Electrical Tenders
Electrical Tenders
Limited Liability Partnership KAZAKHTURKMUNAI Tender
Others
Kazakhstan
Closing Soon10 Feb 2025
Tender AmountKZT 2.1 Million (USD 4.1 K)
Description: Conducting Certification of Electrical Personnel
Ryncor Auctioneers Tender
Electrical Goods and Equipments...+1Electrical and Electronics
South Africa
Closing Soon14 Feb 2025
Tender AmountRefer Documents
Description: Electrical Motors - Secunda (se02-1872-25)
MUNICIPALITY OF ILOG Tender
Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Date24 Feb 2025
Tender AmountPHP 462 K (USD 7.9 K)
Description: Purchase Of Materials For The Installation/construction Of Solar Street Lights, Sitio Talisay, Barangay Delicioso,ilog, Negros Occidental , Electrical Systems And Lighting Components ,municipality Of Ilog, Negros Occidental
Cebu Port Authority Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date25 Feb 2025
Tender AmountPHP 247.9 Million (USD 4.2 Million)
Details: Description Invitation To Bid For The Construction Of New R.c Deck Port Facility (phase 2) At Berths 31-33, Cebu Baseport 1. The Cebu Port Authority, Through The 2025 Cpa Corporate Budget, Intends To Apply The Sum Of Two Hundred Forty-seven Million Nine Hundred Forty-seven Thousand Forty-one Pesos And 40/100 (php 247,947,041.40) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of New R.c Deck Port Facility (phase 2) At Berths 31-33, Cebu Baseport, Id 2025-04-in (co). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Cebu Port Authority Now Invites Bids For The Above Procurement Project With The Work Items Given Below. Completion Of The Works Is Required Within 360 Calendar Days. Bidders Should Have Completed 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). 1. Mobilization And Demobilization 2. Supply And Delivery Of Pre-stressed Concrete (psc) Test Pile Including Steel Framings And Other Incidentals 3. Supply And Delivery Of Pre-stressed Concrete (psc) Piles 4. Supply, Fabrication And Installation Of Pile Splice Plates Including Concrete Epoxy For Vertical Piles 5. Pile Driving Of Pre-stressed Concrete (psc) Vertical And Batter Square Piles 6. Cutting/chipping Of Pile Butts To Cut-off Level For Anchorage 7. Pile Load Testing And Dynamic Analysis Of Driven Test Piles 8. Supply And Installation Of Forms, Reinforcing Bars And Ready Mix Concrete For Pile Caps Including Curing, Finishing And Stripping Of Forms 9. Supply And Installation Of Pre-cast R.c. Beams 10. Supply And Installation Of Pre-cast Form R.c. Slabs 11. Supply And Installation Of Forms And Reinforcing Bars For Cast-in-place R.c Beams & Slabs, Fenderwall, Second Layer Slabs, Mooring Bollard Foundations And Curbs 12. Concrete Pouring For Cast-in-place R.c. Beams & Slabs, Fenderwall, Second Layer Slabs, Mooring Bollard Foundations, Curbs, Seismic Joints, Gaps At Beam Intersection And Transition Pavement 13. Supply And Installation Of Angle Bars For Curb And Fenderwall Nosing 14. Supply, Fabrication & Installation Of Stainless Steel Anchor Bolt (no. 316) And Sockets (no. 316) In Preparation For The Installation Of Lambda (500h) Type Rubber Dock Fenders 15. Supply And Installation Of Rubber Dock Fenders (rdf) 16. Supply And Installation Of 50t Capacity Mooring Bollards Including Accessories, Painting And Covering Of Exposed Bolts 17. Application Of Waterproofing For Underdeck Slabs, Beams And Fenderwalls 18. Sheet Piling Works Along The Length Of Berth 32 A. Supply And Delivery To Site Of 350mm X 600mm X 16m Pre-stressed Concrete Sheet Piles B. Removal And Clearing Of Portion Of Existing Rock Toe For Placement Of Pre-stressed Concrete Sheet Pile C. Supply And Delivery Of Pre-stressed Concrete(psc) Batter Piles D. Driving Of Pre-stressed Concrete Sheet And Batter Piles E. Chipping / Cutting Of Pile Butts To Cut-off Level And Disposal F. Supply And Installation Of Forms And Reinforcing Bars For Sheet Pile Coping Beams G. Concrete Pouring Of Sheet Pile Coping Beams H. Supply And Installation Of Filter Fabric Along The Sheet Pile Line 19. Backfilling With Selected Materials Of Existing Rock Riprap And Concreting For Pavement A. Supply And Compaction Of Granular (coarse Aggregates) Fill Materials Up To Elev. +2.1m B. Supply And Compaction Of Sub-grade Materials Up To Elev. +2.4m C. Supply And Compaction Of Base Course/grade Materials Up To Elev. +2.7m D. Supply And Installation Of Matting Reinforcing Bars And Rebars For Dowels For Pavement E. Supply And Installation Of Forms And Pouring Of Ready-mixed Concrete Including Curing, Cutting And Asphalt Sealing 20. Supply And Installation Of Embedded Conduit Lines, High-mast Tower Light Pole, Luminaires, Power Cables, Panel Boards, Junction/connection Boxes, Manholes, Tower Pedestals, Concrete Pedestal And Cast-iron Electrical Manholes 21. Installation Of G.i. Rail Guards At The Base Of Steel Lamp Posts Including Painting With Reflectorized Traffic Visible Paint 22. Construction Of 3m High Chb Perimeter Fence Using Chb, Flat Bars And Round Bars Including Painting 23. Provision Of Drainage System & Concrete Sidewalk A. Supply And Installation Of Rc Pipes Culverts For Drainage Network B. Supply And Installation Of Rc Manholes C. Supply And Installation Of Dowel Rebars For Sidewalk With Shoulder And Concrete Pouring Of Ready- Mixed Concrete Including Curing And Cutting 24. Safety, Security, Health And Environmental Compliance 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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 Cpa Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 01 February 2025 From Given Address And Website/s Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (php 50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person To The Bac Secretariat. 6. The Cebu Port Authority Will Hold A Pre-bid Conference On 10 February 2025,9:00 Am Via Zoom Or Face To Face At Cpa Main Administration Building, Cip Complex, S. Osmeña Blvd. Nra, Cebu City Which Shall Be Open To Prospective Bidders. Prospective Bidders May Send An Email To Bac@cpa.gov.ph For Inclusion In The Pre-bid Conference. Kindly Indicate In The Subject Of Your Email: Pre-bid – (name Of Project). A Link Will Then Be Provided To Those Who Manifest Their Intention To Attend The Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address Indicated Below On Or Before 25 February 2025, 9:00 Am. 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 On 25 February 2025, 9:00 Am At Cpa Main Administration Bldg., Cip Complex, S. Osmeña Blvd., Nra, Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Cebu Port Authority 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Maryknoll L. Bolasa Head Bac Secretariat Cebu Port Authority Cip Complex, S. Osmeña Blvd., Nra 6000 Cebu City Tel. No. (032) 402-4040 Local 1005 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Www.cpa.gov.ph Date Of Issue: 01 February 2025 _______________ Glenn S. Sarador Bac Chairman
BARANGAY TUNGEL, BAGGAO, CAGAYAN Tender
Civil And Construction...+4Civil Works Others, Construction Material, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date21 Feb 2025
Tender AmountPHP 309.1 K (USD 5.2 K)
Description: Purchase Of Materials For The Fabrication/installation Of Solar Streetlight At Barangay Tungel, Baggao, Cagayan , Electrical Systems And Lighting Components ,barangay Tungel, Baggao, Cagayan
Cebu Port Authority Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 203.8 Million (USD 3.4 Million)
Details: Description Invitation To Bid For The Construction Of R.c. Deck With Roro Ramp Between Pier 2 And Pier 3 (phase 2) At Berths 21-22, Cebu Baseport 1. The Cebu Port Authority, Through The 2025 Cpa Corporate Budget, Intends To Apply The Sum Of Two Hundred Three Million Eight Hundred Thirty-one Thousand Four Hundred Fifty-four Pesos And 20/100 (php 203,831,454.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of R.c. Deck With Roro Ramp Between Pier 2 And Pier 3 (phase 2) At Berths 21-22, Cebu Baseport With Project Id 2025-06-in (co). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Cebu Port Authority Now Invites Bids For The Above Procurement Project With The Work Items Given Below. Completion Of The Works Is Required Within 360 Calendar Days. Bidders Should Have Completed 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). 1. Mobilization And Demobilization 2. Demolition Of Existing Concrete Structures, Mooring Bollard Foundation Including Preparation For Installation Of Electrical Conduit Lines, Removal Of Existing Fenders/mooring Bollard And Disposal Of Debris And Turn-over Usable Items To Cpa 3. Supply And Delivery Of Pre-stressed Concrete (psc) Test Pile Including Steel Framings And Other Incidentals 4. Supply And Delivery Of Pre-stressed Concrete (psc) Piles 5. Supply, Fabrication And Installation Of Pile Splice Plates Including Concrete Epoxy For Vertical Piles 6. Pile Driving Of Pre-stressed Concrete (psc) Vertical And Batter Piles 7. Cutting / Chipping Of Pile Butts To Cut-off Level For Anchorage 8. Pile Load Testing And Dynamic Analysis Of Driven Test Piles 9. Supply And Installation Of Forms, Reinforcing Bars And Ready Mix Concrete For Pile Caps Including Curing, Finishing And Stripping Of Forms 10. Supply And Installation Of Pre-cast R.c Beams 11. Supply And Installation Of Pre-cast R.c Slabs 12. Supply And Installation Of Forms And Reinforcing Bars For Cast-in-place R.c Beams & Slabs, Fenderwall, Second Layer Slabs, Curbs And Mooring Bollard Foundations 13. Concrete Pouring For Cast-in-place R.c Beams & Slabs, Fenderwall, Second Layer Slabs, Curbs, Seismic Joints, Gaps At Beam Intersection, Transition Pavement And Mooring Bollard Foundations 14. Supply And Installation Of Angle Bar Nosing 15. Supply And Installation Of Msp Steel Ramp Protection (machine Bended Msp-g50) Including Steel Plates, Bending / Fabrication, Sand Blasting And Paintings 16. Supply And Installation Of Steel Fenders For Ramp Fenderwall (machine Bended) Including Steel Plates, Bending/fabrication, Sandblasting And Paintings 17. Supply, Fabrication & Installation Of Stainless Steel Anchor Bolt (no.316) And Sockets (no. 316) In Preparation For The Installation Of Lambda (500h) Type Rubber Dock Fenders 18. Supply And Installation Of Rubber Dock Fenders (rdf) 19. Supply And Installation Of 50t Capacity Mooring Bollards Including Accessories, Painting And Covering Of Exposed Bolts 20. Application Of Waterproofing For Underdeck Slabs, Pile Caps, Beams And Fenderwalls 21. Supply And Installation Of Embedded Conduit Lines (from Tower To Covered Walk) For High-mast Tower Including Installation Of Reinforcing Bars And Concreting Of Power Lines, Junction/ Connection Boxes, Handhole, Towe Pedestal, Rail Guard And Cast-iron Electrical Manhole Cover 22. Supply And Installation Of High Mast Tower Light Pole, Luminaries, Power Cables And Panel Board 23. Safety, Security, Health, And Environmental Compliance 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using 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 Cpa Bac Secretariat Office At The 2nd Floor, Cpa Administration Building And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm Except Saturdays, Sundays And Holidays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On 1 February 2025 From Given Address And Website/s Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Fifty Thousand Pesos Only (php 50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Presented In Person To The Bac Secretariat. 6. The Cebu Port Authority Will Hold A Pre-bid Conference On 26 February 2025, 10:00 Am Onwards Which Shall Be Open To Prospective Bidders. Prospective Bidders Are Enjoined To Attend Physically Or May Attend Via Zoom. Please Send An Email To Bac@cpa.gov.ph For Inclusion In The Pre-bid Conference. Kindly Indicate In The Subject Of Your Email: Pre-bid – (name Of Project). A Link Will Then Be Provided To Those Who Manifest Their Intention To Attend The Conference. 7. Bids Must Be Duly Received By The Bac Secretariat Thru Manual Submission At The Office Address Indicated Below On Or Before 26 February 2025, 9:00 Am. 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 On 26 February 2025, 9:00 Am At Cpa Main Administration Bldg., Cip Complex, S. Osmeña Blvd., Nra, Cebu City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Cebu Port Authority 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 Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mary Knoll L. Bolasa Bac Head Secretariat Cebu Port Authority Cip Complex, S. Osmeña Blvd., Nra 6000 Cebu City Tel. No. (032) 402-4040 Loc. 1005 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Www.cpa.gov.ph Date Of Issue: 1 February 2025 Glenn S. Sarador Bac Chairman
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date20 Feb 2025
Tender AmountPHP 2.9 Million (USD 50.8 K)
Details: Description Invitation To Bid For 25ei0164 - Completion (construction) Of Multi-purpose Building At Brgy. Anoling, Pinamalayan, Oriental Mindoro, Phase Ii 1. The Dpwh - Southern Mindoro District Engineering Office, Through Gaa 2025 Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Completion (construction) Of Multi-purpose Building At Brgy. Anoling, Pinamalayan, Oriental Mindoro, Phase Ii/25ei0164. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh - Southern Mindoro District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion (construction) Of Multi-purpose Building At Brgy. Anoling, Pinamalayan, Oriental Mindoro, Phase Ii Contract Id : 25ei0164 Location : Pinamalayan, Oriental Mindoro Scope Of Works : Construction Of 1-unit 1-storey Multi-purpose Building (sk Building Office|). It Includes Structural Works, Roofing Works, Plumbing Works, Electrical Works And Installation Of Doors And Windows. Approved Budget For The Contract : Php 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D, B, A, Aa, Aaa For General Engineering. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh - Southern Mindoro District Engineering Office And Inspect The Bidding Documents At Dangay, Roxas, Oriental Mindoro During Weekdays From 8:00 A.m. – 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 – February 20, 2025 Until 10:00 A.m. From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 3,000.00. 7. 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 Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh - Southern Mindoro District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 10:00 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_southernmindoro@dpwh.gov.ph For Electronic Submission On Or Before February 20, 2025 Until 10:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 20, 2025 @ 10:30 A.m. At Dpwh - Southern Mindoro District Engineering Office, Procurement Unit, Dangay, Roxas, Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below . Late Bids Shall Not Be Accepted. 12. The Dpwh - Southern Mindoro District Engineering Office 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. 13. For Further Information, Please Refer To: Engr. Aleli Olly U. Manalaysay Head, Procurement Unit, E-iii Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Engr. Emmanuel A. Manalaysay Engr. Emmanauel A. Manalaysay Bac Chairperson Assistant District Engineer Tel. No. 043 – 289 - 3102 Fetalsanamr@dpwh.gov.ph Approved: Emmanuel A. Manalaysay Bac Chairperson
2971-2980 of 9489 active Tenders