Cable Tenders
Cable Tenders
City Of Cape Town Tender
Others
South Africa
Closing Date17 Jan 2025
Tender AmountRefer Documents
Description: * Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Nb!!! Please Ensure That You Attach The Technical Data Sheets And Pictures Of The Item Quoted On, To Your Rfq Submission****failure To Adhere To This Requirement, May Result In Your Offer Being Non-responsive**** Allocation Of Preference Points *nb: The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. In Order To Qualify For Preference Points, It Is The Responsibility Of The Bidder To: Submit A Duly Completed Mbd 6.1 Form (bidders Must Indicate How They Claim Points For Each Specific Goal). Submit Documentary Proof Of Updated Bbbee Certificate/sworn Affidavit And/or Cipc Certificate With Each Rfq Submission To Validate Specific Goals. (if A Bidder Is Registered And Active On The City#s Supplier Database And Has Submitted The Bbbee Certificate/ Sworn Affidavit/ Cipc Certificate, The Submission Of Said Documents Is Not Necessary). It Is Therefore Incumbent On Suppliers To Ensure That Documents Are Kept Updated. Failure To Comply With The Above Will Result In A Zero (0) Allocation For Preference Points. *** Please Ensure That All Required Insurances Such As Your Public Liability, Employers Liability Or Coida And Motor Vehicle Insurance Are Attached And That They Are Up-to-date. If You Utilise Couriers And Do Not Have Motor Vehicle Insurance, Then Please Mention This. Also Ensure That Your Updated Declaration Of Interest And Bbbee Is Attached At All Times*** Please Supply Rotary 2 Post Basefree Lift 220v 4.5 Ton (asymmetric) Rotary 2 Post Basefree Lift 220v 4.5 Ton Asymmetric Blue 600mm Height Ext Kit Description: Manual Release From Two Sides, Double Insurance Self-locking Protection Device, Safe And Easy To Operate. Equalization Of Two Steel Cables Force Both Sliding Blocks To Move Synchronously, Effectively Preventing The Vehicle From Tilting. Minimum Height Of The Lifting Pad Is 110 Mm, Easily Lift And Suitable For Low Profile Cars And Suv. Equip Aluminum Motor And Car Door-opening Protection As Standard Configuration. Reliable Oil Cylinder, Adopts Chrome-plating Honed Cylinder And Piston Rod, With Italian Seals On Hydraulic Rams, Ensuring Long Service Life. Key Features: Manual Release From Two Sides For Added Safety And Convenience. # Double Insurance Self-locking Protection Device Ensures Secure Operation. # Equalization Of Two Steel Cables Forces Both Sliding Blocks To Move Synchronously, Preventing Vehicle Tilting. # Minimum Lifting Pad Height Of 110 Mm, Suitable For Low Profile Cars And Suvs. # Equipped With An Aluminum Motor And Car Door-opening Protection As Standard Configuration. # Reliable Oil Cylinder With Chrome-plated Honed Cylinder And Piston Rod, Featuring Italian Seals On Hydraulic Rams For Longevity. Technical Information: **- Passed 115% Dynamic Test And 150% Static Test. # Manual Release Capability. # Lifting Capacity: 4500 Kg # Lifting Height: 1800 Mm (70.9"). # Machine Height: 2824 Mm (111.2"). # Machine Width: 3426 Mm (134.9"). # Rise Time: 55 Seconds. # Drop Time: 26 Seconds. # Power Of Motor: 2.2 Kw. # Power Supply: 220v.** Supply, Install, Supply Sealed Electrical Connection From Workshop Distribution Board And Commission 4.5 Ton Chain Driven 2 Post Vehicle Lift With Minimum Of 5 Years Warranty On Lift Structure, And Minimum Of 1 Year Warranty On The Spare Parts, Electrical Components, Power Unit. And Provide Load Test Certificate 1 Lifting Capacity # 4500kg Lifting Height # 1940-2169mm Overal Height # 2841mm Overal Width # 3534mm Drive-thru Clearance 2560mm Width Between Columns # 2850mm Min Pad Height # 90mm Motor # 3.0hp * Please Supply Ged 1525 Comprehensive Tool Troley 1525 Tool Assortment 155 Pieces D ## Ideal For The Professional Workshop. ##rigid Sheetmetal Structure. ##five Standard And Two Deep Easy-slide Drawers Incorporating Extra Strong Ball Bearing Slider Mechanisms. ##central Drawer Locking Mechanism. ##two Swivel Castors (one With Safety Brake) For Maximum Mobility And Safety. ##handle For Easy Manoeuvrability. ##load Capacity Of 300kg. ##load Capacity Per Drawer 35kg. ##blue And Grey Powder Coated. ##drawer Latch Incorporated Into Each Drawer. ##l=758 X W=602 X H=914mm. Code No. Tool Trolley 1425/41/1b Foam Insert 1425/41/d19 Foam Insert 1425/27/pl Foam Insert 1425/27/sd Foam Insert 1425/27/hm Foam Insert 0 661325 1525 Comprehesive - With Tools 1525 1b 6-24 Spanners (18) 60cp-250 Shifting Spanner C19 8-32 Sockets (24) No.50/20.8 Spark Plug Skt 1987 Sliding T-bar In19 5-19 Sockets (10) Tx19 E10-24 Sockets (8) 1990/75mm Extension 1990/125mm Extension 1990/250mm Extension Itx19 T20-t50 Sockets (7) No.20 4-13 Sockets (11) 2093z/94 Rev. Ratchet 2098 Driving Handle 1993-u10t Rev. Ratchet 1997/375mm 1995 Universal Joint 8000/a21 Circlip Pliers 8000/j21 Circlip Pliers 8000/a2 Circlip Pliers 8000/j2 Circlip Pliers 137/250 Vice Grip 145/250 Universal Pliers 8132/200jc Telephone Pliers 8250/200jc Combination Pliers 8316-200 Jc Side Cutters 42/88m Allen Key Set 43tx/09 Torx® Allen Key Set 2150 4-150 6.5 6.5-200 8 2153 5.5 2160 Ph1 Ph2 Ph3 2161 Ph2 400 8 X 10 Flare Nut Spanner 400 11 X 13 Flare Nut Spanner 400 12 X 14 Flare Nut Spanner 400 17 X 19 Flare Nut Spanner 400 22 X 24 Flare Nut Spanner 26r Tubular Box Spanners - 8x9 10x11 12x13 14x15 26rs/2 Stepped Tommy Bar 403 Hacksaw 9000.00 Digital Vernier No.702/21m Feeler- Gauge Set 9100.00 Utility Knife 9534.05 Tape Measure 267/40 Recoil Free- Hammer 8601/500g Ball Pein- Hammer 106 Chisel <(>&<)> Punch- Set (6-piece) 95/200 Flat Chisel * Please Supply. Mac Afric 750 Kg Hydraulic Coil Spring Compressor Specifications Additional Information Delivery <(>&<)> Warranty Faqs Travel / Stroke 100 Mm Max Height 260 Mm Max Diameter 130 Mm Operation Type Hydraulic Max Shock Absorber Length 250 Mm Capacity 750 Kg * Please Supply. 12/24 V Battery Booster On Trolley Battery Booster 12 # 24 Volts Peak # 5000/2500 Amps Crank # 1700/850 Amps On Trolley **90 Day Warranty On Battery** Lemania P2-tr Start Booster # Model: P2 Start Truck 12/24v / 3100 # Peak Amps: 6200/3100 # Charger: 24v 4a # Parameters; Input Voltage: 230-240v # Frequency: 50 Hz # Exciting Current With No Load: 50ma Max # Exciting Current With Full Load: 90ma Max # Output Voltage Dc: 24.0 # Output Current: 2000 Ma # Output Voltage No Load Dc: 14.6-15.0 * Please Supply Makita | Impact Driver Drill 13mm Chuck Set | Dhp482rfe With 2x Batteries And Charger 18v | 13mm | 600-1900rpm | 1.5kg Or Eq Voltage 18v 5.0ah / 3.0ah / 1.5ah Capacity Steel: 13 Mm Wood: 36 Mm Masonry: 13 Mm No Load Speed (r/min) Hi: 0-1,900 Lo: 0-600 Impacts Per Min Hi:0-28,500 Lo: 0-9,000 Max Fastening Torque Hard: 62n.m Soft: 36n.m Dimensions (l X W X H) 198 X 79 X 249 Mm Net Weight 1.5 Kg Makita Impact Driver Drill 13mm Chuck Set Dhp482rfe. Compact Overall Length: 198mm For Increased Maneuverability. Battery And Charger Included. Features # Compact Overall Length: 198mm For Increased Maneuverability. # Battery And Charger Included. # Lightweight Design At 1.5kg. # Higher Speed Of 1,900 Rpm (high) And 600 Rpm (low). # Newly Designed Ergonomic Handle. # Higher Luminescence Twin Led Job Light With Pre-glow And Afterglow Functions. # Variable Speed, Electric Brake, Reversing, Mechanical 2-speed, Keyless Chuck, Torque Setting 21, Built-in Job Light And Carry Case. * Please Supply And Fit Custom Workbenche Double Door Or Equivalent: Blue And Grey Colour 2000x900x700mm # Blue <(>&<)> Grey Colour. Enclosed Back And Sides Custom Workbench Double Door On Right <(>&<)> Single Door On Left, Galvinised Top (mdf With 0.8mm Galv Cover Bolted To Frame), 1mm Mild Steel Welded Body, 2mm Mild Steel Reinforced Welded Frame Structure, Lever Lock Handles, 1mm Mild Steel Reinforced Shelf, 2 Of A4 Document Holder, 2mm Mild Steel Bolt-down Feet, 1mm Mild Steel Body Welded 2 Drawer Unit With 60 Kg Full Load Capacity Behind The Single Door On Left <(>&<)> 150mm Vice Mounted On Top Of Workbench.
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents
Description: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Federal Acquisition Regulation (far) Subpart 12.6, "streamlined Procedures For Evaluation And Solicitation For Commercial Items," As Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested, And A Written Solicitation Document Will Not Be Issued. this Solicitation Is A Request For Quotations (rfq). The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular (fac) 2024-07 Effective: September 30, 2024 this Is A Total Small Business Set-aside In Accordance With Far 13.003 (b)(1) On A Firm-firm Fixed-price (ffp) Basis. the Associated North American Industrial Classification System (naics) Code For This Procurement Is 423410, With A Small Business Size Standard Of 200 Employees, The Associated Federal Supply Code (fsc) / Product Service Code (psc) Procurement Is 6760. the Naval Research Laboratory (nrl), Located In Washington, Dc, Is Seeking To Purchase The Following: cavilux Hf Gen 2 System (640 Nm, 350 W) P/n A008gen2; (qty: 1 Each) laser Unit (640 Nm, 350 W) laser Control Unit power Supply laser Cable usb Cable, Fiber Optic Light Guide (1.5 Mm) illumination Optic control Software system Storage Case green Pilot Lase laser Safety Goggles For 640 Nm (additional Pair); P/n: K019; (qty: 1 Each) supplies: Brand Name Or Equal. items Must Be Brand Name Or Equal In Accordance With Far 52.211-6. software/hardware/services: this Procurement Is For New Equipment Only, Unless Otherwise Specifically Stated. No Remanufactured Or "gray Market" Items Are Acceptable. All Equipment Must Be Covered By The Manufacturer's Warranty. • Vendor Shall Be An Original Equipment Manufacturer (oem), An Oem Authorized Dealer, An Authorized Distributor, Or An Authorized Reseller For The Proposed Equipment/system Such That Oem Warranty And Service Are Provided And Maintained By The Oem. All Software Licensing, Warranty, And Service Associated With The Equipment/system Shall Be In Accordance With The Oem Terms And Conditions • Offerors Are Required To Submit Documentation From The Manufacturer Stating That They Are An Authorized Distributor For The Specific Items Being Procured. note: Maintenance Renewals - The Performance Period For Maintenance Renewals, (software Licenses, Services, Etc.), Must Begin On Or After The Date Of Contract Award. The Performance Period Cannot Be Back Dated. If Reinstatement Fees Are Required, They Must Be Listed On Separate Line Items. delivery Address: u.s. Naval Research Laboratory
4555 Overlook Avenue, S.w.
bldg. 49 – Shipping/receiving
code 3400
washington, Dc 20375 **fob Destination Is The Preferred Method** estimated Delivery Time: __________________ for Fob Orgin, Please Provide The Following Information:
fob Shipping Point: _______________________
estimated Shipping Charge: _________________
dimensions Of Package(s): ____________________
shipping Weight: __________________________ submission Instructions: all Quoters Shall Submit 1 (one) Copy Of Their Technical And Price Quote. Include Your Company Cage Code, Manufacturer’s Name, And Country Of Origin. all Quotations Shall Be Sent Via E-mail. government Point Of Contact
purchasing Agent Name: Yina Brooks
tel: 202-923-1546
email: Yina.brooks.civ@us.navy.mil please Reference This Combined Synopsis/solicitation Number On Your Correspondence And In The "subject" Line Of Your Email. all Questions Regarding The Solicitation Shall Be Submitted Via Email. the Government Intends To Award A Purchase Order As A Result Of This Combined Synopsis/solicitation That Will Include The Terms And Conditions Set Forth Herein. Award May Be Made Without Discussions Or Negotiations; Therefore, Prospective Contractors Should Have An Active Registration In The System For Award Management (sam) Database (www.sam.gov) In Accordance With Federal Acquisition Regulation (far) Part 4.1102 And Part 52.204-7 When Submitting A Response To This Solicitation. the Government Will Award A Contract Resulting From This Solicitation To The Responsible Offeror Whose Offer Conforming To The Solicitation Will Be Most Advantageous To The Government, Price And Other Factors Considered. The Following Factors Shall Be Used To Evaluate Offers: lowest Price Technically Acceptable - Offers Will Be Ranked Lowest To Highest According To Price. A Price Analysis Will Be Conducted To Determine Whether The Lowest Price Will Result From A Single Award Or Multiple Awards. Based On The Price Analysis, The Lowest Price Offer Or Multiple Offers, Will Be Forwarded To The Requiring Activity For Technical Evaluation (offer(s), In Accordance With The Specifications, Will Be Deemed Either Technically Acceptable Or Technically Unacceptable). If The Lowest Price Offer Or Offers Is Found Technically Acceptable And The Pricing Determined Fair And Reasonable By The Contracting Officer, Evaluation Will Be Deemed Complete And Award Will Be Made Based On The Lowest Price Offer(s). If The Lowest Price Offer Is Determined Technically Unacceptable, Another Analysis Will Be Conducted Amongst The Remaining Offers To Determine If A Single Or Multiple Awards Will Provide The Lowest Price. The Lowest Price Offer(s) Will Be Sent For Technical Evaluation. This Process Is Repeated In Order Of Price Until An Offer Or Combination Of Offers Is Deemed Technically Acceptable And Price Is Determined Fair And Reasonable. options. When Applicable, The Government Will Evaluate Offers For Award Purposes By Adding The Total Price For All Options To The Total Price For The Basic Requirement. The Government May Determine That An Offer Is Unacceptable If The Option Prices Are Significantly Unbalanced. Evaluation Of Options Shall Not Obligate The Government To Exercise The Option(s). terms And Conditions. To Facilitate The Award Process, All Quotes Must Include A Statement Regarding The Terms And Conditions Herein As Follows: "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document Without Modification, Deletion, Or Addition." or "the Terms And Conditions In The Solicitation Are Acceptable To Be Included In The Award Document With The Exception, Deletion, Or Addition Of The Following:" exceptions. Quoter Shall List Exception(s) And Rationale For The Exception(s). submission Shall Be Received Not Later Than The Response Date Listed Above. Late Submissions Shall Be Treated In Accordance With The Solicitation Provision At Far 52.212-1(f). E-mailed Submissions Are Accepted And Are The Preferred Form Of Submission. Receipt Will Be Verified By The Date/time Stamp On Fax Or E-mail. the Full Text Of Far & Dfars Provisions And Clauses May Be Accessed Electronically At
https://www.acquisition.gov. The Clauses And Provisions Identified Below Are To Be Considered The Most Up-to-date Version, As Accessible At Https://www.acquisition.gov/. 52.203-11, Certification & Disclosure Regarding Payments To Influence Certain Federal Transactions 52.203-18, Prohibition On Contracting With Entities That Require Certain Internal Confidentiality Agreements Or Statements—representation 52.203-19, Prohibition On Requiring Certain Internal Confidentiality Agreements Or Statements 52.204-7, System For Award Management 52.204-16, Commercial And Government Entity Code Reporting 52.204-17, Ownership Or Control Of Offeror 52.204-20, Predecessor Of Offeror 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal. 52.204-26, Covered Telecommunication Equipment Or Services – Representation 52.204-27, Prohibition On A Bytedance Covered Application 52.209-11, Representation By Corporations Regarding Delinquent Tax Liability Or A Felony Conviction Under Any Federal Law 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use 52.212-1, Instructions To Offerors-commercial Products And Commercial Services 52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services 52.217-5, Evaluation Of Options 52.219-1, Small Business Program Representations 52.223-22, Public Disclosure Of Greenhouse Gas Emissions And Reduction Goals—representation 52.225-18, Place Of Manufacture 52.225-25, Prohibition On Contracting With Entities Engaging In Certain Activities Ortransactions Relating To Iran—representation And Certifications 52.237-1, Site Visit 52.252-1, Solicitation Provisions Incorporated By Reference nrl Also Includes The Following Provisions That Must Be Completed And Returned By The Offeror: 1. Far 52.209-2, Prohibition On Contracting With Inverted Domestic Corporations- Representation.
2. Far 52.222-22, Previous Contracts And Compliance Reports
3. Far 52.222-25, Affirmative Action Compliance offerors Must Complete Annual Representations And Certifications On-line At Https://www.sam.gov/ In Accordance With Far 52.212-3, Offerors Representations And Certifications-commercial Products And Commercial Services. If Paragraph (j) Of The Provision Is Applicable, A Written Submission Is Required. the Following Contract Far Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Far Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract: 52.212-4, Contract Terms And Conditions-commercial Products And Commercial Services 52.203-3, Gratuities 52.203-12, Limitation Of Payments To Influence Certain Federal Transactions 52.204-9, Personal Identity Verification Of Contractor Personnel 52.204-10, Reporting Executive Compensation And First-tier Subcontract Awards 52.204-18, Commercial And Government Entity Code Maintenance 52.204-19, Incorporation By Reference Of Representations And Certifications 52.204-21, Basic Safeguarding Of Covered Contractor Information Systems 52.204-24, Representation Regarding Certain Telecommunications And Video Surveillance Services Or Equipment – Attached Below To Be Completed And Returned With Quote/proposal. 52.204-26, Covered Telecommunication Equipment Or Services – Representation 52.204-27, Prohibition On A Bytedance Covered Application 52.209-10, Prohibition On Contracting With Inverted Domestic Corporations 52.219-8, Option To Extend Services 52.217-9, Option To Extend The Term Of The Contract 52.219-28, Post-award Small Business Program Representation 52.232-1, Payments 52.232-8, Discounts For Prompt Payment 52.232-11, Extras 52.232-23, Assignment Of Claims 52.232-39, Unenforceability Of Unauthorized Obligations 52.232-40, Providing Accelerated Payments To Small Business Subcontractors 52.233-1, Disputes 52.233-3, Protest After Award 52.233-4, Applicable Law For Breach Of Contract Claim 52.243-1, Changes-fixed-price 52.247-34, F.o.b Destination 52.249-1, Termination For Convenience Of The Government (fixed Price)(short Form) 52.249-4, Termination For Convenience Of The Government (services)(short Form) 52.252-2, Clauses Incorporated By Reference 2. Far 52.212-5, Contract Terms And Conditions Required To Implement Statutes Or Executive Orders – Commercial Products And Commercial Services the Following Subparagraphs Of Far 52.212-5 Are Applicable, Unless Otherwise Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting: 52.204-10 52.209-6 52.219-6 52.219-28 52.219-33 52.222-3 52.222-19 52.222-20 52.222-21 52.222-26 52.222-36 52.222-50 52.223-18 52.225-13 52.232-33 3. Dfars 212.301 - Solicitation Provisions And Contract Clauses For The Acquisition Of Commercial Products And Commercial Services Dod Class Deviation 2018-o0021, Commercial Item Omnibus Clause For Acquisitions Using The Standard Procurement System, Issued October 1, 2018 (revised October 1, 2018): Dod Class Deviation 2018-o0021 the Following Solicitation Dfars Provisions Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Provisions Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation: 252.203-7005, Representation Relating To Compensation Of Former Dod Officials 252.204-7008, Compliance With Safeguarding Covered Defense Information Controls 252.204-7016, Covered Defense Telecommunications Equipment Or Services – Representation 252.204-7017, Prohibition On The Acquisition Of Covered Defense Telecommunications Equipment Or Services—representation 252.215-7007, Notice Of Intent To Resolicit the Following Solicitation Dfars Clauses Apply To This Acquisition, Unless Not Applicable By Their Terms, In Which Case Shall Be Considered Self-deleting. Any Dfars Clause Erroneously, Or Otherwise, Omitted, That Which Should Have Been Included By Their Terms, Shall Be Considered To Be Incorporated Into This Solicitation And Any Resultant Contract: 252.203-7000, Requirements Relating To Compensation Of Former Dod Officials 252.203-7002, Requirement To Inform Employees Of Whistleblower Rights 252.204-7003, Control Of Government Personnel Work Product 252.204-7009, Limitations On The Use Or Disclosure Of Third-party Contractor 252.204-7012, Safeguarding Covered Defense Information And Cyber Incident Reporting 252.204-7015, Notice Of Authorized Disclosure Of Information For Litigation Support 252.204-7018, Prohibition On The Acquisition Of Covered Defense Telecommunicationsequipment Or Services 252.211-7003, Item Unique Identification And Valuation 252.211-7008, Use Of Government-assigned Serial Numbers 252.223-7008, Prohibition Of Hexavalent Chromium 252.225-7013, Duty-free Entry 252.227-7015, Technical Data - Commercial Products And Commercial Services 252.227-7037, Validation Of Restrictive Markings On Technical Data 252.232-7003, Electronic Submission Of Payment Requests And Receiving Reports 252.232-7006, Wide Area Workflow Payment Instructions 252.232-7010, Levies On Contract Payments 252.239-7010, Cloud Computing Services 252.239-7018, Supply Chain Risk 252.244-7000, Subcontracts For Commercial Products Or Commercial Services 252.246-7003, Notification Of Potential Safety Issues 252.246-7004, Safety Of Facilities, Infrastructure, And Equipment For Military Operations
Pedro E Ramos Sr Elementary School Tender
Publishing and Printing
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 110.1 K (USD 1.8 K)
Details: Description 115 Reams Paper, Multicopy, A4 ₱213.80 ₱24,587.00 25 Reams Paper, Multicopy, Legal ₱232.96 ₱5,824.00 23 Bottles Ink Refill, Black ₱100.00 ₱2,300.00 13 Bottles Ink Refill, Yellow ₱100.00 ₱1,300.00 13 Bottles Ink Refill, Magenta ₱100.00 ₱1,300.00 13 Bottles Ink Refill, Cyan ₱100.00 ₱1,300.00 5 Gallons Alcohol, Ethyl ₱360.99 ₱1,804.95 5 Pcs Sign Pen, Black ₱22.20 ₱111.00 2 Pcs Broom (walis Tambo) ₱124.80 ₱249.60 2 Pcs Broom (walis Tingting) ₱26.00 ₱52.00 1 Piece Dustpan ₱46.80 ₱46.80 2 Units Electric Fan, Stand Type ₱2,348.00 ₱4,696.00 2 Units Wall Fan ₱1,755.00 ₱3,510.00 3 Bottles Glue, All-purpose ₱62.14 ₱186.42 2 Boxes Clip, Backfold, 25 Mm ₱15.60 ₱31.20 2 Boxes Clip, Backfold, 32 Mm ₱33.28 ₱66.56 2 Boxes Clip, Backfold, 50 Mm ₱60.32 ₱120.64 4 Pcs Correction Tape ₱13.50 ₱54.00 1 Box Folder, Pressboard ₱952.64 ₱952.64 2 Packs Folder W/tab, Legal Size ₱413.92 ₱827.84 2 Pcs Marker, Whiteboard, Black ₱9.65 ₱19.30 2 Boxes Paper Clips, Vinyl/plastic Coated, 33mm ₱8.82 ₱17.64 2 Boxes Paper Clips, Vinyl/plastic Coated, Jumbo 50mm ₱19.46 ₱38.92 2 Pcs Puncher, Paper, Heavy Duty ₱207.60 ₱415.20 1 Pack Cartolina, Assorted Colors ₱83.72 ₱83.72 3 Book Record Book, 300 Pages ₱91.70 ₱275.10 10 Packs Toilet Tissue Paper ₱99.84 ₱998.40 5 Pieces Black Ballpen ₱10.00 ₱50.00 1 Piece Whiteboard 24 X 18 ₱630.00 ₱630.00 4 Boxes Plastic Fastener ₱50.00 ₱200.00 5 Packs Vellum Board Paper ₱35.00 ₱175.00 1 Pack Push Pins ₱38.00 ₱38.00 25 Pcs Plastic Envelope ₱10.00 ₱250.00 5 Pcs Dishwashing Paste ₱30.00 ₱150.00 10 Pcs Expandable Envelope W/garter, Long Size ₱25.00 ₱250.00 2 Pcs Pentel Pen, Black, Broad ₱45.00 ₱90.00 2 Bundles Form 48 (100 Sheets) ₱35.00 ₱70.00 3 Packs Laminating Film, A4 ₱240.00 ₱720.00 1 Unit External Hard Drive, 1tb ₱1,500.00 ₱1,500.00 2 Pcs Storage Box ₱960.00 ₱1,920.00 3 Units Epson L120 Printer ₱6,000.00 ₱18,000.00 1 Unit Amplifier Z-3000 Challenger ₱7,205.00 ₱7,205.00 2 Units Wave 15 Speaker Box ₱8,580.00 ₱17,160.00 2 Units Speaker Stand ₱1,045.00 ₱2,090.00 1 Set Wireless Dual ₱5,280.00 ₱5,280.00 2 Sets 15 Meters Speaker Cable ₱1,155.00 ₱2,310.00 1 Unit Kevler Wired Microphone ₱935.00 ₱935.00
Province Of Abra Tender
Electronics Equipment...+1Electrical and Electronics
Philippines
Closing Date4 Feb 2025
Tender AmountPHP 659.2 K (USD 11.2 K)
Details: Description Republic Of The Philippines Project Reference Number: Svp-gds2025-01-29 Province Of Abra Bangued Name Of The Project: Purchase And Delivery Of Variojus Ict Equipment For The Pho Bids And Awards Committee Location Of The Project: Provincial Helath Office Standard Form Number: Sf-good-60 Revised On May 24, 2004 Date: January 31, 2025 Standard Form Title: Request For Quotation (small Value Procurement) Quotation No. Svp-gds2025-01-29 Please Quote Your Lowest Price On The Item/s Listed Below, Subject To The General Conditions On The Last Page, Stating The Shortest Time Of Delivery And Submit Your Quotation Duly Signed By Your Representative Not Later Than February 4, 2025, 8:45 Am In The Return Envelope Attached Herewith. (sgd)cris A. Albolote Bac Chairman Note: 1. All Entries Must Be Type Written 2. Delivery Period Is 15 Cd 3. Warranty Shall Be For A Period Of Six (6) Months For Supplies & Materials, One (1) Year For Equipment, From Date Of Acceptance By The Procuring Entity 4. Price Validity Shall Be For A Period Of 30 Calendar Days 5. Current Mayor's Permit, G-eps Registration Certificate, Latest Income/business Tax Return And Omnibus Sworn Statement Shall Be Attached Upon Submission Of The Quotation 6. Bidders Shall Submit Original Brochures Showing Certificates Of The Product Being Offered Quantity Uom Description Unit Cost Total Cost 2 Unit Smart Tv Viewing Screen Size: 1092mm, Voltage: 100-240v-50/60/hz, Weight Net/gross: 6 3/8.9kg 2 Unit Laptop Processor: N4120, 64gb, 4gb Sodimm Ddr4 Sdram, No Optical Drive, Windows 11 Homein S Mode, 14.0" Hd Led Display (220nits.), 3-cell, 41wh, Ms 365 2 Unit Desktop Computer With Ups Memory: 16gb, Monitor: 21.5" Led, Combo Mouse, Mouse Pad, Speakers 3 Unit Printer With Scanner (colored) Print, Scan, Copy, Memory: 64mb, Led Display, Wireless Lan, 2 Sided Print (up To A4/ltr) 1 Unit Photocopier Machine Multifunction Printer, Print, Scan, Copy, Monochrome (prints Back To Back Only), Paperr Tray: A4, Letter, A5, A5 Long Edge, A6, Inclusions: 1 Brand New Unit Printer, 1 Starter Toner Cartridge, 1 Drum Unit, Ac Power Cord, Driver And Utilities, Quick Setup Guide And Basic Users Guide 2 Unit Smartphone Standby Dual Sim + Dedicated Micro Sd Card Slot, Screen: 5.3 Hd, Full Display: 1440 X 3200, Memory: 8gb Ram + 256gb Rom 2 Unit Portable Trolleyspeaker With Microphone Power: 600w, Dimension: 480 X 390 X 723, Built-in Bluetooth Function, Karaoke Function With Wireless Microphone 2 Unit Lcd Overhead Projector Recommended Uses For Laptop, Resolution: 1080p, Built-in Speaker, Portable, Brightness: 15000 Lumens, Connectivity Technology: Usb, Key Type, Touch Panel, Package List: 1 Projector, 1 Remote Controller, 1 Power Cord, 1 3 In 1 Av Cable, 1 User Manual 2 Pc Extesion Cord (heavy Duty, 10m) 120 Bottle Computer Pribetr Ink Refill (magenta: 30 Bot., Black: 30 Bot., Yellow: 30 Bot. Cyan: 30 Bot.) 5 Pc External Hard Drive (2tb) 3 Pc Toner Cartridge
DEPT OF THE NAVY USA Tender
Machinery and Tools...+1Aerospace and Defence
United States
Closing Date25 Jan 2025
Tender AmountRefer Documents
Description: Request For Information - Sources Sought naval Air Warfare Center, Aircraft Division Lakehurst, Nj rsd Depot Level Repair Facility - Request For Information/sources Sought (rfi) introduction: this Request For Information (rfi) Is Issued Pursuant To Far 15.201(e) And In Conformance With Dfars Pgi 206.302.this Is A Request For Information/sources Sought (rfi) Notice To Solicit Comments, Questions And Feedback From Industry Regarding Their Interest In And Capacity To Conduct A “depot Level” Repair/overhaul Of An Electro-hydraulic Device (rapid Securing Device (rsd)). The Rsd Is One Of The Main Assemblies Of A Us Navy Helicopter Landing System Called Recovery Assist, Securing, And Traversing (rast). The Rsd Is Installed On Multiple Us Navy Vessels And Is Used To Secure And Maneuver Military Helicopters On The Flight Deck. nawcad Lakehurst Is Requesting To Establish An Independent Overhaul Facility Which Will Supplement Existing Organic Repair/overhaul Capacity With The Capability To Refurbish Approximately 18-24 Rsds Per Year. The Repair/overhaul Involves Disassembly, Corrosion Control, Inspection And Testing Of Numerous Parts And Assemblies, Changeout Of Mandatory Parts, Reassembly, And Functional As Well As Load Testing. interested Parties May Submit Technical Literature/brochures On Solutions That Meet These Material Requirements. Any Relevant Information May Also Be Submitted For Consideration To Aid In Refinement Of This Requirement. this Rfi Is Not A Request For Proposal: it Is A Market Research Tool Being Used To Determine Potential And Eligible Vendors Capable Of Providing Services Described Herein Prior To Determining The Method Of Acquisition And Issuance Of A Request For Proposal. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice. eligibility: the Psc For This Requirement Is J017 (maintenance, Repair, And Rebuilding Of Equipment- Aircraft Launching, Landing, And Ground Handling Equipment). Naics Is 811310 (commercial And Industrial Machinery And Equipment (except Automotive And Electronic) Repair And Maintenance). All Interested Businesses Are Encouraged To Respond. submittal Information: it Is Requested That Interested Businesses Submit To The Contracting Office A Brief Capabilities Statement Package Demonstrating Ability To Meet The Requirements Outlined In Description. Responses Must Include 0610-rsd Overhaul Facility In Subject. This Documentation Must Address, At A Minimum, The Following: company Contact Information To Include: Company Name, Company Address, Cage Code, Company Business Size, And Point-of-contact (poc) Name, Phone Number, Fax Number, And E-mail Address. company Profile To Include: Number Of Employees And Duns Number; statement Regarding Capability: if You Are A Small Business, Provide An Explanation Of Your Company's Ability To Perform At Least 50% Of The Tasking Described In The Specifications. the Capability Statement Package Shall Be Sent Via Email To Air- 2.5.2.5.2 Navair Lakehurst Contracts, Zaib Nageeb, Zaib.nageeb.civ@us.navy.mil . Submissions Must Be Received At The Office Cited No Later Than 5:30 P.m. Eastern Standard Time On 4 October 2024. description: general Rsd Information: overall Dimensions – 100 X 70 X 14 Inches weight – 3200 Lbs hydraulic Fluid – Mil-h-83282a electrical – Input: 200v +/- 10% 3 Phase 400 Hz +/- 10% Current: Full Load – 6.7a Start Up - 25a representative Components: Accumulator, Hydraulic Actuators, Chains, Wire Rope Cables, Mechanical Linkages, Steel Plates, Machined Parts, Hydraulic Piping, Hydraulic Pump And Motor, Filter, Pulleys. how To Respond:
all Interested Parties Must Submit Written Responses, Preferably Via Electronic Mail Within Fifteen (15) Days After Release Of This Rfi With Product Information That Meets All Or A Subset Of The Aforementioned Attributes. Please Submit Your Response To This Rfi Via E-mail No Later Than 4 October 2024, 5:30 Pm Edt To Contract Specialist, Zaib Nageeb At Zaib.nageeb.civ@us.navy.mil. The Navy Does Not Intend To Award A Contract On The Basis Of This Request Or Otherwise Pay For The Information Solicited. While The Navy Intends To Use This Information For Future Acquisition Planning Purposes, It Will Not Release Any Information About Your Approach That Might In Any Way Compromise Your Competitive Posture Or Proprietary Information. The Navy Will Not Use Any Information Provided To Level Your Company’s Approach Relative To Another Competitor. All Information Received In Response To This Rfi That Is Marked Proprietary Will Be Handled Accordingly. The Navy Will Not Be Liable For Or Suffer Any Consequential Damages For Any Proprietary Information Not Properly Identified. Proprietary Information Will Be Safeguarded In Accordance With The Applicable Navy Regulations. Responses To This Rfi Will Not Be Returned. Respondents Will Not Be Notified Of The Result Of The Review. Failure To Respond To This Rfi Does Not Preclude Participation In Any Future Associated Rfp/rfq That May Be Issued. Information Provided In No Way Binds The Navy To Solicit Or Award A Contract. If A Solicitation Is Released, It Will Be Synopsized On The System For Award Management (sam) Website: Www.sam.gov. It Is The Potential Vendor's Responsibility To Monitor This Site For The Release Of Any Follow-on Information.
Municipality Of Kauswagan, Lanao Del Norte Tender
Machinery and Tools...+1Furnitures and Fixtures
Philippines
Closing Date21 Jan 2025
Tender AmountPHP 1 Million (USD 18.1 K)
Details: Description Qty Unit Item Description Estimated Unit Price Total Unit Price 14 Pcs #4 Gi Pipe Sch 4 Diameter 6,250.00 87,500.00 55 Pcs 2 X 6 X 1.5mm Tubular 2,950.00 162,250.00 25 Pcs 2 X 4 X 1.5mm Tubular 2,200.00 55,000.00 50 Pcs 2 X 3 X 1.2 C Purlins 1,025.00 51,250.00 45 Kgs Welding Rod 295.00 13,275.00 6 Pcs #4 Paint Brush 95.00 570.00 12 Gals Epoxy Primer 1,650.00 19,800.00 6 Gals Lacquer Thinner 690.00 4,140.00 6 Gals Paint Thinner 590.00 3,540.00 108 Pcs 1 ½ X 1 ½ X 3/16 Angle Bar 1,100.00 118,800.00 75 Pcs 4 X 8 Steel Matting 1,050.00 78,750.00 4 Gals Qde (black) 895.00 3,580.00 200 Lin.m Rib Type 0.40mm X 1.22 X Ls 480.00 96,000.00 12 Pcs Fascia Cap 0.40mm X 12’ X 8’ 485.00 5,820.00 12 Pcs Spanish Gutter 0.40mm X 24’ X 8’ 585.00 7,020.00 49 Lin.m Minirib 0.40mm X 1.22 X Ls 400.00 19,840.00 4 Boxes Blind Rivets 1/8 X ½ 495.00 1,980.00 45 Pcs Double Metal Furring 165.00 7,425.00 800 Pcs Teckscrew 2 ½ 7.00 5,600.00 18 Pcs Spanish Flashing 0.40mm X 24’ X 8’ 585.00 10,530.00 1 Pc Panel Board 1,250.00 1,250.00 1 Pc 60 Amp Circuit Breaker 795.00 795.00 1 Pc 15 Amp Circuit Breaker 550.00 550.00 1 Pc 20 Amp Circuit Breaker 550.00 550.00 2 Boxes 3.5mm2 Thhn Wire 5,500.00 11,000.00 1 Box 5.5mm2 Thhn Wire 6,500.00 6,500.00 30 Mtrs 8.0mm2 Thhn Wire 8,950.00 268,500.00 100 Mtrs 1/2” Flexible Hose 25.00 2,500.00 8 Pcs 3-gang Flush Type Outlet 350.00 2,800.00 10 Pcs Utility Box 70.00 700.00 1 Pc 3-gang Switch Flush Type 350.00 350.00 20 Pcs Junction Box 95.00 1,900.00 15 Pcs Receptacle Socket 4x4 110.00 1,650.00 3 Rolls Electrical Tape Big 88.00 264.00 300 Pcs Cable Tie 5.00 1,500.00 4 Pcs ¾” Pvc Pipe 350.00 1,400.00 14 Pcs #25 Watts Led Type Bulb 395.00 5,530.00
MUNICIPALITY OF VALENCIA Tender
Scraps
Philippines
Closing Date28 Jan 2025
Tender AmountPHP 146.7 K (USD 2.5 K)
Details: Description Lot 1 Isuzu Elf 7q-117-g 1 Pcs 4 Wheel Cylinder 1,375.00 5,500.00 2 Pc 1 Door Lock Handle 4,000.00 4,000.00 3 Pcs 4 Tire 7.50x15 Lug Type 8,000.00 32,000.00 4 Pcs 2 Tire 7.50x15 750.00 1,500.00 5 Pc 1 Alternator Assy 24v 10,000.00 10,000.00 Isuzu Mini Dumptruck Shc 849 6 Litrs 2 Brake Fluid 300.00 600.00 7 Pc 1 Relay W/ Socket 500.00 500.00 8 Pcs 10 Rubber Boots 170.00 1,700.00 9 Pcs 4 Wheel Cylinder (front) 2,875.00 11,500.00 10 Pcs 4 Wheel Cylinder (rear) 3,875.00 15,500.00 11 Pcs 2 Oil Seal 750.00 1,500.00 12 Pcs 10 Fittings 60.00 600.00 Cobra 075103 13 Pails 1 Grease 7,000.00 7,000.00 14 Pcs 2 Ubolt 750.00 1,500.00 15 Set 1 Tie Rod End 7,000.00 7,000.00 16 Box 1 Rubber Cup 1,300.00 1,300.00 17 Pcs 3 Oil Seal 400.00 1,200.00 18 Pcs 10 Straight Fittings 40.00 400.00 19 Pcs 10 L-fittings 80.00 800.00 20 Pcs 5 Silicone 260.00 1,300.00 21 Pc 1 Hydraulic Jack 20 Tons 4,750.00 4,750.00 Multicab Sjt 666 22 Pcs 2 Shock Absorber 1,000.00 2,000.00 23 Pc 1 Cable 2,000.00 2,000.00 24 Ft 6 3/8 Rubber Hose 100.00 600.00 25 Pcs 4 Hose Clip 100.00 400.00 Bus 1008-0080407 26 Ltrs 3 Elastomeric Sealant 1,300.00 3,900.00 Hino Bus Xcw 796 27 Set 1 Fog Lamp 2,000.00 2,000.00 Chenglong D/t 1301 00001967776 28 Pc 1 Hydraulic Jack 20 Tons 4,750.00 4,750.00 Mitsubishi L300 Tjm 29 Pcs 2 L300 Shackle 750.00 1,500.00 30 Pcs 2 Cross Joint 3,000.00 6,000.00 31 Pc 1 Center Bearing 2,500.00 2,500.00 32 Pc 1 Clutch Slave 2,000.00 2,000.00 33 Pcs 8 Spring Bushing 100.00 800.00 34 Pcs 8 Shock Absorber Bushing 50.00 400.00 Mitsubishi Skp 166 35 Pcs 4 Ubolt 750.00 3,000.00 36 Pcs 2 Spring Bushing Steel 1,000.00 2,000.00 37 Pc 1 Clutch Master Assy 2,700.00 2,700.00 Total Amount: P 146,700.00
Amt Schenkenl Ndchen Tender
Electrical Goods and Equipments...+1Electrical and Electronics
Germany
Closing Date6 Feb 2025
Tender AmountRefer Documents
Details: 1x dismantling of monoblock heat pump for reuse - 50 m of underground heat pipe including excavation work - 50 m of underground electrical cable 400v including excavation work - 50 m of underground control cable including excavation work - 1x reinstallation of heat pump including foundation slabs and fencing - 35 m2 paving stones removed and re-laid - Decommissioning and re-commissioning of heat pump
City Of Cape Town Tender
Others
South Africa
Closing Date5 Feb 2025
Tender AmountRefer Documents
Details: Rfq Type Goods Goods Audio, Video & Photo Equipment Reference Number Gk12500376 Title Camera Equipped Binoculars Description 1 Each X Camera Equipped Binoculars Specification* Refer To Gk12500376 Detailed Specifications For Nikon Coolpix P1000 Or Equivalent. Lens Quality 1.1. Should Have Approximately 125x Optical Zoom. 1.2. Should Have Approximately 4x Magnification. 1.3. Should Have Vibration Reduction. 1.4. Should Have Auto-focus 1.4.1. Auto-focus # Should Have Target Finding <(>&<)> Subject Tracking. 1.5. Should Have Electronic Viewfinder. 1.6. Should Have 16 9 And 1 1 Aspect Ratios. File Storage 2.1. Should Support Jpeg Images. 2.2. Should Have An Sd Slot. 3. Connectivity 3.1. Should Have Wi-fi 3.2. Should Have Bluetooth 3.3. Should Have Usb Connectivity 3.4. Should Have Hdmi Connectivity Environment 4.1. Should Operate In An Environment Between 0°c To 40°c. 4.2. Should Operate In An Environment Of 85% Or Less Humidity. 5. General 5.1. Should Have A Flash. 5.2. Camera Lighting Controls # Should Have Electronic Aperture And Iso100 To 6400. 5.3. Battery # Should Be Able To Take Approximately 200 Shots Per Charge. 5.4. Should Have A Tripod Socket. 5.5. Should Be Supplied With A Strap, Lens Cap, Rechargeable Li-ion Battery, Charging Ac Adapter, Usb Cable, And Lens Hood. 5.6. Recommended Extras # Additional Rechargeable Li-ion Battery. # Hard Shell Protective Case. Gcobisa Cabane 0214441853 Quotation Conditions Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent" # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. Delivery Date2025/02/28 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address00 Melck Street, Ndabeni Contact Persont Ntombela Telephone Number0783963569 Cell Number Closing Date2025/02/05 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note This Commodity Has Gone On E-procurement On 1 August 2018. No Manual Submissions Will Be Accepted For This Commodities. Suppliers Will Need Must Log In To E-services Portal To Access Rfqs. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.
Lancaster City Council Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
United Kingdom
Closing Date31 Jan 2025
Tender AmountGBP 600 K (USD 741.1 K)
Details: The Council Is Seeking To Appoint A Supplier To Design, Procure And Construct A Circa 4mwp Solar Farm With Associated Grid Connection (“the Project”) To The Electricity North-west Distribution Grid At The Burrow Beck Site South Of Lancaster With Grid Reference: Sd 47901 58388 The Scope Of This Work Is For The Provision Of The Contestable Grid Connection Works, The High Voltage Customer Works And The Provision Of The Low Voltage Switchgear Together With Enclosures And Associated Civil Works. The Appointed Supplier Will Be Expected To Design, Procure And Deliver The Works At The Burrow Beck Site Off Scotforth Road/bailrigg Lane, Lancaster, La1 4xp The Works Are Set Out In The Specification Which Can Be Found At Annex A. The Project: Achieved Planning Permission On 30 September 2024 Under Planning Reference: 23/01383/ful (https://www.lancaster.gov.uk/planning/view-applications-and-decisions) Is In Receipt Of 4 Connection Offers Which Have Been Accepted And Paid In Full To Electricity North-west Each For 990kw. These Connection Offers Are Attached. This Scope Of Works (the “icp Scope”) Includes The Contestable Grid Connection Works, All Customer Connection High Voltage Works, The Supply Of Transformers, Low Voltage Switchgear And Associated Cabling, Trenching, Enclosures And Civil Works; And The Council Will Be Running A Separate Procurement Related To The Burrow Beck Solar Farm For A Supplier To Design, Procure, And Construct The Solar Pv Infrastructure Including The Structures, Pv Modules, Inverters, Scada System, Associated Civil Works And The Responsibility Of Principal Contractor And Principal Designer For The Site. This Is The Solar Epc Works. Due To The Long Lead Items, The Icp Works Will Be Tendered First With The Solar Epc Works To Be Tendered Separately. Tenderers Will Be Permitted To Tender For Both Procurements However No Information Will Be Provided Relating To The Procurement Referred To At 2.7.1.2 For The Solar Epc Works As Part Of This Procurement Process At This Stage. The Project Is Expected To Be Delivered During 2025 With A Target Energisation To The Grid Of October 2025 The Council Estimates That The Value Of The Icp Works Contract, Including Any Extensions, Is Estimated To Be No More Than £560,000 (five Hundred And Sixty Thousand Pounds Sterling) Including Vat.
9611-9620 of 9914 archived Tenders