Electrical Tenders

Electrical Tenders

DEPT OF THE NAVY USA Tender

Others
United States
Closing Date24 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n97113|fca|717-605-5834|amanda.r.hayward.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|inspection / Acceptance Point - Source|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a| Navsupwawf.wss.ftc@navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (jan 2025)|13|325520|550|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| government Source Inspection Per Far 52.246-2 Is Required. delivery 90 Days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Adhesive . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Configuration Control - Mil-std-973 Entitled "configuration Management", Paragraph 5.4.8, Configuration Control (short Form Procedure), Is Hereby Incorporated. The Contractor Shall Submit All Engineering Change Proposals In Accordance With Mil-std-973, paragraph 5.4.8.2 And Appendix D. Requests For Deviations Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.3 And Appendix E. Requests For Waivers Shall Be Processed In Accordance With Mil-std-973, Paragraph 5.4.8.4 And Appendix E. (original and Two Copies Shall Be Submitted To Contracting Officer, Navicp-mech, P. O. Box 2020, Mechanicsburg Pa. 17055-0788.) 3.2 Manufacturing And Design - The Adhesive Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;ks4008-a01cage 12405; . 3.3 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.4 Shelf Life Requirement - The Following Is Excerpts From Dod 4140.27-m Shelf Life Management Manual. This Requirement Is Mandated By Mil-std-129p Referenced Under The Preservation, Packing And Marking Portion Of This Tdp. 2-12. 85 Percent Shelf-life Remaining Requirement Applicable To Acquisition/procurement A. Acquisition/procurement Documentation Shall Specify That Shelf-life Items/material Will Have Not Less Than 85 Percent (allowing For Rounding To Whole Months) Of Shelf-life Remaining At Time Of Receipt By The First Government Activity. Any Delivery from A Contractor Not Having At Least 85 Percent Shelf-life Remaining Shall Normally Be Considered Non-conforming. Refer To Appendix E Of This Manual To Determine The Amount Of Time That 85% Equates To In Terms Of Remaining Shelf Life For Type I Or Type Ii shelf-life Codes. B. In Supporting Imminent Use Or Consumption, The 85% Shelf-life Remaining On Receipt By First Government Activity May Be Modified Or Adjusted As Deemed Prudent At The Discretion Of Pms And Imms, When Support Alternative Arrangements Such As Ec, Pv, Dvd or Local Purchase Are Effected. Use Of Support Alternatives For Shipment/delivery To Storage Facilities As Stock Will Conform To The 85% Rule. 2-13. Contractor Marking. Shelf Life Items Will Be Marked For Identification And Control. Markings, Shown Below The Item Identification Data Are Required On All Units, Intermediate, And Exterior Packs Or Unpacked Items, Shall Be Per Mil Std 129, Mil-std-130, mil Std 290 (fsc 9150 Only), Or Fed Std 123, (references (m) Through (p)) Respectively, And Will Include The Following: A. For Type I Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Rubber Products Only), Date Assembled, Or Date Packed (subsistence Only); And Expiration Date. B. For Type Ii Shelf Life Items: Apply One, As Appropriate; Date Manufactured, Date Cured (for Elastomeric And Other Rubber Products Only), Date Assembled, And Date Packed (subsistence Only), And Inspect/test Date. C. For Both Type I And Type Ii Markings In Subparagraphs A And B Above: The Date Shall Be Expressed By The Numeric Month And The Last 2 Digits Of The Calendar Year; I.e., 06/95, With The Day Of That Month Being The Last Day. D. Different Dates On Identical Items. When Two Or More Unit packs Of Identical Items Bear Different Dates Of Manufacture, Dates Of Cure, Dates Of Pack, Or Dates Of Assembly, The Earliest Date Shall Be Shown On The Shipping Container. E. For Type I Drugs And Biologicals: The Expiration Date Only Is Required. The Expiration Date Should Be Marked In Accordance With Fed-spec Ppp C 186 (reference (q)). Manufacturer Date Shall Not Be Shown For Medical Items Having Expiration Dates. F. For Cure-dated Items: Shelf Life Markings On Physical Material Are Expressed By Month Or Quarter And Year Designations (i.e., 11/2001,or 3q2001). Shelf Life Periods End On The Last Day Of The Cited Month Or Quarter. Appendix E shelf Life Codes Required Number Of Months/quarters Remaining Upon Receipt By The First Government Activity Type I Type Ii Months Quanters shelf Life Period non-deteriorative 0 0 N/a N/a no Shelf-life Applies (zero) (zero) 01 Month A N/a 25 Days N/a 02 Months B N/a 50 Days N/a 03 Months C 1 75 Days N/a 04 Months D N/a 3 1 05 Months E N/a 4 1 06 Months F 2 5 2 09 Months G 3 8 3 12 Months (1.00-years) H 4 10 3 15 Months (1.25-years) J N/a 13 4 18 Months (1.50-years) K 5 15 5 21 Months (1.75-years) L N/a 18 6 24 Months (2.00-years) M 6 21 7 27 Months (2.25-years) N N/a 23 8 30 Months (2.50-years) P N/a 26 9 36 Months (3.00-years) Q 7 31 10 48 Months (4.00-years) R 8 41 14 60 Months (5.00-years) S 9 51 17 72 Months (6.00-years) I N/a 61 20 84 Months (7.00-years) T N/a 71 24 96 Months (8.00-years U N/a 82 27 variable Such As: V N/a 77, 113, 26, 38, 61 90, 132,216,228, Etc. 184, 194 65, Etc. months Or Any Other Etc. number Of Months Not specifically Assigned. 120 Months (10-years) W N/a 102 34 180 Months (15-years) Y N/a 153 51 240 Months (20-years) Z N/a 204 68 shelf-life Period Greater N/a X 85 Percent 85 Percent than 60 Months For Type Of Number Of Number ii Extendible Items Months Months 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchause Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Reqiurements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In the Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Reqiurements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. If You Have A Problem Connecting To The Dodssp Website, Please Contact Either The Subscription Service Desk (215)697-2569, Or The Special Assistance Desk (215)697-2667. The Dodssp Customer Service Staff Is Available Every Business Day Between The Hours of 7:30 Am And 4:00 Pm Eastern Time To Answer Your Questions Or Assist In Solving Any Problems You Might Encounter When Ordering From The Dodssp Collection Of Defense Specifications And Standards, Federal Specifications And Standards Used By Dod, And Other Dod standardization Documents. Mail Requests Should Be Submitted To: Navy Publishing And Printing Service (subscriptions) Building 4d 700 Robbins Ave. Phildelphia, Pa. 19111 Attn: Dodssp Requests Can Be Transmitted To Dodssp Via Fax Number (215)697-1462. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. Ordnance Documents (od) - Ordnance Documents May Be Obtained By Submitting A Request To: Commanding Officer Naval Surface Warfare Center Port Hueneme Div Code 5a00 Port Hueneme, California 93043 e. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. f. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 h. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 i. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. p/n: Ks4008-a01 Sl/slac - H/uu Cage 12405

Municipality Of Vacha Tender

Civil And Construction...+2Others, Civil Works Others
Germany
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Description: To the tender 'Rathaus Vacha Electrical Installation'

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 16.1 Million (USD 276.5 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Sarangani District Engineering Office Kawas, Alabel, Sarangani Province Invitation To Bid 1. The Dpwh Sarangani District Engineering Office, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of: I. 9,800,000.00 Ii. 9,800,000.00 Iii. 96,500,000.00 Iv. 144,750,000.00 V. 16,166,080.00 Vi. 29,400,000.00 Vii. 5,940,000.00 Viii. 4,950,000.00 Ix. 5,940,000.00 Being The Approved Budgets For The Contract (abc) To Payments Under The Contract For: I. 25me0009 – Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Malungon, Sarangani Province Ii. 25me0010 – Poblacion Nalus Road Leading To Bocay-il Falls; Kiamba, Sarangani Province Iii. 25me0049 – Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Maitum, Sarangani Province Iv. 25me0050 – Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Alabel, Sarangani Province V. 25me0051 – Construction Of Malbang Seawall; Maasim, Sarangani Province Vi. 25me0052 – Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Alabel, Sarangani Province Vii. 25me0053 – Construction Of Maguling Multi-purpose Building, Maguling; Maitum, Sarangani Province Viii. 25me0054 – Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Alabel, Sarangani Province Ix. 25me0055 – Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Glan, Sarangani Province Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: I. Name Of Contract : Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Contract Id No. : 25me0009 Location : Malungon, Sarangani Province Scope Of Works : Concreting Of 435m Length (6.1m Wide X 0.23m Thk. Pccp 2 Lanes = 0.87 Lane Km), With 1m Wide X 0.15m Thk. Pave Shoulder On Both Sides, Concrete Lined Canal, Rcpc And Stone Masonry Slope Protection. Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 121 Calendar Days License Classification General Engineering License Category: C & D (small B) Ii. Name Of Contract : Poblacion Nalus Road Leading To Bocay-il Falls; Contract Id No. : 25me0010 Location : Kiamba, Sarangani Province Scope Of Works : Construction Of Concrete Road, Stone Masonry, Pipe Culvert And Box Culvert Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 120 Calendar Days License Classification General Engineering License Category: C & D (small B) Iii. Name Of Contract : Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Contract Id No. : 25me0049 Location : Maitum, Sarangani Province Scope Of Works : 100mm Thk. Asphalt Overlay Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) Iv. Name Of Contract : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Contract Id No. : 25me0050 Location : Alabel, Sarangani Province Scope Of Works : 4-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 2-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 1-layer Concrete Slope Protection W/ U-type Steel Sheet Pile Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) V. Name Of Contract : Construction Of Malbang Seawall; Contract Id No. : 25me0051 Location : Maasim, Sarangani Province Scope Of Works : Construction Of Seawall Structure Approved Budget For The Contract : Php 16,166,080.00 Contract Duration : 130 Calendar Days License Classification General Engineering License Category: C & D (small B) Vi. Name Of Contract : Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Contract Id No. : 25me0052 Location : Alabel, Sarangani Province Scope Of Works : Construction Of 230mm Thk. X 6.70m Wide X 1km Pccp Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 240 Calendar Days License Classification General Engineering License Category: C & D (small B) Vii. Name Of Contract : Construction Of Maguling Multi-purpose Building, Maguling; Contract Id No. : 25me0053 Location : Maitum, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) Viii. Name Of Contract : Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Contract Id No. : 25me0054 Location : Alabel, Sarangani Province Scope Of Works : Construction Of Covered Court Complete With Downspout And Catch Basin; Four Bays Bleachers (as Shown On Plan); Five (5) Bays Bleacher Canopy (one Side Of Court Only); Electrical Works At Cc Area Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Calendar Days License Classification General Building License Category: C & D (small B) Ix. Name Of Contract : Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Contract Id No. : 25me0055 Location : Glan, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B, C & D For General Engineering, General Building And Specialty. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Sarangani District Engineering Office And Inspect The Bidding Documents At Kawas, Alabel, Sarangani Province During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Php 5,000.00 – Item Viii Php 10,000.00 – Item I, Ii, Vii And Ix Php 25,000.00 – Items V And Vi Php 50,000.00 – Items Iii And Iv, And May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of Republic Act 9184 And Its Implementing Rules And Regulations. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Sarangani District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025, 10:00am At Dpwh Sarangani District Engineering Office Conference Room, Kawas, Alabel, Sarangani Province Or Via Zoom, And Youtube Channel, Which Shall Be Open To Prospective Bidders. Zoom: Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani_deo/streams 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_sarangani@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025, 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh Sarangani District Engineering Office Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Electronically Via Zoom Using The Details Above. Late Bids Shall Not Be Accepted. 12. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. Section 8.5.2 Of The 2016 Revised Irr Of Ra No. 9184 Mandates All Prospective Bidders To Upload In The Philippine Government Electronic Procurement System (philgeps) And Maintain Current And Updated The Class “a” Eligibility Documents Under Section 23.1 (a) And 24.1 (a) Of The Same Irr. 14. Bids Submitted Should Have Its Corresponding Tabbing As Stated In The Checklist Requirements. 15. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh Sarangani Deo 09055530924 Salazar.reuben@dpwh.gov.ph Edward D. Carillo Bac Chairperson Carillo.edward@dpwh.gov.ph January 24 – 30, 2025

DEPT OF THE NAVY USA Tender

Others
United States
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: Contact Information|4|n9743f|faa|717-605-7237|karen.m.barlet.civ@us.navy.mil| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| special Shipping And Marking Instructions|6|x||x|||| general Information-fob-destination|1|b| wide Area Workflow Payment Instructions (jan 2023)|16|invoice And Receiving Report (combo)|n/a|tbd|n00104|tbd|tbd|see Schedule|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@navy.mil| note For Contractor/administrative Contracting Officer|3|||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| notice Of Total Small Business Set-aside (oct 2020)(deviation 2020-o0008)|1|| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (jan 2025)|13|334412|750|||||||||||| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| government Source Inspection Per Far 52.246-2 Is Required. delivery 90 Days. all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders,delivery Orders And Modifications) Related To The Instant Procurement Areconsidered To Be "issued" By The Government When Copies Are Either Depositedin The Mail, Transmitted By Facsimile, Or sent By Other Electronic Commercemethods, Such As Email. The Government's Acceptance Of The Contractor'sproposal Constitutes Bilateral Agreement To "issue" Contractual Documents Asdetailed Herein. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Led Driver, 1200 Ma . 2. Applicable Documents - Not Applicable 3. Requirements 3.1 Manufacturing And Design - The Led Driver, 1200 Ma Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for P/n Ledd1bcage 0lw43; . 3.2 Marking - Unless Marking Requirements Are Specified By A Document Or Drawing Cited In This Solicitation All Items Delivered Under This Contract/purchase Order Shall Be Marked And Identified In Accordance With The Applicable Military Standards And specifications As Follows: Mechanical Parts, Assemblies And Equipments - Mil-std-130 Electrical And Electronic Parts - Mil-std-1285, Method 1. Electrical And Electronic Parts And Assemblies Not Covered By Mil-std-1285-use Mil-std-130. Electronic Equipment - Mil-std-454 Requirement Number 67. Electrical Equipment - Mil-p-15024/5 (ships) 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Spcc Contracting Officer Has Been Notified And approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Or A Detailed Description Of The Change, Explaining The Reason Therefore. If Finished Detail Drawings Are Not Available, Shop Drawings Inthe Form Used By The Manufacturer will Be Acceptable For Government Evaluation. When Notifying The Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: code 1: Part Number Change/minor Design Change - If The Manufacturer's Part Number Or Item Design Indicated Thereon Has Changed, But Form, Fit And Function Of The Item Is Not Affected Thereby, And The Design Change Meets The Criteria For Minor, By Not effecting Form, Fit, Function, Reliability Or Safety , Supply The Item And Advise Spcc Immediately Of The New Part Number, Furnishing A Detail Drawing And/or A Detailed Description Of The Change, As Applicable. code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. code 3: Part Not Furnished Separately - Use Assembly. code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. code 6: Part Redesigned - Parts Not Interchangeable. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, the Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. a. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documents That Are Required By Private Industry In Fulfillment Of Contractual Obligations In Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. b. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. They May Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 d. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contract Number, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. e. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navicp-mech Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 f. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered From: Commanding Officer Navicp-mech Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 g. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Naval Inventory Control Point Code 1 Support Branch 700 Robbins Avenue Phildelphia, Pa. 19111-5094 h. Interim Changes And Classified Specifications Shall Be Obtained By Submitting A Request On Dd Form 1425 To Navicp-mech. 6.2 Commercial Brand Name Description - This Contract/purchase Order Covers A Commercial Brand Name Description. If An Alternate Item Is Proposed, Submit A Complete Technical Description Of The Item With Your Proposal For The Government's Review To Determine if The Item Meets The Minimum Requirements Of This Contract/purchase Order. p/n: Ledd1b

Ministry of Economy, Finance and Industrial and Digital Sovereignty Tender

Electrical and Electronics...+1Electrical Works
France
Closing Date26 Feb 2025
Tender AmountRefer Documents 
Description: Multi-technical Operation and Maintenance of Electrical, HVAC, Sanitary Plumbing and Small Locksmith Installations of the State-owned building located at 10, Bd Gaston Doumergue and of Electrical and Locksmith Installations of the Rental building located at 2, Allée De La Bouscarle De Cetti in Nantes

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Road Construction
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 9.8 Million (USD 167.6 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Sarangani District Engineering Office Kawas, Alabel, Sarangani Province Invitation To Bid 1. The Dpwh Sarangani District Engineering Office, Through The Fy 2025 General Appropriations Act (gaa) Intends To Apply The Sum Of: I. 9,800,000.00 Ii. 9,800,000.00 Iii. 96,500,000.00 Iv. 144,750,000.00 V. 16,166,080.00 Vi. 29,400,000.00 Vii. 5,940,000.00 Viii. 4,950,000.00 Ix. 5,940,000.00 Being The Approved Budgets For The Contract (abc) To Payments Under The Contract For: I. 25me0009 – Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Malungon, Sarangani Province Ii. 25me0010 – Poblacion Nalus Road Leading To Bocay-il Falls; Kiamba, Sarangani Province Iii. 25me0049 – Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Maitum, Sarangani Province Iv. 25me0050 – Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Alabel, Sarangani Province V. 25me0051 – Construction Of Malbang Seawall; Maasim, Sarangani Province Vi. 25me0052 – Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Alabel, Sarangani Province Vii. 25me0053 – Construction Of Maguling Multi-purpose Building, Maguling; Maitum, Sarangani Province Viii. 25me0054 – Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Alabel, Sarangani Province Ix. 25me0055 – Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Glan, Sarangani Province Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Sarangani District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: I. Name Of Contract : Nhw Jct. Malungon Gamay – Kibawalan – Purok Onse Leading To Busagan Falls; Contract Id No. : 25me0009 Location : Malungon, Sarangani Province Scope Of Works : Concreting Of 435m Length (6.1m Wide X 0.23m Thk. Pccp 2 Lanes = 0.87 Lane Km), With 1m Wide X 0.15m Thk. Pave Shoulder On Both Sides, Concrete Lined Canal, Rcpc And Stone Masonry Slope Protection. Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 121 Calendar Days License Classification General Engineering License Category: C & D (small B) Ii. Name Of Contract : Poblacion Nalus Road Leading To Bocay-il Falls; Contract Id No. : 25me0010 Location : Kiamba, Sarangani Province Scope Of Works : Construction Of Concrete Road, Stone Masonry, Pipe Culvert And Box Culvert Approved Budget For The Contract : Php 9,800,000.00 Contract Duration : 120 Calendar Days License Classification General Engineering License Category: C & D (small B) Iii. Name Of Contract : Asphalt Overlay Along Sarangani – Sultan Kudarat Coastala Road K1774+279 – K1777+323; Contract Id No. : 25me0049 Location : Maitum, Sarangani Province Scope Of Works : 100mm Thk. Asphalt Overlay Approved Budget For The Contract : Php 96,500,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) Iv. Name Of Contract : Rehabilitation/ Reconstruction Of Roads With Slips, Slope Collapse And Landslide Along Demoloc – Little Baguio – Alabel Rd – K1686+990 – K1687+330; Contract Id No. : 25me0050 Location : Alabel, Sarangani Province Scope Of Works : 4-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 2-layer Concrete Slope Protection W/ U-type Steel Sheet Pile 1-layer Concrete Slope Protection W/ U-type Steel Sheet Pile Approved Budget For The Contract : Php 144,750,000.00 Contract Duration : 158 Calendar Days License Classification General Engineering License Category: B (medium A) V. Name Of Contract : Construction Of Malbang Seawall; Contract Id No. : 25me0051 Location : Maasim, Sarangani Province Scope Of Works : Construction Of Seawall Structure Approved Budget For The Contract : Php 16,166,080.00 Contract Duration : 130 Calendar Days License Classification General Engineering License Category: C & D (small B) Vi. Name Of Contract : Construction Of Road, Jct Nhw Paraiso – Sta Maria (sta. Maria Section), Brgy. Pag-asa; Contract Id No. : 25me0052 Location : Alabel, Sarangani Province Scope Of Works : Construction Of 230mm Thk. X 6.70m Wide X 1km Pccp Approved Budget For The Contract : Php 29,400,000.00 Contract Duration : 240 Calendar Days License Classification General Engineering License Category: C & D (small B) Vii. Name Of Contract : Construction Of Maguling Multi-purpose Building, Maguling; Contract Id No. : 25me0053 Location : Maitum, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) Viii. Name Of Contract : Construction Of Multi-purpose Building (gymnasium) At Latian Elementary School, Upper Latian, Brgy. Domolok; Contract Id No. : 25me0054 Location : Alabel, Sarangani Province Scope Of Works : Construction Of Covered Court Complete With Downspout And Catch Basin; Four Bays Bleachers (as Shown On Plan); Five (5) Bays Bleacher Canopy (one Side Of Court Only); Electrical Works At Cc Area Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Calendar Days License Classification General Building License Category: C & D (small B) Ix. Name Of Contract : Construction Of Big Margus Elementary School Multi-purpose Building, Big Margus; Contract Id No. : 25me0055 Location : Glan, Sarangani Province Scope Of Works : Construction Of Covered Court With Stage Including Concrete Works (footing, Wall Footing, Columns, Beams, Slabs, Plastering), Steel Works (trusses And Railings (stairs And Ramp)), Roofing, Downspout, Catch Basins, Painting Works (steel Structures, Ceiling, And Concrete), Tile Works (comfort Rooms And Dressing Rooms), Plumbing Works, Septic Vault, Ceiling Works (stage), Electrical Works And Lighting Fixtures, And Two (02) Units Of Retractable Basketball Ring. Approved Budget For The Contract : Php 5,940,000.00 Contract Duration : 150 Calendar Days License Classification General Building License Category: C & D (small B) 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of B, C & D For General Engineering, General Building And Specialty. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh Sarangani District Engineering Office And Inspect The Bidding Documents At Kawas, Alabel, Sarangani Province During Weekdays From 8:00am To 5:00pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 24 – February 12, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of: Php 5,000.00 – Item Viii Php 10,000.00 – Item I, Ii, Vii And Ix Php 25,000.00 – Items V And Vi Php 50,000.00 – Items Iii And Iv, And May Be Refunded In Accordance With The Guidelines Based On The Grounds Provided Under Section 41 Of Republic Act 9184 And Its Implementing Rules And Regulations. 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh Sarangani District Engineering Office Will Hold A Pre-bid Conference On January 31, 2025, 10:00am At Dpwh Sarangani District Engineering Office Conference Room, Kawas, Alabel, Sarangani Province Or Via Zoom, And Youtube Channel, Which Shall Be Open To Prospective Bidders. Zoom: Meeting Id: 937 563 6853 Password: Sgni22 Youtube Channel: Https://www.youtube.com/@sarangani_deo/streams 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_sarangani@dpwh.gov.ph For Electronic Submission On Or Before February 12, 2025, 10:00am. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 12, 2025, Immediately After The Deadline Of Submission Of Bids At Dpwh Sarangani District Engineering Office Conference Room. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below Or Electronically Via Zoom Using The Details Above. Late Bids Shall Not Be Accepted. 12. The Dpwh Sarangani District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 13. Section 8.5.2 Of The 2016 Revised Irr Of Ra No. 9184 Mandates All Prospective Bidders To Upload In The Philippine Government Electronic Procurement System (philgeps) And Maintain Current And Updated The Class “a” Eligibility Documents Under Section 23.1 (a) And 24.1 (a) Of The Same Irr. 14. Bids Submitted Should Have Its Corresponding Tabbing As Stated In The Checklist Requirements. 15. For Further Information, Please Refer To: Reuben G. Salazar Acting Head, Procurement Unit, Dpwh Sarangani Deo 09055530924 Salazar.reuben@dpwh.gov.ph Edward D. Carillo Bac Chairperson Carillo.edward@dpwh.gov.ph January 24 – 30, 2025

Province Of Cavite Tender

Civil And Construction...+1Civil Works Others
Philippines
Closing Soon12 Feb 2025
Tender AmountPHP 3.1 Million (USD 53.4 K)
Details: Description Spcl I. Project Billboard L.s. 1.00 Spcl Ii. Occupational Safety And Health Program L.s. 1.00 Spcl Iii. Temporary Facility L.s. 1.00 I. Demolition/concrete Breaking Cu.m. 3.17 Ii. Excavation Cu.m. 9.50 Iii. Concrete Works A. Reinforcement Kg. 1,068.67 B. Formworks Sq.m. 28.16 C. Concrete Works Cu.m. 8.81 Iv. Plastering (w/ Plain Cement Finish) Sq.m. 35.20 V. Painting Works Sq.m. 35.20 Vi. Scaffolding Rental L.s. 1.00 Vii. Electrical Works L.s. 1.00 Viii. Clearing And Grubbing (manual) Sq.m. 260.00

Office Of Public Works OPW - OPW Tender

Services
Electrical and Electronics...+1Electrical Works
Ireland
Closing Date21 Feb 2025
Tender AmountEUR 3 Million (USD 3.1 Million)
Description: Ireland – Electrical Services – Tender For Provision Of Event Related Electrical Services

Gemeinde Gerstungen Tender

Civil And Construction...+3Others, Civil Works Others, Aerospace and Defence
Germany
Closing Soon12 Feb 2025
Tender AmountRefer Documents 
Description: New Construction of a Multi-Purpose Building with Fire Department Lot 10 - Electrical Systems

Electrical Energy System Operator Ead Tender

Civil And Construction...+1Others
Bulgaria
Closing Date5 Mar 2025
Tender AmountBGN 567 K (USD 301.4 K)
Purchaser Name: Electrical Energy System Operator Ead | Delivery of Central Alarm Devices - Alarm Modules
5941-5950 of 9296 active Tenders