Chain Link Tenders

Port Of Iberia Tender

Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Date3 Mar 2025
Tender AmountRefer Documents 
Details: Section A Notice To Contractors Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 12:00 P.m. On March 3, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 12:00 P.m. State Project No: H.015864 (321) State Project Name: Port Improvements Unifab Road Warehouse And Site Improvements Initial Improvements, (phase I Of Spn H.015864) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements At The Existing Building C As Outlined In The Contract Documents To Improve The Functionality And Appearance Of The Facility. The Scope Of Work Includes Mobilization, Pressure Washing And Painting The Building Exterior, Relocation Of Existing Chain Link Fencing And Security Gates, Metal Building System Improvements, Electrical & Lighting, And All Other Specified Work And Incidental Work Required To Successfully Complete The Project In Accordance With The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 D Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On February 18, 2025 At 2:00 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.

Municipal Corporation Tender

Works
Civil And Construction...+1Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Closing Date3 Jan 2025
Tender AmountINR 103.7 Million (USD 1.1 Million)
Details: 1) Construction of Beautification, Elctrification, Main Entry Gate at Chhatrapati Shiwaji Park in P.No.06 2) Construction of Concret road from Gajanan Way Bridge to APMC Market Gate in p no. 06 3) Construction of Cement Concrete Road from Shri Ajay Vishnu Patil to Shri Nitin Patil House at Dabki Village P No 08 4) Construction of Sabhagruh at Gurudutta Nagar,Shri Namdev Maharaj Mandir Open Space P No 08 5) Construction of Cement Concrete Road from Shri Wankhade to Open Space at Gokarna Park P No 08 6) Construction of Cement Concrete Road from Shri Bulbule House to Shri Shingne Sir House at Gokarna Park P No 08 7) Construction of Drain at Gokarna Plot Shri Bhiwate to Raghav Tale House P No. 08 8) Construction of Chain Link Compound Wall to Open Space near Paraskar School at Gurudutta Nagar P No.08 9) Construction of Drain at Laxmi Nagar Shri Ingle to Shri Ujjainkar to Canal P No. 08 10) Construction of Chain Link Compound Wall to Open Space near Mahakali Mandir at Asara Nagar P No.08 11) Construction of Drain at Gajanan Nagar Shri Galli No. 2 from Shri Parkhi to Shri Khandare House P No. 08 12) Construction of Cement Concrete Road from Shri Hanuman Mandir to Shri Anil Wankhade at Gajanan Nagar P No 08 13) Construction of Cement Concrete Road from Jain Kirana to Shri Jagdish Mankar at Gajanan Nagar P No 08 14) Construction of Cement Concrete Road from Shri Bahekar ti Shri Bhud, Shri Zhaparde to Shri Ubhe Sir & Shri Shinde to Shri Ujjwal Bade at Manorath Nagar P No 08 15) Construction of Cement Concrete Road from Shri Bhise to Shri Ingle House to Open Space at Awade Colony P No 08 16) Construction of Cement Concrete Road from Ashray Residency to Dabki Road to Hari Om Cement Shop to Shri Chipade at Ashray Nagar P No 08 17) Construction of Cement Concrete Road from Shri Ramdas Pohare to Canal Road at Raghuvir Nagar P No 08 39) Beautification Of Shri. Chatrapati Shivaji Maharaj Chowk At Shivar in P.No.13 40) 1) Construction of Concrete Service Line Beside Shri Vinod Taywale. 2) Construction of Concrete Road From From Shri Pravin Kalane to Shri Gawande. 3) Construction of Concrete Drain & Service Line From Shri Unkadrav Sonone to Shri Pravin Kalane. 4) Construction of Concrete Drain, Service Line & Culvert From Shri Manoj Bharde to Bhattad in Ara Mashion. 5) Construction of Concrete Drain & Road From Shri Prashant Sable to Shri Santosh Agrawal in Dwarka Nagari 6) Construction of Concrete Drain & Service Line From Shri Rameshwar Gond to Asara Chakki in Indian Gym 7) Construction of Concrete Service Line From Shri Gajanan Maharaj Mandir to Shri Ghonge in Mukund Nagar in P.No. 13 42) Construction of Walking Track & Beautification In Ravi Nagar Open Space at P.No.13 43) Construction of Sabhagruh In Open Space Front of Shri Navkar House At Gokul Colony In P. No. 13 44) Construction of Concrete Road At Sudhir Colony In P.No. 13 45) Beautification of Open Space Infront of Shri Lokhande House At Sudhir Colony In P.No.13 46) Development & Beautification of Road From National Highway 06 to Azad Chauk to Datta Nagar to Hanuman Mandir to Azad Chauk and Auto Stand to Shri Dhore and Shri Jayprakash Sabale to Shri Subhash More to Bhima Gawai and Shri Gajanan Maharaj Mandir to Shri Deshmukh in Shiwar In P.No. 13 47) Providing and Fixing Information Sign Board in Shashtri nagar Road & Gokul Colony Road at P.No. 13 48) 1) Construction of Concrete Road From Shri Chande to Shri Shegokar 2) Construction of Concrete Road From Shri Rathod to Shri Ladakhedkar to Shri Fulase to Shri Vike. 3) Construction of Concrete Drain & Culvert From Siddheshwar Ganpati Mandir 4) Construction of Concrete Road From Shri Desai to Shri Pali in P.No. 13 49) 1) Construction of Concrete Road Infront Of Shri Umale House in Mukund Nagar in P.No. 13 50) Construction of Public Toilet Block in Jawahar Nagar Chhatrapati Sambhaji Maharaj Park Shastri Nagar Hanuman Mandir Open Space at P.No. 13 51) Construction of Paving Block in Open Space in Ganpati Mandir in Shastri Nagar at P.No.13 53) Construction of Tar Road With WBM From Kailas Bhadake To Ganeh Jakate House At Malkapur In P No 14 54) Construction of Tar Road With WBM From Hivarale Major To Ganesh Sarnaik & Sheje To Wagh House At Malkapur In P No 14 55) Construction of Tar Road With WBM From Dilip Vagare To Damodare House At Malkapur In P No 14 56) Construction of CC Drain From Kothikar Duplex To Athavale To Ajay Nagpure Appartment Near Ashram At Malkapur In P No 14 57) Construction of Chainlink fencing Compound To Sarnath Bauddha Vihar Near Bhande Collage At Malkapur In P No 14 58) Construction of Sabhamandap Near Hanuman Mandir At PKV Colony Malkapur In P. No. 14 59) Construction of CC Road From Shri Santosh Wankhade To Amol Kale House At Malkapur In P No 14 60) Construction of Tar Road From Shri Gawande To Deshmukh House At Malkapur In P No 14 61) Construction of Sabhagruh Near Tuljaai Appartment Smashan bhumi Road Juni Wasti Malkapur In P No 14 62) Providing And Fixing Paving Blocks At Pola Location Junegaon Malkapur In P. No. 14 63) Construction of CC Road From MIDC Road To Barbi House At Malkapur In P No 14 64) Construction of Tar Road From Shri Dhenge House Yogiraj welding Work Shop To State Bank Colony At Malkapur In P No 14 65) Construction of CC Drain From Umak house To Sitara Tower Malkapur Road At Malkapur In p No 14 66) Construction of CC Drain From Abhang Appartment To Mangesh Wankhade House At Malkapur In p No 14 67) Construction of Tinshed At Gajanan Maharaj Mandir Malkapur In P. No. 14 68) Construction of CC Drain From Khatade To Deshmukh House At Malkapur In P No 14 69) Construction of CC Road From Shri Jayale To Dandale House At Malkapur In P No 14 70) Construction of Tar Road From Ajay Wankhade House Anil Wasnik To Nasir To Anand Buddha Vihar At Shivani In P No 14 71) Construction of Tar Road From Jaybhay House To Pachpor Blue Lotus School At Buddha prakash Colony Shivani In P No 14 72) Construction of CC Drain From Gautam Pachpor House To Jamil Bhai Kirana Shop At Jetvan Nagar Shivani In P No 14 73) Construction of Sabhamandap Near Devi Mandir At Ram Nagar Shivani In P. No. 14 74) Construction of Sabhamandap Infront Of Rajesh Wagare House At Basera Colony In P. No. 14 75) Construction of Chainlink fencing Compound To Surekha nagar Open Space At Malkapur In P No 14 92) Construction of Tar Road Back Side Of Khatu Shyam Mandir Hindu Smashan Bhumi To Main Road , In P.No. 17 124) Construction of CC Drain from Bhojane house to Wayatkar house at Mauli Nagar in P.No. 20 125) Construction of CC Drain from Balu Vairale house to Bhoyar house at Khadki in P.No. 20 126) Construction of Culvert infront of Bochare house at Santosh Nagar in P.No. 20 127) Construction of CC Road from Dangte Square to Yogesh Kuchar house at Z. P. Colony, Khadki in P.No.20 128) Construction of CC Road Mangrulpir Road to Ashutosh Chavhan house at Surya Garden Khadki in P.No.20 129) Construction of Tar Road From Pritam Deshmukh to Khanduji Walse house at Balaji Nagar in P.no. 20 130) Construction of CC Drain from Jadhav to Deshmukh house, Sandip Kharad to Gurav house at Khadki Gaothan and Construction of CC Road from Swami Samarth Kendra to Punde house at Sitaram Nagar Date Layout, Khadki in P.No.20 131) Construction of CC Road from Kakad house to Bhagat house and remaining portion infront of Swami Samarth Kendra Main Gate at Sant Nagar, Khadki in P.No.20 132) Construction of CC Road Jadhav house to Dandage house behind More Market Khadki in P.No.20 133) Construction of CC Drain from Wankhade house to Bopte house at Sant Nagar in P.No. 20 134) Construction of WBM Road from Nandkishor Rajaram Ingle house to Sopinath Maharaj Mandir to Ganesh Khatode house at Mhada Colony, Khadki in P.No.20 135) Construction of CC Road from Solid waste Management center to Vitthal Mahalle house at Khadki in P.No.20 136) Construction of Chainlink fencing, providing and fixing Pavers and Beautification at Sant Gadge Baba Open Space, Shivapur in P.no.20 137) Construction of CC Drain from Sane Guruji School to Someshwar Mandir at Santosh Nagar in P.No. 20 138) Construction of Walking track, Chainlink fencing at Someshwar Mandir Open Space, Santosh Nagar in P.no.20 139) Construction of Sabhagruh infront of Ramesh Raut, Sadanand Kakad, Pallavitai Joshi Open Space at Mhada Colony In P. No. 20 140) Construction of CC Road from Dilip Deshmukh house to Shiva Bhade house to Sant Gajanan Maharaj Provision at Kothari Watika 04 in P.No.20 141) Concreting in Service line from Sahyog apartment to Jadhav Tailor house near Ganpati Mandir at Giri Nagar in P.No. 20 142) Construction of CC Road Maharaj Vihar to Gajanan Apartment at Madhav Nagar in P.No.20 143) Construction of CC Drain from Manskar house to Kedia house at Yashwant Layout in P.No. 20

South East Central Railway - SECR Tender

Goods
Machinery and Tools
Ireps
India
Closing Date27 Jun 2025
Tender AmountRefer Documents 
This is an estimated amount, exact amount may vary.
Details: Description :supply Of Ratchet Lever Hoist ( Pull Lift) Complete With Roller/link Chain & Hooks With Safety L atches Of Capacity 1.6 Tonne With 1.5 Meter Chain As Per Rdso Specification No. Ti Spc Ohe Toolpl 1991 (12-21) As Per Core Approved Item Id 4200055. [ Warranty Period: 30 Months After The Date Of Delivery ] ]

Municipality Of La Trinidad, Benguet Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date26 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Details: Description Invitation To Bid For The Construction Of Perimeter Fence At Shilan Communal Forest 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of One Million Three Hundred Eighty-three Thousand Five Hundred Eighty-one And 76/100 Pesos (php1,383,581.76) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Perimeter Fence At Shilan Communal Forest (pow-8751-2024-shn-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2024-shn-01 Name Of Project: Construction Of Perimeter Fence At Shilan Communal Forest Project Location: Shilan, La Trinidad, Benguet Contract Duration: 121 Calendar Days Source Of Fund: General Fund 2024 Brief Description: Item Scope Of Work To Be Done Spl. A Project Billboard Spl.b.1. Temporary Facilities Spl.b.7. Construction Health And Safety Program Spl.b.9. Mobilization/demobilization Spl. C Clearing And Grubbing Spl. D Individual Removal Of Trees Spl. E Excavation Spl. F 804(4) Manual Hauling Of Materials (by Time Spotting) Gravel Bedding 404 Reinforcing Steel Bar, Grade 40 405 Structural Concrete Class A (minor Structures) 1046 100mm Chb (including Reinforcing Steel) 604(2) Fencing (chain Link Fence Fabric) Equipment Requirement: 1 Unit Bar Cutter 1 Unit Bar Bender 1 Unit Cargo Truck 1 Unit One Bagger Mixer 2 Unit Concrete Vibrator 1 Unit Water Truck (1000 Gal) 1 Unit Welding Machine 1 Unit Dump Truck 1 Unit Chainsaw 37 Piece G.i Pipe 1-1/2” X 6m 34 Piece Clamp Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, 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. 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10 – February 26, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (php5,000.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On February 19, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before February 26, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 26, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity

Municipality Of La Trinidad, Benguet Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Date19 Feb 2025
Tender AmountPHP 616.3 K (USD 10.6 K)
Details: Description Invitation To Bid For The Construction Of Perimeter Fence At Alapang Communal Forest 1. The Municipal Government Of La Trinidad, Through The General Fund 2024 Intends To Apply The Sum Of Six Hundred Sixteen Thousand Three Hundred Twenty-five And 64/100 Pesos (php616,325.64) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Perimeter Fence At Alapang Communal Forest (pow-8751-2024-ala-01). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipal Government Of La Trinidad, Benguet Now Invites Bids For The Project: Project Reference No.: Pow-8751-2024-ala-01 Name Of Project: Construction Of Perimeter Fence At Alapang Communal Forest Project Location: Alapang, La Trinidad, Benguet Contract Duration: 77 Calendar Days Source Of Fund: General Fund 2024 Brief Description: Item Scope Of Work To Be Done Spl. A Project Billboard Spl.b.1. Temporary Facilities Spl.b.7. Construction Health And Safety Program Spl.b.9. Mobilization/demobilization Spl. C Clearing And Grubbing Spl. D Excavation Spl. E Manual Hauling Of Materials (by Time Spotting) 804(4) Gravel Bedding 404 Reinforcing Steel Bar, Grade 40 405 Structural Concrete Class A (minor Structures) 1046 100mm Chb (including Reinforcing Steel) 604(2) Fencing (chain Link Fence Fabric) Equipment Requirement: 1 Unit Bar Cutter 1 Unit Bar Bender 1 Unit Cargo Truck 1 Unit One Bagger Mixer 2 Unit Concrete Vibrator 1 Unit Water Truck 1 Unit Welding Machine 37 Piece G.i Pipe 1-1/2” X 6m 34 Piece Clamp Bidders Should Have Completed, Within Five (5) Years From The Date Of Submission And Receipt Of Bids, 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. 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. 4. Interested Bidders May Obtain Further Information From The Bids And Awards Committee Of The Municipal Government Of La Trinidad, Benguet And Inspect The Bidding Documents At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet From 8:00am To 5:00pm, Mondays To Fridays. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 10 – February 19, 2025 At Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet And Upon Payment Of A Non-refundable Fee For The Bidding Documents In The Amount Of One Thousand Pesos (php1,000.00). It May Also Be Downloaded Free Of Charge From The Philippine Government Electronic Procurement System (philgeps) Website, Provided That Bidders Pay The Applicable Fee For The Bidding Documents No Later Than The Submission Of Their Bids. 6. The Municipal Government Of La Trinidad, Benguet Will Hold A Pre-bid Conference On (n/a). 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Municipal General Services Office-extension, 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet On Or Before February 19, 2025 At 9:00am. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 9. Bid Opening Shall Be On February 19, 2025 At 10:00am At The 2nd Floor Municipal Disaster Risk Reduction Office, Km. 5 Pico, La Trinidad, Benguet. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Municipal Government Of La Trinidad, Benguet Reserves The Right To Reject Any And All Bids, Annul The Bidding Process, 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. 11. For Further Information, Please Refer To: Corazon A. Uyaan Head Bac Secretariat Bids And Awards Committee Office Municipal General Services Office-extension 1st Floor Brgy. Pico Barangay Hall, Km. 5 Pico, La Trinidad, Benguet Contact Nos.: 0969 – 334 – 9233 Or (074) 619-2103 E-mail Address: Bac01latrinidad@yahoo.com Approved: (sgd) Yoshio P. Labi Bac Chairperson Noted: (sgd) Romeo K. Salda Head Of The Procuring Entity

South Eastern Railway - SER Tender

Works
Machinery and Tools
Ireps
India
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: Rail Panel Unloading System As Per Rdsos Drg No. Tm/02/17 Per Set Consisting Of The Following Items:- 1) Two Nos Of Linking U Clamp As Per Rdso Drg No. Tm/02b/17. 2) Two No S Of Linking Block As Per Rdso Drg. No. Tm/02a/17. 3) Two Nos Of "d" Shackle As Per Drawing. 4) One No Of Chain Of Links. 5) Two Nos Of Pin Dia As Per Drawing. Load Tested Of 20 Mt Will Be Done & Test Certificate Will Be Provide From Govt Approved Lab. [ Warranty Period: 30 Mon Ths After The Date Of Delivery ] ]

Indian Army Tender

Goods
GEM
India
Closing Date1 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: N1 1015 000706 STAY , N1 5120 004549 SPANNER OPEN JAW FIXED 4A S HANDED 60 , N1 1015 000695 STAY BOTTOM LEFT , N1 4030 000371 SHACKLE D 1A , N1 5120 003122 SPANNER 40A , N1 8115 000629 BOX APPARATUS AIR LIFTING , N1 5120 004565 SPANNER 63 A , N1 5120 004566 SPANNER DOUBLE ENDED , N1 5420 001104 BRACKET JACKING BRIDGE , N1 5120 003134 LEVER EXTENTION 1A , N1 1015 002001 PIPE , N1 5305 003957 SCREW FILLISTER HEAD , N1 4730 006940 PACKING NUT , N1 5310 002386 NUT HEXAGON , N1 9905 000138 PLATE INSTRUCTION , N1 5305 003125 SCREW SECURING ELECTRIC CONTACT RETAINER , N1 5365 011205 PLUG MACHINE THREAD , N1 1015 000271 PIPE , N1 5340 135251 CLAMP , N1 5310 001559 WAHSER , N1 9115 000939 STEEL STRIP , N1 5140 000059 ROLL TOOLS ACCESSORIES , N1 5315 001000 PIN STRAIGHT HEAD , N1 3040 003058 LEVER CONTROL HAND , N1 5340 015591 HASP HINGED , N1 1015 000277 PIPE LEFT , N1 5120 004547 SPANNER OPEN JAW FIXED 2A S ENDED 50 , N1 4933 000315 TOOL ARTILLERY 8A , N1 5120 003123 SPANNER 41A , N1 5340 178920 HOLDER SPRING , N1 2A42 05 123 PLATE , N1 5340 174804 ROD STRAIGHT HEADLESS , N1 5120 422112 SCREW DRIVER FLAT POINT 1 1X300 , M4 5220 000088 PLATE CHAMBER 105 37 FIELD GUN 1A , M1 5305 003493 SCREW TRAVERSING , M1 5365 010566 BUSHING MACHINE THREAD , M1 3020 007525 GEAR BEVEL , M1 3020 007524 GEAR BEVEL , M1 5340 015261 COVER PLATE ACCESS , M1 5305 000034 SCREW SECURING THREADED M5 X0 8MMX12MM , M1 5310 001835 NUT TRAVERSING , M1 5310 001828 WASHER TIGHTENING , M1 1015 000082 CRANK ASSEMBLY , M1 5315 008640 PIN STRAIGHT HEADED , M1 5305 000031 SCREW FIXING C H 90 T M3X0 5X6 25MM , M1 4010 000905 LINK CHAIN SWING , M1 3120 004339 BUSHING SLEEVE , M1 5315 000008 PN DOWEL 3 4MM DIA X 18 2MM LONG

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date9 May 2025
Tender AmountRefer Documents 
Details: Description solicitation Number: 36c78625b0024 project Number: Los Angeles Ca 898-034/036 New Maintenance Complex, Correct Fca Deficiencies this Notice Is Provided For Information Purposes Only And Does Not Constitute A Request For Bid, Proposal, Or Quote. the Department Of Veterans Affairs (va), National Cemetery Administration (nca) Intends To Issue Solicitation Number 36c78625b0024 Entitled, Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies On Or About May 9, 2025, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled. scope Of Work: the Contractor Shall Furnish All Labor, Materials, Equipment, Tools, Supplies, Services, And Supervision To Perform Landscape Irrigation Work Described Herein To Construct New Maintenance Complex And Correct Fca Deficiencies At Los Angeles National Cemetery (lanc), Located In Los Angeles California. work Will Be Accomplished In Accordance With Va Requirements, Federal, State, And Local Code Requirements. all Work Will Be Conducted In Such A Manner As To Minimize The Impact On The Cemetery Operations. Submission Of A Schedule That Minimizes The Effect Of Normal Operations On The Cemetery Shall Be Approved By The Contracting Officer S Representative (cor) And Cemetery Director Prior To The Start Of Work. description/statement Of Work/specifications description: project Constructs A New Maintenance Complex And Corrects Fca Deficiencies At Los Angeles National Cemetery the Work In This Project Includes But Is Not Limited To: Security Camera Installation It Room Upgrades Front Entry Gate Roadway Repair Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation contractor Shall Inspect The Los Angeles National Cemetery Grounds Where The Work Is To Be Completed And Ascertain The Work Deemed Necessary And Required To Complete The Work Outlined Herein (failure Of The Contractor To Fully Inspect The Buildings And Grounds Prior To Performing The Work Shall Not Relieve The Contractor From Performing In Accordance With The Intent And Meaning Of The Specifications Without Additional Cost To The Government). the Contractor Shall Submit An After Inspection Report Of Contractor S Findings, Listing Any Deficiencies Found And Recommendations To The Cor And Contracting Officer For Review And Approval Prior To Commencing Any Work. the Work Shall Include All Aspects Of The Work Needed To Complete The Removal Of Existing Structures, New Facility Construction, Alterations, Excavation And Regrading, Walks & Pavers, Grading, Signage, Curb & Gutter, Drainage, Utility Systems As Shown On The Drawings As Stated And Described Herein And Shall Be In Full Compliance With All Related Specifications Requirements, Including, But Not Limited To, The Contractor Providing All Required Necessary Permit(s). All Work Required To Achieve The Satisfactory Performance Results Shall Be At The Contractor's Expense With No Additional Costs To The Government. period Of Performance the Contractor Shall Complete All Work Including Submittals, Reviews, Quality Control, Repair/construction Services, Punch List Corrections, Clean Up, Invoicing And Closeouts Documentation Submittal Within Three Hundred Sixty Five (365) Calendar Days Of Government Issuance Of The Notice To Proceed. place Of Performance department Of Veterans Affairs national Cemetery Administration los Angeles National Cemetery 950 S Sepulveda Blvd, Los Angeles, Ca 90049 the Product Service Code (psc) For This Procurement Is Y1pz - Construction Of Other Non-building Facilities. the North American Industry Classification System (naics) Code For This Procurement 236220 Commercial And Institutional Building Construction, And The Business Size Standard Is $45.0 Million. per Far 36.204, The Magnitude Of Construction For This Project Is Between $5,000,000 And $10,000,000. the Full Solicitation, Specifications And Drawings Will Be Posted On Contract Opportunities On Or About May 9, 2025, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled At Sam.gov. The Response Submittal Address, Date And Time Will Be Included In The Solicitation. as Noted, This Procurement Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns. Only Verified Sdvosb Firms Are Eligible To Submit An Offer Or Receive An Award Of A Va Contract That Is Set-aside For Sdvosb In Accordance With Vaar Part 819. A Non-verified Vendor That Submits A Bid Or Proposal Will Be Rejected As Non-responsive. Offers Received From Concerns That Are Not Service-disabled Veteran-owned Small Business (sdvosb) Concerns Shall Not Be Considered. (see Vaar Clause 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.) to Be Eligible For Award, The Sdvosb Must Be Considered Small Under The Relevant Naics Code And Must Be Registered And Verified In The Following Websites: Those Desiring To Receive An Award From This Solicitation Must Be Registered At Https://veterans.certify.sba.gov/. Companies Must Have The Certified Veteran Enterprise (cve) Seal On Their Registration To Be Considered For An Award. The Vip Database Will Be Checked Both Upon Receipt Of An Offer And Prior To Award; Firms Must Be Currently Registered In The System For Award Management (sam) Database At Www.sam.gov And Have Completed Online Representations And Certifications Prior To Contract Award. in Accordance With Vaar 819.7003(b), At The Time Of Submission Of Bids, And Prior To Award Of Any Contracts, The Offeror Must Represent To The Co That It Is (1) Sdvosb Eligible Under Vaar Subpart 819.70; (2) Small Business Concern Under The Naics Code Assigned To This Acquisition; And (3) Sdvosb Listed As Verified In Vip Database At: Https://veterans.certify.sba.gov/. interested Bidders Will Be Required To Furnish A Bid Bond; And The Awarded Contractor Will Be Required To Provide Performance And Payment Bonds. this Presolicitation Notice Is Not An Invitation To Submit A Bid. the Contracting Officer And Point Of Contact For This Solicitation Is Michael Giaquinto At Michael.giaquinto2@va.gov. Telephone Requests Will Not Be Accepted. end Of Document

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Closing Date9 Jan 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice sources Sought Notice page 4 Of 4 sources Sought Notice *= Required Field sources Sought Notice page 1 Of 4 subject* National Cemetery Administration Los Angeles Ca 898 -034 Maintenance, 036 Fca Deficiencies general Information contracting Office S Zip Code* 22172 solicitation Number* 36c78625r0012 response Date/time/zone 01-09-2025 1pm Eastern Time, New York, Usa archive 99 Days After The Response Date recovery Act Funds n set-aside sdvosbc product Service Code* y1eb naics Code* 236220 contracting Office Address department Of Veterans Affairs national Cemetery Administration contracting Services 18434 Joplin Road triangle Va 22172 point Of Contact* contracting Officer flora Taylor flora.taylor@va.gov 571-992-9125 place Of Performance address los Angeles National Cemetery 950 South Sepulveda Blvd. los Angeles Ca postal Code 90049 country usa additional Information agency S Url https://www.va.gov url Description department Of Veterans Affairs agency Contact S Email Address flora.taylor@va.gov email Description description this Announcement Constitutes A Sources Sought Notice (market Survey Is For Planning Purposes Only And Is A Market Research Tool To Determine Availability And Adequacy Of Potential Service-disabled Veteran Owned Small Businesses (sdvosb) Concerns, Veteran Owned Small Businesses (vosb) Concerns, And Small Business (sb) Concerns With The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m. this Is Not A Request For Proposal (rfp). This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. The Government Will Not Pay For Any Cost Incurred In Responding To This Announcement. Any Information Submitted By Respondents To This Sources Sought Synopsis Shall Be Voluntary. the National Cemetery Administration, Los Angeles National Cemetery, Located At 950 Sepulveda Blvd., Los Angeles, Ca 90049, Has A Requirement For A New Maintenance Complex, And To Correct Fca Deficiencies. The Naics Code Used Is 236220 Commercial And Institutional Building Construction With Size Standard Of $45.0m. magnitude Of Construction: Between $5,000,000 And $10,000,000. period Of Performance: 365 Calendar Days far 52.216 -1 The Government Contemplates Award Of A Trade Off Firm Fixed Price Contract. project No. 898cm3034 & 898cm3036 los Angeles National Cemetery 24 May 2023 gravesite Expansion, Maintenance Complex & Fca Deficiencies general Requirements Security Camera Installation; It Room Upgrades ; Front Entry Gate Roadway Repair Spoils/dumpster Area Improvements Southern Chain Link Fencing Southern Ornamental Fencing Eastern Ornamental Fencing Site Signage Flower Water Stations Fencing At Water Valves Spanish American Monument Fencing Keyless Entry Historic Preservation clin 0002 Maintenance Facility Base Bid clin 0003 Correct Fca Deficiencies Bid Eastern Ornamental Fencing clin 0004 Correct Fca Deficiencies Bid Option Northern Perimeter Fencing Clin 0005 Correct Fca Deficiencies Bid Option Western Ornamental Fencing clin 0006 Correct Fca Deficiencies Bid Option historic Preservation- Expertise In Restoring And Preserving Historical Structures, Ensuring Compliance With Preservation Standards. potential Sources Shall Provide A Capability Statement That Includes Information That Your Company Has Or Is Performed/ing This Type Of Effort Or Similar Type Effort(s) (to Include Size And Complexity) From The Scope Of Work Above. Please Identify Your Social Economic Standard Including Your Unique Entity Id (eui) Number. please Address The Following Questions, Please Only Submit The Minimum Information Requested However No More Than 5 Pages. does Your Company Have Experience As A Prime Contractor Performing Contracts Of Similar Work Outlined In The Draft Sow? If Yes, Please Provide The Following Information: contract Number(s): dollar Value(s): identify. Similarity Of Scope, Effort, Complexity: Does Your Company Possess The Capability To Provide The Entire Range Of Construction Services Called For By This Requirement? market Research Is Still Being Done On Contract Type And Evaluation Process (i.e. Firm Fixed Price, Etc.). What Does Your Company Suggest And Why? does Your Firm Possess The Bonding Capability For This Magnitude. the Limitations On Subcontracting Under Vaar 852.219-75 Apply To This Acquisition. Please Confirm That You Can Meet The Limitations Of Subcontracting. potential Sources Are To Respond By Email Only, To Contracting Officer, Flora Taylor At Flora.taylor@va.gov No Later Than January 09, 2025, At 11:00 Am Eastern Time. subject: Fy25 Los Angeles National Cemetery 898-034/036 New Maintenance Complex, Correct Fca Deficiencies company Name: address: contact Name: phone No: email: uei: cage: tax Id:: years In Business: business Size Information select All That Applies: Small Business Emerging Small Business Small Disadvantaged Business Certified Under Section 8(a) Of The Small Business Act Hubzone Woman-owned Certified Service-disabled Veteran-owned Small Business In Veterans.certify.sba.gov Certified Veteran-owned Small Business In Veterans.certify.sba.gov Large Business Other:____________ fss/ Gsa Contract Holder Yes No fss/ Gsa Contract Number effective Date / Expiration Date end Of Document

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Bridge Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date10 Jun 2025
Tender AmountPHP 14.6 Million (USD 264.2 K)
Details: Description Invitation To Bid 1. The Dpwh, Bulacan 1st District Engineering Office, Through The Government Of The Philippines – Fy 2025 Gaa (r.a. 12116) Intends To Apply The Approved Budget For The Contract (abc) To Payments Under The Contract For The Following Project Contracts. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Bulacan 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Barangay Canalate - Barangay Santo Niño Footbridge, City Of Malolos, Bulacan Contract Id No. : 25cc0560 Locations : City Of Malolos, Bulacan Scope Of Works : Construction Of One (1) Footbridge With Bored Piles, Coping, Concrete Girder, Pedestal And Chain Link Fence, Net Length = 0.1150 Lane Km Approved Budget For The Contract : P14,699,815.42 Contract Duration : 150 C.d. Amount Of Bidding Documents : Twenty Five Thousand Pesos (p25,000.00) Pcab License : Category Of C Or D For Small B 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Shown Above. 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. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh – Bulacan 1st District Engineering Office And Inspect The Bidding Documents At The Office Of The Bac Secretariat, Dpwh- Bulacan 1st Deo, Tikay, City Of Malolos, Bulacan During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On May 16, 2025 To June 5, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Stated Above 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 – Bulacan 1st District Engineering Office Will Hold A Pre-bid Conference On May 23, 2025 At 10:00 A.m. At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan, Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. 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 Manual Submission Or At Electronicbids_bulacan1@dpwh.gov.ph For Electronic Submission On Or Before June 5, 2025 At 10:00 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 June 5, 2025 Right After The Deadline For The Submission Of Bids At The Multi-purpose Hall, Bulacan 1st District Engineering Office, Tikay, City Of Malolos, Bulacan And Can Be Viewed Through Live Streaming On Youtube: Www.youtube.com/@dpwh.bulacan1deo And Shall Be Open To Prospective Bidders Or Bidder’s Representatives Who Choose To Attend The Activity, Subject To Existing Health Protocol. Late Bids Shall Not Be Accepted. 12. The Dpwh – Bulacan 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 Section 35.6 And Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. For Downloading Of Bidding Documents, You May Visit: Dpwh Website: Www.dpwh.gov.ph Philgeps Website: Www.philgeps.gov.ph 14. For Further Information, Please Refer To: Benedict J. Matawaran Head – Bac Secretariat Tel No. (044) 794-2245 Loc. 31448 (044) 795-0360 E-mail Add: Dpwhbul1deo@gmail.com Approved By: Brice Ericson D. Hernandez Bac – Chairperson Date Of Publication: May 16, 2025– June 5, 2025
2331-2340 of 2363 archived Tenders