Electrical Work Tenders

Electrical Work Tenders

City Of Antipolo Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date30 Jan 2025
Tender AmountPHP 2.5 Million (USD 43.6 K)
Details: Description A.contract Id : Antipolo-30january2025-02 B.name Of Project : Improvement Of Covered Court At Brgy. Hall, Brgy. Dalig, Antipolo City A.brief Description : Replacement Of Canopy, Gutter And Downspout; Improvement Of Court Fence; Repainting Of Covered Court; Repainting Of Covered Court Flooring B.major Item Of Works : Repainting Works; Electrical Woks; Installation Of Additional Fence C.approved Budget For The Contract : Php 2,557,343.50 D.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 10 - 30, 2025 @ 10:00 A.m.at Office Of The City Engineer, City Government Of Antipolo, Brgy. San Roque, Antipolo City Pre-bid Conference: January 17, 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 30, 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 30, 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...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 7.1 Million (USD 123 K)
Details: Description A. Contract Id : Antipolo-05february2025-03 B. Name Of Project : Installation Of Traffic Lights At Olalia Road - Sumulong Highway Intersection, Antipolo City C. Location : Sumulong Highway Intersection, Antipolo City D. Brief Description : Installation Of Traffic Lights E. Major Item Of Works : Structural Works; Steel Works; Painting Works; Electrical Service Entrance F. Approved Budget For The Contract : Php 7,191,193.87 G. Duration : 60 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

City Of Antipolo Tender

Civil And Construction...+3Civil Works Others, Electrical and Electronics, Electrical Works
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 7.5 Million (USD 128.2 K)
Details: Description A. Contract Id : Antipolo-05february2025-04 B. Name Of Project : Installation Of Traffic Lights At Circumferential Road And C. Lawis 4k Street, Brgy. San Jose, Antipolo City C. Location : Brgy. San Jose, Antipolo City D. Brief Description :installation Of Traffic Lights E. Major Item Of Works :structural Works; Steel Works; Painting Works; Electrical Service Entrance F. Approved Budget For The Contract : Php 7,500,000.00 G. Duration : 60 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

Department Of Education Schools Division Of Sorsogon Provi Tender

Others...+2Machinery and Tools, Electrical and Electronics
Philippines
Closing Date31 Jan 2025
Tender AmountPHP 93.4 K (USD 1.5 K)
Details: Description Standard Form Number: Sf-good-60 Revised On: May 24, 2004 Request For Quotation Date: January 27, 2025 Quotation No.: 25-01-018 Business Name: Address: Owner: Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than In The Return Envelope Attached Herewith. Gina Q. Tarog Cid Chief Chairperson, Deped, Sor. - Bids And Awards Committee Note: 1. All Entries Must Be Typewritten 2. Delivery Period Within Ten (10) Calendar Days 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validityshall Be For A Period Of Thirty (30) Calendar Days 5. Philgeps Registration Certificate For Php 500,000.00 Above Projects And Philgeps Registration No. For Below Php 500,000.00 And Mayors Permit, Dti Registration, Latest Income Tax Return And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation Please Check: __/___ Philgeps Certification ___/______ Dti Certificate _______/__ Mayors Permit _______/__ Income Tax Return _______/____ Omnibus Sworn Statement 6. Bidders Shall Submit Original Brochures Showing Certifications Of The Product Being Offered. Item No. Item & Description Qty. Unit Abc Unit Price Total Unit Cost Total Purchase Of Materials And Labor For The Proposed Main Water Pump Relocation And Provision Of Back-up Water Source 1 Magnetic Contactor With Thermal Overload Relay 1 Unit 3,250.00 3,250.00 2 Ppr Check Valve 1" 2 Pcs 630.00 1,260.00 3 Ppr Gate Valve 1" 4 Pcs 672.00 2,688.00 4 Ppr Coupling 1" 60 Pcs 42.00 2,520.00 5 Ppr Tee Connector 1" 2 Pcs 210.00 420.00 6 Ppr Elbow 1" 90 Deg 6 Pcs 42.00 252.00 7 Ppr Pipe 1" 60 Pcs 770.00 46,200.00 8 Foot Valve 1" 1 Pcs 560.00 560.00 9 Ppr Male Adaptor 1" 1 Pcs 350.00 350.00 10 Cement 6 Bag 372.00 2,232.00 11 Sand 0.5 Cum 1,380.00 690.00 12 Hinged Metal Cover (countersunk), Heavy Duty 12" Dia 1 Set 3,000.00 3,000.00 13 Labor (including Removal Of Straw And Footvalve, Concrete Demolition And Cutting, Plumbing, Electrical Rewiring, And Civil Works) 1 Lot 30,039.90 30,039.90 X-x-x-x-x-x-x-x Total 93,461.90 Brand And Model: Delivery Period: Warranty: Price Validity: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name/signature Tel.no./cellphone No. Email Address Date

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupatinal Safety And Health L.s. 1.00 Total Cost (part A) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structural Excavation(common Soil) Cu.m. 103.49 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 86.26 804(2)a Embankment From Borrow(common Soil) Cu.m. 89.60 804(7) Gravel Fill Cu.m. 49.73 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 85.79 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 4,967.48 903(2) Formworks And Falseworks Sq.m. 235.20 Total Cost (part B) Carried To Summary Php Part C Finishing And Other Civil Works 1003(11)a1 Fascia Board (12mm, Fiber Cement Board) M. 99.60 1032(1)a Painting Works(masonry/concrete) Sq.m. 203.64 1032(1)c Painting Works(steel) Sq.m. 396.50 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Longspan) Sq.m. 594.00 1013(2)a Fabricated Metal Roofing Accessory(gauge 26 (0.551mm), Ridge/hip Rolls) L.m 30.00 1013(2)b Fabricated Metal Roofing Accessory(gauge 26(0.551mm), Flashing) L.m. 39.60 1047(7) Structural Steel L.s. 1.00 1047(8)a Structural Steel (trusses) Kg 6,461.41 1047(8)b Structural Steel (purlins) Kg 6,369.80 1047(5)a Metal Structure Accessories (bolts And Rods) Kg. 84.42 1047(5)d Metal Structure Accessories (steel Plates) Kg. 456.16 1047(5)b Metal Structure Accessories (sagrods) Kg. 246.10 1047(5)c Metal Struture Accessories(cross Bracing) Kg. 419.84 1047(4)b Metal Struture Accessories (turnbuckle) Each 28.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date18 Feb 2025
Tender AmountPHP 4.9 Million (USD 85.5 K)
Details: Description Part I Other General Requirements B.3(1) Permits And Clearances L.s. 1.00 B.5(1) Project Billboard/signboard Each 2.00 B.7(1) Occupatinal Safety And Health L.s. 1.00 Total Cost (part A) Carried To Summary Php Part Ii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part A Earthworks 800(2) Clearing And Grubbing L.s. 1.00 803(1)a Structural Excavation (common Soil) Cu.m. 103.49 804(1)a Embankment From Roadway/structure Excavation (common Soil) Cu.m. 86.26 804(2)a Embankment From Borrow (common Soil) Cu.m. 89.60 804(7) Gravel Fill Cu.m. 49.73 Total Cost (part A) Carried To Summary Php Part B Plain And Reinforced Concrete Works 900(1)i Structural Concrete (class A, 28days) Cu.m. 85.79 902(1)a1 Reinforcing Steel (deformed)(grade 40) Kg 4,967.48 903(2) Formworks And Falseworks Sq.m. 235.20 Total Cost (part B) Carried To Summary Php Part C Finishing And Other Civil Works 1003(11)a1 Fascia Board (12mm, Fiber Cement Board) M. 99.60 1032(1)a Painting Works(masonry/concrete) Sq.m. 117.76 1032(1)c Painting Works(steel) Sq.m. 397.42 1014(1)a2 Pre-painted Metal Sheets(above 0.427mm, Corrugated, Longspan) Sq.m. 594.00 1013(2)a Fabricated Metal Roofing Accessory (gauge 26 (0.551mm), Ridge/hip Rolls) L.m 30.00 1013(2)b Fabricated Metal Roofing Accessory (gauge 26(0.551mm), Flashing) L.m. 39.60 1047(7) Structural Steel L.s. 1.00 1047(8)a Structural Steel (trusses) Kg 6,461.41 1047(8)b Structural Steel (purlins) Kg 6,369.80 1047(5)a Metal Structure Accessories (bolts And Rods) Kg. 84.42 1047(5)d Metal Structure Accessories (steel Plates) Kg. 456.16 1047(5)b Metal Structure Accessories (sagrods) Kg. 246.10 1047(5)c Metal Struture Accessories (cross Bracing) Kg. 419.84 1047(4)b Metal Struture Accessories (turnbuckle) Each 28.00 Total Cost (part C) Carried To Summary Php Part D Electrical 1100(10) Conduits, Boxes & Fittings (conduit Works/conduit Rough-in) L.s. 1.00 1101(33) Wires And Wiring Devices L.s. 1.00 1102(1) Panelboard With Main & Branch Breakers L.s. 1.00 1103(1) Lighting Fixtures L.s. 1.00 Total Cost (part D) Carried To Summary Php

DIVISORIA NATIONAL HIGH SCHOOL BONTOC, SOUTHERN LEYTE Tender

Civil And Construction...+2Construction Material, Machinery and Tools
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 504.6 K (USD 8.6 K)
Details: Description Select Item No Product/service Name Description Quantity Uom Budget 1 Construction Of Temporary Wash Facility Mobilization/temporary Structures 3 Lot 4947.27 2 Construction Of Temporary Wash Facility Safety And Health 3 Lot 4947.27 3 Construction Of Temporary Wash Facility Earthworks 56 Square Meter 1112.72 4 Construction Of Temporary Wash Facility Earthworks 27 Cubic Meter 5082.78 5 Construction Of Temporary Wash Facility Concreting Works-wall Footing-portland Cement 24 Bag 6469.68 6 Construction Of Temporary Wash Facility Wall Footing-crushed Gravel 3/4" 3 Cubic Meter 4914.69 7 Construction Of Temporary Wash Facility Wall Footing-washed Sand 2 Cubic Meter 2741.25 8 Construction Of Temporary Wash Facility Column-portland Cement 21 Bag 5660.97 9 Construction Of Temporary Wash Facility Column-crushed Gravel 1" 2 Cubic Meter 3739.50 10 Construction Of Temporary Wash Facility Column-washed Sand 2 Cubic Meter 2741.25 11 Construction Of Temporary Wash Facility Beam-portland Cement 12 Bag 3234.84 12 Construction Of Temporary Wash Facility Beam-crushed Sand 3/4" 2 Cubic Meter 2493 13 Construction Of Temporary Wash Facility Beam-washed Sand 1 Cubic Meter 1370.63 14 Construction Of Temporary Wash Facility Slab On Grade-portland Cement 27 Bag 7278.39 15 Construction Of Temporary Wash Facility Slab On Grade-crushed Gravel 3/4" 3 Cubic Meter 4914 16 Construction Of Temporary Wash Facility Slab On Grade-washed Sand 2 Cubic Meter 2741.25 17 Construction Of Temporary Wash Facility Handwashing-portland Cement 6 Bag 1617.42 18 Construction Of Temporary Wash Facility Handwashing-crushed Gravel 3/4" 1 Cubic Meter 1246.50 19 Construction Of Temporary Wash Facility Handwashing-washed Sand 1 Cubic Meter 1370.63 20 Construction Of Temporary Wash Facility Rebar Works-deformed Round Bars, 12mmx6m, Grade 40 690 Kilo 31473.58 21 Construction Of Temporary Wash Facility Rebar Works-deformed Round Bars, 10mmx6m, Grade 40 129 Kilo 5866.98 22 Construction Of Temporary Wash Facility Rebar Works-g.i. Tie Wire 18 Kilo 1489.50 23 Construction Of Temporary Wash Facility Rebar Works-coco Lumber, 2"x3"x12" 216 Board Feet 4903.20 24 Construction Of Temporary Wash Facility Rebar Works-plywood Ordinary, 1/4", 4'x8' 6 Piece 2922 25 Construction Of Temporary Wash Facility Rebar Works-cwn, Assorted 3 Kilo 240 26 Construction Of Temporary Wash Facility Beams-coco Lumber, 2"x2"x12" 60 Board Feet 1362 27 Construction Of Temporary Wash Facility Beams-plywood Ordinary 1/4", 4'x8' 3 Piece 1462.50 28 Construction Of Temporary Wash Facility Beams-cwn, Assorted 3 Kilo 240 29 Construction Of Temporary Wash Facility Handwashing-coco Lumber, 2"x2"x12" 24 Board Feet 544.80 30 Construction Of Temporary Wash Facility Handwashing-plywood Ordinary 1/4", 4'x8' 3 Piece 1462.50 31 Construction Of Temporary Wash Facility Handwashing-cwn, Assorted 3 Kilo 240 32 Construction Of Temporary Wash Facility Masonry Works-masonry Wall-chb 6" Thk 906 Piece 27352.14 33 Construction Of Temporary Wash Facility Masonry Wall-portland Cement 24 Bag 6480 34 Construction Of Temporary Wash Facility Masonry Wall-washed Sand 3 Cubic Meter 5754 35 Construction Of Temporary Wash Facility Masonry Wall-10mm X 6m Rsb 96 Kilo 4587.84 36 Construction Of Temporary Wash Facility Masonry Wall-g.i. Tie Wire 3 Kilo 255 37 Construction Of Temporary Wash Facility Plastering-portland Cement 30 Bag 8100 38 Construction Of Temporary Wash Facility Plastering-washed Sand 3 Cubic Meter 5754 39 Construction Of Temporary Wash Facility Doors And Windows-d-3 Flush Door O 70m X 2.10m On 150mm Wooden Jamb Complete With Accessories 6 Set 24507 40 Construction Of Temporary Wash Facility Steel Works-lc 75x38x15x2.0mm 272 Kilo 13837.81 41 Construction Of Temporary Wash Facility Steel Works-l 50 X 50 X 6mm 55 Kilo 5556.98 42 Construction Of Temporary Wash Facility Steel Works-g I Pipe 75mm Sch 40 6 Piece 12432 43 Construction Of Temporary Wash Facility Steel Works-tubular 50mm X 100mm X 1.5mm 6 Piece 8227.50 44 Construction Of Temporary Wash Facility Steel Works-50mm X 75mm X 1.2mm Tubular Pipe 15 Piece 9375 45 Construction Of Temporary Wash Facility Steel Works-welding Rod 9 Kilo 1012.50 46 Construction Of Temporary Wash Facility Roofing Works-long Span Roofing, Corrugated, Pre-painted, 1220mm X 0.4mm Thick 26 Meter 10313.22 47 Construction Of Temporary Wash Facility Roofing Works-flashing Ga 26, 24"x8" 6 Piece 2988 48 Construction Of Temporary Wash Facility Roofing Works-teckscrew 2-1/2" 207 Piece 517.50 49 Construction Of Temporary Wash Facility Roofing Works-roof Sealant 6 Liter 1800 50 Construction Of Temporary Wash Facility Roofing Works-polycarbonated Sheets Twin Wall 6mm Thick Including Accessories 20 Square Meter 35006.40 51 Construction Of Temporary Wash Facility Carpentry Works-ceiling-rough Lumber, Sun Dried, Tanguile, 2"x2"x12" 84 Board Feet 4121.88 52 Construction Of Temporary Wash Facility Ceiling-plywood Marine 1/4" X 4'x8' 9 Piece 5435.10 53 Construction Of Temporary Wash Facility Ceiling-finishing Nails 3 Kilo 256.20 54 Construction Of Temporary Wash Facility Ceiling-common Wire Nails 3 Kilo 292.80 55 Construction Of Temporary Wash Facility Ceiling-fascia Board, Fiber Cement 10" X 12' 12 Piece 5160.60 56 Construction Of Temporary Wash Facility Ceiling-ceiling Vent 1" X 12" X 4' With Screen 3 Piece 896.70 57 Construction Of Temporary Wash Facility Electrical Works-roughing-ins-electrical Conduit Upvc, 15mm 15 Piece 2085 58 Construction Of Temporary Wash Facility Junction Box, 4"x4" G.i. 3 Piece 120 59 Construction Of Temporary Wash Facility Utility Box, 2"x4" G.i. Wires & Fixtures 6 Piece 201.60 60 Construction Of Temporary Wash Facility 3.5 Mm2 Thw Wire, Stranded 144 Meter 6422.40 61 Construction Of Temporary Wash Facility Single Switch With Plate 9 Piece 1620 62 Construction Of Temporary Wash Facility Ceiling Receptacle 3-1/2" 9 Piece 342 63 Construction Of Temporary Wash Facility Incandescent Bulb 50w 9 Set 1847.25 64 Construction Of Temporary Wash Facility Electrical Tape 3 Piece 162.39 65 Construction Of Temporary Wash Facility Plumbing Works-water Closet 1.6gpf With Accessories 6 Set 26,220.00 66 Construction Of Temporary Wash Facility Plumbing Works-water Closet Flange 6 Set 1,809.00 67 Construction Of Temporary Wash Facility Plumbing Works-faucet, Plain Bibb, Brass 1/2" 9 Piece 1,591.20 68 Construction Of Temporary Wash Facility Plumbing Works-s S Floor Drain 4'x4" 15 Piece 1,681.95 69 Construction Of Temporary Wash Facility Plumbing Works-gate Valve, 1/2" 3 Piece 975.00 70 Construction Of Temporary Wash Facility Plumbing Works-pp-r Pipe 1/2" 15 Piece 4,350.00 71 Construction Of Temporary Wash Facility Plumbing Works-pp-r Elbow 90o X 1/2" 15 Piece 235.50 72 Construction Of Temporary Wash Facility Plumbing Works-pp-r Tee, 1/2" 9 Piece 171.90 73 Construction Of Temporary Wash Facility Plumbing Works-pp-r Coupling Reducer, 1/2" X 3/4" 3 Piece 45.90 74 Construction Of Temporary Wash Facility Plumbing Works-pp-r Adapter Female Thread 1/2" 15 Piece 1,702.35 75 Construction Of Temporary Wash Facility Plumbing Works-teflon Tape 3 Roll 86.40 76 Construction Of Temporary Wash Facility Sanitary Works-upvc Sanitary Pipe 4" 6 Piece 6,034.80 77 Construction Of Temporary Wash Facility Upvc Sanitary Pipe 2" 15 Piece 7,186.50 78 Construction Of Temporary Wash Facility Upvc Elbow 90o X 2" 9 Piece 499.50 79 Construction Of Temporary Wash Facility Upvc Tee 2"x2" 9 Piece 502.20 80 Construction Of Temporary Wash Facility Upvc Elbow 90o X 4" 9 Piece 1,114.20 81 Construction Of Temporary Wash Facility Upvc P-trap 2" 15 Piece 1,872.00 82 Construction Of Temporary Wash Facility Brass Cleanout 4"x4" 3 Piece 1,365.00 83 Construction Of Temporary Wash Facility Pvc Cement 3 Can 630.00 84 Construction Of Temporary Wash Facility Chb, 4"x8"x16", Standard 600 Piece 16974 85 Construction Of Temporary Wash Facility Deformed Round Bars, 10mmx6m, Grade 40 534 Kilo 25519.86 86 Construction Of Temporary Wash Facility Portland Cement 30 Bag 8100 87 Construction Of Temporary Wash Facility Washed Sand 6 Cubic Meter 11509.98 88 Construction Of Temporary Wash Facility G.i. Tie Wire 9 Kilo 738 89 Construction Of Temporary Wash Facility Painting Works-concrete Surface-neutralizer 1 Gallon 348.30 90 Construction Of Temporary Wash Facility Concrete Surface-latex, Flat 3 Gallon 2926.11 91 Construction Of Temporary Wash Facility Concrete Surface-latex, Semi Gloss 3 Gallon 3279 92 Construction Of Temporary Wash Facility Concrete Surface-acri Color 3 Quart 343.20 93 Construction Of Temporary Wash Facility Wood Surface-enamel Flatwall 1 Gallon 1708.50 94 Construction Of Temporary Wash Facility Wood Surface-enamel Semi Gloss 1 Gallon 1738.50 95 Construction Of Temporary Wash Facility Wood Surface-paint Thinner 1 Gallon 753 96 Construction Of Temporary Wash Facility Tile Works-wall-glazed Wall Tiles 20cm X 20cm 1092 Piece 21294 97 Construction Of Temporary Wash Facility Wall-tile Adhesive 25kg/bag 9 Bag 2621.97 98 Construction Of Temporary Wash Facility Wall-tile Trim 6mm 12 Piece 1476 99 Construction Of Temporary Wash Facility Wall-tile Grout 5 Kg/bag 6 Bag 1170 100 Construction Of Temporary Wash Facility Flooring-unglazed Floor Tiles 20cm X 20cm 291 Piece 5674.50 101 Construction Of Temporary Wash Facility Flooring-tile Adhesive 25kg/bag 3 Bag 873.60 102 Construction Of Temporary Wash Facility Flooring-tile Grout 5kg/bag 3 Bag 585 103 Construction Of Temporary Wash Facility Handwashing-unglazed Floor Tiles 20cm X 20cm 195 Piece 3802.50 104 Construction Of Temporary Wash Facility Handwashing-tile Adhesive 25kg/bag 3 Bag 872.99 105 Construction Of Temporary Wash Facility Handwashing-tile Grout 5kg/bag 3 Bag 585

Stadt Sonnewalde Tender

Civil And Construction...+2Others, Textile, Apparel and Footwear
Germany
Closing Date6 Feb 2025
Tender AmountRefer Documents 
Details: Preliminary remarks A new fire station is to be built in the Ot Großbahren in the town of Sonnewalde. The fire station is to be built to house the fire service vehicle, devices and equipment used to carry out local fire protection and local assistance tasks, as well as to provide accommodation for fire service personnel for operations and training purposes (in accordance with accident prevention regulations and the regulations contained in DIN 14092). At the new location, Dorfplatz 1, Ot Großbahren, 03249 Sonnewalde, this fire station is to be built with a vehicle hall for 1 parking space and all necessary ancillary rooms: vehicle hall with parking space for emergency vehicle, changing rooms, toilets, corridors, utility room, training room. The new building is to be equipped with an air heat pump in accordance with energy standards. Rooms for 16 male and 6 female emergency personnel are to be created in the building. Lot 1 - Extended shell Lot 2 - Scaffolding work Lot 3 - Carpentry and wood protection work Lot 4 - Roofing and roof plumbing work Lot 5 - Earthing and lightning protection work Lot 6 - Electrical work Lot 7 - Heating and plumbing work Lot 8 - Joinery work / opening elements Lot 9 - Flooring work The planned fire station consists of two buildings arranged one behind the other with flat pitched gable roofs: Building 1 - Vehicle hall, 13.17 x 6.48 x 7.0 Building 2 - Social wing, 10.88 x 8.74 x 6.0

Port Of Iberia Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date11 Feb 2025
Tender AmountRefer Documents 
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 11:00 A.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 11:00 A.m. State Project No: H.011928 (327) State Project Name: Port Improvements East & West Yard Expansion & Site Improvements Building D Repairs (phase Vii Of Spn H.011928) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements On The Existing Building D As Outlined In The Contract Documents To Restore The Functionality And Appearance Of The Building. The Scope Of Work Includes Facility Cleanup And Scheduled Demolition, Installation Of New Structural Steel, Metal Building Repairs And Improvements, Installation Of New Scheduled Personnel And Overhead Doors, Concrete Work, Electrical And Lighting, Exterior Pressure Washing And Building Painting, Insulation And Hvac, And All Other Work Specified In The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 (d), Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:00 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Source Sought For Building 110 Repairs – Design Build Phase 1 At Watervliet Arsenal (wva), Ny. the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York. the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation. the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-build Rfp For Building 110 Repairs At Watervliet Arsenal (wva), Ny. the Scope Of Work Consists Of The Phase I Repairs To Building 110 Using The Design Build Contract Method. The General Work Involved Is As Follows: replace Exterior Doors, Transoms, And Rolling Overhead Service Doors That Are Approaching End Of Service Life, Targeting A Minimum 30% Improvement Above Ashrae 90.1-2019 Thermal Performance Requirements. areas Of Suspected Air Infiltration Be Sealed With Either A Low Expansion Spray Foam Or Automated Building Envelope Sealing System, Including But Not Limited To: Window And Door Perimeters, Bottom And Tops Of Walls Where They Intersect The Floor Slab And Roof, As Well As Roof Fastener Penetrations. all Interior Surfaces Of The Building (floors, Ceilings, Walls, Columns, And Windows) Require A Thorough Cleaning In Accordance With Historic Preservation Standards. Existing Paint That Is Flaking And Peeling On The Roof Deck And Interior Brickwork Will Be Removed. Surfaces Are To Be Re-coated In Accordance With Historic Preservation Standards. A Vapor Permeable Coating Compatible With The Automated Sealing System Must Be Utilized On The Inside Face Of The Brickwork In Order To Allow The Envelope To Dry Out. structural Scope For This Project Includes: Masonry Repointing, Repair, And Cleaning; Reinstatement Of Truss Anchors And Braces As Required To Comprise A Complete Lateral Load Path; Implementation Of Improvements To The Ladder System And Crane Operator Access; Localized Steel Column Repairs; Localized Floor Slab Repairs; Localized Roof Deck Repairs; And Localized Truss Reinforcement In Support Of New Roof Insulation, As Required. removal Of All B110 Steam And Condensate Piping Systems And Providing New Piping, Pressure Reducing Stations, Valves, Fittings, And Condensate Receivers And Pumps That Meet The Watervliet Standards Reference For Design And Applicable Codes. Objectives For The Hvac Design Include Renewing Infrastructure. A New Air Compressor Will Be Provided, And All Of The Distribution Piping Will Be Replaced. The Compressed Air System Will Continue To Be Tied Into The Existing Campus Compressed Air System As Well. All Non-potable Water Distribution Piping Will Be Replaced. the Electrical Scope Of Work Entails The Removal Of Circuits To Mechanical And Plumbing Equipment Being Demolished As Well As Providing New Circuits For Steam Condensate Pumps, An Air Compressor And Fire Protection System Nitrogen Generator. the Fire Protection Scope Of Work For Phase 1 Will Provide An Automatic Wet Pipe Sprinkler System Coverage Throughout Lab 156, Fed From Zone 1. The Preaction Sprinkler Systems Will Be Provided With Nitrogen Gas Supervision. The Fire Protection Scope Of Work Will Also Remove The Existing Manual Dry Standpipe System And Provide A New Class I Automatic Wet Standpipe System With Hose Stations Throughout The Manufacturing Area, Tied Into The Existing 8-inch Sprinkler Loop Feed Main. the Roof Scope Of Work May Include Replacement And/or Localized Repair Of The Roof Membrane. abatement Of Hazardous Materials To Support Repair Work. the Anticipated Magnitude Of Construction Is Between $10,000,000 And $25,000,000. interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction, And Similar In Cost Magnitude (between $10,000,000 And $25,000,000). The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program. responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba). all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 23 January 2025.
7261-7270 of 7363 archived Tenders