Solar Tenders
Solar Tenders
Andhra Pradesh Solar Power Corporation Private Limited - APSPCL Tender
Works
Agriculture or Forestry Works
India
Purchaser Name: Andhra Pradesh Solar Power Corporation Private Limited | Apspcl - Lad - Aumsp - Supply, Erection, Testing And Commissioning Of 8 Nos 4000 Lph Capacity Ro Plants At Habitation Villages Of P. Kothapalli Gp & N.p.kunta Gp Of N.p.kunta Mandal, Sri Sathya Sai District, A.p.
Closing Date10 Feb 2025
Tender AmountINR 6.8 Million (USD 77.7 K)
TOGO REGIONAL EMERGENCY SOLAR POWER INTERVENTION PROJECT Tender
Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Togo
Purchaser Name: TOGO REGIONAL EMERGENCY SOLAR POWER INTERVENTION PROJECT | Construction work on medium voltage (mt) and low voltage (bt) electrical networks in three (03) lots in the Savanes region
Closing Date12 Feb 2025
Tender AmountRefer Documents
City Of Bayawan Tender
Civil And Construction...+1Construction Material
Philippines
Details: Description Sealed Bids For Quotation Of Prices Will Be Recieved For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Qty Unit Articles Brand Unit Price Total Lot No. I Aggregates 1 3 Cu.m. Sand, Washed Mixing/screened Non Washed 2 4 Cu.m. Crushed Gravel, (screened & Washed), Max. Size 38mm Dia Lot No. Ii Bar And Rebar 3 90 Length Deformed Bars, · 10mm X 6m 4 20 Length Angle Bar, 3mm X 38mm X 38mm X 6m Lot No. Iii Batteries, Cells And Accessories 5 30 Unit Lithium Ion Battery, · Capacity : 100 Ah · Dc Output Voltage: 12 V · Chemistry: Lithium Ion · Enclosure: Abs Plastic · Max Charge Voltage: 14.6±0.1v · Life Cycles :3,000 @ 80% Dod · Water Rating: Water Resistant · Warranty: 1 Year Lot No. Iv Carpentry Tools And Supplies 6 5 Pack Cutting Disc, 4" (100mm), For Metal, Slim, 50pcs/pack 7 10 Piece Hacksaw Blade, · 24 Tpi · 12”x1/2” 8 60 Piece Bolt With Nut, · 13mm X 8” · With Nut And Washer 9 2 Kilo Tie Wire, #18 G.i Wire 10 1 Sheet Phenolic Board, 16mm X 4' X 8 Lot No. V Cement And Additives 11 30 Bag Cement, · Pozzolan · 40 Kg/bag Lot No. Vi Flood Rescue Equipment The City Of Bayawan, Through Its Bids And Awards Committee (bac), Invites Suppliers / Manufacturers / Distributors / Contractors To Bid For The Hereunder Projects: Itb No. Pr No. Project Name Total Abc Of Project Source Of Funds 25-018 300-24-11-026 For Lfews Expansion 2,234,545.00 Tf - Cdrrmf Lot No. Description Of Lot Total Abc Of Lot Bid Security Cash/mc/bank Gurantee (2% Of Abc) 1 Aggregates 7,100.00 142.00 2 Bar And Rebar 40,100.00 802.00 3 Batteries, Cells And Accessories 750,000.00 15,000.00 4 Carpentry Tools And Supplies 21,940.00 438.80 5 Cement And Additives 9,000.00 180.00 6 Flood Rescue Equipment 240,000.00 4,800.00 7 Information And Communication Technology Equipment, Devices And Accessories 494,000.00 9,880.00 8 Measuring/observing/testing Devices 525,000.00 10,500.00 9 Plumbing Supplies 62,200.00 1,244.00 10 Steel Sheets And Mesh 24,100.00 482.00 11 Electrical Supplies And Materials 61,105.00 1,222.10 Basis Of Evaluation Per Lot Per Item Bid Documents Shall Be Available At The Bac Office, New City Hall, Lgu Bayawan City Upon Payment Of Prescribed Non-refundable Fee In The Amount Of Php 5,000.00 Bidders Shall Drop Their Technical And Financial Proposals In The Bid Box At The Bac Office, Bayawan City On Or Before The Deadline Of Submission Of Bids As Shown Below. All Particulars Relative To Eligibility Process, Opening And Evaluation Of Bids, Postqualification And Award Of Contract Shall Be Governed By The Applicable Provisions Of Ra. 9184. The City Of Bayawan Reserves The Right To Reject Any Or All Bids, To Waive Any Defects Or Formality Therein And To Accept Bids Considered Responsive And Most Advantageous To The Government. The Complete Schedule Of Activities Is Listed, As Follows: Activities Schedule Issuance Of Bid Documents January 16, 2025 To February 5, 2025@ 5:00 P.m. Pre-bid Conference January 23, 2025@ 9:00 Am Deadline/opening Of Bids February 6, 2025@ 9:00 Am Post Qualification February 13, 2025@ 9:00 Am Awarding Of Bids February 20, 2025@ 9:00 Am Approved: Virginia D. Sadiasa City Civil Registrar Bac Chairman Sealed Bids For Quotation Of Prices Will Be Recieved For The Purchase Of The Following Supplies, Materials And Equipment Of The Government To Be Opened On The Date, Place, And Time Stated In Instruction To Bidders. Item No. Qty Unit Articles Brand Unit Price Total Lot No. I Aggregates 1 3 Cu.m. Sand, Washed Mixing/screened Non Washed 2 4 Cu.m. Crushed Gravel, (screened & Washed), Max. Size 38mm Dia Lot No. Ii Bar And Rebar 3 90 Length Deformed Bars, · 10mm X 6m 4 20 Length Angle Bar, 3mm X 38mm X 38mm X 6m Lot No. Iii Batteries, Cells And Accessories 5 30 Unit Lithium Ion Battery, · Capacity : 100 Ah · Dc Output Voltage: 12 V · Chemistry: Lithium Ion · Enclosure: Abs Plastic · Max Charge Voltage: 14.6±0.1v · Life Cycles :3,000 @ 80% Dod · Water Rating: Water Resistant · Warranty: 1 Year Lot No. Iv Carpentry Tools And Supplies 6 5 Pack Cutting Disc, 4" (100mm), For Metal, Slim, 50pcs/pack 7 10 Piece Hacksaw Blade, · 24 Tpi · 12”x1/2” 8 60 Piece Bolt With Nut, · 13mm X 8” · With Nut And Washer 9 2 Kilo Tie Wire, #18 G.i Wire 10 1 Sheet Phenolic Board, 16mm X 4' X 8 Lot No. V Cement And Additives 11 30 Bag Cement, · Pozzolan · 40 Kg/bag Lot No. Vi Flood Rescue Equipment Item No. Qty Unit Articles Brand Unit Price Total 12 30 Unit Mppt Solar Charge Controller, · System Nominal Voltage 12 /24/36/48vdc Auto · Battery Type Lithium / Lead-acid · Charging Technology Mppt · Maximum Charging Current 40a · Maximum Discharge Current 40a · Max Pv Input Power 130w12v/260w 24v · Max.pv Open Circuit Voltage 100v Lot No. Vii Information And Communication Technology Equipment, Devices And Accessories 13 19 Unit Wifi Radio, Mechanical · Dimensions 512 X 385.8 X 258.3 Mm (20.2 X 15.2 X 10.2") · Enclosure Material Aluminum, Plastic · Mounting Pole Mount (kit Included) · Wind Loading 550 N At 200 Km/h (123.6 Lbf At 125 Mph) Hardware · Networking Interface (1) Gbe Rj45 Port · Power Supply 24v, 0.3a Gigabit Poe Adapter (included) · Max. Power Consumption 7w · Leds Power, Ethernet · Operating Frequency (mhz) 5150-5875 Mhz 14 3 Box Rj-45 Connector, 3 Box · 100 Pcs/box · Pass Thru 15 5 Box Utp Cable, Outdoor, Cat6, 23 Awg, Inner Jacket: Pvc, Outer Jacket: Pe, Insulation: Polythelene, 305 Meters/box 16 15 Unit Wifi Adapter With Rs485 Interface, 15 Units · Hf2211 17 20 Piece Solar Panel, · Maximum Power/pmax(w):120w · Open-circuit Voltage/voc(v):22.32 · Max Power Voltage/vmp(v):18 · Max Power Current/lmp(a):6.67 · Weight(kg):7.6 · Dimension(mm):1126*666*35 · Max System Voltage(v):600 Lot No. Viii Measuring/observing/testing Devices Item No. Qty Unit Articles Brand Unit Price Total 18 5 Unit Water Level Sensor, · Certification: Ce · Application: Water, Fuel Level Sensor · Measuring Range:0-60m · Output Signal:4-20ma/hart · Accuracy:0.5%fs, 1%fs · Power Supply:24vdc · Output:4-20 Ma Liquid Ultrasonic · Type: Ultrasonic Level Transmitter 19 10 Unit Automated Weather Station, · Style : Display Version 3 · Batteries: 4 Aa Batteries Required. · Assembly Required : No · Batteries Required? : Yes · Included Components : Digital Display With Pc Connect, 5-in-1 Weather Sensor, Usb Cable, Mounting Bracket, Mounting Hardware, Power Adapter Lot No. Ix Plumbing Supplies 20 50 Length Gi Pipe, 50 Length · Schedule 40 · 1 1/2” Diameter 21 2 Length G.i Pipe, · 1 ¼” Dia. X 6m · Schedule 40 Lot No. X Steel Sheets And Mesh 22 1 Sheet Steel Plate, 6mm X 1.20m X 2.40m 23 5 Sheet Steel Plate, G.i., Gauge # 22 X 1.20m X 2.40m Lot No. Xi Electrical Supplies And Materials 24 10 Pack Cable Tie, M3 X 100 Mm 25 10 Roll Electrical Tape, Rubber 18mm X 5m Self Fusing Ethylene Propylene Rubber (roll) 26 5 Roll Guy Wire, · # 12 G.i. Wire · 30 Kilos/roll 27 401 Piece Turn Buckle, 12mm X 0.20m (hook & Eye) *** Nothing Follows *** Grand Total:
Closing Date6 Feb 2025
Tender AmountPHP 2.2 Million (USD 38.2 K)
Department Of Human Settlement And Urban Development Quezo Tender
Others
Philippines
Details: Description The Department Of Human Settlements And Urban Development (dhsud) Would Like To Invite Your Company To Submit A Quotation Or Proposal For The Following Procurement Activity: Request For Quotation No. Rfq No. 01-0031, S. 2025 Procurement Activity Supply, Delivery And Installation Of Glass Tint For The Six (6) Units Passenger Elevator Of Dhsud Central Office (gsd) Mode Of Procurement Negotiated Procurement – Small Value Procurement (section 53.9) Approved Budget For The Contract (abc) One Hundred Forty-five Thousand Pesos And 00/100 (php145,000.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges. Deadline For The Receipt Of Quotations Or Bid Proposal On Or Before 1:00 Pm, February 6, 2025. Delivery Schedule Delivery Of Goods/items Shall Be Seven (7) To Twenty (20) Calendar Days Upon Receipt Of The Approved Purchase Order. The Minimum Technical Specifications For The Said Activities Are As Follows: Item No. Qty. Item, Description, & Minimum Specifications 1 1 Lot Glass Tint For Pe1 To Pe6 Specification: • Ceramic Glass Tint, Reflective Black Color • Infrared Hat Rejection - 89% • Visible Light Transmission – 7% • Solar Energy Rejected – 69% • Solar Heat Gain Co-efficient – 1.24 • U.v. Rejected – 99% Note: Verify Actual Size At Site And Sample Film For Approval Of The End-user. Terms And Conditions: 1. Payment Shall Be Made Upon Completion Of Service/delivery And Submission Of The Supporting Documents (e.g., Delivery Receipt, Sales Invoice, Billing Statement, Warranty Certificate If Applicable, And Other Documents As May Be Required In The Technical Specifications); 2. Kindly Accomplish The Attached Reply Slip Correctly And Accurately. Please Do Not Alter The Contents Of The Form In Any Way; 3. All Technical Specifications Are Mandatory. Failure To Comply With Any Of The Said Requirements Shall Be A Cause For The Disqualification Of Your Quotation; 4. The Department Shall Have The Right To Inspect The Goods To Check Its Conformity With The Required Minimum Technical Specifications; 5. Issuance Of Official Receipts (or) Or Sales Invoice (si) In The Name Of The Department Of Human Settlements And Urban Development (dhsud) Is Mandatory. The Supplier Shall Bear The Cost Of Mailing The Ors Or Sis. The Supplier Shall Be Responsible For Bearing Any Bank Charges And/or Service Charges That May Be Incurred By The Department In Case Of Payment Requests Via Check Deposit; 6. Please Submit The Latest Copy Or E-copy Of The Following Documentary Requirements: A. Philgeps Registration Number / Certificate Of Philgeps Membership; B. 2025 Mayor’s Permit/business Permit; And (note: In Case The Permit Has Recently Expired, Please Submit The Old Permit And Attach The Official Receipt For The Renewal Application Thereof.) C. Signed Omnibus Sworn Statement (oss); And Note: A Notarized Omnibus Sworn Statement (oss) Shall Be Submitted By The Lcrb Or Scrb Prior To The Processing Of Payment. If The Authorized Representative Listed On The Reply Slip Is Not The Same Person Who Executed The Omnibus Sworn Statement (oss) Kindly Attach A Copy Of The Notarized Special Power Of Attorney (spa) Together With The Valid Government-issued Identification Card Of Both Signatories. D. Latest Bir Tax Clearance; And E. Supporting Documents (as May Be Applicable): For Sole Proprietorships – Dti Business Name Registration; For Partnerships Or Corporations - A Notarized Special Power Of Attorney, Or A Notarized Secretary’s Certificate, Whichever Is Applicable (bidders With Previously Submitted Eligibility Requirements, Provided They Are Current And Updated, Are No Longer Required To Submit The Said Documents.) Your Quotation Or Bid Proposal Must Be Submitted Together With The Attached Reply Slip And The Above Mentioned Documentary Requirements Through Personal Delivery, And In A Sealed Envelope, To The Procurement Division Located At The 8th Floor, Dhsud Building, Kalayaan Avenue Corner Mayaman Street, Diliman, Quezon City, Or Through Electronic Mail At Procurement@dhsud.gov.ph. The Dhsud Bids And Awards Committee (bac), Through The Concerned End-user Unit And The Bac Secretariat, Shall Recommend The Award Of The Contract To The Head Of The End-user Unit Or Implementing Office, Of The Service Provider With The Single/lowest Calculated And Responsive Quotation Slrq/(lcrq) Pursuant To Section 53.10 Of The 2016 Revised Irr Of Ra 9184. With The End View Of Obtaining The Contract Most Advantageous To The Government Pursuant To Sec. 41 Of The 2016 Revised Irr Of Ra 9184, Dhsud Reserves The Right To Reject Any And All Quotations/bids, To Annul The Procurement Process, To Declare A Failure Of Bidding, To Reject All Quotations/bids At Any Time Prior To Contract Award, Or Not To Award The Contract, Without Thereby Incurring Any Liability To The Affected Bidder/s. For Questions And/or Clarifications, Please Contact The Procurement Division At Telephone Number 8424-4080 (local 1833). (original Signed) Dr. Abrian Joy B. Orencia Oic, Procurement Division Reply Slip Procurement: Supply, Delivery And Installation Of Glass Tint For The Six (6) Units Passenger Elevator Of Dhsud Central Office (gsd) Request For Quotation No.: 01-0031, S. 2025 _______________ Date Dr. Abrian Joy B. Orencia Oic-procurement Division Department Of Human Settlements And Urban Development 8th Floor, Administrative Services Dhsud Bldg. Kalayaan Avenue, Cor. Mayaman St. Quezon City Dear Dr. Orencia: This Is To Submit The Following Bid Quotation/proposal For The Subject Procurement With A Total Bid Price Of __________________________________ Pesos (php________.00), Inclusive Of All Existing And Appropriate Government Taxes And Charges: Quantity Unit Description I Hereby Certify That The Above Bid Quotation/proposal Is True And Correct, And I Accept The Rights Of The Department Of Human Settlements And Urban Development, As The Procuring Entity, Under Section 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Thank You. Truly Yours, Name Of Company : ______________________________________ Name Of Authorized Representative: ______________________________________ Designation/position : ______________________________________ Address : ______________________________________ Telephone No./mobile No. : ______________________________________ Email Address : ______________________________________ Philgeps Registration No. : ______________________________________ Tax Identification No : ______________________________________ : ______________________________________ Type Of Registration : Vat󠄀 ( ) Non-vat ( ) Payment Details: Bank Name/ Branch : ______________________________________ Bank Account Number : ______________________________________ (note: For Bank Account Maintained Other Than Land Bank Of The Philippines (lbp), The Corresponding Bank Charges Shall Be Borne/paid By The Supplier As Deduction From The Amount Of Payment Transferred To Their Account.) Signature : ______________________________________ Omnibus Sworn Statement (revised) [shall Be Submitted With The Bid] [kindly Fill Out This Template Accordingly By Completing The Needed Information And Deleting The Non-applicable Provisions That May Be Deleted.] _________________________________________________________________________ Republic Of The Philippines ) City/municipality Of ______ ) S.s. Affidavit I, [name Of Affiant], Of Legal Age, [civil Status], [nationality], And Residing At [address Of Affiant], After Having Been Duly Sworn In Accordance With Law, Do Hereby Depose And State That: 1. [select One, Delete The Other:] [if A Sole Proprietorship:] I Am The Sole Proprietor Or Authorized Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am The Duly Authorized And Designated Representative Of [name Of Bidder] With Office Address At [address Of Bidder]; 2. [select One, Delete The Other:] [if A Sole Proprietorship:] As The Owner And Sole Proprietor, Or Authorized Representative Of [name Of Bidder], I Have 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 [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached Duly Notarized Special Power Of Attorney; [if A Partnership, Corporation, Cooperative, Or Joint Venture:] I Am 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 [name Of The Project] Of The [name Of The Procuring Entity], As Shown In The Attached [state Title Of Attached Document Showing Proof Of Authorization (e.g., Duly Notarized Secretary’s Certificate, Board/partnership Resolution, Or Special Power Of Attorney, Whichever Is Applicable;)]; 3. [name Of Bidder] Is Not “blacklisted” Or Barred From Bidding By The Government Of The Philippines Or Any Of Its Agencies, Offices, Corporations, Or Local Government Units, Foreign Government/foreign Or International Financing Institution Whose Blacklisting Rules Have Been Recognized By The Government Procurement Policy Board, By Itself Or By Relation, Membership, Association, Affiliation, Or Controlling Interest With Another Blacklisted Person Or Entity As Defined And Provided For In The Uniform Guidelines On Blacklisting; 4. Each Of The Documents Submitted In Satisfaction Of The Bidding Requirements Is An Authentic Copy Of The Original, Complete, And All Statements And Information Provided Therein Are True And Correct; 5. [name Of Bidder] Is Authorizing The Head Of The Procuring Entity Or Its Duly Authorized Representative(s) To Verify All The Documents Submitted; 6. [select One, Delete The Rest:] [if A Sole Proprietorship:] The Owner Or Sole Proprietor Is Not Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Partnership Or Cooperative:] None Of The Officers And Members Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; [if A Corporation Or Joint Venture:] None Of The Officers, Directors, And Controlling Stockholders Of [name Of Bidder] Is Related To The Head Of The Procuring Entity, Members Of The Bids And Awards Committee (bac), The Technical Working Group, And The Bac Secretariat, The Head Of The Project Management Office Or The End-user Unit, And The Project Consultants By Consanguinity Or Affinity Up To The Third Civil Degree; 7. [name Of Bidder] Complies With Existing Labor Laws And Standards; And 8. [name Of Bidder] Is Aware Of And Has Undertaken The Responsibilities As A Bidder In Compliance With The Philippine Bidding Documents, Which Includes: A. Carefully Examining All Of The Bidding Documents; B. Acknowledging All Conditions, Local Or Otherwise, Affecting The Implementation Of The Contract; C. Making An Estimate Of The Facilities Available And Needed For The Contract To Be Bid, If Any; And D. Inquiring Or Securing Supplemental/bid Bulletin(s) Issued For The [name Of The Project]. 9. [name Of Bidder] Did Not Give Or Pay Directly Or Indirectly, Any Commission, Amount, Fee, Or Any Form Of Consideration, Pecuniary Or Otherwise, To Any Person Or Official, Personnel Or Representative Of The Government In Relation To Any Procurement Project Or Activity. 10. In Case Advance Payment Was Made Or Given, Failure To Perform Or Deliver Any Of The Obligations And Undertakings In The Contract Shall Be Sufficient Grounds To Constitute Criminal Liability For Swindling (estafa) Or The Commission Of Fraud With Unfaithfulness Or Abuse Of Confidence Through Misappropriating Or Converting Any Payment Received By A Person Or Entity Under An Obligation Involving The Duty To Deliver Certain Goods Or Services, To The Prejudice Of The Public And The Government Of The Philippines Pursuant To Article 315 Of Act No. 3815 S. 1930, As Amended, Or The Revised Penal Code. In Witness Whereof, I Have Hereunto Set My Hand This __ Day Of ___, 20__ At ____________, Philippines. [insert Name Of Bidder Or Its Authorized Representative] [insert Signatory’s Legal Capacity] Affiant [jurat] [format Shall Be Based On The Latest Rules On Notarial Practice]
Closing Date6 Feb 2025
Tender AmountPHP 145 K (USD 2.4 K)
City Of Ozamis, Misamis Occidental Tender
Civil And Construction...+4Civil Works Others, Electrical and Electronics, Solar Installation and Products, Electrical Works
Philippines
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Traffic System, Network And Systems Integration (phase Ii) (equipments, Engineering And Installation Works) 7 Pcs Traffic Controller With Video Interface Board And Adaptive Vehicular Countdown Timer 47 Pcs 300mm Traffic Signal Heads 6 Pcs 300mm Traffic Signal Heads W/ Arrow 8 Pcs Pedestrian Signal Head 8 Pcs Pedestrian Push Button 42 Pcs 4m Pole 32 Pcs Flasher 300mm Solar 16 Pcs Signage 12 Pcs Cantilever Pole W/ 5m Arm 53 Pcs Back Plate 350 Meters Flexible Cable 2300 Meters Signal Cables 1 Lot As Built Drawing / Documentation 1 Lot Engineering Design 8 Units Ups (input Voltage/frequency: Single Phase 115- 300vac/40hz -60hz Output Voltage/frequency: 220vac±2%/50hz (±0.2%) Maximum Output Power: 2kw Battery Specifications: 72v/38ah Working Method: Online Backup Time: 12 Hours (200w Load) Conversion Time: Mains To Bypass Mode ≤4ms, Mains To Battery Mode 0ms Power Failure/incoming Call Alarm Function: Optional Other Functions: Snmp Communication Function Working Environment Temperature -20 To 70 Degree Centigrade) (civil Works) 42 Pcs Pole Foundation (60cm X 60cm X 70cm W/ 45deg Sweep 3" Elbow) 12 Pcs Pole Foundation (100cm X 100cm X 200cm W/ 45deg Sweep Elbow) 38 Pcs Hand Hole (60cm X 60cm X 70cm) 7 Pcs Controller Foundation (65cm X 55cm X 70cm) 500 Linear Meter Trenches (30cm X 40cm X With 3" Upvc Pipe) 800 Linear Meter Under Carriage (supplier's Qualification) Supplier Must Have Completed At Least 1 Similar Project Within The Last 5 Years (similar Projects Includes Outdoor Traffic And Network Management System Or Outdoor Cctv With Command Center With Wired Fiber Optic And Wireless Network System; Supplier Must Have Inspected The Ozamiz Locations Where Traffic Controllers, Traffic Lights And Central Traffic Monitoring System Will Be Installed; Supplier Should Have Been Operating In The Philippines For At Least Ten (10) Years And Is Registered With Sec And/or Dti; Supplier Should Provide Manufacturer's Letter Of Support Stating That The Supplier Is Authorized To Bid And Sell The Items/products To Be Offered; Supplier Should Provide A Valid Ntc Vas Certificate; Supplier Should Provide Iso 9001:2015 Certification For The Last 2 Years; Supplier Should Have At Least One (1) Certified Traffic Engineer And Five (5) Certified Electronics And Network Engineers Who Will Oversee Implementation Of The Project; Supplier Should Provide On-site Basic Users Training For The End-user (operation And Troubleshooting). Approved Budget For The Contract (php) Grand Total 29,998,500.00 Contract Duration/delivery Period (maximum): 180 Cd Project Reference No.: G-hfo-001-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: January 30, 2025 To February 18, 2025 At 1:59 P.m. Pre-bid Conference: February 6, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids:february 18, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: February 19, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: February 20, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/general Services Officer
Closing Date18 Feb 2025
Tender AmountPHP 29.9 Million (USD 518.6 K)
The village of Tlumačov Tender
Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Closing Date Modified
Czech Republic
Details: The subject of the contract is the supply and installation of a solar photovoltaic system on the roof of the primary school in Tlumačov. 110 photovoltaic panels with an output of 450 Wp/pc will be installed on the roof, and the installation of batteries with a total usable capacity of 17.4 kWh will be carried out, according to the technical specifications given in the project documentation.
Closing Date14 Jan 2025
Tender AmountCZK 2.1 Million (USD 88.1 K)
NATIONAL IRRIGATION ADMINISTRATION ISABELA IRRIGATION MANA Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description Invitation To Bid For One (1) Infrastructure Project Within The Province Of Isabela 1. The National Irrigation Administration-isabela Irrigation Management Office, Through The Gaa Of Cy 2025 Intends To Apply The Sum Of Twenty Eight Million Eight Hundred Seventeen Thousand Sixty Four Pesos And 26/100 (p 28,817,064.26) Being The Approved Budget For The Contract (abc) To Payments Under The Contract Covered By One (1) Package Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. A. Itb No. : Ncb-infra-isa108-24-rpcis-dinapigue Name Of Project : Dinapigue Communal Irrigation System Location : Dinapigue, Isabela Name Of Contract : Construction Of Two (2) Units 7.5 Hp And Two (2) Units 10hp Solar Pv Submersible Pumping System Approved Budget For The Contract : P 28,817,064.26 License Category : General Engineering C Or D With Sp-ee (specialty- Electrical Works), And Sp-me (mechanical Works) Size Range : Small B In Irrigation Or Flood Control Fund Source : Small Irrigation Projects-gaa Fy 2025 Contract Duration : 240 Calendar Days Slcc : P 14,408,532.13 Bid Documents Fee : P 25,000.00 2. The National Irrigation Administration-isabela Irrigation Management Office Now Invites Bids For The Above Procurement Projects. Completion Of The Works Is Required Two Hundred Forty (240) 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 National Irrigation Administration-isabela Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8:00am To 5:00pm, Monday To Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 07, 2025 From Given Address And Website/s Below In The Amount Of P 25,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The National Irrigation Administration-isabela Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 At 9:00 Am At Nia-isabela Irrigation Management Office Conference Hall, Nia-isabela Imo Building, Lingaling, Tumauini, Isabela. Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Or Before January 27, 2025, 8:00 Am. Late Bids Shall Not Be Accepted. Nia-isabela Imo Building, Lingaling, Tumauini, Isabela 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On January 27, 2025, 9:00 Am At The Given Address Below Nia-isabela Imo Building, Lingaling, Tumauini, Isabela And/or Through Google Meet Flatform At Link: Https://meet.google.com/ugb-virc-axs . Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The National Irrigation Administration- Isabela Irrigation Management Office Will Hold A Joint Site Inspection With The Project-in-charge From The Procuring Entity On January 07, 2025 – January 27, 2025 At 8:00am-5:00 Pm Together With All Interested Bidders. Prospective Bidders Who Choose To Appoint A Liaison Officer To Represent Their Respective Companies/corporation In All Stages Of The Procurement Process, Including The Acquisition Of Bidding Documents And Submission Of Bid Proposals Must Present An Original Copy Of A Special Power Of Attorney And A Company Identification Card, Both Of Which Must Be Signed By The Proprietor For Sole Proprietorships, Or A Secretary's Certificate For Corporations(with Signed Board Resolution), Or As Designated In The Joint Venture Agreement For Joint Ventures, As Applicable. These Documents Must Be Presented To The Bac Secretariat Upon Request. 11. The National Irrigation Administration- Isabela Irrigation Management Office 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. 12. If At The Time Of Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor’s Fault Or Negligence Pursuant To 34.3.(b)(ii) Of Ra 9184 And Its 2016 Revised Implementing Rules And Regulations The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 13. For Further Information, Please Refer To: Herminio A. Doctolero –head, Bac Secretariat Nia-isabela Imo, Lingaling, Tumauini, Isabela Telefax No.: 078-307-0012 Email Address: Isaimo_bacsec18@yahoo.com 14. You May Visit The Following Websites: For Downloading Of Bidding Documents: Philgeps Website January 07, 2025 Sgd Elmar P. Pagaduan Principal Engineer A- Bac Chairperson
Closing Date27 Jan 2025
Tender AmountPHP 28.8 Million (USD 491.3 K)
National Irrigation Administration Tender
Civil And Construction...+1Irrigation Work
Philippines
Details: Description 1. The National Irrigation Administration-regional Office 12 South Cotabato-sarangani Irrigation Management Office (nia-12 Scsimo), Through The Gaa Fund Cy 2025 (nep) Intends To Apply The Sum Of P 7,820,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Cy 2025 Lake Sebu Cis-resto Cis: Construction Of Protection Works @ Right Side, U/s Sta. 0+000-0+013.50, 13.50 Meters & Right Side, D/s Sta. 0+000-0+013.50 Meters, Protection Works @ Left Side, U/s Station 0+000-0+002.50-2.50 Meters & D/s Station 0+000-0+002.5-2.50 Meters , 1 Unit Solar Powered Pump Irrigation With Complete Facility & Accessories And Temporary Facility. (nia12 -scsimo -infra -2025-009). Bids Received In Excess Of The Abc Shall Be Automatically Rejected During Bid Opening. 2. The Nia-12 Scsimo Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 90 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 National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office And Inspect The Bidding Documents At The Address Given Below From 8am-5pm On Working Days. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 8-january 28, 2025 From Given Address And Website/s Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of P 10,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Will Be Presented In Person Or Through Electronic Means. 6. The National Irrigation Administration-south Cotabato-sarangani Irrigation Management Office Will Hold A Pre-bid Conference On January 14, 2025 @ 9:30 Am At Nia Rox11 Conference Room, National Highway, City Of Koronadal. Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address As Indicated Below, On Before January 28, 2025 @ 9:00 Am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On January 28, 2025 @ 9:30 Am At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Other Information: Contractor’s Size Range (minimum): Small B, Irrigation & Flood Control Valid Pcab Classification: General Engineering 2, License Category C & D B. Key Personnel With Corresponding Work Experience: 1 – Amo/project Manager 1 – Project Engineer Completed At Least One (1) Similar Project 1 – Safety Officer 3 Duly Accredited By The Department Of Labor And Employment 1 – Material Engineer Accredited By Dpwh 1 – Electrical Engineer/electronic Engineer/technician, Completed At Least One (1) Similar Project 1 – Project Foreman, Completed At Least One (1) Similar Project C. Minimum Equipment Requirement: 2 Units – Dump Truck 4 – 8 Cu.m 1 Unit – Cargo Truck, 5-10 Tons 1 Unit – Backhoe (crawler Mounted, 0.80-1.0 Cu.m.) 1 Unit – Backhoe W/ Attached Vibro Hammer, 4500 Kg.m, 120 Kn-m, 60 Ton 2 Units – Concrete Mixer (1 Bagger), 7.5hp 1 Unit – Concrete Vibrator, Max 2’’ Dia 5hp 1 Unit – Water Pump (4” Dia), 8-10hp 1 Unit – Vibratory Compactor (walk Behind), 1 Ton 1 Unit – Welding Machine, 20-400amp 1 Unit – Generator Set, 11-15kw 1 Unit – Level Survey Instrument 10. The National Irrigation Administration-south Cotabato Sarangani Irrigation Management Office 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. 11. For Further Information, Please Refer To: Engr. Ronnie B. Tabaosares Bac Chairperson 9506/gensan Drive, Brgy. Concepcion Koronadal City, South Cotabato Tel. No. 083-228-1054
Closing Date28 Jan 2025
Tender AmountPHP 7.8 Million (USD 133.3 K)
MUNICIPALITY OF TADIAN, MOUNTAIN PROVINCE Tender
Civil And Construction...+1Others
Philippines
Details: Description Republic Of The Philippines Cordillera Administrative Region Mountain Province Tadian Municipal Government Of Tadian Invitation To Bid For Tadian Various Projects 2025-04 January 15, 2025 1. The Municipal Government Of Tadian, Mountain Province, Through The Municipal Development Fund (mdf) Intends To Apply The Sum Of Two Million Fourty-six Thousand Pesos (₱ 2,046,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Tadian Various Projects 2025-04 With Identification Number Tadian Lgu 2025 - 05. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of Tadian, Mountain Province Now Invites Bids For The Tadian Lgu 2025 - 05, Tadian Various Projects 2025-04 With Works As Follows: Name Of Project Location Abc Improvement Of Babalaan Pathway Poblacion 170,000.00 Improvement Of Pathway To Tobe Lot Poblacion 200,000.00 Construction / Improvement Of Kawayan Drainage Poblacion 500,000.00 Construction Of Egan Drainage Cover Poblacion 250,000.00 Installation Of Poblacion Solar Powered Street / Pathway Lights At Puroks (purok Egan And Dogodog – Dacadacan) Poblacion 250,000.00 Rehabilitation / Improvement Of Poblacion Water Source (bose) / Rehabilitation Of Bose Water Source Poblacion 126,000.00 Improvement Of Pathway From Damaso Residence To Ilang Proper Batayan 200,000.00 Improvement Of Masla Pathway Masla 380,000.00 Total ₱ 2,046,000.00 Completion Of The Works Is Required In Sixty (60) Calendar Days. Bidders Should Have Completed A Contract Similar To The Project Or In Adherence To Section 23.4.2.4 Of 2016 Revised Irr Of Ra 9184 Which States That “the Prospective Bidder Must Have Completed An Slcc That Is Similar To The Contract To Be Bid, And Whose Value, Adjusted To Current Prices Using The Psa Consumer Price Indices, Must Be At Least Fifty Percent (50%) Of The Abc To Be Bid: Provided, However , That Contractors Under Small A And Small B Categories Without Similar Experience On The Contract To Be Bid May Be Allowed To Bid If The Cost Of Such Contract Is Not More Than The Allowable Range Of Contract Cost (arcc) Of Their Registration Based On The Guidelines As Prescribed By The Pcab”. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instruction To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 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 Municipal Government Of Tadian, Mountain Province Bids And Awards Committee (bac) Secretariat And Inspect The Bidding Documents At The Address Given Below From January 15, 2025 At 8:00 A.m. To 5:00 P.m., Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders Starting January 15, 2025 To February 3, 2025 During Office Hours From The Office Of The Bac (3rd Floor Of Tadian Municipal Capitol) And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. 6. The Municipal Government Of Tadian, Mountain Province Through The Bids And Awards Committee Will Hold A Pre-bid Conference On January 22, 2025/ 10:00 A.m. At The Bac Conference Hall, Tadian Municipal Capitol, Tadian, Mountain Province, Which Shall Be Open To All Interested Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Office Of The Bac, Tadian Municipal Capitol, Tadian, Mountain Province On Or Before February 3, 2025 / 9:45 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 8. Bid Opening Shall Be On February 3, 2025 / 10:00 A.m. At The Bac Conference Hall, Tadian Municipal Capitol, Tadian, Mountain Province. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Office Of The Bac (3rd Floor Of Tadian Municipal Capitol). Late Bids Shall Not Be Accepted. 9. The Sealed Bids Shall Be Dropped Personally By The Owner Of The Firm Or His/her Authorized Representative 10. The Municipal Government Of Tadian, Mountain Province 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. 11. For Further Information, Please Refer To: Lynden A. Aracyang Head- Bac Secretariat Municipal Government Of Tadian Poblacion, Tadian, Mountain Province Tadianlgubac@gmail.com William U. Apioten Jr. Bac Chairperson, Tadian Lgu
Closing Date3 Feb 2025
Tender AmountPHP 2 Million (USD 34.9 K)
8991-9000 of 9251 archived Tenders