Printing Tenders

Printing Tenders

Police Department Tender

Goods
Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
GEM
India
Description: CATEGORY: High End Desktop Computer (Q2) , Computer Printer (V2) (Q2) , Line Interactive UPS with AVR (V2) (Q2) , Multifunction Machine MFM (V2) (Q2)
Closing Date17 Feb 2025
Tender AmountINR 182 K (USD 2.1 K)

Municipality Of Amadeo, Cavite Tender

Others
Philippines
Description: Procurement Of Tarpaulin To Be Used By Various Offices Of Lgu-amadeo Located @ Amadeo, Cavite , Printing Services ,municipality Of Amadeo, Cavite
Closing Date21 Feb 2025
Tender AmountPHP 505.3 K (USD 8.6 K)

National Printing Bureau Tender

Electrical and Electronics...+1Electrical Works
Japan
Purchaser Name: National Printing Bureau | Description: Electricity To Be Used In Tokyo Plant, National Printing Bureau, Incorporated Administrative Agency Contract 7,400kw. The Estimated Electricity About 16,297,700kwh
Closing Date26 Feb 2025
Tender AmountRefer Documents 

Province Of Occidental Mindoro Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Republic Of The Philippines Province Of Occidental Mindoro Municipality Of Sta. Cruz Invitation To Bid The Municipality Of Sta. Cruz, Through Its Bids And Awards Committee (bac), Invites Qualified Suppliers To Bid For The Implementation Of Hereunder Program. Name Of Project: Procurement Of Construction Materials For The Upgrading And Improvement Of Farm To Market Road At So. Ato, Barangay Dayap, Stcom Brief Description: See Attached List Of Items And Specifications Location: Lgu Sta. Cruz, Occidental Mindoro Approved Budget: ₱ 742,999.15 Source Of Fund: Continuing 20% Development Fund Fy-2024 Date Of Delivery: Within 15 Days After Issuance Of Notice Of Award Reference Number: 03-2025 Bid Security: Bid Security In The Prescribed Form, Amount And Validity Period: A. Cash Or Cashier’s/manager’s Check – Not Less Than 2% Of The Abc; B. Bank Draft/guarantee – Not Less Than 2% Of Abc; C. Surety Bond – Not Less Than 5% Of The Abc; D. Bid Securing Declaration – Notarize; All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post Qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents February 3, 2025 – February 10, 2025-2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 2. Opening Of Bids February 10, 2025 – 2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 3. Bid Evaluation February 11, 2025 –2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 4. Submission Of Additional Requirements February 12, 2025 – February 14, 2025 -2:00 Pm @ Bac Office, Municipal Bldg, Stcom. 5. Post-qualification February 17, 2025 – 2:00 Pm @ Bac Office, Municipal Bldg, Stcom. Bid Documents Will Be Available Only To Qualified Prospective Bidders Upon Payment Of Non-refundable Amount Of 1,000.00 To The Municipal Treasurer’s Office And Submission Of Letter Of Intent, Printed Copy Of Philgeps Registration Together With The Document Request List (drl) And Special Power Of Attorney (spa) In The Case Of Representative Of The Bidder. Interested Bidders May Obtain Further Information From Bac Secretariat And Inspect The Bidding Documents At Bac Office Inside Post Office Building, Municipal Compound Or Go To Accounting Office From 8:00 Am To 5:00pm From February 3, 2025 To February 10, 2025 Or Call At Mobile Nos. 09272319085 And 0975654703. The Lgu Of Sta. Cruz, Occidental Mindoro Reserves The Right To Reject Any Or All Bids, Waive Any Defects Or Formalities, Assumes No Obligation Whatsoever To Compensate Or Indemnify Bidders For Any Expenses That They May Incur In The Preparation Of Bid. Joseph B. Quiñones Bac Chairperson Date Of Publication: February 1, 2025 List And Specification Of Construction Materials: Item # Qty. Unit Of Issue Item Description 1. 1 Kg. Common Wire Nail #3 2. 1 Pc. Marine Plywood ¼” 3. 43 Bd.ft. Coco Lumber 4. 1,340.47 Kgs. Reinforcing Steel Bar 16mm 5. 466.72 Kgs. Reinforcing Steel Bar 12mm 6. 1,787 Bags Portland Cement 7. 5 Liters Curing Compound 8. 5 Liters Asphalt Joint Sealant 9. 240 L.m. Sheet Forms 10. 1 Pc Concrete Saw, (diamond Blade 14”) 11. 5 Liters Grease/tar 12. 4 Kgs. G.i. Tie Wire #16 13. 304.95 Bd. Ft. Good Lumber 14. 15 Sheets Phenolic Board ½’ X 4’ X 8’ 15. 5 Kgs Common Wood Nails #2 16. 12 Pcs Rc Pipe 910mm Dia.
Closing Soon10 Feb 2025
Tender AmountPHP 742.9 K (USD 12.7 K)

MUNICIPALITY OF ALLEN, NORTHERN SAMAR Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Lgu-allen, Northern Samar Municipal Bids And Awards Committee Invitation To Bid The Municipal Government Of Allen Northern Samar Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Contract. Name Of Contract : Construction Of Public Market Extension Location : Brgy. Kinabranan-i, Allen, Northern Samar Brief Description :const. Of 20m X 15m Concrete Structure, Walk-in Freezer And Chiller 4m X 5m, Doors & Windows, Generator, Water Tank, Lease Space, Meat, Fish & Vegetable Stands. : Standard Project Billboard= 1ls (0.04%) : Occupational Safety & Health Program= 1ls (0.66%) : Removal Of Structure & Obstruction= 500 Cu.m. (1.61%) : Sub-grade Preparation (common Material)= 210.01 Sq.m. (0.02%) : Aggregate Sub-base Course (common Soil) =10.50 Cu.m. (0.04%) : Pccp (plain)-conventional Method, 100mm Thick Driveway= 210.01 Sq.m. (0.72%) : Structural Excavation (common Soil)= 176.85 Cu.m. (0.20%) : Embankment From Structure Excavation= 42.29 Cu.m. (0.04%) : Embankment From Common Borrow By Equipment=20.73cu.m. (0.09%) : Gravel Bedding= 20.31cu.m. (0.25%) : Structural Concrete For Footing & Slab On Fill (class A, 28days)= 141.13cu.m. (4.60%) : Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Girder/beam, Shelves, Stairs, Lavatory, Canopy, Parapet, Septic Tank, Concrete Canal & Catch Basin (class A, 28days)=264.64cu.m. (9.29%) : Reinforcing Steel Of Reinforced Concrete Structures From Two Up To Five-storey Building= 30,700.47 Kg (9.74%) : Formworks & Falseworks (for 2 To 5-storey Bldg)= 1622.91sq.m. (3.65%) : 50mm Dia- 100mm Dia Pvc Pipe, S1000= 1ls (0.57%) : 150mm Dia Pvc Pipe, S1000= 1ls (0.37%) : Pvc Fittings= 1ls (0.36%) : 25mm Dia Pvc Pipe Blue=1ls (0.72%) : Pvc Fittings Blue= 1ls (0.02%) : Water Closet/urinal W/ Complete Accessories= 1ls (0.36%) : Kitchen Sink/scrub Up Sink/slop Sink W/ Complete Accessories=1set (0.26%) : Wall Hung/countertop/under Counter Lavatory With Complete Accessories= 1set (0.30%) : Floor Drain Plates= 25sets (0.05%) : Faucets= 30pcs (0.04%) : 6mm Marine Plywood In Wood Framing Ceiling=750sq.m. (3.99%) : Aluminum Glass Windows (awning Type)= 2sq.m. (0.04%) : Aluminum Glass Windows (sliding Type)= 22.49sq.m. (0.59%) : Jalousie Window (glass)= 1.60sq.m. (0.01%) : Wooden Panel Door= 7.45sq.m. (0.19%) : Waterproofing Cement Base= 300sq.m. (1.79%) : 75mm Dia Roof Drain/canopy Drain/gutter Drain W/ Strainer= 12 Sets (0.02%) : Glazed Tiles And Trims= 396.5sq.m. (3.02%) : Tiles= 622.80sq.m. (3.99%) : Painting Works (masonry Painting)= 810.90sq.m. (1.02%) : Painting Works (wood Painting)= 850sq.m. (1.38%) : Painting Works (metal Printing)= 423.60sq.m. (0.68%) : Pvc Doors & Frames= 22.58%sq.m. (0.26%) : 100mm Chb Non-load Bearing/load Bearing (including Reinforced Steel)= 1322.5sq.m. (4.74%) : Concrete Letter Mouldings= 1ls (0.17%) : Stair Guardrails= 1ls (0.78%) : Airconditioning= 1ls (3.69%) : Walk-in Freezer & Chiller= 1ls (17.38%) : Transformer, Ct, Meter= 1ls (3.73%) : Conduits, Boxes & Fittings= 1ls (0.09%) : Wires & Wiring Devices= 1ls (0.67%) : Powerload Center, Switchgear,panelboard & Generator=1ls (17.55%) Approved Budget For The Contract : Php 30,000,000.00 Source Of Fund : Loan From Lbp Contract Duration : 180 Calendar Days Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criteria As Specified In The Irr-a Of Ra9184 And Is Restricted To Organizations With At Least 60% Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. The Bidder With The Lowest Calculated Bid (lcb) Shall Advance To The Post-qualification Stage In Order To Finally Determine Its Responsiveness To The Technical & Financial Requirements Of The Project. The Contract Shall Then Be Awarded To The Lowest Calculated Responsive Bidder (lcrb). The Complete Schedule Of Activities Is Listed As Follows : Activities Schedule 1. Invitation To Bid 2. Issuance & Availability Of Bid Documents 3. Pre-bid Conference 4. Request For Clarification (if Any) 5. Supplemental Bid Bulletin (if Any) 6. Submission And Opening Of Bids 7. Bid Evaluation 8. Post Qualification 9. Approval Of Resolution/notice Of Award Issuance 10. Contract Preparation & Signing 11. Issuance Of Notice To Proceed Feb. 1-8, 2025 Feb. 1-24, 2025 February 10, 2025 @ Budget Office, Mun. Hall February 11, 2025 February 12, 2025 Feb. 24, 2025 (10am Deadline, 11am Opening) Budget Office, Mun. Hall February 26, 2025 February 27-28, 2025 March 3-4, 2025 March 5, 2025 March 6, 2025 Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P25,000.00 To The Municipal Treasurer’s Office. The Municipal Government Of Allen Reserves The Right To Reject Any Or All Bids, Waive Any Defect And Or Formality, Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Presentation Of The Bid. Cipriano G. Gardoque Mun. Budget Officer/bac Chairman Gardoque_cipriano@yahoo.com.ph
Closing Date24 Feb 2025
Tender AmountPHP 30 Million (USD 513.1 K)

Bureau Of Plant Indusrty Region Ii Tender

Agriculture or Forestry Works
Philippines
Details: Description Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership)  Mayor's / Business Permit  Income/business Tax Return (for Abc 500k And Above)  Certificate Of Bir Registration (for Abc 50k And Below)  Dti Registration Submit A Clear Copy Or Documentation Of The Proof Of Payment For The Renewal Of Expired Permit/s. B. Photocopy Of One (1) Company Id Or One (1) Valid Id W/ Three (3) Specimen Signature C. Notarized Omnibus Sworn Statement (oss) (for Abc Of Php50,000.00 And Above Only) D. Professional License/curriculum Vitae (consulting Services) E. For Catering Services-menu List F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over The Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). Failure To Comply Shall Automatically Forfeit Your Bid. 4. Quotation(s)/proposal(s) Shall Be Submitted At The Bac Secretariat Of Bureau Of Plant Industry, National Seed Quality Control Services, Malasin, San Mateo, Isabela, Or Through Courier. 5. Only Sealed Canvass Submitted In Person Or Through Courier Shall Be Considered By The Bac. The Bidders/suppliers Shall Reflect On The Envelope The Rfq Number And The Pr No. The Bac Shall Not Be Responsible On The Pre-emptive/premature Opening Of The Proposal. 6. Any Insertions, Erasures, Or Overwriting Shall Be Valid If Only They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Quotation Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 8. Price Quotation(s) Submitted Shall Be Valid For A Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per Lot. 10. Deadline For Submission Of Bids: February 10, 2025, 8:30 A.m. 11. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Bpi- Bac Shall Employ The Rules Specified In The Irr Of Ra 9184. 12. Delivery/installation/completion Period: Seven (7) Days Upon Receipt Of Purchase Order. 13. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply. 14. The Supplier/bidder/contractor Must Have No Violation With Its Transactions With The Bureau Based On Bpi Records And Bpi Memorandum Order 328 Series Of 2023. 15. The Bureau Of Plant Industry-national Seed Quality Control Services 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.
Closing Soon10 Feb 2025
Tender AmountPHP 91 K (USD 1.5 K)

National Irrigation Administration Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Please Quote Your Lowest Price On The Items Listed Below, Subject To The General Conditions, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative. Instructions: 1.) Download The Official Bid Form (request For Quotation) At Philgeps Or Get A Copy At The Bids And Awards Committee (bac) Prior To The Submission Of Bid Quotation. 2.) Quotation/s Must Include All Taxes. 3.) Quotation/proposal Shall Be Submitted To The Chairman, Bac, National Irrigation Administration Davao Oriental - Irrigation Management Office, Bagumbayan, Lupon, Davao Oriental. 4.) Only Sealed Canvasses Shall Be Accepted. 5.) The Bidder Is Required To Affix His/her Signature Across The Flap Of The Sealed Envelope. 6.) Technical Specifications For The Items To Be Bid Are Detailed In The Request For Quotation Form. Interested Bidders May Inquire From The Bac Chairman If In Need Of Clarifications. The National Irrigation Administration Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Quotation. Item No. Description Qty Unit 1.) Customized Lona Trapal Heavy Duty, Waterproof 1 Unit 2.) Waterproof Super Laminated Blue Sack Trapal 3 Roll 3.) Tarema Plastic(1.016m X 1.21m) 11 Pcs 4.) Nylon Rope 6mm Size 5 Roll 5.) Sack Sealer Bag Closer Sewing Machine Portable 2 Pcs 6.) Rice Bag Sewing Yarn Thread 10 Roll 7.) Grain Moisture Meter( Rice) 3 Units 8.) A3 Wifi Duplex All-in-one Ink Tank Printer 1 Unit 9.) Empty Sacks For Fresh Palay 3400 Sacks 10.) Empty Sacks For Milled Rice 2040 Sacks 11.) Empty Sacks @10kls With Design 5100 Sacks 12.) Tie Box 24 Roll 13.) 120 Kgs Table Scale, Flat Plate Heavy Duty 2 Unit 14.) A4 Bond Paper 8 Ream 15.) Long Bond Paper 12 Ream 16.) Short Bond Paper 5 Ream 17.) Long Brown Folder 2 Ream 18.) Paper Clip 4 Box 19.) Sticky Note 2 Pcs 20.) Black Ballpen 2 Box
Closing Soon7 Feb 2025
Tender AmountPHP 463.5 K (USD 7.9 K)

Municipality Of Iba, Zambales Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Republic Of The Philippines Local Government Unit Of Iba Province Of Zambales Date: 1/31/2025 Quotation: S-007 (25-101-020-02-009-001) (supplier) (address) Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than Three (3) Days In The Return Envelope Attached Herewith. Josephine E. Calimlim Head Procurement Unit Note:1. All Entries Must Be Typewritten. 2. Delivery Period Within 7 Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies And Materials. One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity. 4. Price Validity Shall Be For A Period Of 30 Calendar Days. 5. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. Item Item & Description Qty Unit Unit Price Amount General Cleaning Air Conditioning Unit (indoor And Outdoor), 86 Units Split Type General Cleaning Air Conditioning Unit, Floor Standing 11 Units Total Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On Item At Prices Noted Above. Printed Name & Signature Date:
Closing Soon7 Feb 2025
Tender AmountPHP 132.7 K (USD 2.2 K)

Lafayette Consolidated Government Tender

Civil And Construction...+1Road Construction
United States
Details: Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 10:00 Am Central Time On The 27th Day Of February, 2025 For The Following: Urban Asphalt Street Overlay & Rehabilitation Project 2025 And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Services: The Scope Of The Project Consists Of, But Is Not Limited To, The Contractor Supplying The Labor, Equipment, Superintendence, Material, Etc. To Furnish And Install Asphalt, Soil Cement Base Course, Striping, Reflectors, Drainage Pipe, Asphalt Speed Lumps, Parking Lot Improvements And All Other Incidentals Associated With This Work For Those Streets Identified In The Specifications Contained In The Bid Documents. Lafayette Consolidated Government Reserves The Right To Add Additional Streets, Parking Lots, Drainage, Etc. To This Listing Should The Additional Funding Become Available. All Work Is To Be Completed Within One Hundred Twenty (120) Working Days From Issuance Of The Notice To Proceed. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com).official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Heather Kestler At Hkestler@lafayettela.gov. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail As Soon As Available. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Certificate Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Except For Section C – “standard Specifications For Roads, Drainage, Bridges And Other Infrastructure 2023 Edition” Are Available At The Office Of Purchasing Located At 705 West University Avenue, Lafayette, La 70502 Upon Payment Of $35 Per Set, Non-refundable. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Copies Of Section “c” Standard Specifications For Roads, Drainage, Bridges And Other Infrastructure” 2023 Edition Are Available From The Public Works Department At 1515 E University Avenue, Building A, Lafayette La 70501. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Addressed To Heather Kestler At Hkestler@lafayettela.gov. Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of The Base Bid Plus Additive Alternates. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Days. No Contractor May Withdraw Its Bid Prior To The Deadline For Submission Of Bids. Withdrawal Of Bids Thereafter Shall Be Allowed Only Pursuant To La R.s. 38§2214.c. Otherwise, No Bidder May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Bid Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided Within The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. No Contractors May Withdraw His Bid For At Least Forty-five (45) Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Contractor Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. Bids Will Be Evaluated By The Purchaser Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. Contractors Or Contracting Firms Submitting Bids In The Amount Of $50,000.00 Or More Shall Certify That They Are Licensed Contractors Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Of 1950 And Show Their License Number On The Front Of The Sealed Envelope In Which Their Bid Is Enclosed. Contractors Shall Be Licensed For The Classification Of “highway Street And Bridge Construction”. Bids In The Amounts Specified Above Which Have Not Bid In Accordance With The Requirements, Shall Be Rejected And Shall Not Be Read. Additional Information Relative To Licensing May Be Obtained From The Louisiana State Licensing Board For Contractors, Baton Rouge, Louisiana. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Contractors And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 291-8410. Purchasing Division Lafayette Consolidated Government Publish Dates: 1/29, 2/2, 2/9 Dpr 968925
Closing Date27 Feb 2025
Tender AmountRefer Documents 

Municipality Of Sibunag, Guimaras Tender

Machinery and Tools...+1Furnitures and Fixtures
Philippines
Details: Description Project Reference Number: . 25-01-0134 Name Of The Project: 2025-mo-mooe-other Office Supplies Location Of The Project: Mo Request For Quotation Complete Company Name:_____________________________ Date: January 31, 2025 Complete Address:_____________________________ Quotation No. 25-01-0067 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 06, 2025, 10:00 Am In The Return Envelope Attached Herewith. Engr. Zaldy C. Domalina Municipal Assessor/bac Chairman Note: 1. All Entries Be Typewritten 2. Delivery Period Within ______calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of ____________calendar Days 5. G-eps Registration Certificate Shall Be Attached Up On Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 7.quotation Must Be Submitted In A Sealed Envelop Which Will Be Opened By The Bac On Or Before February 06, 2025, 8. Unsealed Qoutation Shall Not Be Accepted And Automatically Rejected 9.please Quote Your Lowest Price For The Following Items To This Office. Abc= 96,000.00 Item No. Item & Description Qty. Unit Price Total 1 Electric Fan/wall Fan 30≥inches 12 Pcs (for Use Of Municipality Of Sibunag) Total Brand And Model : _____________________ Warranty: ____________ Delivery Period : Ten (10) Days Upon Receipt Of Ntp Price Validity:120 Days After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name/signature Tel. No./cellphone No. E-mail Address Date
Closing Soon10 Feb 2025
Tender AmountPHP 96 K (USD 1.6 K)
2401-2410 of 5989 active Tenders