Interior Tenders
Interior Tenders
Offizielle Bezeichnung Tender
Civil And Construction...+1Others
Germany
Description: Contract notice – Sector Directive, Standard regulation Open procedure (construction work) Leipziger Strasse underground station fire protection – 8 lots Description of the overall construction project In the existing Leipziger Strasse underground station in Frankfurt am Main, Bockenheim district, a fire protection renovation of the entire station is being carried out by the Verkehrsgesellschaft Frankfurt am Main GmbH (hereinafter referred to as “VGF”). The fire protection and construction measures take place on the following levels of the station: A-level - above ground, access to the Leipziger Strasse underground station B-level - distribution level C-level - platform level C1-level - crawl space/technical level below C-level, room height 1.21m D-level - platform level D1-level - crawl space/technical level below D-level, room height 1.21m Simultaneous construction work Other companies will be working on the construction site at the same time as the work is being carried out. Coordination with the companies working on the construction site at the same time is required. The start of work depends on the completion of the respective area by the preliminary trades Lot 1: Electrical work Lot 2: Communications technology (bma) Lot 3: Extended shell work Lot 4: Metalwork Lot 5: Hkls conversion projects Lot 6: Contaminant remediation Lot 7: MSR Lot 8: Construction cleaning work Further tenders/notices are planned for the overall fire protection project on Leipziger Strasse: - Drywallers - Painters/plasterers - Door builders Lot 1: New L&K-communications technology-zlt building The tender includes the construction power and adaptation of the existing installation. The services carried out in the list of services include: - Upgrading of routes and new routes - Installation of lights on the platforms (C and D levels), public areas on levels B, C and D - Fire barriers in the area of the new cable routes - Installation of fire alarm components supplied by the customer - Cabling of the systems, incl. ZLT cabling - Installations in the technical rooms - Protection of the existing building structure for the duration of the construction work - Construction site lighting and construction power - Installation of loudspeakers - Expansion of the Saa control center - Installation of temporary protective measures for personal protection during the construction work - Adjustments to existing installations - Dismantling of old electrical equipment including fastening materials - Delivery and introduction of required materials to the installation site (horizontal and vertical paths within the station) must be factored into the unit prices - Connection work on electrical equipment - Preparation of documentation including evidence of lighting measurements - Production of functional operating systems in accordance with the current state of the art - Commissioning and acceptance of the new operating systems Lot 2: New construction of communications technology (bma) The tender includes the construction power and adjustment of the existing installation. The services carried out in the list of services include: - Installation of a fire alarm system Lot 3: Extended shell construction work The underlying list of services includes the extended shell construction work. The services listed in the scope of work include: - Providing and maintaining your own construction site equipment - Protecting certain TGA routes, built-in components (switch cabinets), furniture and surfaces - Demolition of door thresholds, masonry, wall tiles, drywall - Creating new masonry walls, door openings - Renewal of floor tiles after door replacement - Strengthening existing masonry in accordance with fire protection specifications - Renewal of an interior building expansion joint F90 - Reduction of wall openings - Creating a foundation for a base cabinet including adjustment of the sidewalk and tree border as well as delivery and assembly of a bench - Creating a house entry including laying empty pipes - Professional disposal of non-contaminated demolition material The working height is up to approx. 4.00 m Lot 4: Metalwork The underlying scope of work includes the metalwork. The services listed in the scope of work include: - Provision and maintenance of your own construction site equipment - Cordoning off your own work area in the public area of the station - Demolition of ceiling sails as part of a station closure - Demolition of metal ceiling paneling - Manufacturing, delivery and installation of smoke curtains including the associated drywall aprons - Manufacturing, delivery and installation of ceiling paneling sheets Lot 5: Fire protection renovation of plumbing / fire extinguishing / ventilation The underlying scope of work includes the work of the plumbing, fire extinguishing and ventilation trades. The services listed in the scope of work include: - The repeated decommissioning of the existing ventilation system for work on the BSKs - The cleaning of the ventilation ducts in the area of the removed BSKs up to 2.00 m in length - The preparation of the openings created for the installation of new BSKs - The installation of new BSKs - The installation of new BSKs as overflow openings - The connection of new BSKs to the existing ventilation installation - The dismantling and renewal of the existing insulation - The retrofitting of a few BSKs with an AS-I module and a motor - Various small-scale adaptation work on the existing ventilation installation - The fire protection upgrade of pipe penetrations - The installation of protective and barrier measures for the aforementioned work - The installation of a split refrigeration unit for a technical room - The installation of a fire extinguishing separation station Lot 6: Pollutant remediation Main measure The underlying scope of work includes This includes the remediation of pollutants and dismantling of fire dampers and fire doors on levels B, C and D, as well as in the public area of the station. The services listed in the scope of work include: - Provision and maintenance of our own construction site equipment - Erection of locks and film sealing of areas in accordance with TRGS519 - Dismantling of fire dampers in accordance with TRGS519 and DGUV 201-012 BT58 procedures - Dry cleaning (vacuum extraction) and wet cleaning of areas in accordance with TRGS519 - Visual acceptance by the contractor and clearance measurement by an external company. - Dismantling of the sealing areas. The working height is approximately 2.80m to 4.00m. The work is taking place during a closure and rail operations in the station. Work cannot be carried out continuously to carry out the services in the underlying scope of work. Subsequent trades such as ventilation construction and fire protection must also be taken into account in the schedule. For the pollutant remediation in the B, C and D levels for the following time frame: February 2025 - July 2028 Unrestricted use of the entire work area is possible. Lot 7: MSR The underlying list of services includes the work of the MSR trade. The services detailed in the scope of work include: - Disconnecting the existing cabling from the existing fire dampers and the central control cabinet prior to the asbestos remediation work (dismantling fire dampers) - Dismantling the existing cabling between the fire dampers and the central control cabinet in the ventilation center - Installing new ISP cabinets including the required components and internal cabling - Installing the new ASI cabling including laying systems - Connecting the new ASI cabling to the new fire dampers - Modifications to the existing control cabinet to meet the new requirements of the fire protection concept - Programming work In order to ensure compatibility with the existing ZLT/GLT, the components of the control cabinets are to be offered as product-specific products from Siemens. Lot 8: Building site cleaning work The underlying scope of work includes the building site cleaning work. The services listed in the list of services include: - Rough cleaning of the crawl space - Intermediate cleaning of public areas including stairwells, technical rooms and ancillary rooms during the construction period - Final cleaning of public areas including stairwells, technical rooms and ancillary rooms The working height is up to approx. 4.00m
Closing Date3 Jan 2025
Tender AmountRefer Documents
Miley Sui Department Of The Interior Tender
Goods
Civil And Construction...+1Others
Kyrgyzstan
Purchaser Name: Miley Sui Department Of The Interior | Gasoline AI-92
Closing Date11 Feb 2025
Tender AmountKGS 256 K (USD 2.9 K)
Miley Sui Department Of The Interior Tender
Goods
Others
Kyrgyzstan
Purchaser Name: Miley Sui Department Of The Interior | Purchase of Household Goods, Stationery, Bed Linen, Tableware
Closing Date12 Feb 2025
Tender AmountKGS 119.8 K (USD 1.3 K)
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Iloilo 4th District Engineering Office Bolong Este, Sta. Barbara, Iloilo, Region Vi Invitation To Bid For Contract Id No.: 25gi0062 Contract Name: Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo 1. The Dpwh – Iloilo 4th District Engineering Office Through The Fy 2025 General Appropriations Act (gaa) – R.a. No. 12116 Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (php 9,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo / 25gi0062. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh – Iloilo 4th District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, (leganes Integrated Katunggan Ecopark) Barangay Gua-an, Leganes, Iloilo Contract Id No. : 25gi0062 Locations : Leganes, Iloilo Scope Of Works : Construction Of Multi-purpose Building Which Consists Of Two Circular Pavilions. The Larger Pavilion Has A Floor Area Diameter Of 16 Meters, While The Smaller Pavilion Spans 11 Meters. These Two Pavilions Are Connected By A Concrete Walkway. The Structure Features A Torch-applied Waterproofed Foundation, Liquid Waterproofed Concrete Slab Roofing And Walkway, And An Open-plan Interior With Railings And A Complete Electrical System. Approved Budget For The Contract : Php 9,900,000.00 Contract Duration : 136 C.d. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Size Range Small B Of License Category C&d For Gb-1 (building Or Industrial Plant). 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. Per Gppb Resolution No. 15-2021, Prospective Bidders Are Required To Upload And Maintain Current Of The Following Eligibility Documents In The Philgeps: A. Registration Certification (sec/dti Registration) B. Mayor’s/business Permit Or Its Equivalent Documents C. Tax Clearance D. Pcab License And Registration, And E. Audited Financial Statements Any Expired Document Among The Afore-cited Eligibility Documents Shall Render The Philgeps Platinum Registration Certificate As Automatically Suspended And Its Validity Shall Resume Only Once The Said Expired Document Is Already Updated With The Philgeps. For Recently Expired Mayor’s Permit, The Recently Expired Mayor’s Permit Together With The Official Receipt As Proof That The Prospective Bidder Has Applied For Renewal Within The Period Prescribed By The Lgu Shall Be Accepted By The Philgeps For The Purpose Of Updating The Philgeps Certificate Of Platinum Registration And Membership. Consequently, The Prospective Bidders Shall Maintain An Updated And Current Philgeps Platinum Registration And Membership In The Civil Works Application (cwa). Prospective Bidders With Expired Eligibility Documents And Have Not Yet Updated Their Record In The Cwa Are Advised To Attached Their Newly Updated Platinum Registration And Membership Certificate, In The Technical Bid Documents And Not The Updated Particular Eligibility “class A” Document, To Be Considered Eligible By The Bids And Awards Committee. Prior To The Sale Of Bidding Documents, Only The Following Documents Are Required From Prospective Bidders, To Wit: A. Company Id Or Any Government Issued Id B. Authorization Letter (if Not Authorized Liaison Officer In The Cwa, I.e. Special Power Of Attorney For Sole Proprietorship; Or Board / Partnership / Joint Venture Resolution With Secretary's Certificate For Corporation / Partnership / Joint Venture / Cooperative) (memo 097.7_030623_reiteration Of Department Policies Issuances On The Sale Of Bidding Documents And Enrollment In The Civil Works Application Prior Bidding) 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 9184 (ra 9184). 4. Interested Bidders May Obtain Further Information From The Dpwh – Iloilo 4th District Engineering Office And Inspect The Bidding Documents At Bac Office, Dpwh Iloilo 4th Deo, Brgy. Bolong Este, Sta. Barbara, Iloilo During Weekdays From 8:00 A.m. To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 29, 2025 - February 17, 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 Ten Thousand Pesos Only (php 10,000.00). The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees Presented In Person. 6. The Dpwh – Iloilo 4th District Engineering Office Will Hold A Pre-bid Conference On February 05, 2025 At 10:00 A.m. At Bac Office (procurement Unit), Dpwh – Iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_iloilo4@dpwh.gov.ph For Electronic Submission On Or Before February 17, 2025 At 9:00 A.m.. 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 16. 9. Bid Opening Shall Be On February 17, 2025, Immediately After The Deadline Of Submission And Receipt Of Bids At Bac Office (procurement Unit), Dpwh-iloilo 4th District Engineering Office, Sta. Barbara, Iloilo And Through Video Conferencing And Webcasting Via Https://www.youtube.com/@dpwh.iloilo4.deo. And Microsoft Teams. Bids Will Be Opened In The Presence Of The Bidder's Representative Who Choose To Attend At The Activity. 10. 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. 11. The Dpwh –iloilo 4th District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 35.6 And 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. 12. For Further Information, Please Refer To: Elna P. Nepomuceno Head, Bac Secretariat Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com Eva S. Bedonia Bac Chairperson Dpwh –iloilo 4th Deo Sta. Barbara, Iloilo Tel No. (033) 3329762 Dpwhsbiloilo@yahoo.com 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.dpwh.gov.ph / Notices.philgeps.gov.ph Advertisement/publication: Philgeps/dpwh Website Date Of Issue: January 29, 2025 Eva S. Bedonia Bac Chairperson
Closing Date17 Feb 2025
Tender AmountPHP 9.9 Million (USD 171.1 K)
Miley Sui Department Of The Interior Tender
Services
Civil And Construction...+1Construction Material
Kyrgyzstan
Purchaser Name: Miley Sui Department Of The Interior | Purchase of Services Photo Printing, Video Recording, Computer Repair, Cartridge Refilling
Closing Date12 Feb 2025
Tender AmountKGS 101 K (USD 1.1 K)
Municipality Of San Vicente, Palawan Tender
Automobiles and Auto Parts
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For The Supply And Delivery Of Various Spareparts For The Repair And Maintenance Of Vehicles Under The Municipal Disaster Risk Reduction And Management Office, This Municipality/gds-2025-002 1. The Municipal Government Of San Vicente, Palawan, Through The Mdrrm Fund Intends To Apply The Sum Of Five Hundred Sixty-five Thousand Two Hundred Thirty Pesos And Sixty-eight Centavos (₱565,230.68); For Lot 1; One Million Forty-eight Thousand Four Hundred Twenty Pesos (₱1,048,420.00); For Lot 2 Being The Abc To Payments Under The Contract For Supply And Delivery Of Various Spareparts For The Repair And Maintenance Of Vehicles Under The Municipal Disaster Risk Reduction And Management Office, This Municipality/gds-2025-002. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. Lot 1 Vehicle Spare Parts Motorcycles 1. Piece 4 Brake, Pad For Xrm 2. Piece 8 Brake, Pad For Honda Adv (front & Rear) 3. Piece 4 Brake, Pad For Yamaha Scooter 4. Piece 4 Brake, Shoe For Xrm 5. Piece 4 Brake, Shoe For Yamaha Scooter 6. Piece 4 Oil Filter For Honda Adv 7. Piece 4 Oil Filter For Yamaha Scooter 8. Piece 4 Air Filter For Yamaha Scooter 9. Piece 4 Air Filter For Honda Adv Mitsubishi Strada & Toyota Hilux 1. Pair 60 Brake, Pad 2. Pair 60 Brake Shoe Isuzu Dmax 1. Pair 8 Brake, Pad 2. Pair 8 Brake Shoe 3. Piece 4 Filter, Fuel 4. Piece 4 Filter, Oil 5. Set 4 Air Cleaner Nissan Nv350 Rescue Van 1. Pair 10 Brake, Pad Van 2. Pair 10 Brake Shoe Van 3. Piece 6 Filter Fuel, Van 4. Piece 6 Filter Oil, Van 5. Set 4 Air Cleaner Foton Taono Mobile 1. Pair 4 Brake, Pad 2. Pair 4 Brake, Shoe 3. Piece 4 Filter, Fuel 4. Piece 4 Filter Oil 5. Set 2 Air Cleaner Rescue Truck Hino Series 300 1. Piece 6 Brake, Pad, Truck 2. Piece 6 Brake, Shoe, Truck 3. Piece 6 Filter, Fuel Truck 4. Piece 6 Filter, Oil Truck 5. Set 4 Air Cleaner Truck Lot 2 Tire And Batteries 1. Piece 3 Motorcycle (xrm) Tire Tube (interior) 250 X 17 2. Piece 3 Motorcycle (xrm) Tire (exterior) 250 X 17 3. Piece 3 Motorcycle (adv Honda) Tubeless Tire 110/80 R14 4. Piece 3 Motorcycle (adv Honda) Tubeless Tire 130/70 R13 5. Piece 3 Motorcycle (mio) Tubeless Tire 80/90 R14 6. Piece 3 Motorcycle (mio) Tubeless Tire 70/90 R14 7. Piece 20 Tubeless Tire, 225/70 R15 (nv350) 8. Piece 8 Tubeless Tire, 215/75 R16 Lt (toano) 9. Piece 5 Tubeless Tire, 245/70 R16 (dmax) 10. Piece 70 Tubeless Tire 265/60 R18 (strada) 11. Piece 12 Tubeless Tire 225/70 R17 (toyota Hilux) 12 Piece 6 Tire And Tube With Flaps, 8.25- 16 Lt (hino Truck) 12. Piece 5 Battery 12v 3sm Free Maintenance 13. Piece 2 Battery 12v 2d Free Maintenance 2. The Municipal Government Of San Vicente, Palawan Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Thirty (30) Calendar Days. 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). 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. 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. 4. Prospective Bidders May Obtain Further Information From Municipal Government Of San Vicente, Palawan And Inspect The Bidding Documents At The Address Given Below During 8:00 A.m. To 5:00p.m., Monday – Friday. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17 To February 5, 2025 From The Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of One Thousand Pesos (₱1,000.00) For Lot 1; Five Thousand Pesos (₱5,000.00) For Lot 2. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees, In Person Or Through Electronic Means. 6. The Municipal Government Of San Vicente, Palawan Will Hold A Pre-bid Conference On January 24, 2025, 9:30 A.m. At Conference Room, Municipal Government Center, San Vicente, Palawan And/or Through Video Conferencing Or Webcasting Via Zoom, Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual And Online Or Electronic Submission On Or Before February 5, 2025, 9:00 A.m. Late Bids Shall Not Be Accepted. 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 February 5, 2025, 9:30 A.m. At The Conference Room, Municipal Government Center, San Vicente, Palawan Given Address Below And/or Via Zoom. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. For Online Submission, The Bidder Shall Submit Simultaneously Their Bids In Two (2) Separate Folders ( 1 For Technical/eligibility Documents And 1 For Financial Documents) Using A Two-factor Security Procedure Consisting Of An Archive Format (.zip Or .rar) Compression And Password Protection And Disclose The Password For Accessing Their Respective Bid Submission Only During The Actual/virtual Bid Opening. Bidding Documents Not In Compressed Archive Folders And Are Not Password-protected, Shall Be Rejected. However, Bidding Documents Not Properly Compressed And Password-protected, As Required Shall Be Accepted, Provided That The Bidder Or Its Duly Authorized Representative Shall Acknowledge Such Condition Of The Bid As Submitted. The Bac Shall Assume No Responsibility For Improper Compressed Or Password-protected Folder, Or For Its Premature Opening. 11. The Municipal Government Of San Vicente, Palawan 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. 12. For Further Information, Please Refer To: Leah A. Oblian Bac Secretariat Office Address: Municipal Government Center, Poblacion San Vicente, Palawan Electronic Mail Address: Bacsanvicentepalawan@gmail.com Contact Number: 09171575200 (sgd.) Orlando C. Estoya Mun. Disaster Risk Reduction And Management Officer Bac Chairperson 1st Posting
Closing Date10 Feb 2025
Tender AmountPHP 1.6 Million (USD 27.8 K)
2811-2820 of 3098 archived Tenders