Chain Link Tenders

Bohol Island State University Tender

Others
Philippines
Closing Date19 Mar 2025
Tender AmountPHP 67 K (USD 1.1 K)
Details: Description " Republic Of The Philippines Bohol Island State University Cpg North Avenue, Tagbilaran City, 6300, Bohol, Philippines Office Of The Campus Procurement Balance I Integrity I Stewardship I Uprightness" Request For Quotation The Bohol Island State University - Main Campus Through Its Bids And Awards Committee (bac) Will Undertake Negotiated Procurement - Small Value Procurement For: Name Of Project Pr No. 2025-01-0054 – Supply And Delivery Of Gad Tokens For Gad Activities Solicitation Bisumc-svp-25-03-011 Location Tagbilaran City, Bohol Brief Description Procurement Of Goods And Services Quantity Please See Attached Quotation Form Approved Budget For The Contract (abc) Php 67,050.00 Contract Duration 30 Calendar Days After Receiving The Final Proof Please Quote Your Lowest Price On The Item/s Listed Below And Submit Personally Or Via Email At Pscms@bisu.edu.ph Your Quotation Not Later Than March 19, 2025 @ 9:00 Am At The Bids And Awards Committee Secretariat Office, Bohol Island State University - Main Campus. Marilou C. Miculob Chairperson, Bac Terms And Conditions: 1. Only The Suppliers Registered At The Philippine Government Electronic Procurement System (philgeps) Shall Be Allowed To Submit The Quotation. 2. All Entries Must Be Typewritten/printed/written Legibly In The Rfq Form. Failure To Use This Form Will Result To Disqualification Of Your Bid. 3. Late Submission Of Quotation Shall Not Be Accepted. 4. Bids Exceeding The Abc Shall Be Disqualified. 5. The Lowest/single Bidder Shall Submit The Following Additional Requirements At Least 14 Days After The Opening Of Quotation: A. Mayor's Permit B. Omnibus Sworn Statement 6. Award Of Contract Shall Be Made To The Lowest Quotation, And Complies With The Specifications And Other Terms And Conditions As Stated In The Rfq. 7. Terms Of Payment Shall Be Made Through Check Payable To The Supplier. 8. The Bisu- Main Campus Reserves The Right To Reject Any Or All Bid Proposals, Or Declares The Bidding A Failure, Or Not To Award The Contract, And Makes No Assurance That A Contract Shall Be Entered Into As A Result Of This Invitation. _________________________ Company Name _________________________ Company Address Item No. Qty. Unit Item Description Unit Cost Total Cost 1 120 Piece "gad Advocacy Key Chain Feature: Metal Split Key Ring With A Minimum Of 4 Chains Link Brand Design Size: Approx. 2 Inches X 2 Inches Material: Soft Pvc Print Color: Please Refer To The Color Palette Of The Design To Be Provided" 2 75 Piece Customized Design Gad Tumblers, 500 Ml, Stainless Steel (hot/cold) Double-wall Insulation Xxxxxxxxxxxxxxxxxxxxxxxxxxx Total Delivery Period: Warranty: Price Validity: Philgeps Registration No.: After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Signature Over Printed Name Tel No./cellphone No. Email Address

DEPT OF THE NAVY USA Tender

Machinery and Tools...+1Aerospace and Defence
United States
Closing Date12 Jan 2025
Tender AmountRefer Documents 
Details: The Navsup Fleet Logistics Center, Puget Sound Is Conducting A Market Survey To Determine The Interest And Capability Of Industry To Participate In A Competitive Acquisition For The Hydro Pneumatic Submarine Fenders And Accessories As Follows: technical Specifications: (2) New Hydro-pneumatic Submarine Fenders (black); Meeting Iso Standards 17357-1:2014 size: 4.5 X 9.0m Long And 3.3m Diameter X 10.6m Length yokohama, Original, Vertically Positioned, 0.8kgf/cm² Internal Pressure (0.5kgf/cm² Operating Pressure) minimum Burst Pressures Shall Be No Less Than 5.7 Kgf/cm² installed Psi Gauges modified Top Plate That Allows For Testing Of The Safety Valve In Operation each Hydro-pneumatic Submarine Fender Body Is To Be Constructed With An Outer Rubber Layer, Reinforcing Cord Layers And An Inner Rubber Layer all Three Layers Are To Be Bonded Together By A Combination Of Heat And Pressure Over A Period Of Time In A Vulcanizing Oven to Provide Maximum Strength And Safety, The Outer Skin Of A Submarine Fender Must Be Thicker Than The Normal Surface Fender once Completed, The Fenders Are To Be Pressure Tested Before Release flange Openings Shall Be Sited At The Top End Of The Fender In Order To Facilitate Watercharge And Discharge fender Shall Be Fitted With A Safety Valve To Enable Excess Pressure To Be Released, Shouldover-compression Or Over-inflation Occur minimum Accessories Per Fender: (1)counterweight 8 No 17-ton Safety Bow Shackles 2 X 12 M Lengths Of 40 Mm Open Link Chain 1 X 20 M Length Of 32 Mm Open Link Chain 3 X Chain Links @ 38 Mm 2 X 6 M Lengths Of Layflat Hose 1 X 35-ton Safety Bow Shackle 2. Testing 2.1 The Manufacturer Shall Perform All Hydro-pneumatic Fender Testing And Successfully Meet The Requirements Of Iso 17357:2002. 3. Preservation, Packaging, Packing & Marking Requirements: 3.1 All Hydro-pneumatic Fenders Shall Be Marked In Accordance With Clause 10 Of Iso 17357:2002(e), Which Includes: -size (diameter And Length) -initial Internal Pressure -date Of Manufacture Or Its Abbreviation -full Or Abbreviated Name Of Manufacturer -individual Serial Number -type Of Reinforcement Layer -for The Markings Of The Manufacturer, For Internal Pressure Rating And Size, Letter Heights Shall Be 100 Mm Minimum And Of A Suitable Finish To Enable Clear Identification. -marking/numbering Of Fender Storage And Installation Containers Shall Be According To Iso 6346, And The Date-made And Manufacturer Shall Be Identified By Additional Marking. fenders Are Required To Be Original Brand Name Only Yokohama Brand And Must Fully Comply With Iso 17357-1:2014 Delivery For Use Shall Be Naval Base Kitsap, Bremerton, Wa. commander Navy Region Northwest (cnrnw) Port Operations Is A Service-oriented Program That Directly Contributes To The Current And Future Readiness Of The Fleet. Port Operation’s Job Is To Help Provide “installation Ready To Support Taskings” And Thereby Enhance Readiness Of The Fleet Through Berthing And Hotel Services, Port Logistics, Port Operations Center, Tug And Small Craft Services, Magnetic Silencing Facility, Oil Spill Response And Recovery. in Order To Maintain Consistent And Reliable Shore Support, Cnrnw Requires The Replacement Of It’s Berthing Equipment As Required Due To Regular Use And Ecological Wear. fleet Logistics Center Puget Sound Anticipates Awarding A Single Firm-fixed-price Contract For These Commercial Supplies. the Naics Code For This Acquisition Is 325212, Synthetic Rubber Manufacturing, And The Size Standard Is 1,000 Employees. These Services Are Highly Technical And Are Not Covered By The Service Contract Act. The Purpose Of This Notice Is To Gather Information About Available Businesses That Can Provide The Required Supplies In Accordance With The Salient Characteristics Included The Attached Statement Of Work (sow). in Response To This Sources Sought Synopsis, Please Provide, Via E-mail Only; Your Cage, Point Of Contact To Include A Phone Number And Email Address, And Whether Your Company Is Large, Small, Disabled Vet, Woman Owned, Sdb, Or Hub Zone. Interested Parties Are Allowed To Submit A Capabilities Statement Which Does Not Exceed 5 Single Spaced Pages/times New Roman Font/12pt. Capabilities Shall Include A Clear Demonstration Of Successful Performance In The Same Or Similar Skills And Expertise Areas As Well As, The Contractor’s Resources In Cleared Personnel, And Intellectual Property, If Applicable. Please Note Experience And Capabilities Specific To The Requirement Set Forth In The Sow. No Brochures Please. this Synopsis Is Not A Request For Proposal. It Is A Market Research Tool Being Utilized To Determine The Availability And Adequacy Of Potential Competitive Sources Prior To Issuing A Request For Proposal (rfp). the Government Is Not Obligated To And Will Not Pay For Information Received As A Result Of This Synopsis. A Draft Statement Of Work Is Attached. interested Parties Should Submit Above Information In Electronic Microsoft Word Or Pdf Format To The Contract Specialist, Nicole Logan, Via Email To: Nicole.d.logan.civ@us.navy.mil . Submissions Must Be Received Via Email No Later Than The Date And Time Listed In This Synopsis. Questions Or Comments Regarding This Notice Shall Be Addressed To The Contract Specialist In Writing And Via Email Only. No Phone Calls Will Be Accepted.

Municipal Corporation Tender

Works
Civil And Construction...+1Road Construction
Eprocure
Corrigendum : Closing Date Modified
India
Closing Date3 Jan 2025
Tender AmountINR 105.7 Million (USD 1.2 Million)
Details: Development Of Hindu Smashan Bhumi Area At Guljarpura In P No 09 Akola 19) Construction Of Tar & Cc Road At Fadke Nagar From Shri Chopale Complex To Dr. Shri Anant Shravangi To Shri Rande Saheb To Shri Pavar Saheb To Shri Sarag Japulkar Cc Road & Tar Road At Fadke Nagar From Shri Maniram Bhau Tale To Shri Jadhao Kaka Hanuman Mandir Road, At Wankhade Nagar Shri Deshmukh Kirana To Shri Chintvar Saheb To Shri Santosh Chitode To Shri Kale Saheb,rk Chowk To Shri Nanudasji Bhirad Tar Road In P No 9 20) Construction Of Cc Road With Widening From Ashish Gawande To Shri Gajanan Watika And Sanjay Upshyam To Kiran Udgirkar At Godbole Plot , P.no. 10 21) Construction Of Nalla From Adv. Takavale To Kotarwar Beside Balapur Road At Shivnagar ,p.no. 10 22) Construction Of Cc Road From Chittalwar To Thakare At Indira Colony, Dr. Kothari Hosp To Thatange House At Shivaji Nagar, And Construction Of Pavers Infront Of Sai Mandir At Sai Peth , P.no. 10 Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 23) Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 24) Construction Of Cc Road With Pavers From Sawarkar To Joshi ,at Renuka Nagar , P.no. 10 25) Construction Of Cc Road With Widening From Shri Sudhir Deshpande To Lande Guruji At Godbole Plot , P.no. 10 26) Construction Of Cc Road Infront Of Passport Office Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 27) Construction Of Cc Road Adjoining Passport Office To Ramesh Puri Hotel To Aruna Tea House, Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 28) Construction Of Cc Road Infront Of Omkar Appa Dehankar's Shop To Advocate Pancholi's House At Malipura ,in P.no. 11 29) Construction Of Tar Road From Shrikrushna Printer To Old Cotton Market Main Road At Khetan Jin In P.no.11 30) Construction Of Cc Culvert At Malipura Chowk Telipura Road Near Chowrasiya Medical In P.no. 11 31) Construction Of Cc Road From Gandhi Chowpati Shah Medical To Mata Mandir Main Road In P.no. 11 32) Construction Of Cc Nalla From Santoshi Mata Chowk To P.n.enterprizes To India Motor Shop To Hanman Mandir To Public Toilet In P.no.11 33) Construction Of Cc Drain And Cover Of Ganpati Viserjan Marg From Oswal Bhavan Culvert Futanwala To Sadhuram Tolaram Jin And Fixing Steel Cover Near Dana Bazar Infront Of Jain Mandir In P.no.11 34) Construction Of Nallah (coming From Ambedkar Nagar) From 33 Kv Electric Substation Behind Iti College To Azhar Hussain College, Ratanlal Plot Road In P.no.12. 35) Construction Of Tar Road From Dr Dhawale Hospital To Khan Forte At Patrakar Colony, New Bus Stand Road In P.no. 12. 36) Construction Of Drain From Officers Club Lane (vishwakarma Bunglow) To Collector's Residence, Civil Line Road In P.no.12. 37) Construction Of Bridge & Protection Wall To Nala Near Balaji Mall With Road Widening At Kholeshwar Road In P.no.12. 38) Construction Of Nallah From Shri Lohakpure To River,at Anikat Square, Kholeshwar Road In P.no.12.76) Construction Of Cc Drain From Ramaai Appartment To Shivraj Appartment At Om Housing Society In P No 15 77) Construction Of Cc Road From Shri Sapkal House To Shri Kulkarni House At Vijay Housing Society In P No 15 78) Construction Of Tar Road From B T Deshmukh House To Kulsundar House At Vijay Housing Society In P No 15 79) Construction Of Tar Road From Divakar Gawande To Shri Chaube House In P No 15 80) Construction Of Tar Road From Ddr Office To Bobade Dairy In P No 15 81) Construction Of Cc Road From Shri Shah To Mundada To Sayani House At Vidya Nagar In P No 15 82) Construction Of Tar Road From Kedia House To Sindur Next Appartment In P No 15 83) Construction Of Cc Drain From Ratnaparkhi House To Aamale House At Nagar Parishad Colony In P No 15 84) Construction Of Cc Road Rammai Appartment (infront Of Jagdamba Mata Mandir) To Shivraj Appartment At Om Housing Society In P No 15 85) Construction Of Chainlink Fencing Compound To Open Space At Vijay Housing Society In P No 15 86) Construction Of Cc Approach Road Gaurakshan To Vidya Nagar From Shri Varhade Sir To Shreeji Heights At In P No 15 87) Construction Of Compound Wall And Providing And Fixing Open Gym Equipments Near Kunbi Samaj Mandal Open Space In P.no.15 88) Providing And Fixing Open Gym Equipments At Harish Ashwini Colony Open Space In P.no.15 89) Construction Of Cc Drain From Shrimati Kiran Praful Kale House To Kulswamini Mangal Karyalay To Rahul Sawaji Appartment To Chakradhar Appartment In P No 15 90) Construction Of Cc Drain Behind Greenland Hotel Goldenpam Appartment To Kothari To Navalseth Jain House At Vidya Nagar In P No 15 91) Construction Of Cc Compound And Fixing Paving Block At Kailash Tekdi Babaji Math In P No 16. 93) Construction Of Tar Road From Shri. Shashikant Tiwari House To Khandelwal Duplex To Shri. Sharma House Near Nisarga Park Main Road , In P.no. 18 94) Construction Of Tar Road From Shri. Sidhara House Tulshan House To Shri. Ravi Patel House And Shri. Nareshkumar Ganatra House To Shri. Bilala House At Geeta Nagar , In P.no. 18 95) Construction Of Sabhagruh In Front Of Kisanpuri Maharaj Mandir At Old Hingna In P.no 18 96) Construction Of Chain Link Compound Wall At Ch. Shivaji Maharaj Statue At Somthana In P.no. 18 97) Construction Cc Road From Shri. Sharma House To Shri. Shetre Sir House At Emrald Colony In P.no 18 98) Construction Cc Road With Culvert Near Maharana Pratap Chowk At Shivsena Vasahat In P.no 18 99) Construction W.b.m Road With Drain From Auto Stop To Shri. Dubey H. To Main Nalla At Shivsena Vasahat In P.no 18 100) Construction Cc Road From Shri. Kacholiya House To Shri. Gwalani House At Geeta Nagar In P.no 18 101) Providing & Fixing Pavers From Biyani Foods To Shani Maharj Mandir And Jalaram Socity To App. At Geeta Nagar, In P.no. 18 102) Construction Cc Drain From Gurushrichand App. To Shri. Gandhi House To Shri. Balu Asware House At Geeta Nagar In P.no 18 103) Providing & Fixing Pavers From Shri. Joshi House To Shri. Pancholi House At Geeta Nagar, In P.no. 18 104) Construction Cc Road With Drain 1) Shri. Dilip Shinde House To Shri. Sagar Jamode H. 2) Neeta Gomase H. To Shri. Santosh Kharate House 3) Shri. Pawan Thakre H. To Shri. Ranjeet Bendre H. 4) Kailash Kirana To Shri. Dinkar Leknar H. 5) Shri. Sanjiv Navthale To Pooja Mapari 6) Bhatkar Kirana To Shri. Sanjay Ketkar House At Shivsena Vasahat In P.no 18 105) Construction Cc Road From Shri. Lakshman Farkade House To Shri. Vasudev Sarode House At Somthana In P.no 18 145) Construction Cc Nalla From Pkv To Shri. Kanojiya House To Nisarga Park App. At Geeta Nagar In P.no 18 106) Construction Of Cc Nalla From Shri Patil House To Shri Kishor Kale House At (lahariya Nagar) In P.no.19 109) Construction Of Cc Road From Dahake House To Shrinath House At Dreamcity In P.no. 19 110) Construction Of Cc Road From Dhore House To Bambatkar House At Sandhya Colony In P.no. 19 111) Construction Of Tar Road From Shri Tembhe To Sapkal And Shri Dahale To Jogi House At Dreamland City In P.no.19 112) Construction Of Cc Drain From Shri Dhote House To Shri Hanumate House At Rajeshwar Nagar In P.no.19 113) Construction Of Tar Road From Shri Chikte House To Shri Sharma House At Gayatri Nagar In P.no.19 114) Construction Of Tar Road From Shri Gyaral To Ingale House At Gayatri Nagar In P.no.19 115) Construction Of Cc Drain From Shri Damodar Ade To Shri Chavhan House At Banjara Nagar In P.no.19 116) Construction Of Cc Drain From Shri Subhash Chavhan To Shri Ramdhan Ade House At Banjara Nagar In P.no.19 117) Construction Of Cc Drain From Shri Rathod To Shri Waman Rathod House At Banjara Nagar In P.no.19 118) Construction Of Cc Drain From Shri Mankar House To Shri Kashiram Daberav House Near School Of Scholar In P.no.19 119) Construction Of Bridge And Railing At Balode Layout Near Ram Mahalle House In P.no.19 120) Construction Of Chainlink Fencing At Kaulkhed Smashanbhumi In P.no. 19 121) Construction Of Cc Drain From Shri Sakhar Pohe House To Shri Pappu Chavhan House (gayatri Nagar) In P.no.19

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Others...+2Civil And Construction, Pipe Line Project
Corrigendum : Closing Date Modified
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Details: Statement Of Work Repair Steam Vents - 583-25-517 Introduction City Steam Is Vented Through A Shallow Concrete Trench Into Risers From The Main Steam Vault. Three Vent Pipes Connected To Relief Valves Ranging From 35 To 110 Psi Are Located In The Trench. The Three Steam Vent Pipes Have Failed, Leading To A Critical Situation Where Steam Is Backing Up Into The Mechanical Space, Creating A Hazardous Work Environment. Immediate Action Is Required To Prevent Further Risks. Steam Is Also Venting Openly Through The Concrete Shallow Trench, Posing A Potential Threat To Va Employees Entering/exiting The Richard L. Roudebush Veterans Affairs Medical Center (vamc) Through The South Basement Entrance. Objective The Main Objective Of This Project Is To Remove The Three (3) Failed Steam Vent Pipes, Merge The Remaining Sections Of The Three Steam Vent Pipes Into One Main Collector In The Mechanical Space, And Connect The Collector To An Existing Riser. Period Of Performance And Work Hours The Contractor Shall Complete All The Requirements Described In This Scope Of Work Within 30 Calendar Days After The Notice To Proceed. Maintaining The Medical Center's Operational Capability Is Paramount, And The Contractor Shall Coordinate All Activity Schedules With The Cor Prior To Execution And Two Weeks In Advance. According To The Nature Of The Work, This Project Can Be Conducted During Regular Business Hours And/or After-hours/weekends. Regular Business Hours Are 7 Am To 4 Pm, Monday Through Friday. Work Requiring Outages Shall Be Completed After Hours Or On Weekends As Coordinated With The Cor. Scope Of Work The Contractor Shall Provide All Necessary Services, Supervision, Labor, Transportation, Supplies, Equipment, Tools, Licenses, Chemicals, And Materials To Execute The Following: All Work Shall Be Completed During The Non-heating Season To Avoid Or Minimize Medical Center Operational Disruptions. Work Shall Be Phased Based On The Available Shutdown Time Windows (five Hours Or Less) And Va-approved Shutdown Dates. C. Shutdowns Proposed By The Contractor Shall Be Properly Coordinated With The Affected Services In Advance And Approved By The Va. Planned, Implemented, Monitored, And Adjusted All The Required Site-specific Safety Measures To Accomplish The Work Needed In Compliance With Osha. The Main Steam Vault Is Under High-temperature Conditions, And The Contractor Must Comply With The Osha Heat Stress Regulation. The Main Steam Vault Is A Permit-required Confined Space (prcs), And The Contractor Must Comply With The Osha Confined Space Regulation And Va Prcs Program. Plan, Implemented, Monitored, And Adjusted All The Required Safety Measures To Accomplish The Work In A Prcs Under High-temperature Conditions (i.e., Organizational Measures, Collective And Personal Protective Equipment, Rescue Team, Air And Temperature Monitoring, Trained Personnel, Etc., As Needed). Before The Work Starts, Cordon Off The Work Area And The Steam Vault Entrance From The Public With 6 High Chain Link Temporary Fencing. Provide Temporary Fenced Areas With Warning And Wayfinding Signs. Excavate And Clean Debris From The Concrete Shallow Trench And Remove It Off-site. Cut The Three (3) Failed Vent Pipes In The Mechanical Space And At The Riser And Remove Them Off-site. Vent Pipe Sizes Are 10-inch, 8-inch, And 6-inch In Diameter. Remove The 8-inch And 6-inch Risers Off-site. Complete Non-destructive Testing (i.e., X-ray Inspection) To Determine If The Metal Thickness Of The Existing 10-inch Riser Is Enough To Weld On. Merge The Remaining Sections Of The Three (3) Steam Vent Pipes Into A 10-inch Collector Inside The Steam Vault. Provide And Install Enough And Appropriate Pipe Supports/stands For The New Steam Vent Pipe System. The New Steam Vent Collector Shall Go Through One Of The Existing Wall Penetrations And Follow The Path Of The Existing Steam Vent Pipes Up To The 10-inch Riser. Connect The Steam Vent Collector To The Existing 10-inch Riser. Pipe Material Shall Be Astm A106, Grade B, Seamless Carbon Steel, Schedule 40, Butt Weld. All Pipe Connections Shall Be Welded. Close The Two (2) Unused Concrete Wall Penetrations On Both Sides Of The Wall With Stainless-steel Plates And Stainless-steel Anchors For Corrosion Resistance. A High-temperature Resistance Gasket Shall Be Installed Between The Concrete Wall And The Stainless-steel Plates. Dimensions And Details Are Based On The Best Available Information. However, The Contractor Shall Not Strictly Rely On The Provided Information. The Contractor Shall Verify Existing Site Conditions, Locations, Dimensions, Quantities, And Accuracy. The Contractor Shall Provide, Maintain, And Adjust Safety Equipment And Measures To Protect Construction Workers And The Public. This Shall Include Additional Equipment And Measures That May Be Required By The Cor Or The Va Safety Service During The Contract. The Contractor Shall Obtain All Necessary Permits And Licenses Required To Perform All Work Associated With The Project. The Contractor Is Responsible For Compliance With Federal, State, And Local Laws, Regulations, Codes, And Standards. All Services Provided Under This Contract Must Conform To The Standards And Specifications Of The Occupational Safety And Health Administration (osha), Nfpa, Va, And Original Equipment/material Manufacturer. Specific Tasks The Contractor Shall Complete The Following Tasks During All Phases Of Construction: The Contractor Shall Agree With And Adhere To The Va Requirements And Pace Of Procedures Or Processes Derived From All The Involved Services That May Affect This Project. The Contractor Shall Implement And Follow All Prescribed Ilsm And/or Icra Measures And Procedures During The Performance Of This Project. The Contractor Shall Be Responsible For Damages Caused By Its Personnel And Shall Notify The Cor Promptly Of Any Damages To Government Property. The Contractor Shall Remove All Trash And Debris Upon Completion Of The Work. Upon Completing All The Work Items, The Contractor Shall Conduct A Walkthrough With The Cor, Noting All Punch List Items. The Final Invoice Will Be Approved Once All Punch List Items Are Completed. Safety And Infection Prevention The Contractor Is Responsible For Submitting A Site-specific Safety Plan For The Project, Which Must Be Approved Before Work Can Begin. The Safety Plan Shall Include Activity Hazard Analyses (aha) As Needed. The Contractor Must Submit A Job-specific Heat Stress Plan, Which Must Be Approved Before Work Begins. C. The Contractor Is Responsible For Submitting A Job-specific Confined Space Entry Plan For The Project, Which Must Be Approved Before Work Can Begin. Appropriate Confined Space Training Certification Will Be Required For All Involved Workers. The Contractor Shall Be Thoroughly Familiar With Safety Rules And Regulations. A 30-hour Osha Competent Person Shall Be Present For All Work, And All Additional Workers Shall Have A Minimum 10-hour Osha Certification. All Skilled Trades Workers Performing Work For This Project Shall Have A Valid Certification For The Work And Tasks Being Performed. The Contractor Shall Submit A Hot Work Permit For Any Work That Involves Metal Cutting, Welding, Brazing, Grinding, Soldering, Or Chemical Welding. The Contractor Shall Also Establish Barriers While Conducting Hot Work In Areas Near Pedestrian Or Vehicle Traffic. The Contractor Shall Confine All Operations (including Storage/staging Of Materials) On Government Premises To Areas Authorized By The Cor. The Contractor Cannot Use Interstitial Spaces Or Mechanical Rooms As Storage Space. Contractors Are Responsible For Storing Their Tools, Equipment, And Materials Either In Conex Containers On The F Lot Or At The Cold Spring Road Va Facility. The Contractor Must Provide All Safety Measures To Re-route/guide Pedestrians And Vehicles While Restricting Or Blocking Routes Or Entrances By Means Of Signs, Cones, Fences, Etc. Coordination With The Cor And/or Va Police Shall Be Required Before Restrictions Or Closures. The Richard L. Roudebush Vamc Is A Smoke-free Facility, And It Is The Contractor S Responsibility To Maintain Compliance With This Policy At Construction Locations. All Work Associated With This Project Shall Be In Compliance With All Va Regulations Concerning Safety, Infection Control, Interim Life Safety, Personnel Access, And Proper Removal/safe Disposal Of Construction Waste And Debris. The Contractor Shall Provide A Monthly Waste Report In Compliance With Va Policy Requirements For Recycling And Waste Disposal. Security The Contractor, Personnel, And Subcontractors Shall Be Subject To Federal Laws, Regulations, Standards, Va Directives, And Handbooks Regarding Information And Information System Security. At Least Three (3) Weeks Before Work Starts, The Contractor Is Responsible For Submitting Information About Their Employees And Subcontractor Employees Who Will Be On-site For Background Checks And Badging. The Contractor Shall Always Wear A Va Badge When They Are On Va Property. The C&a Requirements Do Not Apply. A Security Accreditation Package Is Not Required. The Building Will Remain Fully Occupied During This Work. Temporary Measures Are Required To Maintain Access To And Security Of The Existing Building. The Contractor Shall Report To The Cor Whenever Contracted Employees Perform Work On Site. All Work Performed Outside Of Regular Business Hours Of Operation, Which Are 7:00 A.m. To 4:30 P.m. On Weekdays (monday Through Friday), Shall Be Coordinated With The Cor. The Contractor Is Responsible For The Physical Security Of Job Sites, Materials, Equipment, And Tools And For Daily Inspections For Organization And Cleanliness Prior To Exiting The Job Site. The Contractor Shall Secure All Materials, Equipment, And Tools Before, During, And After Service. The Government Assumes No Liability For Loss Or Damage Of Contractor-owned Property Held On Government Premises. The Contractor Is Responsible For Preventing Unauthorized Access To The Work Site During The Project's Duration. All Contractor-furnished Materials, Equipment, And Tools Used Shall Be Standard Products Of Manufacturers Regularly Engaged In The Production Of Such Items. The Contractor Will Coordinate All Dumpster Locations With The Cor Before The Start Of Work. The Contractor Shall Reimburse The Va For Any Fines And Costs Incurred Due To Noncompliance By Contractors. The Contractor Shall Limit The Number Of Vehicles On-site During All Project Phases. The F-lot Is The Dedicated Contractor Parking And Mobile Office Staging Area. This Lot Has Limited Space Depending On The Currently Active Projects. Contractors And Contractor Employees May Be Required To Carpool And Park At The Va S Cold Springs Road Facility Located At 2669 Cold Springs Road, Indianapolis, In 46222. Documents Employee Information The Contractor Shall Provide Information About Their Employees And Subcontractor Employees Who Will Be On-site For Background Checks And Badging At Least Three (3) Weeks Before Work Starts. Safety Plan The Contractor Shall Provide A Site-specific Safety Plan At Least Two (2) Weeks Before The Work Starts. Heat Stress Plan The Contractor Shall Provide A Job-specific Heat Stress Plan At Least Two (2) Weeks Before The Work Starts. Confined Space Entry Plan The Contractor Shall Provide A Job-specific Confined Space Entry Plan At Least Two (2) Weeks Before The Work Starts. Schedule The Contractor Shall Provide A Complete, Detailed, And Accurate Project Schedule At Least Two Weeks Before The Work Starts. The Schedule Will Require The Cor's Approval. Changes To The Schedule Must Be Approved 48 Hours Prior To The Change. Submittals The Contractor Shall Submit All Materials/products/prefabricated Items For Review And Approval By The Va Cor At Least Two (2) Weeks Before The Work Starts. The Contractor Shall Also Submit Any Alternate Or Replacement Materials/products/prefabricated Items With The Corresponding Specifications For Review And Approval By The Va Cor. Hot Work Permits - The Contractor Shall Submit Hot Work Permits At Least Two (2) Weeks In Advance. Utility Shutdown Permits - The Contractor Shall Submit Utility Shutdown Permits At Least Two (2) Weeks In Advance. Daily Logs - The Contractor Shall Submit Daily Logs To The Cor Daily. Daily Reports - The Contractor Shall Provide A Daily Report At The Conclusion Before The Next Workday. Rfi - If The Documents Are Unclear, Submit An Rfi For Clarification Or Additional Information.

National Aluminium Company Limited - NALCO Tender

Goods
Machinery and Tools
GEM
India
Closing Date26 Mar 2025
Tender AmountINR 1.9 Million (USD 22.1 K)
This is an estimated amount, exact amount may vary.
Details: CATEGORY: ROUND LINK CHAIN AS PER DRG. NO. NALCO_MECH_SPP_4315- 10103000190_1_1000067503_UOM_EA , GUIDE WHEEL SHAFT WITH 2 NUTS FOR GUIDE WHEEL ASSLY AS PER DRAWING NO. NALCO_MECH_SPP_5001- 10103001000_2_1000067503_UOM_EA , Body_Guide Wheel Cover for the Guide Wheel Assy As Per Drg No NALCO_MECH_SPP_5006.- 10103901000_3_1000067503_UOM_EA , U-LINK SHACKLE WITH LOCK NUTS AS PER DRAWING NO. NALCO_MECH_MISC_4323- 10103901020_4_1000067503_UOM_EA , OUTER RING OF GUIDE WHEEL COVER As Per Drawing No. NALCO_MECH_MISC_5155- 10103910050_5_1000067503_UOM_EA , SPROCKET TEETH FOR DRIVE SHAFT AS PER ATTACHED DRAWING NO. NALCO_MECH_SPP_5721- 10103910410_6_1000067503_UOM_EA , Complete assembly of Tail pulley AS PER DRAWING NO. NALCO_MECH_MISC_4320- 10103910450_7_1000067503_UOM_EA , COMPLETE ASSEMBLY OF SUBMERGED PULLEY AS PER DRAWING NO. NALCO_SPP_MISC_4412- 10103910460_8_1000067503_UOM_EA , BEARING COVER _ BLIND FLANGE FOR GUIDE WHEEL ASSLY AS PER ITEM NO.-1 OF DRAWING NO. NALCO_SPP_MISC_4412- 10103914580_9_1000067503_UOM_EA , Scrapper Bar with both side liner as per drawing no. NALCO_MECH_SPP_2559- 10103914720_10_1000067503_UOM_EA , Bar connector with fasteners for scraper conveyor as per drawing no.NALCO_MECH_MISC_4314- 10103914890_11_1000067503_UOM_EA , ROUND LINK CHAIN AS PER DRG. NO. NALCO_MECH_SPP_4315- 10103914960_12_1000067503_UOM_EA , DRIVING SPROCKET AS PER DRG. NO. NALCO_SGP_APH_033- 14701001110_13_1000067503_UOM_EA , COMPLETE BEARING HOUSHING ASSEMBLY AS PER DRG.NO. NALCO_MECH_SGP_977 AND NALCO_SPP_MISC_4418- 14701001660_14_1000067503_UOM_ST , SPUR GEAR FITTED WITH KEY AND ALLEN SCREW AS PER DRG.NO.NALCO_MECH_SGP_947- 14701001800_15_1000067503_UOM_EA , ASSEMBLY OF DRIVING AND DRIVEN SHAFT ASSY AS PER DRAWING REF - NALCO_MECH_SGP_1318- 14701003040_16_1000067503_UOM_ST , GLAND FOLLOWER AS PER DRG.NO.NALCO_MECH_SGP_1318 - 14701005110_17_1000067503_UOM_EA , SPILT LANTERN RING AS PER DRG.NO.NALCO_MECH_SGP_1318- 14701005280_18_1000067503_UOM_EA , WEAR RING AS PER DRG.NO.NALCO_MECH_SGP_1318- 14701005350_19_1000067503_UOM_EA , SHAFT SLEEVE AS PER DRG.NO.NALCO_MECH_SGP_1318- 14701005660_20_1000067503_UOM_EA , COMPLETE ASSY OF CARRIAGE WHEEL AS PER DRG. NO.NALCO_MECH_ SGP_4000-14701011520_21_1000067503_UOM_EA

Las Pi as General Hospital And Satellite Trauma Center Tender

Civil And Construction...+1Construction Material
Corrigendum : Closing Date Modified
Philippines
Closing Date11 Jun 2025
Tender AmountPHP 52 K (USD 935)
Details: Description 1 Lot - Construction Materials For The Enclosure Of Lpg Tanks At 12-storey Building Of Lpgh&stc List Of Materials: 250 Pcs - Chb 4" 21 Bags - Cement 2.5 Cu. M - Washed Sand 20 Pcs - Steel Bar 10mm 8 Kgs - Gi Wire #16 3 Pcs - Fiber Cement Board 9mm 3 Pcs - Gi Tubular Bar, 1"x2"x1.2mm Thk 120 Pcs - Screws, Fiber Cement Board 1" 5 Kgs - Welding Rods 6013 10 Pcs - Cutting Disc 4" 5 Pcs - G.i. Pipe 1/2" Ø, Sch40 7 Pcs - Steel Matting, 4x8x1/8" 4 Gals - Semi-gloss Latex, White 4 Gals - Flat Latex 6 Bags - Skim Coat 1 Gal - Epoxy Primer, Gray 1 Gal - Automotive Lacquer, White 1 Gal - Automotive Lacquer, Black 1 Ltr - Epoxy A&b 2 Pcs - Mesh Tape 5 Pcs - Roller 4" Cotton 4 Pcs - Acrylon Roller 7" 2 Gals - Lacquer Thinner 5 Pcs - P. Brush 1 1/2" 4 Pcs - Gi Angle Bar, 1 1/2" X 3mm Thk 25 Mtrs - Welded Steel Link Chains 3/16"

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Closing Date2 May 2025
Tender AmountRefer Documents 
Details: Page 5 Of 5 page 1 Of page 1 Of page 1 Of page 1 Of description this Is Not A Solicitation But Rather A Request For Information (rfi/sources Sought) For Market Research Purposes Only. Department Of Veterans Affairs, Veterans Health Administration, Network Contracting Office 5, Is Issuing This Sources Sought In Order To Identify Capable Firms And Obtain Information For Planning Purposes Only. responses Must Be Submitted By 12:00 Pm Est, May 2nd, 2025. Submit Responses To This Sources Sought Via Email To James.ferro@va.gov All Sdvosb And Vosb Firms That Respond Shall Include Proof Of Sba Certification Via Https://veterans.certify.sba.gov/all Small Business Firms That Respond Shall Include Proof Of Small Business Status Via Their Representations And Certifications In Accordance With (far 4.1102 Policy). While Sdvosb/vosb Firms Are Preferred, All Capable Firms Are Welcome To Respond To This Sources Sought. All Respondents To This Sources Sought Shall Include As Part Of Their Response Answers To The Below Questions And Provide Any Additional Pertinent Information That Supports The Answers. If There Are Any Ambiguities In This Sources Sought, Please Identify Them In Your Response. the Results Of This Market Research Will Assist In The Development Of (1) The Requirement, And (2) The Acquisition Strategy (e.g., Socioeconomic Set-aside, Full And Open Competition, Etc.). Va Assumes No Responsibility For Any Costs Incurred Associated With The Preparation Of Responses. suggested Naics: 333914 (measuring, Dispensing, And Other Pumping Equipment Manufacturing) suggested Psc: N056 (installation Of Equipment Construction And Building Materials) open To Suggestions From The Market As To A More Proper Naics And/or Psc, As Well As Any Potential Gsa/fss Schedule Sin Categories. please Provide Estimate On Cost Of Labor For Installation Of The Following Items. See Statement Of Work For Installation Needs. items To Be Procured: item Description item Unit item Quantity jersey Barrier Perimeter ea 4 6 Tall, Galvanized Steel Chain Linked Fence ft 150 6 Tall, Galvanized Steel Fence Gate ea 2 2" Fuel Supply Connection Point W/ On/off valve ea 1 2" Fuel Supply Line ft 50 6,000-gallon Reserve Fuel Tank Trailer ea 1 statement Of Work: provide 6,000-gallon Reserve Fuel Tank Trailer With Spill Containment In Compliance With All Relevant Dot, Epa, And Mde Requirements. trailer To Include Refueling And Supply Capabilities. supply Line To Be Piped Into Pre-existing Supply Lines Connected To Current Reserve Fuel Tank. supply Line To Be Ran Above Ground. supply Line To Include On/off Control Valve For Facilities Use As Necessary. provide 25-foot Standoff Distance Around The Trailer Through Use Of Sturdy Temporary Fencing And Jersey Barriers. fencing To Enclose Fuel Tank Trailer And Supply Line With Ample Distance Between Trailer And Fence For Facilities Member To Access And Perform Required Inspections. fencing To Be 6 Tall, Galvanized Steel. jersey Barriers Are To Be Placed Across Entire Access Road On Either Side Of Trailer Outside Of Fencing. exact Jersey Barrier Location To Be Confirmed With Va Prior To Install. contractor To Adhere To Any And All Local, State, Federal, And Va Specifications And Guidelines. if You Are Interested, Please E-mail The Following Information: company Name: uei Number: cage Code: dun & Bradstreet Number: person Of Contact (including Telephone Number And Email Address). socio-economic Status (sdvosb, Vosb, Woman-owned, Other Etc.). are You A Distributor Or A Manufacturer? if You Are An Authorized Distributor, Please Provide Confirmation On Company Letter Head. if You Are A Distributor, Who Is The Manufacturer? where Is The Manufacturer Located In The World? do You Currently Hold A Government Contract? contract Number? type Of Contract? are These Particular Quoted Items Under Contract? with Whom (gsa, Sewp, Etc )? if Gsa What Schedule And Sin? can Your Company Provide The Service For The Listed Department Of Veterans Affairs Locations? page 1 Of page 1 Of page 1 Of page 1 Of page 1 Of page 1 Of page 1 Of page 1 Of page 5 Of 5 page 5 Of 5 page 1 Of 2 page 1 Of page 1 Of page 1 Of page 1 Of does Your Firm Utilize The Suggested Naics And Psc Per This Sources Sought Notice? If Not, Please Suggest A More Appropriate Naics And/or Psc And Explain Why It S More Appropriate? how Do You Invoice For This Service, Including Rates? what Certifications, State And/or Federal, If Any Must You Have To Perform This Service? please List All Of Your Concerns, Questions And Ambiguities Below. Questions Will Not Be Addressed Directly But Will Be Used By The Government In The Event That This Sources Sought Would Move Forward To Solicitation. please Provide Estimated Rates If Possible.

City Of General Santos , South Cotabato Tender

Automobiles and Auto Parts
Philippines
Closing Date24 Apr 2025
Tender AmountPHP 103.8 K (USD 1.8 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. 1. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 140200 1pc Clutch Cable @250 X1= 250.00 1 Set Tire With Tube (80/100 17 M/c 47 P) Front @1,700x1= 1,700.00 1set Tire With Tube (90/90 17 M/c 51 P) Rear @1,700x1= 1,700.00 1set Signal Light Rear @300x1= 300.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 "compatible With Old And New Motorcycles" (control No. 68618) 6,326.00 2. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 339524 1pc Battery For Motorcycle Free Maintaince Battery 12v @ 2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @300.00x1= 300.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @1,700x1 = 1,700.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @1,700 X1= 1,700.00 (control No. 68599) 6,076.00 3. Job Order Repair And Replace Parts Honda Crf150l Plate# 109sma 1set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t@500x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery12v @2,376x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1,500.00 1pc Side Mirror @880x1= 880.00 (control No. 68621) 12,156.00 Page 2 Of 6 25cb Gsc 250 Total Description Of Articles Item No. 4. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 297sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500.00x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1500.00 (control No. 68623) 11,276.00 5. Job Order Repair And Replacement Parts Honda Cb 125 Plate # 1201 339543 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Spark Plug (cprgea 9 Ngk) @350 X1= 350.00 1pc Tire With Tube (80/100 18 M/c 47 P) Front @2,000x1= 2,000.00 1pc Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1=2,500.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Rear Sprocket 36t @500x1= 500.00 (control No. 68620) 8,626.00 6. Job Order Repair And Replacement Parts Honda Cb125 Plate #1101 396233 1 Pc Battery For Motorcycle Free Maintaince Battery12v @2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @350.00 X1= 350.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @ 2,000.00x1= 2,000.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1= 2,500.00 1pc Roller Chain 120 Links @450.00x1= 450.00 1pc Engine Sprocket 14t @450.00 X1= 450.00 1pc Rear Sprocket 36t @500.00x1= 500.00 (control No. 68625) 8,626.00 7. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 301sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1=2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500x1 = 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1 =450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376.00 X1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @ 1,500x1 = 1,500.00 (control No. 68622) 11,276.00 Page 3 Of 6 25cb Gsc 250 Total Description Of Articles Item No. 8. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 1064331 1pc Air Filter Element @550x1 = 550.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956 X1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Engine Sprocket 14t @450x1= 450.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Rear Sprocket 36t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2pcs Spark Plug (ngk) @350x2= 700.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1200.00 (control No. 68617) 7,506.00 9. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 300sme 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @ 1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1=350.00 2sets Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 1set Hand Guard @350x1=350.00 (control No. 68607) 8,206.00 10. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773546 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links@450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68601) 7,856.00 11. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773547 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68600) 8,056.00 Page 4 Of 6 25cb Gsc 250 Total Description Of Articles Item No. 12. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 988553 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2set Brake Pad @450x2= 900.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68606) 7,856.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Repair Of Various Motorcycles. Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 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) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding 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 Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting April 17, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before April 24, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On April 24, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 5 Of 6 25cb Gsc 250 *25cb Gsc 250* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services

City Of General Santos , South Cotabato Tender

Automobiles and Auto Parts
Philippines
Closing Date22 May 2025
Tender AmountPHP 103.8 K (USD 1.8 K)
Details: Description Republic Of The Philippines Local Government Unit Of General Santos City Bids And Awards Committee Goods And Consultancy Services City Hall, General Santos City Total Description Of Articles Item No. R1. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 140200 1pc Clutch Cable @250 X1= 250.00 1 Set Tire With Tube (80/100 17 M/c 47 P) Front @1,700x1= 1,700.00 1set Tire With Tube (90/90 17 M/c 51 P) Rear @1,700x1= 1,700.00 1set Signal Light Rear @300x1= 300.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 "compatible With Old And New Motorcycles" (control No. 68618) 6,326.00 R2. Job Order Repair And Replace Parts Honda Cb125 Plate# 1201 339524 1pc Battery For Motorcycle Free Maintaince Battery 12v @ 2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @300.00x1= 300.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @1,700x1 = 1,700.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @1,700 X1= 1,700.00 (control No. 68599) 6,076.00 R3. Job Order Repair And Replace Parts Honda Crf150l Plate# 109sma 1set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t@500x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery12v @2,376x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1,500.00 1pc Side Mirror @880x1= 880.00 (control No. 68621) 12,156.00 Page 2 Of 6 25cb Gsc 250(r) Total Description Of Articles Item No. R4. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 297sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1= 2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500.00x1= 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1= 450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @1,500x1= 1500.00 (control No. 68623) 11,276.00 R5. Job Order Repair And Replacement Parts Honda Cb 125 Plate # 1201 339543 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376x1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Spark Plug (cprgea 9 Ngk) @350 X1= 350.00 1pc Tire With Tube (80/100 18 M/c 47 P) Front @2,000x1= 2,000.00 1pc Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1=2,500.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Rear Sprocket 36t @500x1= 500.00 (control No. 68620) 8,626.00 R6. Job Order Repair And Replacement Parts Honda Cb125 Plate #1101 396233 1 Pc Battery For Motorcycle Free Maintaince Battery12v @2,376.00x1= 2,376.00 Compatible With Old And New Motorcycles" 1pc Spark Plug (cprgea 9 Ngk) @350.00 X1= 350.00 1set Tire With Tube (80/100 18 M/c 47 P) Front @ 2,000.00x1= 2,000.00 1set Tire With Tube (90/90 18 M/c 51 P) Rear @2,500x1= 2,500.00 1pc Roller Chain 120 Links @450.00x1= 450.00 1pc Engine Sprocket 14t @450.00 X1= 450.00 1pc Rear Sprocket 36t @500.00x1= 500.00 (control No. 68625) 8,626.00 R7. Job Order Repair And Replacement Parts Honda Crf 150l Plate# 301sma 1 Set Tire With Tube(2.75 21 45 P Bias Ply) Front @2,000x1= 2,000.00 1 Set Tire With Tube(4.10 18 45 P Bias Ply) Rear @2,500x1=2,500.00 1pc Spark Plug U27epr9(denso) @350x1= 350.00 1pc Engine Sprocket 15t @450x1= 450.00 1pc Rear Sprocket 49t @500x1 = 500.00 1pc Drive Chain Fscm 428hsl 130 Links @450x1 =450.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @2,376.00 X1= 2,376.00 (compatible With Old And New Motorcycles) 1pc Brake Pad Front @300x1= 300.00 1pc Brake Pad Rear @350x1= 350.00 1pc Clutch Cable @500x1= 500.00 1pc Brake Cable @ 1,500x1 = 1,500.00 (control No. 68622) 11,276.00 Page 3 Of 6 25cb Gsc 250(r) Total Description Of Articles Item No. R8. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 1064331 1pc Air Filter Element @550x1 = 550.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956 X1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Engine Sprocket 14t @450x1= 450.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Rear Sprocket 36t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2pcs Spark Plug (ngk) @350x2= 700.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1200.00 (control No. 68617) 7,506.00 R9. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 300sme 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @ 1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1=350.00 2sets Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 1set Hand Guard @350x1=350.00 (control No. 68607) 8,206.00 R10. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773546 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links@450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68601) 7,856.00 R11. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 773547 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery 12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 2set Brake Pad @450x2= 900.00 1pc Headlight Bulb (original) @200x1= 200.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68600) 8,056.00 Page 4 Of 6 25cb Gsc 250(r) Total Description Of Articles Item No. R12. Job Order Repair And Replacement Parts Xrm 125 Plate# 1201 988553 1set Tire With Tube (2.50 X 17 43l)lag Tire Front @1,200x1= 1,200.00 1set Tire With Tube (2.50 X 17 43l)lag Tire Rear @1,200x1= 1,200.00 1pc Battery For Motorcycle Free Maintaince Battery12v @1,956x1= 1,956.00 (compatible With Old And New Motorcycles) 1pc Rear Sprocket 36t @450x1= 450.00 1pc Engine Sprocket 14t @450x1= 450.00 1pc Roller Chain 120 Links @450x1= 450.00 2set Brake Pad @450x2= 900.00 1pc Air Filter Element @550x1= 550.00 1pc Fuel Pump Filter @350x1= 350.00 1pc Spark Plug (ngk) @350x1= 350.00 (control No. 68606) 7,856.00 The Local Government Unit Of General Santos City Now Invites Bids For The Supplies And Delivery Of Repair Of Various Motorcycles (rebid). Delivery Of The Goods Is Required 45 Calendar Days. Bidders Should Have Completed, Within 3 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) Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding 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 Ra 5183. Prospective Bidders May Obtain Further Information From Local Government Unit Of General Santos City And Inspect The Bidding Documents At The Address Given Below During Monday To Friday, 8:00 Am To 5:00 Pm Except On Holidays. A Complete Set Of Bidding Documents May Be Purchased By Interested Bidders Starting May 15, 2025 12:00 Noon From The Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 500.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Either In Person, By Facsimile, Or Through Electronic Means. The Local Government Unit Of General Santos Will Hold A Pre Bid Conference On None/not Required At Bids And Awards Committee Office 4th Floor, Left Wing, City Action Investment Center, General Santos City, Which Shall Be Open To Prospective Bidders. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below On Or Before May 22, 2025 12:00 Pm. Late Bids Shall Not Be Accepted. All Bids Must Be Accompanied By A Bid Security In Any Of Acceptable Forms And In The Amount Stated In Itb Clause 14. Bid Opening Shall Be On May 22, 2025 2:00 Pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend The Activity. Page 5 Of 6 25cb Gsc 250(r) *25cb Gsc 250(r)* Generated From Bac Procurement Management System 1.0 Powered By: Dr. Ugs Production The Local Government Unit Of General Santos City Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. For Further Information, Please Refer To: _______________________________ Atty. Francisco M. Gacal Chairperson, Bac Goods And Consulting Services

Uranium Corporation Of India Limited - UCIL Tender

Goods
Civil And Construction...+1Excavation
GEM
India
Closing Date25 Feb 2025
Tender AmountINR 1.3 Million (USD 16.1 K)
Details: BOQ ITEMS: Earthwork in excavation in the following types of soil and rock up to and including 1.5 mtr. Lead including bailing or pumping out any water accumulating inside the excavated pit or trench shoring strutting adequate protection to be taken during excavation transporting the excavated soil for all lead stacking selectively including disposing off the rubbish rock fragments excess spoils etc. lead upto 100 Mtrs. in the area as directed by the Engineer all complete as per drawing specification and direction of the Engineer. , Earth work in back filling with available earth including watering and compaction at all elevations around foundations walls wells tunnels pitsculverts trenches road approaches and in plinth filling and area filling as per specifications and drawings and as directed by the Engineer with selected spoil within a lead of 100 mtr., Disposal carriage of rubbish waste rock earth etc.dumped stacked at site by mechanical means including loading unloading and dressing properly lead upto 5 Km. and up to any lift includind cost of all labours and equipments. , Surface dressing of the ground in all kinds of soil including removing vegetation and inequalities not exceeding 15 cm deep and disposal of rubbish lead up to 50 m and lift up to 1.5 m., Supply mix place in position compact cure cement concrete 1 cement 3 coarse sand 6 graded stone aggregate 20 mm nominal size below foundations walls wells pits trenches etc. and in basin lining as per specifications drawings and directions of the Engineer and including cost of centring and shuttering but excluding cost of cement., Supply mix place in position compact and cure including testing of concrete specimens finishing surfaces as per specifications drawings and directions of the Engineer of the following grades of concrete with 20mm and down graded stone aggregate and coarse sand in super structure or any level excluding cost of centring and shuttering cement and reinforcement. M20 RCC PCC, Taking delivery from store or departmental yard bend bind and place the following types of reinforcement in all types of reinforced concrete work at all elevations including cleaning straightening cutting bending and binding with 18 SWG annealed wire or with welding such as tack lap butt etc with approved electrodes providing concrete cover blocks pin chairsnails supports of reinforcement etc. with all materials and labour complete as per drawings specifications and directions of Engineer excluding cost of reinforcement. , Install dismantle and remove the form work of approved quality including splay recess corners haunch etc. scaffolding necessary rendering of concrete surfaces after exposure including cost of all material and labours at all elevations. , Supply and laying in position brick work with designate 75 bricks in super structure etc in cement coarse sand mortar 1 isto 6 including mixing mortar laying bricks raking joints curing etc complete with all materials and labour as per drawings and specifications excluding cost of cement. , Providing and fixing 125 into 63 mm M. S. Hinges of approved quality and make., Providing and fixing ISI marked anodised aluminium tower bolt black finish Barrel type with necessary screws etc. complete 300 into 10 mm, Providing and fixing ISI marked anodised aluminium tower bolt black finish Barrel type with necessary screws etc. complete 150 into10 mm, Providing and fixing bright finished brass hanging type floor door stopper with necessary screws etc. complete., Providing and fixing aluminium extruded section body tubular type universal hydraulic door closer having brand logo with IS 3564 embossed on the body door weight upto 36 kg to 80 kg and door width from 701 mm to 1000 mm with double speed adjustment with necessary accessories and screws etc. complete., Providing and fixing aluminium handles ISI marked anodised anodic coating not less than grade AC 10 as per IS 1868 transparent or dyed to required colour or shade with necessary screws etc. complete 125 mm., Providing and fixing aluminium sliding door bolts ISI marked anodised anodic coating not less than grade AC 10 as per IS 1868 transparent or dyed to required colour or shade with nuts and screws etc. complete 300x16 mm, Cement concrete flooring 1 cement 2 coarse sand 4 graded stone aggregate finished with a floating coat of neat cement including cement slurry but excluding the cost of nosing of steps etc. Complete as per direction of EIC excluding cost of cement. 40 mm thick with 20 mm nominal size stone aggregate, Grading roof for water proofing treatment with Cement concrete 1 cement 2 coarse sand 4 graded stone aggregate 20 mm nominal size excluding cost of cement., 15mm thick minimum plastering with 1 cement 6 coarse sand to all faces of walls channels in roof and other structures at various elevations including mixing laying finishing curing and necessary scaffolding work complete as per drawings specifications with all materials and labours excluding cement Including Making grove if required. Work will be done upto 10 m height., Applying neat cement punning including cost of all materials labours etc. Complete as per direction of Engineer in charge excluding cost of cement, Supplying and applying two or more coats of white wash with lime to walls ceiling etc. At various elevations including preparation of surfaces cleaning etc.complete with all materials labour scaffolding work as per specifications ., Supplying and applying two or more coats of approved water proof cement paint over a coat of primer to exterior surfaces of concrete masonry plastered surfaces etc.at all elevations and including preparation of surface necessary scaffolding work etc.complete with all materials and labour Application of paint should be made as per manufacturer specifications to give an even shade. , Drain cleaning including disposal of rubbish up to 5 km all complete as per direction of EIC, Cleanning of chajja roof RWDC Floor corner drains etc., Painting with synthetic enamel paint of approved brand and manufacturer of required colour to give an even shade two or more coats on new or old work over a priming coat complete as per specification and direction of EIC. , Providing and fixing factory made ISI marked steel glazed doors windows and ventilator with beading and all members complete of standard rolled steel sections joints mitred and flash butt welded and sash bars tenoned and riveted including providing and fixing of hinges pivots including priming coat of approved steel primer but excluding the cost of other fittings complete all as per approved design sectional weight of only steel members shall be measured for payment., Taking delivery from store or departmental yard fabrication and erection of Structural steel work riveted bolted or welded in built up sections trusses and framed work including cutting hoisting fixing in position and applying a priming coat of approved steel primer all complete., Providing and fixing bright finished brass casement window fastener with necessary screws etc. complete., Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc.15 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc. 20 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc.25 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc. 50 mm dia nominal bore, Providing and fixing following G.I. pipes complete with G.I. fittings including trenching and refilling etc. 100 mm dia nominal bore G.I.or CPVC.., Fixing of old G.I. pipes complete with G.I. fittings including trenching and refilling etc. 15 mm dia nominal bore, Fixing of old G.I. pipes complete with G.I. fittings including trenching and refilling etc.20 mm dia nominal bore, Fixing of old G.I. pipes complete with G.I. fittings including trenching and refilling etc. 25 mm dia nominal bore, Providing and fixing C.P. brass bib cock or Pillar Cock of approved quality conforming to IS 8931. 15 mm nominal bore., Providing and fixing C.P. brass stop cock concealed of standard design and of approved make conforming to IS 8931. 15 mm nominal bore., Demolishing brick work in cement mortar manually or by mechanical means including stacking of serviceable material and disposal of unserviceable material within 50 metres lead as per direction of EIC, Demolishing R.C.C or PCC work manually or by mechanical means including stacking of steel bars and disposal of unserviceable material within 50 metres lead as per direction of EIC, Dismantling G.I. pipes external work including excavation and refilling trenches after taking out the pipes manually by mechanical means including stacking of pipes within 50 metres lead as per direction of EIC upto 150 mm dia, Providing and fixing or Renewing glass panes with putty and nails wherever necessary including racking out the old putty Float glass panes of thickness 5.5 mm, Renewing of old glass putty, Supplying laying in position stone masonary with Hard rock boulder with cement morter 1 cement 6coarse sand morter finishing the top with PCC reasonably smooth complete with curing and raking of joints including cost of all material equipments and labour excluding cost of cement. , Providing and applying plaster of paris putty of 2 mm thickness over plastered surface to prepare the surface even and smooth complete., Distempering with oil bound washable distemper of approved brand and manufacture to give an even shade Old work one or more coats, Providing and fixing 35 mm thick factory made PVC door shutters with frame 65mm into 55mm with wall thickness 2 mm all complete as per manufacturers specification and direction of EIC. , Providing and fixing ISI marked flush door shutters conforming IS 2202 non decorative type core of block board construction with frame of 1st class hard wood and well matched comercial 3 plyveneering with vertical grains or cross bands and face veneers on both faces of shutters 30 mm thick including ISI marked stainless steel butt hinges with necessary screws., Providing and fixing precoated galvanised iron profile sheets 0.50 mm total coated thickness with zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns. Sheet should have protective guard film of 25 microns minimum to avoid scratches during transportation and should be supplied in single length upto 12 metre or as desired by EIC. The sheet shall be fixed using self drilling self tapping screws with EPDM seal complete upto any pitch in horizontal vertical or curved surfaces including ridges barge board etc excluding the cost of purlins rafters and trusses and including cutting to size and shape wherever required. , Providing and fixing Following precoated galvanised steel sheet roofing accessories 0.50 mm total coated thickness Zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns using self drilling self tapping screws complete in Ridges plain 500 mm, Providing and fixing Following precoated galvanised steel sheet roofing accessories 0.50 mm total coated thickness Zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns using self drilling self tapping screws complete in Barge board up to 300mm, Providing and fixing Following precoated galvanised steel sheet roofing accessories 0.50 mm total coated thickness Zinc coating 120 grams per sqm as per IS 277 in 240 mpa steel grade 5 microns epoxy primer on both side of the sheet and polyester top coat 15 microns using self drilling self tapping screws complete in Gutter. 600 mm over all girth, Providing reinforced by organic fibres or inorganic synthetic fibres cement 6 mm thick corrugated sheets roofing up to any pitch and fixing with polymer coated J or L hooks bolts and nuts 8 mm dia. G.I. plain and bitumen washers or with self drilling fastener and EPDM washers etc. complete excluding the cost of purlins rafters and trusses including cutting sheets to size and shape wherever required. , Providing and fixing Following fibre cement high impact polypropylene reinforced roofing accessories in all colours with polymer coated J or L hooks bolts and nuts and or G.I. seam bolts and nuts G.I. plain and bitumen washers or with self drilling fastener and EPDM washer etc. complete Close fitting adjustable ridges, Providing and fixing Following fibre cement high impact polypropylene reinforced roofing accessories in all colours with polymer coated J or L hooks bolts and nuts and or G.I. seam bolts and nuts G.I. plain and bitumen washers or with self drilling fastener and EPDM washer etc. complete in Barge boards , Providing & fixing UV stabilised fiberglass reinforced plastic sheet roofing up to any pitch including fixing bolts nuts 8mm dia. G.I plain bitumen washers complete but excluding the cost of purlins rafters trusses etc. The sheets shall be manufactured out of 2400 TEX panel rovigs incorporating minimum ultra violet stabiliser in resin system under approximately 2400 psi and hot cured. They shall be of uniform pigmentation and thickness without air pocketsThe sheets shall be opaque or translucent clear or pigmented textured or smooth as specified. 2 mm thick corrugated, Repairing and maitenance of Rolling shutter in all respect including greasing repairing replacement of material to repairing of rolling shutter. Supply and fixing 27.5 cm long springs, Supply and fixing ball bearing, Supply and fixing precast slab M20 grade, Providing wood work in frames of false ceiling or floor partitions etc. sawn and fixed in position Sal wood and 15 mm thick light weight integral densified micro look edged with PVC top matt false floor tiles of size 595 into 595 mm including cost of all materials labours and as per direction of EIC. , Aluminum work for shutters of doors windows ventilators including providing and fixing hinges pivots and making provision for fixing of fittings wherever required including the cost of EPDM rubber neoprene gasket required Fittings shall be paid for separately Polyester powder coated aluminium minimum thickness of polyester powder coating 50 micron, Providing and fixing water closet squatting pan Indian type W.C. pan with 100 mm sand cast Iron P or S trap 10 litre low level white P.V.C. flushing cistern including flush pipe with manually controlled device handle leverconforming to IS 7231 with all fittings and fixtures complete including cutting and making good the walls and floors wherever required White Vitreous china Orissa pattern W.C. pan of size 580 into 440 mm with integral type foot rests., Providing and fixing white vitreous china flat back or wall corner type lipped front urinal basin of 430 into 260 into 350 mm or 340 into 410 into 265 mm sizes respectively., Providing and fixing wash basin or Kitchen Sink with C.I. brackets 15 mm C.P. Brass pillar taps 32 mm C.P. brass waste of standard pattern including painting of fittings and brackets cutting and making good the walls wherever require White Vitreous China Wash basin size 630 into 450 mm with a single 15 mm C.P. brass pillar tap all complete as per direction of EIC., Providing and fixing white vitreous china water closet squatting pan Indian type Orissa pattern W.C. pan of size 580 into 440 mm, Supply and fixing PVC connecting pipe 15 mm N B, Supply and fixing PVC flexible waste pipe 32 or 40 mm N B, Supply and fixing float ball valve 20 mm N B, Providing and fixing G.I. chain link fabric fencing of required width in mesh size 25 into 25 mm made of G.I. wire of dia 3 mm including strengthening with 2 mm dia wire or nuts bolts and washers as required complete as per the direction of EIC. , Dismantling steel work in built up sections in angles tees flats and channels including all gusset plates bolts nuts cutting rivets welding etc. including dismembering and stacking within 50 metres lead., Dismantling following roofing including ridges hips valleys and gutters etc.and stacking the material within 50 metres lead of G.S. Sheet, Dismantling following roofing including ridges hips valleys and gutters etc and stacking the material within 50 metres lead of Asbestos cement sheet
2361-2370 of 2373 archived Tenders