Bridge Tenders

Bridge Tenders

NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender

Software and IT Solutions...+1Environmental Service
Corrigendum : Closing Date Modified
United States
Details: The Jet Propulsion Laboratory (jpl) Is A Federally Funded Research And Development Center Managed For Nasa By Caltech. Jpl Is A Unique National Research Facility That Carries Out Robotic Space And Earth Science Missions By Implementing Programs In Planetary Exploration, Earth Science, Space-based Astronomy And Technology Development While Applying Its Capabilities To Technical And Scientific Problems Of National Significance. 1.0 Background nasa’s Western Water Applications Office (wwao), Headquartered At The Jet Propulsion Laboratory, Is Requesting Interested Parties To Describe Their Processes, Technical Capabilities And Demonstrated Experience In Applying Nasa Capabilities To Address Water Management Needs In The Missouri River Basin. the Wwao’s Mission Is To Support Advances In Water Management In The Western U.s. Using Nasa Data, Technology, And Tools In Partnership With Water Managers And Decision Makers. In 2023, The Wwao Conducted A Needs Assessment For The Missouri River Basin That Identified High Priority Data Gaps And Information Needs For Water Resources Management In The Basin, The Report Dated 7/18/2023 Is Attached As Exhibit 1. this Assessment Highlighted 21 Specific Data Needs And Associated Use Cases Related To Watershed Health And Management, Water Availability, Water Quality, Agriculture And Irrigation, And Water Infrastructure. many Water Managers Recognize The Value Of Nasa’s Remote-sensing Research And Data For Decision Support, But They Also Find It Challenging To Use For Decision-making. In Many Cases, Water Management Offices/agencies May Lack The Scientific And Technical Resources To Access, Process, Or Analyze The Information For Decision-making. The Wwao Seeks To Bridge This Gap By Developing Needs-driven Solutions. 2.0 Scope through This Rfi, The Wwao Is Seeking Descriptions Of Current Or Planned Activities To Develop Or Deploy Tools And Services That Use Nasa Data And Technologies That Could Address The Specific Data Gaps And High-priority Information Needs Identified In The 2023 Wwao Missouri River Basin Needs Assessment Report (exhibit 1). Examples Of Concepts That Are A Priority For The Rfi Include: Management And Forecasting Of Water Supply, Monitoring And Managing Water Use Especially As It Relates To Agricultural Use, Infrastructure Including Assessment Of Conditions, Understanding Water Quality And Watershed Health Especially As It Relates To Algal Blooms, Temperature Changes, And Riparian And Wetland Habitats. the Activities Described In Each Rfi Response Should Address A Water-resource Management Challenge And May Range From Local Management For Individual Fields, To Regional Scales Of Municipalities And Districts, To Basin-wide Efforts. the Activities Described May Include, But Are Not Limited To: 2.1 Workshops And Meetings To Develop Partnerships, Refine Remote Sensing Application Concepts And User Requirements And Development/evaluate Early Prototypes. 2.2 Applied Research To Quantify The Uncertainty Of Remote Sensing Derived Data Products Specifically For The Missouri River Basin To Verify That New Data Products Meet Partner Specifications And Requirements. 2.3 Applied Research And Software Engineering To Advance The Applications Readiness Level (arl) (reference Exhibit 2) Of A Nasa Information Product, Technology, Or Tool That Supports Water-resource Management In The Missouri River Basin. 2.4 Integration Of A Remote Sensing Variable(s) Into An Existing Missouri River Basin Water Management Decision Support Tool Or Workflow. 2.5 Focused Workshop(s), Outreach And/or Capacity Building Activities To Advance Information Products Or Technologies To Sustained Use By Water Resources Decision Makers In The Missouri River Basin. 2.6 Existing Or Proposed Collaborations With Nasa Researchers To Facilitate The Use Of Nasa Data In Water Management Operations. responses That Demonstrate Effective Outreach And Technical Assistance To Address Local Issues Are Encouraged. responses That Include A Water-resource Management Partner Are Strongly Encouraged. 3.0 Requirements For Responses responses To This Rfi Should Describe A Concept That Is Currently At An Arl Of 3 Or Higher And A Scope Of Work That Would Advance A Solution By At Least One Arl. responses Should Be No Longer Than 4 Pages (excluding References And Letters Of Support) And Should Include The Following (each Section Starts With The Page Limit On The Corresponding Response): 3.1 (0.25 Page) A Description Of The Water Resources Management Need And Information Gap That Clearly References High Priority Needs Described In The Wwao Missouri River Basin Needs Assessment Report (exhibit 1) And A Concept That Applies Nasa Remote Sensing Data And Technology To Address The Need. 3.2 (1 Page) A Summary Of The Scientific/technical Basis For The Application Concept That Includes: the Water Management Information Or Data Need To Be Addressed, the Nasa Data Or Technology That Will Be Used In The Solution, the Role And Responsibilities Of The Water-resource Management Partner In The Missouri River Basin, the Role Of The Water-resource Management Partner In The Proposed Project, And, the Water-resource Management Decision That Is Targeted By The Concept, a Description Of The Current Arl Level, The Expected Ending Arl, And Any Past Studies To Quantify The Accuracy Of The Results. 3.3 (0.5 Page) An Explanation Of How The Concept Addresses A Need Identified In The Wwao Missouri River Basin Needs Assessment Report (exhibit 1). 3.4 (0.25 Page) A Description Of Past Partnering Activities, The Role Of The Partner Agency, And The Significance And Impact Of The Past Work. 3.5 (0.25 Page) A Description Of Expertise Using Nasa Data And/or Technology That Clearly Articulates Experience Working With Nasa Data. Responses That Include Experience With Multiple And/or Emerging Nasa Data Or Technologies Are Encouraged. 3.6 (0.25 Page) A Description Of How The Concept Will Impact Water Management If The Need Is Met. 3.7 (0.25 Page) A High-level Workplan And Schedule, Listing Key Milestones And Deliverables. 3.8 (0.25 Page) A High-level Budget Summary And Description Of Contribution By The Water-management Partner. 3.9 (1 Page) Relevant Experience. 3.10 (not Counted Against Page Limit) State If Your Organization Is A Small Business: <1000 Employees; Naics Code 541715environmentalresearchand Development Laboratories Or Services (except Biotechnology And Nanotechnologyresearchand Development). 3.11 (not Counted Against Page Limit) Include One Or More Letters Of Support From The Water-resource Management Partner Entity That Includes A Description Of Expected Benefits For The Water Management Organization. 3.12 (not Counted Against Page Limit) References If Applicable. 4.0 Rfi Exhibits exhibit 1 – Wwao Missouri River Basin Needs Assessment Report, Dated July 18, 2023. Total Pages: 45 Including Cover. exhibit 2 – The Application Readiness Level Metric, Dated July 3, 2024. Total Pages: 12 Including Cover. all Rfi’s Will Be Reviewed By The Wwao Program Management Organization And The Acquisition Organization To Determine The Activities That Are Highly Aligned With The Programmatic Objectives Described In This Rfi. These Rfi Responses Could Lead To Requests For Proposals (rfps) And Eventually To Subcontracts In The Range Of $100-200k Total, With A Period Of Performance Of Up To 24 Months. should A Response Move Forward To An Rfp, It Must Be Co-developed With A Water-resource Management Partner. If A Respondent Does Not Have A Partner, The Wwao May Form Teams To Ensure Co-development Of Proposals. the North American Industry Classification System (naics) Code And Description For The Anticipated Subcontract Efforts Is 541715, Research And Development In The Physical, Engineering, And Life Sciences (except Nanotechnology And Biotechnology). The Size Standard For This Naics Code Is 1,000 Employees. Additional Information Can Be Found Here: Https://www.sba.gov/document/support-table-size-standards. the Requested Information Is For Preliminary Planning Purposes Only And Does Not Constitute A Commitment Implied Or Otherwise, That Jpl Will Solicit You For Such Procurement In The Future. Neither Jpl Nor The Government Will Be Responsible For Any Costs Incurred By You In Furnishing This Information. all Rfi Respondents Are Advised That Any Information Provided Shall Be Deemed To Be Furnished With Unlimited Rights To Jpl With Jpl Assuming No Liability For The Disclosure, Use Or Reproduction Of Such Data. please Provide The Requested Information By February 14, 2025via Electronic Mail To: subcontracts Manager, Molly Lift, Molly.l.lift@jpl.nasa.gov sincerely, molly Lift subcontracts Manager mobile: 626-372-5661 e-mail: Molly.l.lift@jpl.nasa.gov
Closing Date14 Feb 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Surigao Del Sur Ii District Engineering Office Regional Office Xiii Bislig City Invitation To Bid 1.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City, Through The Gaa Fy 2025 Intends To Apply The Corresponding Sums Being The Approved Budget For The Contract (abc) To Payments Under The Contracts For The Projects Listed Below. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Now Invites Contractors To Bid Through For The Hereunder Works: Contract Id : 25ni0040 Contract Name : Preventive Maintenance - Secondary Roads - Nrj Barobo-agusan Del Sur Bdry Rd - K1401 + 916 - K1405 + 916 Contract Location : Poblacion - Amaga, Barobo, Surigao Del Sur Brief Description : Preventive Maintenance Approved Budget For The Contract (abc) : Php 144,750,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 183 Calendar Days Contract Id : 25ni0041 Contract Name : Preventive Maintenance - Primary Roads - Jct Lingig-trento Rd (s00312mn) - K1474 + 668 - K1479 + 589 Contract Location : San Jose, Bislig City, Surigao Del Sur Brief Description : Preventive Maintenance Approved Budget For The Contract (abc) : Php 96,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 160 Calendar Days Contract Id : 25ni0042 Contract Name : Construction Of Flood Control Structure Protecting Pagtilaan Steel Bridge, Lingig, Surigao Del Sur Contract Location : Pagtilaan, Lingig, Surigao Del Sur Brief Description : Construction Of Flood Control Structure Approved Budget For The Contract (abc) : Php 96,500,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 352 Calendar Days Contract Id : 25ni0043 Contract Name : Construction Of Multipurpose Building, Barangay San Vicente, Municipality Of Tagbina, Surigao Del Sur Contract Location : Brgy. San Vicente, Tagbina, Surigao Del Sur Brief Description : Construction Of Multipurpose Building Approved Budget For The Contract (abc) : Php 4,950,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 183 Calendar Days Contract Id : 25ni0044 Contract Name : Construction Of Multipurpose Building, Barangay San Fernando, City Of Bislig, Surigao Del Sur Contract Location : Brgy. San Fernando, City Of Bislig, Surigao Del Sur Brief Description : Construction Of Multipurpose Building Approved Budget For The Contract (abc) : Php 4,950,000.00 Source Of Funds : Gaa Fy 2025 Contract Duration : 183 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.) Prospective Bidders Should Be Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Medium B For Contract Id 25ni0040-25ni0042, Small B For Contract Id 25ni0043-25ni0044. 4.) 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. 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. 5.) Interested Bidders May Obtain Further Information From The Bids And Awards Committee (bac) Of The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City And Inspect The Bidding Documents At The Address Given Below From 8:00 Am To 5:00 Pm. 6.) A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 30, 2025 – February 18, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount 50,000.00 For The Bidding Documents Of Contract Id 25ni0040-25ni0042, 5,000.00 For The Bidding Documents Of Contract Id 25ni0043-25ni0044. 7.) The Bidding Documents 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. 8.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City Will Hold A Pre-bid Conference On February 06, 2025 At 02:00 P.m. At Bac, Dpwh-bislig City, Surigao Del Sur 2nd District Engineering Office Conference Room And/or Through Official You Tube Account: @surigaodelsur_2nd_deo, Which Shall Be Open To Prospective Bidders. 9.) 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 Bds Itb Clause 7. 10.) Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_surigaodelsur2@dpwh.gov.ph For Electronic Submission On Or Before February 18, 2025 At 10:00 A.m. Late Bids Shall Not Be Accepted. 11.) All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 12.) Bid Opening Shall Be On February 18, 2025 At 10:00 A.m. At The Bac, Dpwh-bislig City, Surigao Del Sur 2nd District Engineering Office Conference Room And/or Through Official You Tube Account: @surigaodelsur_2nd_deo. 13.) The Department Of Public Works And Highways (dpwh), Surigao Del Sur 2nd District Engineering Office, Bislig City 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. 14.) For Further Information, Please Refer To: Rosanna M. Siega Head, Procurement Unit Surigao Del Sur 2nd District Engineering Office Bislig City Telefax (086) 853 – 4308 Email Address: Siega.rosanna@dpwhnet.gov.ph 15.) You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph And Philgeps Website For Online Bid Submission: Electronicbids_surigaodelsur2@dpwh.gov.ph Armando R. Salinas Engineer Iii Chief, Maintenance Section Bac Chairperson
Closing Date18 Feb 2025
Tender AmountPHP 96.5 Million (USD 1.6 Million)

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0132 Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0038 + 829 - K0038 + 909, K0039 + 596 - K0039 + 727, K0041 + 000 - K0041 + 358, K0045 + 965 - K0046 + 093, K0048 + 384 - K0049 + 366, K0060 + 670 - K0061 + 630, K0088 + 294 - K0088 + 596 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 142,337,491.92 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0038 + 829 - K0038 + 909, K0039 + 596 - K0039 + 727, K0041 + 000 - K0041 + 358, K0045 + 965 - K0046 + 093, K0048 + 384 - K0049 + 366, K0060 + 670 - K0061 + 630, K0088 + 294 - K0088 + 596. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Bacolod North Rd - K0038 + 829 - K0038 + 909, K0039 + 596 - K0039 + 727, K0041 + 000 - K0041 + 358, K0045 + 965 - K0046 + 093, K0048 + 384 - K0049 + 366, K0060 + 670 - K0061 + 630, K0088 + 294 - K0088 + 596 Contract Id No. : 25gk0132 Locations : Manapla - Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Subbase And Base Course Part E: Surface Courses Part F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 142,337,491.92 Contract Duration : 162 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary 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. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 21, 2025 From Given Address 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 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. 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. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 21, 2025 At 9:00 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. 11. Bid Opening Shall Be On February 21, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date21 Feb 2025
Tender AmountPHP 142.3 Million (USD 2.4 Million)

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Details: Works contract for execution of providing 1)Improvement estimate for providing 2 nos 11KV ABSwitch in Various locations in Thickanamcode feeder under Thickanamcode Section. 2)Improvement estimate for 8nos 8mtr PSC pole in various DTs in various locations under Thuckalay Section. 3)Improvement estimate for newly proposed 1no double pole 11KV AB Switch at Mulavilai under Thiruvattar Section. 4)Improvement estimate for newly proposed 6nos single pole 11KV AB Switches in 11KV Arumanai Feeder under Thiruvattar Section. 5)Improvement estimate for 3mos 9.14 mtr RCC poles into 9mtr PSC poles in Muthalakurichy SS II FI/2,3,4 under Thuckalay Section. 6)Improvement estimate for strengthening of existing LT conductor ACSR 7/2.11 into ACSR 7/3.35 in FI/1 to FI/15 in Puliyanvilai SS 100KVA under Thiruvattar feeder. 7)Improvement estimate for newly proposed 1no single pole 11KV AB Switch at Thattanvilai under Thiruvattar Section. 8)Improvement estimate for improving tailend voltage to be changed with existing Panavilai SS III 25KVA tobe enhanced to 63 KVA DT by secreating GH SS in Thuckalay feeder under TKY Section. 9)Improvement estimate for improving tailend voltage by secreating in Puliyoorkurichy SS V into by providing 1no 63KVA DT in Thuckalay feeder under TKY Section. 10)Improvement estimate for newly proposed 100KVA DT for improving tail end voltage by segregating Puliyoorkurichy SS I in Thuckalay feeder under Thuckalay section. 11)Improvement estimate for replacement of deteriorated 4nos 9.14 mtr RCC pole into 9mtr PSC pole and 1no 9 mtr into 9m PSC pole in various locations under MCL Section. 12)Improvement estimate for newly proposed 1no 63KVA DT for Improving TailEnd Voltage in Kulasekharam Market area in Thiruvattar Feeder under U KLm Section. 13)Improvement estimate for newly proposed 1nos 25 KVA DT at Veeyanoor Substation Quarters in 11KV Chandam Feeder under Thiruvattar Section. 14)Improvement estimate for strengthening of existing aged LT conductor ACSR 7/2.50 into ACSR 7/3.35 at Mathiravilai Kurusady Area for improving tail end voltage under TKD Section. 15)Improvement estimate for 4nos 9.14 mtr RCC poles into 9mtr PSC poles in 11KV Charode and CWSS feeders and 1no 8mtr RCC pole into 8mtr PSC for detoriated in various locations under Thuckalay Section. 16)Improvement estimate for improving tailend voltage suply in single phase connected load in Kuttakarai SS 100 KVA by stringing addl 2phase wire for reulating normal voltage at Kuttakarai area under TKY section. 17)Improvement estimate is prepared for the erection of 11 KV HT feeder link line between 11KV Mulagumoodu Feeder and 11KV Eraniel Feeder under Moolachel Section. 18)Improvement estimate for strengthening of existing HT conductor ACSR 7/2.5 into ACSR 7/4.09 in TKY SS 1,4,5 to Perumal Kovil under Thuckalay Section. 19)Improvement estimate for strengthening of existing LT conductor ACSR 7/2.11 into ACSR 7/3.35 in F2/1 to F2/23 in Puliyoorkurichy 250 KVA under Thiruvattar feeder. 20)Improvement estimate for replacement of 1nos 9mtr PSC pole and 6no 8mtr PSC pole and 2nos RSJ pole insertion in various locations in various DT under VCI section. 21)Improvement estimate for strenthening of existing LT conductor ACSR 7/2.59 into 7/4.09 and insertion of 9mtr PSC pole in various DT in Kothanalloor Feeder under MCL section. 22)Improvement estimate for insertion of 1no 9mtr PSC pole and 1no existing 8mtr pole into 9mtr PSC pole and 1no 9mtr stud pole in 11KV Chandam feeder under Moolachel Section. 23)Improvement estimate for replacement of deteriorated 8nos 8 mtr RCC pole into 8mtr PSC pole and 1no 8 mtr insertion PSC pole in various loacation under MCL Section. 24)Improvement estimate for replacement of 3nos RSJ pole 5nos 9mtr PSC poles and 2nos 8mtr PSC deteriorated poles in various locations under VCI Section. 25)Improvement estimte for replacement of 2nos 9.14 mtr RCC pole into RSJ Fabricated and 2nos damaged RSJ pole in low ground clearance in various loacation under MCL section. 26)Improvement estimate for replacement of deteriorated 4nos 8mtr PSC pole into 8mtr PSC poles in Poonangaparambu SS III 25KVA in various locations under MCL Section. 27)Improvement estimate for providing linkline between two 11KV feeders(Thickanamcode & Kattuvilai) Near Railway Bridge under Thickanamcode Section. 28)Improvement estimate for replacement of 6nos deteriorated RSJ poles and 1nos Tubular in various locations under Thuckalay Section. 29)Improvement estimate for provision of 3 feeders nos additional 11KV rotating AB Switch in existing 11KV Aloor & Mulagumoodu and Kothanalloor Feeders 110/11 KV SS Campous Thuckalay under Substation Thuckalay. 30)Improvement estimate for 11KV AB Switch in to 11KV Center Rotating AB Switch in Thiruvattar-Arumanai Tie Switch in 110/11 KV Sub station Veeyanoor. 31)EOS to 1no IIIB INDL additional load toTmy.Jaya Paulcy Bai at Ottalivilai by providing 250KVA DT under Thiruvattar Section. 32)Estimate for 1no IIIB service to Thiru.Sreekutty Enterprices at Marunthukottai under Thuckalay Section. 33)Improvement estimate for replacement of 6 nos deteriorted 9mtr PSC poles in various DTs under MCL Section. 34)Natural Calamity estimate for the replacement of damaged 1no single pole structure in Aanayadi Cashew Industries SS 100KVA due to fallen of Rubber tree under Thiruvattar Section. 35)Eos for 1no III B INDL additional load service to Thiru.Renish at Sadayalputhoor Rod at Peyode by providing 100KVA in 11KV Kattimancode feeder under Vellichanthai Section. 36)Estimate for 1no industrial SC to Tmy.A.Nabisath Beevi at main road Tiruvithamcode under Moolachel Section. 37)Eos to 1no IIA OHT service to The President Kumarankudi Village Panchayat by providing 1no 63KVA DT at Poovancode under Thiruvattar Section. 38)DCW estimate for shifting of existing 1No 100 KVA distribution transformer in Tholichal SS I and 1no 9mtr PSC poles as per the request of Thiru.Vishnu Prasad at Pullanivilai under Thiruvattar Section. 39)Improvement estimate for providing 1No 63KVA DT improving tail end voltage in Thirunainarkurichy SS I in 11 KV Vellichanthai Feeder under VCI Section. 40)Improvement estimate for providing 1No 63KVA DT Improving Tail end voltage to avoid electical accident in Vellamodi Junction in 11KV Kattimancode Feeder under VCI Section.Kanyakumari Electricity Distribution Circle – Regarding.
Closing Date4 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Details: Description Invitation To Bid For Contract Id No.: 25gk0131 Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0084 + (-966) - K0085 + 000, K0085 + 361 - K0085 + 484, K0085 + 776 - K0086 + 000, K0087 + 000 - K0087 + 360 1. The Dpwh Negros Occidental 1st District Engineering Office Through The Regular Infra Cy 2025 Intends To Apply The Sum Of Php 144,267,499.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0084 + (-966) - K0085 + 000, K0085 + 361 - K0085 + 484, K0085 + 776 - K0086 + 000, K0087 + 000 - K0087 + 360. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Negros Occidental 1st District Engineering Office Through Its Bids And Awards Committee Now Invite Bids For The Hereunder Works: Name Of Contract : Preventive Maintenance Of Road: Asphalt Overlay - Jct Nat'l Rd Sagay-bato-dian-marcelo-balea Jct Rd K0084 + (-966) - K0085 + 000, K0085 + 361 - K0085 + 484, K0085 + 776 - K0086 + 000, K0087 + 000 - K0087 + 360 Contract Id No. : 25gk0131 Locations : Sagay City, Negros Occidental Scope Of Works : Part B: Other General Requirements Part C: Earthworks Part D: Subbase And Base Course Part E: Surface Courses Part F: Bridge Construction Part H: Miscellaneous Structures Approved Budget For The Contract : Php 144,267,499.00 Contract Duration : 162 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category B For Medium A. 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 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Only Authorized Liaison Officer(s), Whose Name Appears On The Contractor’s Registration Certificate (crc) With The Presentation Of His/her Id Duly Issued By Its Construction Firm And Any Government Issued Id Shall Be Allowed To Purchase And Submit/drop Bidding Documents 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Nondiscretionary 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. 5. Interested Bidders May Obtain Further Information From The Dpwh Negros Occidental 1st District Engineering Office And Inspect The Bidding Documents At Matab-ang, Talisay City, Negros Occidental During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 31, 2025 To February 21, 2025 From Given Address 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 50,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 7. 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. 8. The Dpwh Negros Occidental 1st District Engineering Office Will Hold A Pre-bid Conference On February 7, 2025 At 9:00 A.m. At Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls, Which Shall Be Open To Prospective Bidders. 9. 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. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For The Manual Submission Or At Electronicbids_negrosoccidental1@dpwh.gov.ph For Electronic Submission On Or Before February 21, 2025 At 9:00 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. 11. Bid Opening Shall Be On February 21, 2025 After The Result Of Eligibility Check At Dpwh Negros Occidental 1st District Engineering Office, Conference Room And/or Through Webcasting Via Youtube Live Stream - Dpwh Neg Occ 1st Deo Procurement Ls. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. Late Bids Shall Not Be Accepted. 12. The Dpwh Negros Occidental 1st 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 Sections 36.5 And 41 Of The 2016 Revised Implementing Rules & Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Further Information, Please Refer To: Geno S. Vito Head, Procurement Unit Dpwh Negros Occidental 1st District Engineering Office Matab-ang, Talisay City, Negros Occidental Dpwh1stnegrosoccidental@gmail.com (034) 495-1299 Www.dpwh.gov.ph Www.philgeps.gov.ph Approved By: Noted By: Arnel P. Torrefranca Dene B. Baldonado, Jr Engineer Iii District Engineer Bac - Chairperson
Closing Date21 Feb 2025
Tender AmountPHP 144.2 Million (USD 2.4 Million)

Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited - BRIDCUL Tender

Works
Civil And Construction...+1Building Construction
Eprocure
Corrigendum : Corrigendum Added
India
Purchaser Name: Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited | Construction Of Hostel For Working Women At Pauri Garhwal, Uttarakhand
Closing Date15 Jan 2025
Tender AmountINR 32.4 Million (USD 374.4 K)

Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited - BRIDCUL Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Purchaser Name: Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited | Electrification And Allied Works At Office And Barrack At Sdrf Post Mauja Koruwa (chakrata)
Closing Date11 Feb 2025
Tender AmountINR 4.1 Million (USD 47.8 K)

Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited - BRIDCUL Tender

Works
Civil And Construction...+1Building Construction
Eprocure
India
Purchaser Name: Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited | Sitc Of 13 Passenger Lift (g Plus 5), 6 Stop Mrl Type For Laboratory Block At Doon University Dehradun
Closing Date13 Feb 2025
Tender AmountINR 2.7 Million (USD 31.1 K)

Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited - BRIDCUL Tender

Works
Civil And Construction...+1Building Construction
Eprocure
India
Purchaser Name: Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited | Construction Of Hostel For Working Women At Pauri, Uttarakhand-2nd Call
Closing Date11 Feb 2025
Tender AmountINR 32.4 Million (USD 370.5 K)

Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited - BRIDCUL Tender

Works
Civil And Construction...+1Building Construction
Eprocure
India
Purchaser Name: Bridge Ropeway Tunnel And Other Infrastructure Development Corporation Of Uttarakhand Limited | Construction Of Pavillion And Yagyashala At Mahasu Devta Hanol-2nd Call
Closing Date20 Feb 2025
Tender AmountINR 17.6 Million (USD 203.6 K)
9071-9080 of 9272 archived Tenders