Electrical Tenders
Electrical Tenders
Modern Coach Factory - MCF Tender
Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Description: Scrap Of Multi Core Pvc Insulated Copper Cable Size 6x1 Sqmm Qty 2314 Kg Different Short And Size Etc, Containing Approx 52.99% Of Copper In Weight, 5x1 Sqmm Qty 867 Kg Different Short And Size Etc, Containing Approx 54.61% Of Copper In Weight, 4x1.5 Sqmm Qty 1829 Kg Different Short And Size Etc, Containing Approx 39.01% Of Copper In Weight, 3x1 Sqmm Qty 649 Kg Different Short And Size Etc, Containing Approx 30.87% Of Copper In Weight, 2x1.5 Sqmm Qty 1245 Kg Different Short And Size Etc, Containing Approx 38.28% Of Copper In Weight, 18x1.5 Sqmm Qty 1477 Kg Different Short And Size Etc, Containing Approx 47.50% Of Copper In Weight, 25x1.5 Sqmm Qty 1619 Kg Different Short And Size Etc, Containing Approx 48.08% Of Copper In Weight Respectively As Electrical (the Quantity Shown In Lot Is Approximate)cpcb Approval Required.
Closing Date21 Mar 2025
Tender AmountRefer Documents
City Of Ozamis, Misamis Occidental Tender
Security and Emergency Services
Corrigendum : Tender Amount Updated
Philippines
Details: Description Sf-good-05 Invitation To Bid The Local Government Of Ozamiz City, Through Its Bids And Awards Committee (bac), Invites Suppliers To Apply For Eligibility And To Bid For The Hereunder Projects: Name Of Project/description & Location: Extension Of The Coverage Of The Electronic Surveillance System (command Center) Of Ozamiz City 1 Lot Ipc Surveillance Network - Approved Budget For The Contract (php) : 3,850,000.00 Inclusive Of: 24 Units Full-color Vari-focal Warm Led Bullet Motorized Lens Network Camera (specification: 24hr Full Color, 4mp 1/1.8" Cmos Image Sensor, Low Illuminance, High Image Definition, Built-in Warm Illuminator, And The Max. Illumination Distance Is 70 M, Roi, Svc, Smart H.264 +/h.265+, Ai H.264/h.265,flexible Coding, Applicable To Various Bandwidth And Storage Environments, Rotation Mode, Wdr, 3d Nr, Hlc, Blc, Digital Watermarking, Applicable To Various Monitoring Scenes, Alarm: 1 In, 1 Out; Audio: 1 In, 1 Out; Supports Max. 256 G Micro Sd Card, Built-in Mic And Speaker, Support Two-way Talk, Intelligent Video Surveillance (ivs) Perimeter Protection - Tripwire; Intrusion; Fast Moving Detection Of Vehicle And Human; Loitering Detection, Face Capture - Face Detection; Snapshot; Face Exposure; Face Attributes Extraction Including 6 Attributes And 8 Expressions, 12v Dc/poe Power Supply, Epoe, Ip67 Protection, Smd 3.0, Water Proof Junction Box With 1-year Warranty On Labor And Parts); 24 Units Pole Mount Bracket; 2 Units Hydrological Monitoring Network Camera (specification: 1/1.8" Megapixel Cmos, Powerful 40x Optical Zoom, Ir Distance Up To 250m, Max. 25/30 Fps@4k, Water Level Marker Detection And Calibration, Water Level Marker Joining, Bot Detection, Ip67 With 1 Year Warranty On Labor And Parts); 2 Units Wall Mount Bracket (for Hydrological Monitoring Network Camera); 2 Units 4mp 24x Ir Network Panoramic + Ptz Camera (specifications: 4 Megapixel Cmos, 24× Optical Zoom, 16× Digital Zoom, Max. 25/30 Fps@4 Mp, Ir Distance Up To 150 M, Auto-tracking, Perimeter Protection, Round And Light Alarm, Pole Mount Bracket, With 1-year Warranty On Labor And Parts); 2 Units Pole Mount Bracket (for 4mp 24x Ir Network Panoramic + Ptz Camera); 11 Units Fabricated Outdoor Enclosures; 12 Units 10-port Gigabit Layer 2 Cloud Managed Poe Switch (specification: 10-port Gigabit Layer 2 Managed Poe Switch, Enterprise-class Quality Ensures High Performance, Ip Camera Recognition, Unique Value For Cctv Network With 1-year Warranty On Labor And Parts); Network Lay-out And Cabling Materials; Grounding And Electrical Works; Labor, Installation, Fabrication, Setup And Configuration; 1 Lot Fiber Optic Cable Network - Approved Budget For The Contract (php) : 1,540,000.00 Inclusive Of: 1.25gbps Single Module Single Fiber Transceiver (15 Units), 8-port Fiber Distribution Box (8 Units), Fiber Lay-out And Cabling Materials; Labor, Installation And Signal Testing End-to-end 1 Lot Wireless Radio Network - Approved Budget For The Contract (php) : 3,000,000.00 Inclusive Of: 3 Units Wireless Radio Network (specifications: Ultra-high Throughput Wireless Surveillance Backhauling Application, Point To Point, Point To Multi-point, Daisy-chain, Ring, Full Mesh, Supports Up To 2 X 1,201mbps Data Rate, 20/40/80mhz Channel, Greater Than 30 Hops Backhauling With Deployment Flexibility, 2x5 Ghz Radio, Poe Or Dc Input, Ip 67 Weatherproof, 2kv Surge Protection, Supports A-os, Parts Included: (8) Rf :lightning Arrester With Rf Cable, (2) Parabolic Antenna, (2) Fabricated Outdoor Enclosure, (2) 10-port Switch With 8-port Poe 2 Sfp Port (managed With Power Supply); (2) Fabricated Pole With (one (1) Year Warranty On Labor And One (1) Year Replacement Warranty On Parts; Installation, Setup, Configuration, Commissioning, Testing, Troubleshooting And Turn-over; 1 Lot Engineering Works, Programming/commissioning Approved Budget For The Contract : (php) 2,110,000.00 Engineering Services To Include The Deployment Of Manpower On-site, Project Site Inspection, Project Planning And Design, Programming Testing And Commissioning And The Submission Of Site Development Plan. Scope Of Work • Installation Of Outdoor Cameras, Facial Recognition Camera And Ptz Camera At Agreed Locations • Installation Of Water Proof Junction Box To Secure Surveillance Camera • Installation Of Pole Mount Bracket To Secure Surveillance Camera • Fabrication Of Customized Components Such As Poles, Brackets Etc. • Installation Of Fabricated Extended Bracket To Secure Surveillance Camera • Installation Of Fabricated Enclosures On-site. Includes Cabling Layout, Weather Proofing, And Grounding • Installation Of Poe Switches On Location. Includes Cabling, Termination, Setup, And Configuration • Layout Fiber Cabling With Termination And Signal Testing End - To - End • Installation Of Horizontal Cable Manager Inside Data Cabinet • Installation, Setup And Configuration Of The Network Video Recorder • Install And Configure The Outdoor Surveillance Camera And Ptz Camera In The Network Video Recorder • Setup Required Surveillance Camera And Lpr Analytics In Video Surveillance Server • Configure Recording Retention Time Of Surveillance Video Recordings In Nvr As Required By Customer • Installation And Setup Of Video Management System Server • Installation And Setup Of Desktop Network Time Server • Installation And Setup Of Video Wall • Installation And Setup Of Backup Storage • Commission, Testing, Training, And Turn-over System General Requirement • All Materials, Equipment, Components And Devices Shall Be New And Unused. • All Materials, Equipment, Components And Devices Shall Be Clearly Marked And Be Suitable For The Electrical Power Supply System To Which It Will Be Connected. • Surveillance Cameras Should Have Iso Certifications To Ensure Quality Standards Of Products Offered To End-user Supplier Requirements • Contractor Must Have Completed At Least 1 Similar Project Within The Last 3 Years. • Contractor Should Have Been Operating In The Philippines For At Least Five (5) Years And Is Registered With Sec And/or Dti. • Contractor Should Provide Manufacturer’s Letter Of Support Stating That The Contractor Is Authorized To Bid And Sell The Brands To Be Offered. • Contractor Should Provide Certification Compliance From Manufacturer Or Brand ✓ Iso/iec 20000-1:2018 Information Technology Service Management ✓ Iso 9001:2015 Quality Management Systems ✓ Iso 14001:2015 Environmental Management Systems ✓ Iso 45001:2018 Occupational Health And Safety Management Systems ✓ Manufacturer Certification • Contractor Should Have At Least Five (5) Certified Engineers Who Will Oversee Implementation Of The Project • Contractor Should Have At Least Ten (10) Years Of Experience In The It & Security Industry Projects • Bid Should Be Inclusive Of On-site Basic Users Training For The Staff/end-user (operation And Troubleshooting) • Contractor Should Have An Existing Office And Available Manpower Within The Province / City For Support And Immediate Response When Any Issue Should Arise During The Warranty Period Warranty And Support Services • One (1) Year Warranty On Labor And It Components • Warranty Does Not Cover Components/parts Supplied By Customer During Project Implementation. • Warranty Does Not Cover Malfunction Of System Due To Malicious Attack To Application/s And Or Operating System Such As But Not Limited To Virus, Spyware, Adware, Malware, Worms, Trojan, Etc. Reformat Of Hard Drive Or Re-installation Of Application/s Due To Forgotten Password Or Security Codes Are Not Covered By The Free Service Offered Within The Warranty Period. Contractor Will Only Be Responsible For The Restoration And/or Repair Of The System Where Separate Billing May Be Issued Upon Prior Consent From The Client. • Warranty Does Not Cover Repair Or Replacement For Items That Are Considered Supplies Such As But Not Limited To Consumable Items And Back-up Spare Part/s. • Whereas, Warranty Shall Be Considered Null And Void For The Following Conditions; O Warranty Seal Is Tampered, Missing Or Damaged In Any Way. O The Device/system Has Been Repaired, Serviced Or Altered In Any Way By People Not Authorized By Contractor. O The Device/system Has Been Damaged Caused By; ▪ Improper Use Or Use Of Improper Tool To Perform Correct Operation Of Device/system ▪ Neglect Or Inability To Take Care Of The Device/hardware. ▪ Natural Disasters (“acts Of God”) Such As But Not Limited To Typhoon, Earthquake, Flashflood, Volcanic Eruption, Tsunami, Hurricane, And The Likes. ▪ Man-made Situations Such As But Not Limited To Explosions, Fires, Acts Of Terrorism, Hacking, Robbery, Vandalism, And The Likes. ▪ Animal-made Situations (infestation) Such As But Not Limited To Insects, Rodents, And Other Pests. ▪ Any Fortuitous Or Misconduct Behavior Of Any Person Or Third Party Group Which Results To The Damage, Destruction, And Malfunction Of The Hardware Or System. • The Contractor Or Its Business Partners Reserve Its Right To Object Or Reject Client’s Claim For Warranty After Such Evaluation Of The Product Subject For Claim/s. Trainings And Documentation • Lgu Will Assign Authorized And Capable Technical Personnel And Operators For Training And Turn-over • Training To Include Administration Operation, Troubleshooting, Calibration, Programming And Repair Of The Surveillance Cameras Installed • Training Materials/handout Manuals Shall Be Provided • Manuals And Technical Documents Shall Be Provided Upon Turnover. Grand Total: 10,500,000.00 Contract Duration/delivery Period (maximum): 240 Cd Project Reference No.: G-hfo-002-25 Prospective Bidders Should Have Experience In Undertaking A Similar Project Within The Last Two (2) Years With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Eligibility Statement And Screening, Bid Security, Performance Security, Pre-bidding Conference(s), Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a. 9184 And It’s Implementing Rules And Regulation (irr). Issuance Of Bid Documents: February 11, 2025 To March 4, 2025 At 1:59 P.m. Pre-bid Conference: February 18, 2025 At 3:30 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Opening Of Bids: March 4, 2025 At 2:00 P.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: March 5, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: March 6, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Documents Will Be Available Only To Prospective Bidders Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The Local Government Of Ozamiz Cashier. The Local Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of The Bid. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/acting City General Services Officer Date: February 11, 2025
Closing Soon4 Mar 2025
Tender AmountPHP 10.5 Million (USD 181 K)
Laing O'Rourke Delivery Ltd Tender
United Kingdom
Description: Supply And Install Of Electrical Charging Cpv: 45317000, 45317000.
Closing Date31 Jul 2025
Tender AmountGBP 970 K (USD 1.2 Million)
Oriental Mindoro Tender
Automobiles and Auto Parts
Corrigendum : Tender Amount Updated
Philippines
Details: Description Republic Of The Philippines Provincial Government Of Oriental Mindoro Capitol Complex, Calapan City 5200, Oriental Mindoro Procurement Division Bids And Awards Committee For Goods And Services (1m And Above) Invitation To Bid Purchase Of Vehicle Parts And Accessories For Repair And Maintenance Of Various Provincial Heavy Equipment Ib No. Gsa 2025-03-020 1. The Provincial Government Of Oriental Mindoro, Through The General Fund Intends To Apply The Sum Of One Million Nine Hundred Ninety Nine Thousand Seven Hundred Twenty Eight Pesos Only (php 1,999,728.00) Being The Abc To Payments Under The Contract For Purchase Of Vehicle Parts And Accessories For Repair And Maintenance Of Various Provincial Heavy Equipment. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Provincial Government Of Oriental Mindoro – Procurement Division Goods And Services Section Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required Within Seven (7) Calendar Days Upon Signing Of The Notice To Proceed. Bidders Should Have Completed, Within Two (2) 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). Item No. Item Description Qty./unit 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 99 97 98 99 100 101 102 103 104 105 106 Dt # 01, Nissan Ud Pn: 2004-05-080-0108-8751 Oil Filter, D0-609 Oil Filter, D0-306 Fuel Filter Df-505 Relay W/ Socket 24v Dt # 02, Nissan Ud Pn: 1991-05-080-0134-8751 Gasket Maker Gasket Cement Oil Filter, D0-306 Fuel Filter Df-505 Temperature Gauge Oil Gauge Tint Radiator Overhaul Dt # 06, Isuzu 6bg1 Pn: 2000-06-010-0084-8751 Piston, Std. Cylinder Liner, Std. Dt # 08, Isuzu 6bg1 Pn: 2000-06-010-0083-8751 Tires W/ Inner Tube & Flap, 8.25 X 20 Rr Dt # 10, Isuzu 6bg1 Pn: 2011-05-080-0107-8751 Tires W/ Inner Tube & Flap, 8.25 X 16 Frt Sand Paper Dt #11, Isuzu 6bgi Pn: 2011-05-080-0105-8751 Cog Belt B-55 Wiper Motor Assy. 24v Flasher Relay Air Governor Dt # 12, Isuzu 6bg1 Pn: 2011-05-080-0106-8751 Battery 3smf Battery Terminal Tie Rod End Dt # 13, Hino W04d Pn: 2012-05-080-0104-8751 Oil Seal, Transmission Propeller Bolt Air Filter Dt # 14, Hino W04d Pn: 2012-05-080-0100-8751 Tint Dt # 15, Hino W04d Pn: 2012-05-080-0101-8751 Brake Hose Air Filter Air Brake Master Repair Dt # 16, Hino W04d Pn: 201205-080-0102-8751 Tires W/ Inner Tube & Flap, 8.25 X 16 Frt Rubber Cap 1-7/16” Rubber Cap 1-3/16” Sand Paper Brake Cleaner Hub Oil Seal Air Filter Dt # 18, Sinotruk Howo Pn: 2021-05-080-0089-8751 Wiper Blade 24” Wiper Blade 16” Qde White Qde Yellow Qde Blue Dt #21, Sinotruk Howo Pn: 2021-05-080-0090-8751 Tire Wrench W/ Handle 17x32 Air Horn 24v Dt # 22, Sinotruk Howo Pn: 2021-05-080-0086-8751 Tire Wrench W/ Handle 17x32 Towing Cable, 30mm X 6mtrs Dt # 23, Sinotruk Howo Pn: 2021-05-080-0094-8751 Qde White Thinner Masking Tape Spray Paint Dt # 24, Sinotruk Howo Pn: 2021-05-080-0091-8751 Mudguard Clearance Light 24v Electrical Tape Spray Paint Towing Cable, 30mm X 6mtrs Dt # 25, Sinotruk Howo Pn: 2021-05-080-0087-8751 Fuel Hose 1/2” Bonded Washer Hub Bolts Freon 134a Charging Dt # 30, Sinotruk Howo Pn: 2023-05-080-0006-8751 Tires W/ Inner Tube & Flap, 12.00 X 20 Rr Dt #31, Sinotruk Howo Pn: 2024-05-080-0006-8751 Mudguard Penetrating Fluid Isuzu 4bd1, Tadano Pn: 2015-05-080-0133-8751 Oil Treatment Silicon Oil Oil Filter C-506 Oil Filter C-513 Fuel Filter Fc-8607 Qde White Thinner Primer Gray Pl # 35, Tcm 830 Pn: 1997-05-080-0110-8751 Electrical Tape Toggle Switch Auto Wire #16 Door Glass Panel Pl # 38, Lonking Cdm863 Pn: 2024-05-080-0004-8751 Air Hose Air Cock Valve Pl # 39, Lon King Cdm863 Pn: 2024-05-080-0003-8751 Hose Clamp Relay W/ Socket Air Hose Bd # 1f, Komatsu D65a Pn: 2015-05-080-0116-8751 Starter Solenoid Switch Welding & Cutting Outfit Bd # 3f, Komatsu D65ex-16 Pn: 2019-05-080-0122-8751 Rear Cabin Windshield Side Door Glass Acetylene Refill Oxygen Refill Fuel Filter 600-311-3750 Bd # 10, Komatsu D65e Pn: 2010-05-080-0117-8751 Battery 2d Battery Terminal Temperature Gauge Auto Wire #16 Welding Cable Electrode Holder Welding & Cutting Outfit Alternator Assy. 24v Fuel Filter P2299 Rg # 3c, Komatsu Gd313 Pn: 2015-05-080-0127-8751 Feed Pump Sand Paper Inner Tube 10.00 X 20 Horn 24v Relay W/ Socket 24v Auto Wire #16 Rg #08, Komatsu Gd511a Pn: 2012-05-080-0123-8751 Radiator Overhaul Rr # 1e, Sakai Pn: 2012-05-080-0130-8751 Radiator Overhaul Pm # 15, Hino 700 Profia Pn: 2020-05-080-0131-8751 Diaphragm T30 Brake Lining X-x-x 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Pc 2 Pcs 2 Pcs 1 Pc 1 Pc 1 Set 1 Set 1 Set 4 Pcs 2 Pcs 6 Pcs 2 Pcs 1 Pc 1 Pc 1 Pc 2 Pcs 2 Pcs 1 Set 1 Pc 4 Pcs 1 Pc 1 Set 1 Pc 1 Pc 2 Pcs 8 Pcs 4 Pcs 3 Pcs 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Gal 1 Ltr 1 Ltr 1 Pc 1 Set 1 Pc 1 Pc 1 Gal 1 Gal 3 Pcs 8 Pcs 8 Ft 8 Pcs 1 Pc 6 Pcs 1 Pc 8 Pcs 12 Pcs 4 Pcs 8 Pcs 20 Ft 1 Pc 2 Pcs 5 Pcs 1 Pc 1 Pc 1 Pc 3 Gal 2 Gal 1 Itr 1 Pc 1 Pc 20 Mtrs 1 Pc 7 Mtrs 2 Pcs 2 Pcs 1 Set 5 Mtrs 1 Pc 1 Set 1 Pc 1 Pc 2 Tanks 4 Tanks 2 Pcs 2 Pcs 4 Pcs 1 Pc 10 Mtrs 15 Mtrs 2 Pcs 1 Set 1 Pc 2 Pcs 1 Pc 1 Pc 1 Pc 1 Set 1 Pc 5 Mtrs 3 Pcs 2 Pcs 3. 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) No. 9184. A. 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 No. 5183. Activities Schedule Advertisement/posting Of Ib February 20, 2025 Bulletin Board Of The Pgom February 20, 2025 Pgom Website – Www.ormindoro.gov.ph February 20, 2025 Geps Website – Www.philgeps.net February 20, 2025 Issuance Of Bidding Documents February 20, 2025 To March 11, 2025 Pre-bid Conference February 27, 2025 At 10:00 Am Ppeso Conference Room Deadline Of Submission Of Bids March 11, 2025 At 9:30 Am At Ppeso Conference Room Opening Of Bids In Sealed Envelope March 11, 2025 At 10:00 Am At Ppeso Conference Room A) Eligibility Requirements And Technical Proposal March 11, 2025 At 10:00 Am At Ppeso Conference Room B) Financial Proposal March 11, 2025 At 10:00 Am At Ppeso Conference Room 4. Prospective Bidders May Obtain Further Information From Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 20, 2025 To March 11, 2025 From The Given 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 Five Thousand Pesos Only (php 5,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person. 6. The Provincial Government Of Oriental Mindoro-procurement Division Goods And Services Section Will Hold A Pre-bid Conference On February 27, 2025 At 10:00am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City, Oriental Mindoro Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Procurement Division Goods And Services Section, On Or Before March 11, 2025 At 9:30 Am. 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 14. 9. Bid Opening Shall Be On March 11, 2025 At 10:00 Am At Ppeso Conference Room, Provincial Capitol Complex, Camilmil Calapan City Oriental Mindoro. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Pgom – Procurement Division Goods And Services Section 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. 11. For Further Information, Please Refer To: Marissa O. Acuzar Bac For Goods And Services Provincial Capitol Complex Camilmil, Calapan City Oriental Mindoro 5200 Antonio M. Magnaye, Jr. Bac Chairperson
Closing Date11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.4 K)
DEPT OF THE NAVY USA Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Contact Information|4|n97113d|fbb|717-605-2172|jennifer.l.henry73.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)|n/a|tbd|n00104|tbd|tbd|see Schedule|vendor Code|n/a|n/a|tbd|n/a|n/a|n/a|n/a|navsupwawf.wss.ftc@us.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 (may 2024)|13|333413|500||||||||||||
notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x|
the Purpose Of This Amendment Is To Reopen The Offer Window Until 31 Jan 2025 Due To No Quotes Received.
on Drawing 5930889-1 (53711) Rev E
approved Source Of Supply - Rotron Inc (cage 82877)
p/n 034461000
amc Changed From 1g To 1c
to View The Drawings:
go To Www.https://beta.sam.gov/
click: Contract Opportunities And Enter The Solicitation Number. This Gives You Access To The Electronic Solicitation.
drawings Can Be Viewed Or Downloaded.
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 Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or
Sent By Other Electronic Commerce Methods, Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein.
1. Scope
1.1 This Contract/purchase Order Contains The Requirements For Manufacture Of The Fan,vaneaxial .
2. Applicable Documents
2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions.
2.1.1 Documents, Drawings, And Publications Supplied Are Listed Under "drawing Number". These Items Should Be Retained Until An Award Is Made.
2.1.2 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order.
2.1.3 The "document Changes" Section Provides Supersessions/changes To Referenced Documents.
drawing Data=3251443 |10001| -| |d|0001 | -|49998|0049750
drawing Data=3251443 |10001| -| |d|0002 | -|49998|0037908
drawing Data=3251443 |10001| -| |d|0003 | -|49998|0056857
drawing Data=3251443 |10001| -| |d|0004 | -|49998|0043332
drawing Data=3251443 |10001| -| |d|0005 | -|49998|0019154
drawing Data=5930889 |53711| E| |d|0001 | E|49998|2378278
document Ref Data=mil-std-130 | | |h |931201|a| | |
document Ref Data=mil-std-167 | | |b |930630|a| | |
document Ref Data=mil-std-202 | | |g |030718|a| |01|
document Ref Data=mil-std-810 | | |f |030505|a| |03|
document Ref Data=mil-b-23071 | | |c |010508|a| 3| |
3. Requirements
3.1 Manufacturing And Design - The Fan,vaneaxial Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;on Drawing 5930889-1 (53711) Rev E
; .
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 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.)
4. Quality Assurance
4.1 Inspection System Requirements - The Supplier Shall Provide And Maintain An Inspection System Acceptable To The Governmnet. The Inspection System Requirements Shall Be In Accordance With Mil-i-45208.
4.2 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.
4.3 Inspection Of Item(s) Manufactured To Commercial (nongovernment) Specifications - Inspection Of The Completed Fan,vaneaxial Shall Be Limited To Type And Kind, Quantity, Condition, Packaging And Marking.
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.
6.2 Ordinance Document (od) Controlled Items - Award For An Item Will Be Made Only To The Vendor(s) Listed On ;od36190; . A Substitute Item Is Not Authorized Without Prior Testing And Approval By Nspcc.
Contractors Are Cautioned That Award Of This Contract/purchase Order Will Not Be Delayed Solely For The Purpose Of Approving Additional Sources.
Contractors Desiring To Provide A Substitute Item Are Urged To Contact The Government Activity Designated Above To Arrange For Testing And, If Approved, Added To The Od As An Approved Source Of Supply For Subsequent Procurements.
on Drawing 5930889-1 (53711) Rev E
approved Source Of Supply - Rotron Inc (cage 82877)
p/n 034461000
\
Closing Date31 Mar 2025
Tender AmountRefer Documents
Department Of Agriculture Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Tender Amount Updated
Philippines
Details: Description Invitation To Bid For The Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of Goat Breeder House 1. The Department Of Agriculture - Regional Field Office 1 (da-rfo 1), Through The Gaa Fy 2025 Intends To Apply The Sum Of Three Million Four Hundred Thousand Pesos (php3,400,000.00) With Project Identification Number Da-rfo 1-2025-infra-025 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Each Lot, To Wit: Project Title Abc (php) Lot 1: Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of One (1) Unit Goat Breeder House In Brgy. Balite, Malasiqui, Pangasinan 1,700,000.00 Lot 2: Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of One (1) Unit Goat Breeder House In Brgy. Mameltac, City Of San Fernando, La Union 1,700,000.00 Total 3,400,000.00 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Bid Opening. 2. The Da-rfo 1 Now Invites Bids For The Above-mentioned Procurement Project With The Following Details And Specifications, To Wit: Specifications Project Locations/sites: Lot 1: Brgy. Balite, Malasiqui, Pangasinan Lot 2: Brgy. Mameltac, City Of San Fernando, La Union Project Description: Construction Of Goat Breeding House With A Dimension Of 8x9m For 25 Heads Of Female Breeder, 2 Heads Of Male Breeder, At Least 5 Heads Of Pregnant And 10 Heads Of Grower Scope Of Work (per Lot): Description Qty Unit I. General Requirements (permits & Project Billboard) 1.00 Lot Ii. Mobilization And Demobilization 1.00 Ls Iii. Provision Of Safety And Health Program 1.00 Ls Iv. Earthworks 42.57 Sq.m. V. Rsb Works 3,594.49 Kgs Vi. Form Works & Scaffoldings 520.00 Bd.ft. Vii. Concreting Works 17.12 Cu.mtr. Viii. Steel Works (roofing And Ramp Railing) 438.00 Kgs Ix. Tinsmithry Works 157.20 Sq.m. X. Floor, Steel Railing And Feeding Trough Works 72.00 Sq.m. Xi. Plumbing Works 1.00 Lot Xii. Perimeter Fence 120.00 Mtrs Xiii. Electrical Works 1.00 Lot Xiv. Marker 1.00 Lot Minimum Technical Personnel Required (per Lot): • 1 Foreman • 2 Skilled Workers • 4 Unskilled Workers Minimum Equipment Required (per Lot): • 1 Welding Machine • 1 Minor Tool • 1 Concrete Mixer Completion Of The Works Is Within Eighty-five (85) Calendar Days (per Lot). Bidders Should Have Completed 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 A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Seventy-five Percent (75%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 4. Prospective Bidders May Obtain Further Information From And Inspect The Bidding Documents At The Address Given Below During Office Hours At 8:00 Am To 5:00 Pm, Monday To Friday. Department Of Agriculture - Regional Field Office 1 Aguila Rd., Sevilla, City Of San Fernando, La Union 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders From February 27, 2025 To March 19, 2025 From The Address Given And Websites Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Following Amounts: Project Title Bid Docs Fee Lot 1: Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of One (1) Unit Goat Breeder House In Brgy. Balite, Malasiqui, Pangasinan 5,000.00 Lot 2: Provision Of Labor, Materials, Equipment Rental And Other Incidentals Needed For The Construction Of One (1) Unit Goat Breeder House In Brgy. Mameltac, City Of San Fernando, La Union 5,000.00 The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile, Or Through Electronic Means. Note: For Lot Procurement, The Maximum Fee For The Bidding Documents For Each Lot Shall Be Based On Its Abc, In Accordance With The Guidelines Issued By The Gppb; Provided That The Total Fees For The Bidding Documents Of All Lots Shall Not Exceed The Maximum Fee Prescribed In The Guidelines For The Sum Of The Abc Of All Lots. 6. The Da-rfo 1 Will Hold A Pre-bid Conference On 06 March 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Above On Or Before 19 March 2025, 10:00 Am. 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 14. 9. Bid Opening Shall Be On 19 March 2025, 10:00 Am At Da-rfo 1, 5th Floor Conference Room, Aguila Road, Sevilla, City Of San Fernando, La Union. Bids Will Be Opened In The Presence Of The Bidders Or Their Authorized Representatives. 10. Additional Instructions To Bidders: A. The Bidders Or Their Duly Authorized Representatives May Attend The Bid Opening; B. In Case A Representative Will Be Attending The Bid Opening, A Special Power Of Attorney (spa), Secretary’s Certificate, Board Resolution Or Any Other Forms Of Authorization (notarized), As The Case May Be, Together With The Company-issued Identification Card Or Any Valid Id Must Be Presented Upon Submission Of The Bid Proposal At The Bac Secretariat. The Name/title Of The Project Must Be Indicated In The Authorization Or Spa; C. Each Bidder Shall Submit One Copy Of The First And Second Components Of Its Bid. Bidders Shall Submit Their Bids With Proper Index Tabbing Using The Forms Specified In The Bidding Documents In Two (2) Separate Sealed Bid Envelopes, And Which Shall Be Submitted Simultaneously; The First Component Which Is The Technical Eligibility Requirements Must Be Soft-bound, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Second Component Being The Financial Requirements May Be Soft-bound/fastened In A Folder, Marked With The Name Of The Contract And Its Ib No., Name And Address Of The Bidder, And Enclosed In An Envelope, Sealed With Signature And Marked With The Name Of The Contract, Name And Address Of The Bidder, Addressed To The Bids And Awards Committee (bac) Da Rfo-1 City Of San Fernando, La Union, The Specific Identification No. And The Warning “do Not Open Before…” The Date And Time For The Bid Opening. The Technical And Financial Requirement Each In Separate Envelopes, Shall Be Enclosed In A Mother Envelope With The Same Sealing And Markings. Non-compliance With Index Tabbings Shall Not Be A Ground For Outright Disqualification Or Declaration Of Ineligibility. The Improper Index Tabbings Must Be Duly Acknowledged By The Bidder/representative And Be Subject To The Bid Evaluation And Post-qualification Of The Technical Working Group (twg) As To Their Substance. D. All Documents In The Financial Requirements Envelope Must Be Duly Signed And/or Initialed, As Needed, By The Bidder/authorized Representative On Each And Every Page Thereof. 11. The Da-rfo 1 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 Section 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Dennis I. Tactac, Abe Chairperson, Bids And Awards Committee Department Of Agriculture - Regional Field Office 1 Aguila Road, Sevilla, City Of San Fernando, La Union Tel. No.:(072) 242/1045-46, Ext. 07 E-mail Add: Bacsec@ilocos.da.gov.ph 13. For Downloading Of Bidding Documents, You May Visit The Following Websites: Da-rfo1 Website: Https://ilocos.da.gov.ph/ Philgeps Website: Https://www.philgeps.gov.ph/ February 26, 2025 Approved By: (sgd.) Gilbert D. Rabara, Dvm Vice-chairperson, Bids And Awards Committee Invitation To Bid Identification No. Da-rfo 1-2025-infra-025
Closing Date19 Mar 2025
Tender AmountPHP 3.4 Million (USD 58.6 K)
Network Rail Infrastructure Ltd Tender
United Kingdom
Description: Common Safety Method (csm) Support For Electrical Safety
Closing Date22 Jul 2025
Tender AmountRefer Documents
Network Rail Infrastructure Ltd Tender
United Kingdom
Description: Common Safety Method (csm) Support For Electrical Safety
Closing Date23 Jul 2025
Tender AmountRefer Documents
Network Rail Infrastructure Ltd Tender
United Kingdom
Description: Common Safety Method (csm) Support For Electrical Safety
Closing Date22 Jul 2025
Tender AmountRefer Documents
9091-9100 of 10000 active Tenders