Electrical Work Tenders

Electrical Work Tenders

Municipality Of Asturias, Cebu Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 1.8 Million (USD 31.6 K)
Details: Description Item No. Description/article Quantity Unit I. Concrete Works A. Footing Portland Cement 55 Bags Gravel 6 Cu.m. Sand 3 Cu.m. B. Pedestal Portland Cement 30 Bags Gravel 3 Cu.m. Sand 2 Cu.m. C. Flooring Portland Cement 380 Gravel 44 Sand 22 Ii. Rebar Works Footing, Pedestal Corr. Bars 10mmø X 6m 70 Lngths Corr. Bars 16mm Ø X 6m 80 Lngths G.i Tie Wire # 16 33 Kls Iii. Form Works Ordinary Plywood 1/2 X 4 X 8 12 Shts Coco Lumber 2 X 2 X 8 40 Pcs Coco Lumber 2 X 4 X 10 35 Pcs Cw Nails # 4 15 Kls Cw Nails # 2 1/2 9 Kls Cw Nails # 1 1/2 6 Kls Iv. Structural (column & Trusses) B.i Pipe 6" Ø X 6.0m X Sch 40 20 Lngths B.i Pipe 2" Ø X 6.0m X Sch 40 55 Lngths B.i Pipe 1 1/2"ø X 6.0m X Sch 400 35 Lngths 16mm X 600 Mm Base Plate 10 Pcs 25mm Ø X 600mm Anchor Bolt 60 Pcs W/ Nut & Washer V. Built-up Girt & Strut B.i Pipe 2" Ø X 6.0m X Sch 40 55 Lngths B.i Pipe 1 1/2" Ø X 6.0m X Sch 40 45 Lngths Vii. Roofing Materials 0.4mm X 1.22m Color Roofing R-type White 674 Lm 0.4mm X 2.44m Spanish Flashing Gutter 25 Lngths 0.4mm X 2.44m Metal Fascia 25 Lngths C-purlins 1.2mm X .05m X .075m X 6m 140 Lngths 16mm Ø X 6.0m Plain Round Bar 35 Lngths Turn Buckle 16mmø 36 Pcs 0.4mm X 2.44m End Flushing 17 Pcs 3/16 X 1 1/2" X 1 1/2" X 60 Angle Bar 25 Lngths 3/16 X 1" X 6.0 Angle Bar 25 Lngths 12mmø X 6m Corr Bar Sag Rod 40 Lngths 2 1/2" Teckscrew 5,500 Pcs Vii. Electrical Works Metal Halide 400 Watts (fire Fly) 8 Pc Thhn Wire # 10/7 5 Box Circuit Breaker 60 Amps. 1 Pc Circuit Breaker 20 Amps. 3 Pc Panel Board 4 Holes (bolt-on) 1 Set Cable Tie 12" 5 Pack Pvc Pipe 1"ø (orange) 30 Lngth Junction Box 4" X 4" 10 Pc Electrical Tape 3m Big 10 Roll Sub-total Viii. Miscellaneous Materials Red Oxide Primer 25 Gals Paint Thinner 13 Gals Paint Brush # 4 15 Pcs Paint Brush # 2 8 Pcs Lpg Small 7 Tank Oxygen 23 Tank Welding Rod 230 Kls Sealant 20 Tubes Blind Rivets 5/32 8 Boxes Drill Bit 5/32 20 Pcs

Bureau Of Fisheries And Aquatic Resources Region Vii Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 300 K (USD 5.1 K)
Details: Description Free On-site Delivery................. 1. 1 Job Supply And Labor And Materials For The Construction Improvement And Modification Of Warehouse/bodega For Dormitory Of Pfo Building, Tagbilaran City, Bohol Scope Of Works: 1. Chipping And Demolation Of Old Concrete Structures: 2. Clearing And Mobilization Of Waste Materials: 3. Tile, Door, Window,lavatory, Toilet Bowl, Water Closet And Electrical Installation: 4. Painting Of Four (4) Interior Dormitory Room; Bill Of Materials A. Concrete And Tile Works 1. 20 Bags Portland Cement 2. 2 Cu.m River Sand 3. 1 Cu.m Gravel-choocker 4. 350 Pcs Floor Tiles (40 X 40 Cm) 5. 6 Bags Tile Adhesive 6. 4 Pack Tile Grout 7. 1 Pcs. Tile Trim B. Partation Walling And Ceiling 8. 20 Pcs. Square Tube (1" X 1" X 20') 9. 20 Pcs. Rectangular Tube (1" X 2" X 20') 10. 8 Pcs. Rectangular Tube (1" X 4" X 20') 11. 6 Pcs. Spanish Gutter 12. 10 Kgs. Welding Rod 13. 6 Box Blind Revits 14. 12 Pcs. Hardiflex (4 X 8 X 6mm) C. Paint And Painting Works 15. 4 Gal Quick Dry Enamel 16. 12 Gal Flatwall Latex-gloss 17. 10 Pcs. Paint Brush - 2 Inch 18. 12 Pcs. Paint Roller D. Water Closet And Lavatory 19. 3 Set Toilet Bowl 20. 3 Set Lavatory 21. 6 Set Faucet With Shower E. Doors And Windows 22. 4 Set Door Jam With Solid Door 23. 8 Set Door Henges 24. 4 Set Door Knob 25. 2 Set Jalousie F. Electrical Works 26. 4 Pcs. Convenience Outlet (3 Gang) 27. 4 Pcs Aircon Outlet 28. 1 Rolls Pdx Wire # 12 29. 4 Pcs. Electrical Switch 30. 2 Pcs. Electrical Tape 31. 4 Pcs. Receptacle Terms & Conditions: 1.) Supplier/bidders Shall Provide Correct And Accurate And Right Legible Information Required In This Form; 2.) Price Quotation/s Must Be Valid For A Period Of Thirty (30) Calendar Days From The Deadline Of Submission. 3.) Price Quotation/s, To Be Denominated In Philippine Peso Shall Include All Taxes, Duties And/ Or Levies Payable. 4.) Quotations Exceeding The Approved Budget For The Contract Shall Be Rejected. 5.) In Case Two Or More Bidders Are Determined To Have Submitted The Lowest Calculated Quotation/lowest Calculated And Responsive Quotation, The Bfar-7 Shall Adopt And Employ "draw Lots" As The Tie-breaking Method To Finally Determine The Single Winning Provider In Accordance With Gppb Circular 06-2005. 6.) Any Interlineations, Erasures Or Overwriting Shall Be Valid Only If They Are Signed Or Initiated By You Or Any Of Your Duly Authorized Representative/s. 7.) The Item/s Shall Be Delivered According To The Requirements Specified In The Technical Specifications And Other Terms And Conditions Stated Herein; 8.) The Bfar-7 Shall Have The Right To Inspect And/or Test (upon Request Letter C/o Supplier) The Goods To Confirm Their Conformity To The Technical Specifications. 9.) Payment Shall Be Processed After Delivery And Upon The Submission Of The Required Supporting Documents, In Accordance With Existing Government Accounting Rules And Regulations. Please Note That The Corresponding Bank Transfer Fee, If Any, Shall Be Chargeable To The Contractor's Account. 10.) Liquidated Damages Equivalent To One Tenth Of One Percent (0.1%) Of The Value Of The Goods Not Delivered Within The Prescribed Delivery Period Shall Be Imposed Per Day Of Delay. The Bfar-7 May Rescind The Contract Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 11.) Submit Three (3) Copies Of Rfq With Printed "terms And Conditions" At The Back.

Bureau Of Jail Management And Penology - BJMP Tender

Others...+1Electrical and Electronics
Philippines
Closing Date6 Jan 2025
Tender AmountPHP 295 K (USD 5 K)
Details: Description Name Of The Procuring Entity: Bureau Of Jail Management And Penology Regional Office Iii (bjmpro-iii) Quotation Number: Bjmpro-iii-103-2024 Project Title: Replacement Of Damage Circuit Breakers And Electrical Wirings At Gapan City Jail-male Dormitory Project Location: Gapan City Jail-male Dormitory Tel/cp No: (045) 305-5819 Request For Quotation Date: December 27, 2024 Company Name: __________________________________ Address: _________________________________________ Please Quote Your Best Offer On The Item/s Listed Below And Submit Your Quotation Duly Signed By The Bidder Or By The Bidder’s Representative Not Later Than January 6, 2025, 9:00 Am In A Sealed Envelope At Logistics Division Bureau Of Jail Management And Penology Regional Office Iii. Failure To Strictly Comply With The Deadline And General Conditions Below Shall Automatically Disqualify The Bidder/s From The Bidding Process. Sgd. Desiree M Jamandron Jail Senior Superintendent Bac Chairperson General Conditions: 1. The Official Request For Quotation Must Be Duly Signed By The Bidder Or By The Authorized Representative. All Entries Must Be Typewritten Or Must Be Legible, If Handwritten. 2. Delivery Period Must Be Within 30 Calendar Days From Receipt Of The Contract By The Winning Bidder. Otherwise, An Applicable Penalty Charge Shall Be Imposed. 3. Warranty Shall Be For A Minimum Period Of Three (3) Months For Expendable Goods And Minimum Of One (1) Year For Non-expendable Goods, Reckoned From The Date Of Acceptance By The Procuring Entity. 4. Bidders Must Bid To All Of The Items In This Request For Quotation, Provided Bids Are Within The Agency Budget Contract (abc) Per Item. 5. Bidders Must Only Use This Request For Quotation Form Available At The Logistics Division Bjmpro-iii Or Downloadable At The Philgeps And Bjmpro-iii Websites. For Each Item, The “bidder’s Specifications Offer,” “quantity,” “unit,” “unit Price,’’ And “total Price” Columns Shall Be Completely Filled Out. Non-compliance And/or Incomplete Data Or Non-filling Up Shall Be Grounds For Disqualification. Also, Offering Alternative Option In Addition To Complying With The Required Specifications Is Considered Non-complying. Entries Such As “do” And “same” Shall Mean That The Bidder Is Offering The Same Specifications As Required, And Shall Be Considered As Having Complied With The Requirements. In Case Of Discrepancy Between “unit Price” And “total Price”, The “unit Price” Shall Prevail And “total Price” Shall Be Corrected. 6. The Bjmpro-iii May Select Or Award The Bidder With The Highest Rated Offer Using Quality Cost Based Evaluation (qcbe). 7. The Highest Rated Bidder (hrb) Shall Be Required To Submit The Following Documentary Requirements Within Three (3) Calendar Days Upon Receipt Of The Notice Of Award: A) Business/mayor’s Permit B) Philgeps Registration Number (platinum) 8. Failure To Submit The Requirements Specified In Item No. 7 Shall Nullify The Award. Name Of The Procuring Entity: Bureau Of Jail Management And Penology Regional Office Iii (bjmpro-iii) Quotation Number: Bjmpro-iii-103-2024 Project Title: Replacement Of Damage Circuit Breakers And Electrical Wirings At Gapan City Jail-male Dormitory Project Location: Gapan City Jail-male Dormitory Tel/cp No: (045) 305-5819 Item No. / Particulars Qty Statement Of Compliance Unit Cost Total Cost I. Electrical Works 1. Wires,cables And Connectors 2.panel Board, Circuit Breakers 1.00 3. Conduit And Fittings 1.00 4. Others 1.00 Total Estimated Project Cost (see Attached File) Total (in Words And In Figures) ______________________________________ _________________________________________________________________ Company Name: ________________________________________________________ Total Approved Budget For The Contract (abc)/estimated Cost = Two Hundred Ninety-five Thousand Pesos (php 295,000.00) Terms Of Payment: Per Accomplishment Of The Bidder End-user: Bjmpro-iii After Having Carefully Read And Accepted Your General Conditions, I/we Quote On The Item/s At Prices Indicated Above With Validity Period Of__ Calendar Days. __________________________________ Signature Over Printed Name __________________________________ Designation/position __________________________________ Company Name __________________________________ Tel. No. / Cellphone No./ E-mail Address

Bureau Of Jail Management And Penology - BJMP Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 705 K (USD 12 K)
Details: Description Name Of The Procuring Entity: Bureau Of Jail Management And Penology Regional Office Iii (bjmpro-iii) Quotation Number: Bjmpro-iii-infra-010-2025 Project Title: Provision Of Secondary Perimeter Fence And Bed Bunks At San Fernando District Jail- Female Dormitory Project Location: San Fernando District Jail- Female Dormitory Tel/cp No: (045) 305-5819 Request For Quotation Date: January 28, 2025 Company Name: __________________________________ Address: _________________________________________ Please Quote Your Best Offer On The Item/s Listed Below And Submit Your Quotation Duly Signed By The Bidder Or By The Bidder’s Representative Not Later Than February 3, 2025, 9:00 Am In A Sealed Envelope At Logistics Division Bureau Of Jail Management And Penology Regional Office Iii. Failure To Strictly Comply With The Deadline And General Conditions Below Shall Automatically Disqualify The Bidder/s From The Bidding Process. Sgd. Desiree M Jamandron Jail Senior Superintendent Bac Chairperson General Conditions: 1. The Official Request For Quotation Must Be Duly Signed By The Bidder Or By The Authorized Representative. All Entries Must Be Typewritten Or Must Be Legible, If Handwritten. 2. Delivery Period Must Be Within 60 Calendar Days From Receipt Of The Contract By The Winning Bidder. Otherwise, An Applicable Penalty Charge Shall Be Imposed. 3. Warranty Shall Be For A Minimum Period Of Three (3) Months For Expendable Goods And Minimum Of One (1) Year For Non-expendable Goods, Reckoned From The Date Of Acceptance By The Procuring Entity. 4. Bidders Must Bid To All Of The Items In This Request For Quotation, Provided Bids Are Within The Agency Budget Contract (abc) Per Item. 5. Bidders Must Only Use This Request For Quotation Form Available At The Logistics Division Bjmpro-iii Or Downloadable At The Philgeps And Bjmpro-iii Websites. For Each Item, The “bidder’s Specifications Offer,” “quantity,” “unit,” “unit Price,’’ And “total Price” Columns Shall Be Completely Filled Out. Non-compliance And/or Incomplete Data Or Non-filling Up Shall Be Grounds For Disqualification. Also, Offering Alternative Option In Addition To Complying With The Required Specifications Is Considered Non-complying. Entries Such As “do” And “same” Shall Mean That The Bidder Is Offering The Same Specifications As Required, And Shall Be Considered As Having Complied With The Requirements. In Case Of Discrepancy Between “unit Price” And “total Price”, The “unit Price” Shall Prevail And “total Price” Shall Be Corrected. 6. The Bjmpro-iii May Select Or Award The Bidder With The Highest Rated Offer Using Quality Cost Based Evaluation (qcbe). 7. The Highest Rated Bidder (hrb) Shall Be Required To Submit The Following Documentary Requirements Within Three (3) Calendar Days Upon Receipt Of The Notice Of Award: A) Business/mayor’s Permit B) Philgeps Registration Number (platinum) 8. Failure To Submit The Requirements Specified In Item No. 7 Shall Nullify The Award. Name Of The Procuring Entity: Bureau Of Jail Management And Penology Regional Office Iii (bjmpro-iii) Quotation Number: Bjmpro-iii-infra-010-2025 Project Title: Provision Of Secondary Perimeter Fence And Bed Bunks At San Fernando District Jail- Female Dormitory Project Location: San Fernando District Jail- Female Dormitory Tel/cp No: (045) 305-5819 No. Qty Uom Item Description Statement Of Compliance Unit Cost Total Cost 1 1 Lot I. Mobilization And Demobilization 2 1 Lot Ii. Site Preparation 3 1 Lot Iii. Scaffoldings 4 1 Lot Iv. Architectural Works 5 1 Lot Electrical Works (see Attached File) Total (in Words And In Figures) ______________________________________ _________________________________________________________________ Company Name: ________________________________________________________ Total Approved Budget For The Contract (abc)/estimated Cost = Seven Hundred Five Thousand Pesos (php 705,000.00) Terms Of Payment: Per Accomplishment Of The Bidder End-user: Bjmpro-iii After Having Carefully Read And Accepted Your General Conditions, I/we Quote On The Item/s At Prices Indicated Above With Validity Period Of__ Calendar Days. __________________________________ Signature Over Printed Name __________________________________ Designation/position __________________________________ Company Name __________________________________ Tel. No. / Cellphone No./ E-mail Address

BARANGAY ALABIDHAN BINGAWAN ILOILO Tender

Civil And Construction...+1Water Storage And Supply
Philippines
Closing Date2 Jan 2025
Tender AmountPHP 450 K (USD 7.7 K)
Details: Description Republic Of The Philippines Province Of Iloilo Municipality Of Bingawan Barangay Alabidhan Office Of The Barangay Bids And Awards Committee I N V I T A T I O N T O B I D Improvement Of Water System Brgy. Alabidhan, Bingawan, Iloilo 1. The Local Government Unit Of Barangay Alabidhan, Bingawan, Iloilo, Through The Provincial Fund Intends To Apply The Sum Of Four Hundred Fifty Thousand Pesos Only (php 450,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Improvement Of Water System Of Barangay Alabidhan, Bingawan, Iloilo. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Local Government Unit Of Barangay Alabidhan, Bingawan, Iloilo Now Invites Bids For: Item Qty. Unit Description Unit Cost Total Cost 1 1 Lot Improvement Of Water System 1:00 Lot Mobilization/demolition 1:00 Lot Temporary Facilities And Billboard 1:00 Lot Safety And Health 1:00 Lot Well Development 1:00 Lot Installation Of Stainless Steel Water Storage Tank And Steel Tower 1:00 Lot Construction Of Pedestal 1:00 Lot Construction Of Power House 1:00 Lot Electrical Works 1:00 Lot Plumbing Works Contract Duration Should Be Within 45 Calendar Days From The Date Of Notice To Proceed. Bidders Should Have Completed, Within 2 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. 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, Otherwise Known As The “government Procurement Reform Act”. 4. Interested Bidders May Obtain Further Information From The Local Government Unit, Barangay Alabidhan, Bingawan, Iloilo And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8 Am To 5 Pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders On December 10, 2024 To January 2, 2025 From The Address Below And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos (p500.00). 6. The Local Government Unit Of Barangay Alabidhan, Bingawan, Iloilo Will Hold A Pre-bid Conference On December 23, 2024, 10::00 In The Morning At Barangay Hall, Barangay Alabidhan, Bingawan, Iloilo, Which Shall Be Open To All Interested Parties. 7. Bids Must Be Delivered To The Address Below On Or Before January 2, 2025, 9:55 In The Morning. 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 2, 2025, 10:00 In The Morning At The Barangay Hall, Barangay Alabidhan, Bingawan, Iloilo. 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. Bidder’s Representative Must Submit Special Power Of Attorney (spa) Duly Notarized For The Purpose Of Joining The Competitive Bidding For The Project During The Submission Of The Letter Of Intent (loi). 9. Bidder Or His Representative Must Present Two (2) Valid Id’s Preferably Recent Company Id And Sss Id, Upon Submission Of The Letter Of Intent (loi) On December 10, 2024 – January 2, 2025. 10. The Local Government Unit Of Barangay Alabidhan, Bingawan, Iloilo 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. 11. For Further Information, Please Refer To: Mr. Jovy C. Seran Barangay Hall Barangay Alabidhan, Bingawan, Iloilo 09615281535 Jvseran65@gmail.com Analyn Q. Fajardo Bbac Chairman

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date22 Jan 2025
Tender AmountPHP 1.6 Million (USD 27.5 K)
Details: Description A.contract Id : Antipolo-22january2025-12 B.name Of Project : Improvement Of Covered Court At Lores Elementary School, Brgy. San Roque, Antipolo City C.location : Brgy. San Roque, Antipolo City D.brief Description : Improvement Of Covered Court E.major Item Of Works : Installation Of Canopy And Louver; Repainting Works; Electrical Works F.approved Budget For The Contract : Php 1,613,725.83 G.duration : 90 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: January 03 - 22, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 10, 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 22, 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 22, 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 San Andres, Romblon Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 999.9 K (USD 17.2 K)
Details: Description Invitation To Bid For: Installation Of Solar Lights At Municipal Cemetery Brgy. Poblacion, San Andres, Romblon The Municipal Government Of San Andres, Romblon Through 20% Development Fund (regular Budget 2025) Intends To Apply The Sum Of Nine Hundred Ninety Nine Thousand, Nine Hundred Seventy Four Pesos And Thirty Three Centavos (php999,974.33) Only Being The Approved Budget For The Contract (abc) To Payments Under The Project: Installation Of Solar Lights At Municipal Cemetery, Brgy. Poblacion, San Andres, Romblon. Bids Received In Excess Of Abc Shall Be Automatically Rejected At Bid Opening. The Municipal Government Of San Andres, Romblon, Now Invites Bids For The Project: Installation Of Solar Lights At Municipal Cemetery, Brgy. Poblacion,, San Andres, Romblon. Completion Of Work Is Required Within 30 Calendars Days Upon Issuance Of Notice To Proceed (ntp). Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Is Contained In The Bidding Documents, Particularly, Section Ll Of Instruction To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 9ra 9184), Otherwise Known As The Government Procurement Reform Act.” Bidding Is Restricted To Filipino Citizen/sole Proprietorship, Or Organization With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. Interested Bidders May Obtain Further Information From The Bac Of Municipal Government Of San Andres, Romblon And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 12:00 Noon And From 1:00 To 5:00pm A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non Refundable Fee For The Bidding Documents In The Amount Of Five Hundred Pesos Only (php500.00) It May Also Be Downloaded Free Of Charge From The Website Of The Philippines Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Free For The Bidding Document Not Later That The Submission Of Their Bids. Bids Must Be Delivered To The Address Below On Or Before February 19, 2025 At 9:00am At Municipal Hall, San Andres, Romblon. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bids Will Be Opened On February 19, 2025 At 9:00 Am At Bac Office, Municipal Hall, San Andres, Romblon In The Presence Of The Bidder Or Bidders’ Representatives Who Choose To Attend The Bidding. Late Bids Shall Not Be Accepted. The Municipal Government Of San Andres, Romblon Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. The Municipal Government Of San Andres, Romblon, 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: Lala D. Merano Bac Chairman Cp # 09214187725 Fe I. Gadon Head Bac Secretariat Cp # 09281542954 Bill Of Quantities Item No. Unit Item Description Quantity Part A- Earthworks 808(1)a Cu.m. Structure Excavation (common Soil) 17.82 804(4) Cu.m. Gravel Fill 1.00 Part B – Plain And Reinforced Concrete Works 900(1)c2 Cu.m. Structural Concrete For Footing (class A, 28 Days) 2.82 900(1)c4 Cu.m Structural Concrete For Column (class A, 28 Days) 2.57 902(1)a Kgs Reinforcing Steel (deformed) Grade 40 170.20 902(1)b Kgs Reinforcing Steel Bar, Grade 60 367.63 903(2) Sq.m. Formworks And False Works 17.28 Part C – Electrical Works 1103(1) Sets Lighting Fixtures 22.00

Dr Jose Fabella Memorial Hospital Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Closing Date20 Jan 2025
Tender AmountPHP 687.5 K (USD 11.7 K)
Details: Description The Dr. Jose Fabella Memorial Hospital Hereby Invites Interested Suppliers To Submit Quotation For The Supply And Delivery Of: Particular Quantity Unit Cost Total Cost Construction Of Dr. Jose Fabella Monument Base, Transfer And Installation Of Dr. Jose Fabella Statue And Plaque To The New Djfmh Building 1 Lot ₱ 687,546.09 Architectural Works Pre-construction Mobilization / Demobilization And Preliminaries 1 Lot Removal Of Statue From Monument Base And Transfer Of Dr. Jose 1 Lot Fabella Statue And Plaque From Old Djmfh, Lope De Vega St. To New Djmfh, Tayuman St. Manila Excavation And Formworks 1 Lot Construction Of New Monument Base Cement, 40kls/bag 30 Bag Sand, In Sacks 3 Cu.m Gravel, In Sacks 4 Cu.m Rebars, 10mmø X 6m, Grade 33 15 Piece Rebars, 16mmø X 6m, Grade 33 22 Piece Gi Wire #16 10 Kilo Concrete Hollow Blocks, 10cm X 20cm X 40cm 150 Piece Granite Slab, 18mm Thick, Light Gray 3 Sq. M Granite Slab, 18mm Thick, Brown 7 Sq. M Ball Top Post Stainless Steel Stanchion With 1.00m Rope Chain, 900mm X 63mm Dia. 16 Piece Paver Brick, 200mm X 100mm X 50mm Thick 80 Piece Pebble Stones, 20-40mm, 10kg/bag 25 Bag Stone Sealer, 1l/can 3 Can Stone Adhesive, 1.3l/jar 4 Jar Miscellaneous 1 Lot Installation Of Statue And Plaque To New Base Installation Of Dr. Jose Fabella Statue And Plaque To The New 1 Lot Monument Base Painting Works Repainting Of Statue And Repolishing Of Plaques Including Surface Preparation, Final Coating, Covering And Or Protection Of Exterior Surfaces To Be Affected And Other Works Including Use Of Tools & Equipment And All Necessary Items To Complete The Works Repainting Of Dr. Jose Fabella Statue 1 Lot Repolishing Of Plaques 1 Lot Painting Of Flooring Adjacent To Monument Base 51 Sq.m Electrical Works Waterproof Led Flood Light, 20 Watts, 230 Volts, Single Phase, White 2 Piece Pvc Pipe, 1/2" 8 L.m 3.5mm Thhn Copper Wire (red) 1 Box 3.5mm Thhn Copper Wire (white) 1 Box 3.5mm Thhn Copper Wire (green) 1 Box Imc Pipe (with Accessories) 3/4" 8 Piece G.i. Square Pull Box (4" X 4") 2 Piece Imc Elbow (3/4") 3 Piece Miscellaneous 1 Lot Note: 1. Site Inspection Is Needed For Quotation Purpose 2. All Materials Needed For The 100% Completion Of Project Shall Be Provided By The Supplier Without Any Cost. Total ₱ 687,546.09 Page 2 Request For Quotation (construction Of Dr. Jose Fabella Statue Monument Base And Plaque) Quotation Must Be Submitted To The Bac Secretariat Office, New Dr. Jose Fabella Memorial Hospital, Tayuman St., Manila On Or Before January 20 , 2025 To Submit Together With Quotation The Following Documents: 1. Philgeps Registration Certificate. 2. Mayor’s Permit 3. Omnibus Sworn Statement 4. Latest Income Tax Return 5. Pcab License For Details, Please Contact The Bac Secretariat At Bacfabella@yahoo.com. The Djfmh Reserves The Right To Accept Or Reject Any Or All Quotations, To Waive Any Defects Found Therein And To Accept Such Quotations As May Be Considered Advantageous To The Government. The Djfmh-bac Assumes No Obligation To Compensate Or Indemnify The Bidders For Any Expenses Or Losses That May Be Incurred In The Preparation Of Quotations Nor Does It Guarantee That An Award Will Be Made. (sgd) Maria Lu D. Andal, M.d. Chair, Bids And Awards Committee (for Infrastructure / Goods Non-medical Consulting Services / Non-medical Equipment / Services)

Municipality Of Dumingag, Zamboanga Del Sur Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 1.2 Million (USD 21.6 K)
Details: Description Invitation To Bid For Labor For Dumingag Ip Housing Project At Dilud, Dumingag, Zamboanga Del Sur The Municipality Of Dumingag, Zamboanga Del Sur, Intends To Apply Through Trust Fund The Sum Of One Million Two Hundred Seventy-one Thousand Two Hundred Pesos (php 1,271,250.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For Labor For Dumingag Ip Housing Project At Dilud, Dumingag, Zamboanga Del Sur. Bids Received In Excess Of The Abc Shall Be Automatically Rejected A Bid Opening. • The Municipality Of Dumingag Now Invites Bids For (p 1,271,250.00) Project Includes: Item No. Scope Of Works Quantity Unit Unit Cost Total 1 Land Excavation 373.5 Cu.m 2 Structure Excavation 104.79 Cu.m 3 Embankment (10 Unit Housing) 45 Cu.m 4 Scaffoldings 1 L.s 5 Steel Works 145.6 Kgs 6 Concrete Works 141.28 Cu.m 7 Masonry Works 392.4 Sq.m 8 Plumbing Works 1 Lot 9 Roofing Works 407.35 Sq.m 10 Doors & Windows 548.25 Sq.m 11 Electrical Works 1 Lot 12 Carpentry Works 1 Lot 13 Septic Tank 36 Unit 14 Construction Safety & Health 1 Lot 15 Project Billboard 1 Lot 16 Temporary Facility 1500 Bd.ft 17 Clearing & Grubbing 2370.65 Sq.m Total Completion Of Works Required Is 179 Cd. Bidders Should Have Completed Within One Months (1) From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Documents Particularly In Section Ii Instruction To Bidders. • Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 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, Partnerships, Or Organizations With At Least Seventy Five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. • Interested Bidders May Obtain Further Information From Local Government Unit Of Dumingag, Zamboangadel Sur Bids & Awards Committee And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00am – 12:00pm And 1:00pm – 5:00pm Monday To Friday. • A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Philippine Pesos: Five Thousand Pesos (php 5,000.00) Starting January 9, 2025 To January 28, 2025. • A Pre-bid Conference Will Be On January 15, 2025 At Bac Office, Municipal Hall Building, Dumingag Zamboanga Del Sur. • Bids Must Be Delivered To The Address Below On Or Before 09:00 O’clock In The Morning Of January 28, 2025 At Bac Office, Municipal Hall Building, Dumingag, Zamboanga Del Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Accepted. • Bid Opening Shall Be On January 28, 2025 At Exactly 09:00 O’clock In The Morning At Bac Office, Municipal Hall Building, Dumingag, Zamboanga Del Sur. • The Local Government Unit Of Dumingag, Zamboanga Del Sur Bac Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders • For Further Information, Please Refer To: Al Rey L. Estillore Bac Chairman Dumingag, Zamboanga Del Sur 09207559840 Bac.dumingag@gmail.com Sgd. Al Rey L. Estillore Mpdo-ico/bac - Chairman

MUNICIPALITY OF CAJIDIOCAN, ROMBLON Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 1.9 Million (USD 34.1 K)
Details: Description Itb No. 2025-007 Republic Of The Philippines Province Of Romblon Municipality Of Cajidiocan Invitation To Bid For Construction Of Cambalo National High School Multi-purpose Hall- Cambalo, Cajidiocan, Romblon 1. The Municipal Government Of Cajidiocan, Romblon Intends To Apply The Sum Of One Million Nine Hundred Ninety-nine Thousand Seven Hundred Seventy-three And 65/100 (php 1,999,773.65) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Construction Of Cambalo National High School Multi-purpose Hall – Cambalo, Cajidiocan, Romblon. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Municipal Government Of Cajidiocan, Romblon Now Invites Bid For The Construction Of Cambalo National High School Multi-purpose Hall – Cambalo, Cajidiocan, Romblon. Completion Of The Works Required Is 95 Calendar Days. Prospective Bidders Must Have An Experience Of Having Completed At Least One (1) Contract That Is Similar To The Contract To Be Bid Within The Last Two (2) Years From The Date Of Submission And Receipt Of Bids. 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 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 Proprietorship, Partnerships Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stocks 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. 4. Interested Bidders May Obtain Further Information From The Municipal Government Of Cajidiocan, Romblon And Inspect The Bidding Documents At The Address Given Below During Office Hours, 8.00 A.m. To 5.00 P.m. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of Non- Refundable Fee For Bidding Documents Pursuant To The Latest Guidelines Issued By The Gpbb, In The Amount Of Five Thousand Pesos Only (p 5,000.00) 5. Bids Must Be Delivered To The Address Below On Or Before January 30, 2025 –9:00 A.m. At The Municipal Engineer Office. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount As Stated In Itb Clause. Pre Bid Conference Is On January 17, 2025 – 9:00 Am. Bids Will Be Opened In The Presence Of The Bidder’s Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Accepted 6. The Municipal Government Of Cajidiocan, Romblon Reserves The Right To Accept Or Reject Any Bid, To Annual The Bidding Process And To Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 7. For Further Information, Please Contact/refer: Municipal Engineer/ Bac Chairman, Engr. Christopher M. Rizo Or Bac Secretariat Arc. Kathleen M. Rabino Lgu- Cajidiocan, Romblon. Signed Engr. Christopher M. Rizo Bac Chairman Date Of Posting: January 09, 2025 Item No. Description Quantity Unit Spl-i General Requirements 1 Lot Spl-ii Excavation & Stake-out 56.724 Sq.m Spl-iii Embankment 70.5 Cu.m 404 Reinforcing Steel 4,701.71 Kgs. 405 Structural Concrete 36.15 Cu.m 7043 (a) Masonry Works- Block- Laying 218.50 Sq.m 7043 (b) Plastering 485.00 Cu.m 1047 Structural Steel 1.00 Lot 1014 Pre-painted Metal Sheets 136.03 Sq.m Spl-iv Plumbing Works 1.00 Lot 803 Electrical Works (rough-in) 1.00 Lot Spl-v Ceiling Works 34.20 Sq.m Spl-vi Occupational Safety & Health Program 1.00 Lot
6861-6870 of 7363 archived Tenders