Electrical Tenders
Electrical Tenders
National Irrigation Administration Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 97.3 Million (USD 1.6 Million)
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zdn 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-egpipcluster42025-058 (infra) Project Name : Zamboanga Del Norte Rso Projects Contract Location : Zamboanga Del Norte Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 4) Approved Budget For The Contract (abc) : Php 97,396,089.69 Contract Duration : 150 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 : February 28 – March 19, 2025 At 8:30 Am Pre-bid Conference : March 7, 2025 At 9:00 Am Submission Of Bids : March 19, 2025 At 8:30 Am Opening Of Bids : March 19, 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 February 28 – March 19, 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 07 March 2025 At 9:00 Am 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 19 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/fux-vgbx-kwt Opening Of Bids : Https://meet.google.com/wmc-nhkr-rrv 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 6 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 6 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 6 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 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 1 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 1 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 1 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 3 Compressor 50 Hp 3 Generator Set 15kva 6 Water Pump (for Pump Testing) 15hp 3 Dump Truck 10 Cu.m. 6 Dump Truck 4 Cu.m. 6 Welding Machine 300a 6 Concrete Mixer 1-bagger 6 Concrete Vibrator 5hp 6 Butt Fusion Machine Up To 2” Diameter 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Dump Truck 10 Cu.m. 6 Dump Truck 4 Cu.m. 6 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set 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.
National Electric Company Ead Tender
Civil And Construction...+1Construction Material
Bulgaria
Closing Date18 Mar 2025
Tender AmountBGN 15.5 Million (USD 8.5 Million)
Description: "Design, Delivery, Installation and Adjustment of Excitation Systems, Relay Protection of Generators and Power Transformers, Turbine Regulators, Equipment Control System, Electrical Energy Measurement Systems and Auxiliary Equipment Power Supply Systems for Hydro Generators in the "Batak" Hydro Power Plant, the "Peshtera" Hydro Power Plant and the "Aleko" Hydro Power Plant, Ref. No. 24IP-V19A031
DEPT OF THE ARMY USA Tender
Others...+1Electrical and Electronics
United States
Closing Date14 Apr 2025
Tender AmountRefer Documents
Details: Construct A High Voltage Electrical Primary Substation On Redstone Arsenal, Alabama. The Project Includes Installation Of High Voltage Electrical Power Transmission Lines That Will Connect The New Substation Directly To Existing Substations, And To The Future 3rd Tennessee Valley Authority (tva) 161,000-volt Transmission Electrical Power Transmission Feed. Work Includes The Substation, Transformers, Primary And Secondary Voltage Switchgear With Associated Distribution Loop, Cable Vault, Control Room And All Associated Duct Banks With Cabling.the North American Industry Classification System (naics) Code For This Project Is 237130.
National Irrigation Administration Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 145.5 Million (USD 2.5 Million)
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zds Imo Projects (cluster 1) 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-egpipcluster12025-055 (infra) Project Name : Zamboanga Del Sur Imo Projects Contract Location : Zamboanga Del Sur Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 1) Approved Budget For The Contract (abc) : Php 145,530,618.94 Contract Duration : 240 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 : February 28 – March 19, 2025 At 8:30 Am Pre-bid Conference : March 7, 2025 At 9:00 Am Submission Of Bids : March 19, 2025 At 8:30 Am Opening Of Bids : March 19, 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 February 28 – March 19, 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 07 March 2025 At 9:00 Am 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 19 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/fux-vgbx-kwt Opening Of Bids : Https://meet.google.com/wmc-nhkr-rrv 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: “a” With Sp-wd (well-drilling Work), Sp-ee (electrical Works), And Sp-me (mechanical Works), Size Range “medium B” – 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 9 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 9 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 9 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 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 1 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 1 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 1 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 3 Compressor 50 Hp 3 Generator Set 15kva 3 Water Pump (for Pump Testing) 15hp 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Welding Machine 300a 9 Concrete Mixer 1-bagger 3 Concrete Vibrator 5hp 3 Butt Fusion Machine Up To 2” Diameter 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Service Vehicle 4x4 Pick-up 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set 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.
National Irrigation Administration Tender
Civil And Construction...+3Electrical and Electronics, Solar Installation and Products, Water Storage And Supply
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 48.5 Million (USD 845.9 K)
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zc Rso Projects (cluster 5) 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-egpipcluster52025-059 (infra) Project Name : Zamboanga City Rso Projects Contract Location : Zamboanga City Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System (cluster 5) Approved Budget For The Contract (abc) : Php 48,508,165.68 Contract Duration : 180 Calendar Days Amount Of Bidding Documents : Php 25,000.00 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 : February 28 – March 19, 2025 At 8:30 Am Pre-bid Conference : March 7, 2025 At 9:00 Am Submission Of Bids : March 19, 2025 At 8:30 Am Opening Of Bids : March 19, 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 February 28 – March 19, 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 07 March 2025 At 9:00 Am 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 19 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/fux-vgbx-kwt Opening Of Bids : Https://meet.google.com/wmc-nhkr-rrv 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 3 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 1 Materials Engineer 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 5 Years 1 Foreman 5 Years Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 5 Years 3 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 3 Geologist 3 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 1 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 1 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 1 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 1 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 3 Compressor 50 Hp 3 Generator Set 15kva 3 Water Pump (for Pump Testing) 15hp 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Welding Machine 300a 3 Concrete Mixer 1-bagger 3 Concrete Vibrator 5hp 3 Butt Fusion Machine Up To 2” Diameter 3 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 3 Dump Truck 10 Cu.m. 3 Dump Truck 4 Cu.m. 3 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 1 Survey Instrument 1 Set 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.
MUNICIPALITY OF TINEG, ABRA Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon10 Mar 2025
Tender AmountPHP 2 Million (USD 35.8 K)
Details: Description Site Leveling ................................................................................................................30.00 Cu.m. Project Lay-out .............................................................................................................1.00 L.s. Structure Excavation ......................................................................................................49.01 Cu.m. Embankment .................................................................................................................25.00 Cu.m. Reinforcing Steel ............................................................................................................1,377.83 Kgs Structural Concrete For Footing Tie Beam, Column, Suspended Slab, Beam, Footing And Slab ...17.40 Cu.m. Forms And Falseworks .....................................................................................................56.00 Sq.m. Structural Wood Roof Truss ..............................................................................................899.00 Bd.ft. Corrugated Metal Roofing ................................................................................................82.00 Sq.m 100mm Chb Non Load Bearing ..........................................................................................81.00 Sq.m. Cement Plaster Finish ......................................................................................................162.00 Sq.m. 6mm Marine Plywood In Wood Framing Ceiling ....................................................................53.00 Sq.m. Painting Works (masonry Painting) ....................................................................................192.00 Sq.m. Unglazed And Glazed Tiles ................................................................................................11.00 Sq.m. Electrical Works ...............................................................................................................23.00 Units Plumbing Works ..............................................................................................................7.00 Units Floor Screed ...................................................................................................................41.52 Sq.m. Doors And Windows .........................................................................................................21.52 Sq.m. Septic Tank .....................................................................................................................1.00 Unit Project Billboard ..............................................................................................................1.00 Each Mobilization/ Demobilization And Temporary Facility ..............................................................1.00 L.s. Facilities And Amenities .....................................................................................................1.00 L.s. 3-layer 0.3m X .9m Shelves ..............................................................................................9.90 Ln.m. Solar Panel Boards (1,000 Amp.) With Complete Accessories ...................................................1.00 L.s.
Southern Railway - SR Tender
Ireps
India
Closing Date24 Mar 2025
Tender AmountRefer Documents
Description: Condemned And Unserviceable Cl.iii Released Auxiliary Motors Of Electrical Locomotives Consists Of Mvrh Motors - 13 Nos, Mvrf Motors - 3 Nos. [sr.no. 1-3 In Ds8] On As Is Where Is Basis.. S.1539 No 636446 Dated 09.12.2024. Qty- 16 Nos [ Apprx. Weight-3985.50 Kg]. Apprx. Average Composition Of A Single Motor - Ferrous - 219.38 Kg, Copper -29.19 Kg, Aluminium - 0.53 Kg.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date16 May 2025
Tender AmountRefer Documents
Details: Project Update 10 February 2025: The Bidder Site Survey Attendance Sheet Is Attached. Site Survey Was Held On 7 February 2025. ********************************************** solicitation Notice Update 15 January 2025: The Project Magnatude Is Corrected As Follows - project Magnitude: Between ¥100,000,000 And ¥500,000,000 (japanese Yen) (fars 36.204) ********************************************** the U.s. Army Corps Of Engineers, Japan District (poj) Is Providing A Solicitation Notice Pursuant To Far 36.213-3 For An Upcoming Invitation For Bid (ifb). project Information project Title: Replace Afn Radio Transmission Tower, Camp Kinser project Location: Okinawa, Japan product Service Code (psc): Z2bg – Repair Or Alteration Of Electronic And Communication Facility naics Code: 236220 – Commercial And Institutional Building Construction project Magnitude: Between ¥100,000,000,000 And ¥500,000,000,000 (japanese Yen) (fars 36.204) construction Type: Design-bid-build (dbb) Construction project Description: this Project Is To Replace The American Forces Network (afn) 300-feet (91.44 Meters) Amplitude Modulation (am) Medium Frequency Antenna System Tower And Install New Radials. The Project Is Located At Camp Kinser Transmitter Site, Near Building 951, Okinawa, Japan. The Existing Afn Am Radio Transmission Tower Antenna System At Camp Kinser Will Be Replaced By A New Cylindrical Guyed Tower Antenna System. The New Antenna System Will Consist Of A New Cylindrical Guyed Tower Mast, Antenna Tuning Unit (atu) And Bonded Guy Wire To The Top Of The Tower (insulated Such To Provide An Effective 379.5-feet (115.67 Meters) Of Antenna Length). Electrical Scope Of Work Will Include The Removal Of The Existing Overhead Power Feeder For The Existing Tower, And Provision Of New Underground Feeder, New Led Fencepost Lighting And Weatherproof Receptacles, And Power Connections To Supplement The Function Of The New Antenna System. Structural Work Will Include Demolition And Provision Of A New Afn Radio Transmission Tower System And The Demolition And Provision Of New Tower And Guy Wire Foundations. Civil Work Scope Will Include Support To Construction Activities Such As Minor Grading Work For The New Antenna Tuning Unit (atu) Pad And Areas Directly Above New Foundations, Removal And Providing New Typical Precast Concrete Chain Link Fence Around The Area Directly Below The Tower That Will Be Affected By The Tower Demolition Work, And Fence Affected By The Required Site Access To The Project. solicitation Information: procurement Method: Invitation For Bid (ifb) Solicitation. the Government Intends To Award A Firm-fixed-price Construction Contract As A Result Of The Ifb. all Interested Companies Shall Be Actively Registered In The System For Award Management (sam) Database In Order To Be Eligible For Award Of Government Contracts. Information On Registration And Annual Confirmation Requirements May Be Found At Http://www.sam.gov. For A Joint Venture, The Joint Venture As An Independent Entity Must Be Registered In Sam As Such. only Local Sources Will Be Considered Under This Solicitation. This Contract Will Be Performed In Its Entirety In The Country Of Japan And Is Intended Only For Local Sources. Only Local Sources Will Be Considered Under This Solicitation. Local Sources Are Sources (e.g. Corporations, Partnerships, Or Joint Ventures [for A Joint Venture, The Joint Venture As An Independent Entity Must Satisfy The Local Source Requirements Or, In The Alternative, Each Member Of The Joint Venture Must Individually Satisfy The Local Source Requirements]) That Are Physically Located In Japan And Authorized (i.e. Licensed And Registered) To Perform In Japan, The Type Of Construction Work Specific In This Solicitation. Specifically, A Prospective Offeror Must Be Duly Authorized To Operate And Conduct Business In Japan And Must Fully Comply With All Applicable Laws, Decrees, Labor Standards, And Regulations Of Japan During The Performance Of The Resulting Contracts. Offerors Are Required To Be Registered With The Government Of Japan To Do Construction Work In Japan And Possess Necessary Construction Licenses And Permits To Perform Work Required Under This Solicitation At The Time An Offer Is Submitted. Construction License Will Be Verified Through The Government Of Japan – Ministry Of Land, Infrastructure, Transport, And Tourism (milt) Https://etsuran2.mlit.go.jp/takken . The U.s. Government Will Not Offer “united States Official Contractor” Status Under Article Xiv Of The Us-japan Status Of Forces Agreement (sofa) To U.s. Contractors Normally Resident In The United States; Nor Will The U.s. Government Certify Employees Of Such Contractors As “members Of The Civilian Component” Under Article I(b) Of The Sofa. u.s. Army Corps Of Engineers, Japan District, Poc: primary: norman Roldan contract Specialist 098-970-9041 norman.roldan@usace.army.mil alternate: jack T. Letscher contracting Officer 098-970-4402 jack.t.letscher@usace.army.mil
Mv Gamboa Elementary School Tender
Others...+2Civil And Construction, Civil Works Others
Philippines
Closing Soon13 Mar 2025
Tender AmountPHP 3 K (USD 52)
Description: Procurement Of Electrical Supplies 2025 , Electrical Systems And Lighting Components ,m.v. Gamboa Elementary School- Cadiz City
8871-8880 of 10000 active Tenders