Printing Tenders
Printing Tenders
VETERANS AFFAIRS, DEPARTMENT OF USA Tender
Electronics Equipment...+1Electrical and Electronics
United States
Closing Soon7 Feb 2025
Tender AmountRefer Documents
Details: Special Notice special Notice page 5 Of 5
*= Required Field
special Notice page 1 Of 5
special Notice Notice Of Intent To Award A Sole Source Procurement the Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 17, Intends To Award A Firm-fixed Priced Contract To Ortho-clinical Diagnostics For An Automated Blood Bank Analyzer As Part Of A Cost Per Test Agreement That Includes The Following Items: 6904577 - Ortho Vision Analyzer (ups)& Full Coverage Service Agreement 6904837 External Drain Kit 6986674 Keyboard 6904701 - Ortho Vision Table 6986685 Printer- Lexmark 6844061 Five Blue Racks 6844062 One Red Rack training For Key Operators service And Maintenance For The Ortho Vision Analyzer All Additional Supplies Needed To Operate The Analyzer And Parts Need For Repair And Maintenance.
external Drain Kit
keyboard
ortho Vision Table
printer
barcode Reader computer Windows 10 Or Above Operating System all Software -ortho Connect Lab Management Software. items
description
ship Frequency
ship Date
qrt.
qty. Kits
6902317
0.8% Resolve A 11x3ml
28 Days
6/9/2025
3rd
1 7/7/2025 1 8/4/2025
4th
1 9/1/2025 1 9/29/2025 1 10/27/2025
1st
1 11/24/2025 1 12/22/2025 1 1/19/2026 1 2/16/2026
2nd
1 3/16/2026 1 4/13/2026 1 5/11/2026
3rd
1
6902316
0.8% Surg 3x10ml
28 Days
6/9/2025
3rd
6 7/7/2025 6 8/4/2025
4th
6 9/1/2025 6 9/29/2025 6 10/27/2025
1st
6 11/24/2025 6 12/22/2025 6 1/19/2026 6 2/16/2026
2nd
6 3/16/2026 6 4/13/2026 6 5/11/2026
3rd
6
6902318
0.8% Resolve B 11x3ml
28 Days
6/9/2025
3rd
1 7/7/2025 1 8/4/2025
4th
1 9/1/2025 1 9/29/2025 1 10/27/2025
1st
1 11/24/2025 1 12/22/2025 1 1/19/2026 1 2/16/2026
2nd
1 3/16/2026 1 4/13/2026 1 5/11/2026
3rd
1
719201
0.8% Affirmagen (2/10ml)
28 Days
6/9/2025
3rd
6 7/7/2025 6 8/4/2025
4th
6 9/1/2025 6 9/29/2025 6 10/27/2025
1st
6 11/24/2025 6 12/22/2025 6 1/19/2026 6 2/16/2026
2nd
6 3/16/2026 6 4/13/2026 6 5/11/2026
3rd
6
z498
alba Q Check Control
28 Days
6/9/2025
3rd
4 7/7/2025 4 8/4/2025
4th
4 9/1/2025 4 9/29/2025 4 10/27/2025
1st
4 11/24/2025 4 12/22/2025 4 1/19/2026 4 2/16/2026
2nd
4 3/16/2026 4 4/13/2026 4 5/11/2026
3rd
4 delivery Address: Department Of Veterans Affairs, South Texas Veterans Health Care System (stvhcs), Audie L. Murphy Division, 7400 Merton Minter, San Antonio, Texas, 78229. the Proposed Sole Source Procurement Will Be Made By An Open Market Pricing Agreement With Ortho-clinical Diagnostics. the Requesting Activity Has Submitted A Sole Source Justification Request That States That Vendor Is The Only Vendor That Can Provide The Necessary System To Be A Direct Replacement Of The Current Analyzer Instrumentation. Market Research Did Not Find An Alternate Approved Vendor That Can Provide All Of The Required Linearity Supplies For The Services. this Notice Is Not To Be Considered A Request For Quotations Or Proposals. No Contract Will Be Awarded On The Basis Of Offers Received In Response To This Notice; However, All Responsible Sources May Submit A Capability Statement, Proposal Or Quotation, Which Shall Be Considered By The Agency. Proposals Or Offers Received Will Be Used To Determine If A Comparable Source Is Available And More Advantageous To The Government. If No Affirmative Written Response Is Received Within 5 Days From The Publication Of This Notice, A Contract Will Be Issued To Cap Without Any Further Notice. the Anticipated Statutory Authority Permitting Other Than Full And Open Competition For The Requirement Is 41 U.s.c. 3304(a)(1), As Implemented By Far 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. end Of Document
Municipality Of Victoria, Northern Samar Tender
Software and IT Solutions
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 130 K (USD 2.2 K)
Description: Supply And Delivery Of Laptops And Printer To Be Used In Municipal Accounting Office , Office Equipment ,municipality Of Victoria, Northern Samar
SANGGUNIANG KABATAAN NG BARANGAY 832 ZONE 90 DISTRICT VI, MA Tender
Others
Philippines
Closing Soon10 Feb 2025
Tender AmountPHP 480.1 K (USD 8.2 K)
Description: Materials For Office Supplies, Conference Chairs, Office Table And Chairs, Conference Table, Desktop Computer, Printer, (health) Sports Materials, (education) Scool Supplies, Clean And Beautification , General Merchandise ,sangguniang Kabataan Ng Barangay 832 Zone 90 District Vi, Manila
MUNICIPALITY OF BUHI, CAMARINES SUR Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)
Details: Description 1 Set P3.91 Led Wall Display (outdoor) With Video Controller And Its Accessories With Flightcase Pixel Pitch: 3.91mm Pixel Type: 1r1g1b Led Type: High Quality Brightness: ≥500 Cd/m² Module Size: 250mm X 250mm Module Resolution: 64 X 64 Dots Cabinet Size: 500mm X 500mm X 75mm Cabinet Resolution: 128 X 128 Dots Cabinet Material: Die-casting Aluminum No. Of Cabinet: 80 Panels Control Distance: Cat5 Cable ≤100m Ip Rating: Ip65 Input Voltage: 110-240vac Video Controller: Loading Capacity: 3.9million - 6.5million Pixels Max. Width: 10,240 Pixels Max. Height: 8,192 Pixels Input: 1xhdmi 1.3 - 1xhdmi 1.4; 1xdvi (in & Loop), 1x3g-sdi (in & Loop), 1x 10g (opt1) Output: 4x - 10x Gigabit Ethernet Port; 2x Fiber Outputs; 1x Hdmi 1.3 Input Voltage: Ac 100-240v ~50/60hz Rated Consumption: 35w (low Latency, Output Synchronization, One-click Full Screen Display; Up To 10 User-defined Presets Supported; Mosaic Input Source Supported; Multiple Operation Modes) Invitation To Bid For The Supply & Delivery Of P3.91 Ledwall Display (outdoor) With Video Controller & Its Accessories With Flightcase For Lgu Various Events (buhigoods202501-004) The Local Government Of Buhi, Through The General Fund 2025 Intends To Apply The Sum Of Two Million Pesos (php 2,000,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Supply & Delivery Of P3.91 Ledwall Display (outdoor) With Video Controller & Its Accessories With Flightcase For Lgu Various Events. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Of Buhi Now Invites Bids For The Supply & Delivery Of P3.91 Ledwall Display (outdoor) With Video Controller & Its Accessories With Flightcase For Lgu Various Events. Delivery Of The Goods Is Required By 30 Days. Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. 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 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With Ate 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. Prospective Bidders May Obtain Further Information From The Local Government Of Buhi And Inspect The Bidding Documents At The Address Given Below During Office Hours. The Local Government Of Buhi Will Hold A Pre-bid Conference On February 6, 2024 At 9:00 Am At Municipal Budget Office, New Municipal Building, San Buena, Buhi, Camarines Sur, Which Shall Be Open To Prospective Bidders. Interested Bidders Shall Submit Their Letter Of Intent (loi) For Each Specific Project Prior To The Scheduled Aforementioned Pre-bid Conference, Including The Following: 1. Mayor’s Permit 2025 2. Philgeps Certificate Of Registration (photocopy & Original, For Authentication); 3. Pcab License & Registration, For The Procurement Of Infrastructure Projects; 4. Statement Of All On-going Government & Private Contracts, Including Contract Awarded But Not Yet Started, If Any, Which Are Similar In Nature To The Contract To Be Bid With Supporting Documents (notice Of Award, Notice To Proceed, Contract, Certificate Of Completion & Certificate Of Acceptance); 5. Statement Of The Bidder’s Single Largest Completed Contract (slcc) Similar To The Contract To Be Bid; And 6. Drl/log-in Print-out The Bids And Awards Committee Will Entertain Authorized Representative & Accept And/or Receive Any Letter Of Intent With The Aforementioned Corresponding Supporting Documents. All Interested Bidders Who Submitted Their Loi Shall Be Present On The Time & Day Of The Scheduled Pre-bid Conference. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php 5,000.00). Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 19, 2025, 9:29 Am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Instructions To Bidders. Late Bids Shall Not Be Accepted. Bid Opening Shall Be On February 19, 2025 At 9:30 Am At Municipal Budget Office, New Municipal Building, San Buena, Buhi, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. The Local Government Of Buhi 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 Sec. 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Ely Z. Yapan, Enp Municipal Budget Office New Municipal Bldg., Buhi, Camarines Sur 4433 -or- Vincent C. Dasmariñas General Services Office Old Municipio Bldg., Buhi, Camarines Sur 4433 (sgd.) Ely Z. Yapan, Enp Municipal Budget Officer Bac Chairman
BARANGAY DALIG TERESA, RIZAL Tender
Automobiles and Auto Parts
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.5 K)
Details: Description Republic Of The Philippines Barangay Dalig Teresa, Rizal Province Of Rizal Bidding Documents For Purchase Of Dump Truck Dalig 2025-01-001 January 22, 2025 Republic Of The Philippines Municipal Government Of Teresa Province Of Rizal Invitation To Bid For Purchase Of Dumptruck At Barangay Dalig 1. The Barangay Dalig Of Teresa, Through The 2025 Annual Budget Approved By Sangguniang Barangay Intends To Apply The Sum Of One Milliontwo Hundred Thousand Pesos (1,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Purchase Of Dumptruck Dalig 2025-01-001 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Barangay Dalig Of Teresa Now Invites Bids For Purchase Of Dumptruck Completion Of The Works Is Required 15 Calendar Days. Bidders Should Have Completed, Within Ten (10) 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. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Municipality Of Teresa And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Hundres Pesos (500.00). It May Also Be Downloaded From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 6. Bids Must Be Delivered To The Address Below On Or Before January 27,2025 9:0oam At Barangay Hall, Dalig, Teresa, Rizal. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 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. 7. All Bids Must Be Accompanied By A Bid Security In The Form Of Cash Or Bank Guarantee Or Manager’s Check Equivalent To P 4,000.00 Or Surety Bond Equivalent To P 10,000.00. 8. The Barangay Dalig 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 Bidder Or Bidders. 9. For Further Information, Please Refer To: Kenneth Allan San Diego Barangay Dalig Teresa, Rizal Cp No. Noel B. San Diego Bac Chairman Instruction To Bidders 1. Documents Comprising The Bid: Eligibility And Technical Components 1.1 Unless Otherwise Indicated In The Bds, The First Envelope Shall Contain The Following Eligibility And Technical Documents: (a) Eligibility Documents – Class "a" Documents: (i) Registration Certificate From Sec, Department Of Trade And Industry (dti) For Sole Proprietorship, Or Cda For Cooperatives, Or Any Proof Of Such Registration As Stated In The Bds; (ii) Mayor’s Permit Issued By The City Or Municipality Where The Principal Place Of Business Of The Prospective Bidder Is Located; (iii) Statement Of All Its Ongoing And Completed Government And Private Contracts Within Ten (10) Years From The Submission Of Bids, Unless Otherwise Stated In The Bds, Including Contracts Awarded But Not Yet Started, If Any. The Statement Shall Include, For Each Contract, The Following: (iii.1) Name Of The Contract; (iii.2) Date And Status Of The Contract; (iii.3) Contract Duration; (iii.4) Owner’s Name And Address; (iii.5) Nature Of Work; (iii.6) Contractor’s Role (whether Sole Contractor, Subcontractor, Or Partner In A Jv) And Percentage Of Participation; (iii.7) Total Contract Value At Award; (iii.8) Date Of Completion Or Estimated Completion Time; (iii.9) Total Contract Value At Completion, If Applicable; (iii.10) Percentages Of Planned And Actual Accomplishments, If Applicable; (iii.11) Value Of Outstanding Works, If Applicable; (iii.12) The Statement Shall Be Supported By The Notices Of Award And/or Notices To Proceed Issued By The Owners; And (iii.13) The Statement Shall Be Supported By The Constructors Performance Evaluation System (cpes) Rating Sheets, And/or Certificates Of Completion And Owner’s Acceptance, If Applicable; (iv) Unless Otherwise Provided In The Bds, Valid Philippine Contractors Accreditation Board (pcab) License And Registration For The Type And Cost Of The Contract For This Project; (v) Audited Financial Statements, Showing, Among Others, The Prospective Total And Current Assets And Liabilities, Stamped “received” By The Bir Or Its Duly Accredited And Authorized Institutions, For The Preceding Calendar Year Which Should Not Be Earlier Than Two (2) Years From The Date Of Bid Submission; (vi) Nfcc Computation Or Clc In Accordance With Itb Clause 5; And Class "b" Document: (vii) If Applicable, Valid Joint Venture Agreement (jva) Or, In Lieu Thereof, Duly Notarized Statements From All The Potential Joint Venture Partners Stating That They Will Enter Into And Abide By The Provisions Of The Jva In The Instance That The Bid Is Successful Shall Be Included In The Bid. (b) Technical Documents – (i) Bid Security In The Prescribed In Itb Clause 4. If The Bidder Opts To Submit The Bid Security In The Form Of: (i.1) A Bank Draft, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; (i.2) An Irrevocable Letter Of Credit Issued By A Foreign Bank, It Shall Be Accompanied By A Confirmation From A Universal Or Commercial Bank; Or (i.3) A Surety Bond Accompanied By A Certification Coming From An Authorized Insurance Commission That A Surety Or Insurance Company Is Authorized To Issue Such Instrument; (ii) Project Requirements, Which Shall Include The Following: (ii.1) Organizational Chart For The Contract To Be Bid; (ii.2) List Of Contractor’s Personnel (viz, Project Manager, Project Engineers, Materials Engineers, And Foremen), To Be Assigned To The Contract To Be Bid, With Their Complete Qualification And Experience Data; And (ii.3) List Of Contractor’s Equipment Units, Which Are Owned, Leased, And/or Under Purchase Agreements, Supported By Certification Of Availability Of Equipment From The Equipment Lessor/vendor For The Duration Of The Project; And (iii) Sworn Statement In Accordance With Section 25.2(b)(iv) Of The Irr Of Ra 9184 And Using The Form Prescribed In Section Ix. Bidding Forms Error! Reference Source Not Found.. 2. Documents Comprising The Bid: Financial Component 2.1 Unless Otherwise Stated In The Bds, The Financial Component Of The Bid Shall Contain The Following: (a) Financial Bid Form In Accordance With The Form Prescribed In Section Ix. Bidding Forms; And (b) Any Other Document Required In The Bds. 2.2 Unless Indicated In The Bds, All Bids That Exceed The Abc Shall Not Be Accepted. 3. Bid Prices 3.1 The Contract Shall Be For The Whole Works, As Described In Itb Clause 1.1, Based On The Priced Bill Of Quantities Submitted By The Bidder. 3.2 The Bidder Shall Fill In Rates And Prices For All Items Of The Works Described In The Bill Of Quantities. Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. In This Regard, Where A Required Item Is Provided, But No Price Is Indicated, The Same Shall Be Considered As Non-responsive, But Specifying A "0" (zero) For The Said Item Would Mean That It Is Being Offered For Free To The Government. 3.3 All Duties, Taxes, And Other Levies Payable By The Contractor Under The Contract, Or For Any Other Cause, Prior To The Deadline For Submission Of Bids, Shall Be Included In The Rates, Prices, And Total Bid Price Submitted By The Bidder. 3.4 Unless Otherwise Provided In The Bds, All Bid Prices For The Given Scope Of Work In The Contract As Awarded Shall Be Considered As Fixed Prices, And Therefore Not Subject To Price Escalation During Contract Implementation, Except Under Extraordinary Circumstances As Indicated In The Bds And Specified In Gcc Clause 47error! Reference Source Not Found. And Its Corresponding Scc Provision. 4. Bid Security 4.1 The Bid Security In The Amount Stated In The Bds Shall Be Equal To The Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank; Two Percent (2%) (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank; (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Five Percent (5%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security For Biddings Conducted By Local Government Units, The Bidder May Also Submit Bid Securities In The Form Of Cashier’s/manager’s Check, Bank Draft/guarantee, Or Irrevocable Letter Of Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Statement. 4.2 The Bid Security Should Be Valid For The Period Specified In The Bds. Any Bid Not Accompanied By An Acceptable Bid Security Shall Be Rejected By The Procuring Entity As Non-responsive. 4.3 No Bid Securities Shall Be Returned To Bidders After The Opening Of Bids And Before Contract Signing, Except To Those That Failed Or Declared As Post-disqualified, Upon Submission Of A Written Waiver Of Their Right To File A Motion For Reconsideration And/or Protest. Without Prejudice On Its Forfeiture, Bid Securities Shall Be Returned Only After The Bidder With The Lowest Calculated Responsive Bid Has Signed The Contract And Furnished The Performance Security, But In No Case Later Than The Expiration Of The Bid Security Validity Period Indicated In The Bds. 4.4 Upon Signing And Execution Of The Contract, Pursuant To Itb Clause 31, And The Posting Of The Performance Security, Pursuant To Itb Clause 32, The Successful Bidder’s Bid Security Will Be Discharged, But In No Case Later Than The Bid Security Validity Period As Indicated In The Bds. 4.5 The Bid Security May Be Forfeited: (a) If A Bidder: (i) Withdraws Its Bid During The Period Of Bid Validity Specified By The Bidder On The Bid Form; (ii) Does Not Accept The Correction Of Errors Pursuant To Itb Clause 27.3 (b); (iii) Fails To Submit The Requirements Within The Prescribed Period, Or A Finding Against Their Veracity, As Stated In Itb Clause 34.2 ; Or (iv) Any Other Reason Stated In The Bds. (b) If The Successful Bidder: (i) Fails To Sign The Contract In Accordance With Itb Clause 31; (ii) Fails To Furnish Performance Security In Accordance With Itb Clause 32; Or (iii) Any Other Reason Stated In The Bds. 5. Format And Signing Of Bids 5.1 Bidders Shall Submit Their Bids Through Their Duly Authorized Representative Using The Appropriate Forms Provided In Section Ix. Bidding Forms On Or Before The Deadline Specified In The Itb Clauses 21 In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously. The First Shall Contain The Technical Component Of The Bid, Including The Eligibility Requirements Under Itb Clause 12, And The Second Shall Contain The Financial Component Of The Bid. 5.2 Forms As Mentioned In Itb Clause 19.1 Must Be Completed Without Any Alterations To Their Format, And No Substitute Form Shall Be Accepted. All Blank Spaces Shall Be Filled In With The Information Requested. 5.3 The Bidder Shall Prepare An Original Of The First And Second Envelopes As Described In Itb Clauses 12 And 13. In Addition, The Bidder Shall Submit Copies Of The First And Second Envelopes. In The Event Of Any Discrepancy Between The Original And The Copies, The Original Shall Prevail. 5.4 The Bid, Except For Unamended Printed Literature, Shall Be Signed, And Each And Every Page Thereof Shall Be Initialed, By The Duly Authorized Representative/s Of The Bidder. 5.5 Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Duly Authorized Representative/s Of The Bidder. 6. Sealing And Marking Of Bids 6.1 Unless Otherwise Indicated In The Bds, Bidders Shall Enclose Their Original Eligibility And Technical Documents Described In Itb Clause12, In One Sealed Envelope Marked “original - Technical Component”, And The Original Of Their Financial Component In Another Sealed Envelope Marked “original - Financial Component”, Sealing Them All In An Outer Envelope Marked “original Bid”. 6.2 Each Copy Of The First And Second Envelopes Shall Be Similarly Sealed Duly Marking The Inner Envelopes As “copy No. ___ - Technical Component” And “copy No. ___ – Financial Component” And The Outer Envelope As “copy No. ___”, Respectively. These Envelopes Containing The Original And The Copies Shall Then Be Enclosed In One Single Envelope. 6.3 The Original And The Number Of Copies Of The Bid As Indicated In The Bds Shall Be Typed Or Written In Indelible Ink And Shall Be Signed By The Bidder Or Its Duly Authorized Representative/s. 6.4 All Envelopes Shall: (a) Contain The Name Of The Contract To Be Bid In Capital Letters; (b) Bear The Name And Address Of The Bidder In Capital Letters; (c) Be Addressed To The Procuring Entity’s Bac In Accordance With Itb Clause 1.1error! Reference Source Not Found.; (d) Bear The Specific Identification Of This Bidding Process Indicated In The Itb Clause 1.2; And (e) Bear A Warning “do Not Open Before…” The Date And Time For The Opening Of Bids, In Accordance With Itb Clause 21. 6.5 If Bids Are Not Sealed And Marked As Required, The Procuring Entity Will Assume No Responsibility For The Misplacement Or Premature Opening Of The Bid. Moreover, Failure To Comply With The Required Sealing And Marking Of Bids Shall Be A Ground For Disqualification. Submission And Opening Of Bids 7. Deadline For Submission Of Bids Bids Must Be Received By The Procuring Entity’s Bac At The Address And On Or Before The Date And Time Indicated In The Bds. 8. Performance Security 8.1 To Guarantee The Faithful Performance By The Winning Bidder Of Its Obligations Under The Contract, It Shall Post A Performance Security Prior To The Signing Of The Contract. 8.2 The Performance Security Shall Be In An Amount Equal To A Percentage Of The Total Contract Price In Accordance With The Following Schedule: Form Of Performance Security Amount Of Performance Security (equal To Percentage Of The Total Contract Price) (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank; Five Percent (5%) (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank; (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security; And/or Thirty Percent (30%) (d) Any Combination Of The Foregoing. Proportionate To Share Of Form With Respect To Total Amount Of Security 8.3 Within A Maximum Period Of Ten (10) Calendar Days From The Receipt Of The Notice Of Award From The Procuring Entity And In No Case Later Than The Signing Of The Contract Between The Successful Bidder And The Procuring Entity, The Successful Bidder Shall Furnish To The Procuring Entity The Performance Security In Accordance With The Conditions Of Contract, And In The Form Prescribed In The Bidding Documents. 8.4 Failure Of The Successful Bidder To Comply With The Requirement Of Itb Clause 32 Shall Constitute Sufficient Grounds For The Annulment Of The Award And Forfeiture Of The Bid Security, In Which Event The Procuring Entity Shall Initiate And Complete The Post Qualification Of The Second Lowest Calculated Bid. The Procedure Shall Be Repeated Until The Lcrb Is Identified And Selected For Contract Award. However, If No Bidder Passed Post-qualification, The Bac Shall Declare The Bidding A Failure And Conduct A Re-bidding With Re-advertisement. 9. Notice To Proceed 9.1 Within Three (3) Calendar Days From The Date Of Approval Of The Contract By The Appropriate Government Approving Authority. 32.2 The Date Of The Bidder’s Receipt Of The Notice To Proceed Will Be Regarded As The Effective Date Of The Contract, Unless Otherwise Specified In The Bds. Bid Data Sheet Itb Clause 1.1 The Procuring Entity Is Municipality Of Teresa The Name Of The Contract Is Purchase Of Dumptruck At Barangay Dalig The Identification Number Of The Contract Is Dalig 2025-01-001. 2 The Funding Source Is: The Government Of The Philippines (gop) Through 2025 Annual Budget Approved By Sangguniang Barangay In The Amount Of One Million Two Hundred Thousand Pesos). The Name Of The Project Is Purchase Of Dumptruck At Barangay Dalig 5.1 No Further Instructions. 5.2 No Treaty Or International Or Executive Agreement Allows Participation Of Foreign Bidders. Bidding Is Restricted To Eligible Bidders As Defined In Itb Clause Error! Reference Source Not Found.. 5.4 The Bidder Must Have Completed, Within Ten (10) Years From The Submission Of Bids, A Single Contract That Is Similar To This Project, Equivalent To At Least Fifty Percent (50%) Of The Abc. 5.5 No Further Instructions. . 6.3 No Further Instructions. 7 No Further Instructions. 8 “not Applicable” No Further Instructions. 9.1 The Procuring Entity Will Hold A Pre-bid Conference For This Project . 10.1 The Procuring Entity’s Address Is: Dalig Teresa, Rizal Kenneth Allan B. San Diego Cp No 12.1 No Further Instructions. 12.1(a)(i) “no Additional Requirements.” 12.1(a)(iii) No Further Instructions 12.1(a)(iv) No Further Instructions. 13.1 “no Additional Requirements” 13.2 The Abc___________________________________________). Any Bid With A Financial Component Exceeding This Amount Shall Not Be Accepted. 14.2 “no Further Instructions.” 15.4 Bid Prices Shall Be Fixed. Adjustable Price Proposals Shall Be Treated As Non-responsive And Shall Be Rejected. Price Escalation May Be Allowed In Extraordinary Circumstances As May Be Determined By The National Economic And Development Authority In Accordance With The Civil Code Of The Philippines, And Upon The Recommendation Of The Procuring Entity. 16.1 The Bid Prices Shall Be Quoted In Philippine Pesos. 16.3 No Further Instructions. 17.1 Bids Will Be Valid Until February 7, 2025 18.1 The Bid Security Shall Be In The Following Amount: 1. [insert 2% Of Abc], If Bid Security Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit; 2. [insert 5% Of Abc] If Bid Security Is In Surety Bond; Or 3. Any Combination Of The Foregoing Proportionate To The Share Of Form With Respect To Total Amount Of Security. 18.2;18.3; And 18.4 The Bid Security Shall Be Valid February 28,2025. 18.5(a)(iv) 1. Submission Of Eligibility Requirements Containing False Information Or Falsified Documents. 2. Submission Of Bids That Contain False Information Or Falsified Documents, Or The Concealment Of Such Information In The Bids In Order To Influence The Outcome Of Eligibility Screening Or Any Other Stage Of The Public Bidding. 3. Allowing The Use Of One’s Name, Or Using The Name Of Another For Purposes Of Public Bidding. 4. Withdrawal Of A Bid, Or Refusal To Accept An Award, Or Enter Into Contract With The Government Without Justifiable Cause, After The Bidder Had Been Adjudged As Having Submitted The Lowest Calculated And Responsive Bid. 5. Refusal Or Failure To Post The Required Performance Security Within The Prescribed Time. 6. Refusal To Clarify Or Validate In Writing Its Bid During Post-qualification Within A Period Of Seven (7) Calendar Days From Receipt Of The Request For Clarification. 7. Any Documented Unsolicited Attempt By A Bidder To Unduly Influence The Outcome Of The Bidding In His Favor. 8. Failure Of The Potential Joint Venture Partners To Enter Into The Joint Venture After The Bid Is Declared As Successful. 9. All Other Acts That Tend To Defeat The Purpose Of The Competitive Bidding, Such As Habitually Withdrawing From Bidding, Submitting Late Bids Or Patently Insufficient Bid, For At Least Three (3) Times Within A Year, Except For Valid Reasons. 18.5(b)(iii) No Further Instructions. 20.1 No Further Instructions. 20.3 Each Bidder Shall Submit One Original And Two Copies Of The First And Second Components Of Its Bid. 21 The Address For Submission Of Bids Is Dalig Teresa, Rizal. The Deadline For Submission Of Bids Is February 7,2025 9:00 Am 24.1 The Place Of Bid Opening Is Conference Room, Barangay Hall Barangay Dalig Teresa, Rizal The Date And Time Of Bid Opening Is February 7,2025, 9:00 Am 25.1 No Further Instructions. 27.3 No Further Instructions. 27.3(b) Arithmetical Correction Allowed. 27.5 No Further Instructions. 28.2(d) List Licenses And Permits Relevant To The Project And The Corresponding Law Requiring It. 31.4(g) Construction Schedule And S-curve; Manpower Schedule; Construction Methods; Equipment Utilization Schedule; Construction Safety And Health Program Approved By The Department Of Labor And Employment; And Pert/cpm. 33.2 The Effective Date Of The Contract Is Upon Signing Of Both Parties. Special Conditions Of Contract Gcc Clause 1.17 The Intended Completion Date Is February 28, 2025 1.22 The Procuring Entity Is Barangay Dalig Teresa, Rizal. 1.23 The Procuring Entity’s Representative Is Gerald P. Lopez, Teresa, Rizal 1.24 The Site Is Located At Dalig ,teresa, Rizal And Is Defined In Drawings No. _____________________ 1.28 The Start Date Is On Or Before February 10,2025 1.31 The Works Consist Of Purchase Of Dump Truck 2.3(h) None. 5.1 The Procuring Entity Shall Give Possession Of All Parts Of The Site To The Contractor N/a 6.5 The Contractor Shall Employ The Following Key Personnel: Civil Engineer; Foreman; Carpenter; Mason; Laborer; 7.1 At The Contractor’s Option The Performance Security Is To Be In Any Of The Following Form: (a) Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Confirmed By A Universal Or Commercial Bank In The Amount Of [insert Ten Percent (10%) Of The Contract Price]. (b) Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank: Provided, However, It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank [insert Ten Percent (10%) Of The Contract Price]. (c) Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security In The Amount Of [thirty Percent (30%) Of The Contract Price]. (d) Any Combination Of The Foregoing [ Proportionate To Share Of Form With Respect To Total Amount Of Security] 8.1 No Further Instructions. 9.1 The Applicable Liquidated Damages Is At Least One Tenth (1/10) Of One Percent Of The Cost Of The Unperformed Portion For Every Day Of Delay. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of The Contract, The Procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 10.1 None 12.5 Five (5) Years. 20.2 The Arbiter Is: Noel C. San Diego Barangay Dalig, Teresa, Rizal 20.3 No Further Instructions. 25.1 No Further Instructions. 28.1 Dayworks Are Applicable At The Rate Shown In The Contractor’s Original Bid. 30.1 The Contractor Shall Submit The Program Of Work To The Procuring Entity’s Representative Within 10 Days Of Delivery Of The Letter Of Acceptance. 30.3 The Period Between Program Of Work Updates Is 10 Days. The Amount To Be Withheld For Late Submission Of An Updated Program Of Work Is 1% Of The Contract Cost. 33.3 The Funding Source Is The Government Of The Philippines 36.1 No Further Instructions. 38.1 The Amount Of The Advance Payment Is 15% Of The Contract Price 39.1 No Further Instructions. 39.3 No Further Instructions. 41.2 No Further Instructions. 47.1 No Further Instructions. 50.1 The Date By Which “as Built” Drawings Are Required Is N/a 50.2 The Amount To Be Withheld For Failing To Produce “as Built” Drawings And/or Operating And Maintenance Manuals By The Date Required Is 1% Of The Contract Price. Bid Form Date: Iaeb No: Dalig 2025-01-001 To: Barangay Dalig Address: Dalig Teresa, Rizal We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract Purchase Of Dumptruck. (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; The Total Price Of Our Bid, Excluding Any Discounts Offered In Item (d) Below Is: _______________________________________________________________________________________________; The Discounts Offered And The Methodology For Their Application Are:__________________________________________________________________________________________; (c) Our Bid Shall Be Valid For A Period Of ______________ Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of _________________________________________________________________________________________ Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: _________________________________________________________; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Evaluated Bid Or Any Other Bid That You May Receive. Name: In The Capacity Of: Signed: Duly Authorized To Sign The Bid For And On Behalf Of: Date: ___________ Form Of Contract Agreement This Agreement, Made This [insert Date] Day Of [insert Month], [insert Year] Between And Address Of Procuring Entity] (hereinafter Called The“entity”) And [name And Address Of Contractor] (hereinafter Called The “contractor”). Whereas, The Entity Is Desirous That The Contractor Execute [name And Identification Number Of Contract] (hereinafter Called “the Works”) And The Entity Has Accepted The Bid For [insert The Amount In Specified Currency In Numbers And Words] By The Contractor For The Execution And Completion Of Such Works And The Remedying Of Any Defects Therein. Now This Agreement Witnesseth As Follows: 1. In This Agreement, Words And Expressions Shall Have The Same Meanings As Are Respectively Assigned To Them In The Conditions Of Contract Hereinafter Referred To. 2. The Following Documents Shall Be Attached, Deemed To Form, And Be Read And Construed As Part Of This Agreement, To Wit: (a) General And Special Conditions Of Contract; (b) Drawings/plans; (c) Specifications; (d) Invitation To Apply For Eligibility And To Bid; (e) Instructions To Bidders; (f) Bid Data Sheet; (g) Addenda And/or Supplemental/bid Bulletins, If Any; (h) Bid Form, Including All The Documents/statements Contained In The Bidder’s Bidding Envelopes, As Annexes; (i) Eligibility Requirements, Documents And/or Statements; (j) Performance Security; (k) Credit Line Issued By A Licensed Bank, If Any; (l) Notice Of Award Of Contract And The Bidder’s Conforme Thereto; (m) Other Contract Documents That May Be Required By Existing Laws And/or The Entity. 3. In Consideration Of The Payments To Be Made By The Entity To The Contractor As Hereinafter Mentioned, The Contractor Hereby Covenants With The Entity To Execute And Complete The Works And Remedy Any Defects Therein In Conformity With The Provisions Of This Contract In All Respects. 4. The Entity Hereby Covenants To Pay The Contractor In Consideration Of The Execution And Completion Of The Works And The Remedying Of Defects Wherein, The Contract Price Or Such Other Sum As May Become Payable Under The Provisions Of This Contract At The Times And In The Manner Prescribed By This Contract. In Witness Whereof The Parties Thereto Have Caused This Agreement To Be Executed The Day And Year First Before Written. Signed, Sealed, Delivered By The (for The Entity) Signed, Sealed, Delivered By The (for The Contractor). Binding Signature Of Procuring Entity ________________________________________________ Binding Signature Of Contractor _____________________________________________ Omnibus Sworn Statement Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. Select One, Delete The Other: If A Sole Proprietorship: I Am The Sole Proprietor Of [name Of Bidder] With Office Address At [address Of Bidder]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. Select One, Delete The Other: If A Sole Proprietorship: As The Owner And Sole Proprietor Of [name Of Bidder], I Have Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Represent It In The Bidding For [name Of The Project] Of The [name Of The Procuring Entity]; If A Partnership, Corporation, Cooperative, Or Joint Venture: I Am Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary And/or To Represent The [name Of Bidder] In The Bidding As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate Issued By The Corporation Or The Members Of The Joint Venture)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. Select One, Delete The Rest: If A Sole Proprietorship: I Am Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Partnership Or Cooperative: None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; If A Corporation Or Joint Venture: None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Following Responsibilities As A Bidder: A) Carefully Examine All Of The Bidding Documents; B) Acknowledge All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C) Made An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D) Inquire Or Secure Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. _____________________________________ Bidder’s Representative/authorized Signatory
Bureau Of Plant Industry Tender
Agriculture or Forestry Works
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 478 K (USD 8.1 K)
Details: Description Rfq No. Nsqcsreg032025-001 Pr No. Nsqcsreg32025-001 Request For Quotation For Goods And Services Small Value Procurement *other Supplies Expenses Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration A.1. Red Membership Ü Mayor's / Business Permit Ü Income/business Tax Return (for Abc 500k And Above) Ü Certificate Of Bir Registration (for Abc 50k And Above) Ü Dti Registration A.2. Platinum Membership Ü No Additional Documents Required, Provided That The Eligibility Documents Are Up To Date 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 Original Omnibus Sworn Statement(for Abc 50k And Above) D. 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 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 Procurement Management Unit (bac Office), Bureau Of Plant Industry-national Seed Quality Control Services (nsqcs), Philrice Compound, Maligaya, Science City Of Muñoz, Nueva Ecija 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 06, 2025 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: Maximum Of Fifteen (15) Days. 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 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. "notice/announcement: Bureau Of Plant Industry Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or The National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. " Approved Budget For The Contract: Php 478,000.00 End User: Bpi-nsqcs Riii Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 27000 Piece Plastic Sample, 1 Kilo, 9x13 Inches, Polyethylene 6.00 12 Ream Filter Paper,24x24 Inches,500 Pcs.per Ream 9,590.00 42 Piece Laboratory Gown(long Sleeves,white With Deep Pockets, Made Of Thick Tetron Fabric 700.00 10 Piece Scalpel Handle(stainless Steel, Perfect Fit From Blade To Handle, #4, Fits # 20,#21,#22,#23,#24 200.00 5 Piece Numbering Machine(12 Digits) 14,000.00 19 Packs Scalpel Blade(extremely Sharp And Durable,sterile, In Safe Aluminium Wrapper, Stainless 415.00 42200 Piece Resealable Bag(transparent Zip Lock, Flat Pet/pe,glossy Plastic Lining,75 Microns Thick, 10x15cm) 1.80 15 Piece Trier (big 2.54cm Diameter, 40cm Length) 1,045.00 Grand Total Philgeps Posted Nicholas R. Vergara Bac Chairman Canvasser The Bpi-nsqcs Region Iii Bids And Awards Committee (bac) Philrice Compound, Maligaya, Science City Of Muñoz, Nueva Ecija In Connection With The Above Request, I/we Submit Our Quotation Indicated Above. I/we Have Carefully Read And Fully Understand The Minimum Requirements And Agree To Furnish And/ Or Deliver The Above Mentioned Requirement(s) In Conformity With The Specifications/terms Or Reference/scope Of Work Indicated/attached Thereto. ________________________________________ ________________________________________ ________________________________________ Signature Over Printed Name Company Name Of Bidder Philgeps Registration Number ________________________________________ ________________________________________ ________________________________________ Contact Number(s) Office Address Email Address Of The Bidder ________________________________________ ________________________________________ Tax Identification Number (tin) Date Accomplished Payment Shall Be Made Through Land Bank's Lddap-ada/bank Transfer; Bank Transfer Fee Shall Be Charged Against The Creditor's Account. Payment Details: Banking Institution: ________________________________________________ Account Number:___________________________________________________ Account Name:______________________________________________________ Branch:_______________________________________________________________
State Bank Of India - SBI Tender
India
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Details: Auction Sale Of Immovable Property - Land, Size and Nature of Land: Total land area is 1 Acre and 12 Decimals (a local unit of land measurement). The land is classified as "Danga" (likely meaning high land or homestead) and "Bastu" (homestead or dwelling place). Specific Plot Breakdown: The land is comprised of several plots with specific measurements: 20 Decimals out of 45 Decimals in RS Dag No. 361 23 Decimals out of 36 Decimals in RS Dag No. 362 10 Decimals out of 14 Decimals in RS Dag No. 363
5 Decimals out of 9 Decimals in RS Dag No. 374
36 Decimals in RS Dag No. 376
12 Decimals out of 32 Decimals in RS Dag No. 377
6 Decimals out of 31 Decimals in RS and LR Dag No. 2088
Location Details:
Mouza (village): Gobindapur
RS Khatians (land records): 395, 816, 815 & 391
LR Khatians (land records): 775, 776, 452, 2664, 2351, 2376, 340, 2478, 2444, 2393, and 2485
J.L. No. 92
Touzi No. 635-640
RS No. 18
Police Station: Bhangore
Now under: Jagulgachi Gram Panchayat (local governing body)
Sub-Registry Office: Bhangore
Ownership Details:
Deed of Conveyance Date: 04.03.2008
Vendors (Sellers): Ayesha Bibi, Sujauddin Ahamed, Md. Misbahuddin Ahmed, Shakila Haque, Shamima Rahaman, Shajida Begum, Shamina Begum, Sharifa Yasmin B. Mulla
Purchaser (Buyer): Delux Print Furnishings Pvt Ltd, represented by Directors Bullu Siraj Mulla and Sharifa Yasmin B. Mulla
Deed registered at: ADSR-Bhangore (Book No. I, Vol. 19, Pages 65-82, No. 946 for the year 2008)
Municipality Of San Vicente, Palawan Tender
Others
Philippines
Closing Soon7 Feb 2025
Tender AmountPHP 142.5 K (USD 2.4 K)
Details: Description 4 Units Printer, Print,scan/copy, Wi-fi Ready, Ink Tank Type Specifications: Print, Scan, Copy Printer Type: Inkjet Printer Product Dimensions (width X Depth X Height): 435mmx 380mmx195mm Print Speed: 17(mono)/16.5 (col) Ipm Fpot: 6 (mono)/6.5 (col) Seconds Paper Size: A4, Letter, Executive, A5,a6,photo 4"x6", Indexcard 5"x8", Photo 5"x7", C5 Envelope,com-10,dl Envelope, Monarch, Photo-3.5"x5" 1 Unit Flatbed Document Scanner With Duplex Adf Specification: General Type Document Scanner-desktop Interface Type Wi-fi(n), Usb 3.2 Gen 1x1 Max Supported Document Size 279x3000mm Enclosure Color Black Bundled With 1 Year Adobe Acrobat Pro Dc License Scanner Input Type Color Optical Resolution 600 Dpi X 600 Dpi Authomatic Dulpexing, Snanning Sensor Type Dual Cis Lamp/light Source Type 3-color Rgb Led Max Document Scan Speed Color 40ppm Scanner Features: Page Length Detection, Blank Page Removal, Authomatic Color Detection, Automatic Page Size Detection, Auto Document Rotation, Access Point Mode, Wi-fi Direct, Ultrasonic Sensor, 4.3" Touch Screen Tft Display 4 Units Portable Hard Drives, 1tb 4 Units Usb 3.0 Flash Drive, 64g Note: *with Extra Set Of Ink * 1 Year Warranty
Centraal Orgaan Opvang Asielzoekers COA Tender
Others
Netherlands
Closing Date25 Mar 2025
Tender AmountRefer Documents
Description: Netherlands – Business Services: Law, Marketing, Consulting, Recruitment, Printing And Security – Integriteitsonderzoeken
3231-3240 of 6605 active Tenders