Bus Tenders

Bus Tenders

City Of Malabon Tender

Others...+2Electrical and Electronics, Solar Installation and Products
Philippines
Details: Description Invitation To Bid For Procurement Of Electrical Materials For Repair And Maintenance Of Led Streetlights At Various Streets At Various Barangays 1. The City Government Of Malabon, Through The 20% Development Fund Under The Annual Budget C.y 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Ninety Eight Thousand Fifteen Pesos Only (p 9,998,015.00), Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Procurement Of Electrical Materials For Repair And Maintenance Of Led Streetlights At Various Streets At Various Barangays. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The City Government Of Malabon Now Invites Bids From Eligible Bidders For Procurement Of Electrical Materials For Repair And Maintenance Of Led Streetlights At Various Streets At Various Barangays. Delivery Of Goods Is Required Within The Period Specified Under Section Vi. Schedule Of Requirements. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii. Instructions To Bidders. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act 9184 (r.a. 9184), Otherwise Known As The “government Procurement Reform Act,” And Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To R.a. 5183 And Subject To Commonwealth Act 138. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Secretariat And Inspect The Bidding Documents At The Address Given Below From February 18, 2025 To March 06, 2025; 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders From The Address Below And Upon Payment Of A Non-refundable Fee In The Amount Of Ten Thousand Pesos (p 5, 000. 00). 6. The City Government Of Malabon Will Hold A Pre-bid Conference On February 24, 2025 (monday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon City. 7. Bids Must Be Delivered To The Address Below On Or Before March 06, 2025 (thursday); 12:00 N.n. All Bids Must Be Accompanied By A Bid Securing Declaration Or Bid Security In Any Of The Acceptable Forms Set In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On March 06, 2025 (thursday); 2:00 P.m. At The Bac Conference, 8th Floor Malabon City Hall, F. Sevilla Blvd., Malabon 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. 9. The City Government Of Malabon Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 10. For Further Information Please Refer To: (originally Signed) Florlinda Ayroso Head- Bac Secretariat (originally Signed) Alexander T. Rosete, Ph.d. Chairperson - Bids And Awards Committee 1 250 M3 Embankment (common Borrow) (w/ 25% Shrinkage Factor) 2 200 M3 Gravel 3/4" 3 150 Bags Cement 4 10 M3 Sand 5 100 Pcs 10mm Rsb 6 10 Pcs Marine Plywood 1/4" 7 2 Rolls G.i Tie Wire # 16 8 2 Pcs Service Entrance Cap 2" 9 2 Pcs Rigid Steel Conduit (rsc)pipe(ø):50mm(2"),3mtrs 10 2 Pcs Rigid Steel Conduit Pipe Connector Fittings: Lb Coduit 2" 11 1 Set Nema 3r Enclosure 175at/af, 2p 12 15 Pcs Metal Clamp 2" Double Hole 13 400 Lm 80.0mm2 Thhn/thwn-2 Color: Blue 14 200 Lm 14.0mm2 Thhn/thwn-2 Color: White 15 200 Lm Flexible Metal Conduit(fmc):50mm(ø) 16 6 Pcs Fmc Connector Fittings Diameter(ø):50mm 17 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p Mts 175at/250af, 1 Digital Meter, Complete With Lugs And Accessories, Branches: 1*63at/af, 11*20at/63af, And 10*32at/63af,powder Coat 18 1 Set Nema 12 Enclosure Using G.i 1.5(gauge#16) With Grounding Bus-bar,2p 63at/100af , Complete With Lugs And Accessories, Branches: 5*16at/63af,and 1*32at/63af,powder Coat 19 10 Rolls 6mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 20 6 Rolls 4mm2 2c Rvv Round Wire Extension Color: Orange(100 Meters Per Roll) 21 5 Rolls Royal Cord Awg#10/3(75meters Per Rolls) 22 5 Rolls Royal Cord Awg#12/3(75meters Per Rolls) 23 3 Rolls Royal Cord Awg#16/3(75meters Per Rolls) 24 12 Sets Heavy Duty Outdoor Cable Reel Extension 25 20 Sets Electric 220v Led Lights Ip66(362*327*26)mm: Ac165-265v, 50/60hz: 1,000w 26 20 Sets Cable Ramp(2ch) Flare Cp-2m 27 50 Pcs Iodine-tungsten Lamp Outdoor Emergency Water-proof Flood Lights:100w 28 3 Pcs Full Thread Rod Ø:5/16(1meter) 29 4 Pack Grd Anchor Ø:5/16(10pcs Per Pack) 30 10 Pack G.i Nut Ø:5/16(10pcs Per Pack) 31 50 Sets Extension Outlet(c4d) 32 50 Sets Electrical Plug(10l6) 33 20 Pcs Electrical Tapes Big Color: White 34 10 Packs Cable Ties 12"(100pcs Per Pack) 35 100 Pcs Pvc Pipe 15mm Dia. 36 50 Pcs Led Bulbs 15w 37 60 Pcs Led Bulbs 12w 38 7 Rolls 3.5mmsq. Thhn Copper Wire X 150m 39 96 Sets 25watts Solar Outdoor Led Floodlight 40 270 Pcs Long Span Rib Type 3m Length X 1m Width 41 50 Pcs C-purlins 2"x4"x1.2mm X 6m 42 180 Pcs G.i Pipe 1 1/2" Sch 20 43 1000 Pcs Swivel Clamp 44 50 Gals Latex Paint 45 100 Gals Semi Gloss Latex 46 25 Sets Roller Brush 9" W/ Pan 47 25 Sets Baby Roller 4" W/ Pan 48 25 Pcs Paint Brush 4" 49 50 Pcs Sanding Paper 50 30 Gals Epoxy Primer Paint 51 60 Gals Qde Paint 52 60 Ltrs Paint Thinner 53 10 Pcs Paint Brush 4" 54 10 Sets Baby Roller 4" W/ Pan 55 10 Pcs Paint Brush 2" 56 60 Gals Qde Paint Blue 57 60 Ltrs Paint Thinner 58 20 Pcs Paint Brush 4" 59 20 Sets Baby Roller 4" W/ Pan 60 1 L.s Tugatog Cemetery S/s Signage 61 1 L.s S/s Project Marker 0.60m X 0.90m 62 30 Units Concrete Bench 63 2 Units Wishing Fountain 64 80 Sq.m Vertical Green Wall Garden 65 1 L.s Water Falls 66 630 Sq.m Landscaping 67 100 M3 Garden Soil 68 10 Pcs Rake
Closing Date6 Mar 2025
Tender AmountPHP 9.9 Million (USD 172.3 K)

Statutory City Of Havirov Tender

Electronics Equipment...+1Electrical and Electronics
Czech Republic
Details: The subject of the public contract is the construction of a cycle path in the city of Havířov in the section between the roundabout with Ul. Dělnická, Karvinská and the intersection with Ul. Mozartova. The construction also includes the modification of the sidewalk, the solution for the drainage of these areas, the implementation of a new place for stopping buses at the bus stop, the reconstruction of public lighting, the solution for traffic signs and a new bus shelter. The total length of the construction of the pedestrian communication and cycle path is approximately 500 m.
Closing Date3 Mar 2025
Tender AmountCZK 7.5 Million (USD 315.2 K)

Urz D Gminy W Kazimierzu Biskupim Tender

Poland
Poland-kazimierz Biskupi: Road Transport Services
Closing Date3 Jan 2025
Tender AmountRefer Documents 

Verbandsgemeindeverwaltung Daun Tender

Services
Others...+1Civil And Construction
Germany
Details: Title: Tragwerksplanung description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

Verbandsgemeindeverwaltung Daun Tender

Services
Others...+1Civil And Construction
Germany
Details: Title: Tragwerksplanung description: Gegenstand Dieses Vertrages Sind Leistungen Des Leistungsbildes Tragwerksplanung Gemäß §§ 49 Ff. Hoai Zur Planung Und Durchführung Der Erweiterung Der Kita In Dockweiler. Ebenso Sind Leistungen Der Bauphysik Nach Dem Leistungsbild Besondere Leistungen 1.2. Der Hoai Wärmeschutz Und Energiebilanzierung, Bauakustik (schallschutz) Und Raumakustik Zu Erbringen. Es Sollen Die Leistungsphasen 1 Bis 9 Des Leistungsbildes Der Anlage 1.2 Nach Hoai Erbracht Werden. Als Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Für Die Zielvorstellungen Des Auftraggebers Zum Zeitpunkt Des Vertragsschlusses (planungs- Und Überwachungsziele Im Sinne Von § 650p Abs. 2 Bgb) Werden – Im Sinne Einer Werkvertraglichen Beschaffenheitsvereinbarung – Folgende Mindestanforderungen Definiert: Das Raumprogramm Sowie Alle Anforderungen In Rechtlicher Und Technischer Hinsicht Sind Ausführlich In Anlage 10 Zur Auftragsbekanntmachung Beschrieben Und Sind Gegenstand Dieses Aufforderungsschreibens. Der Zweckverband Beabsichtigt Die Kita Dockweiler Für Den Zukünftigen Gesetzesanspruch Der Ganztagsbetreuung Zu Erweitern. Der Anbau Soll In Südwestlicher Ausrichtung Auf Dem Grundstück Der Kita An Den Bestand Anbinden Und Im Ersten Entwurf In Eingeschossiger Und Barrierefreier Bauweise Geplant Werden. Die Angrenzende Bus-haltestelle Befindet Sich Auf Dem Grundstück Der Kita Und Könnte Für Die Erweiterung Reduziert Werden. In Der Leistungsphase 2 Wird Ein Alternativer Entwurf In Zweigeschossiger Bauweise Erwartet, Damit Der Flächenverbrauch Möglichst Gering Ausfällt. Die Vor- Und Nachteile Gegenüber Einer Eingeschossigen Bauweise, Insbesondere Aus Wirtschaftlicher Sicht, Sollen Vom Objektplaner Dargestellt Und Auch In Wirtschaftlicher Hinsicht Vom Tragwerksplaner Bewertet Werden. Das Hauswirtschaftspersonal Soll Über Einen Eigenen Eingang Verfügen, Hier Ist Auch Die Anlieferung Der Nahrungsmittel Einzuplanen. Für Die Löschwasserbereitstellung Ist Das Vorhandene Trinkwassernetz Nicht Ausreichend, So Dass Hier Die Differenz Zum Grundschutz Über Löschwassertanks Hergestellt Werden Muss. Die Letzten Messungen Vom 07-2023 Ergaben Eine Verfügbare Löschwassermenge Von 72 M³/stunde, Gefordert Werden Von Der Brandschutzdienststelle Aber 96 M³/stunde. Das Fehlende Löschwasser Soll Durch Löschwassertanks Sichergestellt Werden, Die Kosten Hierfür Sind Berücksichtigt. Im Rahmen Der Grundlagenermittlung Muss Die Löschwasserbereitstellung Mit Der Zuständigen Behörde Abgestimmt Werden. Die Vorschriften Der Unfallkasse Rlp, Sowie Die Vorgaben Der Brandschutzdienststelle Der Kreisverwaltung Sind Zwingend Zu Beachten. Die Erweiterung Der Kita Soll In Energetischer Hinsicht Als Klimafreundliches Nichtwohngebäude (kfn) Mit Erfüllung Der Anforderungen An Ein Effizienzgebäude 40 Geplant Und Ausgeführt Werden. Weiter Sind Die Regelungen Für Nichtwohngebäude In Trägerschaft Der Öffentlichen Hand Sind Gemäß Gebäudeenergiegesetz (geg) Und Dem Erneuerbare Energien- Wärmegesetz (eewärmeg) Generell Zu Beachten Und Einzuhalten. Die Erweiterung Der Kita Ist In Massiver Bauweise Unter Energetischer Baustoffauswahl Zu Planen. Sofern Eine 2-geschossige Variante Nach Der Vorentwurfsphase Zum Tragen Kommt, Könnte Das Obergeschoss Auch In Holzständerbauweise Umgesetzt Werden. Die Gründung Über Eine Tragende Bodenplatte Ist Zu Bevorzugen. Die Dachkonstruktion Sollte Nach Möglichkeit Als Pultdach Oder Satteldach Mit Schwacher Neigung Gestaltet Werden Und Sich Am Bestandsgebäude Orientieren. Der Erweiterungsbau Soll Sich In Den Bestehenden Gebäudekomplex Einfügen Und Den Gegenwärtigen Kita-betrieb Mit Den Außenspielflächen Berücksichtigen. Eine Multifunktionale Nutzung Der Mensa, Beispielsweise Durch Mobile Trennwände, Ist In Die Planung Mit Einzubeziehen. Der Sommerliche Wärmeschutz Ist Über Außenliegende Verschattungen Einzuhalten. Die Weiteren Anforderungen Ergeben Sich Aus Anlage 10 Zur Auftragsbekanntmachung. Beauftragter Leistungsumfang Ist Nach Näherer Maßgabe Des Vertragsentwurfes Die Erbringung Von Planungsleistungen Der Leistungsphasen 1 Bis 6 Und Die Besonderen Leistungen Der Leistungsphase 8 Die Dem Leistungsbild Tragwerksplanung (§ 51 Hoai In Verbindung Mit Anlage 14 Zu § 51 Abs. 1 Hoai) Zuzuordnen Sind. Daneben Werden Die Leistungen Der Bauphysik Anlage 1.2 Hoai Beauftragt.
Closing Date20 Jan 2025
Tender AmountRefer Documents 

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 newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

Department Of Health Region Xii Tender

Software and IT Solutions...+2Electronics Equipment, Electrical and Electronics
Philippines
Details: Description Professional Book And Document Scanner, Camera Resolution: 16 Megapixels Optical Resolution : 250 Dpi Maximum Scanning Size: A3 (420 × 297 Mm) Maximum Document Thickness: 50 Mm Scanning Speed: 1.5 Seconds Per Page Light Source: Led With Adjustable Brightness + Side Lighting Ocr Software: Abbyy Ocr (supports 180+ Languages) Product Dimensions: 362.45 × 351.5 × 149.30 Mm Product Weight: 1.5 Kg Visual Presenter Mode: 1920 × 1080 @ 20 Fps System Compatibility: Windows Xp, 7, 8, 10, 11 (32/64-bit); Macos 10.13+ | File Formats: Jpg, Pdf, Searchable Pdf, Word, Excel, Tiff Compact High-performance Tablet With 8.3-inch Display, 128gb Storage, And Wi-fi Connectivity, Display: 8.3-inch Liquid Retina Display | 2266 × 1488 Pixels At 326 Pixels Per Inch (ppi) Features: Wide Color (p3), True Tone, Fully Laminated With Anti-reflective Coating, And 500 Nits Brightness Chip: A17 Pro, Cpu: 6-core (2 Performance Cores And 4 Efficiency Cores) Gpu: 5-core Neural Engine: 16-core Capacity: 128gb Rear Camera: 12-megapixel Wide Camera With Ƒ/1.8 Aperture, Smart Hdr 4, And 4k Video Recording Up To 60 Fps Front Camera: 12-megapixel Ultra Wide Front Camera With Center Stage, Ƒ/2.4 Aperture, And 1080p Hd Video Recording Up To 60 Fps Wi-fi: Wi-fi 6e (802.11ax) With Simultaneous Dual-band Support, Bluetooth: 5.3 Height: 195.4 Mm | Width: 134.8 Mm | Depth: 6.3 Mm | Weight: 293 Grams Security: Touch Id Integrated Into The Top Button Port: Usb-c For Charging And Accessories 2 Tb Portable External Solid-state Drive, Model: Extreme Portable Ssd V2 Capacity: 2tb Interface: Usb 3.2 Gen 2 Type-c Maximum Read Speed: Up To 1050 Mb/s Maximum Write Speed: Up To 1000 Mb/s Encryption: 256-bit Aes Hardware Encryption Drop Protection: Up To 3 Meters (9.8 Feet) Water & Dust Resistance: Ip65 Rating Dimensions: 3.97 X 2.07 X 0.38 Inches (100.80 X 52.55 X 9.60 Mm) Weight: 0.11 Lb (52 G) Material: Durable Silicone Shell With An Aluminum Chassis Operating Systems: Windows® 10+ And Macos 10.13+ Connectivity: Usb Type-c To Usb Type-c Cable Included Usb Type-c To Usb Type-a Adapter Included Warranty: 5-year Limited Warranty Carabiner Loop: Built-in For Easy Attachment To Bags Or Belts 2 Tb Portable External Hard Disk Drive, Model: Portable Drive (stgx2000400) Capacity: 2tb Interface: Usb 3.0 (compatible With Usb 2.0) Data Transfer Rate: Usb 3.0: Up To 5 Gbps Usb 2.0: Up To 480 Mbps Dimensions: 4.606 Inches (117 Mm) Length X 3.149 Inches (80 Mm) Width X 0.582 Inches (14.8 Mm) Depth Weight: Approximately 0.418 Lbs (0.19 Kg) Operating Systems: Formatted For Windows 10, Windows 8, Windows 7 Plug-and-play: Automatically Recognized By Windows; No Software Installation Required Power Source: Powered Via Usb Connection; No External Power Supply Needed What's Included - Portable Drive - Usb 3.0 Cable - Quick Start Guide 2 Tb Portable External Hard Disk Drive, Model: Portable Drive (hdtb520xk3aa) Capacity: 2tb Interface: Usb 3.2 Gen 1 (compatible With Usb 2.0) Maximum Transfer Rate: Up To 5 Gbit/s (usb 3.2 Gen 1) Dimensions: 109 Mm (l) X 78 Mm (w) X 14 Mm (h) Weight: Approximately 149 G Enclosure: Matte Finish File System: Ntfs (for Windows) One Free Port Of Usb 3.2 Gen 1 Or Usb 2.0 Power Source: Usb Bus Power (max. 900ma) What's Included - Portable Hard Drive - Usb 3.0 Cable (type A To Micro-b) - User's Manual (pre-installed On The Hard Drive) Warranty: 3-year Limited Warranty
Closing Date24 Feb 2025
Tender AmountPHP 101.9 K (USD 1.7 K)

City Of Winnipeg Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Canada
Details: D4. Scope Of Services D4.1 The Services Required Under This Contract Shall Consist Of Professional Consulting Services In Accordance With The Following Phases Of Work: (a) Preliminary Design Services As Outlined In D5 (b) Detailed Design Services As Outlined In D5.6(a) (i) Design And Specification Development; (ii) Drawing Preparation; (iii) Procurement Process (c) Contract Administration Services As Outlined In D7; (d) Post-construction Services As Outline In D8. D4.1.1 The Services Shall Be In Accordance With The City’s Project Management Manual Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2 And Templates Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#4 . Notwithstanding The Foregoing, The Consultant Is Being Engaged By The City For Their Professional Expertise; The Consultant Shall Bring To The Consulting Contract Administrator’s Attention Any Aspect Of The City’s Project Management Manual Or Templates Which The Consultant Is Of The Opinion Is Not Consistent With Good Industry Practice. D4.2 The Following Shall Apply To The Services: (a) Universal Design Policy Http://clkapps.winnipeg.ca/dmis/docext/viewdoc.asp?documenttypeid=2&docid=3604 (b) Should This Project Include A Public Engagement Aspect, It Will Be Required To Meet: Public Engagement Guidelines Https://winnipeg.ca/publicengagement/pdfs/publicengagementrequirements.pdf D4.3 Within The Project Phases In D4, The Consultant May Be Required – Depending Upon Location And Technical Scope Of Services – To Conduct Site Investigation Services, Materials Testing Services, Geotechnical Services, Underground Structures Acquisitions, Pipeline Loading Assessments, Ground-penetrating Radar Inspections, And/or Closed-circuit Television (cctv) Sewer Inspection And Sewer Assessment. D4.3.1 Notwithstanding C11, Fees For Subconsultants Engaged To Perform Services In D4.3 Shall Be Payable As Invoiced By The Subconsultant, Plus An Allowed Handling Fee Of 5%. D4.3.2 Consultant Fees For Supervision Of Subconsultants Required To Perform Any Services In D4.3 Shall Be Included In The Consultant’s Fees. D4.4 The Consultant Will Coordinate Their Activities With (including But Not Limited To): (a) City Of Winnipeg (various Departments And Branches), Including But Not Limited To Public Works Engineering, Parks And Open Spaces, Traffic Signals, Traffic Services, Traffic Management, Street Lighting, Underground Structures, Streets Maintenance, Transportation Planning Division, Transit Department, Planning Property & Development Department, Real Estate, Urban Design, Insurance, Legal Services, And Purchasing; (b) The Water And Waste Department And/or Their Representative(s), For The Renewal Or Abandonment Of The Water Mains, For The Televising And Renewal Or Abandonment Of The Sewer Mains, Water And Sewer Repairs, And New Infrastructure ; (c) Public Information Preparation/coordination During Construction; (d) Identify And Coordinate As Applicable With Development Projects, Events, Festivals; (e) Coordinating With Individual Fronting Businesses And Residences, In Advance Of And During Construction; (f) Coordinate Access With Schools And Daycares Within The Project Limits, Construction Should Occur While School Is Not In Session; (g) The Winnipeg Parking Authority; (h) Winnipeg Transit Regarding The Impact Of The Project On Their Operations And Bus Stops; (i) Any And All Utilities Or Agencies Having Infrastructure In The Project Area, Or That May Be Impacted By The Project; And, (j) City Of Winnipeg Forestry Branch And The Consultant Contract Administrator For Review Of Tree Protection, Removals And Plantings For All Locations. D4.5 The Project Locations/limits And Technical Scope Is Subject To Final Approval Of The Consultant Contract Administrator. D4.5.1 Substitutions And/or Deletions May Occur Within The Consulting Assignment And May Result In An Adjustment In Fees As Per B8. Work Already Completed For Work Identified In The Consulting Assignment Prior To The Notification Of Adjustment In The Consulting Assignment Will Be Paid At Hourly Rates Identified In The Proposal For The Actual Time Completed Prior To Notification. There Will Be No Financial Compensation If There Is A Reduction In The Consulting Assignment. D4.6 Where Applicable, The Following Shall Apply To The Services: (a) City Of Winnipeg’s Accessibility Design Standards (2015) And Universal Design Policy At: Www.winnipeg.ca/ppd/universal_design.stm; (b) The Most Current Edition Of The City Of Winnipeg Standard Construction Specifications City Of Winnipeg Standard Construction Specifications; (c) City Of Winnipeg’s Project Management Manual, Also At Link; (d) Manual For The Production Of Construction Drawings – City Of Winnipeg (november 1984); D4.7 The Consultant Will Be Responsible For Project Reporting And Support To The Consultant Contract Administrator For Project Reporting In Accordance With The City Of Winnipeg’s Project Management Manual And Templates At Http://winnipeg.ca/infrastructure/asset-management-program/templates-manuals.stm#2
Closing Date17 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE NAVY USA Tender

Others
United States
Details: Nsn 7r-1720-014551416-qe, Tdp Ver 003, Qty 15 Ea, Delivery Fob Origin. This Part Requires Engineering Source Approval By The Design Control Activity In Order To Maintain The Quality Of The Part. Existing Unique Design Capability, Engineering Skills, And Manufacturing/repair Knowledge By The Qualified Source(s) Require Acquisition/repair Of The Part From The Approved Source(s). The Approved Source(s) Retain Data Rights,manufacturing/repair Knowledge, Or Technical Data That Are Not Economically Available To The Government, And The Data Or Knowledge Is Essential To Maintaining The Quality Of The Part. An Alternate Source Must Qualify In Accordance With The Design Control Activity's Procedures, As Approved By The Cognizant Government Engineering Activity. The Qualification Procedures Must Be Approved By The Government Engineering Activity Having Jurisdiction Over The Part In The Intended Application. The Subject Item Requires Government Source Approval Prior To Contract Award, As The Item Is Flight Critical And/or The Technical Data Available Has Not Been Determined Adequate To Support Acquisition Via Full And Open Competition. Only The Source(s) Previously Approved By The Government For This Item Have Been Solicited. The Time Required For Approval Of A New Source Is Normally Such That An Award Cannot Be Delayed Pending Approval Of A New Source. If You Are Not An Approved Source You Must Submit, Together With Your Proposal, The Information Detailed In One Of The Navsup Weapon Systems Support (navsup Wss) Source Approval Information Brochures Listed Below. Spares: Https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-sup Port/business-opps/ Repair: Https://www.navsup.navy.mil/navsup-enterprise/navsup -weapon-systems-support/business-opps/ Technical Data Required To Be Submitted Based On Your Company's Experience In Production Of The Same Or Similar Item, Or If This Is An Item You Have Never Made. If Your Request For Source Approval Is Currently Being Evaluated At Navsup Wss Submit With Your Offer A Copy Of The Cover Letter Which Forwarded Your Request For Source Approval. Offers Received Which Fail To Provide All Data Required By The Source Approval Brochure Or Document Previous Submission Of All Data Required By The Source Approval Brochure Will Not Be Considered For Award Under This Solicitation. Please Note, If Evaluation Of A Source Approval Request Submitted Hereunder Cannot Be Processed In Time And/or Approval Requirements Preclude The Ability To Obtain Subject Items In Time To Meet Government Requirements, Award Of The Subject Requirement May Continue Based On Fleet Support Needs. The Navsup Wss Commercial Item Identification Brochure Is Now Available At: "https://www.navsup.navy.mil/navsup-enterprise/navsup-weapon-systems-support/bus Iness-opps/" Interested Parties May Obtain Copies Of Military And Federal Specificationsand Standards, Qualified Products Lists (qpls), Qualified Product Databases(qpds), Military Handbooks, And Other Standardized Documents From The Dodsingle Stock Point (dodssp) At Document Automation And Production Service(daps) In Philadelphia, Pa. Note: Patterns, Drawings, Deviation Lists, Purchase Descriptions, Etc. Are Not Stocked At Dodssp. Most Documents Are Available In Adobe Pdf Format From Assist-online At: Http://quicksearch.dla.mil/. Users May Use Assist-quick Search To Search For And Download Available Documents Directly Using Standard Browser Software. Documents That Are Not Available For Downloading From Assist-quick Search Can Be Ordered From The Dodssp Website Using The Assist Shopping Wizard After Obtaining A Dodssp Customer Account By Following The Registration Procedures. Users Who Do Not Have Access To The Internet May Contact The Dodssp Assisthelp Desk At 215-697-2667 Or 215-697-2179 (dsn: 442-2667), Or Mail Their Request To Dladocument Services, Bldg. 4/d, 700 Robbins Avenue, Philadelphia Pa 19111-5094. The Proposed Contract Action Is For Supplies Or Services For Which The Government Intends To Solicit And Negotiate With Only One Source Under The Authority Of Far 6.302-1. All Responsible Sources May Identify Their Interest And Capability To Respond To The Requirement Or Submit Proposals, Quotationsor Capability Statements. This Notice Of Intent Is Not A Request Forcompetitive Proposals. However, All Proposals Received Within 45 Days (30days If Award Is Issued Under An Existing Basic Ordering Agreement (boa) Afterdate Of Publication Of This Synopsis Will Be Considered By The Government. A Determination By The Government Not To Compete With This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Normally Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. Based Upon Market Research, The Government Is Not Using The Policies Contained In Far Part 12, Acquisition Of Commercial Items, In Its Solicitation For The Described Supplies Or Services. However, Interested Persons May Identify Tothe Contracting Officer Their Interest And Capability To Satisfy Thegovernment's Requirement With A Commercial Item Within 15 Days Of This Notice.
Closing Date21 Jan 2025
Tender AmountUSD 502.5 K 
This is an estimated amount, exact amount may vary.

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 newly proposed 1 no 63 KVA DT nagercoil road near court Eraniel to reduce the overload existing court ss 250 KVA DT in bethelpuram feeder under Eraniel section2.Imp Estimate for 27 nos 7.5m PSC poles into 8m PSC poles for low ground clearance in various locations under chemponvilai section.3.Imp Estimate for newly proposed 25 KVA DT to reduce the overload existing poolancode ss1 /100 KVA under parasery section.4.Imp Estimate for providing 1 no 11 KV single pole AB switch in 11 KV kovilanvilai spurline in IRE # under manavalakurichy section.5.Imp Estimate for providing 1 no 11 KV single pole AB switch near exchange ss 100 KVA in 11 KV colachel feeder under colachel section.6.Imp Estimate for providing 1 no 11 KV single pole AB switch at kottilpadu ss11/100 KVA in 11 KV colachel feeder under colachel section.7.Imp Estimate for providing 1 no 11 KV single pole AB switch near kamaraj salai ss1/100 KVA in 11 KV colachel feeder under colachel section.8.Imp Estimate for providing 1 no 11 KV single pole AB switch at udaiyarvilai ss111 100 KVA in 11 KV colachel feeder under colachel section.9.Imp Estimate for providing 1 no 11 KV single pole AB switch at CMC SS V1 25 KVA in 11 KV colachel feeder at sampilavilai spur line under colachel section.10.Imp Estimate for providing 1 no 11 KV single pole AB switch at sasthankarai ss/ 25 KVA in 11 KV colachel feeder at sasthankarai bus depot spur line under colachel section.11.Imp Estimate for replacement of deteriorated structure in kurumpani ss 11 100 KVA in palapallam feeder under chemponvilai section.12.Imp Estimate for providing 3 nos 11 KV single pole AB switches in various locations 11 KV kadiapattnam feeder spur lines under manavalakurichy section.13.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.14.IMP estimate for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 at loc from Alanchi Junction to Alanchi SS 63 Kva DT in 11 KV palapallam feeder of 110/11 KV SS Chemponvilai section.15.IMP esti for strengthening of aged conductor ACSR 7/2.59 into ACSR 7/4.09 conductor from Alanchi Paravilai SS II 63 KVA to Alanchi SS II 100KVA in 11 KV palapallam feeder under Chemponvilai section.16.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Kodimunai SS II 100 KVA in 11 KV colachel feeder under colachel section.17.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor vaniyakudi SS II 100 KVA in 11 KV colachel feeder under colachel section.18.IMP esti for strengthening of aged conductor ACSR 7/3.35 into ACSR 7/3.35 conductor Port SS I 250 KVA in 11 KV colachel feeder under colachel section.19.IMP esti for Newly proposed 25 KVA poochikadu SS in Poochukadu area to avoid over load North nullivilai SS II 63 KVA DT s load and LT length under parasery section.20.IMP esti for Newly proposed 25 KVA DT sasthankarai SS X VI in sasthankarai area and to reduce the Annastatue SS II 100 KVA DT s load and LT Length under colachel section.21.IMP esti for Newly proposed 1nos 25 KVA DT Eraniel subcourt area toaviod overload Eraniel SS II 100 DY s load and LT length under Eraniel section, in Kanyakumari Electricity Distribution Circle.
Closing Date4 Jan 2025
Tender AmountRefer Documents 
8041-8050 of 8244 archived Tenders