Electrical Tenders
Electrical Tenders
City Of Lamitan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Republic Of The Philippines Bangsamoro Autonomous Region In Muslim Mindanao (barmm) Province Of Basilan City Government Of Lamitan Invitation To Bid Procurement Of Construction Materials For The Agro-forestry Program, Preservation And Protection Of Watershed/upland Reforestation (cenro Bunkhouse) At Brgy. Bohesapa, Lamitan City. The City Government Of Lamitan, Through The Office Of The City Mayor Under 20% Development Fund 2025 Intends To Apply The Sum Of Philippine Peso: Eight Hundred Thirteen Thousand Six Hundred Fifty-five Pesos. (php813,655.00) Being The Abc To Payments Under The Contract For The Procurement Of Construction Materials For The Agro-forestry Program, Preservation And Protection Of Watershed/upland Reforestation (cenro Bunkhouse) At Brgy. Bohesapa, Lamitan City. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The City Government Of Lamitan Through The Office Of The City Mayor Under 20% Development Fund 2025 Intends To Apply The Following Abc Per Item To Payments Under The Contract Or Each Item, To Wit: Item No. Quantity Unit Of Issue Item Description Estimated Unit Cost Estimated Cost 1 560 Pcs 4'' X 8'' X 16'' Chb ₱30.00 Php16,800.00 2 150 Bags Portland Cement ₱360.00 Php54,000.00 3 10 Cu.m. River Sand ₱2,200.00 Php22,000.00 4 17 Cu.m. 3/4'' Ø Gravel ₱2,200.00 Php37,400.00 5 130 Pcs 10 Mm Ø Deformed Bars ₱240.00 Php31,200.00 6 75 Pcs 16 Mm Ø Deformed Bars ₱650.00 Php48,750.00 7 15 Kls Tie Wire ₱120.00 Php1,800.00 8 8 Pcs 0.60m X 1.20m Jalousie Window Set ₱7,500.00 Php60,000.00 9 75 Pcs 0.40mx0.40m White Ceramic Tiles Unglazed ₱750.00 Php56,250.00 10 4 Pcs 0.20 M X 0.20 M Precast ₱350.00 Php1,400.00 11 2000 Bdft Scaffolding (coco Lumber) ₱28.00 Php56,000.00 12 70 Bdft 1''x8''x12' Fascia Board ₱45.00 Php3,150.00 13 720 Bdft 2''x2''x12' Good Lumber ₱45.00 Php32,400.00 14 150 Bdft 2''x3''x12' Good Lumber ₱45.00 Php6,750.00 15 440 Bdft 2''x4''x10' Good Lumber ₱45.00 Php19,800.00 16 70 Bdft 4''x4''x12' Good Lumber ₱45.00 Php3,150.00 17 10 Bdft 1/4''x4'x8' Thick Marine Plywood ₱1,350.00 Php13,500.00 18 25 Pcs 1/2''x4'x8' Thick Marine Plywood ₱2,300.00 Php57,500.00 19 2 Pcs 0.9 M X 2.1 M Door With Jamb ₱8,000.00 Php16,000.00 20 2 Pcs Door Knob ₱1,250.00 Php2,500.00 21 7 Pcs Assorted C.w. Nail ₱2,500.00 Php17,500.00 22 1 Cases 3'' Umbrela Nail ₱2,500.00 Php2,500.00 23 6 Cases 2''x2'' Hinge ₱250.00 Php1,500.00 24 2 Pairs 3'' Hasp Lock ₱650.00 Php1,300.00 25 2 Pcs Padlock ₱350.00 Php700.00 26 10 Pcs Ga. #26 X 10' Corrugated G.i. Sheet ₱450.00 Php4,500.00 27 12 Pcs Ga. #26 X 12' Corrugated G.i. Sheet ₱650.00 Php7,800.00 28 8 Pcs Ga. #26 Plain Sheet ₱450.00 Php3,600.00 29 20 Gals Gloss White Latex ₱1,450.00 Php29,000.00 30 20 Gals Flatwall Latex ₱1,250.00 Php25,000.00 31 6 Gals Chocolate Brown Latex Paint ₱1,100.00 Php6,600.00 32 4 Gals Lemon Yellow Latex Paint ₱1,100.00 Php4,400.00 33 5 Gals International Red Latex Paint ₱1,100.00 Php5,500.00 34 5 Qrts Ttc Rawsienna Acrylic ₱650.00 Php3,250.00 35 10 Sets 6'' Roller Brush With Plate ₱325.00 Php3,250.00 36 8 Gals Red Oxide ₱650.00 Php5,200.00 37 1 Gal Vulcaseal ₱1,500.00 Php1,500.00 38 10 Pcs 2'' Paint Brush ₱65.00 Php650.00 39 10 Pcs 4'' Paint Brush ₱65.00 Php650.00 40 20 Kls Patching Compound ₱120.00 Php2,400.00 41 20 Pcs #100 Sand Paper ₱35.00 Php700.00 42 20 Pcs #80 Sand Paper ₱35.00 Php700.00 43 1 Box 3.5 Mm² Thhn/thwn Stranded Copper Wire ₱6,500.00 Php6,500.00 44 20 Lnm 8.0 Mm² Thhn/thwn Stranded Copper Wire ₱150.00 Php3,000.00 45 3 Sets 18 W T8 Led Ecolum ₱320.00 Php960.00 46 1 Pc 11 W Cfl Led Bulb ₱280.00 Php280.00 47 3 Sets One-gang Switch ₱280.00 Php840.00 48 3 Sets Two-gang Switch ₱320.00 Php960.00 49 1 Set 40 Amp Ksb Koten Safety Breaker ₱350.00 Php350.00 50 1 Pc Ceiling Socket ₱250.00 Php250.00 51 50 M 1/2'' Ø Orange Flexible Hose ₱550.00 Php27,500.00 52 7 Pcs 2'' X 4'' Pvc Orange Utility Box ₱75.00 Php525.00 53 7 Pcs 4'' X 4'' Pvc Orange Utility Box ₱75.00 Php525.00 54 1 Pc 1/2'' Ø Service Entrance Cap ₱200.00 Php200.00 55 5 Pcs Electrical Tape Big (armak) ₱150.00 Php750.00 56 1 Pc 4 Cu.m. Water Tank ₱50,000.00 Php50,000.00 57 1 Unit 0.70 X 2.10 Pvc Door With Frame And Door Knob ₱6,500.00 Php6,500.00 58 1 Pc Lavatory Faucet ₱3,500.00 Php3,500.00 59 2 Pcs 1/2'' Ø Stainless Faucet ₱85.00 Php170.00 60 1 Pc Water Closet ₱14,500.00 Php14,500.00 61 6 Pcs 1/2'' Ø Ppr Coupling ₱240.00 Php1,440.00 62 6 Pcs 1/2'' Ø Ppr Female Adaptor ₱240.00 Php1,440.00 63 6 Pcs 1/2'' Ø Ppr Male Adaptor ₱120.00 Php720.00 64 6 Pcs 1/2'' Ø Ppr Elbow ₱120.00 Php720.00 65 8 Pcs 1/2'' Ø X 6.0 M Ppr Pipe ₱320.00 Php2,560.00 66 3 Pcs 1/2'' Ø Tapeflon ₱2,200.00 Php6,600.00 67 5 Pcs 2'' Ø X 10' Pvc Pipe ₱175.00 Php875.00 68 5 Pcs 2'' Ø Pvc Elbow ₱120.00 Php600.00 69 5 Pcs 4'' Ø X 10' Pvc Pipe ₱480.00 Php2,400.00 70 5 Pcs 4'' Ø Pvc Elbow ₱120.00 Php600.00 71 10 Pcs 4'' Ø Pvc Coupling ₱120.00 Php1,200.00 72 3 Pcs 4'' Ø X 4'' Ø Pvc Wye-elbow ₱160.00 Php480.00 73 3 Pcs 4'' Ø X 2'' Ø Pvc Wye-elbow ₱120.00 Php360.00 74 5 Pcs 4'' Ø X 4'' Ø Pvc T-elbow ₱160.00 Php800.00 75 5 Pcs 4'' Ø X 2'' Ø Pvc T-elbow ₱120.00 Php600.00 76 20 Qrts Solvent Cement ₱320.00 Php6,400.00 Total Php813,655.00 Bids Received In Excess Of The Abc For Each Item Shall Be Automatically Rejected At Bid Opening. 1. The City Government Of Lamitan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Sixty (60) Calendar Days Upon Receipt Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 2. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. A. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 3. Prospective Bidders May Obtain Further Information From City Government Of Lamitan Bids And Awards Committee Office, 3rd Floor, Main Building City Hall Complex, Rizal Avenue, Brgy. Maganda, Lamitan City And Inspect The Requisite Bidding Documents At The Address Given Above During Mondays – Fridays (8:00 Am – 5:00 Pm). 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 5-20, 2025 Until 10:00 Am From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (php1,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 5. The City Government Of Lamitan Will Not Hold A Pre-bid Conference. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before 10:00 Am On March 20, 2025.late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 8. Bid Opening Shall Be On March 20, 2025 10:00 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The City Government Of Lamitan 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 Sections35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: Mr. Omar S. Alfaro Bac Head Secretariat, Bids And Awards Committee Bac Conference Room, 3rd Floor, Main Building, City Hall Complex, Rizal Ave., Brgy. Maganda, Lamitan City, Basilan 09758223958/lamitanbac.22@gmail.com March 05, 2025 Forester Allan R. Tura Chairperson, Bids And Awards Commitee
Closing Date20 Mar 2025
Tender AmountPHP 813.6 K (USD 14.1 K)
DEPT OF THE ARMY USA Tender
Machinery and Tools
United States
Details: Submersible Baldor-brand Motors, Part #: Sum70506, 8 Ea.
u.s. Army Corps Of Engineers, Portland District
issued: March 4, 2025
responses Due: March 18, 2025, At 2:00 Pm Pdt
this Is A Sources Sought Announcement Only. This Notice Does Not Constitute A Commitment By The Government. All Information Submitted In Response To This Announcement Is Voluntary, And The Government Will Not Pay For Information Requested Nor Will It Compensate Any Respondent For Any Cost Incurred In Developing Information Provided To The Government.
the Proposed Naics Code For This Procurement Is 423830 - Industrial Machinery And Equipment Merchant Wholesalers
the Size Standard: 750 Employees
federal Service Code: 6105 - Motors, Electrical
location Of Project: John Day Lock And Dam, Rufus, Or
us Army Corps Of Engineers, Portland District Intends To Award A Contract Or Task Order For The Purchase Of 8 Ea. Submersible Baldor-brand Motors, Part #: Sum70506 For Delivery To The John Day Lock And Dam, Rufus, Or. The Government Is Particularly Interested In Pursuing Availability On Existing Contracts Via Gsa Ebuy (https://www.ebuy.gsa.gov/ebuy/). Delivery Shall Be Made To The John Day Project, Rufus, Or.
the Government Seeks Any Information, Interest And/or The Availability To Procure These Items On The Open Market. Questions Are Welcome And Will Be Directed To The Appropriate Subject Matter Experts.
submission Instructions: Please Send Responses With The Subject Heading “john Day Project Sts Motors Sources Sought” To Jon Macadam, Email Address: Jonathan.g.macadam@usace.army.mil
capability Statement To Show Interest And Intent:
respondents Interested In Performing The Proposed Project As A Prime Contractor Should Submit A Capability Statement For Consideration That Include The Following:
a. Offerors' Name, Address, Points Of Contact With Telephone Numbers And E-mail Addresses.
b. Duns Number And Cage Code.
c. Firm's Small Business Category And Business Size: Small Business (sb), Small Disadvantaged (sdb), Including 8(a) Firms, Historically Underutilized Business Zones (hubzone), Women-owned Small Business (wosb), Including Economically Disadvantaged Women-owned Small Business (edwosb), And Service-disabled Veteran-owned Small Business (sdvosb).
d. Indicate Whether Your Company Will Provide These Supplies Directly Or Intends To Subcontract A Portion Of The Work. If Subcontracting, Identify Which Portions Of The Work Will Be Performed By A Subcontractor/other Supplier.
e. Any Other Information That Would Assist In Determining Your Company's Capability In Providing The Requested Materials.
responses To The Sources Sought Will Not Be Returned. Responders Are Solely Responsible For All Expenses Associated With Responding To This Sources Sought. Usace Portland District Will Not Pay For Information Received In Response To This Sources Sought.
do Not Submit Pricing Information In Response To This Sources Sought.
all Responses Must Be Submitted In Either Microsoft Word Or Adobe Pdf Format No Later Than 2:00 Pm Pacific Time On Tuesday, March 18, 2025. Do Not Include Proprietary Information In Your Response.
the Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate.
point Of Contact For Small Business Questions Or Assistance Is The Portland District Deputy For Small Business, Carol Mcintyre At 503-808-4602 Or Carol.a.mcintyre@usace.army.mil.
Closing Date18 Mar 2025
Tender AmountRefer Documents
Department Of Public Works And Highways Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Department Of Public Works And Highways, Mindoro Occidental District Engineering Office, Mamburao, Occidental Mindoro, Through The Fy 2024 Ra 11975 Extended Regular 2024 Continuing Intends To Apply The Sum Of The Approved Budget For The Contract (abc) To Payments Under The Contract/s For The Hereunder Project/s. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1.a. Contract Id : 25geb0003 B. Contract Name : Purchase, Delivery And Installation Of Modular Partitions, Chairs & Cabinets For Icts, Pio & Dpwh Hostel (property Unit) C. Contract Location : Mamburao, Occidental Mindoro D. Scope Of Work : Purchase, Delivery And Installation Of Modular Partitions, Chairs & Cabinets E. Approved Budget For The Contract (abc) : ₱ 1,723,250.00 F. Source Of Fund : Fy 2024 Ra 11975 Extended Regular 2024 Continuing G. Place Of Delivery : Dpwh-mamburao, Occidental Mindoro H. Contract Duration : 60 C.d. 1.a. Contract Id : 25geb0004 B. Contract Name : Procurement/supply/delivery Of It Equipment And Peripherals For Use Of Maintenance Section Dpwh-mindoro Occidental Deo C. Contract Location : Mamburao, Occidental Mindoro D. Scope Of Work : Procurement/supply/delivery Of It Equipment And Peripherals E. Approved Budget For The Contract (abc) : ₱ 1,482,950.00 F. Source Of Fund : Fy 2024 Ra 11975 Extended Regular 2024 Continuing G. Place Of Delivery : Dpwh-mamburao, Occidental Mindoro H. Contract Duration : 45 C.d. 1.a. Contract Id : 25geb0005 B. Contract Name : Purchase, Delivery And Installation Of Brand-new Diesel Generator 400kva, Single Phase/220/440v/60hz And Automatic Transfer Switch For Use Of Dpwh-mindoro Occidental Deo C. Contract Location : Mamburao, Occidental Mindoro D. Scope Of Work : Purchase, Delivery And Installation Of Brand-new Diesel Generator 400kva, Single Phase/220/440v/60hz And Automatic Transfer Switch E. Approved Budget For The Contract : ₱ 4,998,575.80 Republic Of The Philippines Department Of Public Works And Highways Mindoro Occidental District Engineering Office Mamburao, Occidental Mindoro, Mimaropa Region (iv-b) (abc) F. Source Of Fund : Fy 2024 Ra 11975 Extended Regular 2024 Continuing G. Place Of Delivery : Dpwh-mamburao, Occidental Mindoro H. Contract Duration : 45 C.d. 1.a. Contract Id : 25geb0006 B. Contract Name : Purchase And Delivery Of Electrical Supplies For Air Conditioning Maintenance C. Contract Location : Mamburao, Occidental Mindoro D. Scope Of Work : Purchase And Delivery Of Electrical Supplies For Air Conditioning Maintenance E. Approved Budget For The Contract (abc) : ₱ 1,499,999.00 F. Source Of Fund : Fy 2024 Ra 11975 Extended Regular 2024 Continuing G. Place Of Delivery : Dpwh-mamburao, Occidental Mindoro H. Contract Duration : 45 C.d. 1.a. Contract Id : 25geb0007 B. Contract Name : Purchase And Delivery Of Ict System For Use Of Lubang Field Office, Dpwh-mindoro Occidental Deo C. Contract Location : Mamburao, Occidental Mindoro D. Scope Of Work : Purchase And Delivery Of Ict System E. Approved Budget For The Contract (abc) : ₱ 1,600,000.00 F. Source Of Fund : Fy 2024 Ra 11975 Extended Regular 2024 Continuing G. Place Of Delivery : Dpwh-mamburao, Occidental Mindoro H. Contract Duration : 90 C.d. 1.a. Contract Id : 25geb0008 B. Contract Name : Purchase And Delivery Of Materials For Use Of Property Bodega, Dpwh-mindoro Occidental Deo C. Contract Location : Mamburao, Occidental Mindoro D. Scope Of Work : Purchase And Delivery Of Materials E. Approved Budget For The Contract (abc) : ₱ 2,087,189.07 F. Source Of Fund : Fy 2024 Ra 11975 Extended Regular 2024 Continuing G. Place Of Delivery : Dpwh-mamburao, Occidental Mindoro H. Contract Duration : 30 C.d. 2. The Department Of Public Works And Highways, Mindoro Occidental District Engineering Office, Mamburao, Occidental Mindoro, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By The Given Contract Duration. Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Department Of Public Works And Highways, Mindoro Occidental District Engineering Office, Ground Floor Main Bldg., Mamburao, Occidental Mindoro And Inspect The Bidding Documents At The Address Given Below During Monday To Friday From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 5, 2025 To March 25, 2025 From The Address And Website(s) Below And Upon Payment Of Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱ 5,000.00 For 25geb0003, 25geb0004, 25geb0005, 25geb0006, 25geb0007, And 25geb0008. The Bidding Documents Shall Be Received Personally By The Prospective Bidder Or His Authorized Representative. 6. The Department Of Public Works And Highways, Mindoro Occidental District Engineering Office, Mamburao, Occidental Mindoro Will Hold A Pre-bid Conference 1 On March 12, 2025 At 2:00 P.m. At Dpwh, Mindoro Occidental Deo Procurement Conference Room, Ground Floor, Main Office Bldg., Mamburao, Occidental Mindoro, And/or Through Video Conferencing Or Webcasting Via Youtube Live Https://www.youtube.com/@dpwh.minocdeo, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through (i) Manual Submission At The Office Address Indicated Below, On March 25, 2025 On Or Before 9:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be Immediately After The Deadline Of Submission Of Bids On March 25, 2025 At Dpwh, Mindoro Occidental District Engineering Office, Procurement Office, Ground Floor Main Bldg., Mamburao, Occidental Mindoro And/or Via Youtube Live Https://www.youtube.com/@dpwh.minocdeo. Bids Will Be Opened In The Presence Of The Bidders’ Authorized Representatives Who Choose To Attend At The Address Below. 10. The Dpwh, Mindoro Occidental District Engineering Office, Mamburao, Occidental Mindoro Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Casiana A. Abad Head, Bac Secretariat Dpwh, Mindoro Occidental Deo Km. 407 Airport Road Mamburao, Occidental Mindoro Email Address: Occidentalmindorobac@yahoo.com Contact No.: 0954-388-5405 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: [http://www.dpwh.gov.ph] : [http://www.philgeps.gov.ph] Signed Eddette R. Razon Bac Chairperson Kvl Rkss Jmu Dates Of Publication: March 5, 2025 To March 25, 2025 Dpwh Website, Philgeps Website And Dpwh-modeo Bulletin Board Website: Www.dpwh.gov.ph Tel. No(s).: (043) 458 9929
Closing Date25 Mar 2025
Tender AmountPHP 1.6 Million (USD 27.9 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 Labor And Employment Tender
Others...+1Electrical and Electronics
Philippines
Description: Supply And Delivery Of Raw Materials And Labor Of Electrical Upgrading Of Dole Tarlac Extension Office , Electrical Systems And Lighting Components ,department Of Labor And Employment - Region Iii
Closing Soon10 Mar 2025
Tender AmountPHP 75 K (USD 1.3 K)
Municipality Of Salcedo, Ilocos Sur Tender
Electrical Goods and Equipments...+2Electrical and Electronics, Solar Installation and Products
Philippines
Description: Solar Street Lights , Electrical Systems And Lighting Components ,municipality Of Salcedo, Ilocos Sur
Closing Date24 Mar 2025
Tender AmountPHP 13.5 Million (USD 236.4 K)
Public Works Department - PWD Tender
Others...+1Electrical and Electronics
Bangladesh
Description: Pwd/syl/2024-2025/nr/egp-81 Supply Of Necessary Electrical Materials For Daily Maintenance Of Various Structures Of Sylhet Judge Court. Financial Year: 2024-2025.
Closing Soon16 Mar 2025
Tender AmountRefer Documents
City Of Iloilo Tender
Electrical and Electronics...+1Electrical Works
Philippines
Description: Rehabilitation/upgrading Of Electrical System At Cubay Elementary School (bid No.25-030) , Construction Projects ,city Of Iloilo
Closing Date26 Mar 2025
Tender AmountPHP 3 Million (USD 52.3 K)
BARANGAY BAGBAG, TANAUAN CITY, BATANGAS Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Description: Procurement Of Electrical Supplies , Hardware And Construction Supplies ,barangay Bagbag, Tanauan City, Batangas
Closing Date28 Mar 2025
Tender AmountPHP 50 K (USD 872)
PROVINCE OF MAGUINDANAO OF THE NORTH Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Description: Rfq-maguindanao Del Norte Emplyoyees Oath Taking 2025 , Electrical Systems And Lighting Components ,province Of Maguindanao Del Norte
Closing Soon11 Mar 2025
Tender AmountPHP 70 K (USD 1.2 K)
2371-2380 of 9755 active Tenders