Electrical Work Tenders

Electrical Work Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: Introduction network Contracting Office 20 (nco20), Supporting White City Va Medical Center, Is Seeking Potential Sources For An Upcoming Requirement For A Construction Contractor That Shall Provide Services Needed To Complete The Alteration, Modification, And Partial Renovation Of Buildings 217a And 218a For Outpatient Mental Health Services At The White City Va Medical Center (wcvamc) As Described Below. This Notice Is A Market Research Tool And Has Not Been Set-aside For Any Small Business Category, However The Notice Is Issued To Determine Appropriate Set-aside Categories. Responses To This Notice, In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Applicable Socio-economic Set-aside For The Procurement. failure To Respond To This Notice Will Not Impact Consideration Of Construction Services Companies (or Joint Ventures) Which Otherwise Meet Set-aside Requirements And Submit Responses To The Follow-up Public Announcement. Once The Appropriate Set-aside Is Determined, A Separate Public Announcement Requesting Offers/proposals Will Be Publicized On Contract Opportunities In Accordance With Far 36.213-2. general Project Description And Naics the Contractor Shall Provide All Construction Services Needed To Complete The Alteration, Modification, And Partial Renovation Of Buildings 217a And 218a For Outpatient Mental Health Services To Address Infrastructure Deficiencies And Improve The Resiliency And Capacity Of Utility Infrastructure. The Scope Of Work Includes Architectural, Mechanical, Electrical, Plumbing, Life Safety, And Structural Renovations For These Buildings, Covering An Area Of Approximately 11,500 Square Feet. The Goal Of The Project Is To Renovate The Space For Outpatient Mental Health To Comply With New Design Guidelines And Accommodate Expansion Needs. the Work Will Entail General Construction, Alterations, Site Improvements Such As Roads And Walks, Grading, Drainage, The Removal Of Existing Structures, And Other Necessary Tasks As Detailed In The Project Drawings, Specifications, And Reports. the Contractor Is Responsible For Fully Preparing The Site For Building Operations. This Includes The Demolition And Removal Of Existing Structures, Furnishing Labor And Materials, And Performing All Work Required For The White City Va Medical Center Renovation Of Spaces B217a And B218a For Mental Health Services, As Specified In The Drawings And Specifications In Accordance With The Buy American Act Far 52.225-2 And If Covered Under Any Authorized Trade Agreements Per Far 52.225-5. it Is Important To Note That The Medical Center Operates 24 Hours A Day, 7 Days A Week. Therefore, Any Service Interruptions Or Disruptions To Normal Operations Must Be Planned And Coordinated With The Contracting Officer S Representative (cor) Through Separate Action Plans To Ensure Uninterrupted Operation. before Beginning Construction, The Contractor Must Install A Construction Fence Around The Specified Construction Area. This Fence Should Be A Minimum Of Six Feet In Height. If Detailed Drawings Are Unavailable, The Contractor Should Assume A Fully Fenced Project Site. The Fence Should Include Vehicle Gates And Man Gates As Needed For Access, With Appropriate Hardware, Including Hasps And Padlocks. There Must Be A Minimum Of One Vehicle Gate That Is 12 Feet Wide And One-man Gate That Is 3 Feet Wide. All Man Gates Must Be Self-closing And Self-latching, Equipped With A Programmable Keypad. The Fence Fabric Should Be Securely Fastened To Terminal Posts With Tension Bands And To Line Posts, As Well As Top And Bottom Rails With Tie Wires, Spaced No More Than 15 Inches Apart. The Bottom Of The Fence Must Extend One Inch Above Grade, And The Fence Should Be Removed When Directed By The Cor. any Removal, Cutting, Alteration, Replacement, Patching, And Repair Of Existing Work Necessary For The Installation Of New Work Must Be Conducted As Required. Unless Otherwise Specified, Do Not Cut, Alter, Or Remove Any Structural Elements, And Seek Approval Before Disturbing Ducts, Plumbing, Steam, Gas, Or Electrical Work. Any Existing Work Identified As Defective Prior To Alteration Or Extension Must Be Reported To The Contracting Officer Before Any Disturbance Occurs. this Requirement Is Being Sought Under North American Industry Classification System Code 236220. Any Interested Party Who Believe They Can Complete This Requirement Under These Or Any Other Naics Codes Are Invited To Respond And Provide Detail As To The Naics They Can Compete This Project Under And A Brief Description As To The Reasoning. Responses Will Be Used To Research Which Code In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Naics Code Under Which This Project Will Be Procured. information Sought The Government Requests A Letter Of Interest (or Similar Document) With Responses To The Following: 1. State Your Business Name (as It Appears In Sam.gov ), Office Location Where These Services Will Be Performed From, Sam Uei Number, Naics Code Under Which You Will Perform And Socio-economic Status Of The Firm (i.e. Verified Sdvosb, Wosb, Sb, Large Business). 2. Provide A Brief Narrative And List Sample Projects/references Completed On Your Company S Experience Providing Services Similar To Those Described. 3. What Would Be The Expected Make-up Of The Company S Team In Terms Of Socio-economic Categories And Estimated Percentage Of Work To Be Completed By Your Company And Each Subcontractor? if The Procurement Is Set-aside For Any Category Of Small Business, Generally Fifty Percent Of More Of The Work Would Need To Be Performed By The Contractor Or A Similarly Situated Subcontractor In Terms Of Percentage Of Cost. For Instance, If Set-aside For Service-disabled Veteran-owned Small Business (sdvosb), 85% Or More Of The Contract Would Need To Be Performed By Verified Sdvosbs No Other Small Business Categories Would Count Towards The Percentage. If Set-aside For Small Business, 85% Of The Contract Would Be Required To Be Performed By Small Businesses Which Would Include Performance By A Verified Sdvosb Because They Are Also A Small Business. If The Procurement Is Not Set-aside And Reaches Certain Dollar Thresholds, The Government Would Negotiate An Acceptable Subcontracting Plan To Utilize Small Business Concerns. 4. A Brief Statement Of Overall Interest In The Project If In Conjunction With Ongoing Projects. 5. Any Additional Capabilities Statements Or Other Documentation That You Feel Will Assist The Government In Performing Market Research And Determining The Appropriate Set-aside. Submission Instructions Interested Parties Are Requested To Submit The Requested Information Not Later Than January 8, 2025 To Alan Perez Via Email To Alan.perez@va.gov. Please Include Project 692-22-105 - Sources Sought Response In The Title Of The Email. The Response Burden To This Notice Is Expected To Be Light; Lengthy Responses Are Not Expected But No Maximum Page Count Is Assigned. If Sending Larger Responses And The Need To Send Multiple Emails Appending To The Email Subject 1 Of N As Appropriate. Please Contact Alan Perez At The Email Above With Any Questions.
Closing Date8 Jan 2025
Tender AmountRefer Documents 

City Government Iligan Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Invitation To Bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 5,777,364.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue With Project No. Cb(b)-24-147 (ceo-infra). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue General Requirements: • Installation Of Project Billboards • Occupational Safety And Health Program • Mobilization And Demobilization Removal/demolition And Restoration: • Includes The Demolition And Removal Of Existing Slab And Other Structures To Make Way For The Laying Of The Underground Electrical Wires And Other Works Related To The Installation Of Column Led Lights. • Includes Clearing Of Weeds And Long Grasses At Grassy Areas Where Column Led Lights Are To Be Installed. • Restoration Of The Demolished Concrete Slabs Earth Works: • Structural Excavation For Pedestal Footings And Underground Route Of Wires Enclosed In A Upvc Conduit. • Provide 100mm-thick Gravel Bedding For Pedestal Footings • Provide 60mm-thick Sand Backfilling For The Underground Upvc Conduit • Earth Compaction . Formworks: • Use Cocolumber And 1/2" Marine Plywood For Formworks Of Footings And Pedestals. Reinforcing Concrete Works: • Concrete Works For Footings And Pedestals • Cutting/bending, Installation/fastening Of Rebars Using 10mm,12mm And 16mm Ø Dsb (6m) Electrical Works: • Assembly And Installation Of Three-meter-high Column Led Lights, Six-meter-high Light Poles, Secondary Racks And Other Electrical Peripherals At Locations Plotted On The Approved Drawing. • Complete Wiring Of The Column Led Lights To The Power Source, Including The Laying Of The Underground Wires Enclosed In Upvc Conduit. • Provision Of Underground Electrical Line Caution Warning Tape On Top Of The Sand Backfill Of The Upvc Conduit. Painting Works: • Painting Of The Concrete Pedestals (stripe Of Black And Yellow Warning Paint) I. Facilities For The Engineer A. Facilities For The Engineer (q = 1.00 Lot) Includes Digital Ac Clamp Meter 1000 Amps, Dcm10004; Digital Led Luxmeter, 0~100000lux (0~10000fc), Heavy Duty, Hetlu01; Non-contact Ac Voltage Detector 12vn1000v, Vd100026. Ii. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14' Coco Lumber, 2"x3"x10' Coco Lumber, 2"x2"x14' Coco Lumber, 2"x2"x 12' Coco Lumber, 2"x2"x 10' Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) D. Removal/ Demolition And Restoration (q = 1.00 Lot) Includes Portland Cement, Washed Sand, Washed Gravel. Iii. Earthworks A.structural Excavation (q = 61.73 Cu.m.) B.gravel Bed And Sand Backfill (q = 1.00 Lot) Includes Washed Sand, Washed Gravel. C.compaction (q = 2.90 Cu.m.) Iv. Form Works A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, Assorted Sizes C.w. Nails. V. Concrete Works A. Concrete Works (q = 20.17 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B. Reinforcing Steel Works (q = 1,098.33 Kg.) Includes 16mm Ø Dsb X 3m, 12mm Ø Dsb X 3m, 10mm Ø Dsb X 3m, No. 16 G.i. Tie Wire. Vi. Electrical Works A. Electrical Works (q = 1.00 Lot) Includes Column Led Light, 159mm Ø, Stainless 304, 1.3mm Thick, 85-265vac, 50w 360deg Tube Light, 120lm/w, Ip65, W/ Flange Plate: 250x250x8 Mm, W/ 4 Sets Of M14*h350 Mm Anchor Bolts, Nuts And Washers; Cu Wire,3.5mm2,thhn/thwn-2, Stranded, 150m/box; Upvc Conduit Pipe,3/4"x3m; Upvc Connectors; Underground Electrical Line Caution Warning Tape, 3" X 300m; Emt Pipe,3/4"(20mmφ)x10"; Emt Pipe Connectors,3/4"; Service Entrance Cap,3/4"φ; Stainless Steel Strapping Band, 3/4"x0.7mmx30m; 304 Stainless Steel Banding Strap Buckles, 3/4", 0.7mm Thk, 100pcs; Tapered Straight Pole, 2.5mm Thick, 6m/20ft, 5"-bottom Ø, 3"-top Ø, W/ 250x250x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts; Secondary Rack W/spool Insulator,2-pole,w/screws; Electrical Tape,0.16x19x16000 Mm; Electrical Rubber Tape. Vii. Paint Works A.painting Works (q = 1.20 Sq.m.) Includes Skim Coat, 20kg/bag; Acrytex Primer; Putty; Acrytex Topcoat (black); Acrytex Topcoat (yellow); Thinning Solvent For Acrytex Primer & Topcoat; Paint Brush 2-1/2". Approved Budget For The Contract (abc): P 5,777,364.55 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Fifty-seven (57) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: December 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: December 10, 2024 – January 7, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: December 17, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: January 7, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed) Darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: December 10, 2024 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-147 (ceo-infra)
Closing Date7 Jan 2025
Tender AmountPHP 5.7 Million (USD 99.5 K)

City Government Iligan Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Details: Description Invitation To Re-bid The Iligan City Government Bids And Awards Committee (bac), Through General Fund / Sb No. 2 Cy 2024 , Intend To Apply The Sum Of P 5,777,364.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue With Project No. Cb(b)-24-147 (ceo-infra) Re-bid. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Iligan City Government Bids And Awards Committee Now Invites For The Supply And Delivery Of Items Below-stated: Particulars Improvement Of Streetlighting Along Quezon Avenue Extension To Laya Avenue - Seminary And Del Carmen Avenue General Requirements: •installation Of Project Billboards •occupational Safety And Health Program • Mobilization And Demobilization Removal/demolition And Restoration: • Includes The Demolition And Removal Of Existing Slab And Other Structures To Make Way For The Laying Of The Underground Electrical Wires And Other Works Related To The Installation Of Column Led Lights. • Includes Clearing Of Weeds And Long Grasses At Grassy Areas Where Column Led Lights Are To Be Installed. • Restoration Of The Demolished Concrete Slabs Earth Works: • Structural Excavation For Pedestal Footings And Underground Route Of Wires Enclosed In A Upvc Conduit. • Provide 100mm-thick Gravel Bedding For Pedestal Footings • Provide 60mm-thick Sand Backfilling For The Underground Upvc Conduit • Earth Compaction . Formworks: • Use Cocolumber And 1/2" Marine Plywood For Formworks Of Footings And Pedestals. Reinforcing Concrete Works: • Concrete Works For Footings And Pedestals • Cutting/bending, Installation/fastening Of Rebars Using 10mm,12mm And 16mm Ø Dsb (6m) Electrical Works: • Assembly And Installation Of Three-meter-high Column Led Lights, Six-meter-high Light Poles, Secondary Racks And Other Electrical Peripherals At Locations Plotted On The Approved Drawing. • Complete Wiring Of The Column Led Lights To The Power Source, Including The Laying Of The Underground Wires Enclosed In Upvc Conduit. • Provision Of Underground Electrical Line Caution Warning Tape On Top Of The Sand Backfill Of The Upvc Conduit. Painting Works: • Painting Of The Concrete Pedestals (stripe Of Black And Yellow Warning Paint) I. Facilities For The Engineer A. Facilities For The Engineer (q = 1.00 Lot) Includes Digital Ac Clamp Meter 1000 Amps, Dcm10004; Digital Led Luxmeter, 0~100000lux (0~10000fc), Heavy Duty, Hetlu01; Non-contact Ac Voltage Detector 12vn1000v, Vd100026. Ii. General Requirements A. Project Billboard (q = 1.00 Lot) Includes 4' X 8' Tarpaulin, 8' X 8' Tarpaulin, 2"x3"x 14' Coco Lumber, 2"x3"x10' Coco Lumber, 2"x2"x14' Coco Lumber, 2"x2"x 12' Coco Lumber, 2"x2"x 10' Coco Lumber, Assorted Sizes C.w. Nails. B. Occupational Safety And Health Program (q = 1.00 Lot) Includes Safety Shoes, Safety Helmet, Safety Gloves, Specialized Ppe. C. Mobilization / Demobilization (q = 1.00 Lot) D. Removal/ Demolition And Restoration (q = 1.00 Lot) Includes Portland Cement, Washed Sand, Washed Gravel. Iii. Earthworks A.structural Excavation (q = 61.73 Cu.m.) B.gravel Bed And Sand Backfill (q = 1.00 Lot) Includes Washed Sand, Washed Gravel. C.compaction (q = 2.90 Cu.m.) Iv. Form Works A. Formwork & Scaffolding (q = 1.00 Lot) Includes 1/2" X 4' X 8' Marine Plywood, 2"x2" Coco Lumber, Assorted Sizes C.w. Nails. V. Concrete Works A. Concrete Works (q = 20.17 Cu.m.) Includes Portland Cement, Washed Sand, Washed Gravel. B. Reinforcing Steel Works (q = 1,098.33 Kg.) Includes 16mm Ø Dsb X 3m, 12mm Ø Dsb X 3m, 10mm Ø Dsb X 3m, No. 16 G.i. Tie Wire. Vi. Electrical Works A. Electrical Works (q = 1.00 Lot) Includes Column Led Light, 159mm Ø, Stainless 304, 1.3mm Thick, 85-265vac, 50w 360deg Tube Light, 120lm/w, Ip65, W/ Flange Plate: 250x250x8 Mm, W/ 4 Sets Of M14*h350 Mm Anchor Bolts, Nuts And Washers; Cu Wire,3.5mm2,thhn/thwn-2, Stranded, 150m/box; Upvc Conduit Pipe,3/4"x3m; Upvc Connectors; Underground Electrical Line Caution Warning Tape, 3" X 300m; Emt Pipe,3/4"(20mmφ)x10"; Emt Pipe Connectors,3/4"; Service Entrance Cap,3/4"φ; Stainless Steel Strapping Band, 3/4"x0.7mmx30m; 304 Stainless Steel Banding Strap Buckles, 3/4", 0.7mm Thk, 100pcs; Tapered Straight Pole, 2.5mm Thick, 6m/20ft, 5"-bottom Ø, 3"-top Ø, W/ 250x250x16mm Base Plate, W/ 4 Sets - M18x500x100mm Anchor Bolts, W/ Washer & Nuts; Secondary Rack W/spool Insulator,2-pole,w/screws; Electrical Tape,0.16x19x16000 Mm; Electrical Rubber Tape. Vii. Paint Works A.painting Works (q = 1.20 Sq.m.) Includes Skim Coat, 20kg/bag; Acrytex Primer; Putty; Acrytex Topcoat (black); Acrytex Topcoat (yellow); Thinning Solvent For Acrytex Primer & Topcoat; Paint Brush 2-1/2". Approved Budget For The Contract (abc): P 5,777,364.55 Required Bid Security: 2% Of The Abc If Cash, Manager’s Check; Bank Draft/guarantee, Irrevocable Letter Of Credit Confirmed Or Authenticated By A Universal Or Commercial Bank; And 5% Of The Abc If Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Delivery Period Is Within Fifty-seven (57) Calendar Days From Receipt Of Notice To Proceed. Bidders Should Have Completed, Within Three (3) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra 5183 And Subject To Commonwealth Act 138. Interested Bidders May Obtain Further Information From Iligan City Government And Inspect The Bidding Documents During Office Hours From 8:00 A.m. – 12:00 P.m. And 1:00 P.m. – 5:00 P.m. At The Office Of The Bids And Awards Committee, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Pre-procurement: December 3, 2024 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 2. Issuance Of Bid Documents: January 14 – February 4, 2025 – 8:00 A.m. At Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City. 3. Pre-bid Conference: January 21, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 4. Submission Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City 5. Opening Of Bids: February 4, 2025 – 9:30 A.m. At Casimero P. Cabigon Hall, 2nd Floor City Hall Main Bldg., Buhanginan Hills, Pala-o, Iligan City A Complete Set Of Bidding Documents Will Be Available To Prospective Bidders Upon Payment Of A Non-refundable Amount Of P 10,000.00 To The Iligan City Government Cashier, At The Bac Office, Room 205, Left Wing, 2nd Floor, Sp Bldg., Buhanginan Hills, Palao, Iligan City.the Iligan City Government 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. Furthermore, The City Government Of Iligan Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expense Or Loss Incurred In The Preparation And Submission Of The Eligibility Statements And Bids. Approved By: (signed)darwin J. Manubag, Phd. Bac Chairman Date Of Advertisement/posting: January 14, 2025 Place Of Posting/advertisement: City Hall/ibjt Bulletin Boards, Iligan Official Website, Phil-geps Itb No. 24-147 (ceo-infra)
Closing Date4 Feb 2025
Tender AmountPHP 5.7 Million (USD 98.8 K)

Barangay Bagadion, Libmanan, Camarines Sur Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Tender Amount Updated
Philippines
Details: Description Clustered Infrastructure Projects P 426,560.00 1. Construction Of Barangay Out-post Location: Bagadion, Libmanan, Camarines Sur Appreciation: P 326,560.00 Source Of Fund: P 100,000.00 - General Fund C/y 2024 P 226,560.00 - Capital Outlay - Continuing C/y 2023 Description: Earthworks Concrete Works Roofing And Framing Works Masonry Works Door Installation Steel Works Electrical Works I. Earthworks I.a. Excavation Estimated Quantity= 3.42 Cu.m 3.42 Cu.m Soil Excavate I.b. Gravel Bedding Estimated Quantity= 0.29 Cu.m 0.29 Cu.m Soil Excavate Ii. Concrete Works Estimated Quantity= 3.50 Cu.m A. Materials 34 Bags Cement 2 Cu.m Washed Sand 4 Cu.m 3/4" Crushed Gravel 33 Pcs 16mm Rsb 7 Pcs 12mm Rsb 51 Pcs 10mm Rsb 11 Pcs 1/4" Thk Ordinary Plywood 347 Bdft Formlumber 1 Kgs #16 Tie Wire 5 Kgs Assorted Cw Nail B. Labor C. Equipment Rental For 1 Days 1 Unit Concrete Bagger Mixer Iii. Roofing And Framing Works Estimated Quantity= 1 Lot A. Materials 13 Pcs 2" X 2" Angle Bar 2 Pcs 1" X 1" Angle Bar 6 Pcs 2 X 3" C- Purlin 5 Pcs 0.6mm Thk Corrugated Roof Sheet 10ft 3 Pcs 0.6mm Thk Corrugated Roof Sheet 12ft 2 Pcs 0.6mm Thk Pre-painted Ridge Roll 8ft 3 Pcs 0.6mm Thk Pre-painted End Flashing 8ft 3 Pcs 12mm X 12" X 8" Fascia Board 114 Pcs Tekscrew 5 Kgs Welding Rod 5 Pcs Cutting Disc 1 Can Roof Sealant 1/2 Ltr B. Labor C. Equipment Rental For 3 Days 1 Unit Welding Machine W/ Genset Iv. Masonry Works Estimated Quantity= 33.58 Sq.m A. Materials 441 Pcs 6" Chb 75 Bags Cement 5 Cu.m Washed Sand 14 Pcs 10mm Rsb 14 Pcs 8mm Rsb 2 Kgs #16 Tie Wire B. Labor V. Door Installation Estimated Quantity = 1 Lot A. Materials A D Labor (installation) 1 Unit 0.90m X 2.10m Wooden Flush Door With Jamb And Complete Accessories Vi. Steel Works Estimated Quantity= 1 Lot A. Materials 6 Pcs 12mm Square Bar 2 Pcs Cutting Disc 1 Kgs. Welding Rod 1 Lit Metal Promer 1 Pc Paint Brush 2" B Labor C. Equipment Rental For 1 Day 1 Unit Welding Machine W/ Genset Vii. Electrical Works Estimated Quantity= 1 Lot A. Materials 3 Sets 18 Watts E27 Surface Mounted Led Light 1 Set 2 Gang Switch W/ Plate 3 Sets Duplex Convenience Outlet W/ Grounding 8 Pcs Junction Box 8 Pcs Utility Box 15 Pcs 20mm (3/4") Pvc Adapter 5 Pcs 20mm (3/4) Pvc Conduit 2 Pcs 25mm (1") Pvc Conduit ( Feeder) 3 Pcs 25mm (1") Pvc Adapter (feeder) 3 Pcs 25mm (1") Pvc Clamp ( Feeder) 1 Pc 25mm (1")weatherhead Cap 1 Pc Upvc Square Pull Box 4" X 4" 1 Kgs #16 Tie Wire 1 Set Nema 1 Panel Board 4 Branches Plug-in 50 M 3.5mm2 Thhn (#12 Awg) 5 M 8.0mm2 Thhn (#8 Awg ) 10 M 14.0mm2 Thhn ( # 6 Awg ) 2 Pcs Electrical Tape (big) 1 Pc 15 At, 2p,plug-in Type Cb 1 Pc 20at , 2p, Plug -in Type Cb 1 Pc 60 At, 2p, Plug-in Type Cb 30 M Service Drop ( #6 Awg ) B. Labor C. Tapping Fee Spl I Project Billboard 1 Pc Billboard With Frame ( 8ft X 8ft ) Spl Ii Construction Safety & Health 3 Pcs Uniform 3 Pcs Hard Hat 3 Pcs Safety Boots 3 Pcs Gloves Spl Iii - Photographs 1 Lot Photographs ************************************ 2. Concrete Pathway Location: Zone 2, Bagadion, Libmanan Cam. Sur Appropriation: P 100,000.00 Source Of Fund: Gad Fund C/y 2024 Description: Carriageway: L = 24.5 M W= 2.00 M T= 0.15 M I - Item 105 -sub -grade Preparation Estimated Quantity = 49.0 Sq.m 49.0 Sq.m Sub-grade Preparation Ii- Item 200 Aggregate Subbase Coarse Estimated Quantity= 9.00 Cu.m A. Materials ( Delivered To Site ) 9.00 Cu.m Aggregate Subbase Coarse B. Labor 1 Foreman 4 Helper C. Equipment Rental ( For 1 Day ) 1 Unit Plate Compactor D. Hauling Cost 7.92 Cu.m Aggregate Subbase Coarse Iii Item 311- Portland Cement Concrete Pavement Estimated Quantity= 4.80 Cu.m A. Materials 67 Bags Cement 8 Cu.m 3/4 Crushed Gravel 4 Cu.m Washed Sand 177 Bdft 2" X 6" X 12 Ccl 2 Kgs Assorted Cw Nail C. Equipment Rental ( For 1 Day ) 1 Unit Concrete Bagger Mixer Special Item Spl 1 Project Billboard 1 Pc Project Billboard (8'x8') Spl Ii . Construction Safety & Health 1 Lot Const. Safety And Health Spl Iii - Photograph 1 Lot Photograph
Closing Date2 Jan 2025
Tender AmountPHP 426.5 K (USD 7.3 K)

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The 20% Df Intends To Apply The Sum Of Three Million Six Hundred Sixty Three Thousand Seven Hundred Eight And 92/100(php 3,663,708.92) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, San Roque, Aposkahoy, Claveria, Misamis Oriental, Under Purchase No. 0050-25 Dated November 05, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 800(1) Clearing And Grubbing 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Plain And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel, 100mm) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(1)b3 Ceiling (6mm Marine Plywood, Metal Frame) 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1)a Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 66 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 23, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. 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 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date13 Feb 2025
Tender AmountPHP 3.6 Million (USD 63.1 K)

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The Excise Tax Intends To Apply The Sum Of Three Million Seven Hundred Ninety Four Thousand Three Hundred Eighty And 43/100(php 3,794,380.43) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Child Development Center, Brgy. Poblacion, Alubijid, Misamis Oriental, Under Purchase No. 0011-25 Dated November 12, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 801(1) Removal Of Structures And Obstruction 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Palin And Reinforced Concrete Works 900(1)c Structural Concrete (class A, 28 Days) 902(1)a1 Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel) D.2 Doors And Windows 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(11)a1 Fascia Board (fiber Cement Board) 1003(17) Carpentry And Joinery Works (cabinets) 1003(17) Carpentry And Joinery Works (ceiling) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins 1051(1) Metal Railing Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(20) Facial Mirror 1002(24) Cold Water Lines Part F Electrical Works & Fire Alarm System 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Part G Fire Alarm System 1208 Fire Alarm System Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 67 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 16, 2025 To February 05, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 23, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 06, 2025;10:00am. 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 14. 9. Bid Opening Shall Be On February 06, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date6 Feb 2025
Tender AmountPHP 3.7 Million (USD 64.9 K)

Province Of Negros Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid Bid No. B-428-2024 1. The Provincial Government Of Negros Oriental, Through The Source Of Fund: (sp Res.# 376-2022 A0# 1, Series Of 2022 20% Df, Cy 2022/ Res.#1109-2023 Ao # 27, Series Of 2023 20% Df Cy 2023/ Responsibility Center:1918-004(22)/1918-013(23), Intends To Apply The Sum Of Twelve Million Seven Hundred Forty Thousand Pesos (php 12,740,000.00) Being The Approved Budget For The Contract (abc). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Province Of Negros Oriental Now Invites Bids For The Requirement One (1) Lot ,2 Infrastructure Projects, Viz: 1 To Hire Contractor To Provide Materials, Labor And Equipment For The "additional Appropriation For The Construction Of Multipurpose Building, La-playa Poblacion, Vallehermoso, Negros Oriental” P2,940,000.00 2 To Hire Contractor To Provide Materials, Labor And Equipment For The “improvement Of La-playa Multi-purpose Building, At Poblacion, Vallehermoso, Negros Oriental” P9,800,000.00 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 The Bac Secretariat And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am To 5:00pm (monday To Friday). Wilma D. Padilla Head, Bac Secretariat Bac Secretariat Office, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City Telephone Number : (035) 225-4835, Local 475 Or 475 / Telefax Number Of Bac Secretariat: (035) 226-3804 Email Address Of Bac Secretariat: Bac-secretariat@negor.gov.ph / Bac.secretariat.neg.or@gmail.com 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 13, 2024 To January 7, 2025 Up To 1:00 In The Afternoon 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 Twelve Thousand Pesos (php 12,000.00). 6. The Bids And Awards Committee Will Hold A Pre-bid Conference On December 23, 2024 At 2:00 In The Afternoon At The Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City And/or Through Video Conferencing Or Webcasting Via Google Meet, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 7, 2025 At 1:00 In The Afternoon. 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 14. 9. Bid Opening Shall Be On January 7, 2025 At 1:30 In The Afternoon, Bac Conference Room, Ground Floor, Convention Hotel, Capitol Area, Dumaguete City At The Given Address Below. The Attendance Of The Prospective Bidders Or His/her Duly Representative Is Highly Encouraged. 10. Submitted Documents Without Proper Tabbing For All Copies (3 Envelopes) With Name Of The Document (not Letters Or Numbers) And Not Book Bounded (soft/hard) Is Automatically Disqualified. 11. All Interested Bidders Are Required To Submit An Affidavit Of Site Inspection Certified By The Provincial Engineer Before They Are Allowed To Get The Bidding Documents From The Bac Secretariat 12. The Bac Of The Province Of Negros Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Engr. Andre M. Reyes Provincial Engineer’s Office Capitol Area, Dumaguete City Tel. No.: (035) 226-1982; Facsimile No.: (035) 226-1982 Email : Peonegor@yahoo.com.ph Arthur Fran P. Tolcidas Bac Chairperson One (1) Lot, 2 Infrastructure Projects, Viz: To Hire Contractor To Provide Materials, Labor And Equipment For The “additional Appropriation For The Construction Of Multi-purpose Building, La-playa Poblacion, Vallehermoso, Negros Oriental” Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. Mobilization/demobilization 1.00 Lumpsum Ii. Temporary Facility 1.0 Lumpsum Iii. Signages 1.00 Lumpsum Iv. Occupational Safety 1.00 Lumpsum V. Automatic Fire Sprinkler Roughing-ins 1.00 Lumpsum Vi. Ceiling Works 218.00 Sq.m. Vii. Tile Works 312.0 Sq.m. Viii. Painting Works 747.00 Sq.m. Ix. Electrical Works 1.00 Lumpsum X. Plumbing Works 1.00 Lumpsum Contract Duration: 90 Calendar Days Abc:p2,940,000.00 To Hire Contractor To Provide Materials, Labor, And Equipment For The “improvement Of La-playa Multi-purpose Building, At Poblacion, Vallehermoso, Negros Oriental” Which Includes The Following Scope Of Work: Item No. Item Of Work Quantity Unit I. Mobilization/demobilization 1.00 Lumpsum Ii. Signages 1.00 Lumpsum Iii. Occupational Safety 1.00 Lumpsum Iv. Demolition & Removal Works 1.00 Lumpsum V. Water Proofing Works 465.00 Sq.m. Vi. Excavation & Earth Fill Works 35.00 Cu.m. Vii. Concrete & Structural Works 84.00 Cu.m. Viii. Steel Works 16,865.15 Kgs. Ix. Carpentry Works 916.00 Bd.ft. X. Masonry Works 1,500.00 Sq.m. Xi. Painting Works 125.00 Sq.m. Xii. Roofing Works 130.00 Ln.m. Xiii. Plumbing Works 1.00 Lumpsum Xiv. Electrical Works 1.00 Lumpsum Xv. Door & Windows 1.00 Lumpsum Contract Duration: 170 Calendar Days Abc:p9,800,000.00 Total Abc:p12,740,000.00
Closing Date7 Jan 2025
Tender AmountPHP 12.7 Million (USD 219.5 K)

Province Of Misamis Oriental Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Invitation To Bid 1. The Provincial Government Of Misamis Oriental, Through The 20% Df Intends To Apply The Sum Of Three Million Eighty Five Thousand Nine Hundred Twenty Three And 57/100(php 3,085,923.57) Being The Approved Budget For The Contract Abc To Payments Under The Contract For Construction Of Day Care Center Brgy. San Isidro, Magsaysay, Misamis Oriental, Under Purchase No. 0052-25 Dated November 7, 2024. Description Of Works Part I Other General Requirements B.3(1) Permits And Clearances B.5(1) Project Billboards/signboard B.7(1) Occupational Safety And Health Program B.9(1) Mobilization/demobilization B.26(11) Signages Part Ii Civil , Plumbing And Electrical Works Part A Earthworks 800(3)b Individual Removal Of Trees (above 300mm Up To 500mm Dia.) 803(1)a Structure Excavation (common Soil) 804(1)a Embankment( From Structure Excavation) 804(7) Gravel Fill Part B Termite Control 1000(1) Soil Poisoning Part C Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete (class A, 28 Days) 902(1)a Reinforcing Steel (deformed) Grade 40 903(2) Formworks And Flaseworks Part D Finishing And Other Civil Works D.1 Masonry Works 1046(2)a1 Chb Non Load Bearing ( Including Reinforcing Steel, 100mm) D.2 Doors And Windows 1004(2) Finishing Hardware 1008(1)c Aluminum Glass Window (awning Type) 1009(1)a Jalousie Window 1010(1) Frames, Jambs, Sills, Head, Transoms And Mullions 1010(2)a Hollow Core Flush Door 1010(2)b Wooden Panel Door D.3 Finishing, Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling 1003(11)a1 Fascia Board (fiber Cement Board) 1003(23) Modular Partition 1018(2) Unglazed Tiles 1018(5) Glazed Tiles 1021(1)a Plain Cement Floor Finish 1027(1) Cement Plaster Finish D.4 Painting Works 1032(1)a Painting Works (masonry/concrete) 1032(1)b Painting Works (wood) 1032(1)c Painting Works (steel) D.5 Roof Framing And Roofing Works 1013(2)c Fabricated Metal Roofing Accessory (gutters, Gauge 24) 1013(2)f Fabricated Metal Roofing Accessory (end Flashing/ridge) 1014(1)b2 Pre-painted Metal Sheets (rib-type, Long Span) 1036(1)c Polycarbonate Sheets, Multi Wall 1038(1) Reflective Insulation 1047(1) Structural Steel 1047(2)b Structural Steel Roof Truss 1047(2)c Structural Steel Purlins Part E Plumbing Works 1001(5)b Catch Basin (chb) 1001(8) Sewer Line Works 1001(11) Septic Vault 1002(4) Plumbing Fixtures 1002(24) Cold Water Lines Part F Electrical Works 1100(10) Conduit, Boxes And Fittings Conduit Works/conduit Rough-ins 1101 Wires And Wiring Devices 1102 Power Load Center, Switch Gear And Panel Boards 1103 Lighting Fixtures Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Misamis Oriental Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 61 Calendar Days Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Inspect The Bidding Documents At The Address Given Below During [8:00am-5:00 Pm]. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On [january 23, 2025 To February 12, 2025; 8:00-3:00 Pm] From The Given Address And Website(s) Below Bids And Awards Committee Thru The Bac Secretariat At The Procurement Unit, Capitol Building, Cagayan De Oro City And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of [php5,000.00]. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment. 6. The Provincial Government Of Misamis Oriental Will Hold A Pre-bid Conference On January 30, 2025;10:30am At The Bids And Awards Committee Office, 2nd Floor Capitol Building, Cagayan De Oro City, Which Be Open To Prospective Bidders 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City On Or Before February 13, 2025;10:00am. 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 14. 9. Bid Opening Shall Be On February 13, 2025; 10:30am At The Given Address Bids And Awards Committee Office, Conference Room, 2nd Floor, Capitol Building, Cagayan De Oro City. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Provincial Government Of Misamis Oriental Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Ms. Jacquiline M. Noble Head, Bac Secretariat C/o Procurement Unit Capitol Building Cagayan De Oro City. Bacmisamisoriental@gmail.com Www.misamisoriental.gov.ph Filemon R. Aguilar, Jr. Bac, Chairman
Closing Date13 Feb 2025
Tender AmountPHP 3 Million (USD 53.1 K)

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Repair And Maintenance Of Duplex Building At Da-inrec, Dingras, Ilocos Norte 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of One Million Three Hundred Eighty-five Thousand Sixty-nine Pesos (php1,385,069.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Repair And Maintenance Of Duplex Building At Da-inrec, Dingras, Ilocos Norte With Project Identification Number Da-rfo 1-2025-infra-018. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above Procurement Project With The Following Details And Specifications: Details And Specifications Project Location: Da-inrec, Dingras, Ilocos Norte Project Description: Installation Of Doors And Windows, Carpentry Works, Tinsmithry Works, Electrical Works, Painting Works, Tile Works And Auxiliary Works Scope Of Work: Description Qty Unit I. Doors And Windows 38.68 Sq.m. Ii. Carpentry Works 200.40 Sq.m. Iii. Tinsmithry Works 153.00 Sq.m. Iv. Electrical Works 114.00 Outlet V. Painting Works 763.43 Sq.m. Vi. Tile Works 350.00 Sq.m. Vii. Auxiliary Works 10.00 Sets Minimum Technical Personnel Required: • 1 Project Engineer • 1 Foreman • 4 Skilled Workers • 5 Unskilled Workers Minimum Equipment Required: • 1 Concrete Mixer • 1 Concrete Vibrator • 1 Bar Cutter • 1 Welding Machine • 1 Speed Cutter • 1 Heat Fusion • 1 Grinder Completion Of The Works Is Within Forty-six (46) Working Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From January 13, 2025 To February 5, 2025 From The Address Given And Websites 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 Php5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 24 January 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 05 February 2025,11:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 9. Bid Opening Shall Be On 05 February 2025, 11:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa. C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ January 10, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-018
Closing Date5 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.6 K)

National Irrigation Administration Tender

Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For Cluster 1 (2 Projects) – Establishment Of Pump Irrigation Projects (epip) For Saug Ris And Mal Ris 1. The National Irrigation Administration-regional Office Xi, Through The Gaa-epip Fund Of Cy 2025 Intends To Apply The Sum Of Two Hundred Forty-two Million Eight Hundred Seventy-eight Thousand Three Hundred Sixty-three Pesos & 27/100 (php 242,878,363.27) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cluster 1 (2 Projects) – Establishment Of Pump Irrigation Projects (epip) For Saug Ris And Mal Ris Under Lmc No. 2025-03 Located At Asuncion And Kapalong, Davao Del Norte And Matanao, Davao Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The National Irrigation Administration-regional Office Xi Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 300 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instruction 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 National Irrigation Administration-regional Office Xi And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Monday-friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 03, 2025 – February 17, 2025 From 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 Fifty Thousand Pesos (p50,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees. 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 8:20 Am, Before The Submission Of Their Bids. 6. The National Irrigation Administration-regional Office Xi Will Hold A Pre-bid Conference On 9:00 A.m. On February 03, 2025 At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Conference Room Of Nia-regional Office Xi, Bolton St., Davao City On Or Before 8:30 A.m. On February 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 15. 9. Bid Opening Shall Be On 9:00 A.m. On February 17, 2025 At The Given Address Nia-regional Office Xi, Bolton St., Davao City. Bid Will Be Opened In The Presence Of The Bidders’ Representative Who Choose To Attend The Activity. 10. Other Information: A. Site Inspection Is Required Before Procuring Bid Documents. B. Equipment Requirements: 1.) Saug Ris Lowbed Trailer - 1 Unit Survey Instrument - 1 Unit Stake Truck - 1 Unit Concrete Cylindrical Molds - 2 Sets One Bagger Mixer - 2 Units Concrete Vibrator - 2 Units Backhoe, Crawler - 1 Unit Welding Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Butt Fusion Machine - 1 Unit Service Pick-up - 1 Unit 2.) Mal Ris Cargo Truck - 1 Unit Tractor W/ Dozer - 1 Unit One Bagger Mixer - 4 Units Water Pump (100mmø) - 2 Units Backhoe, Crawler - 1 Unit Core Drilling Machine - 2 Units Dump Truck (9 Cu. M.) - 2 Units Welding Machine - 1 Unit License Minimum Size Range: Medium A In Irrigation And Flood Control Medium A In Electrical Work Medium A In Mechanical Work Specialty In Electro Mechanical Work C. For The Processing Of Payment Of Bidding Documents, Please Be Reminded To Bring The Following Pre-qualification Documents: C.1. Letter Of Intent With The Contact No. Of Authorized Managing Officer C.2. Company Profile C.3. Certificate Of Site Inspection With Attached Geotagged Pictures C.4. Certification From All Provincial Offices (imo) That The Contractor Has Not Incurred Three (3) Strikes From Previous Biddings, Negative Slippage On Ongoing Contracts, And No Unsatisfactory Rating From Latest Cpes Evaluation. C.5. Special Power Of Attorney With Attached Company Id (applicable For Representatives Of License Owners) – With Signature From Contractor (amo) And The Liaison. C.6. Original Pcab License C.7. Certificate Of Completion And Certificate Of Final Acceptance For Single Largest Completed Contract (slcc) 11. The National Irrigation Administration-regional Office Xi 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 35.6 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. For Further Information, Please Refer To: The Bac Secretariat Nia-regional Office Xi Bolton St., Davao City Tel No. (082) 225-1805; Facsimile (082) 225-1805 (sgd.) Ma. Mae N. Edullantes Bac Chaiperson
Closing Date17 Feb 2025
Tender AmountPHP 242.8 Million (USD 4.1 Million)
6091-6100 of 6677 archived Tenders