Electrical Work Tenders
Electrical Work Tenders
Province Of Davao Oriental Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 59.9 Million (USD 1 Million)
Details: Description Republic Of The Philippines Province Of Davao Oriental Bids & Awards Committee City Of Mati Invitation To Bid The Provincial Government Of Davao Oriental Through Its Bids And Awards Committee (bac), Invites Licensed Contractors To Bid For The Hereunder Project: Name Of Project : Completion Of Convention Center Location : Tourism Complex, City Of Mati, Davao Oriental Project Description : Permits And Clearances, Project Billboard, Structure Excavation And Layout, Concrete Works, Reinforcing Steel Bars, Rough Masonry Works, Carpentry And Joinery Works (drywall And Toilet Partitions), Ficem Board (enclosed 2nd Floor Interior Columns), Ceiling Works, Glass Works (doors & Windows), Electrical Works, Plumbing Works, Ceiling And Wall Finishes, Floor Finishes, Steel Works, Supply And Installation Of Hvac Ducting Works And Semi-industrial Air Cooler, Supply And Installation Automatic Fire Sprinkler System, Fire Alarm And Detection System, Electronics And Communication Systems, Roofing Works, Supply And Installation Of Fire Extinguisher With Accessories, Letter Signage Approved Budget For The Contract : Php 59,999,985.83 Completion Period : 300 Calendar Days Source Of Fund : Dbp Loan Minimum Equipment Required : 2 Units – One Bagger Mixer; 1 Unit Bar Cutter; 1 Unit – Bar Bender; 1 Unit – Welding Machine; 1 Unit – Oxy/acetylene Cutting Outfit W/ Acc; 1 Unit – Truck Mounted Crane, Hydraulic Telescopic Boom 21-25mt Technical Personnel Required : 1 – Project Manager, 1-project Engineer, 1 – Material Engineer, 1 – Safety Engineer, 1 – General Foreman Prospective Bidders Should Have A Pcab License With An Experience In Undertaking A Similar Project Within The Last 10 Years. Bidding Will Be Conducted Through An Open Competitive Bidding Procedure Using Non-discretionary “pass/fail” Criteria As Specified In The Implementing Rules And Regulations (irr) Of 9184. Bids In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of The Bidding Documents. All Bids Must Be Accompanied By A Bid Security In The Following Form And Amount In Pesos Or An Equivalent Amount In A Freely Convertible Currency. Form Of Bid Security - Cash Or Cashier’s/manager’s Check Issued By A Universal Or Commercial Bank (2% Of Abc) Minimum Amount - P 1,199,999.72 Form Of Bid Security - Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Or Commercial Bank. Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank ( 2% Of Abc) Minimum Amount - P 1,199,999.72 Form Of Bid Security - Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security (5% Of Abc) Minimum Amount - P 2,999,999.29 Form Of Bid Security - Bid Securing Declaration The Complete Schedule Of Activities Is Listed As Follows: Activities Schedule 1. Issuance Of Bid Documents January 28 To February 17, 2025 2. Pre-bid Conference February 6, 2025 3. Deadline For Submission Of Bids February 18, 2025 - 2:00pm 4. Opening Of Bids February 18, 2025 - 2:00pm The Bac Will Issue Eligibility And Bidding Documents Upon Payment Of A Non-refundable Amount Of P 50,000.00 To The Provincial Treasurer’s Office. The Provincial Government Of Davao Oriental Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. The Provincial Government Of Davao Oriental Pursuant To Section 41.1 Of The Irr Of Ra 9184 As Reiterated Codes 5.9 Of Dbm Circular Letter No. 2010-a, Dated December 30, 2010 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. For Further Information, Please Refer To: Irah Marie R. Venus Head, Bac Secretariat Capitol Hill, Mati, Davao Oriental Email Add: Dvo_bacsecretariat@yahoo.com Freddie C. Bendulo, Reb, Mmrem, Mpa Bac Chairperson
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Closing Date17 Feb 2025
Tender AmountPHP 242.8 Million (USD 4.1 Million)
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
BARANGAY BICLATAN GENERAL TRIAS CITY, CAVITE Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.1 Million (USD 20.5 K)
Details: Description Republic Of The Philippines Province Of Cavite City Of General Trias Barangay Biclatan Invitation To Bid For Project Reference No. B-14-25-002- Construction Of Twenty-five (25) Units 200 Watts Solar Street Lights At Barangay Biclatan, City Of Gen. Trias, Cavite 1. The City Government Unit Of Gen. Trias, Cavite, Through Its Barangay Council Of Biclatan Intends To Apply The Sum Of P 1,199,651.55 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract No. B-14-25-002- Construction Of Twenty-five (25) Units 200 Watts Solar Street Lights At Barangay Biclatan, City Of Gen. Trias, Cavite. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Unit Of Gen. Trias, Cavite Through Its Barangay Council Of Biclatan Now Invites Bids For Construction Of Streetlights Which Includes Scope Of Works; General Requirements, Demolition Of Existing Concrete Pavement, Excavation, Concrete Works (footing Pedestal), Steel Works, Electrical Works And Painting Works. Completion Of The Works Is Required Twenty (20) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, And Partnerships Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Interested Bidders May Obtain Further Information From Barangay Hall Of Barangay Biclatan, City Of Gen. Trias, Cavite And Inspect The Bidding Documents At The Address Given Below From 8:00 Am – 5:00 Pm. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On From The Address Below From January 27 Up To February 17, 2025 From 8:00 A.m. To 4:00 P.m. (except On The Last Day Up To 11:00 A.m.) At The Address Below And Upon Submission Of Letter Of Intent (loi) With The Corresponding Minimum Requirements For Eligibility Check (in Case Of Representative, Written Consent And Valid Id From The Owner) And Payment Of A Non Refundable Fee For The Bidding Documents In The Amount Of P 5,000.00. 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 Fee For The Bidding Documents Not Later That The Submission Of Their Bids. 5. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 6. The Barangay Council Will Hold A Pre-bid Conference On February 4, 2025, 10:00 A.m. At Barangay Hall, Barangay Biclatan, Gen. Trias, Cavite, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 17, 2025 Until 11:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 17, 2025; 3:00 P.m. At Barangay Hall, Barangay Biclatan, Gen. Trias, Cavite. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend With Written Consent From The Owner And Submission Of Valid Id At The Address Below. Late Bids Shall Not Be Accepted. 8. The Barangay Council Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 9. For Further Information, Please Refer To: Barangay Hall Of Biclatan General Trias, Cavite
City Of Antipolo Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 2.8 Million (USD 49.3 K)
Details: Description A.contract Id : Antipolo-08january2025-07 B.name Of Project : Improvement Of Various Stand Alone Comfort Rooms At Kaysakat Elementary School, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D.brief Description : Improvement Of Various Stand Alone Comfort Rooms E.major Item Of Works : Electrical Works; Plumbing Works; Tile Works; Roofing Works F.approved Budget For The Contract : Php 2,866,112.93 G.duration : 60 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: December 20, 2024 - January 08, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: December 27, 2024 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 08, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 08, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
City Of Antipolo Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date15 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.7 K)
Details: Description A.contract Id : Antipolo-15january2025-26 B.name Of Project : Renovation/ Extension Of Hoa Office At Lores Country Homes, Brgy. San Roque, Antipolo City C.location : Brgy. San Roque, Antipolo City D.brief Description : Renovation/ Extension Of Office E.major Item Of Works : Tinsmithry Works; Electrical Works; Stone Masonry Works F.approved Budget For The Contract : Php 1,270,324.30 G.duration : 60 Cd. Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: December 27, 2024 - January 15, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 03, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: January 15, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: January 15, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
City Of Antipolo Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 18 Million (USD 307.8 K)
Details: Description A. Contract Id : Antipolo-05february2025-06 B. Name Of Project : Construction Of Rainwater Catchment Facility At Town And Country Executive Village, Brgy. Mayamot, Antipolo City C. Location : Brgy. Mayamot, Antipolo City D. Brief Description : Construction Of Rainwater Catchment Facility E. Major Item Of Works : Construction Of Pump House And Sump Pit; Plumbing Works; Electrical Works; Mechanical Works F. Approved Budget For The Contract : Php 18,000,000.00 G. Duration : 180 C.d Republic Of The Philippines City Government Of Antipolo Invitation To Bid / Request For Expression Of Interest The City Government Of Antipolo Through The Bids And Awards Committee (bac), Invites Contractors Duly Registered With The Philippines Contractors Accreditation Board (pcab) To Bid For The Following Project/s Chargeable To Their Respective Funds. The Proponent – Contractor Is To Undertake The Proposed Project/s On A Turnkey Basis. The Bac Will Conduct The Procurement Process In Accordance With The Revised Irr Of R.a. 9184. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of Bid. To Bid For The Aforementioned Contract, A Contractor Must Purchase Bid Documents And Must Meet The Following Major Criteria (a) Filipino Citizen Or 75% Filipino – Owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type, Kinds Of Project, Respective Size Ranges And Cost Of This Contract, (c) Completion Of A Similar Contract Costing At Least 50% Of Abc Within A Period Of L0 Years, And (d) Net Financial Contracting Capacity At Least Equal To Abc. The Bac Will Use Non-discretionary Pass / Fail Criteria In The Eligibility Check And Preliminary Examination Of Bids. Interested Contractors Shall Manually Submit Their Bids, Together With Their Duly Accomplished Bid Documents (sealed In Envelopes) Addressed To The Chairman Of The Antipolo City Bids & Awards Committee (acbac) And Shall Be Guided By Hereunder Listed Schedules Of Activities And Locations; Issuance Of Bid Documents: January 17 - February 05, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 24, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Submission Of Bids: February 05, 2025 Not Later Than 11:00 A.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City Opening Of Bids: February 05, 2025 @ 1:00 P.m. At 2nd Floor, Antipolo City Hall Building (main), M.l. Quezon, Cor. Carigma St. Brgy. San Roque, Antipolo City And Upon Payment Of Refundable Fee For The Bidding Documents, Pursuant To The Guidelines Issued By The Gppb, Per Schedule Of Values And/or Project Cost Payable To This City’s Treasurer’s Office. Partial Set Of The Subject Bid Documents May Also Be Downloaded Free Of Charge From The Website Of The Phil-geps And The Website Of This City While Its Completion May Be Purchased By Prospective Bidders As Stated. Bid Security Must Be In The Form Of A) Cash Or Cashier’s/manager’s Check, Issued By A Universal Or Commercial Bank, B) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Foreign Bank, C) Surety Bond Callable On Upon Demand Issued By A Surety Or Insurance Company Duly Certified By A Surety Or Insurance Company Duly Certified By The Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security, D) Bid Securing Declaration, And E) Any Combination Of Identified Forms. The City Government Of Antipolo Reserves The Right To Reject Any Or All Bids, To Declare A Failure Of Bidding, Waive Any Minor Defect Therein, And Accept The Offer Most Advantageous To The Government And Assumes No Responsibility Whatsoever To Compensate Or Indemnify The Bidders For Any Expenses Incurred In The Preparation Of The Bid. For Further Information Prospective And Qualified Bidders May Inquire At The Office Of The Bac Chairman, Through Its Secretariat At City Government Of Antipolo, Brgy. San Roque, Antipolo City. (sgd) Atty. Cedrick Justice U. Capiral Chairman Of The Bac
Municipality Of Basud, Camarines Norte Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 95.1 Million (USD 1.6 Million)
Details: Description Construction Of Two-storey (1,996.31 Sq.m.) Public Market A. General Requirements A.1. Mobilization And Demobilization 1.00 L.s. A.2. Occupational Safety And Health 1.00 L.s. A.3. Project Billboard 1.00 Each A.4. Lot Survey, Ground Layout And Staking 1.00 L.s. B. Earthworks B.1. Removal Of Unsuitable Materials 677.44 Cu.m. B.2. Embankment From Borrow 3,721.38 Cu.m. B.3. Anti-termite Soil Poisoning 1.00 L.s. C. Pile Works C.1. Precast Concrete Pile, Furnished 400mm X 400mm 2,136 L.m. C.2. Pre-cast Concrete Piles, Driven 1.851.20 L.m. D. Construction Of Public Market D.1. Structure Excavation 1,090.23 Cu.m. D.2. Gravel Bedding 111.22 Cu.m. D.3. Structural Concrete (footings, Columns And Beams) 868.06 Cu.m. D.4. Structural Concrete (slabs, Canopies & Parapet Walls) 565.01 Cu.m. D.5. Structural Concrete (lean Concrete) 50.92 Cu.m. D.6. Reinforcing Steel Bars (g40) 83,849.52 Kgs. D.7. Reinforcing Steel Bars (g40) 103,650.44 Kgs D.8. Formworks And Falseworks 1.00 L.s. D.9. Chb (including Reinforcing Steel) 1,012.87 Sq.m. D.10. Cement Plaster Finish 2,025.74 Sq.m. D.11. Doors And Windows 1.00 L.s. D.12. Metal Structures (trusses And Handrails) 7,761.68 Kgs D.13. Ramp Roof And Accessories 81.09 Sq.m. D.14. Ceiling Works 921.81 Sq.m. D.15. Tile Works And Floor Treatments 1,511.93 Sq.m. D.16. Sanitary Works 1.00 L.s. D.17. Storm Drainage System 1.00 L.s. D.18. Cold Water Line Works 1.00 L.s. D.19. Plumbing Fixtures 1.00 L.s. D.20. Electrical Works 1.00 L.s. D.21. Mechanical Works 1.00 L.s. D.22. Painting Works And Wall Treatments 6,317.32 Sq.m. D.23. Water Proofing 2,452.80 Sq.m. D.24. Testing And Commissioning 1.00 L.s. D.25. Stainless Steel Signage (front) - Machine Cut 1.00 L.s. D.26. Concrete Stalls With Drop Ceiling 12.00 Sets D.27. Commercial Unit 1 (7.74 Sq.m.) 40.00 Sets D.28. Commercial Unit 2 (7.00 Sq.m.) 7.00 Sets
Municipality Of Cauayan, Negros Occidental Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date7 Feb 2025
Tender AmountPHP 999.9 K (USD 17.1 K)
Details: Description Republic Of The Philippines Province Of Negros Occidental Municipality Of Cauayan Invitation To Bid The Local Government Unit Of Cauayan, Negros Occidental, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Project: Name Of Project: Labor And Materials For The Rehabilitation And Improvement Of Panaad Multi-purpose Building Location: Barangay Mansilingan, Bacolod City, Negros Occidental Brief Description: Rehab/improvement Of Panaad Multi-purpose Building Approved Budget For The Contract: Php 999,950.60 Funding Source: 20% Mdf 2025 Delivery Period: 90 Calendar Days Prospective Bidders Should Have Experience In Undertaking A Similar Of Services Within The Last Two Years (2) With An Amount Of At Least 50% Of The Proposed Project For The Bidding. In The Case Of Expendable Supplies, Single Largest Completed Contract (slcc) Must Be At Least Twenty Five Percent (25%) Of The Approved Budget For The Contract (abc). The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post- Qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post- Qualification, And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And Its Implementing Rules And Regulation (irr). Prospective Bidders Should Be Registered With The Philippine Government Electronic Procurement System (philgeps) At Www.philgeps.net. The Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents – January 27, 2025 Until February 6, 2025; 5:00 P.m. Pre-bid Conference – January 27, 2025, 10:00 A.m. Deadline For Submission And Acceptance Of Bids - February 7, 2025, 10:00 A.m. Opening Of Bids – February 7, 2025, 10:00 A.m. Bid Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of One Thousand Pesos (₱ 1,000.00) To The Municipality Of Cauayan, Negros Occidental Cashier. Interested Bidders May Obtain Further Information From The Bac Secretariat, Municipal Building, Municipality Of Cauayan, Negros Occidental Contact 0909-139-9277 Or By Email Estember2021@gmail.com. The Lgu Cauayan, Negros Occidental 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. Bill Of Quantities 1.00 L.s. Mobilization / Demobilization 1.00 L.s. Demolition / Removal Of Obstruction 48.00 Bd.ft. Billboard 700.00 Bd.ft. Formworks And Scaffolding 42.86 Cu.m. Excavation 32.05 Cu.m. Backfilling 20.86 Cu.m. Reinforced Concrete Works 2,686.77 Kgs. Dsb Reinforcedment Bars 60.00 Sq.m. Masonry Works - Chb Walls 120.00 Sq.m. Wall Plastering & Edging 25.00 Sq.m. Ceramic Floor Tile / Floor Finish 23.00 Sq.m. Ceiling Works 25.00 Sq.m. Plumbing Works 25.00 Sq.m. Electrical Works 7.00 Sq.m. Temporary Roof At Stair Opening
Province Of Cavite Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date9 Jan 2025
Tender AmountPHP 11.1 Million (USD 192.5 K)
Details: Description I. Project Billboard Pc 1.00 Ii. Temporary Facility Lot 1.00 Iii. Occupational Safety And Health Program Lot 1.00 Iv. Dismantling And Disposal Lot 1.00 V. Layout/staking And Temporary Closure Lot 1.00 Vi. Soil Treatment Works Lot 1.00 Vii. Earthworks A. Excavation Works (manual) Cu.m. 135.36 B. Backfilling Works Cu.m. 95.17 C. Earthfill Cu.m. 94.73 D. Gravel Bedding Cu.m. 15.65 Viii. Concrete Works A. 3000 Psi Concrete (ready Mix) Cu.m. 52.21 B. 3500 Psi Concrete (ready Mix) Cu.m. 73.06 C. Reinforcing Bars Kgs. 16,949.33 D. Formworks Sq.m. 257.50 E. Metal Deck Sq.m. 193.98 F. Shoring Jack Rental Lot 1.00 G. Pumpcrete Rental Lot 1.00 Ix. Masonry Works A. 5" Chb Laying Sq.m. 510.37 B. Plastering Works (rough Finish) Sq.m. 963.76 X. Waterproofing Works Sq.m. 12.40 Xi. Structural Steel Works A. Main Truss & Pratt Truss Kgs. 2,489.76 B. Roof Steel C-purlins Kgs. 1,750.32 C. Roof Frame Accessories Lot 1.00 Xii. Roofing Works A. Tinsmithry Sq.m. 271.00 B. 24" Bended Accesspries (spanish) L.m. 107.42 C. Roof Accessories Lot 1.00 Xiii. Carpentry Works A. Ceiling Works Sq.m. 392.96 B. Airvents Lot 1.00 Xiv. Tile Works A. 30cm X 30cm Vitrified Ceramic Tiles Sq.m. 409.00 B. 40cm X 40cm Vitrified Ceramic Tiles Sq.m. 352.20 C. Stair Nosing Lot 1.00 Xv. Surface Preparation A. Masonry/concrete Surface A1. Interior Sq.m. 481.88 A2. Exterior Sq.m. 481.88 Xvi. Painting Works A. Masonry/concrete Surface Sq.m. 963.76 B. Fiber Cement Surface Sq.m. 392.96 C. Wood Surface Sq.m. 314.00 D. Steel Surface Sq.m. 385.05 E. Scaffolding Rental Lot 1.00 Xvii. Doors And Windows Lot 1.00 Xviii. Steel Works Stainless Steel Handrails And Railings Lot 1.00 Xix. Plumbing Works Lot 1.00 Xx. Sanitary Works Lot 1.00 Xxi. Fire Protection Works Lot 1.00 Xxii. Electrical Works Lot 1.00 Xxiii. Septic Vault A. Excavation Cu.m. 15.06 B. Backfilling Works Cu.m. 3.46 C. Sanitary And Piping Works Lot 1.00 D. Hdpe Polysept Septic Tank Lot 1.00 Xxiv. Cistern Tank Lot 1.00 Xxv. Pump House Lot 1.00 Xxiv. Catch Basins Lot 1.00
BULACAN AGRICULTURAL STATE COLLEGE Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date14 Feb 2025
Tender AmountPHP 249 K (USD 4.2 K)
Details: Description Item No. Unit Item & Description Qty I. Existing Roll-up 1 Lot Repair And Relocation Of Existing Roll Up 1 Ii. Drywall Partition 2 Pcs Metal Studs 2"x3"x3m 3 3 Pcs Metal Double Furring, 5m 3 4 Pcs Fiber Cement Board, 6mm 4 5 Box Blind Rivets 1 6 Pcs Mesh Tape 2" 1 7 Gal Patching Compound 1 8 Set Paint Roller 7" 2 9 Gal Acrylic Paint 1 Iii. Masonry /architectural/painting Works 10 Sq.m Preparation Of Flooring For Tile Works 19.25 11 Lot Repair Of Existing Windows 1 12 Pcs Chb 4" 52 13 Bag Cement 11 14 Cu.m Sand 1.5 15 Lot Formworks And Reinforcements 1 16 Pcs 30cmx30cm Non-skid Tiles 228 17 Pcs 60cmx60cm Ceramic Tiles 14 18 Pcs Tile Trim Edges 8ft 4 19 Bags Tile Adhesive, 25kg 10 20 Bags Tile Spacer 2 21 Bags Tile Grout, 2kg 4 22 Set Aluminum Door For Cr 1 23 Gal Primer Paint 7 24 Gal Masonry Putty 8 25 Gal Semi-gloss Paint 12 Iv. Electrical Works 26 Pcs Led Bulb, 15watts 2 27 Pcs Led Tube Light, 18watts 3 28 Pcs Convenience Outlet, 2gang Universal With Ground 3 29 Pcs Switch, 2gang 2 30 Pcs Switch, 1gang 2 31 Lot Repair And Replacement Of Existing Wirings, Outlets And Receptacles Including Consumables 1 32 Lot Transfer Of Electrical Connection Of Deepwell To The Unit/stall Of Water Reflling Station Including Consumables 1 V. Plumbing Works 33 Pc Hose Bibb Faucet 1 34 Pc Floor Drain 4" 1 35 Lot Repair/replacement Of Existing Plumbing Fixtures At Sink, Lavatory And Cr 1 36 Lot Provision Of Drainage Line From Sink To Outside Drain Connection Including Pvc, Fittings And Consumables 1 Vi. Receiving/releasing Area 37 Sq.ft Glass Wall Window With (1) Sliding Window (2"x4" Analok Framing With 1/4" Thk Glass) 80 38 Set Glass And Aluminum Door 1mx2.1m(2"x4" Analok Framing With 1/4" Thk Glass) 1 Vii. Countersink Cabinet - Aluminum Composite Panel 39 Lot Provision Of Undersink Cabinet Door With Handle At Existing Sink - 1.5mx0.8m 1 40 Lot Provision Of Undersink Cabinet Door With Handle At Counter Area - 2.4mx0.9m 1 41 Labor Cost (lc) 1
6101-6110 of 6677 archived Tenders