Uniform Tenders
Uniform Tenders
Department Of Agriculture Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description February 21, 2025 Request For Quotation No. Np-029-25 Mandatory Requirements Submission Of Documentary Requirements: Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 Philgeps Registration/organization Number (red Membership) Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted Instructions: Please Write Legibly. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 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. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. Deadline For Submission Of Bids: February 24, 2025 At 12:00nn. Delivery Period: On The Date Of The Activities. Due To Geographical Location, Bidders Are Allowed To Submit Scanned Copy Of Documentary Requirements. Original Documents May Be Submitted Prior To The Issuance Of Notice Of Award (noa). C. Important Notes: Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. Awarding Shall Be Done By Lot. Terms Of Payment: Within Thirty 30 Calendar Days Upon Acceptance Of The Items/ Services Rendered In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. The Department Of Agriculture 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: Department Of Agriculture 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0201-p2 Abc: Php58,000.00 End-user: Assistant Secretary For Logistics (asl) Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description Ceiling Price Per Unit (php) No. Of Days *unit Price In Php Total Price In Php (qty X Unit Price) Vehicle Rental For Training Workshop On The Operations And Strategic Planning Of Cold Storage Warehouse Facilities 2026-2028 On March 3-7, 2025 In Region Vii 5 Units Van Rental (pick & Drop) 1,900.00 2 5 Units Van Rental (site Visit) 7,800.00 1 Itinerary Is Attached As An Integral Part Of The Request For Quotation Grand Total Original Signed (original Signed) Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we 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 Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: 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: __________________________________________________
Closing Date24 Feb 2025
Tender AmountPHP 58 K (USD 1 K)
Quezon City Tender
Food Products
Philippines
Details: Description Minimum Or Equivalent Technical Specifications The Service Provider Shall Provide Catering Services Subject To The Following Requirements: A. Location 1. The Location Of The Catering Services Provider Must Be Within Quezon City. B. Food And Beverage Requirements 1. Am Snacks, Buffet Lunch, And Pm Snacks For At Least 50 Pax. 2. Plated Am Snack: Each Morning Snack Must Include A Combination Of The Following: A. Pasta Or Noodles B. Sandwich Or Bread/pastry Or Local Delicacy C. One (1) Round Of Bottle Of Juice Or Iced Tea 3. Buffet Lunch: Must Include A Combination Of The Following: A. Steamed Rice B. At Least Two (2) Viands, Combination Of Beef, Chicken, And/or Fish Options C. At Least One (1) Serving Of Vegetable Dish D. Salad E. Soup F. At Least One (1) Serving Of Dessert Or Fruits G. One (1) Round Or Bottle Of Juice Or Iced Tea 4. Plated Pm Snack: Each Afternoon Snack Must Include A Combination Of The Following: A. Pasta Or Noodles B. Sandwich Or Bread/pastry Or Local Delicacy C. One (1) Round Or Bottle Of Juice Or Iced Tea 5. Other Food And Beverage Requirements A. Provision Of Mineral/distilled Water Stations/dispensers B. Provision Of Free-flowing Coffee And Tea All Day And Throughout The Function C. Provision Of Candies/mints And Nuts All Day And Throughout The Function D. Provision Of Plated Meals And Snacks For Guests With Specific Dietary Needs/ Food Restrictions Such As But Not Limited To Vegetarian, Dairy-free/lactose-free, Diet Soda/soft Drinks-in-can, Other Dietary Needs C. Catering Services Requirements 1. Provision Of Plates, Glasses, Spoon, Fork, And Other Cutlery To Be Used During Meals And Function 2. Provision Of Adequate Staff, At Least Three (3) Uniformed Waiters During The Activity To Set Up Food, Utensils, Set Up Banquet Table And Chairs With Clothes And Skirting. 3. Ensure Proper Clean-up Of Garbage After The Activity. 4. Ensure The Quality Of The Food To Be Served. 5. Secure Entrance Permits From The Venue, If Necessary. D. Schedule And Venue 1. The Event Is Scheduled For 17-18 February 2025 (two-day Event). Please Note That The Date Is Subject To Change, With Prior Notice From Philsa. 2. The Event Will Be Held At The University Of The Philippines Diliman, Maynilad Room, Melchor Hall (college Of Engineering), Quezon City. Please Note That The Venue Is Subject To Change, With Prior Notice From Philsa. E. Payment Terms 1. The Price Stated In The Proposal Should Be Inclusive Of Government Fees Taxes, And Duties, If Applicable. 2. Proposal Must Be Inclusive Of Labor, Materials/ingredients, And Any Other Relevant Expenses And Services. 3. Billing For Meals For The Whole Event Shall Be Based On The Minimum Guaranteed Number Of Pax To Be Confirmed By Philsa Three (3) Days Before The Event. In The Event Of Additional Pax, Cost Per Participant Will Be Charged Accordingly. 4. The Billing Is Subject To Actual Number Of Pax During The Function. 5. The 100% Payment Shall Be On Send-bill Arrangement And Will Be Fulfilled Within Thirty (30) Days Upon Receipt Of Statement Of Account/ Billing Statement After Completion Of The Event, And Upon Acceptance Of The End-user.
Closing Date11 Feb 2025
Tender AmountPHP 169.7 K (USD 2.9 K)
Bureau Of Plant Industry Tender
Others
Philippines
Details: Description Rfq No. Hv 2025-01-03 Pr No. 25-01-03 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement For Agricultural And Marine Supplies Under Hvcdp - White Potato Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) 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) 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. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Lump Sum. 10. Deadline For Submission Of Bids: January 29, 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: Fifteen (15) Working Days Upon Receipt Of Po. 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 374,971.00 End User: Jayson Y. Palaylay Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 451 Sacks Chicken Manure 142,065.00 40 Bags Triple 16 126,000.00 10 Kgs. Cymoxamil 7,990.00 10 Kgs. Mancozeb 6,670.00 10 Lit. Chlorothalonil (liquid) 7,170.00 8 Kgs. Methalaxyl 13,120.00 10 Packs Azoxystrobin (400 Grams/pack) 18,740.00 9 Box Tebuconazole 12,501.00 10 Btl. Propanocarb Hydrochloride (250 Ml./bot.) 6,620.00 10 Btl. Ametoctradin+dimethomorph (250 Ml./bot.) 6,390.00 3 Lit. Delthametrin 3,639.00 3 Btl. Abamectin (250 Ml./bot.) 3,924.00 3 Lit. Chlorpyrifos 1,770.00 3 Btl. Difenoconazole Ec (500 Ml./bot.) 4,167.00 3 Lit. Glyphosate (500 Ml./bot.) 1,755.00 3 Btl. Linuron 10,941.00 3 Pcs. Bamboo Basket: Medium; Heavy Duty 1,509.00 Note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation Grand Total 374,971.00 Philgeps Posted Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi Compound, Guisad, Baguio City 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:_______________________________________________________________
Closing Date29 Jan 2025
Tender AmountPHP 374.9 K (USD 6.3 K)
Department Of Agriculture Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Details: Description January 24, 2025 Request For Quotation No. Np-002-25 A. Mandatory Requirements 1. Submission Of Documentary Requirements: Valid Mayor’s /business Permit Or Recently Expired Mayor’s/business Permit For Cy 2024 And The Official Receipt As Proof Of Renewal For Cy 2025 Philgeps Registration/organization Number (red Membership) ✔ Original And Notarized Omnibus Sworn Statement With Proof Of Authority As A Necessary Attachment. Proof Of Authority Shall Be In The Following Forms, As Applicable: ● For Single Proprietorship – Special Power Of Attorney, In Case The Person Signing This Request For Quotation Is Not The Business Owner, In Its Original And Duly Notarized Form. ● For Corporation – Board Resolution/secretary’s Certificate, In Its Original And Duly Notarized Form. ● For One Person Corporation (opc) – President’s Certificate/secretary’s Certificate, In Its Original And Duly Notarized Form. *the Proof Of Authority Shall Clearly Reflect The Name Of The Authorized Representative And The Project Title As Indicated In This Rfq. *in Lieu Of Mayor’s/business Permit And Philgeps Registration Number, A Valid Philgeps Certificate Of Platinum Membership Or A Copy Of Your Da Bidder’s Registry Certificate May Be Submitted B. Instructions: 1. Please Write Legibly. 2. The Request For Quotation (rfq) Form Must Be Submitted In Original Form. The Authorized Representative Must Affix Their Wet Signature On The Rfq Form Submitted. Failure To Fill Out The Mandatory Information May Be Ground For Disqualification. 3. Blanks With Asterisk (*) Are Mandatory. Failure To Fill-up Said Blanks Is A Ground To Disqualify Your Quotation. 4. 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. 5. Quotation/s Must Include All Kinds Of Taxes For The Item(s)/services Listed Hereunder, Including Delivery Charges. 6. Any Interlineations, Erasures, Or Overwriting Shall Be Valid Only If They Are Signed Or Initialed By The Bidders/suppliers Or Their Authorized Representative. 7. Unsealed Or Unmarked Bid Envelopes Shall Be Rejected. In Case Of Bid Envelopes That Are Not Properly Sealed Or Marked, The Bac Shall Assume No Responsibility For The Premature Opening Of Its Content. Please Indicate The Solicitation Number And Rfq Number Of The Project In The Front Of The Sealed Bid Envelope. 8. Quotation(s)/proposal(s) Shall Be Submitted To The Office Of The Procurement Division, 2nd Floor, New Building, Department Of Agriculture – Central Office, Elliptical Road, Diliman, Quezon City. 9. Deadline For Submission Of Bids: January 28, 2025 At 12 Nn 10. Delivery Period: On The Date Of The Activities. C. Important Notes: 1. Price Quotation(s) Submitted Shall Be Valid For A Maximum Period Of One Hundred Twenty (120) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 2. Awarding Shall Be Done By Lot. 3. Terms Of Payment: Within Thirty (30) Calendar Days Upon Acceptance Of The Items/services Rendered. 4. In Case Of Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation Or Highest Rated And Responsive Quotation For Consultancy Services, The Da-bac Shall Employ “draw Lots” As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 5. The Uniform Guidelines For Blacklisting Set Forth In Appendix 17 Of The 2016 Revised Irr Of Ra 9184 Shall Apply In Case Any Of The Violations Listed Under Items 4.1 And 4.2 Thereof Is/are Committed Without Prejudice For Forfeiture Of Performance Security. 6. The Department Of Agriculture 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: Department Of Agriculture 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 (nbi) For Entrapment And Proper Investigation Immediately To The Office Of The Secretary Or The National Bureau Of Investigation. Pr No. 25-0072 Abc: Php90,000.00 End-user: Ppd Mode Of Procurement: Negotiated Procurement (small Value Procurement) Qty. Unit Item/description Ceiling Price (php) No. Of Days Unit Price In Php Total Price In Php (qty X No. Of Days X Unit Price) Food Provision For The Two-part Meeting For The Fy 2026 Agricultural Development Program (adp) On (part I) - February 11, 2025 And (part Ii) - March 11, 2025 At The Da New Building 100 Pax Am Snack 100.00 2 100 Pax Lunch 250.00 2 100 Pax Pm Snack 100.00 2 Menu Is Attached As An Integral Part Of The Rfq Total Amount Atty. Melinda D. Deyto Chief, Procurement Division Da Bids And Awards Committee (bac) Elliptical Road, Diliman, Quezon City Sir/madam: In Connection With The Above Requirement(s), I/we Submit Our Quotation/proposal Indicated Above. I/we 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 Of Owner/authorized Representative ________________________ Name Of The Business Enterprise/company _____________________________ Philgeps Registration/organization Number (red Membership) _________________________ Contact Number(s) ________________________ Office Address ______________________ Email Address Of The Bidder Terms Of Payment: 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: __________________________________________________
Closing Date28 Jan 2025
Tender AmountPHP 90 K (USD 1.5 K)
Bureau Of Plant Industry Tender
Publishing and Printing
Philippines
Details: Description Rfq No. 0096 Pr No. 00269-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Supply And Delivery Of Printer With Scanner Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) 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 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. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 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 07, 2025 (8:00am). 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: Thirty (30) Calendar Days From The Receipt Of The Purchase Order (p.o.). 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 72,000.00 End User: Cpmd Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 3 Unit Printer With Scanner 24,000.00 Dimensions: Printing: 14.8" X 22.8" X 9.5" (w X D X H) Storage: 14.8" X 11.8" X 8.6" (w X D X H) Print: Print Technology: 4-color (cmyk) Drop-on-demand, Micropiezo® Inkjet Maximum Print Resolution: 5760 X 1440 Optimized Dpi Print: Iso Print Speed: Black : 10.0 Iso Ppm+ Color: 5.0 Iso Ppm+ Replacement Ink: 212 Standard-capacity: Black, Cyan, Magenta, Yellow (yield, Iso Pages - Black: 150, Color: 130) 212xl High-capacity: Black, Cyan, Magenta, Yellow (yield, Iso Pages - Black: 500 Color: 350) Printer Is Designed For Use With Epson Cartridges Only, Not Third-party Cartridges Or Ink* Weight: 11.1 Lb "place Of Delivery: Bpi-cpmd Proposed Delivery Period: 30 Days" Grand Total 72,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila 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 Adress 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:_______________________________________________________________
Closing Date7 Feb 2025
Tender AmountPHP 72 K (USD 1.2 K)
Bureau Of Plant Industry Tender
Agriculture or Forestry Works
Philippines
Details: Description Rfq No. Np 25-01-01 Pr No. 25-01-01 Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Procurement Of Agricultural And Marine Supplies Under Nupap-highland Vegetable Seeds Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) 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 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. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bpi Compound, Guisad, Baguio City Or Through Courier Or Email (bacsecretariatbaguio@gmail.com). 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 Thirty (30) Days Reckoned From The Deadline For Submission Of Quotations As Reflected In This Form. 9. Awarding Shall Be Done Per: Lump Sum. 10. Deadline For Submission Of Bids: January 10,2025 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: Fifteen (15) Days Upon Receipt Of P.o 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 92,000.00 End User: Lea O. Abando Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 64 Sacks Chicken Manure 19,200.00 7 Bags Triple 14; 50kgs/bag 17,283.00 10 Bags Organic Fertilizer, 2:2:1.5% Npk + Microelements 3,100.00 10 Kgs. Mancozeb 6,350.00 10 Lit. Chlorothalonil (liquid) 6,830.00 7 Bot. Propanocarb Hydrochloride (250 Ml) 4,410.00 8 Bot. Ametoctradin+dimethomorph (250 Ml) 4,928.00 5 Lit. Delthametrin (2.5 Ec) 5,775.00 4 Bot. Abamectin(1.8 Ec;250 Ml) 4,984.00 5 Lit. Chlorpyrifos 2,810.00 4 Bot. Difenoconazole Ec (500 Ml) 5,292.00 2 Bot. Glyphosate (500 Ml.) 1,114.00 3 Kgs. Linuron 9,924.00 "note: Chemicals Should Not Be More Than 2 Years From The Date Of Formulation" X-x-x-x-x-x Grand Total 92,000.00 Maritess A. Alimurung Bac Chairman Canvasser The Bpi-bids And Awards Committee (bac) Bpi-bncrdpsc, Guisad, Baguio City 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:_______________________________________________________________
Closing Date10 Jan 2025
Tender AmountPHP 92 K (USD 1.5 K)
Bureau Of Plant Industry Tender
Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Rfq No. 0016 Pr No. 0020-25bac Request For Quotation For Goods And Services Section 53.9 Negotiated Procurement - Small Value Procurement Equipment Rental To Be Used During The Bpi 95th Anniversary Celebration Section I. Mandatory Requirements (note: Failure To Submit Any Of The Following Requirements Will Be Automatically Disqualified) A. Philgeps Registration (platinum Membership And Red Membership) 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 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. Professional License/curriculum Vitae (consulting Services) E. Menu List For Catering Services F. The Supplier Must Not Have Any Record Of Non-compliance Over The Past Three (3) Years. Section Ii. Instructions: 1. Please Write Legibly. 2. The Bidders/suppliers Or Their Authorized Representative Shall Accomplish This Form Including Unit Price And Total Price As Well As Sub- Total And Grand Total (if Applicable) And Affix Their Signature Over Printed Name Indicated In The Lower Portion Of This Form. 3. Indicate Offered Brands And Specifications (if Applicable). 4. Quotation(s)/proposal(s) Shall Be Submitted At The Procurement Management Section (bac Office), Bureau Of Plant Industry, 692 San Andres Street, Malate, Manila Or Through Courier Or Email (pms.rfq@buplant.da.gov.ph). 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: January 13, 2025 (9:00am). 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: January 21-22 2025 At Bureau Of Plant Industry, Malate, Manila. 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 166,000.00 End User: Ics Qty Unit Item/description Ceiling Price/ Offered Unit Total Per Unit(php) Brand Price Price 1 Set "party Sound & Light Package With Led Wall 35 Panels (p3 9' X 12') Hd Cameras For Video Recording And Streaming (raw File Recording) Delivery/date Of Use: January 21, 2025 (1:00pm-6:00pm) January 22, 2025 (8:00am-12:00pm)" 166,000.00 "specifications: Digital Audio Mixer, D.i. Box, (4) Wireless Microphone, (2) Wired Microphone, (6) Microphone Stand, (2) Laptop With Virtual Player And Streaming App (i.e Obs), Moving Head, Lyric Stand, (2) Subwoofer Speaker, Rcf Speaker Monitor, Rcf Dual Speaker, (4) Powered Speaker, (4) Amber Lights, Smoke Machine" "others: -cables, Connectors/laptops/ Switcher/ Riser -livestream Production Operator Staff Meals Included Venue-bpi Multipurpose Hall, Malate Manila" Grand Total 166,000.00 Philgeps Posted Joan-may R. Tolentino Bac Chairperson Canvasser The Bpi-bids And Awards Committee (bac) 692 San Andres, Malate Manila 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 Adress 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:_______________________________________________________________
Closing Date17 Jan 2025
Tender AmountPHP 166 K (USD 2.8 K)
Lafourche Parish Government Tender
Civil And Construction...+1Civil Works Others
United States
Details: Official Advertisement For Bids Electronic Bids For The Hurricane Ida Repairs Lafourche Government Complex (phase 2 Buildback), Architect’s Project Number 2117dbb, Will Be Received Electronically By The Lafourche Parish Government Until 2:00 Pm On Thursday, February 13, 2025, At Which Time Bids Will Be Retrieved From The Central Auction House (cah) Website And Read Aloud At The Lafourche Parish Government Complex, 402 Green Street, Thibodaux, La 70301. Only Electronic Bids Submitted On Www.centralbidding.com Will Be Accepted. Bid Documents Are Posted On Www.centralbidding.com. To View These, Download, Receive Bid Notices By Email, And Submit The Bid, You Must Register With Central Auction House (cah). Vendors/contractors Must Submit Their Bids Electronically. For Information About The Electronic Submittal Process, Contact Ted Fleming With Central Auction House At 1-866-570-9620. No Project Contract Documents Will Be Provided By The Architect Or Owner. Bid Prices Shall Specifically Exclude Any And All Taxes Whatsoever. Act 1029 Of 1991 Exempts’ Local Governments From State And Local Tax Effective September 1, 1991. Bid Prices Shall Include Any Shipping Charges, If Applicable. Each Bid Shall Be Accompanied By A Bid Security Of Not Less Than Five (5%) Percent Of The Total Bid Amount. Said Amount Shall Be In The Form Of A Bid Bond, Certified Check, Or Cashier’s Check Drawn On A Bank Insured By The Federal Deposit Insurance Corporation Payable To The Lafourche Parish Government. The Successful Lowest Responsible And Responsive Bidder Shall Be Required To Furnish The Owner With A Performance Bond For 100% Of The Contract Amount Prior To The Issuance Of A Contract To Perform The Work. No Bid May Be Withdrawn For A Period Of 45 Days After Receipt Of Bids. The Time Of Completion Of This Project Is Prime Importance. The Bidder Agrees To Commence Work Under This Contract Not Later Than The Date Indicated In The Owner’s Written Notice To Proceed. All Of The Work Required Shall Be Completed Within 450 Calendar Days From The Notice To Proceed. Should The Contractor Neglect, Refuse Or Fail To Complete The Work Or Obtain Approval From The State Fire Marshal’s Office For Occupancy On The Amount Of Calendar Days Indicated Above, The Owner Shall Have The Right To Deduct From And Retain Out Of Such Moneys Which May Be Due Or Which May Become Due And Payable To The Contractor, As Indicated In Article 9 Of The Instructions To Bidders For Each And Every Day That Such Completion Of The Work Is Delayed Beyond The Prescribed Date / Calendar Days, As Liquidated Damages And Not As A Penalty. If The Amount Due And To Become Due From The Owner To The Contractor Is Insufficient To Pay In Full Any Such Liquidated Damages, The Contractor Shall Pay The Owner The Amount Necessary To Affect Such Payment In Full. Provided, However, That The Owner Shall Promptly Notify The Contractor In Writing Of The Manner In Which The Amount Retained, Deducted, Or Claimed As Liquidated Damages Was Computed. It Is Hereby Further Stipulated That The Professional Of Record Receives Hourly Compensation As Indicated In The Owner/architect Agreement For Continued Contract Administration For The Project. This Hourly Compensation Shall Be Deducted From Monies Which May Become Due And Payable To The Contractor. Bids Must Be Submitted On The Louisiana Uniform Public Works Bid Form Furnished With The Bidding Documents. Bid Sheets Will Be Issued Only To Contractors And/or Subcontractors Licensed In Accordance With The Provisions Of R.s. 37:2150 Through 2173 Of The Louisiana Legislature. Contractors Desiring To Bid Shall Submit Their Louisiana Contractor’s License Number As Evidence That They Hold A License For Building Construction That Is In Full Force And Effect. Bidder Shall Certify That He Meets All Licensing Requirements Of Louisiana And Is Duly And Currently Licensed Under La. R.s. 37:2150-2164. A Mandatory Pre-bid Conference Will Be Held On Thursday, January 30, 2025, At 10:00 Am At The Lafourche Parish Government Office Located At 402 Green Street, Thibodaux, La. At The Mandatory Pre-bid The Design Professional Shall Pass Around A Sign-in Sheet Prior To Beginning The Formal Meeting. The Sign-in Sheet Shall Have An Area To Fill In The Signature Of The Person Representing A Contractor, The Company Being Represented, The Louisiana License Number Of The Contractor, Phone And Fax Number Of The Contractor, And An Email Address Of The Contractor. The Architect Prefers That All Of The Five Above Items Be Filled Out At The Pre-bid. (the Information Required May Be Emailed To Our Office Before Or 24 Hrs. After The Mandatory Pre-bid At Dino@ghcarchitects.com. Emailing This Information To Our Office Shall Not Relieve The Contractor Of The Requirement To Be Represented At The Mandatory Pre-bid Conference.) The Sign-in Sheet Shall Be Collected By The Design Professional Prior To The Completion Of The Meeting. Contractors Shall Not Be Allowed To Sign The Sign-in Sheet After It Is Collected By The Design Professional. Contractors Shall Also Be Required To Sign The Sign-out Sheet After The Entire Pre-bid Conference Is Complete. (all Contractors Shall Sign The Sign-in Sheet And The Sign-out Sheet In Order To Bid This Project.) Note: Bids Shall Be Accepted Only From Contractors That Attended The Entire Pre-bid Conference. All Questions From Bidders Shall Be Submitted By Email To Dino@ghcarchitects.com. All Questions Sent By Email Shall Have The Project Name In The Subject Area Of The Email. The Last Day To Submit Questions From The Mandatory Pre-bid Conference On This Project Is Tuesday, February 4, 2025, At 5:00 Pm. The Response To Questions Shall Be Thursday, February 6, 2025. All Drawings, Specifications And Other Contract Documents For The Project Are On File And Open For Review At The Office Of Gossen-holloway-cortez, 315 East Second Street, Thibodaux, Louisiana. Lafourche Parish Government Archie Chaisson, Parish President Advertisement Dates: First Advertisement – Thursday, January 9, 2025 Second Advertisement – Thursday, January 16, 2025 Third Advertisement – Thursday, January 23, 2025
Closing Date13 Feb 2025
Tender AmountRefer Documents
Lafayette County Tender
Civil And Construction...+1Water Storage And Supply
United States
Details: Advertisement For Bids Separate Sealed Bids For Harmontown Water Association, Inc. Contract “c” 500 Gpm Water Treatment Plant , Rwaig Agreement No. Arwai-g-360007, Lafayette County, Mississippi Will Be Received By The Harmontown Water Association, Inc. At The Elliott & Britt Engineering, P.a. Conference Room Located At 823 North Lamar Blvd., Oxford, Ms 38655 Until 10:00 A.m. Local Time, Monday, February 10, 2025 At Which Time And Place All Bids Will Be Publicly Opened And Read Aloud. Each Bid Must Be Submitted In A Sealed Envelope Addressed To The Harmontown Water Association. Each Sealed Envelope Containing A Bid Must Be Plainly Marked On The Outside As “bid For Harmontown Water Association, Inc. Contract “c” 500 Gpm Water Treatment Plant, Rwaig Agreement No. Arwai-g-360007” Any Bid For A Sum In Excess Of $50,000.00 Shall Contain On The Outside Or Exterior Of The Envelope Of Such Bid The Contractor’s Current Certificate Of Responsibility Number, And No Bid Shall Be Opened Or Considered Unless Such Contractor’s Current Certificate Number Appears On The Outside Or Exterior Of The Envelope Or Unless There Appears A Statement On The Outside Or Exterior Of Such Envelope To The Effect That The Bid Enclosed Does Not Exceed $50,000.00. The Work Is As Follows: Furnishing All Labor, Tools, Equipment, And Materials, And Performing All Operations Necessary For Construction Of A New Corrosion Control Water Treatment Plant And Distribution System Piping. Contract Time Is 300 Calendar Days From Notice To Proceed Date. Contract Documents, Including Drawings And Specifications, Are On File At The Office Of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 And May Be Reviewed. Contract Documents, Including Drawings And Specifications Are Also Available For Review At The Mississippi Procurement Technical Assistance Program (mptap), Mississippi Development Authority, Minority & Small Business Development, Woolfolk Building, 501 North West Street, Suite B 01, Jackson, Ms 39201. A Copy Of Contract Documents Including Drawings And Specification Are On File With The Harmontown Water Association, 1 Cr 539, Como, Ms 38618 And May Be Reviewed There Upon Request. Copies Of The Contract Documents May Be Obtained By Depositing $105.00 With Elliott & Britt Engineering, P.o. Box 308, Oxford, Mississippi 38655, Telephone (662) 234-1763 For Each Set Of Documents So Obtained. This Deposit Is Nonrefundable. Official Bid Documents Can Be Downloaded At Www.centralbidding.com. Electronic Bids May Be Submitted Only Through Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. A Certified Check Or Bank Draft, Payable To The Order Of The Harmontown Water Association, Inc., Negotiable U.s. Government Bonds (at Par Value), Or A Satisfactory Bid Bond Executed By The Bidder And An Accepted Surety, In An Amount Equal To Five Percent (5%) Of The Total Of The Bid Shall Be Submitted With Each Bid. Attention Is Called To The Fact That Not Less Than The Minimum Salaries And Wages Set Forth In The Contract Documents Must Be Paid On This Project, And That The Contractor Must Ensure That Employees And Applicants For Employment Are Not Discriminated Against Because Of Their Race, Color, Religion, Sex Or Natural Origin. This Project Is Financed By An Arpa Rural Water Associations Infrastructure (rwaig) Grant And Is Subject To The Rules And Regulations Thereof. Minority And Woman Owned Business Enterprises Are Solicited To Bid On This Contract As Prime Contractors And Are Encouraged To Make Inquiries Regarding Potential Subcontracting Opportunities, Equipment, Material And/or Supply Needs. The Harmontown Water Association, Inc. Is An Equal Opportunity Employer, And Hereby Notifies All Bidders That They Will Be Afforded The Full Opportunity To Submit Bids In Response To This Invitation And Will Not Be Discriminated Against On The Grounds Of Race, Color, Religion, Sex, National Origin, Age, Disability, Sexual Preference, Marital Or Veteran Status, Or Any Other Legally Protected Status In Consideration For An Award. The Successful Bidder Must Comply With The Davis-bacon Act Which Requires That All Laborers And Mechanics Shall Be Paid At Rates Not Less Than Those Determined By The Department Of Labor To Be Prevailing For The Locality In Which The Project Is Located. The Harmontown Water Association, Inc. Reserves The Right To Reject Any Or All Bids Or To Waive Any Informalities In The Bidding. Bids May Be Held By The Harmontown Water Association, Inc. For A Period Not To Exceed 90 Days From The Date Of The Opening Of Bids For The Purpose Of Reviewing The Bids And Investigating The Qualifications Of Bidders, Prior To Awarding Of The Contract. Based On The Assistance Listing: Coronavirus State And Local Fiscal Recovery Funds And Part 2 Of The Us Treasury State And Local Fiscal Recovery Funds Compliance And Reporting Guidance (v3.0 February 2022) (compliance Guide), The Following Uniform Guidance Provisions Will Be Required In All Contracts: Subpart A, Acronyms And Definitions Subpart B, General Provisions Subpart C, Pre-federal Award Requirements And Contents Of Federal Awards (except 2 Cfr 200.204, .205, .210, And .213) Subpart D, Post Federal; Award Requirements (except 2 Cfr 200.305(b)(8) & (9), .308, .309, And .320(c)(4)) Subpart E, Cost Principles Subpart F, Audit Requirements 2 Cfr Part 25 (universal Identifier & System For Award Management) 2 Cfr Part 170 (reporting Subaward And Executive Compensation Information) 2 Cfr Part 180 (omb Guidelines To Agencies On Governmentwide Debarment And Suspension (non-procurement) 2 Cfr 200 Appendix Ii /s/ Lawrence Trine, President Dates Of Advertisement Harmontown Water Association, Inc. Wednesday January 8, 2025 Wednesday, January 15, 2025
Closing Date10 Feb 2025
Tender AmountRefer Documents
Lafayette County Tender
Civil And Construction...+1Water Storage And Supply
United States
Details: Advertisement For Bids Separate Sealed Bids For Harmontown Water Association, Inc. Contract “b”, 20,000 Gallon Ground Storage Tank, Rwaig Agreement No. Arwai-g-360007, Lafayette County, Mississippi Will Be Received By The Harmontown Water Association, Inc. At The Elliott & Britt Engineering, P.a. Conference Room Located At 823 North Lamar Blvd., Oxford, Ms 38655 Until 10:00 A.m. Local Time, Monday, February 10, 2025 At Which Time And Place All Bids Will Be Publicly Opened And Read Aloud. Each Bid Must Be Submitted In A Sealed Envelope Addressed To The Harmontown Water Association. Each Sealed Envelope Containing A Bid Must Be Plainly Marked On The Outside As “bid For Harmontown Water Association, Inc. Contract “b”, 20,000 Gallon Ground Storage Tank, Rwaig Agreement No. Arwai-g-360007” Any Bid For A Sum In Excess Of $50,000.00 Shall Contain On The Outside Or Exterior Of The Envelope Of Such Bid The Contractor’s Current Certificate Of Responsibility Number, And No Bid Shall Be Opened Or Considered Unless Such Contractor’s Current Certificate Number Appears On The Outside Or Exterior Of The Envelope Or Unless There Appears A Statement On The Outside Or Exterior Of Such Envelope To The Effect That The Bid Enclosed Does Not Exceed $50,000.00. The Work Is As Follows: Furnish And Erect A Glass?coated, Bolted?steel Water Storage Tank, Including Foundation, Tank Structure And Tank Appurtenances As Shown On The Contract Drawings And Described Herein. Contract Time Is 280 Calendar Days From Notice To Proceed Date. Contract Documents, Including Drawings And Specifications, Are On File At The Office Of Elliott & Britt Engineering, 823 North Lamar Boulevard, Oxford, Mississippi 38655 And May Be Reviewed. Contract Documents, Including Drawings And Specifications Are Also Available For Review At The Mississippi Procurement Technical Assistance Program (mptap), Mississippi Development Authority, Minority & Small Business Development, Woolfolk Building, 501 North West Street, Suite B 01, Jackson, Ms 39201. A Copy Of Contract Documents Including Drawings And Specification Are On File With The Harmontown Water Association, 1 Cr 539, Como, Ms 38618 And May Be Reviewed There Upon Request. Copies Of The Contract Documents May Be Obtained By Depositing $105.00 With Elliott & Britt Engineering, P.o. Box 308, Oxford, Mississippi 38655, Telephone (662) 234-1763 For Each Set Of Documents So Obtained. This Deposit Is Nonrefundable. Official Bid Documents Can Be Downloaded At Www.centralbidding.com. Electronic Bids May Be Submitted Only Through Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. A Certified Check Or Bank Draft, Payable To The Order Of The Harmontown Water Association, Inc., Negotiable U.s. Government Bonds (at Par Value), Or A Satisfactory Bid Bond Executed By The Bidder And An Accepted Surety, In An Amount Equal To Five Percent (5%) Of The Total Of The Bid Shall Be Submitted With Each Bid. Attention Is Called To The Fact That Not Less Than The Minimum Salaries And Wages Set Forth In The Contract Documents Must Be Paid On This Project, And That The Contractor Must Ensure That Employees And Applicants For Employment Are Not Discriminated Against Because Of Their Race, Color, Religion, Sex Or Natural Origin. This Project Is Financed By An Arpa Rural Water Associations Infrastructure (rwaig) Grant And Is Subject To The Rules And Regulations Thereof. Minority And Woman Owned Business Enterprises Are Solicited To Bid On This Contract As Prime Contractors And Are Encouraged To Make Inquiries Regarding Potential Subcontracting Opportunities, Equipment, Material And/or Supply Needs. The Harmontown Water Association, Inc. Is An Equal Opportunity Employer, And Hereby Notifies All Bidders That They Will Be Afforded The Full Opportunity To Submit Bids In Response To This Invitation And Will Not Be Discriminated Against On The Grounds Of Race, Color, Religion, Sex, National Origin, Age, Disability, Sexual Preference, Marital Or Veteran Status, Or Any Other Legally Protected Status In Consideration For An Award. The Successful Bidder Must Comply With The Davis-bacon Act Which Requires That All Laborers And Mechanics Shall Be Paid At Rates Not Less Than Those Determined By The Department Of Labor To Be Prevailing For The Locality In Which The Project Is Located. The Harmontown Water Association, Inc. Reserves The Right To Reject Any Or All Bids Or To Waive Any Informalities In The Bidding. Bids May Be Held By The Harmontown Water Association, Inc. For A Period Not To Exceed 90 Days From The Date Of The Opening Of Bids For The Purpose Of Reviewing The Bids And Investigating The Qualifications Of Bidders, Prior To Awarding Of The Contract. Based On The Assistance Listing: Coronavirus State And Local Fiscal Recovery Funds And Part 2 Of The Us Treasury State And Local Fiscal Recovery Funds Compliance And Reporting Guidance (v3.0 February 2022) (compliance Guide), The Following Uniform Guidance Provisions Will Be Required In All Contracts:subpart A, Acronyms And Definitions Subpart B, General Provisions Subpart C, Pre-federal Award Requirements And Contents Of Federal Awards (except 2 Cfr 200.204, .205, .210, And .213) Subpart D, Post Federal; Award Requirements (except 2 Cfr 200.305(b)(8) & (9), .308, .309, And .320(c)(4)) Subpart E, Cost Principles Subpart F, Audit Requirements 2 Cfr Part 25 (universal Identifier & System For Award Management) 2 Cfr Part 170 (reporting Subaward And Executive Compensation Information) 2 Cfr Part 180 (omb Guidelines To Agencies On Governmentwide Debarment And Suspension (non-procurement) 2 Cfr 200 Appendix Ii /s/ Lawrence Trine, President Dates Of Advertisement Harmontown Water Association, Inc. Wednesday January 8, 2025 Wednesday, January 15, 2025
Closing Date10 Feb 2025
Tender AmountRefer Documents
2361-2370 of 2673 archived Tenders