayan De Oro City Purchase Request Fund Cluster: Qms-hras-spmd Form # 22 Series 2016 Coa Circular No. 2015-07 S 2015 Office Section: Pr No.:2025-01-012 Date: January 17, 2025 Maintenance Section Responsibility Center Code: Stock/ Property No. Unit Item Description Quantity Unit Cost Total Cost Office Furniture/appliances/fixtures 1 Pc Freezer (9 Cu.m) 1 Php 35,901.00 Php 35,901.00 2 Pc Refregirator (7. Cu.m) 1 Php 26,603.00 Php 26,603.00 3 Pc Water Dispenser 1 Php 9,853.00 Php 9,853.00 4 Pc Deluxe Pillow 6 Php 1,121.33 Php 6,728.00 5 Pc Bed In Bag (twin) 1 Php 3,706.00 Php 3,706.00 6 Pc 3 Drawer Cabinet ( Brugge 80cm Buffet- Wallnut Rattan) 3 Php 7,614.00 Php 22,842.00 7 Pc Chain ( Arisa 360 Swivel Chair) 3 Php 5,534.67 Php 16,604.00 8 Pc Wardrobe With Mirror (maddie Idr Mirror W/ 2 Drawer) 3 Php 10,700.00 Php 32,100.00 9 Pc Foam 38x75 (gala Bed) 3 Php 13,914.33 Php 41,743.00 10 Pc Wood Box (for Gala Bed) 3 Php 13,914.33 Php 41,743.00 28 Pc "solar Flood Light Specs: Lighting Area: 360 Sqm, Size: 53cm X 42cm, 1000 Watts, Battery Life: 8-12 Hours" 3 Php 8,937.67 Php 26,813.00 Certification This Is Certify That The Above Items Listed Are Urgently Needed In This Office And Said Are Included In The Updated Procurement Program, Cy 2025. Elviro S. Saligumba Engineer Iii Bac - Chairman Total: Php 264,636.00 Purpose: For The Use In Maintenance Section Requested By: Approved By: Signature : _______________________ _____________________ Printed Name : Mabel F. Saa Ana Lee M. Manzano, Dm Aer Designation : Chief, Maintenance Section District Engineer

DEPT OF THE AIR FORCE USA Tender

Machinery and Tools...+1Furnitures and Fixtures
Corrigendum : Closing Date Modified
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: 01/22/2025 -q&a Posted. 01/21/2025 - Extend Deadline Submission To 01/24/2024 To Allow End User To Answer All Questions. 01/17/2025 - Extend Deadline Submission To 01/22/2024 To Allow End User To Answer All Questions. 01/13/2025 - Extend Deadline Submission To 01/17/2024. 01/02/2025 - Extend Deadline Submission To 01/15/2024. 12/30/24 - Attached Sf1449. this Is A Combined Synopsis/solicitation For The Acquisition Of A Dual Monitor Arm Stand. Please See Attached Statement Of Requirements (sor) For Further Details. (i) This Is A Combined Synopsis/solicitation For Commercial Services Prepared In Accordance With The Format In Far Subpart 12.6, As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. The Simplified Acquisition Procedures (far 13.5) Will Be Used For Requirement. (ii) Solicitation Number: Fa930225q0014 **please Provide The Full Solicitation Number On All Packages** interested Parties Who Believe They Can Meet All The Requirements For The Services Described In This Synopsis Are Invited To Submit, In Writing, A Complete Quote. offerors May Utilize The Attached Sf1449 To Complete Quote Information In Addition To A Separate Quote (in Pdf Format); Ensuring The Quote Contains Information And Pricing For All Contract Line Items (clins) Included On The Sf1449. Vendors Are Allowed And Encouraged To Modify Or Create Their Own Contract Line Item Numbers (clins) To Best Suit Their Invoicing Processes. This Flexibility Aims To Streamline The Invoicing Procedure And Ensure Accurate Billing. Offerors Are Required To Submit With Their Quote Enough Information For The Government To Evaluate The Requirements Detailed In This Combined Synopsis/solicitation. Offerors Shall Submit Quotes Via Email, Please Note The Maximum File Size Is 10mb. Emails Over This File Size Will Not Be Received. Submit Only Written Offers; Oral Offers Will Not Be Accepted. this Solicitation Is Issued As A Request For Quote (rfq). (iii) This Solicitation Document And Incorporated Provisions And Clauses Are In Effect Through Federal Acquisition Circular 2025-01, Dfars Change 11/25/2024 And Dafac 2024-1016. (iv) This Requirement Will Be: Total Small Business Set Aside 100%. The North American Industry Classification System (naics) Number For This Acquisition Is 337214 “office Furniture (except Wood) Manufacturing” With A Size Standard Of 1,100 Employees. (v) Delivery: Period Of Performance Will Be Date Of Award – 50 Daro. (vi) The Provision At Far 52.212-1, Instructions To Offerors—commercial Products And Commercial Services (sep 2023), Applies To This Acquisition. Provisions And Clauses Can Be Viewed Via Internet At Acquisition.gov, Https://www.acquisition.gov/. offerors Shall Prepare Their Quotations In Accordance With Far 52.212-1. In Addition, The Following Information Shall Be Included: provide The Following Contractor Information Within Your Quote: 1. Sam Uei: 2. Tin Number: 3. Cage Code: 4. Contractor Name: 5. Payment Terms (net 30) Or Discount: 6. Point Of Contact Name And Phone Number: 7. Email Address: 8. Warranty: 9. Date Offer Expires: 10. Fob Destination: 11. Estimated Delivery Lead Time: 12. Completed Copy Of Far 52.212-3, Alt I, Offeror Representations And Certifications—commercial Products And Commercial Services (feb 2024) – Or - Notification That Far 52.212-3 Representations And Certifications Are Available On Sam.gov (vii) The Provision At Far 52.212-2, Evaluation—commercial Products And Commercial Services (nov 2021) Applies To This Acquisition. ***please Read The Evaluation Criteria Closely. If Vendor Does Not Provide A Full Response, It Will Be Found Unresponsive*** the Solicitation Provides That Quotations Will Be Evaluated Using Lowest Price Technically Acceptable (ltpa). The Award Will Be Made On The Basis Of The Lowest Evaluated Price Of Proposals Meeting Or Exceeding The Acceptability Standards For Non-cost Factors. The Agency Will First Rank Quotations According To Price, From Lowest To Highest, And Will Evaluate The Lowest-priced Quotation As Either Technically Acceptable Or Unacceptable, Reserving The Right To Evaluate Additional Quotations For Technical Acceptability If Deemed To Be In The Best Interest Of The Government. evaluation Factors: 1. Price 2. Technically Acceptability. the Government Will Award A Purchase Order Resulting From The Rfq To The Responsible Offeror Whose Quote Is Responsive To The Rfq And Considered To Be The Ltpa. (viii) Offerors Shall Include Completed Copies Of Applicable Provisions, Which Are Included In The Sf1449. Offers Will Be Considered Incomplete If These Are Not Included With The Quote. (iv) The Clause At Far 52.212-4, Contract Terms And Conditions—commercial Products And Commercial Services (nov 2023), Applies To This Acquisition. (x) The Clause At Far 52.212-5 Contract Terms And Conditions Required To Implement Statutes Or Executive Orders—commercial Products And Commercial Services (feb 2024), Applies To This Acquisition. (xi) Additional Contract Requirement Or Terms And Conditions: Please Find A Contemplated List Of Additional Provisions/clauses In The Attachments; The Final List Of Clauses Is Dependent Upon Actual Dollar Value Of The Contract Award And May Change From Those Provided In The Attachment. Full Text For The Clauses And Provisions Can Be Accessed Via Https://www.acquisition.gov/ (xii) Quote Submission Information: it Is The Government’s Intent To Award Without Discussions. Therefore, Each Initial Quote Should Contain The Offeror’s Best Terms From A Price And Technical Standpoint. However, The Government Reserves The Right To Conduct Discussions If The Contracting Officer (co) Determines That Discussions Are Necessary. offers Are Due By 24 January 2024 At 12:00 Pm, Pacific Standard Time (pst). offers Must Be Sent Via Email To Both Abel Alcantar (abel.alcantar.1@us.af.mil) And Anne Beach (anne.beach@us.af.mil). No Late Submissions Will Be Accepted. (xiv) For Additional Information Regarding This Solicitation Contact: primary Point Of Contact: abel Alcantar contract Specialist abel.alcantar.1@us.af.mil@us.af.mil secondary Point Of Contact: anne Beach contracting Officer anne.beach@us.af.mil question Period: The Period For Questions Regarding This Rfq Will End At 12:00 Pm Pdt On 02 January 2024. Please Send All Questions To The Buyer Via Email At Abel.alcantar.1@us.af.mil@us.af.mil. Phone Inquiries Are Not Available Currently. All Questions And Answers Will Be Posted To This Rfq.

Haldimand County Tender

Goods
Others
Canada
Closing Date1 Jan 2025
Tender AmountNA 
Details: Notice Of Participation In Cooperative Buying Groups In Accordance With The Canadian Free Trade Agreement (cfta) And The Comprehensive Economic And Trade Agreement (ceta), This Advertisement Is A Public Notification That Haldimand County Is A Participating Agency In One Or More Procurements Conducted By The Following Cooperative Buying Group(s): Oecm – Ontario Education Collaborative Marketplace – Www.oecm.ca Las – Local Authority Services – Www.las.on.ca Mgs – Ministry Of Government Services – Www.doingbusiness.mgs.gov.on.ca/ The Following Provides A List Of Programs/services That May Be Procured Through One Of The Buying Groups Listed Above. In Addition, Haldimand County Reserves The Right To Participate In Other Buying Group Procurements Not Identified Below, At Their Sole Discretion. Office Supplies Furniture Janitorial Services Led Retrofitting Courier Services Supply & Delivery Of Bulk Fuels Managed Print Services Collection Agencies Fleet Vehicles Mobile Devices Software Licenses

ARVIDSJAURS KOMMUN Tender

Others
Corrigendum : Closing Date Modified
Sweden
Closing Date19 Jan 2025
Tender AmountNA 
Details: The agreement shall, for successive tenders during the framework agreement period, include a comprehensive range of office furniture, environmental furniture, home-style furniture, con...

Public Services And Procurement Canada Tender

Others
Canada
Closing Date6 Jan 2025
Tender AmountRefer Documents 
Details: Amd 001 Answer Questions ***************** Corporate Accommodations With Public Services And Procurement Canada Is Seeking A Contractor To Carry Out Office Relocation Services For Moving Offices, Workplaces, And Other Various Government Facilities, Including Office Equipment, Supplies And Furniture On An ''as And When Requested ? Basis Within The National Capital Region. This Contract Is For A Period Of Two (2) Year, With The Irrevocable Option To Extend The Term Of The Contract By Up To Three (3) Additional One (1) Year Periods. See Statement Of Work Is Attached As Annex “a”. This Rfp Contains A Security Requirement.

Land Bank Of The Philippines Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 12.7 Million (USD 217 K)
Details: Description Project/services Requirement: With At Least Five (5) Years Minimum Experience As A General Contractor Related To Construction/renovation Of Commercial Buildings, Hospitals, Multi-storey School Buildings, Bpo’s And Banks With At Least Two (2) Fit-out Projects. Fit-out Projects Shall Refer To Projects Which Include The Electrical, Data And Communications, Mechanical, Water And Sanitary Systems With Inferior Finishes, Fixtures, Office Furnishings And Equipment- I.e Workstations, Air-conditioning Units And Generator Sets. Major Scope Of Works Includes The Following: Site Works; Concrete, Rebars And Form Works; Masonry Works; Carpentry Works; Finishing Works; Metal/steel Works; Specialty Works; Glass And Aluminum Works; Doors And Door Jambs; Painting Works; Plumbing And Sanitary Works; Electrical Works; Structured Cabling; And Permanent Power. Likewise, Supply, Delivery, Installation, Testing And Commissioning Of The Following Equipment And Furnishing: (i) Cash Vault Items; (ii) Various Chairs; (iii) Steel Cabinets; (iv) Roller Blinds: (v) Office Furniture; (vi) System Furniture; (vii) Various Signages And Branch Merchandising Materials; (viii) Air-conditioning Units (acus); (ix) Generator Set; And (x) Closed Circuit Television (cctv) Are Also Included In The Contractor’s Scope Of Works. 1. The Land Bank Of The Philippines, Through The 2025 Corporate Operations Budget Intends To Apply The Sum Of Twelve Million Seven Hundred Twenty-eight Thousand Seven Hundred Forty-six Pesos Only (₱12,728,746.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Services Of A General Contractor For The Proposed Landbank Daraga Branch Relocation/ Fit-out Located At General Luna St., Lgu Compound, Daraga, Albay With Project Identification No. Itb-lbp-rbacv-0125-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Land Bank Of The Philippines Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Within 135 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 Land Bank Of The Philippines- Regional Bids And Awards Committee V (rbac V) And Inspect The Bidding Documents At The Address Given Below During Banking Hours 8:30 A.m. To 3:00 P.m. From Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 23, 2025 From The Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Twenty-five Thousand Pesos Only (p 25,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees By Presenting The Official Receipt Issued By The Landbank Branch From Where The Bidding Documents Were Purchased Upon The Submission Of The Bidding Documents On The Day Of The Scheduled Opening Of Bids. 6. The Land Bank Of The Philippines Will Hold A Pre-bid Conference On January 31, 2025, 10:00 A.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City Through Face-to-face Meeting And Videoconferencing Using Microsoft (ms) Teams Application, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Send A Request Email To Lbprbacv@yahoo.com For The Meeting Link. 7. Bids Must Be Duly Received By The Rbac V Secretariat Through Manual Submission At The Given Address Below On February 12, 2025 Not Later Than 9:00 A.m. 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 12, 2025, 10:00 A.m. At The 2nd Floor, Conference Room, Lbp Building, Rizal Street, Legazpi City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Land Bank Of The Philippines 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.

City Of Naga Tender

Furnitures and Fixtures
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 128.2 K (USD 2.1 K)
Details: Description The Local Government Unit - City Of Naga, Cebu (lgu-naga), Through Its Procurement Management Division Office (pmdo), Will Undertake A Procurement Transaction Through Small Value Procurement In Accordance With Section 53.9of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act No. 9184, Otherwise Known As The “government Procurement Reform Act". Name Of Project: Procurement Of Office Furniture & Fixtures For Various Offices Use(item# 1-5) Approved Budget Of The Contract: One Hundred Twenty-eight Thousand Two Hundred Fifty Pesos Only Deadline Of Submission: On Or Before January 30, 2025 At 2:00 P.m. Place Of Delivery: Gso Warehouse, City Of Naga, Cebu Delivery Period: 15 Calendar Days Upon Receipt Of Po Method Of Procurement : Negotiated Procurement – Small Value Procurement (sec.53.9) Interested Suppliers Are Required To Submit Their Duly Accomplished Supplier's Quotation Form (annex "a"), Subject To The Terms And Conditions Provided Below, On Or Before The Deadline Of Submission Of Quotation At The Procurement Management Division Office (pmdo), Second Floor, City Hall Bldg., East Poblacion, City Of Naga, Cebu. Open Submission May Be Submitted, Manually Or Through Facsimile At Fax Nos. (032) 239-1427 Or Email Us At Nagageps@gmail.com / Bacseccityofnagacebu@gmail.com / Pmdnagacebu@gmail.com . Note: Award Of Contract Shall Be Made On A Per Item Basis. You May Opt To Submit A Quotation/proposal For Each Item, And The Lowest Calculated And Responsive Offer For Each Item Shall Be Selected A Copy Of Current And Valid Mayor's/business Permit And Philgeps Registration Certificate/number Are Required To Be Submitted Along With The Quotation/proposal. Otherwise, Said Quotation/proposal Will Not Be Accepted. Additional Requirements For Submission: - Omnibus Sworn Statement (using The Prescribed Form) - Dti / Sec Registration Certificate - Bureau Of Internal Revenue (bir) Registration • Office / Branch / Satellite In Cebu. (registered/ Valid) • The Winning Bidder /supplier Shall Provide Samples/ Brochure/menu For Approval Of The Procuring Entity Upon Receipt Of Notice Of Award • Supplier Must Be Ready To Replace Damaged Goods That Were Delivered. (damage Items/goods Upon Delivery) The Lgu-naga Reserves The Right To Accept Or Reject Any Bid, To Annul The Procurement Process, And To Reject All Quotation At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Suppliers. Terms And Conditions: 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Price Quotation/s Must Be Valid For A Minimum Period Of Forty-five (45) Calendar Days From The Date Of Submission. 3. Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/or Levies Payable. 4. Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5. Award Of Contract Shall Be Made To The Lowest And Responsive Quotation (for Goods And Infrastructure) Or, The Highest Rated Offer (for Consulting Services) Which Complies With The Minimum Technical Specifications And Other Terms And Conditions Stated Herein. 6. Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initialled By You Or Any Of Your Duly Authorized Representative/s. 7. The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications 8. The Lgu-naga Shall Have The Right To Inspect And/or To Test The Goods To Confirm Their Conformity To The Technical Specifications. 9. No Notice Of Award Will Be Issued Unless Complete And Accurate Documentary Requirements Are Submitted Within Deadline. 10. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Lgu-naga Shall Adopt And Employ "draw Lots" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 11. Payment Shall Be Made Within A Minimum Period Of Thirty (30) Calendar Days After Delivery And Upon The Submission Of The Required Supporting Documents Required By Lgu-naga. 12. Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Lgu-naga Shall Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. For Inquiries And Information, You May Contact Thru These Numbers: Mobile No. 09272379088 Tel. Nos. (032) 272-6655/56 Telefax (032)239-1427 Or Email Us At Nagageps@gmail.com / Bacseccityofnagacebu@gmail.com / Pmdnagacebu@gmail.com
1041-1050 of 1078 archived Tenders