Printing Tenders
Printing Tenders
Security Printing And Minting Corporation Of India Limited - SPMCIL Tender
Housekeeping Services
GEM
India
Closing Date3 Mar 2025
Tender AmountINR 497.8 K (USD 5.7 K)
Purchaser Name: Security Printing And Minting Corporation Of India Limited | CATEGORY: Cleaning, Sanitation and Disinfection Service - Outcome
Based - Industrial; General Cleaning (Sweeping, Mopping,
dusting); Outdoor
Department Of Agriculture Tender
Others
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 2.5 Million (USD 43.5 K)
Details: Description Invitation To Bid For The Rebidding Of Supply And Delivery Of Various Insecticides 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Two Million Five Hundred Forty-four Thousand Pesos (php2,544,000.00) With Project Identification Number Da-rfo-1-2025-goods-028-r Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Rebidding Of Lot 3: Supply And Delivery Of One Thousand Seven Hundred Sixty (1,760) Packs Bio Insecticide (bacillus Thurengiensis Var Aizawai) 792,000.00 Rebidding Of Lot 4: Supply And Delivery Of Four Thousand Eight Hundred (4,800) Packs Bio Insectecide (bacillus Thurengiensis Var Kurstaki) 792,000.00 Rebidding Of Lot 5: Supply And Delivery Of Eight Hundred (800) Bottles Botanical Pesticide 960,000.00 Total 2,544,000.00 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Minimum Specifications, To Wit: Lot No. Particulars/descriptions 3 Bio Insecticide Active Ingredient: Bacillus Thurengiensis Var Aizawai Formulation: Water Dispersible Granules Packaging: 100g/pack 4 Bio Insecticide Active Ingredient: Bacillus Thurengiensis Var Kurstaki Formulation: 5% Wettable Powder Packaging: 100g/pack 5 Botanical Pesticide Active Ingredient: Azadirachtin (0.3-1.0%) Packaging: 1 Liter/bottle Formulation: Emulsified Concentrate (ec) Additional Requirements: Fpa Registered Product And Dealer Occp Certified/bafs Registered Product For Bio Pesticides Manufacturing/production/formulation Date Should Be Not Be Earlier Than June 2024 Or Expiration Date Should Not Be Earlier Than 2025 Packaging With 1x1" Da Logo And "not For Sale" Print/sticker Below The Logo Shall Submit Notarized Certificate Of 100% Stock Allocation And To Be Verified During Post-qualification Delivery Schedule: Within Twenty (20) Working Days From The Notice To Proceed (per Lot) Drop-off Point: Prec-sta. Barbara, Pangasinan Delivery Of The Goods Is Required Within Twenty (20) Working Days From Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Two Years From The Date Of Submission And Receipt Of Bids, 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 A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. 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. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 30, 2025 - February 18, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Rebidding Of Lot 3: Supply And Delivery Of One Thousand Seven Hundred Sixty (1,760) Packs Bio Insecticide (bacillus Thurengiensis Var Aizawai) 1,000.00 Rebidding Of Lot 4: Supply And Delivery Of Four Thousand Eight Hundred (4,800) Packs Bio Insectecide (bacillus Thurengiensis Var Kurstaki) 1,000.00 Rebidding Of Lot 5: Supply And Delivery Of Eight Hundred (800) Bottles Botanical Pesticide 1,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 06 February 2025, 9:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 18 February 2025, 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 18 February 2025, 9:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Eligibility Requirements Can Be Fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No. :(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo 1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 28, 2025 Approved: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-goods-028-r
Indian Army Tender
Publishing and Printing
GEM
India
Closing Date20 Feb 2025
Tender AmountINR 150 K (USD 1.7 K)
Description: CATEGORY: ACP Sheet Bd with Vinyl Print Size 7 ft x 3ft incl fitting
charges , ACP Sheet Bd with Vinyl Print Size 2 ft x 3ft incl
fitting charges , Sun Bd with Vinyl Print Size 16 inch x 24
inch incl fitting charges , Acrylic Sheet Bd with print and LED
Panel Back Light Size 96 inch x 48 inch incl wall fitting
charges , Acrylic Sheet Bd with print and LED Panel Back
Light Size 80 inch x 48 inch incl wall fitting charges , LED
Display Panel Size 9 inch x 5 inch
Philippine Drug Enforcement Agency Tender
Food Products
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 99 K (USD 1.6 K)
Details: Description Canvass No: 2025- 1 Date Of Canvass: __________________ Request For Quotation The Philippine Drug Enforcement Agency (pdea), Through Its Procurement Division-lams, Intends To Procure Meals With The Following Details: A. Project Name: Provision Of Meals For The Re-assessment Audit B. Abc: ₱99,000.00 C. Mode Of Proc.: Small Value Procurement Please Submit Your Proposal To The Herein-described Requirement, Subject To Compliance With The Terms And Conditions Provided On This Request For Quotation (rfq). Submit Your Quotation Duly Signed By You Or Your Duly Authorized Representative Not Later Than February 3, 2025 Addressed At The Pdea Bldg. Nia Northside Road, National Government Center, Barangay Pinyahan, Quezon City. Quotations May Also Be Submitted Through Facsimile Or Email At The Address And Contact Numbers Indicated Below. Pursuant To Appendix A “documentary Requirement For Alternative Methods Of Procurement” Of Annex “h” Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184, The Following Documents Are Required To Be Submitted Along With Your Proposal On The Above Set Deadline Or Before The Issuance Of A Notice Of Award Is Issued: Document Remarks 1. Copy Of Valid Mayor’s Or Business Permit For Cy2025 ▪for Sections 50, 52.1 (b), 53.2, 53.3.2, 53.6, 53.7, 53.9, & 53.10 (except Gov’t Agencies As The Lessors); ▪in Case Not Yet Available, You May Submit Your Expired _____ Mayor’s Or Business Permit With The Official Receipt Of A Renewal Application. However, A Copy Of A Valid/updated Mayor’s Or Business Permit Shall Be Required To Be Submitted After The Award Of The Contract But Before Payment. 2. Philgeps Registration Number ▪ For Sections 50, 52.1 (b), 53.2, 53.3.2, 53.6, 53.7, 53.9, & 53.10 (except Gov’t Agencies As The Lessors) 3. Latest Income Or Business Tax Return ▪ For Sections 50, 53.2, 53.6, 53.9, 53.10 (except Gov’t Agencies As The Lessor) With Abcs Above Php 500k. 4. Omnibus Sworn Statement (gppb-prescribed Forms) ▪ For Sections 53.2 & 53.9 With Abcs Above Php 500k. 5. Professional License/curriculum Vitae (consulting Services) ▪ Sections 50, 52.1 (b), 53.2, 53.3.2, 53.6, 53.7, 53.9, 53.10 (except Gov’t Agencies As The Lessor). 6. Pcab License (infra) ▪ For Sections 53.2, 53.3.2 (for New Bidders), 53.4, & 53.9. 7. Nfcc (infra) ▪ For Sections 53.2 (with Abcs Above Php 500k), 53.3.2 (for New Bidders), & 53.4. "for Any Clarification, You May Contact Us At Telephone No. (02) 8920-80-82 Or Email Address At Lms.procurement@pdea.gov.ph " Marian Grace E Cuadrazal Chief, Procurement Division Terms And Conditions 1. Bidders Shall Provide Correct And Accurate Information Required In This Form. 2. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By You Or Any Of Your Duly Authorized Representative/s. 3. Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 4. Price Quotation/s, To Be Denominated In Philippine Peso, Shall Include All Taxes, Duties, And/or Levies Payable. 5. Quotations Exceeding The Approved Budget For The Contract (abc) Shall Be Rejected. 6. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Pdea 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. 7. The Award Of The Contract Shall Be Made To The Lowest Quotation And Responsive With The Technical Specifications, Requirements And Other Terms And Conditions Stated Herein. 8. The Item/s Shall Be Delivered According To The Accepted Offer Of The Bidder. 9. Item/s Delivered Shall Be Inspected On The Scheduled Date And Time Of The Pdea. The Delivery Of The Item/s Shall Be Acknowledged Upon The Delivery To Confirm The Compliance With The Technical Specifications. 10. Payment Shall Be Made After Delivery And Upon The Submission Of The Required Supporting Documents, I.e., Order Slip And/or Billing Statement, By The Supplier, Contractor, Or Consultant. Cash Or Government Servicing Bank, I.e., The Land Bank Of The Philippines, Shall Credit The Amount Due To The Identified Bank Account Of The Supplier, Contractor, Or Consultant Not Earlier Than Twenty-four (24) Hours, But Not Later Than Forty-eight (48) Hours, Upon Receipt Of Our Advice. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Account Of The Supplier, Contractor, Or Consultant. 11. Liquidated Damages Equivalent To One-tenth Of One Percent (0.1%) Of The Value Of The Unperformed Portion Of The Works Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Pdea May Terminate 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 Available It. 12. The Pe May Cancel Or Terminate The Contract At Any Time In Accordance With The Grounds Provided Under Ra No. 9184 And Its 2016 Revised Irr. 13. The Rfq, Po, And Other Related Documents For The Above-stated Procurement Project/s Shall Be Deemed To Form Part Of The Contract. 14. Non-compliance With The Minimum Required Specifications Shall Be Rejected. 15. Items Without Amount Shall Be Considered As Non-responsive And, Thus, Automatically Disqualified, But Specifying “0” Or A Dash (-) Would Mean The Item Is Offered For Free. 16. In Case Of Discrepancies Between: (a) Bid Prices In Figures And In Words, The Latter Shall Prevail; (b) Total Price Per Item And Unit Price For The Item As Extended Or Multiplied By The Quantity Of That Item, The Latter Shall Prevail; (c) Stated Total Price And The Actual Sum Of Prices Of Component Items, The Latter Shall Prevail; (d) Unit Cost In The Detailed Estimate And Unit Cost In The Bill Of Quantities, The Latter Shall Prevail. Name Of Company _________________________________________________________________________________ Address _________________________________________________________________________________ Tin _________________________________________________________________________________ Philgeps Registration No. : __________________________ Date Of Expiration: ____________________________ Mayor’s/business Permit: _________________________ Date Of Expiration: ____________________________ After Having Carefully Read And Accepted The Instructions And Terms And Conditions, I/we Submit Our Quotation/s For The Item/s As Follows: Provision Of Meals For The Re-assessment Audit (technical Specifications/scope Of Works, Terms Of Reference) Unit Particulars Qty Offered Technical Statement Of Compliance Unit Price Total Price (“comply” Or “not Comply”) February 17, 2025/re-assessment Audit Pax 9:00 Am Snacks 60 Cheese Burger Sandwich With Chips Orange Juice In Can Pax 11:30 Lunch 60 Kare-kareng Gulay Fried Tuna Belly Leche Flan Steamed Rice Iced Tea Pax 2:30 Pm Snacks 60 Beef Lasagna With Garlic Bread Soda In Can February 18, 2025/re-assessment Audit Pax 9:00 Am Snacks 60 Pancit Canton W/ Slice Bread Soda In Can Pax Lunch 60 Sinigang Na Pink Salmon Chicken Fillet Banana Steamed Rice Lemon Ice Tea Pax 2:30 Pm Snacks 60 Mix Kakanin Soda In Can February 19, 2025/re-assessment Audit Pax 9:00 Am Snacks 60 Creamy Carbonara W/ Slice Bread Pineapple Juice Pax 11:30 Lunch 60 Mixed Vegetables With Quail Egg Spare Ribs (beef) Buko Pandan Steamed Rice Iced Tea Pax 2:30 Pm Snacks 60 Beef Shawarma Soda In Can Note: Day 1 – 3 · With Daily Overflowing Coffee, Creamer, Sugar And Tea · Buffet Table Style/setup With Waiter Strictly No Pork *** Nothing Follows*** Financial Offer Approved Budget For The Contract Total Offered Quotation ₱99,000.00 In Words : ____________________________________ In Figures : #ref! Payment Details Payment Terms: (payment Shall Be Made Promptly, But In No Case Later Than Sixty (60) Days, Through Land Bank’s Lddap-ada/bank Transfer Facility After Submission Of Billing Statement/invoice And Upon Fulfillment Of Other Obligations As Stipulated In The Contract As Well As Upon Inspection And Acceptance Of The Goods By The End-user, Subject To Other Payment Terms As Prescribed In This Rfq.) Banking Institution Account Number Account Name Branch ____________________________________ Signature Over Printed Name ________________________________ Position/designation ________________________________ Telephone Number ________________________________ Email Address This Is To Certify That I Have Conducted The Canvass And Those Prices Are True And Correct. Randy J. Nunieza Name And Signature Of Canvasser Tel No: (02)89208082 Email: Lms.procurement@pdea.gov.ph
3141-3150 of 6125 active Tenders