Bridge Tenders

Bridge Tenders

Eastern Railway - ER Tender

Works
Civil And Construction...+1Bridge Construction
Ireps
India
Details: Description:- Earthwork In Excavation By Mechanical Means (hydraulic Excavator)/manual Means For foundations And Floors Of The Bridges, Retaining Walls Etc. Including Setting Out, Dressing Of Sides, ramming Of Bottom, Getting Out The Excavated Material, Back Filling In Layers With Approved Material and Consolidation Of The Layers By Ramming And Watering Etc. Including All Lift, Disposal Of Surplus Soil up To A Lead Of 300m, All Types Of Shoring And Strutting With All Labour And Material Complete As Per drawing And Technical Specification As Directed By Engineer In Charge. Note: This Item Will Be Used For excavation Work In Connection With Other Miscellaneous Works Also Like Side Drains, Foundation For ohe Masts And Other Miscellaneous Structures In Connection With Gauge Conversion, Doubling, New lines. All Kinds Of Soils
Closing Date10 Feb 2025
Tender AmountINR 18.6 Million (USD 213.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0064– Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis, Kapatagan, Lanao Del Norte Abc – Php 14,700,000.00 2. 25kf0065– - Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Abc – Php 14,700,000.00 3. 25kf0066– Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Lala, Lanao Del Norte Abc – Php 17,635,348.90 4. 25kf0067– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564, Nunungan, Lanao Del Norte Abc – Php 6,619,900.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis Contract Id No. : 25kf0064 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 2.name Of Contract : Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Contract Id No. : 25kf0065 Locations : Sapad, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 3.name Of Contract : Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Contract Id No. : 25kf0066 Locations : Lala, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part D: Subabase And Base Course; Part E: Surface Courses; Part F: Bridge Construction; Part G: Drainage And Slope Protection Structures; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 17,635,348.90 Contract Duration : 167 Cd Cost Of Bidding Document : Php 20,000.00 4.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564 Contract Id No. : 25kf0067 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 6,619,900.00 Contract Duration : 123 Cd Cost Of Bidding Document : Php 8,000.00 Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B Up To Aa For Large A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Iv. 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”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 6, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 20, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 20, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan 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. Xii. The Dpwh - Lanao Del Norte 2nd District Engineering 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 28, 2024-january 3, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw017
Closing Date28 Jan 2025
Tender AmountPHP 6.6 Million (USD 112.8 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Bridge Construction
United States
Details: Sources Sought Response Form garrison Dam Spillway Modification Project – Stoplog Seal Modification sources Sought Notice # W9128f25sc005 purpose: By Way Of This Sources Sought Notice, The Usace-omaha District Intends To Determine The Extent Of Capable Small Business And Other Than Small Business Firms That Have The Availability In Providing The Requirement Described Hereunder. The Responses To This Notice Will Be Used For Planning And Development Of The Upcoming Procurement(s). Therefore, This Notice Does Not Constitute A Request For Proposal (rfp), Quotation Or Bid; It Does Not Guarantee The Future Issue Of An Rfq/rfp/ifb; Nor Does It Commit The Government To Contract For Any Supply, Service, Or Construction. There Is No Solicitation Currently Available. further, This Agency Will Not Accept Unsolicited Proposals. Respondents Are Advised That This Agency Will Not Pay For Any Information Or Administrative Cost Incurred In Response To This Notice. All Costs Associated With Responding To This Notice Will Be Solely At The Responding Party's Expense. At This Time, Proprietary Information Is Not Being Requested, And Respondents Shall Refrain From Providing Proprietary Information In Response To This Sources Sought Notice. project Description this Project Is To Modify Up To Eight (8) Of The 18 Stoplogs Fabricated In 2016. Modification Will Include Hauling Stoplogs From The Garrison Project’s Crest Structure Where They Are Currently Stored To A Fabrication Plant Certified Under The Aisc (american Institute Of Steel Construction) Quality Certification Program, And Must Be Designated An Aisc Certified Plant, Category Ibr: Certified Bridge Fabricator – Intermediate, Cbr: Major Bridge Fabrication, Abr: Certified Bridge Fabricator - Advanced Or Hyd: Certified Metal Hydraulic Fabricator With A Fracture Critical Endorsement (fce). The Stoplogs Will Receive Measurement, Minor Weld Modifications, Milling, Partial Painting, Installation Of New Seals, And Fabrication And Installation Of New Springs. The Stoplogs Will Then Be Hauled Back To Garrison Dam And Placed Into The Monolith Bay By The Contractor. The Garrison Project Office Staff Will Deploy The Stoplogs To Test The Sealing Ability Of The Modified Stoplogs. This Installation Test Of Up To Eight (8) Will Inform Changes, If Any, To Future Modifications Of The Remaining Stoplogs And New Stoplogs To Be Completed In A Future Contract. Ideally, The Contractor Could Modify Seals In Winter Of 2025/2026 And Test The Stoplogs In The Summer Of 2026. estimated Project Solicitation Issue Date: 15 April 2025. small Businesses Are Reminded Under Far 52.219-14(c)(1), Limitations On Subcontracting Services. At Least 50 Percent Of The Cost Of Contract Performance Incurred For Personnel Shall Be Expended For Employees Of The Concern. Prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. project Period Of Performance: 600 Calendar Days. responses please Respond To All Information Requested In This Notice Not Later Than 2:00 Pm Ct, 13 February 2025. Please Include The Sources Sought Notice Identification Number In The Subject Line Of The Email Submission With Attention To: Karen Caskey, Contract Specialist, Karen.l.caskey@usace.army.mil, And Nadine Catania, Contracting Officer, Nadine.l.catania@usace.army.mil. required Information To Be Submitted In Response To This Notice: company Name, Address, Phone Number, Point Of Contract, Email, Web Address: cage Code And Unique Entity Identifier (uei): north American Industry Classification System Code (naics): state Whether Your Firm Is Classified By The Small Business Administration As Any Of The Following: small Business small Disadvantaged Business service-disabled Veteran Owned Small Business (sdvosb) section 8(a) women Owned Small Business (wosb) hubzone none Of The Above is Your Company Currently Registered In System For Award Management (sam)? has Your Company Performed Work For The Federal Government Under A Different Name Or Uei/duns #, Or As A Member Of A Joint Venture (jv)? If Yes, Provide An Explanation: capabilities And Submission Requirements submission Details all Interested, Capable, Qualified, And Responsive Contractors Are Encouraged To Provide Responses To This Request For Information. Companies With Experience In Modifying Stoplogs Are Encouraged To Reply To This Request. Interested Prime Contractors Only Should Submit A Narrative Demonstrating Their Experience In Projects Of Similar Nature As Described In The Project Description. Responders Shall Provide A Brief Narrative Describing A Minimum Of Two (2) To A Maximum Of Three (3) Projects The Interested Firm Has Completed In The Last Seven (7) Years That Were In Remote Locations With Similar Size, Scope, Cost, And Complexity To The Anticipated Project Requirements Described Above. Narratives Shall Be No Longer Than 2 Pages Per Project. Email Responses Are Required. please Include The Following Information In Your Response: company Name, Address, And Point Of Contact, With Phone Number And Email Address cage Code And Uei Number business Size To Include Any Official Teaming Arrangements As A Partnership Or Joint Venture details Of Similar Stoplog Modification Projects In Remote Locations And State Whether You Were The Prime Or Subcontractor start And End Dates Of Work project References (including Owner With Phone Number And Email Address) project Cost, Term, And Complexity Of Job please Include The Following Additional Information In Your Response: would The Company Perform This Work On Their Own, Or Perform Work With Another Company Whom They Have Worked With In The Past On Similar Projects? does The Company Have Any Concerns With Procuring Materials And Complete This Work With The General Schedule Outlined Above? comments provide Comments Or Identify Any Concerns Your Company Has Regarding The Planned Solicitation(s). Note That The Government Will Not Be Responding To Inquiries About The Proposed Solicitation(s) At This Time. Your Responses And Comments Will Be Used By Government Personnel To Assess The Viability And Scope Of The Proposed Solicitation(s) And Will Be Kept In Strictest Confidence. Telephone Inquiries Will Not Be Accepted.
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0064– Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis, Kapatagan, Lanao Del Norte Abc – Php 14,700,000.00 2. 25kf0065– - Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Abc – Php 14,700,000.00 3. 25kf0066– Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Lala, Lanao Del Norte Abc – Php 17,635,348.90 4. 25kf0067– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564, Nunungan, Lanao Del Norte Abc – Php 6,619,900.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis Contract Id No. : 25kf0064 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 5,209,100.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 8,000.00 2.name Of Contract : Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Contract Id No. : 25kf0065 Locations : Sapad, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 3.name Of Contract : Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Contract Id No. : 25kf0066 Locations : Lala, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part D: Subabase And Base Course; Part E: Surface Courses; Part F: Bridge Construction; Part G: Drainage And Slope Protection Structures; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 17,635,348.90 Contract Duration : 167 Cd Cost Of Bidding Document : Php 20,000.00 4.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564 Contract Id No. : 25kf0067 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 6,619,900.00 Contract Duration : 123 Cd Cost Of Bidding Document : Php 8,000.00 Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B Up To Aa For Large A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Iv. 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”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 7, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 20, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 20, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan 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. Xii. The Dpwh - Lanao Del Norte 2nd District Engineering 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 30, 2024-january 3, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw017
Closing Date28 Jan 2025
Tender AmountPHP 14.7 Million (USD 250.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Others
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Lanao Del Norte 2nd District Engineering Office 0054 Seminary Drive Del Carmen, Iligan City, Region X Invitation To Bid I. The Dpwh-lanao Del Norte 2nd District Engineering Office, Through (gaa) Fy 2025 Intends To Apply The Sum As Enumerated Below Being The Approved Budget For The Contract (abc): 1. 25kf0064– Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis, Kapatagan, Lanao Del Norte Abc – Php 14,700,000.00 2. 25kf0065– - Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Abc – Php 14,700,000.00 3. 25kf0066– Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Lala, Lanao Del Norte Abc – Php 17,635,348.90 4. 25kf0067– Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564, Nunungan, Lanao Del Norte Abc – Php 6,619,900.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Ii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1.name Of Contract : Flood Management Program-construction/maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Mahayahay Cis Contract Id No. : 25kf0064 Locations : Kapatagan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 2.name Of Contract : Flood Management Program-construction/ Maintenance Of Flood Mitigation Structures And Drainage Systems, Construction Of Protection Dike, Bulungan Cis, Sapad, Lanao Del Norte Contract Id No. : 25kf0065 Locations : Sapad, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part I-a: Earthworks; Part I-b: Bank & Slope Protection Works; Part E: Surface Courses Approved Budget For The Contract : Php 14,700,000.00 Contract Duration : 139 Cd Cost Of Bidding Document : Php 15,000.00 3.name Of Contract : Bridge Program-replacement Of Permanent Weak Bridges-maranding Br. (fvr) (b00967mn) Along Linamon-zambonga Rd., Contract Id No. : 25kf0066 Locations : Lala, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part D: Subabase And Base Course; Part E: Surface Courses; Part F: Bridge Construction; Part G: Drainage And Slope Protection Structures; Part H: Miscellaneous Structures Approved Budget For The Contract : Php 17,635,348.90 Contract Duration : 167 Cd Cost Of Bidding Document : Php 20,000.00 4.name Of Contract : Asset Preservation Program –rehabilitation/reconstruction Of Roads With Slips, Slope, Collapse And Landslide- Tertiary Roads, Lanao Del Norte Interior Circum. Road (ldnicr), K1643+494-k1643+564 Contract Id No. : 25kf0067 Locations : Nunungan, Lanao Del Norte Scope Of Works : Part A: Facilities For The Engineer; Part B: Other General Requirements; Part C: Earthworks; Part F: Bridge Construction (rc Slope Protection) Approved Budget For The Contract : Php 6,619,900.00 Contract Duration : 123 Cd Cost Of Bidding Document : Php 8,000.00 Iii. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B Up To Aa For Large A. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. Iv. 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”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. V. Interested Bidders May Obtain Further Information From The Dpwh - Lanao Del Norte 2nd District Engineering Office And Inspect The Bidding Documents At 0054 Seminary Drive, Del Carmen, Iligan City During Weekdays From 8:30 Am To 4:30 Pm. Vi. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 28, 2024 To January 20, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb. Vii. 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. Viii. The Dpwh - Lanao Del Norte 2nd District Engineering Office Will Hold A Pre-bid Conference On January 6, 2025 At 10:00 A.m. At The Conference Room, Dpwh-ldn 2nd Deo, Seminary Drive, Del Carmen, Iligan City, Which Shall Be Open To Prospective Bidders. Ix. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. For Manual Submission, Bid Proposals May Be Submitted Through An Authorized Representative Together With The Original Special Power Of Attorney (spa) Which Is Contract Specific And Presentation Of Two (2) Valid Identification Issued By Government Institution. X. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_lanaodelnorte2 For Electronic Submission On Or Before January 20, 2025 At 2:00 Pm. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. Xi. Bid Opening Shall Be On January 20, 2025 At 2:05 Pm At Conference Room, Dpwh-lanao Del Norte 2nd Deo, 0054 Seminary Drive, Del Carmen, Iligan 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. Xii. The Dpwh - Lanao Del Norte 2nd District Engineering 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiii. For Further Information, Please Refer To: Bac Secretariat Head: Hamima M. Sambitory Engineer Ii, Oic Head, Procurement Unit Address : Dpwh-lanao Del Norte 2nd Deo(formerly Dpwh-ldn 1st Deo) 0054 Seminary Drive, Del Carmen, Iligan City Telephone No. : (063) 228-3224 Local 74811 Email Address : Dpwhbac2018@gmail.com Date Of Websites Posting: December 28, 2024-january 3, 2025 For Online Participation During: Prebid Conference And Opening Of Bids: Zoom Id : 399 906 5943 Passcode : Ldn12021 For Youtube Live Streaming: Http://www.youtube.com/@dpwhldn2deo Barmila S. Mohamad Oic-assistant District Engineer Bac Chairperson Telephone No.: (063) 228-3224 Local 74804 Email Address : Dpwhbac2018@gmail.com Itb Control No. 25cw017
Closing Date28 Jan 2025
Tender AmountPHP 14.7 Million (USD 250.6 K)

Central Railway - CR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap Redundant Line Pachora -jamner (n.g) Mixed Up With Different Items Of P.way Materials Consisting Of Rails 69 Lbs & 90 R , C I Pots 69/82 With Tie Bars & Cotter Pin Various Size, Fish Plates Various Size, Fish Bolt Various Size, Check Rail 69 Lbs ,guard Rail 90 R, M S Keys, Steel Channel Sleeper, J/n Fish Plate, C.i Chairs 69 Lbs With Rail Screw, St Sleeper, Dog Bolt & Taibars At Br No 422/2. Complete Details As Per The Annexure.free Delivery Period May Be Upto 65 Days 1) Lot Is Approachable By Kuchha /pakka Rasta. Delivery Possible In Dry Season Only. 2) Ss-11 No. : - Sc/2024-25/13 Dt.04/06/2024 2) Ds8 Note No. 0063653 Dtd-04/06/2024 3) Lot Number Board Is Exhibited / Painted. 4) Similar And Other Type Of P.way Materials Are Laying Nearby Lot Will Not Be Delivered. 5) If Any Other Than P.way Materials Found Will Not Be Delivered. 6) It Is Strictly Advised To Bidder To See The Lot Personally & Loading Point Before Bidding For The Lot In E-auction. 7) Lot Will Be Sold On ¿by Lot Basis¿. 8) As Per Ss-11 The Quantity Is Physically Available At Location. 9) Lot Is In Order/ Ok And Can Be Put Up For Auction Sale. 10) After Joint Lot Inspection, If Any Addition, Deletion, Alteration & Variation Come In The Lot, Stock Holder Will Be Fully Responsible. 11) Materials Other Than Description Not To Be Delivered. 12) Wooden Sleepers Laid In Track Will Not Be Delivered. 13) At Level Crossing, Gate Operating Equipment¿s & Lifting Barriers, Rail Post, Fencing Will Not Be Delivered. 14) At Girder Bridges, Steel Girders, Materials Of Pathway, Railing, And G.i Pipe Carrying Cables Will Not Be Delivered. 15) Any Materials Other Than Redundant Line Lying & Erected On Both Side Of The Track Will Be Retained By The Custodian. 16) Weight Shown Are Indicative & Railway Will Not Be Responsible For Any Shortage. 17) After Handing Over The Relevant Line/siding The Purchaser Will Be Fully Responsible For The Dismantling And Removal Of The Released Materials. Any Loss/damage That May Arise From The Date Of Acceptance Of The Offer Of The Successful Purchaser By Pcmm To The Date Of Complete Removal Of All Released Material From The Site, Due To Theft, Accident, Flood Etc. Shall Be The Sole Responsibility Of The Purchaser And No Claim On This Account Will Be Entertained By The Railways Under Any Circumstances.
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Central Railway - CR Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap Redundant Line Pachora -jamner (n.g) Mixed Up With Different Items Of P.way Materials Consisting Of Rails 69 Lbs, C I Pots 69/82 With Tie Bars & Cotter Pin Various Size, Fish Plates Various Size & 90 R, Fish Bolt Various Size, Check Rail 69 Lbs ,guard Rail 90 R, M S Keys, C.i Chairs 69 Lbs With Rail Screw, St Sleeper, Rail Cluster At Br No 423/1. Complete Details As Per The Annexure.free Delivery Period May Be Upto 65 Days . 1) Lot Is Approachable By Kuchha /pakka Rasta. Delivery Possible In Dry Season Only. 2) Ss-11 No. : - Sc/2024-25/14 Dt.04/06/2024 2) Ds8 Note No. 0063654 Dtd-04/06/2024 3) Lot Number Board Is Exhibited / Painted. 4) Similar And Other Type Of P.way Materials Are Laying Nearby Lot Will Not Be Delivered. 5) If Any Other Than P.way Materials Found Will Not Be Delivered. 6) It Is Strictly Advised To Bidder To See The Lot Personally & Loading Point Before Bidding For The Lot In E-auction. 7) Lot Will Be Sold On ¿by Lot Basis¿. 8) As Per Ss-11 The Quantity Is Physically Available At Location. 9) Lot Is In Order/ Ok And Can Be Put Up For Auction Sale. 10) After Joint Lot Inspection, If Any Addition, Deletion, Alteration & Variation Come In The Lot, Stock Holder Will Be Fully Responsible. 11) Materials Other Than Description Not To Be Delivered. 12) Wooden Sleepers Laid In Track Will Not Be Delivered. 13) At Level Crossing, Gate Operating Equipment¿s & Lifting Barriers, Rail Post, Fencing Will Not Be Delivered. 14) At Girder Bridges, Steel Girders, Materials Of Pathway, Railing, And G.i Pipe Carrying Cables Will Not Be Delivered. 15) Any Materials Other Than Redundant Line Lying & Erected On Both Side Of The Track Will Be Retained By The Custodian. 16) Weight Shown Are Indicative & Railway Will Not Be Responsible For Any Shortage. 17) After Handing Over The Relevant Line/siding The Purchaser Will Be Fully Responsible For The Dismantling And Removal Of The Released Materials. Any Loss/damage That May Arise From The Date Of Acceptance Of The Offer Of The Successful Purchaser By Pcmm To The Date Of Complete Removal Of All Released Material From The Site, Due To Theft, Accident, Flood Etc. Shall Be The Sole Responsibility Of The Purchaser And No Claim On This Account Will Be Entertained By The Railways Under Any Circumstances.
Closing Date18 Feb 2025
Tender AmountRefer Documents 

Indian Army Tender

Goods
Healthcare and Medicine
GEM
India
Description: CATEGORY: four syringes of 2-4 gm each , GIC Type-II GC Gold level , GIC Ketac Molar 12 gm powder 8 ml , Russia Tor Vm saddle contoured metal matrix , Outfit Matrix SS Siqveland bands narrow , Intermediate Restorative Material IRM , Eugenol Liquid bott of 15 ml , Sectional precontoured Matrix , Modelling wax 225 gm , Disposable plastic dental wedges with hole pack of all sizes , Foxplane plastic disposable , Crown and bridge diestone super hard for pkt of 1 Kg , Dental Plaster of Paris Pkt of 3Kg , Dental stone Pkt of 1 kg , Base, acrylic resin powder pink bott of 450 gm acrylic resin liquid 227.3 ml , DPI Rr Cold Cure Powder clear 110 gm rapid repair Liquid bott of 110 ml , DPI Rr Cold Cure Powder pink 110 gm with rapid repair Liquid bott of 110 ml , DPI Self cure Tooth Moulding powder Dental Shade A 55g , DPI Self cure Tooth Moulding powder Dental Shade B 55g , DPI Self cure Tooth Moulding powder Dental Shade C 55g , DPI Self cure Tooth Moulding powder Dental Shade D 55g , Teeth anterior acrylic cross linked lower set of 6 , Teeth anterior acrylic cross linked upper set of 6 , Teeth posterior cross linked, acrylic set of 16 upper and lower. , SS Wire Size-19 Gauge weight- 500gm , SS Wire Size-21 Gauge weight- 500gm , DPI Shellac Base Plate Upper , DPI Shellac Base Plate Lower , Sandpaper 100 grit roll of 50m , Sticks tracing red or green soft pkt of 10 , Waldent FlexiGum VPS A- Silicone Putty Flexident Light Body Combo Kit , Indian sand paper mandrel , Dental lab wool polishing wheel pack of 01 , Carbide cutter Bur SHPSize -F6 , Carbide cutter Bur SHP Size -L6 , Carbide cutter Bur SHP Size -M6 , Carbide cutter Bur SHP Straigth Fissure , Roll, absorbent cotton Dental assorted size in box of 500 , Dental floss younifloss , Interdental Brush Narrow Space number of 05 brush set of 12 , Gluma Desensitizer 5ml , Tooth polishing Paste 250 gm , Disposable PMT Set , Disposable Spirit lamp , Dologel Oral Gel Oint of 15 gm , Dental double side metallic cheek lip retractor Y shape pack of 1 , Dental F-Varnish flouride varnish , Hexigel Mouth Gel Chlorhexidine Gluconate 1 , Gum paint Bott of 15 ml , Prima Dental Round Air Rotor-FG 4 Carbide Bur Pack of 10 , Prima Dental Round Air Rotor-FG 6 Carbide Bur Pack of 10 , Abrasive mounted diamond FG Round Bur for Airotor , Abrasive mounted diamond FG Endo- Acces Bur for Airotor , Abrasive mounted diamond FG Polising Bur Bud Shape for Airotor , Abrasive mounted diamond FG Straigth Fissure Bur for Airotor
Closing Date10 Feb 2025
Tender AmountINR 461.7 K (USD 5.3 K)

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Title: Comprehensive Everglades Restoration Program (cerp), Central Everglades Planning Project (cepp), Contract 3b, S-355w Spillway Project, Miami-dade County, Florida Description Of Work: The Jacksonville District Has A New Requirement For Comprehensive Everglades Restoration Program (cerp), Central Everglades Planning Project (cepp), Contract 3b, S-355w Spillway Project, Located In Miami-dade County, Florida. The Scope Of Work For This Project Includes The Following Features: Excavation, Dewatering, Blasting, Levee Embankment Repairs, And Construction For A New Spillway Structure And Associated Sheet Pile Retaining Walls. These New Project Components Are Constructed Approximately 4.2 Miles East Of The Existing S-333 And S-333e Spillways, Along The L-29 Levee System, Section 3 Levee Segment. The Overall Site Is Approximately 7.9 Acres. Specific Project Components Include The Following Items And Incidental Related Work: The New Spillway Structure Has A Design Capacity Of Approximately 1,200 Cubic Feet Per Second (cfs) With Two Bays With Vertical Lift Roller Gates, A Control Room, A Service Bridge, And A Two-lane Public Access Bridge. Lower The Existing Levee Crown Elevation Within The Project Site From The Existing Levee Crown Elevations Current Elevation Of 20 To 22 Feet Navd88 Down To A Final Elevation Of 17 Feet Navd88.the Lowering Of The Levee Starts Approximately 300 Feet West Of The S-355w Service Road Centerline And Extends To The Western End Of The Low Area East Of S-355w.the New Spillway Is Required To Be Constructed In The Dry And Requires The Installation Of A Cofferdam System. The Cofferdam System Consists Of Steel Sheet Piles, Tremie Slab And Anchors. The New Spillway Requires The Installation Of Sheet Pile Retaining Walls On Both The Intake And Discharge Sides, And Along The South Side Of The L-29 Canal To Support The New Right Turn Lane From Us41. The Bulkhead Walls Consist Of Steel Sheet Piles And Are Anchored Tie Back Anchors. The Project Includes Installation Of Rip Rap Slope Protection Along The Canal Banks And Marine Mattress Along The Canal Bottom Of The L-29 Canal. The Project Includes Installation Of Monitoring Platforms Within The L-29 Canal Inside The Project Limits. The Estimated Period Of Performance Is 1122 Calendar Days After Receipt Of Notice To Proceed. Proposal Requirements Award Will Be Made To The Offeror Whose Proposal Represents The Best Value To The Government Utilizing Best Value Source Selection Procedures. Proposals Will Be Evaluated In The Areas Of Technical Merit, Past Performance, Small Business Participation, And Price. Anticipated Magnitude Of Construction Per Dfars 236.204: $25,000,000 - $100,000,000 The Solicitation Will Be Issued On Or About Friday, 20 December 2024 With A Response Date On Or About Monday, 03 February 2025. The Solicitation Will Be Issued In Electronic Format Only And Will Be Posted On The Procurement Integrated Enterprise Environment (piee) Website. In Order To Receive Notification Of Any Amendments To This Solicitation, Interested Vendors Must Register As An Interested Vendor On The Sam.gov Website. If You Are Not Registered, The Government Is Not Responsible With Providing You With Notification Of Any Changes To This Solicitation. You Must Be Registered In The System For Award Management (sam) In Order To Receive An Award From This Solicitation. You Must Also Register In Piee To Submit A Proposal To This Solicitation. The Sam Website Can Be Located At Https://sam.gov. The Piee Website Can Be Found At Https://piee.eb.mil/. The Pre-proposal Conference Information Will Be Provided With The Solicitation Posting.
Closing Date3 Feb 2025
Tender AmountRefer Documents 

SYKEHUSINNKJ P HF Tender

Machinery and Tools...+1Automobiles and Auto Parts
Norway
Details: Title: Wheel Loader For The University Hospital Of North Norway Hf Tromsø description: The Aim Of The Procurement Is To Enter Into A Procurement Contract For A New Wheeled Loader Including A Service And Maintenance Contract For Unn Hf Tromsø.the Wheel Loader Shall Be New And In 11 Tonne Class (weight Between 11.5 And 14 Tonne) With The Following Measurements: Height Maximum 325 Cm. Maximum Length With Standard Drawer 755cm And Width Maximum 248 Cm.the Height Requirement Of The Cottage Is Due To Limitations On The Area Such As Height Of Bridges And Transitions, In The Contracting Authority ́s Garage And Garage Door. The Budget For A Complete Wheeled Loader Is Nok 500,000 Excluding Vat. Nok 3,000,000 Excluding Vat (without A Service And Maintenance Contract).
Closing Date27 Jan 2025
Tender AmountNOK 3 Million (USD 270 K)
8241-8250 of 9597 archived Tenders