Chain Link Tenders
Port Of Iberia Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
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.
Closing Date3 Mar 2025
Tender AmountRefer Documents
FEDERAL PRISON SYSTEM BUREAU OF PRISONS USA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Title: Install Control Fence - Fpc
b&f Project #: 24z3au4
solicitation Number: 15b30225q00000012
agency/department: Federal Bureau Of Prisons - Federal Correctional Facility - Coleman
type Of Notice: Solicitation, Rfp (request For Proposal)
electronic Submissions: Proposals Must Be Sent Via Email To Jrosagarcia@bop.gov, Only! No Later Than Thesubmission Deadline: January 10, 2025, At 11:00 Am Est
with The Subject Line:
install Control Fence - Fpc B&f Project # 24z3au4.
important: Bids Sent To Any Other Email Address Than The One Provided Above( Jrosagarcia@bop.gov) Will Notbe Evaluated. The Award Will Be Made To The Contractor Thatprovides The Best Value To The Government And Has Multiple Successful Past Projects Prefeably Working In A Prison Environment, Which May Or Not Be The Lowest Bidder. But Not Required.
project Description: Full Spec Listed In The Attached Statement Of Work Please Read!
fcc Coleman Requires The Complete Installation Of Approximately 1,700 Linear Feet Of Chain-link Fencing, Twelve Feet (12’) Tall, In Accordance With The Statement Of Work (sow)and Technical Design Guidelines (tdgs). The Contractor Shall Provide All Materials, Labor, Equipment, Incidentals, And Perform The Following Work:
construct A Control Fence With Continuous Concrete “mow Strips” On Both Sides Of The Fence As Specified In The Tdgs.
submit Daily Work Summaries To The Cor, Including Personnel Details, Work Performed, Deliveries, Site Conditions, And Any Incidents Or Issues. Daily Reports Are Due By Noon For The Previous Workday.
legally Dispose Of All Construction Debris Off-site. On-site Burning Or Burying Is Prohibited.
provide And Maintain Appropriately Sized Open-top Waste Containers. Waste Must Be Removed At Least Monthly.
protect Government Property Throughout The Project. Any Damage Caused By The Contractor Must Be Corrected At No Cost To The Government.
construct And Install A 20-foot Wide By 12-foot Tall (20’ X 12’) Access Gate Comprising Two 10-foot Wide Swing Gates.
install Additional Fencing Mesh To Fully Enclose Emergency Exit Stairs At The Ends Of The Fpc Housing Unit To Secure The New Control Fence.
install Razor Ribbon "waterfalls" At All Angles Of Less Than 180° And Where Fences Meet Buildings Or Existing Fences, As Per Tdgs. Razor Wire Will Be Provided By Fbop; The Contractor Is Responsible For Transporting It To The Site.
set-aside Status: Small Business
naics Code: 238990 - All Other Specialty Trade Contractors
submission Instructions:
submission Deadline: January 10, 2025, At 11:00 Am Est
submission Method: Email To Jrosagarcia@bop.gov
all Bids Must Include:
completed Sf24-23a Bid Bond.
completed Cost Summary Spreadsheets.
attached Sf1442.
contract Type: Firm-fixed-price
period Of Performance:
start Date: Estimated 10 Days After The Notice To Proceed.
duration: 90 Calendar Days From The Notice To Proceed.
site Visit/pre-proposal Conference:conducted! Pre-bid Site Vist Documents (attached).
date: December 20, 2024
time: 10:00 Am Est
location: Fcc Coleman, 846 Ne 54th Terrace, Coleman, Fl 33521 (fpc - Fcc Coleman Camp Parking Lot)
rsvp Instructions:
please Email Tlarge@bop.govand Attach The Ncic Form(provided In The Attachments) For Each Individual Attending. Forms Must Be Submitted Bydecember 17, 2024, At Noon Est To Allow Time For Background Checks. Forms Submitted Late Will Not Be Processed For Attendance Of The Site Visit, Although Bidders May Still Submit A Bid. Ncic Form Must Be Completely And Accurately Filled Out, Including All Information, And Must Be Hand Signed. Any Forms Not Fully Completed Nor Signed Will Not Be Processed.
point Of Contact:
name: Joshua Rosa
title: Contract Specialist
email: Jrosagarcia@bop.gov
questions Deadline: Submit Questions No Later Than January 5, 2025, 12pm Est. Questions Received After This Date Will Not Be Evaluated.
attachments:
statement Of Work (sow)
sf24-23a Bid Bond (must Be Submitted With Your Bid)
cost Summary Spreadsheets (blank; Must Be Submitted With Your Bid)
ncic Form
construction Wage Determination Fl20240229, Dated 11/01/2024
sf1442
15b30225q00000012/0001 - Incorparating Site Vist Documents Updatedconstruction Wage Determination Fl20240229 Dated 12/06/2024, Site Visit Meeting Minites And Photos.
15b30225q00000012/0002- Incorpararing ...
1) Update Construction Wage Determination Fl20240229 Effective 01/03/2025 (attached);
2) Incorporate Responses To Bidders'' Questions (attached)
Closing Date10 Jan 2025
Tender AmountUSD 227.8 K
This is an estimated amount, exact amount may vary.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United States
Details: Solicitation Notice Synopsis For
w912hn25b4005
project No.: Xdqu132619
ang Perimeter Fence And Drainage Repair
savannah, Ga
the U.s. Army Corps Of Engineers {usace) Savannah District Is Issuing An Invitation For Bid (ifb) W912hn25b4005 For Project Number: Xdqu132619 - Ang Perimeter Fence And Drainage Repair, Savannah Airport, Savannah, Ga.
note: The Subsequent Solicitation Will Result In A C-type Stand-alone Contract.
type Of Contract & Naics:this Acquisition Is Being Solicited Using Far Part 14, Sealed Bid Procedures For One (1) Firm-fixed-price (ffp) Contract. The North American Industry Classification System (naics) Code Is238910 – Site Preparation Contractors, With A Small Business Size Standard Of$19m.
product Service Code:z2pz – Repair Or Alteration Of Other Non-building Facilities Services.
type Of Set-aside:this Acquisition Is Being Offered As A 100% Total Small Business Set-aside.
construction Magnitude:in Accordance With Far 36.204, The Magnitude Of This Construction Project Is Anticipated To Be Between$500,000 And $1,000,000.
proposal Due Date:29 May 2025 At 1100 Edt Via The Piee Solicitation Manual
site Visit: A Site Visit Will Be Held On 8 May 2025 At 10:00 Am Edt. In Order To Attend, Contractors Must Submit Nlt 12:00 Pm Edt 5 May 2025: 1) Full Name (first, Middle, Last) And 2) Company Name. No Identification Numbers (driver License, Ssn, Etc) Are Needed. Send Via Email To Jeremy Miller (jeremy.d.miller@usace.army.mil). Enter The Base Via The Gate At The Intersection Of Dean Forest Rd (ga307) And Mikell Ave, Savannah, Ga. After Entering The Base, Park In The Gravel Lot To The Right (south) As Shown On The Site Visit Location Strip Map. Poc Is Jeremy Miller At (912) 318-8146.
period Of Performance: The Period Of Performance Is 450 Calendar Days After The Issuance Of The Notice To Proceed.
project Scope: This Project Is For Repair Erosion And Voids Of Banks Of Storm Drainage In Selected Areas Of The Base Perimeter Of The Savannah National Guard. Also, To Construct/install Drainage Structures, Swales, And Replace Perimeter Chain- Link Fencing With Associated At/fp Compliant Clear Zone/gravel Patrol Road.
this Project Is Fully Designed, And All Technical Specifications And Drawings Will Be Provided On Piee
solicitation Website: The Official Solicitation Is Available Free Of Charge By Electronic Posting Only And May Be Found On The System Of Award Management System {sam) Website, Https://sam.gov. Paper Copies Of The Solicitation Will Not Be Issued. Therefore, Telephone And Fax Requests For This Solicitation Will Not Be Honored.
project Files Are Portable Document Format (pdf) Files And Can Be Viewed, Navigated, Or Printed Using Adobe Acrobat Reader. Contractors Must Register At The Sam Website At Https://sam.gov To Download The Solicitation For This Project.
if/when Issued, Amendments Will Be Posted To The Above-referenced Website For Electronic Downloading. This Will Be The Only Method Of Distributing Amendments Before Closing; Therefore, The Offerors Must Check The Website Periodically For Any Amendments To The Solicitation.
registrations: System For Award Management (sam)-offerors Shall Maintain An Active Registration In The Sam Database At Https://sam.gov To Be Eligible For A Government Contract Award. Suppose The Offeror Is A Joint Venture (jv). In That Case, The Jv Entity Shall Have Valid Sam Registration In The Sam Database Representing The Jv As One Business/firm/entity. If An Offeror Is Not Actively And Successfully Registered In The Sam Database At The Time Of Award, The Government Reserves The Right To Award To The Next Prospective Offeror.
procurement Integrated Enterprise Environment (piee): The Only Authorized Transmission Method For Bids In Response To The Forthcoming Solicitation Is Electronic Via Procurement Integrated Enterprise Environment (piee) Solicitation Module. No Other Transmission Method (e-mail, Facsimile, U.s. Postal Mail, Hand Carried, Etc.) Will Be Accepted. Offerors Must Have An Active Proposal Manager Role In Piee At Https://piee.eb.mil/.
the Following Link Is Provided To Satisfy Far 36.211(b) Reporting Requirements For Construction Contracts Anticipated To Be Awarded To A Small Business. The Information Is Accessed By Clicking On “view Construction Contract Modification Process” (satisfying Far 36.211(b)(1)) And “view Construction Contract Modification Process Past Performance Data” (satisfying Far 36.211(b)(2)) On The Website Provided." Https://www.usace.army.mil/business-with-us/partnering/mod/129895/details/443/
point Of Contacts: Contracting Officer - Mr. Greg Graham - Gregory.m.graham@usace.army.mil
Closing Date28 May 2025
Tender AmountRefer Documents
Indian Army Tender
Goods
GEM
India
Details: CATEGORY: Aluminium Window size 5ft x 4ft with fitted , Repair of Petrol
Brush Cutter incl replacement of Cylinder and Carburettor or
motor rewinding , Rubber Stamp , 10 x Steel pillar with
linking chain , Sub Surface Cable Trench wooden Cover Size
60 feet
Closing Date8 Mar 2025
Tender AmountINR 35.2 K (USD 408)
This is an estimated amount, exact amount may vary.
Southern Railway - SR Tender
Goods
Machinery and Tools
Ireps
India
Details: Description :double Leg Non Calibrated Alloy Steel Chain Of Grade T(8) Of Nominal Size 12 Mm X 2000 Mm Reach Length, Working Load Limit (w.l.l.) 07 T(com
bined Two Leg Lifting) & Master Link (master Oblong Ring) Dia. 28mm X Il 160mm X Iw 90mm To Is Spec As Per Is: 2760:1980 R.a. 2020, And Other Specification
as Mentioned Below. 1. Nomenclature, Dimension Of Chain, Workmanship, Rating And Combined Lifting And Construction, Intermediate Links Of Chains, Proof Loa
d Test Should Be As Per Is: 2760:1980 R.a. 2020. 2. Material Specification For Alloying Elements Should Be As Per Is/iso 3076:2012 R.a: 2019. 3. Breaking Load
test Should Be As Per Is: 1834:1999 R.a. 201. 4. Eye Hooks Should Be As Per Is: 3822:2002 R.a. 2018 Note: 1. Chain Links In Between Oblong Master Link And
eye Hooks Shall Constitute With Intermediate Links Only Should Not Constitute With D-link 2. Both Proof Load And Breaking Load Of Chains Shall Be Conducted In
nabl Accredited Test Lab Or Govt. Approved National Test House And Certificate Shall Be Signed By The Competent Person Approved By The Respective State Gov
ernment Dis&h. 3. Bis Standard Marking Shall Be Made In The Chain Conforming To Is 2760:1980 R.a: 2020 [ Warranty Period: 12 Months After The Date Of D
elivery ] ]
Closing Date29 Jul 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.
Rail Coach Factory - RDF Tender
Goods
Machinery and Tools
Ireps
India
Details: Description :short Link Chain, Grade T(8) Calibrated For Pully Block As Per Is 6216 Latest, Diameter 05 Mm
with Manufacturing Test Certificate Endorsed By Competent Person (approved By State/ Central Govt. Autho
rity) With Copy Of Validation Of Competency. [ Warranty Period: 30 Months After The Date Of Delivery ] ]
Closing Date7 Jul 2025
Tender AmountRefer Documents
This is an estimated amount, exact amount may vary.
Municipal Corporation Tender
Works
Civil And Construction...+1Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
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
Closing Date3 Jan 2025
Tender AmountINR 103.7 Million (USD 1.2 Million)
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date26 Feb 2025
Tender AmountPHP 1.3 Million (USD 24.3 K)
Municipality Of La Trinidad, Benguet Tender
Civil And Construction...+1Civil Works Others
Philippines
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
Closing Date19 Feb 2025
Tender AmountPHP 616.3 K (USD 10.8 K)
South East Central Railway - SECR Tender
Goods
Machinery and Tools
Ireps
India
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
] ]
Closing Date27 Jun 2025
Tender AmountRefer Documents
This is an estimated amount, exact amount may vary.
2521-2530 of 2565 archived Tenders