Electrical Tenders
Electrical Tenders
Company Of Agrarian Transformation S A , S M E , M P , TRAGSA Tender
Others
Spain
Description: Low Voltage Electrical Installation at the Construction Site Project for the Construction of a Facilities Warehouse for the Selective Collection Service of Domestic Waste Linked to the CTR De Los Huertos (Segovia) To be Awarded by the Simplified Open Procedure.
Closing Date26 Mar 2025
Tender AmountEUR 71.7 K (USD 77.3 K)
National Irrigation Administration Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zambasulta Rso Projects (cluster 4) The National Irrigation Administration – Regional Office Ix Bac, Through The Cy 2025 National Expenditure Program (nep) For General Appropriation Act (gaa) 2025 Fund, Invites Contractors To Submit Bids For The Following Contract: Contract Reference No. : Niar9-egpipcluster42025-067 (infra) Project Name : Zambasulta Rso Projects Contract Location : Zamboanga City, Basilan, Sulu, Tawi-tawi Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zambasulta Rso Projects (cluster 4) Approved Budget For The Contract (abc) : Php 165,159,873.81 Contract Duration : 220 Calendar Days Amount Of Bidding Documents : Php 50,000.00 The Nia – Ro9 Bac Is Conducting A Public Bidding For This Contract In Accordance With Republic Act 9184, Otherwise Known As The “government Procurement Reform Act” And Its Revised Implementing Rules And Regulations (rirr). To Be Eligible To Bid For The Above-stated Contract, A Contractor Must Meet The Following Major Requirements: (a) Filipino Citizen Or 60% Filipino-owned Partnership/corporation; (b) Completion Of A Similar Contract Costing At Least 50% Of The Abc, And (c) Net Financial Contracting Capacity (nfcc) At Least Equal To Abc. Interested Bidders Are Required To Submit Two (2) Valid Ids Of The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc. Updated Company Profile Shall Also Be Submitted And Presented To The Nia-r9 Bac Secretariat Upon Purchased Of The Bidding Documents. Credit Line Commitment Shall No Longer Be Accepted As An Alternative To The Prospective Bidder’s Computation Of Nfcc Per Gppb Resolution No. 20-2013 Dated July 30, 2013. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion In The Eligibility Check, Preliminary Evaluation Of Bids, Post Qualification, And Award. The Significant Times And Deadlines Of Procurement Activities Are Shown Below: Issuance Of Bidding Documents : March 5 – 24, 2025 At 8:30 Am Pre-bid Conference : March 12, 2025 At 1:00 Pm Submission Of Bids : March 24, 2025 At 8:30 Am Opening Of Bids : March 24, 2025 At 9:00 Am Interested Bidders May Obtain Further Information From Nia – Ro9 Bac And Inspect The Bidding Documents At The Address Given Below Starting March 5 – 24, 2025. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents Prescribed In The Above-mentioned List Of Projects. It May Also Be Downloaded Free Of Charge 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 Than The Submission Of Their Bids. Only The Authorized Managing Officer/authorized Liaison Officer Indicated In The Submitted Company Profile/crc Shall Be Authorized To Purchase And Submit Bidding Documents. The Use Of Special Power Of Attorney (spa) Is Prohibited As Per Nia Memorandum Circular No.52 Series 2014 Dated December 1, 2014. The Nia – Ro9 Bac Will Hold A Pre-bid Conference On 12 March 2025 At 1:00 Pm At Conference Room, National Irrigation Administration – Regional Office Ix, Regional Center, Balintawak, Pagadian City, Which Shall Be Open To All Interested Parties. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address As Indicated Below On Or Before 24 March 2025 At 08:30 Am. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Clause 18.1. Bids Will Be Opened In The Presence Of The Bidder’s Authorized Managing Officer Or Authorized Liaison Officer Of Interested Parties At The Address Below. The Nia – Ro9 Bac Additional Guidelines Is The Conduct Of Site Inspection To Be Scheduled During Pre-bid Conference. • The Certificate Of Site Inspection Shall Be Issued And Signed By The Nia R9 Authorized Representative After The Activity, Which Shall Be Required To Include In The Bid Tender (technical Component). Prospective Bidders Shall Submit Their Sealed Envelopes Together With The Duly Accomplished Forms As Provided In The Bd’s On Or Before The Deadline Of Dropping Of The Bid Documents At The Nia – Ro9 Bac By The Authorized Managing Officer (amo) Or Authorized Liaison Officer Indicated In The Submitted Company Profile/crc Of The Parties. The Liaison Officer Shall Submit A Letter From The Amo Authorizing Her/him To Drop Their Bid, Attend The Bidding Process And Also Submit A Copy Of Company I.d. For Verification. No Special Power Of Attorney (spa) Shall Be Allowed. The Procuring Entity Shall Not Be Held Responsible Of Any And All Bid Documents/proposals Losses. All Interested Contractors/bidders Must Inform The Bac Chairperson Thru Its Secretariat Of Their Documents Submitted In Any Means Provided Above Before The Date Of The Bid Opening To Avoid Late Submission. The Nia – Ro9 Bac 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, In Accordance With The Provisions Of Section 41 Of Ra 9184 And Its Irr. Pursuant To Nia Memorandum Circular No. 119 S. 2020, Subject: Policy On Utilization Of Videoconferencing, Webcasting Or Similar Technology In The Conduct Of Public Procurement Activities, Procurement Proceedings For The Above Mention Contracts Will Be Held Through Face-to-face Meeting In Combination With Video Conferencing Using Google Meet Thru The Links: Pre-bidding Conference : Https://meet.google.com/ssm-jysj-jdr Opening Of Bids : Https://meet.google.com/zoj-expr-urj 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Work, Which Shall Be: Completed For The Past Five (5) Years. • Well Drilling, Supply/installation Of Pump Irrigation Projects With Mechanical, Irrigation & Flood Control And Electrical Works To Be Eligible To Bid For The Contract, Bidders Must Have Done A Single Largest Completed Contract (slcc) Containing A Category Of Work Which Is The Same As Or Similar To The Major Category Of Works, And Who’s Total Slcc Cost Is At Least 50% Of The Approved Budget For The Contract (abc) To Be Bid. The Above Slcc Must Be Supported By A Copy Of The Contract, Certificate Of Completion, And Owner’s Certificate Of Final Acceptance (1-year After The Issuance Of The Certificate Of Completion) Issued By The Project Owner Other Than The Contractor Or A Final Rating Of At Least Satisfactory In The Constructors Performance Evaluation System (cpes). In Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. 10.3 A Valid Pcab License Is Required, And In Case Of Joint Ventures, A Valid Special Pcab License, And Registration For The Type And Cost Of The Contract For This Project. Interested Bidders Shall Have At Least Or Any Equivalent To Pcab Category: “b” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium A” – Irrigation And Flood Control. Additional Valid Certificate Of Well Driller Registration Issued By The National Water Resources Board (nwrb) Will Be Evaluated. 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Key Personnel Relevant Experience General Experience Number Project Engineer 3 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 3 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 11 Safety & Health Officer (so2) 3 Years Shall Have At Least 3 Years’ Experience In Construction Industry. Completed Cosh Training And Shall Render Fulltime Service To The Project Until Completion. 3 Years 11 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 3 Geodetic Engineer 3 Years A Licensed Geodetic Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 Electrical Engineer 3 Years A Licensed Electrical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 11 The Contractor May Assign Other Support Personnel From Those Listed For The Optimal Performance Of The Project Construction Team. The Support Personnel Shall Undertake The Required Day-to-day Site Or Office-related Activities Of The Contractor. Full Time Services Mean, The Personnel Involved Shall Render Minimum Of Eight (8) Hours A Day Or Forty (40) Hour A Week And Shall Be Available Upon Request Of The Procuring Entity. 10.5 The Minimum Major Equipment Requirements Are The Following: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 11 Compressor 50 Hp 11 Generator Set 15kva 11 Water Pump (for Pump Testing) 15hp 11 Dump Truck 10 Cu.m. 11 Dump Truck 4 Cu.m. 11 Welding Machine 300a 11 Concrete Mixer 1-bagger 11 Concrete Vibrator 5hp 11 Butt Fusion Machine Up To 8” Diameter 11 Service Vehicle 4x4 Pick-up 6 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 3 Survey Instrument 6 Sets Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 11 Dump Truck 10 Cu.m. 11 Dump Truck 4 Cu.m. 11 Service Vehicle 4x4 Pick-up 6 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 3 Survey Instrument 6 Sets The Proof Of Ownership Of Equipment Requirements Are Copies Of Current Lto Official Receipt (or) And Certificate Of Registration (cr) Of The Equipment Which Should Be Attached Together With The Affidavit Of Ownership. In Case Of Leased Equipment, A Lease Contract And Affidavit Of Commitment Or Certificate Of Availability Of Equipment Should Be Submitted With The Lessor/owner As The Pledger Of The Equipment, Stating Therein That The Equipment Will Be Available For The Whole Duration Of The Project. For Purchase Agreement, The Description Of The Equipment To Be Purchased Such As Brand/model, Type Of Equipment, Motor No., Body No. And The Capacity Must Be Indicated In The Document, Otherwise, The Bac Will Not Honor The Purchase Agreement And The Bidder Will Be Declared As Non-complying. Likewise, List Of Contractor’s Major Equipment Units Pledged To Be Used For The Project Must Be Supported By Proof Of Ownership If It Is Owned, Lease Agreement If It Is Being Leased And Purchase Agreement If To Be Purchased. A Certification Of Availability Of Equipment For The Duration Of The Project Must Also Be Provided By The Equipment Owner And/or Lessor/vendor. The Bidder Should Also Specify In The Submitted Bid The Location Of The Equipment Where It Can Be Inspected. If Any Piece Of Equipment Is Not In The Specified Location, Then The Bidder Shall Be Post-disqualified.
Closing Date24 Mar 2025
Tender AmountPHP 165.1 Million (USD 2.8 Million)
Department Of Agriculture Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description 2 Unit Split Type Airconditioning Unit (3.0 Hp) Inverter Wall Mounted Specifications: Capacity: 3.0hp Power Consumption: 2140w Power Supply : 1 Ph/220v/60hz Indoor Dimension (hxwxd): 300x1100x240 Mm Outdoor Dimension (hxwxd): 595x845x300mm R32 Refrigerant Liquid Pipe: 6.4 Mm Dia Gas Pipe: 12.7mm Dia Max Piping Length: 30m Auto Voltage Guard Anti Corrosive With Installation 0 To 20ft Copper Tubing And With Electrical Power Supply And Circuit Breaker 1 Year Warranty For Parts & Labor 5 Years Warranty For Compressor Province Quantity Drop Off Points Pangasinan 1 Prec, Sta. Barbara, Pangasinan La Union 1 Da Rfo 1, San Fernando, La Union
Closing Soon10 Mar 2025
Tender AmountPHP 240 K (USD 4.1 K)
National Power Corporation Tender
Electrical Goods and Equipments...+2Electrical Generators And Transformers, Electrical and Electronics
Philippines
Description: Supply And Delivery Of Electrical Spare Parts For 163 & 260kw Perkins Generating Sets Of Mqnlod (pb2) , General Merchandise ,national Power Corporation - Spug Luzon
Closing Date26 Mar 2025
Tender AmountPHP 871.4 K (USD 15.1 K)
City Of Las Pi as Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Description: Supply Of Various Electrical Materials For Streetlights Maintenance Use Along Friendship Routes, Various Locations, Las Pinas City , Hardware And Construction Supplies ,city Of Las Piñas
Closing Soon10 Mar 2025
Tender AmountPHP 663.8 K (USD 11.5 K)
Sri Lanka Army Directorate Of Electrical And Mechanical Engineering Tender
Goods
Automobiles and Auto Parts
Sri Lanka
Purchaser Name: Sri Lanka Army Directorate Of Electrical And Mechanical Engineering | Purchase Of Spare Parts For Nissan Urvan E26 Ambulance - Uha 22645 (eng No: Yd25360084a/chassis No: Jnilc4e26z0000142)
Closing Soon14 Mar 2025
Tender AmountRefer Documents
Imec EU Pilot Line NV Tender
Laboratory Equipment and Services...+2Electrical Goods and Equipments, Electrical and Electronics
Belgium
Description: Belgium – Laboratory, Optical And Precision Equipments (excl. Glasses) – Electrical Measuring Equipment For Parametric Testing
Closing Soon17 Mar 2025
Tender AmountRefer Documents
Waterschap Noorderzijlvest Tender
Services
Civil And Construction...+3Others, Electrical and Electronics, Water Storage And Supply
Netherlands
Description: Netherlands – Mechanical And Electrical Engineering Services – Elektrotechnische Werkzaamheden
Closing Date22 Apr 2025
Tender AmountEUR 10 Million (USD 10.7 Million)
BARANGAY TAKIPAN, MANGATAREM, PANGASINAN Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Description: Electrical Supplies For Brgy. Streetlights , Electrical Systems And Lighting Components ,barangay Takipan, Mangatarem, Pangasinan
Closing Soon13 Mar 2025
Tender AmountPHP 60 K (USD 1 K)
2331-2340 of 10000 active Tenders