Printing Tenders

Printing Tenders

Mindanao State University Tender

Machinery and Tools
Corrigendum : Tender Amount Updated
Philippines
Details: Description Mindanao State University Reference Nos. 017-25 / 01-06-25 Fatima, General Santos City Project Name: Location: Request For Quotation __________________________ Company Name Date : January 9, 2025 __________________________ Quotation No. : 019-25 Address Please Quote Your Best Proposal For Item/s Listed Below, Subject To The Terms And Conditions Duly Signed By Your Representative. Terms And Conditions: 1. Mayor's/business Permit 2. Philgeps Registration Certificate 3. Supplier/bidder Previously Submitted Documentary Requirements May Not Submit. 4. All Entries Shall Be Typed Or Written In A Clear Legible Manner 5. No Alternate Quotation/offer Is Allowed, Suppliers Who Submitted More Than One Quotation Shall Be Automatically Disqualified. 6. All Prices Offered Herein Are Valid, Binding And Effective For Thirty (30) Calendar Days Upon Issuance Of This Document. Alternate Bids Shall Be Rejected. 7. Delivery Period Within Fifteen (15) Calendar Days 8. Price Validity Shall Be For Period Of Thirty (30) Calendar Days. 9.. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. 10. In Case Suppliers Pro Forma Quotation Is Submitted, Conditions Will Be Governed By The Submitted Signed Terms Of Reference/technical Specifications. 11. Partial Bid Is Allowed, Evaluation, Comparison And Contract Award Shall Be Made Per Item; Partial Bid Is Not Allowed; The Goods Are Grouped In A Single Lot, Evaluation, Comparison, And Contract Award Shall Be Made Per Lot Very Truly Yours, Randy P. Asturias, D'eng. Bac Chairman Item Qty Abc Technical Specifications Unit Price Total Amount (to Be Filled Up By The Suppliers) Unit Unit Price Total Amount 1 3 Sofa, L-shape-non-leatherette Sets 2 1 Sofa, L-shape-leatherette Set ***nothing Follows*** For Dormitory Use - Dormitory Services Total Abc ₱97,000.00 Total Amount Instructions: See Attached Specifications/important Instructions For Items. (please Provide Complete Information Below) Delivery Period : Warranty: Price Validity : We Undertake, If Our Proposal Is Accepted, To Supply/deliver The Goods In Accordance With The Specification And/or Delivery Schedule Unit Purchase/job Order Or A Contract Is Prepared And Executed, This Quotation/proposal Shall Be Binding Upon Us. We Understand That You Are Not Bound To Accept The Lowest Or Any Proposal You May Receive. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. _______________________________ Signature Over Printed Name Of Bidder Tel. No. / Cellphone No.: __________ __________________________________ E-mail Address: Signature Over Printed Name Of Canvasser Abu
Closing Soon10 Feb 2025
Tender AmountPHP 97 K (USD 1.6 K)

Province Of Zamboanga Del Sur Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Section I. Invitation To Bid Republic Of The Philippines Philippine Rural Development Project Invitation To Bid For The Upgrading/concreting Of Nrj Poblacion Guipos – Singclot – Sagacad – Dongos – Old Mirapao Farm To Market Road (fmr) With Bridge Identification No.: Prdp-su-ib-ro09- Zds-002-000-000-2023-fmb Loan No. 9577-ph January 10, 2025 1. The Government Of The Philippines (gop) Has Received A Loan From The World Bank Towards The Cost Of Philippine Rural Development Project Scale Up And It Intends To Apply Part Of The Proceeds Of This Loan To Payments Under The Contract For The Upgrading/concreting Of Nrj Poblacion Guipos – Singclot – Sagacad – Dongos – Old Mirapao Farm To Market Road (fmr) With Bridge, Subproject Id No. Prdp-su-ib-ro09-zds-002-000-000-2023-fmb. 2. The Provincial Government Of Zamboanga Del Sur, Implementing Partner Of The Department Of Agriculture, Now Invites Bids For The Upgrading/concreting Of Nrj Poblacion Guipos – Singclot – Sagacad – Dongos – Old Mirapao Farm To Market Road (fmr) With Bridge. Completion Of The Works Is Required By Five Hundred Seventy-three (573) Calendar Days. Bidders Should Have Completed, Within The Last Ten (10) Years, 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 In Accordance With Relevant Procedures For Open Competitive Bidding As Specified In The Irr Of Ra 9184 (r.a. 9184), With Some Amendments, As Stated In These Bidding Documents And Is Open To All Bidders From Eligible Source Countries As Defined In The Applicable Procurement Regulations Of The World Bank. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. The Estimated Project Cost For This Project Is Three Hundred Thirteen Million Forty-five Thousand Pesos (php 313,045,000.00). 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of Provincial Government Of Zamboanga Del Sur And Inspect The Bidding Documents At The Address Given Below And Also At The Prdp Regional Project Coordination Office Ix (rpco Ix) With Address At Izres, Research Complex, Sanito, Ipil, Zamboanga Sibugay And At The Prdp Project Support Office Mindanao (pso Mindanao) With Address At Alvarez Building, Angliongto Sr. Avenue, Lanang, Davao City And At The National Project Coordination Office (npco). A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting January 9, 2025 From The Address Below, Prdp Rpco-ix Or Prdp Pso Mindanao And Upon Payment Or Depositing To The Province Of Zamboanga Del Sur, Land Bank Of The Philippines (lbp) Pagadian Branch With Trust Account Number 0052-1127-39 A Non-refundable Fee For The Bidding Documents In The Amount Of Ten Thousand Pesos (php10,000.00) Not Later Than The Submission Of Their Bids. The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Serves As Your Proof Of Payment The Lgu Treasurer’s Official Receipt Or The Bank Teller’s Validated Deposit Slip Or Printed Receipt From Other Online Payment Channels Serves As The Proof Of Payment. Digital Payment Shall Mean Payment Using The Likes Of Paymaya, Iaccess, Smart Money, Gcash, Coins.ph And Other Means Of Digital Payment. Bidding Documents May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Prdp Website (prdp.da.gov.ph). For Detailed Engineering Design (ded), Drawings And Plans, Please Follow The Link Https://tinyurl.com/59bunxvc . As Part Of The Transparency Measures Being Instituted By The Department Of Agriculture (da) The Bidders Can Virtually Visit The Site Of The Above-described Subproject At Prdp.da.gov.ph Where Geotagged Base Photographs Are Viewable. The Da, However, Requires That All Potential Contractors Who Will Be Awarded Contract Under The Project Shall Have Undergone Geotagging Training Provided By The Prdp Project Support Office. 5. The Provincial Government Of Zamboanga Del Sur Will Hold A Pre-bid Conference On January 30, 2025 At 10:00 A.m. At The Executive Function Hall, Capitol Compound, Pagadian City, Zamboanga Del Sur Which Shall Be Open To All Interested Parties. 6. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 At 10:00 A.m. All Bids Must Be Accompanied By A Bid Securing Declaration. Bids Will Be Opened On February 18, 2025 At 10:00 A.m. At The Executive Function Hall, Capitol Compound, Pagadian City, Zamboanga Del Sur. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 7. The Provincial Government Of Zamboanga Del Sur 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. 8. For Further Information, Please Refer To: Donna E. Ligan Head Secretariat, Bids And Awards Committee Bac Office, 2nd Floor, Provincial Capitol Building, Capitol Compound, Pagadian City Mobile No.: 0949-105-9409 E-mail Address: Bacpgozds@gmail.com (sgd) Atty. Margie T. James-lumasag Provincial Assessor Bac Chairperson-infrastructure Province Of Zamboanga Del Sur
Closing Date18 Feb 2025
Tender AmountPHP 313 Million (USD 5.3 Million)

RIKSG LDSKONTORET, Stockholm Tender

Publishing and Printing
Sweden
Description: Print Services Deposit Guarantee and Investor Protection
Closing Soon7 Feb 2025
Tender AmountNA 

RIKSG LDSKONTORET Tender

Services
Publishing and Printing
Sweden
Description: Sweden – Services Related To Printing – Printtjänster Insättningsgarantin Och Investerarskyddet
Closing Soon7 Feb 2025
Tender AmountSEK 2 Million (USD 180.8 K)

Lafayette Consolidated Government Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
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 6th Day Of February, 2025 For The Following: Serenity Road Bridge Replacement 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 Project Consists Of The Removal And Replacement Of An Existing Bridge On Serenity Road In Lafayette Parish, La. The Existing Bridge And Pilings Have Deteriorated And Are Being Replaced In This Project With Cast-in-place Concrete Box Culvert. Roadway, Drainage And Channel Improvement Will Be Performed In The Proposed Improvements. All Work To Be Completed Within 120 Working Days From Issuance Of 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 $140.00 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. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 22, 2025 At 9:30 Am In The Large Conference Room, Lafayette Consolidated Government, Public Works Administration Building Located At 1515 East University Avenue, Lafayette, La. 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 Or Heavy 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: 1/8, 1/12, 1/9 Dpr 985853
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Desoto County Board Of Supervisors Tender

Others
Corrigendum : Closing Date Modified
United States
Details: Notice To Bidders The Desoto County Board Of Supervisors Will Receive Bids From Qualified Vendors To Perform It Services For The Desoto County Agri-ed Center In The Following Manner: Bid File No: 25-152-002 Re-bid For Installation Of Audio Visual Equipment At Agri-education Center Pre-bid Meeting: Wednesday, January 22, 2025 At 10:00 A.m. At 3977 Gwynn Rd., Nesbit, Ms 38651 Bids Will Be Accepted Until 10:00 A.m. On Thursday, January 30, 2025 In Sealed Envelopes At The Office Of Procurement, 365 Losher Street, Suite 340, Hernando, Mississippi, Or By Electronic Bid Submission. Electronic Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Specifications And Procedures Are Available By Registering On The Procurement Page Of The Desoto County Board Of Supervisors Website And Printing The Bid Package At: Http://desotocountyms.gov And On File In The Office Of Procurement, Desoto County Administration Building, 365losher Street, Suite 340, Hernando, Mississippi, During Normal Business Hours At No Charge. Bid Packages May Also Be Downloaded From Central Bidding For A Fee At Www.centralbidding.com. All Bids Must Comply With The Specifications Provided. Desoto County Reserves The Right To Amend The Specifications, As Necessary, And Agrees To Notify All Having Requested Bid Packets From The Desoto County Office Of Procurement. The Office Of Procurement Reserves The Right To Extend The Bid Opening Date If Necessary To Complete The Bid Process. All Offers Must Be Sealed And Clearly Labeled On The Outside Of The Bid Envelopes As Instructed In The Bid Package And Delivered To The Office Of Procurement At The Above Address Or Electronic Bids Can Be Submitted At Www.centralbidding.com. Bidders May Submit Technical Offers To Central Bidding At No Charge. The Board Of Supervisors Reserves The Right To Reject Any And All Bids And Waive Any Informalities. Witness My Signature, This The 06th Day Of January, 2025. ________________________/s/ Misty Heffner (seal) Misty Heffner, Chancery Clerk Desoto County Board Of Supervisors Submitted: Desoto Times Tribune For Publication On: Thursday, January 09, 2025 Thursday, January 16, 2025 Proof Of Publication To: Desoto County Administrator Office Desoto County Administration Building 365 Losher Street, Suite 300 Hernando, Ms 38632 Phone: 662-469-8180
Closing Date25 Feb 2025
Tender AmountRefer Documents 

Lafayette Consolidated Government Tender

Civil And Construction...+1Bridge 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 7th Day Of February, 2025 For The Following: Switzerland Road Bridge Replacement 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 Work To Be Performed By The Contractor Includes But Is Not Limited To Removing The Existing Railroad Flat Car Superstructure And Timber Abutment And Installing A New Concrete Box Culvert Bridge With Associated Roadway Reconstruction, Subsurface Drainage Work, Channel Improvements, Etc. All Work To Be Completed Within One Hundred And Twenty (120) Working Days From Issuance Of 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 Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Supplier At The Website Listed Above. 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 $130.00 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. Contractors Are Requested To Attend A Pre-bid Meeting, Which Will Be Held On January 22, 2025 At 10:30 Am In The Large Conference Room, Lafayette Consolidated Government, Public Works Administration Building Located At 1515 East University Avenue, Lafayette, La. 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 “highwaym Street And Bridge Construction Or Heavy 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: 1/8, 1/12, 1/19 Dpr 952779
Closing Soon7 Feb 2025
Tender AmountRefer Documents 

Madison County School District Tender

Publishing and Printing
United States
Description: Request For Proposal Notice The Madison County School District Will Accept Sealed Proposals Until 2:00 P.m., Cst, February 11, 2025 At The Office Of The Superintendent Of Education, 476 Highland Colony Parkway, Ridgeland, Ms 39157 For The Purpose Of Purchasing The Following: Rfp #: 03-2026 Description: Print Management Services The Rfp Release Date Is Scheduled For January 9, 2025. Rfp Specifications And Instruction Forms May Be Obtained From The Mcsd Department Of Finance, 476 Highland Colony Parkway, Ridgeland, Ms. In Addition, Official Rfp Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Anne Scott Brown Purchasing Agent Ph: (601) 499-0728 Email: Asbrown@madison-schools.com Superintendent: Ted Poore Advertisement Dates: January 9 & 16, 2025
Closing Soon11 Feb 2025
Tender AmountRefer Documents 

Security Printing And Minting Corporation Of India Limited - SPMCIL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Purchaser Name: Security Printing And Minting Corporation Of India Limited | CATEGORY: Spare Blow down water pump , Spare De-areator water pump , Recirculation Hydrant Water pump
Closing Date21 Feb 2025
Tender AmountRefer Documents 

Security Printing And Minting Corporation Of India Limited - SPMCIL Tender

Goods
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Purchaser Name: Security Printing And Minting Corporation Of India Limited | CATEGORY: Anvil roller of CFC , Anvil Roller of Grapha
Closing Soon14 Feb 2025
Tender AmountINR 914.5 K (USD 10.5 K)
5401-5410 of 6629 active Tenders