Electrical Work Tenders
Electrical Work Tenders
MUNICIPALITY OF INOPACAN, LEYTE Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date6 Feb 2025
Tender AmountPHP 999.9 K (USD 17.1 K)
Details: Description 1. The [local Government Unit Of Inopacan, Leyte], Through The [20% Development Fund Of The Municipal Engineering Office (meo) With Aip Ref. Code No. 3000-500-3-1-10-005-002, Intends To Apply The Sum Of (nine Hundred Ninety-nine Thousand Nine Hundred Forty-two Pesos Only And 21/100 (php 999,942.21) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The [improvement Of Super Health Center/power House]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The [local Government Unit Of Inopacan, Leyte] Now Invites Bids For The [improvement Of Super Health Center/power House]. Completion Of Works Is Required [55 Calendar Days After Contract Signing]. 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 An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As An Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184 Otherwise Known As ‘government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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 The [bids And Awards Committee Of Lgu – Inopacan, Leyte] And Inspect The Bidding Documents At The Address Given Below During [office Hours At 8:00 A.m. To 5:00 P.m.]. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On [january 17, 2025 To February 6, 2025] From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of [one Thousand Pesos Only (php 1,000.00)]. Bids Must Be Delivered To The Address Below On Or Before [february 6, 2025 At 10:00 A.m.]. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In The Itb Clause 18.2. 6. The [local Government Unit Of Inopacan, Leyte] Will Hold A Pre-bid Conference On [______ At 9:00 A.m] At The [new Municipal Building, Poblacion, Inopacan, Leyte] Which Shall Be Open To All Prospective Bidders. 7. Bid Opening Shall Be On [[february 6, 2025 At 10:00 A.m.] At The [conference Room, New Municipal Building, Poblacion, Inopacan, Leyte]. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The [local Government Unit Of Inopacan, Leyte] 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. 9. For Further Information, Please Refer To: Engr. Francis Jonathan B. Phua Bac Chairperson New Municipal Building Poblacion, Inopacan, Leyte – 6522 Contact No. 0997-255-5525 (sgd) Engr. Francis Jonathan B. Phua Bac Chairperson Other Information: Project Description: 1. Improvement Of Super Health Center/power House • General Requirements And Mobilization/demobilization – 1 L.s. • Concrete Works – 12.47 Cu.m • Masonry Works – 87.75 Sq.m • Doors And Windows – 6.00 Sets • Carpentry Works – 273.00 Bd.ft • Steel Roof Framing – 522.00 Meters • Roofing Works – 75.00 Li.m • Electrical Works – 200.00 Li.m • Painting Works – 126.00 Sq.m
BARANGAY TUBARAN, TUBOD, LANAO DEL NORTE Tender
Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date7 Jan 2025
Tender AmountPHP 5 Million (USD 86.1 K)
Details: Description Invitation To Bid Improvement Of Water Supply And Sanitation Project Barangay Tubaran, Tubod, Lanao Del Norte (itb-2024-rsc 001) Approved Budget For The Contract: Php5,000,000.00 The Barangay Tubaran, Tubod, Lanao Del Norte Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And If Found Eligible, To Bid For The Hereunder Contract: Name Of Project : Improvement Of Water Supply And Sanitation Project Location : Barangay Tubaran, Tubod, Lanao Del Norte Source Of Funds : Dbm (lgsf Falgu 2024) Procurement Mode : Public Bidding Brief Description : Contract For Labor And Materials For The Improvement Of Water Supply And Sanitation Project Scope Of Work: Item No. Description I. A.1 Permits And Clearances Ii 100 (1) Clearing And Grubbing Iii Layout And Staking Iv 103 (1) Structure Excavation V 1046 Masonry Works Vi 405 (1) Structural Concrete Vii Roofing & Welding Works Viii Plumbing Works Ix Electrical Works X Spl Project Billboard (4 Units ) The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discrersionary “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 It’s Implementing Rules And Regulations (irr). The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule 1. Issuance And Availability Of Bidding Documents December 18, Up To Stage 3 Bac Office, Purok 3, Barangay, Tubaran, Tubod, Lanao Del Norte 2. Pre-bid Conference December 26, 2024 @ 9:00a.m. Barangay Office, Tubaran, Tubod, Lanao Del Norte 3. Submission And Receipt Of Bids (including Opening Of Bids & Eligibility Check) January 7, 2025 @ 1:00 P.m Barangay Office, Tubaran, Tubod, Lanao Del Norte 4. Bid Evaluation January 8, 2025 @ 2:00 P.m. Barangay Office 5. Post-qualification January 10, 2025 6. Approval Of Resolution/issuance Of Notice Of Award January 13, 2025 And 14, 2025 All Bids Shall Be Accompanied By A Bid Security. The Bid Security Shall Be In An Amount Equal To A Percentage Of The Abc In Accordance With The Following Schedule: Form Of Bid Security Amount Of Bid Security (equal To Percentage Of The Abc) A.) Cash, Cashier’s/manager’s Check Issued By The Universal Or Commercial Bank B.) Bank Draft/guarantee Or Irrevocable Letter Of Credit Issued By A Universal Commercial Bank: Provided, However, That It Shall Be Confirmed Or Authenticated By A Universal Or Commercial Bank, If Issued By A Foreign Bank Two Percent (2%) C. Surety Bond Callable Upon Demand Issued By A Surety Or Insurance Company Duly Certified By The Issuance Commission As Authorized To Issue Such Security Five Percent (5%) D.) Any Combination Of The Foregoing Proportionate To Share Of Form With Respect To Total Amount Of Security. Bidders May Also Submit Bid Securities In The Form Of Cahier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Or Credit From Other Banks Certified By The Bsp As Authorized To Issue Such Financial Instrument. In Lieu, Of A Bid Security, The Bidders Upon Payment Of A Non-refundable Amount Of Five Thousand Pesos Only (php5,000.00) At The Office Of The Barangay Treasurer, Tubaran, Tubod, Lanao Del Norte. The Barangay Tubaran, Tubod, Lanao Del Norte Assumes Ne Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Barangay Tubaran Bids And Awards Committee C/o Mrs. Emma C. Sarausas Bac Secretariat Approved By: April Rose P. Generoso Bac Chairperson
MUNICIPALITY OF INOPACAN, LEYTE Tender
Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 1.4 Million (USD 25.5 K)
Details: Description 1. The [local Government Unit Of Inopacan, Leyte], Through The [20% Development Fund Of The Municipal Engineering Office (meo) With Aip Ref. Code No. 3000-500-3-1-10-005-001, Intends To Apply The Sum Of (one Million Four Hundred Ninety-nine Thousand Three Hundred Thirty-six Pesos Only And 20/100 (php 1,499,336.20) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The [construction Of Daycare Center In Sitio Clave]. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The [local Government Unit Of Inopacan, Leyte] Now Invites Bids For The [construction Of Daycare Center In Sitio Clave]. Completion Of Works Is Required [120 Calendar Days After Contract Signing]. 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 An Open Competitive Bidding Procedure Using A Non-discretionary “pass/fail” Criterion As An Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184 Otherwise Known As ‘government Procurement Reform Act”. Bidding Is Restricted To Filipino Citizens/sole Proprietorship, 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 The [bids And Awards Committee Of Lgu – Inopacan, Leyte] And Inspect The Bidding Documents At The Address Given Below During [office Hours At 8:00 A.m. To 5:00 P.m.]. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On [january 10, 2025 To January 30, 2025] From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of [five Thousand Pesos Only (php 5,000.00)]. Bids Must Be Delivered To The Address Below On Or Before [january 30, 2025 At 10:00 A.m.]. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms In The Amount Stated In The Itb Clause 18.2. 6. The [local Government Unit Of Inopacan, Leyte] Will Hold A Pre-bid Conference On [january 17, 2025 At 9:00 A.m] At The [new Municipal Building, Poblacion, Inopacan, Leyte] Which Shall Be Open To All Prospective Bidders. 7. Bid Opening Shall Be On [january 30, 2025 At 10:00 A.m.] At The [conference Room, New Municipal Building, Poblacion, Inopacan, Leyte]. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. The [local Government Unit Of Inopacan, Leyte] 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. 9. For Further Information, Please Refer To: Engr. Francis Jonathan B. Phua Bac Chairperson New Municipal Building Poblacion, Inopacan, Leyte – 6522 Contact No. 0997-255-5525 (sgd) Engr. Francis Jonathan B. Phua Bac Chairperson Other Information: Project Description: Construction Of Daycare Center 1. Clearing – 1.00 Lot 2. Earthworks – 12.27 Cu.m 3. Concrete Works – 17.34 Cu.m 4. Masonry Works – 115.03 Sq.m 5. Trusses – 153.96 M 6. Roofing -128.00 Li.m 7. Doors And Windows – 12.82 Sq.m 8. Electrical Works – 1.00 Lot 9. Plumbing Works – 1.00 Lot 10. Ceiling Works – 105.69 Sq.m 11. Painting Works – 335.72 Sq.m
MUNICIPALITY OF SANTA TERESITA, CAGAYAN Tender
Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 700 K (USD 11.9 K)
Details: Description Invitation To Bid For The Construction Of Camping Facilities For Bangalao Picnic Groove Barangay Luga, Santa Teresita, Cagayan 1. The Local Government Unit Of Santa Teresita, Through 20% Development Fund 2024 Continuing 2025 Intends To Apply The Sum Of Seven Hundred Thousand Pesos (p 700,000.00) Only Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Camping Facilities For Bangalao Picnic Groove. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Brief Description Of The Contract: Item No. Description Unit Qty. I Earthworks Ls 1.00 Ii Concrete Works Cu.m 7.99 Iii Masonry Works Sq.m 54.95 Iv Doors And Windows Ls 1.00 V Carpentry And Joinery Works Sq.m 30.24 Vi Tile Works Sq.m 34.36 Vii Plastering Works Sq.m 109.90 Viii Roofing And Roofing Frame Ls 1.00 Ix Plumbing Works Ls 1.00 X Railings (ss 304; 30mm) Ls 1.00 Xi Painting Works Sq.m 163.90 Xii Electrical Works Ls 1.00 2. The Local Government Unit Of Santa Teresita Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required Sixty (60) 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 (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 Local Government Unit Of Sta. Teresita And Inspect The Bidding Documents At The Address Given Below From 9:00 Am To 4:00 Pm From Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24, 2025 From Given Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (p 1,000.00) Only. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission Or Through Courier At The Office Address Indicated Below On Or Before February 3, 2025 1:00 Pm. Late Bids Shall Not Be Accepted. 7. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 8. Bid Opening Shall Be On February 3, 2025 1:15 Pm At The Given Address And/or Through Video Conferencing When Applicable Or As The Need Arises. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 9. The Local Government Unit Of Santa Teresita Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information, Please Refer To: Louvette D. Madrid Head, Bac Secretariat Local Government Unit Of Santa Teresita Santa Teresita, Cagayan Email Address: Madridlouvette@gmail.com Engr. Mark Henri M. Mercado, Enp Bac Chairperson Local Government Unit Of Santa Teresita Santa Teresita, Cagayan
City Of Abbeville Tender
Civil And Construction...+2Drainage Work, Water Storage And Supply
United States
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received By The Mayor And Council Of The City Of Abbeville, Vermilion Parish, Louisiana, On-line With Http://www.centralbidding.com And At 101 North State Street, In The Council Meeting Room, Abbeville, Louisiana, Until 2:00 P.m., Thursday, February 6, 2025, For: Water Treatment Plant Improvements For The City Of Abbeville And The Bids Will Be Opened And Publicly Read Aloud At That Time. Bids Received After The Specified Time Will Not Be Considered. The Project Consists Of Constructing – A New Solids Contact Clarifier, A New Waste Sludge Pump Station, A New Sludge Thickener With A Sludge Withdrawal Pump Station, A New Backwash Transfer Pump Station, A New Backwash Settling Tank, Yard Piping Modifications, Lime Feed System Modifications, Chemical Feed System Modifications, Electrical Work, And Associated Miscellaneous Work. The Project Is Funded By The Doa/ocd – Water Sector Program And By The Ldh Drinking Water Revolving Loan Fund As Well As A Grant From The Delta Regional Authority. Bids Will Be Received For A Single Prime Contract. Bids Shall Be On A Lump Sum And Unit Price Basis, With Additive Alternate Bid Items As Indicated In The Bid Form. A Mandatory Pre-bid Conference Will Be Held At 2:00 P.m. On Wednesday, January 29, 2025, At The City Council Meeting Room, Located At 101 North State Street, Abbeville, La 70511. Only The Bids Of Contractors Licensed Under Louisiana Contractor’s Licensing Law Under Chapter 24 Of Title 37 Of The Louisiana Revised Statutes Will Be Considered For Bids Exceeding $50,000.00. Should The Bid Exceed $50,000.00, Contractors Desiring To Bid Shall Hold License Of Proper Classification Under “municipal And Public Works Construction” And/or “heavy Construction” In Full Force And Effect At The Time Drawings, Specifications, And Forms Are Requested From The Office Of The Engineers. As Evidence Of Good Faith Of The Bidder, A “bid Guarantee” Equivalent To 5% Of The Base Bid Plus Any Additive Alternates, Consisting Of A Firm Commitment, Such As A Bid Bond, Certified Check, Or Cashier’s Check, Shall Accompany Each Bid As Assurance That The Bidder Will, Upon Acceptance Of His Bid, Execute Such Contractual Documents As May Be Required And Within The Time Specified. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies, Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An “a–” Rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To 10% Of Policyholders’ Surplus, As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Successful Contractor Will Be Required To Execute A Performance Bond And A Payment Bond In The Full Amount Of The Contract As More Fully Defined In The Bidding Documents. Bidding Documents (plans, Specifications, And Any Published Addenda) May Be Examined And Obtained On All Business Days At The Following Location During The Specified Hours: 1. Sellers & Associates, Inc., 148-b Easy Street, Lafayette, La 70506-3095telephone: 337.232.0777 / Fax: 337.232.0851 Monday - Thursday: 7:30 A.m. To 12:00 Noon And 1:00 P.m. To 5:30 P.m. Friday: 8:00 A.m. To 12:00 Noon 2. The City Of Abbeville’s On-line Bid Submittal Service. Contractors, Sub-contractors, And Suppliers May Also View And Download The Plans, Specifications, And Any Published Addenda At Https://www.centralbidding.com. For Assistance On How To Register On-line Or If Encountering Problems With The Web Site, Contact 225.810.4814 Or 866.570.9620. Properly Licensed Contractors Submitting Bids Electronically Are Required To Provide The Same Documents As Contractors Submitting Through The Mail Or By Hand Delivery. These Items Include The Bid Form, Bid Security With Power Of Attorney Certification, And Certificate Of Resolution/authority. Regardless Of The Bid Results, The Contractor Will Have 48-hours From Opening Of Bids To Provide The Owner The Original Documents. If A Certified Check Or Cashier’s Check Is Submitted As The Bid Security, Electronic Copies Of Both The Front And Back Of The Check Shall Be Included With The Electronic Bid. If A Contractor Fails To Provide The Original Hard Copies Of These Documents Within 48-hours Of The Bid Opening, Bid Shall Be Considered Non-responsive. 3. A $201.00 Deposit On A Set Of Paper Documents Shall Be Fully Refunded Upon Return Of The Paper Documents No Later Than 10-days After Receipt Of Bids. On Other Sets Of Documents Furnished, The Deposit Less The Actual Cost Of Reproduction ($196.00), Shall Be Refunded Upon Return Of The Documents No Later Than 10-days After Receipt Of Bids. 4. Complete Bid Documents For This Project Are Also Available In Electronic Form And May Be Obtained Without Charge And Without Deposit From Sellers & Associates, Inc. Plan Holders Are Responsible For Their Own Reproduction Costs. 5. Ordering Plans And Specifications Shall Be Directed To: Adegeyter@sellersandassociates.com Project Questions Shall Be Directed To The Design Engineer: Jak@sellersandassociates.com Ldh-dwrlf Statements: “equal Opportunity In Employment”: All Qualified Applicants Will Receive Consideration For Employment Without Regard For Race, Color, Religion, Sex, Or National Origin. Bidders On This Work Will Be Required To Comply With The President’s Executive Order No. 11246, As Amended. The Requirements For Bidders And Contractors Under This Order Are Explained In The Specifications. “wage Determinations”: “the Bidding Documents Include A Wage Determination For The Project Based On The Current U.s. Department Of Labor Wage Rates Obtained From Wage Determinations Online (http://www.wdol.gov). The Wage Determination Will Be Re-checked Ten Days Before The Bid Opening, And If It Has Been Revised, The Revised Version Will Be Issued To Bidders As An Addendum”. Bidding Documents Shall Be Available Until Twenty-four (24) Hours Before The Bid Opening Date. No Bidder May Withdraw His Bid For At Least 45-days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Louisiana Uniform Public Work Bid Form Provided In The Specifications. The Owner Reserves The Right To Reject Any And All Bids For Just Cause. In Accordance With R.s. §38:2212, The Provisions And Requirements Of This Section And Those Stated In The Bidding Documents Shall Not Be Waived By Any Public Entity. By Order Of The Aldermen Of The City Of Abbeville, Abbeville, La. S/roslyn White S/kathleen Faulk Mayors City Clerk Publication Dates: Wednesday: December 18, 2024, January 8, 2025, And January 15, 2025 Official Journal: The Abbeville Meridional
MUNICIPALITY OF MANJUYOD, NEGROS ORIENTAL Tender
Civil And Construction...+1Construction Material
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 499.9 K (USD 8.5 K)
Details: Description Republic Of The Philippines Municipality Of Manjuyod Ma-aslum, Manjuyod, Negros Oriental Section I. Invitation To Bid Invitation To Bid For Improvement Of Multi-purpose (ab 2023 & 2024-20% Edf) 1. The Brgy. Maaslum Of Manjuyod, Through The (ab 2023 & 2024-20% Edf) Intends To Apply The Sum Of ₱499,986.60, Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Improvement Of Multi-purpose (ab 2023 & 2024-20% Edf) With Contract No. 002 Dated December 26, 2024. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Select This For Lot-procurement: The Brgy. Maaslum Of Manjuyod, Through The Ab 2023 & 2024-20% Edf) Intends To Apply The Sum Of ₱499,986.60, L Improvement Of Multi-purpose Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot. Bids Received In Excess Of The Abc For Each Lot Shall Be Automatically Rejected At Bid Opening. 2. The Brgy. Maaslum Of Manjuyod Now Invites Bids For Improvement Of Multi-purpose (ab 2023 & 2024-20% Edf). Completion Of The Works Is Required 45 C.d. 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. Item No. Qnty Unit Item Description Estimated Cost 1 1 Lot Improvement Of Multi-purpose 1. 9 Cu.m. Riprap Installation (class B Grout Mixture) And Backfilling Ii. 1 Lot Installation Of Roof Extension And External Toilet W/ Plastered Finish Iii. 45 Sq.m. Concreting Of Perimeter Flooring 100mm Thick With Chb #4 Zocalo Including External Toilet Flooring Iv. 110.92 Cu.m. Painting Of Existing & New Roofing Including New Toilet Walls (interior & Exterior) V. 1 Sq.m. Installation Of Toilet Tiles (floor & Wall Tiles) Vi. 1 Lot Plumbing Works For New Toilet Vii. 1 Lot Installation Of Air Conditioning Units Viii. 1 Lot Electrical Works (application & Energization From Noreco I & Installation Of Aircon Outlets And Additional Lights) Contract Duration: 45 C.d. Item 1 (1 Lot) Abc: 499,986.60 499,986.60 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 Brgy. Maaslum Of Manjuyod And Inspect The Bidding Documents At The Address Given Below From 8:00 Am. – 5:00 Pm., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 14, 2025, From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of ₱1,000.00. Gretchelle G. Solitana Bac Secretariat Brgy. Ma-aslum Manjuyod, Negros Oriental Cell No. 09157492613 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. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before January 23, 2025 @ 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Bid Opening Shall Be On January 23, 2025 At 2:00 Pm. At The Barangay Hall At Ma-aslum, Manjuyod Negros Oriental. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 8. Barangay Hall At Ma-aslum Manjuyod, Negros Oriental 9. The Brgy. Maaslum Of Manjuyod 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. 10. For Further Information Regarding With The Project, Please Refer To: Brgy. Officials Of Ma-aslum Manjuyod, Negros Oriental Cell No. 09677307870 Gerald K. Andaya Bac Chairman Cell No. 09677307870 Bid Form P.r. No: 002 Date: December 26, 2024 To: Brgy. Ma-aslum, Municipality Of Manjuyod Address: Ma-aslum, Manjuyod Negros Oriental We, The Undersigned, Declare That: (a) We Have Examined And Have No Reservation To The Bidding Documents, Including Addenda, For The Contract: Improvement Of Multi-purpose (ab 2023 & 2024-20% Edf). (b) We Offer To Execute The Works For This Contract In Accordance With The Bid And Bid Data Sheet, General And Special Conditions Of Contract Accompanying This Bid; Item No. Qnty Unit Item Description Estimated Unit Cost Estimated Cost 1 1 Lot Improvement Of Multi-purpose I. 9 Cum Riprap Installation (class B Grout Mixture) And Backfilling Ii. 1 Lot Installation Of Roof Extension And External Toilet W/ Plastered Finish Iii. 45 Sq.m. Concreting Of Perimeter Flooring 100mm Thick With Chb #4 Zocalo Including External Toilet Flooring Iv. 110.92 Cu.m. Painting Of Existing & New Roofing Including New Toilet Walls (interior & Exterior) V. 1 Sq.m. Installation Of Toilet Tiles (floor & Wall Tiles) Vi. 1 Lot Plumbing Works For New Toilet Vii. 1 Lot Installation Of Air Conditioning Units Viii. 1 Lot Electrical Works (application & Energization From Noreco I & Installation Of Aircon Outlets And Additional Lights) Contract Duration: 45 C.d. Item 1 (1 Lot) Abc: 499,986.60 The Total Price Of Our Bid, Excluding Any Discounts Offered Below Is: _________________________; The Discounts Offered And The Methodology For Their Application Are: ________________________; (c) Our Bid Shall Be Valid For A Period Of 120 Calendar Days From The Date Fixed For The Bid Submission Deadline In Accordance With The Bidding Documents, And It Shall Remain Binding Upon Us And May Be Accepted At Any Time Before The Expiration Of That Period; (d) If Our Bid Is Accepted, We Commit To Obtain A Performance Security In The Amount Of [insert Percentage Amount] Percent Of The Contract Price For The Due Performance Of The Contract; (e) Our Firm, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Have Nationalities From The Following Eligible Countries: [insert Information]; (f) We Are Not Participating, As Bidders, In More Than One Bid In This Bidding Process, Other Than Alternative Offers In Accordance With The Bidding Documents; (g) Our Firm, Its Affiliates Or Subsidiaries, Including Any Subcontractors Or Suppliers For Any Part Of The Contract, Has Not Been Declared Ineligible By The Funding Source; (h) We Understand That This Bid, Together With Your Written Acceptance Thereof Included In Your Notification Of Award, Shall Constitute A Binding Contract Between Us, Until A Formal Contract Is Prepared And Executed; And (i) We Understand That You Are Not Bound To Accept The Lowest Calculated Bid Or Any Other Bid That You May Receive. (j) We Likewise Certify/confirm That The Undersigned, Is The Duly Authorized Representative Of The Bidder, And Granted Full Power And Authority To Do, Execute And Perform Any And All Acts Necessary To Participate, Submit The Bid, And To Sign And Execute The Ensuing Contract For The (ab 2023 & 2024-20% Edf) At Ma-aslum Of The Municipality Of Manjuyod. (k) We Acknowledge That Failure To Sign Each And Every Page Of This Bid Form, Including The Bill Of Quantities, Shall Be A Ground For The Rejection Of Our Bid. Name: _____________________________________________________________________________ In The Capacity Of: ____________________________________________________________________ Signed: _____________________________________________________________________________ Duly Authorized To Sign The Bid For And On Behalf Of: __________________________________________ Date: __________________________
Offizielle Bezeichnung Tender
Civil And Construction...+1Others
Germany
Closing Date28 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m
Offizielle Bezeichnung Tender
Civil And Construction...+1Others
Germany
Closing Date3 Jan 2025
Tender AmountRefer Documents
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m
Punjab And Sind Bank - PSB Tender
Civil And Construction...+1Civil Works Others
India
Closing Date9 Jan 2025
Tender AmountRefer Documents
Details: Punjab & Sind Bank, Guwahati Zonal Office Invites Sealed Tenders In 2 Bids System From Reputed, Bona Fide And Intending Contractors In The Prescribed Format For Proposed Interior Furnishing, Electrical, Lan Cabling & Ac Works Of Its Proposed New Premises At Dharmanagar, North Tripura. Last Date Of Tender Document Submission 09.01.2025. No Bids Will Be Accepted After 3 Pm And All Bids Received After The Time Will Be Summarily Rejected Even Without Opening Of Technical Bids. The Bank Reserves Right To Cancel Any Or All Tenders And Stop The Process At Any Point Of Time Without Assigning Any Reason Or Notice Whatsoever. I) Bidders Can Download The Requisite Tender Documents From Our Website-www.punjabandsindbank.co.in For Any Further Clarification/query Contact-+91-7896536440 During Office Hours From 10.00 Am To 5.00 Pm Over Phone Or In Person. Zonal Manager Click Here
Municipality Of Binangonan, Rizal Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Closing Date12 Feb 2025
Tender AmountPHP 131.3 K (USD 2.2 K)
Details: Description Saa 9850 Relay Materials Headllight Switch Materials Wd40 Materials Spray Paint Electrical Tape Stop Light Switch Mirror Ball Mirror Mirror Tube 3/4 And Repair Welding Mudguard Dolder Alignment And Welding Stair Alignment And Welding 60 M Wire#16 2 Side Signla Light Install Wiring 2 Side Stop Light Install 2 Side Tail Light Install 3 Kls Welding Rod 8 Pcs Tyrolet Materials 3 Days Work Labor Electrical Xm 2014 Garbage Truck Siding Install Wiring Signal Light Stop Light Install Wiring Tail Light Install Wiring Wire#16 Bosch Relay Materials Socket Relay Busina Horn Switch Grill And Repair Alignment Bulb Replace Pilot Bulb Materials Welding Rod Cut Of Wheel Tyrolet Acetylene Electrical Labor
6831-6840 of 7365 archived Tenders