Transportation Tenders

Transportation Tenders

Sabarkantha District Cooperative Milk Producers Union Limited Tender

Services
Transportation and Logistics
India
Description: Two Year Contract For Transportation Of Molasses
Closing DateNA
Tender AmountRefer Documents 

South Central Railway - SCR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Flap Doors - 35.000 Mt-delivery On Actual Weighment Basis Only. Lot No. 5312 24 11 86 Gtl Gy Fd Ap. Available With Sse C W Gy. Scrap Condemned Unserviceable Released Flap Doors Of Different Thikness And Sizes Full Or Broken Which Are Released From Boxn/boxnhs Wagons. Total Qty ¿ 35.000mt (approx). Weight Of Each Flap Door Is 70 Kgs. Total 500 Nos. Available In Scrap Yard Of Gooty Boxn Roh Depot Behind Atc. Ds-8 No.531200041, Dated 11.11.24. Hsn Code: 720429 - Gst 18%. Note To The Bidders 1) Bidders May Visit The Site Of The Material For Physical Inspection Of The Material And Loading Spot Also, In All Aspects Before Bidding In E Auction.2) Post Auction No Representation Shall Be Entertained.3) For Photos Of This Lot, Kindly Click On View Lot Image On Bottom Left Side. 4) Gas/chisel Cutting Is Permitted, If Required, For Easy Loading And Transportation Purpose, Only After Ensuring Sufficient Safety Measures Against Fire Hazards Etc To Avoid Any Mishap To Any Person, Railway Material Etc. Witnessing Officials To Ensure That The Lot Is Delivered As Per Lot Description 5) In Case Purchasers Require Usage Of Any Railway Assets/materials Such As Electricity/ Forklift Truck Etc. During The Process Of Delivery, They Are Required To Pay, The Prescribed Amount To Railways, As Directed By The Respective Custodian Of The Lot. 6) It Is The Responsibility Of The Purchaser/bidder To Return Excess Material, If Found During Gross Weighment, To The Nominated Premises Of The Custodian. 7) Clubbing Of The Lots, What So Ever, Is Not Permitted For Loading 8) Request For Fixation Of Delivery Point Should Be Invariably Raised In Ireps Online Only. Purchasers Are Requested To Make Use Of This Facility. No Representative Should Be Sent To The Office Of Sr.dmm/gtl For Collection Of Delivery Fixation Letter. As Soon As The Balance Sale Value Is Received By Railways Online, Delivery Order Will Be Issued Immediately, To Facilitate The Purchaser To Raise An Online Request For Fixation Of Delivery Point. 9) Railways Does Not Guarantee For Quality, Quantity Description Etc.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

South Central Railway - SCR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Bogie Frames - 02 Nos/10.840 Mt-delivery On Lot Basis Only. Lot No. 5364 24 11 87 Gtl Gy Gf Ap. Available With Sse Dsl Gy. Scrap Condemned Unserviceable Cast Steel Co-co Alco Loco Bogie Frames ( Without Wheel Sets )- 02 Nos. Bogie Frame With All Attached Accessories(spring, Eq Beam, Hanger, Stay Plate, Brake Shoe,slack Adjuster, Saddle, Tie-bar ) Cast Steel Weight In Each Bogie Frame - 5420 Kgs / 05.420 Mts (approx) Total Quantity - 02 Nos Total Caststeel Weight - 2 X 5420 - 10840 Kgs / 10.840mts ( Approx). (delivery On Lot Basis). Available Near Under Truck Section Opposite To Tool Room Of Gooty Diesel Loco Shed. Ds-8 No.053648-24-08784, Dated 22.11.24. Hsn Code: 72044100 - Gst 18%. Note To The Bidders 1) Bidders May Visit The Site Of The Material For Physical Inspection Of The Material And Loading Spot Also, In All Aspects Before Bidding In E Auction.2) Post Auction No Representation Shall Be Entertained.3) For Photos Of This Lot, Kindly Click On View Lot Image On Bottom Left Side. 4) Gas/chisel Cutting Is Permitted, If Required, For Easy Loading And Transportation Purpose, Only After Ensuring Sufficient Safety Measures Against Fire Hazards Etc To Avoid Any Mishap To Any Person, Railway Material Etc. Witnessing Officials To Ensure That The Lot Is Delivered As Per Lot Description 5) In Case Purchasers Require Usage Of Any Railway Assets/materials Such As Electricity/ Forklift Truck Etc. During The Process Of Delivery, They Are Required To Pay, The Prescribed Amount To Railways, As Directed By The Respective Custodian Of The Lot. 6) It Is The Responsibility Of The Purchaser/bidder To Return Excess Material, If Found During Gross Weighment, To The Nominated Premises Of The Custodian. 7) Clubbing Of The Lots, What So Ever, Is Not Permitted For Loading 8) Request For Fixation Of Delivery Point Should Be Invariably Raised In Ireps Online Only. Purchasers Are Requested To Make Use Of This Facility. No Representative Should Be Sent To The Office Of Sr.dmm/gtl For Collection Of Delivery Fixation Letter. As Soon As The Balance Sale Value Is Received By Railways Online, Delivery Order Will Be Issued Immediately, To Facilitate The Purchaser To Raise An Online Request For Fixation Of Delivery Point. 9) Railways Does Not Guarantee For Quality, Quantity Description Etc.
Closing Date20 Feb 2025
Tender AmountRefer Documents 

South Central Railway - SCR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Barricade 90 R Rails-16.367 Mt-delivery On Sectional Weighment Basis. Lot No. 5409 24 08 02 Gtl Zpl R Ap. Available With Sse P W Atp Scrap Cond. And U/s Released Class Iii Barricade 90 R Rails -174 Nos- 366.890 Rm-16.367 Mt. Total Qty: 16.367 Mt. Approx. Available At Zangalapalli Station Yard At Km 199/10-12 (dn) And 199/8-10(dn). S S No G W Gtl R /atp/24-25/95, Dt. 11.07.2024. Sl No 1 To 2, St No. 1 To 2. Hsn Code: 72042990 - Gst 18%. Note To The Bidders 1) Successful Bidder Is Advised To Pay Bsv At The Earliest And Approach All The Concerned Witnessing Officials Immediately Along With Delivery Point Fixation Letter For Taking Loading To Avoid Last Minute Rush And Unforeseen Circumstances 2) Bidders May Visit The Site Of The Material For Physical Inspection Of The Material And Loading Spot Also, In All Aspects Before Bidding In E Auction.3) Post Auction No Representation Shall Be Entertained.4) For Photos Of This Lot, Kindly Click On View Lot Image On Bottom Left Side. 5) Gas/chisel Cutting Is Permitted, If Required, For Easy Loading And Transportation Purpose, Only After Ensuring Sufficient Safety Measures Against Fire Hazards Etc To Avoid Any Mishap To Any Person, Railway Material Etc. Witnessing Officials To Ensure That The Lot Is Delivered As Per Lot Description. 6) In Case Purchasers Require Usage Of Any Railway Assets/materials Such As Electricity/ Forklift Truck Etc. During The Process Of Delivery, They Are Required To Pay, The Prescribed Amount To Railways, As Directed By The Respective Custodian Of The Lot. 7) It Is The Responsibility Of The Purchaser/bidder To Return Excess Material, If Found During Gross Weighment, To The Nominated Premises Of The Custodian. 8) Clubbing Of The Lots, What So Ever, Is Not Permitted For Loading 9) Request For Fixation Of Delivery Point Should Be Invariably Raised In Ireps Online Only. Purchasers Are Requested To Make Use Of This Facility. No Representative Should Be Sent To The Office Of Sr.dmm/gtl For Collection Of Delivery Fixation Letter. As Soon As The Balance Sale Value Is Received By Railways Online, Delivery Order Will Be Issued Immediately, To Facilitate The Purchaser To Raise An Online Request For Fixation Of Delivery Point. 10) Railways Does Not Guarantee For Quality, Quantity Description Etc.
Closing Date28 Feb 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Mushroom House Located Brgy. Basak, Mandaue City, Cebu And Brgy. Consolacion, Bais City, Negros Oriental 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Two Million One Hundred Eighty Thousand Pesos (₱2,180,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Mushrooom House Located At Brgy. Basak, Mandaue City, Cebu And Consolacion, Bais, City, Negros Oriental. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Mushroom House Located At Brgy. Basak, Mandaue City, Cebu And Brgy. Consolacion, Bais, City, Negros Oriental. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Building Permits, Occupancy And Clearances; Project Billboard/signboard; Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (pedestal Column); Structural Concrete (pedestal Column Footing, Wall Footing And Slab On Fill); Reinforcing Steel; Formworks And Falseworks; Part D. Carpentry And Joinery Works: Wall (amakan); Ceiling (welded Wire Mesh); Part E. Doors And Windows: Jalousie Window (glass); Frames(jambs And Mullion); Wooden Panel Door; Part F. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Finishing: Cement Plaster Finish; Part H. Metal Structures: Structural Steel ( Steel Post, Roof Beam And Mild Steel Plate); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories ( Turnbuckle); Metal Structure Accessories (sagrod And Sway Brace); Metal Structure Accessories (fascia Framing W/ Fascia Board); Part I. Roofing Works: Corrugated Metal Roofing; Part J. Painting Works: Painting Works (metal Painting); Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contrator’s All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Brgy. Basak, Mandaue City, Cebu And Brgy. Consolacion, Bais City, Negros Oriental. Completion Of The Works Is Required Within Ninety-five (95) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Leased Bar Cutter; One (1) Leased Welding Machine; And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two(2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of Two Thousand Five Hundred Pesos (2,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. 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 February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 2.1 Million (USD 37.5 K)

Transportation And Economic Corridors Tender

Civil And Construction...+1Road Construction
Canada
Purchaser Name: Transportation And Economic Corridors | Details: Alberta Transportation And Economic Corridors Requests Submission Of Proposals For The Highway Surface And Right-of-way Maintenance Of Contract Maintenance Areas (cmas) 505, 507, 511, 512, 513. Pre-proposal Meeting: December 18, 2024, 14:00 Alberta Time Online Only (details To Follow) Con0024483 For Cma 505 Con0024484 For Cma 507 Con0024485 For Cma 511 Con0024486 For Cma 512 Con0024487 For Cma 513
Closing Date13 Mar 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+2Irrigation Work, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Canal Extension Of Lantay Spring Development Located At Lombog Guindulman, Bohol 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Two Million Eight Hundred Sixteen Thousand Five Hundred Eighty-two Pesos And 19/100 (₱2,816,582.19) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Canal Extension Of Lantay Spring Development Located At Lombog Guindulman, Bohol. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Canal Extension Of Lantay Spring Development Located At Lombog Guindulman, Bohol. Scope Of Work I. General Requirements: Provision Of Field Office For The Engineer (rental Basis); Project Billboard/signboard(coa Recommended); Occupational Safety And Health Program; Mobilization And Demobilization; Ii. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Structural Backfill ; Iii. Irrigation Canal, Grouted Riprap, Box Culvert, Basin, Division Box, Water Catchment, & Under Drain: Aggregate Base Course; Formworks And Falseworks; Reinforcing Steel; Concrete Class "b"; Grouted Riprap Class "a” Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Lombog Guindulman, Bohol. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Owned Backhoe With Breaker; One (1) Owned Plate Compactor; One (1) Owned Concrete Vibrator; One (1) Owned 1-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Service Vehicle And Technical Personnel Required One (1) Project Engineer; One (1) Foreman; One (1) Materials Engineer; Eight (8) Skilled Laborer; Sixteen (16) Unskilled Laborer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To Irrigation Project . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of Three Thousand Pesos (3,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. 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 February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 2.8 Million (USD 48.5 K)

Department Of Agriculture Tender

Civil And Construction...+2Civil Works Others, Construction Material
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Installation Of One (1) Unit Nursery Located At Olang, Maria, Siquijor 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of Six Hundred Seven Thousand Pesos (₱607,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Installation Of One (1) Unit Nursery Located At Olang, Maria, Siquijor. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Installation Of One (1) Unit Nursery Located At Olang, Maria, Siquijor. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy & Other Clearances; Project Billboard/signboard (coa Recommended); Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Work: Reinforcing Steel (pedestal Footing); Structural Concrete (pedestal Footing ); Reinforcing Steel (pedestal); Structural Concrete (pedestal); Reinforcing Steel (wall Footing); Structural Concrete (wall Footing); Reinforcing Steel (slab On Fill); Structural Concrete (slab On Fill);formworks And Falseworks; Part D. Finishing: Cement Plaster Finish; Part E. Painting Works: Painting Works (metal Painting); Part F. Masonry Work: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part G. Metal Structures: Wall & Roof Framing Including Fabricated Steel Door; Water Tank Steel Platform & Standform; Part H. Shade Net: 60% Woven Shade Net; Part I. Irrigation System: Distribution Pipe, Drain Pipe, Fittings, Water Tank, Hardware & Other Accessories; Boq Notes: 1) The Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project. 2) Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Tests For Quality Control And Plan Preparation. Site: Olang, Maria Siquijor. Completion Of The Works Is Required Within Eighty (80) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Bar Cutter; One (1) Leased Bar Bender; One (1) Owned One-bagger Mixer; One (1) Owned Welding Machine; One (1) Owned Cutting Outfit And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Three (3) Skilled Laborer; Six (6) Unskilled; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To Rainshelter With Irrigation System . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Pesos (1,000.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025 – 10:00 A.m. 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 February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 607 K (USD 10.4 K)

National Transportation And Transportation Centre - LATVIA Tender

Others
Latvia
Purchaser Name: National Transportation And Transportation Centre | Latvia – Clothing, Footwear, Luggage Articles And Accessories – Virsdrēbju Komplekta, Apavu Un Aksesuāru Iegāde
Closing Soon10 Feb 2025
Tender AmountRefer Documents 

Department Of Agriculture Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu 1. The Department Of Agriculture-regional Field Office 7, Through The Gaa 2025 Intends To Apply The Sum Of One Million Two Hundred Thousand Pesos (₱1,200,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Department Of Agriculture-regional Field Office 7, Now Invites Platinum Philgeps Registered Contractors/ Bidders To Bid Supply Of Labor And Materials For The Construction Of Vermi-composting Shed Located At Putat, Tuburan, Cebu; Fortaliza, Tuburan, Cebu; Colonia, Tuburan, Cebu. Scope Of Work Part A. General Requirements: Provision Of Field Office For The Engineers (rental Basis); Permits And Clearances (building Permit, Occupancy Permit And Other Clearances); Project Billboard/signboard; Occupational Safety And Health Program; Part B. Earthworks: Clearing And Grubbing; Structure Excavation (common Soil); Embankment From Structure Excavation; Gravel Bedding; Part C. Reinforced Concrete Works: Structural Concrete (pedestal Column); Structural Concrete (pedestal Column Footing, Bin Footing And Slab On Fill); Reinforcing Steel; Formworks And Falseworks; Part D. Masonry Works: 100 Mm Chb Non Load Bearing (including Reinforcing Steel); Part E. Finishing Works: Cement Plaster Finish; Part F. Metal Structures: Structural Steel (steel Post And Roof Beam); Structural Steel (trusses); Structural Steel (purlins); Metal Structure Accessories (turnbuckle); Metal Structure Accessories (cross Bracing); Metal Structure Accessories (sagrods); Metal Structure Accessories (fascia Framing); Part G. Roofing Works: Prepainted Corrugated Metal Roofing; Fabricated Metal Roofing Accessory (fascia Cover, Ridge Roll And End Flashing); Part H. Painting Works: Painting Works (metal Painting). Boq Notes: 1.the Bidder Must Furnish The Unit Cost Derivation Or Detailed Estimates For Each Work Item. It Is Advised To Include All Materials Outlined In The Approved Detailed Engineering Design (ded) Within The Detailed Estimates. In The Event That Certain Materials Are Not Specified In The Bid Detailed Estimate, The Contractor Must Provide Those Materials During Implementation Without Incurring Any Additional Cost To The Implementing Unit Or The Project.; 2. Ocm Includes: (a) Overhead Expenses -engineering And Administrative Supervision, Transportation Allowances, Office Expenses, Premium On Contractors All Risk Insurance (cari) And Financing Cost; (b) Contingencies Expenses - Meetings, Coordination With Other Stakeholders, Stages During Ground Breaking And Inauguration Ceremonies, And Other Unforeseen Events. (c) Miscellaneous Expenses - Laboratory Test For Quality Control And Plan Preparation Site: Putat, Tuburan, Cebu; Fortaliza, Tuburan Cebu; Colonia, Tuburan, Cebu. Completion Of The Works Is Required Within Ninety (90) Calendar Days From Receipt Of The Approved Notice To Proceed (ntp). The Contractor / Bidder Must Have The Minimum Equipment Required One (1) Leased Plate Compactor; One (1) Leased One-bagger Mixer; One (1) Owned Bar Cutter; One (1) Owned Welding Machine And Technical Personnel Required: One (1) Project Engineer; One (1) Foreman; Two (2) Skilled Laborer; Ten (10) Unskilled Laborer; One (1) Safety Officer. Bidders Should Have Completed A Contract Similar To The Project. Similar Project Shall Refer To General Building. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. Bidders Must Have A Similar Completed Single Contract With A Value Of At Least 50% Of The Abc Of The Project To Be Bid. 3. Bidding Will Be Conducted Through Open Competitive Interested Bidders May Obtain Further Information From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m.. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 29, 2025 From Department Of Agriculture Regional Field Office 7- Bac Secretariat And Inspect The Bidding Documents At The Address Given Below From 8:00 A.m.- 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 From The Address Below And Upon Payment For The Bidding Documents, In The Amount Of One Thousand Five Hundred Pesos (1,500.00). It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps) And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person, By Facsimile, Or Through Electronic Means. 6. The Department Of Agriculture Regional Field Office 7 Will Hold A Pre-bid Conference On February 6, 2025 -2:00 P.m. At Da Conference Room, Da Complex, Highway Maguikay, Mandaue City Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before February 18, 2025– 10:00 A.m. 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 February 18, 2025 -10:00 A.m. At Da Conference Room, Da Complex, Highway Maguikay, And Mandaue City. 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. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Department Of Agriculture Regional Field Office 7 Does Not Condone Any Form Of Solicitation On Any Prospective Winning And Losing Bidders By Any Of Our Staff/employees Or Any Other Party. Any Sort Of This Kind Shall Be Reported Immediately To The Office Of The Secretary Or National Bureau Of Investigation (nbi) For Entrapment And Proper Investigation. 11. The Department Of Agriculture Regional Field Office 7 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. For Further Information, Please Refer To: Bac Secretariat Department Of Agriculture Regional Field Office-7 Tel No. 032-2682698 Fax Number 032- 256-3063 (sgd.) Dr. Fabio G. Enriquez Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 1.2 Million (USD 20.6 K)
3201-3210 of 4532 active Tenders