Electrical Tenders

Electrical Tenders

Greater Tzaneen Municipality Tender

Software and IT Solutions
South Africa
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Description: Appointment Of A Service Provider For The Supply And Installation Of An Electrical Network Planning Software At Gtm

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building, Barangay Mauswagon, Dinagat, Dinagat Islands Rehabilitation Of Multi-purpose Building (covered Court), Barangay Catadman, Basilisa, Dinagat Islands Construction Of Multi-purpose Building, Barangay Cortes, Basilisa, Dinagat Islands The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Fourteen Million Eight Hundred Fifty Thousand Pesos Only (php 14,850,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Barangay Mauswagon, Dinagat, Dinagat Islands – 25ne0065, Rehabilitation Of Multi-purpose Building (covered Court), Barangay Catadman, Basilisa, Dinagat Islands – 25ne0066 And Construction Of Multi-purpose Building, Barangay Cortes, Basilisa, Dinagat Islands – 25ne0067 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Barangay Mauswagon, Dinagat, Dinagat Islands Contract Id No. : 25ne0065 Locations : Brgy. Mauswagon, Dinagat, Dinagat Islands Scope Of Works : Facilities For The Engineer, Other General Requirements, Earthworks, Reinforced Concrete, Finishing And Other Civil Works, Electrical, And Mechanical Approved Budget For The Contract : 4,950,000.00 Contract Duration : 180 Calendar Days Name Of Contract : Rehabilitation Of Multi-purpose Building (covered Court), Barangay Catadman, Basilisa, Dinagat Islands Contract Id No. : 25ne0066 Locations : Brgy. Catadman, Basilisa, Dinagat Islands Scope Of Works : Facilities For The Engineer, Other General Requirements, Earthworks, Reinforced Concrete, Finishing And Other Civil Works, And Electrical Approved Budget For The Contract : 4,950,000.00 Contract Duration : 150 Calendar Days Name Of Contract : Construction Of Multi-purpose Building, Barangay Cortes, Basilisa, Dinagat Islands Contract Id No. : 25ne0067 Locations : Brgy. Cortes, Basilisa, Dinagat Islands Scope Of Works : Facilities For The Engineer, Other General Requirements, Earthworks, Reinforced Concrete, Finishing And Other Civil Works, Electrical, And Mechanical Approved Budget For The Contract : 4,950,000.00 Contract Duration : 180 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Gb-1. 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. 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 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office And Inspect The Bidding Documents At Brgy. Cuarinta, San Jose, Dinagat Islands During Weekdays From Monday To Friday 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 14, 2025 – March 05, 2025 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 Five Thousand Pesos Only (php 5,000.00) For Each Contract Id. 6. 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 - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Will Hold A Pre-bid Conference On 10:00 A.m., February 21, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands, Which Shall Be Open To Prospective Bidders. 8. 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. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_dinagatisland@dpwh.gov.ph For Electronic Submission On Or Before 10:15 A.m., March 05, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On 10:30 A.m., March 05, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands. 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. 11. The Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands 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. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 12. For Further Information, Please Refer To: Jacinto G. Ederosas Jr. Cyril T. Aranas, Jr. Bac Secretariat Head Bac Chairperson 09953114034 09087510889 Dpwh_dinagat@yahoo,com Dpwh_dinagat@yahoo,com

Geological, Mining And Metallurgical Institute Tender

Software and IT Solutions...+2Electrical and Electronics, Electrical Works
Peru
Closing Soon24 Feb 2025
Tender AmountRefer Documents 
Description: Implementation Service of Differential Switches in the Commercial Electrical System of Ingemmet - Canada Headquarters

City Of Antipolo Tender

Civil And Construction...+3Paints and Enamels, Civil Works Others, Building Construction
Philippines
Closing Date5 Mar 2025
Tender AmountPHP 2.1 Million (USD 36.3 K)
Details: Description A. Contract Id : Antipolo-05march2025-22 B. Name Of Project : Repair/repainting Of 2 – Storey 4 - Rooms Deped Building At Mayamot National High School, Brgy. Mayamot, Antipolo City C. Location : Brgy. Mayamot, Antipolo City D. Brief Description : Repair/repainting Of School Building E. Major Item Of Works : Plumbing Works; Electrical Works; Repainting Works F. Approved Budget For The Contract : Php 2,100,000.00 G. Duration : 60 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: February 14 - March 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: February 21, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: March 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: March 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Soon28 Feb 2025
Tender AmountRefer Documents 
Description: Sources Sought Synopsis - Probe, Eddy Current the Defense Logistics Agency Maritime Puget Sound Is Issuing This Sources Sought And Request For Information As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support A Material Requirement In Bremerton, Wa. 1. Probe, Eddy Current – Qty 2 circ/axial With Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.480 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb6-009 mfg: Zete 2. Custom Fee – Qty 1 one Time Customization Fee For Cxb6-009 part Number Cxb4-023 mfg: Zetec 3. Probe, Edddy Current – Qty 2 circ/axial X + Non Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.560 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb4-023 mfg: Zetec 4. Probe, Edddy Current – Qty 24 circ/axial X + Non Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.490 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb4-022 mfg: Zetec 5. Probe, Edddy Current – Qty 2 circ/axial X + Non Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.480 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb4-033 mfg: Zetec 6. Probe, Edddy Current – Qty 2 circ/axial X + Non Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.490 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb4-024 mfg: Zetec 7. Probe, Edddy Current – Qty 1 circ/axial X + Non Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.480 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb4-032 mfg: Zetec 8. Probe, Edddy Current – Qty 4 circ/axial X + Non Mag Bias Bobbin Probe W/titanium Sleeve And Centering Feet, Low Frequency,.570 In Diameter, 50 Feet Long, 3/8t Poly, 36 Pin Amphenol part Number Cxb4-012 mfg: Zetec the Results Of This Market Research Will Contribute To Determining The Method Of Procurement. The Applicable North American Industry Classification System (naics) Code Assigned To This Procurement Is 334515 – Instrument Manufacturing For Measuring And Testing Electricity And Electrical Signals there Is No Solicitation At This Time.this Request For Capability Information Does Not Constitute A Request For Proposals; Submission Of Any Information In Response To This Market Survey Is Purely Voluntary; The Government Assumes No Financial Responsibility For Any Costs Incurred. if Your Organization Has The Potential Capacity To Provide These Items, Please Provide The Following Information: organization Name, Address, Email Address, Web Site Address, Telephone Number, And Size And Type Of Ownership For The Organization, Including Vendor Cage Code; And, tailored Capability Statements Addressing The Particulars Of This Effort, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability. responses Are Due In This Office No Later Than 10:00 A.m. Pdt,28 February 2025. Please Send Your Capabilities Statements And Responses To This Rfi Via Email Directly To: Jack.edwards@dla.mil if You Have Any Questions Concerning This Opportunity, Please Contact: Jack.edwards@dla.mil attachments/links no Attachments Or Links Have Been Added To This Opportunity. contact Information contracting Office Address contracting Division (dla-pme) 467 W Street bremerton, Wa 98314-5000 usa primary Point Of Contact jack Edwards jack.edwards@dla.mil phone Number360-813-9577

U S COAST GUARD USA Tender

Machinery and Tools
United States
Closing Soon21 Feb 2025
Tender AmountRefer Documents 
Description: The United States Coast Guard Surface Forces Logistics Center Has A Requirement And Requesting Quotations For The Following Part: item 1) 2950 01-554-7959 turbosupercharger mfg Name: Cummins Inc part_nbr: 4955211 qty: 15 component Of The Ships Service Diesel Generator. Model Hx55m. ***** According To Cummins Rep. Part Number Has Been Changed To 4038901 ****** ***** Previous Part Number 4038903 Is Also Acceptable. ***** each Item Shall Be Individually Packaged In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d5118 Double-wall Fiberboard Box Cushioned As appropriate To Prevent Damage From Movement Or External Impact. each Package Shall Be Marked Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388- 2007, Code 39 Symbology. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. item 2) 4320 01-622-2979 pump, Rotary mfg Name: Cummins Inc part_nbr: 4954880 qty: 10 gear Drive Fuel Pump For The Ships Service Diesel Generator Used On The 154' Wpc. Each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance With Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed Wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate Cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any Crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An Appropriate Sized Pallet To Facilitate Forklift Use item 3) 2920 01-585-9264 starter,engine,electrical mfg Name: Cummins Inc P art_nbr: 2871256 qty: 18 starter Used As Part Of The Ssdg On The 154' Frc Vessels. **** Please Use Superseded Part # 5367755rx **** each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned Or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriate Sized Pallet To Facilitate Forklift Use. Contact Chand Corporation If vendors Are Not Able To Meet Pp&m And Bar-coding Requirements. item 4) 420 01-620-8345 core Assembly, Fluid Cooler mfg Name: Cummins Inc part_nbr: 4989471 qty: 18 aftercooler For The Ships Service Diesel Generator Used On The 154' Wpc superceeded Part Number 5566835 each Item Shall Be Individually Preserved And Packaged As Appropriate In Accordance with Mil-std-2073-1e Method 10 In An Appropriately Sized Astm-d6251 Type Iii, Class 1 Wood-cleated Panel-board Shipping Box, Astm-d6880 Class 2 Heavy Duty Screwed wooden Box Or Astm-d5118 Heavy Duty Double-wall Fiberboard Box As Appropriate cushioned And/or Secured To Prevent Damage From Movement Or External Impacts. Any crates Or Boxes Weighing Over 50 Lbs Shall Be Skid Mounted Or Secured To An appropriately Sized Pallet To Facilitate Forklift Use. marking Iaw Mil-std-129r Except Bar Coded Iaw Iso/iec-16388-2007, Code 39 Symbology. all Markings Shall Be Placed So Visible By Forklift Operator, If Applicable. all Items Are Inspected When Delivered To The Coast Guard Warehouse. Failure To meet The Requirements For Packaging, Packing, Marking (pp&m) And Bar-coding Will result In The Item(s) Being Rejected And Possibly Returned To The Vendor. This Will delay Payment. Any Questions Concerning The Pp&m Requirements Or Bar-coding Should be Addressed With The Contracting Officer Prior To Contract Award. delivery Shall Be F.o.b. Destination To Uscg Surface Forces Logistics Center, 2401 Hawkins Point Road, Baltimore Md 21226 substitute Parts Are Not Acceptable. It Is Anticipated That A Non-competitive Sole Source Purchase Order Shall Be Awarded As A Result Of This Synopsis/solicitation. It Is The Government’s Belief That Only : Cummins And/or Their Authorized Distributors Can Provide This Unit. Concerns Having The Expertise And Required Capabilities To Provide This Item Are Invited To Submit Complete Information Discussing The Same Within Two (2) Calendar Days From The Day This Notice Posted. The Data Must Include Sufficient Detail To Allow The Coast Guard To Evaluate The Proposal Relative To The Requirements. The Information Submitted Must Include A Letter From The Oem Verifying The Offeror Is An Authorized Distributor, And Verifying The Oem Will Supply Genuine Oem Parts. this Is A Combined Synopsis/solicitation For A Commercial Item Prepared In Accordance With The Format Outlined In Far Subpart 12.6, 2025-01 11/12/2024 And As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation. Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. The Naics Code For This Solicitation Is 333998 And The Business Size Standard Is 500. The Resultant Purchase Order Will Be Awarded Using Simplified Acquisition Procedures In Accordance With Far 13 the U.s. Coast Guard Intends To Award On An All Or None Basis To A Responsible Offeror Whose Offer Conforming To The Solicitation Will Be The Most Advantageous To The Government. Award Will Be Lowest Price Technically Acceptable. The Coast Guard Intends To Award On A Firm Fixed Price Contract. all Responsible Sources May Submit A Quotation Via Email To Eric.i.goldstein@uscg.mil, Which If Timely Received, Shall Be Considered By The Agency. Companies Must Have Valid Duns Numbers And Be Registered With Systems For Award Management (sam) And Shall Provide The Company Tax Information Number (tin) With Their Offer. The Closing Date And Time For Receipt Of Quote Is Feb 21, 2025 At _9:00 Am Eastern Standard Time offerors Must Submit The Following Information On Their Quote: disclosure: The Offeror Under This Solicitation Represents That [check One]: __ It Is Not A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73; __ It Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Has Submitted A Request For Waiver Pursuant To 3009.104-74, Which Has Not Been Denied; Or __it Is A Foreign Incorporated Entity That Should Be Treated As An Inverted Domestic Corporation Pursuant To The Criteria Of (hsar) 48 Cfr 3009.104-70 Through 3009.104-73, But It Plans To Submit A Request For Waiver Pursuant To 3009.104-74. (g) A Copy Of The Approved Waiver, If A Waiver Has Already Been Granted, Or The Waiver Request, If A Waiver Has Been Applied For, Shall Be Attached To The Bid Or Proposal. (end Of Provision) the Following Far Clauses Provisions Apply To This Solicitation. Far 52.212-1, Instructions To Offerors-commercial Items (june 2020); Far 52.212-3, Offeror Representations And Certifications-commercial Items (november 2020) With Alternate I. Offeror(s) Must Include A Completed Copy Of Far 52.212-3 With Their Quote. the Following Far Clauses Apply To This Solicitation. Offerors May Obtain Full Text Versions Of These Clauses Electronically At Www.arnet.gov.; Far 52.212-4, Contract Terms And Conditions-commercial Items (oct 2018); Far 52.212-5, Contract Terms & Conditions Required To Implement Statutes Or Executive Orders-commercial Items (november 2020). The Following Clauses Listed Within Far 52.212-5 Are Applicable: 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards (june 2020) 52.209-6, Protecting The Government’s Interest When Subcontracting With Contractors Debarred, Suspended, Or Proposed For Debarment (nov 21) 52.219-4, Notice Of Price Evaluation Preference For Hubzone Small Business Concerns (october 2022) 52.219-28, Post Award Small Business Program Rerepresentation (feb 2024) 52.222-3, Convict Labor (june 2003) 52.222-19, Child Labor—cooperation With Authorities And Remedies (feb 2024) (e.o. 13126). 52.222-21, Prohibition Of Segregated Facilities (apr 2015). 52.222-26, Equal Opportunity (sep 2016) (e.o. 11246). 52.222-36, Equal Opportunity For Workers With Disabilities (jun 2020) (29 U.s.c. 793). 52.222-50, Combating Trafficking In Persons (nov 2021) 52.226-8, Encouraging Contractor Policies To Ban Text Messaging While Driving (may 2024) 52.225-13, Restrictions On Certain Foreign Purchases (feb 2021) 52.232-33, Payment By Electronic Funds Transfer— System For Award Management (october 2018) the Following Items Are Incorporated As Addenda To This Solicitation: Copies Of Hsar Clauses May Be Obtained Electronically At Www.dhs.gov. cgap 3042.302-90 Valuation Requirements For The Acquisition Of Spare Parts Purchased For Inventory Control Points From Hq Contracts (oct 2008). Copies Of Cgap Clauses May Be Obtained Electronically At: Www.uscg.mil/acquisition/procurement/pdf/cim_4200_19h.pdf

Kapitan Moy Elementary School Tender

Furnitures and Fixtures
Philippines
Closing Soon21 Feb 2025
Tender AmountPHP 76.5 K (USD 1.3 K)
Details: Description Unit Item Description Quantity Bag Portland Cement 50 Cu.m. Crushed Gravel 3/4" 0.5 Pc 12mm Dia. Rebars 15 Pc 10mm Dia. Rebars 18 Kg G.i. Tie Wire #16 Nn3 Pc Ordinary Plywood 1/4" Thk. 5 Bd.ft. Coco Lumber 75 Kg Common Wire Nails 2" 2 Kg Common Wire Nails 1" 2 Pc Concrete Hollow Blocks 4" Thk. 250 Set Flush Door Swing Type 0.80m X 2.10m On Wooden Jamb With Marine Plywood (two Face) With Hardware And Accessories And Cylindrical Doorknob. 1 Set Awning Type Steel Casement Window 0.40m X 0.40m 1 Pc Electrical Conduit Upvc, 15mmø 2 Pc Junction Box, 4" X 4" G.i. 1 Pc Utility Box, 2" X 4" G.i. 2 Meter 3.5 Mm2 Thw Wire, Stranded 25 Set Single Switch With Plate 1 Pc Ceiling Receptacle 3-1/2"ø 1 Set Incandescent Bulb 50w 1 Pc Electrical Tape 1 Set Water Closet 1.6gpf With Accessories 1 Set Water Closet Flange 1 Set Lavatory - Wall Hang Type 1 Pc Faucet, Hose Bibb, Brass 1/2"ø 1 Set Faucet, Lavatory 1 Set S.s. Floor Drain 4" X 4" 1 Pc Gate Valve, 1/2"ø 1 Pc S-blue Pipe 1/2"ø X 4.0m 3 Pc S-blue Elbow 90˚ X 1/2"ø 3 Pc S-blue Tee, 1/2"ø 3 Pc S-blue Coupling Reducer, 1/2" X 3/4"ø 2 Pc S-blue Adaptor Female Thread 1/2"ø 3 Roll Teflon Tape 1 Pc Upvc Sanitary Pipe 4"ø 2 Pc Upvc Sanitary Pipe 2"ø 3 Pc Upvc Elbow 90o X 2"ø 3 Pc Upvc Tee 2" X 2" 3 Pc Upvc Elbow 90o X 4"ø 3 Pc Upvc P-trap 2" 1 Pc Brass Cleanout 4" X 4" 1 Can Pvc Cement 1 Gal. Neutralizer 1 Gal. Latex, Flat 1 Gal. Latex, Semi-gloss 1 Liter Enamel, Flat 2 Liter Enamel, Semi-gloss 2 Liter Paint Thinner 1 Pc Baby Roller 4" 3 Pc Paint Brush 2" 2 Pc Floor Tiles 30cm X 30cm 30 Pc Wall Tiles 30cm X 30cm 95 Bag Tile Grout 5 Kg/bag 2 Bag Tile Adhesive 25 Kg/bag 4 Pc Tile Trim 6mm, 2.4m 3 Pc 1/2x1/2x16'' Stainles Steel Flexible Hose 2 Pc Stainless Steel Kitchen Sink Complete Set With Drain Faucet And Shelf Stand High Quality 27.6x19.7 In 1

BARANGAY 5 MAMBURAO OCCIDENTAL MINDORO Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Soon24 Feb 2025
Tender AmountPHP 200 K (USD 3.4 K)
Description: Installation Of Solar Streetlights , Electrical Systems And Lighting Components ,barangay 5 - Mamburao Occidental Mindoro

BARANGAY TANDOC, SAN CARLOS CITY, PANGASINAN Tender

Electrical and Electronics...+1Solar Installation and Products
Philippines
Closing Soon21 Feb 2025
Tender AmountPHP 468 K (USD 8 K)
Description: Procurement Of Solar Streetlights , Electrical Systems And Lighting Components ,barangay Tandoc, San Carlos City, Pangasinan

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 121.5 Million (USD 2.1 Million)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Regional Office Iv-a Canlubang Interchange, Brgy. Mayapa, Calamba, Laguna Invitation To Bid 1. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Local Program National Building Program Buildings And Other Structures Multipurpose / Facilities Construction Of Area Equipment Management Section Shop, Regional Office Iv-a, Quezon Contract Id No. : 25d00083 Contract Location : Quezon Province Scope Of Works : Structural - All Concrete Foundation Works - All Concrete Slabs, Beams And Concrete Columns - All Structural Works For Retaining Wall - All Pavement Works For Parking Architectural - All Cement Plaster Finish - All Tiling Works - All Chb Masonry Walls (150mm Thk.) - All Painting Works For Steel - Painting Works For Masonry/concrete - Doors And Glass Windows - Installation Of Tempered Glass (10 Mm. Thk) - Installation Of Railings Plumbing - Cold Water Line Pipes And Fittings - Sewer Line Pipes And Fittings - Installation Of Plumbing Fixtures - Installation Of Water Closet, Elongated, Complete (flush Type) - Installation Of Urinal, Flush Valve, Complete (lever Arm Type) - Installation Of Lavatory, Wall Hung, Complete (manually Operated) - Installation Of Floor Drain Plates (75 Mm.) - All Ceiling Works Electrical And Auxiliaries - Rough-in For Switch Boards, Panel Boxes, And Conduits - Wires And Wiring Devices - Panel Board With Main & Branch Breakers - Installation Of Lighting Fixtures Mechanical Works - Installation Of Air Conditioning Units (packaging/split Type) - Ventilating System - Fire Extinguisher, 9.07kg (abc With Bracket) Approved Budget For The Contract : ₱15,629,140.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 2. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Improvement Of Intersection At Maharlika Highway - K0217 + 279 Contract Id No. : 25d00133 Contract Location : Quezon Province Scope Of Works : • Installation Of Intersection Pavement Markings • Installation Of Street Lights With Realignment Of Covered Lined Canal • Installation Of Road Safety Signs • Reblocking Of Intersection Pavement • Asphalt Overlay Of Stem (connecting Road) Approved Budget For The Contract : ₱14,475,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 3. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Widening Of Permanent Bridges Quiapo Br. (b04796lz) Along Candelaria Bypass Rd Contract Id No. : 25d00134 Contract Location : Quezon Province Scope Of Works : Widening Of A Three Span, Two-lane Carriageway Bridge With A Length Of 104.00 Linear Meters And Width Of 10.00 Meters, Aashto Prestressed Concrete Girder Type V Including Reinforced Concrete Deck Slab, Sidewalk, And Post And Railing As Superstructure Supported By 4-1.8 Meter Diameter Abutment Bored Piles, 4-2.0 Meter Diameter Pier Bored Piles With Slope Protection Structure, And Other Miscellaneous Items Included. Approved Budget For The Contract : ₱121,590,000.00 Net Length : 104 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 4. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Network Development Program Construction Of By-pass And Diversion Roads Lipa City-padre Garcia Diversion Road, Package S, Batangas Contract Id No. : 25d00172 Contract Location : Batangas Province Scope Of Works : Widening Of Bridge 3 And Bridge 6. Bridge 3 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Bridge 6 Is A Two Span Which Composed Of 40m-40m Aashto Pscg One Lane Bridge And 6.50m Width Each Side Of The Widening. It Is Supported By A 1.50m Diameter Bored Piles At Abutment “a”and 0.20m. Diameter Micro Piles At Pier “1” And Abutment “b” Including Other Miscellaneous Items. Approved Budget For The Contract : ₱193,000,000.00 Net Length : Bridge 3 : 82.40 L.m. (632.832 Sq.m.); Bridge 6 : 82.40 L.m. (632.832 Sq.m.) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 5. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Primary Roads Maharlika Highway (manila South Road) - K0047 + 090 - K0047 + 288 Contract Id No. : 25d00186 Contract Location : Laguna Province Scope Of Works : Asphalt Overlay Of 198 L.m. (0.79 Lane-km) 4-lane Carriageway Including Shoulders At Both Sides, Road Reblocking Of 0.28 Lane-km, And Upgrading Of Drainage Structure Along Road For 131 L.m. Approved Budget For The Contract : ₱23,160,000.00 Net Length : 198 L.m. (0.79 Lane-km Asphalt Overlay, 0.28 Lane-km Reblocking); 131 L.m. Upgrading Of Drainage Structure Along Road Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 90 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱25,000.00 6. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Bridge Program Retrofitting/ Strengthening Of Permanent Bridges Lagnas Br. (b04785lz) Along Maharlika Highway Contract Id No. : 25d00189 Contract Location : Quezon Province Scope Of Works : Retrofitting Of A Two-lane, Single Span Bridge With A Total Length Of 42.0 Linear Meters. Approved Budget For The Contract : ₱9,650,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 105 C.d. Size Range : Small B License Category : C & D Cost Of Bidding Documents : ₱10,000.00 7. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Maragondon – Magallanes – Amuyong Road - K0068 + 000 - K0068 + 590, K0068 + 950 - K0069 + 661, K0071 + 810 - K0073 + 200 Contract Id No. : 25d00197 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay. Approved Budget For The Contract : ₱144,750,000.00 Net Length : Asphalt Overlay: 2691 L.m., 10.764 Lane Km. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 210 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 8. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Basic Infrastructure Program (bip) Multi-purpose Buildings / Facilities To Support Social Services Construction Of Dpwh Regional Office Iv-a Building, Brgy. Mayapa, Calamba, Laguna (phase 4) Contract Id No. : 25d00199 Contract Location : Laguna Province Scope Of Works : Architectural • Finishing Hardware For Exterior Doors And Interior Flush Doors • Doors (steel Doors, Pvc, Aluminum Framed And Roll Up Doors) • Windows (aluminum Glass) • All Ceiling Works • Water Proofing (liquid And Performed Membrane) • All Exterior Walls • Tiles (glazed Tiles And Trims, Unglazed) • Cement Floor Finish, Colored • Cement Plaster Finish • Painting Works (steel And Masonry / Concrete) • Metal Structures And Railings Plumbing • Plumbing Fixtures • Plumbing Works • All Sewer Line Works • Catch Basin Electrical • Conduit, Boxes, Fitting (conduit Works/rough-in) • Wires And Wiring Devices • Panel Board With Main & Branch Breakers • Lighting Fixtures • Network Cabling • Cctv System • Public Address System • Air Conditioning System (vrf/vrv) • Automatic Fire Sprinkler System (afss) • Cement Floor Finish, Coloredfire Alarm System Approved Budget For The Contract : ₱99,000,000.00 Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 9. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance – Secondary Roads Cavite – Batangas Rd, K0032+057 - K0032+885, K0034+246 - K0034+302, K0037+413 - K0037+955 Contract Id No. : 25d00203 Contract Location : Cavite Province Scope Of Works : Asphalt Overlay Of 4 Lane Road, Emulsified Asphalt, Bituminous Concrete Surface Wearing Course, Hot Laid (50 Mm Thk), Bituminous Concrete Surface Binder Course, Hot Laid (50 Mm Thk), Rehabilitation Of Carriageway Using 0.28 M Thick Pccp., Installation Of Reflectorized Thermoplastic Pavement Markings White And Installation Of Solar Led Street Lights. Approved Budget For The Contract : ₱118,695,000.00 Net Length : 1,426.00 L.m. (5.704 Lane Km) Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium A License Category : B Cost Of Bidding Documents : ₱50,000.00 10. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Organizational Outcome 1 : Ensure Safe And Reliable National Road System Asset Preservation Program Preventive Maintenance - Secondary Roads Lucban Diversion Rd – K0131+000 – K0133+420 Contract Id No. : 25d00205 Contract Location : Quezon Province Scope Of Works : Asphalt Overlay Of 2,420 Linear Meter (4 Lanes) Total Of 9.68 Lane Kilometer With 414 Meters Of Concrete Re-blocking With Construction Of Closed Line Canal Drainage With A Total Length Of 4840 Linear Meter For Both Sides. Approved Budget For The Contract : ₱212,411,940.00 Net Length : Asphalt Overlay: 2,420 Lm; 9.68 Lane Km; Construction Of Drainage: 4840 L.m. Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 11. Name Of Contract : Fy 2025 Dpwh Infrastructure Program Convergence And Special Support Program Special Road Fund - Motor Vehicle User's Charge (mvuc) As Per R.a. 11239 Installation Of Solar Led Street Light Along Gumaca-pitogo-mulanay-sn Narciso Rd(s04256lz) K0215+(-514) - K0244+418 Contract Id No. : 25d00207 Contract Location : Quezon Province Scope Of Works : Solar Led Street Lights. Approved Budget For The Contract : ₱289,500,000.00 Net Length : Solar Street Lights : 1238 Units Source Of Funds : Fy 2025 Gaa For Dpwh Infra Program Contract Duration : 300 C.d. Size Range : Medium B License Category : A Cost Of Bidding Documents : ₱50,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii 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. 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 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. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, And Inspect The Bidding Documents At The Address Given Below During Weekdays From 8am – 2pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting On February 14, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents (amount Indicated On The Above Table). 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. 6. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, Will Hold A Pre-bid Conference On February 21, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna And Through Video Conferencing Via Zoom And Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg Which Shall Be Open To Prospective Bidders. 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_r4a@dpwh.gov.ph For Electronic Submission On Or Before March 06, 2025 @ 10:00 A.m. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On March 06, 2025 @ 10:00 A.m. At Bidding Room, Dpwh Regional Office No. Iv-a, Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Above Or Through Video Conferencing Via Zoom Which Shall Also Be Live – Streamed On Youtube Https://www.youtube.com/channel/ucbiu3eadzp_ckg02rjmipfg. Late Bids Shall Not Be Accepted. 10. If At The Time Of The Post – Qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3(b) (ii) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject To Be Bid. 11. The Department Of Public Works And Highways (dpwh) Regional Office No. Iv-a, 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 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Joel F. Limpengco Bac, Chairperson Director Iii Assistant Regional Director Telephone No. (02) (049) 34810207 Email Address: R4a.procurement@gmail.com Alex B. Virtudazo Bac Secretariat Head Telephone No. (02) (049) 34810215 / 34810225 Email Address: R4a.procurement@gmail.com Department Of Public Works And Highways Regional Office No. Iv-a Canlubang Interchange, Brgy. Mayapa, City Of Calamba, Laguna 13. You May Visit The Following Websites: For Downloading Of Bidding Documents At Www.dpwh.gov.ph. For Online Bid Submission At Electronicbids_r4a@dpwh.gov.ph. February 13, 2025 Approved By: Sgd Joel F. Limpengco Director Iii Assistant Regional Director Bac Chairperson
4241-4250 of 10000 active Tenders