Electrical Work Tenders

Electrical Work Tenders

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
Corrigendum : Closing Date Modified
United States
Details: Multiple-award Contract Indefinite-delivery Indefinite-quantity (mac Idiq) For Discrete Production, Non-discrete Production And Other Production Work To Support The Navy?s Four Public Shipyards In Accomplishing Repair, Maintenance, And Modernization Of Nuclear-powered Attack Submarines. The Specific Requirements Will Be Defined At The Delivery Order Level, And Will Encompass Efforts Such As Preservation, Structural/non-destructive Testing, Shipboard Work, Electrical Services, Component Repair, And Engineering Support. Efforts Include Performing Drydock Submarine Repair, Maintenance And Alterations At Norfolk Naval Shipyard (nnsy), Puget Sound Naval Shipyard (psns), Pearl Harbor Naval Shipyard (phnsy), And Portsmouth Naval Shipyard (pnsy), And Performing The Repair And Restoration Of Select Critical Components. Offerors Are Not Required To Have Their Own Drydock. Work Would Be Performed Under Delivery Orders Anticipated To Be Competed Among Mac Idiq Awardees Over A Five-year Base Ordering Period With Three Additional Option Years. The Navy Will Include Rolling Admissions Provisions Enabling The Navy To Annually Announce An Interim Competition For The Purposes Of Adding Additional Contractors To The Mac Idiq.the Navy Has Categorized The Requirements To Be Procured Under The Mac Idiq Into Two Tiers: Critical (lot 1) And Non-critical (lot 2), As Defined As Follows:critical (lot 1) Requirements Consist Of Efforts That Involve Critical Systems. Due To The Nature Of Critical Systems Onboard The Submarine And The Likelihood That Delays In Completing Work Associated With These Systems Will Have A Significant Impact On The Overall Cno Availability Schedule, The Navy Will Require Contractors To Possess Capability And Capacity To Meet Technical Requirements For Critical Systems To Be Eligible For Lot 1 Scope. To Complete This Work, Awardees Are Expected To Have The Knowledge, Skills, And Experience Necessary To Complete Multiple Concurrent Complex Cno Availabilities On Critical Systems. Critical Systems Include But Are Not Necessarily Limited To The Following (all Systems Listed Imply Areas Of The System And Equipment Requiring Work Certifications That Are Not Subject To Special Emphasis Program Controls (e.g., Submarine Safety Program (subsafe), Fly By Wire (fbw), Deep Submergence Systems (dss)): Vertical Launch System (vls) Ship Control System Components Torpedo Tubes Bow Planes Sonar Dome Large Vertical Array Shipboard Hydraulics Systems Normal Fuel Oil Tank And Systems Lube Oil Systems. The Navy Intends To Issue Critical (lot 1) Efforts Under A Full And Open Competition.non-critical (lot 2) Requirements Consist Of Efforts That Do Not Involve Critical Systems But May Include Systems And Equipment Requiring Work Certifications. Lot 2 Scope Is Expected To Require Fewer Specialized Contractor Capabilities, Both In Terms Of Personnel And Equipment. The Navy Intends To Issue Non-critical (lot 2) Efforts Under A Small Business Set-aside.
Closing Soon17 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Building Construction
United States
Details: Sources Sought: The 1st Special Operations Contracting Squadron Is Publicizing This Sources Sought Notice To Gather Industry Interest And Information With Respect To A Potential Indefinite Delivery/indefinite Quantity (idiq) / Multiple Award Construction Contract (macc) Program At Hurlburt Field Fl. No Solicitation Is Being Issued At This Time. This Is Not A Request For Proposal (rfp) Or Invitation For Bid (ifb) And Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract. The Air Force Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice. Any Future Solicitation, Including Specifications And/or Drawings, Will Be Made Available On The System For Award Management Website (https://www.sam.gov/). Interested Parties Are Solely Responsible For Monitoring The Aforementioned Website For The Release Of A Solicitation Package And/or Any Updates/amendments. Oral Submissions Of Information Will Not Be Considered In Response To This Sources Sought. If The Government Decides To Pursue A Solicitation, Portions Of Your Responses To This Sources Sought May Be Incorporated Into The Final Solicitation. Respondents Are Discouraged From Submitting Any Information Deemed Competition-sensitive Or Proprietary. hurlburt Field, Fl Has A Need For A Multiple Award Construction Contract (macc) To Provide Indefinite Delivery/indefinite Quantity (idiq) Heating, Ventilation And Air Conditioning (hvac) Construction Efforts To Support The 1st Special Operations Contracting Squadron (1 Socons) And 1st Special Operations Civil Engineering Squadron (1 Soces) Mission. The Contractor Shall Furnish All Personnel, Equipment, Tools, Materials, Supervision, And Other Items And Services Necessary To Manage, And Accomplish A Broad Range Of Hvac Repair, Alteration, And/or Replacement Work On Various Real Property Facilities On Hurlburt Field. Projects Shall Consist Of Tasks In A Variety Of Trades To Include Demolition, Site Work, Electrical, Mechanical, And Other Specialty And General Contracting Work Required For Hvac Systems. the Work To Be Performed Under The Macc Will Be Within The North American Industry Classification System (naics) Code 238220- Plumbing, Heating, And Air-conditioning. Description Of The Work Will Be Identified In Each Individual Task Order. The Government Anticipates An Award Of Up To Five (5) Contracts. this Acquisition Is Being Considered As A Total Small Business Set-aside And Servicing The North Florida District Office (sba Office Code 0491) And Florida Okaloosa County Area. all Interested Parties Are Invited To Respond And Prospective Contractors Must Be Registered In The System For Award Management (sam) Database At Https://www.sam.gov/ Before Award Of A Government Contract; Failure To Register In The Sam Database Will Cause Your Firm To Be Ineligible For Any Future Award. to Assist The Government In Developing A Potential Acquisition Strategy, Please Provide The Following Information: 1. General Informaton: a. Company Name, Address, Point Of Contact, Voice And Fax Telephone Numbers And E-mail Address. b. Type Of Business, (i.e., Small, 8a, Woman-owned, Hub Zone, Serviced-disabled Veteran-owned Small Business, Large Business, Etc.). c. Under Which Naics Code Does Your Company Usually Provide The Aforementioned Requirements. d. Please Describe Any Customary Commercial Contract Terms Or Conditions That You Feel Would Make Any Resulting Contract More Effective If Applicable. 2. Capabilities: The Air Force Is Seeking Qualified, Experienced Sources Interested In Meeting The Requirements Detailed Above. Please Address The Following Regarding Your Capabilities In Meeting The Requirements Contained In The Attached Documents: a. Is Your Company Capable Of Meeting This Requirement? If So, Please Provide Product Information Sufficient To Determine Your Company’s Capability (specifications, Past Performance Info., Brochures, Etc.) 3. Responses: E-mail Responses To This Source Sought To The Points Of Contact Identified Below. The Due Date And Time For Responses To This Sources Sought Is At 12:00 Pm Cst On 21 Nov 2024. Please Email Responses To Contract Specialists: Mr. Romeo Reyes; Romeo.reyes.1@us.af.mil, And Ssgt Micha Hough; Micha.hough@us.af.mil And Mr. Richard Beaty (contracting Officer) @ Richard.beaty.3@us.af.mil.
Closing Date21 Nov 2025
Tender AmountRefer Documents 

FOREST SERVICE USA Tender

Others...+1Electrical and Electronics
United States
Description: Work For This Project Requires The Contractor To Be Responsible For For Furnishing And Supplying All Labor, materials, Equipment, Utilities, Miscellaneous Items, Freight And Delivery And All necessary Valid Licenses For The Work Summarized In The Sow: 1. Furnish And Install 480v, 3 Ph, 30a Feeder From Existing Panelboard To Proposed aeration Equipment Disconnect. 2. Furnish And Install 480v, 3ph, 30a Disconnect, Including Grounding System, Post, pipe Bollards, And Conduits. 3. Furnish And Install Microbubble Lagoon Aeration System Consisting Of The following: a. Control Panel With Individual Motor Overload Protection Circuit Breakers. b. Self-contained Floating Microbubble Aerators Cord Connected To Control Panel with Tethers And Anchors (4 Each). 4. Locate Private And Utility Owned Buried Electrical Lines In The Area Of Work And provide Location On As-built Plans With Reference Measurements To Existing infrastructure. 5. Furnish Third-party Inspection Of Electrical Work Included In This Contract. the Magnitude Of This Project Is Between $25,000.00 And $100,000.00 this Pre-solicitation Notice Seeks To Provide Information To Interested Parties About Potential Opportunity To Perform The Construction, Additions, Alterations, Or Maintenance And Repairs As Described Above. This Pre-solicitation Notice Does Not Commit The Government To Contract For Any Supply Or Service. Respondents Are Advised That The United States (u.s) Government Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Pre-solicitation Notice. All Costs Associated With Responding To This Pre-solicitation Notice Will Be Solely At The Responding Party's Expense. Please Be Advised That All Submissions Become Government Property And Will Not Be Returned. Responses To This Notice Are Not Offers And Cannot Be Accepted By The U.s Government To Form A Binding Contract. the Solicitation Will Be On Or About 20th November, No Additional Information Is Known At This Time.
Closing Date19 Nov 2028
Tender AmountRefer Documents 

Administraci n Nacional De Combustible, Alcohol Y Portland Administraci n Nacional De Combustible, Alcohol Y Portland Tender

Others...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Uruguay
Description: Hiring a company to carry out electrical reconditioning work in the metallurgical workshop at the La Teja plant
Closing Date26 Mar 2025
Tender AmountRefer Documents 

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System For Zds Imo & Zs Imo Projects (clustered) 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-egpipclustered2025-054 (infra) Project Name : Zambo. Sur & Zambo. Sibugay (clustered) Contract Location : Zambo. Sur & Zambo. Sibugay Scope Of Works : Construction Of Solar Powered Pump With Ai Satellite-assisted Monitoring And Fertigation System Approved Budget For The Contract (abc) : Php 97,024,850.00 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 5 Years A Licensed Civil Engineer. Experienced In Solar Powered Irrigation Projects. Shall Render Full-time Service To The Project Until Completion. 10 Years 2 Office Engineer 3 Years A Licensed Civil Engineer. Shall Render Full-time Service To The Project Until Completion. 5 Years 2 Materials Engineer 1 3 Years Shall Be An Accredited Material Engineer Of Dpwh. Shall Render Service To The Project As Required. 3 Years 2 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 2 Geologist 5 Years A Licensed Geologist With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 5 Years 2 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. 3 Years 2 Mechanical Engineer 3 Years A Licensed Mechanical Engineer With Experience In Solar Powered Irrigation Projects. Shall Render Service To The Project As Required. 3 Years 2 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 4 Compressor 160 Cfm 4 Generator Set 15kva 4 Submersible Pump (for Pump Testing) 15hp 4 Dump Truck 10 Cu.m. 2 Welding Machine 300a 6 Concrete Mixer 1-bagger 6 Butt Fusion Machine Up To 6” Diameter 1 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 2 Survey Instrument 1 Set Initial Equipment Requirement Upon Mobilization: Equipment Capacity No. Of Units Crawler Type Drilling Rig (rotary Or Hydraulic Driven) 100m 4 Dump Truck 10 Cu.m. 2 Geo-resistivity Equipment (multi-electrode) Up To 100m Depth 2 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.
Closing Soon19 Mar 2025
Tender AmountPHP 97 Million (USD 1.6 Million)

Allocation Office In The Municipality Of Mandelbachtal Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Germany
Description: To the tender 'electrical installation work - extension of the Bliesmengen-Bolchen daycare center'
Closing Soon13 Mar 2025
Tender AmountRefer Documents 

Municipality Of Consolacion, Cebu Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description 1. The Municipality Of Consolacion, Through The Sb #2 Fund Intends To Apply The Sum Of Five Hundred Thousand Pesos (p 500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Supply Of Materials And Labor For The Dog Impounding Facility At Barangay Polog, Consolacion, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of Consolacion Now Invites Bids For The Above Procurement Project. Completion Of The Works Required Is 30cd. 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). 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 Bac Office, 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu And Inspect The Bidding Documents At The Address Given Below During Mondays To Fridays From 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 22, 2025 To March 17, 2025 From The Given Address And Website/s 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 Hundred Pesos (p 500.00). 6. The Municipality Of Consolacion Will Hold A Pre-bid Conference On March 3, 2024 At 11:00 O’clock In The Morning At Bac Office, 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Bac Office, 4th Floor, Municipal Building, Poblacion Oriental, Consolacion, Cebu On Or Before 10:00 O’clock In The Morning, March 17, 2025. 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 March 17, 2025 At 10:00 O’clock In The Morning At The Given Address Indicated Herein. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipality Of Consolacion 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: Jakhelene C. Tubin Bac Office 4th Floor, Municipal Building Poblacion Oriental, Consolacion, Cebu 268-3736/232-0392 Consolacionbac@gmail.com 12. You May Visit The Following Websites: For Downloading Of Bidding Documents: A. Lguconsolacion.gov.ph Or B. Philgeps Website Atty. Paolo Crispino Sucalit Bac Chairperson Name Of Project : Dog Impounding Facility Location : Pitogo, Consolacion, Cebu Source Of Funds : Sb #2 Appropriation : Php 500,000.00 Details : Oshp, Project Billboard, Excavation Works, Formworks & Structural Concrete Works, Structural Works, Roofing And Steel Trusses, Electrical Works & Painting Works Contract Duration : 30 Calendar Days Qty Unit Item No. Summary 1.00 L.s B.7 Occupational Safety And Health Program 1.00 Each B.5 Project Billboard / Signboard (8' X 8') 1.00 Unit I Excavation Works 4.61 Cu.m Ii Formworks & Structural Concrete Works 1.00 Lot Iii Structural Works 18.00 Sq.m Iv Roofing And Steel Trusses 1.00 Lot V Electrical Works 1.00 Lot Vi Painting Works
Closing Soon17 Mar 2025
Tender AmountPHP 500 K (USD 8.6 K)

NMDC Limited - NMDC Tender

Works
Civil Works Others...+2Electrical Works, Electrical and Electronics
Corrigendum : Closing Date Modified
India
Details: Renovation Of Mechanical Office, Canteen And Toilets Including Electrical And Networking Works At Loading Plant-diom
Closing Soon18 Mar 2025
Tender AmountINR 3.3 Million (USD 38.5 K)

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Feed Storage Located At Da-nordc, Bonbonon, Siaton, Negros Oriental 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Five Hundred Thousand Pesos (₱500,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Feed Storage Located At Da-nordc, Bonbonon, Siaton, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Feed Storage Located At Da-nordc, Bonbonon, Siaton, Negros Oriental. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Building Permits, Occupancy And Other Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation; Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Reinforcing Steel (column Footing); Structural Concrete (column Footing); Reinforcing Steel (column); Structural Concrete (column); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (rc Beam); Structural Concrete (rc Beam); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill); Formworks And Falseworks; Part D. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part E. Finishing: Cement Plaster Finish; Part F. Metal Structures: Structural Steel (trusses): Metal Structure Accessories G.i. (c-purlins); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (sagrods And Sway Brace); Metal Structure Accessories (fascia Framing And Fascia Cover); Part G. Roofing Works: Prepainted Metal Sheets (rib Type, Long Span, Above 0.427 Mm Thick); Fabricated Metal Roofing Accessory (ridge Rolls/flashing); Part H. Ceiling Works: Fiber Cement Ceiling (metal Frame); Part I. Door And Windows: Jalousie Window (glass); Solid Core Flush Door; Part J. Electrical Works: Conduit Works, Boxes And Fittings; Wires And Wiring Devices; Panelboard With Main & Branch Breakers; Lighting Fixtures; Part K. Painting Works: Painting Works (walls And Ceiling); Painting Works (metal Painting); Boq Notes: 1. Provide Unit Cost Derivation For Every Item Of Work. 2. Ocm Includes Expenses For Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking & Inauguration Ceremonies And Other Unforeseen Events. Site: Da-nordc, Bonbonon, Siaton, Negros Oriental. Completion Of The Works Is Required Within Seventy-eight (78) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Six (6) Unskilled; Two (2) Carpenters; Two (2 ) Mason; One (1) Safety Officer; One (1) L.e. Operator. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders February 26, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 26, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). 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. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On March 6, 2025-2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before March 18, 2025– 10:00 A.m. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On March 18, 2025-10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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. 12. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Soon18 Mar 2025
Tender AmountPHP 500 K (USD 8.6 K)

Municipality Of Galimuyod, Ilocos Sur Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description 802(2) Surplus Common Excavation 61.20 Cu.m. 803(1)a Structure Excavation (common Soil) 79.50 Cu.m. 804(1)a Embankment From Structure Excavation 45.83 Cu.m. 804(1)b Embankment From Common Borrow By Equipment 408.80 Cu.m. 804(4) Gravel Bedding 19.50 Cu.m. 900(1)c1 Structural Concrete For Footing, Footing Tie Beam, Column, 88.98 Cu.m. Suspended Slab, Girder/beam (class A, 28days) 900(1)c2 Structural Concrete On Slab On Fill (2500 Psi, 28days) 13.60 Cu.m. 902(1)a1 Reinforcing Steel Bar 19,912.98 Kg. 903(2) Formworks & Falseworks 697.83 Sq.m. 1046(2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) 92.00 Sq.m. 01 Electrical Works 1.00 Lot 02 Plumbing Works 1.00 L.s. B.3 Permits & Clearances 1.00 L.s. B.7(1) Construction Safety & Health Program 3.00 Mo. B.5 Project Billboard 64.00 Sq.ft.
Closing Soon17 Mar 2025
Tender AmountPHP 3.9 Million (USD 68.7 K)
2391-2400 of 2527 active Tenders