Paint Tenders
Paint Tenders
General Santos City Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 2 Million (USD 34.8 K)
Details: Description Project Billboard/signboard Construction Safety And Health (ppe And Safety Personnel) Construction Safety And Health ( Signage And Barricades) Structure Excavation Embankment (from Borrow) Embarkment (aggregate Base Course) Gravel Fill Structural Concrete Reinforcing Steel (deformed)gr.40 Formworks And Falseworks Downspout Fascia Board Pre-painted Metal Sheet (rib-type) Painting, Varnishing And Other Related Works Chb Non-loading (including Reinforceming Steel) 150mm Metal Structures & Accessories Conduits, Boxes & Fitting (conduit Works/conduit Rough-in Wires & Wiring Devices Power Load Center, Switchgear And Panelboards, And Other Overcurrent Protection Devices Lighting Fixtures And Lamps Grounding System Miscellaneous Electrical/civil Works
Department Of Public Works And Highways - DPWH Tender
Paints and Enamels
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 1.9 Million (USD 34.8 K)
Description: 25ng0001 (g) - Procurement Of Traffic Paint For Use Of Maintenance Section On Painting/repainting Of Edgeline, Centeline Pedestrian An , Office Equipment Supplies And Consumables ,department Of Public Works And Highways - Surigao Del Norte 2nd District Engineering Office , Surigao City
DEPT OF THE NAVY USA Tender
Others
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents
Description: Contact Information|4|n97113a|fba|717-605-4356|joshua.d.martin76.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|tbd|n/a|n/a|tbd|n/a|n/a|n/a|n/a|joshua.d.martin76.civ@us.navy.mil|
note For Contractor/administrative Contracting Officer|3||||
navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1||
qualification Requirements (feb 1995)|2|||
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|325510|1000||||||||||||
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_______________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 Deposited In 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 Paint,epoxy,med Tan .
2. Applicable Documents
document Ref Data=mil-prf-22750 | | |f |940531|a| | |
3. Requirements
3.1 Manufacturing And Design - The Paint,epoxy,med Tan Furnished Under This Contract/purchase Order Shall Meet The Material And Physical Requirements As Specified ;for Part Number M22750-2ha-001t-20450 Rev G Cage 81349 ; .
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.)
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/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 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. 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 Pco To Arrange For Testing And, If Approved, Added To The Od
as An Approved Source Of Supply For Subsequent Procurements.
p/n: M22750-2ha-001t-20450 Rev G)
repackage Into 2 Ounce Kits
shelf-life 36 Months - Non-extendible (q Uu)
material Safety Data Sheet Required
qpl-22750 Type 2, Class H, Grade A Vendors Apply
\
Department Of Public Works And Highways Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 2.9 Million (USD 51.7 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aklan District Engineering Office Region Vi Toting Reyes St., Kalibo, Aklan Invitation To Bid For Contract Id No.: 25ga0109 Contract Name: Completion Of Multi-purpose Building, Barangay Dumga, Makato, Aklan 1. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan, Through The Fy 2025 Gaa Intends To Apply The Sum Of Php 2,970,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Contract Id No. 25ga0109 – Completion Of Multi-purpose Building, Barangay Dumga, Makato, Aklan. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Completion Of Multi-purpose Building Contract Id No. : 25ga0109 Locations : Barangay Dumga, Makato, Aklan Scope Of Works : Completion Of Multi-purpose Building: Construction Of A 3-tier Bleachers With 7 Units Of Column And Footing, 6 Units Of Roof Beam, 6 Units Of Intermediate Beam, 7 Units Of Truss And Roofing Of 0.5mm Thk Pre-painted Metal Sheets Rib-type Long Span With Gutter And Flashing. It Is Fully Plastered And Painted With Plumbing/sanitary Works (refer To Plan For The Location Of Bleachers). Installation Of Gutter For Covered Court (2 Sides). Demolition Of Existing Bench, Slab, Canopy And Fence (portion). Construction Of A Storage Room Fully Plastered And Painted Inside Out, With Flashing, Complete With Doors And Windows And Electrical Works. Fabrication And Installation Of 2 Units Of Retractable/foldable Basketball Ring And Stainless Steel Gate With Column And Footing. Contruction Of A 41.61 Sq.m. Concrete Floor Slab (entrance). Approved Budget For The Contract : P 2,970,000.00 Contract Duration : 120 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For Small B. 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 Enrol 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 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. Only The Following Documents Are Required From Prospective Bidders Prior The Sale Of Bidding Documents, 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) C. Letter Of Intent (for Foreign Funded Projects) 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 Aklan District Engineering Office (adeo), Kalibo, Aklan And Inspect The Bidding Documents At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan During Weekdays From 8:00 A.m To 5:00 P.m. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 19, 2025 – March 11, 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. 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 Aklan District Engineering Office (adeo), Kalibo, Aklan Will Hold A Pre-bid Conference On February 26, 2025 At 10:00 A.m At Bac Conference Room, Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan Which Shall Be Open To Prospective Bidders. 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_aklan@dpwh.gov.ph For Electronic Submission On Or Before March 11, 2025 At 10:00 A.m. 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 March 11, 2025 Immediately After The Deadline Of The Submission Of Bids At Bac (conference Room), Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh Aklan District Engineering Office (adeo), Kalibo, Aklan 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. For Further Information, Please Refer To: Maria Paula P. Garcia-custodio Oic – Procurement Unit (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph Ernan I. Bañes Bac Chairperson (036) 268-3269 Email Add: Bactwgaklan@gmail.com Electronicbids_aklan@dpwh.gov.ph
Paranaque City Government Tender
Civil And Construction...+1Building Construction
Philippines
Closing Soon12 Mar 2025
Tender AmountPHP 7.3 Million (USD 128.4 K)
Details: Description Scope Of Work: 1. General Requirements 2. Masonry Works 3. Tile Works 4. Plumbing Works 5. Fabricated Materials 6. Painting
Paranaque City Government Tender
Civil And Construction...+2Civil Works Others, Building Construction
Philippines
Closing Soon12 Mar 2025
Tender AmountPHP 29.5 Million (USD 514.5 K)
Details: Description Scope Of Work: A. Main Building 1. Replacement Of Worn-out Steel Roof Framing @ Canopy (ground Floor) 2. Installation Of Roof Insulation @ Canopy (ground Floor) 3. Replacement/installation Of Worn-out Roofing & Bended Accessories @ Canopy (ground Floor) 4. Replacement/installation Of Worn-out Ceiling Boards & Joists @ Lobby & Hallways (ground Floor) 5. Replacement Of Old/broken Floor Tiles @ Main Lobby & Treasury Lobby (ground Floor) 6. Replacement Of Old/broken Floor Tiles At Hallways & Floor Lobby (3rd - 4th Flr.) 7. Re/painting Works 8. Fabrication & Installation Of Stainless Railings @ Treasury Lobby & Stairs Going To Legislative Building 9. Fabrication & Installation Of Fixed Glass & Swing Glass Door (ground Floor) 10. Fabrication & Installation Of Customized Reception Desk, Backwalls & Decorative Woods 11. Fabrication & Installation Of Mdf Flutted Panel Including Accessories B. Parking 1. Replacement Of Dilapitated Concrete Pavement 2. Installation Of Pavement Blocks & Directional Tactiles 3. Construction Of Lined Canal 4. Painting Works Curbs & Gutter, Lines, Steel Grating, Plant Box And Fence/gate - Front Only) 5. Stamped Concrete C. Electrical Works (main Lobby, Treasury Lobby & Parking Area) 1. Replacement Of Old/broken Electrical Wires & Fixtures
North Western Railway - NWR Tender
Paints and Enamels
Ireps
India
Closing Soon12 Mar 2025
Tender AmountINR 500 K (USD 5.7 K) This is an estimated amount, exact amount may vary.
Description: 1.paint Aluminium In Dual Container To Be Mixed In Medium With Minimum 4 Kg Of Aluminium Paste Any One From Following (i) Apcolite Brand Of Asian Paints (ii) Nerolac Brand Of Kansai (iii) Berger Paint Aluminium Is: 2339. 2.paint Royal Ivory Finishing Full Gloss/high Gloss Hard Drying Synthetic Enamel. Any One From Following (1) Apcolite Brand Of Asian Paint Shade No 0331 (2) Nerolac Brand Of Kansai Paints Shade No 00496. 3.paint Brown Finishing Full Gloss/high Gloss Hard Drying Synthetic Enamel. Any One From Following (1) Apcolite Brand Of Asian Paint To Shade No 0403 (2) Nerolac Brand Of Kansai Paint To Shade No 06559.
MUNICIPALITY OF KIANGAN Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Soon11 Mar 2025
Tender AmountPHP 1.1 Million (USD 20.8 K)
Details: Description Civil Works I Clearing Ii Embankment Iii Excavation(unclassified) Iv Grouted Riprap V Concrete Works Sorting Area (building) Vi Reinforcing Steel Bar Vii Formworks And Scaffoldings Viii Concrete Works Ix G I Post Withe Base Plate X Steel Matting Xi Steel Works Xii Roofing Works Xiii Painting Works Spl1 Tree Planting Spl2 Project Billboard
3581-3590 of 4709 active Tenders