Substation Tenders

Substation Tenders

Offizielle Bezeichnung Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Germany
Closing Date31 Jan 2025
Tender AmountRefer Documents 
Description: Contract notice – Sector Directive, standard regulation negotiated procedure with prior publication of a call for competition/negotiated procedure (construction work) Uw Berliner Straße Project description substation Berliner Straße The structure is being built on a 2,095 m² plot of land and is structured as follows: The cables are introduced into the building in the basement. From there, they are led directly into the 20 kV switchgear on the ground floor and via an open shaft into the 110 kV switchgear on the first floor. The two 110 kV transformers provided are arranged on the ground floor, while the oil drip pans for these transformers are located in the first basement. The building has a staircase in the southern area that provides access from the basement to the roof. A freight elevator will also be installed that reaches up to the first floor. The structure extends over a depth of approx. 22.5 m and a width of approx. 48.8 m. On the southwest side, a shaft approx. 2 m wide is planned, which serves the forced cooling of the two 50/63 mva transformers. The total building height is approx. 15.3 m including a parapet of 1.4 m. The civil engineering includes a well foundation for the foundation and the construction of a Berlin shoring with rear anchoring to secure the excavation pit. Furthermore, the building must be provided with a predefined expanded metal facade with corresponding substructure all around. The 110 kV switchgear on the first floor is to be designed as a gas-insulated double busbar variant with an alternative gas to SF6 that meets the current requirements of the F-gas regulation. This switchgear comprises seven panels with the following division: transformer 1, feed-in network 1, longitudinal separation, cross-coupling, feed-in network 2, transformer 2 and reserve panel. The busbars and panels are to be designed for 2500 A and a short-circuit current of 40 KA for 3 seconds. The standardized protection and control cabinets are housed in a separate adjacent room. A 110 kV E-coil is to be installed on the first floor and connected to the 110 kV star points of the transformers. The isolators to be supplied are located in the E-coil room. All required connections are to be taken into account in the scope of the project. The 20 kV primary switchgear and the star-point switchgear are located on the ground floor. The primary switchgear is to be implemented as an air-insulated double busbar with a nominal current of 2500 A and a short-circuit current of 25 Ka for 3 seconds. It comprises 42 panels, two of which are to be provided as space reserves. The switchgear is divided into three busbar sections that are connected to one another via two longitudinal couplings. Sections 1 and 3 also contain cross-couplings. The star-point switchgear is to be implemented as an air-insulated single busbar, comprises 11 panels and can be connected to one another via three longitudinal couplings. It is to be designed for a nominal current of 1250 A and a short-circuit current of 20 Ka for 1 second. Two 20 kV E coils, a grounding transformer and the 20 kV star points of the transformers provided are to be connected to this system. All required connections are to be taken into account in the scope of the project. The AC and DC switchgear and the batteries for the DC supply are located in the first basement. The DC switchgear is to be designed redundantly and includes two batteries, each with 200 Ah at 220 Vdc. The AC switchgear includes six panels, including a feed panel for the 400 kVA auxiliary winding of the grounding transformer, a feed panel for a 400 A house connection and one for the emergency power system. In addition, three fans are installed in the basement for ONAF operation of the 110 kV transformer rooms. All technical components are to be designed in accordance with the current standards and regulations. Design of the electrical equipment ? 110 kV switchgear in SF6-free design including control cabinets (7 fields with space reserve for one more) ? Two 110/20 kV transformers with an output of 50/63 MVA (will be provided) ? 20 kV primary switchgear // DSS system, air-insulated (42 fields) ? 20 kV starpoint switchgear // ESS system, air-insulated (11 fields) ? Two 20 kV E-coils up to 52-520 A in continuous operation, 650 A in short-time operation (will be provided) ? One 110 kV E-coil up to 24-240 in short-time operation (will be provided) ? One earthing transformer with a starpoint current of up to 565 A in continuous operation; 660 A in short-term operation, as well as a net output of 400 KVA (will be provided) ? AC and DC power systems ? 220 Vdc battery system Division of the rooms in the substation ? Basement O 2 transformer troughs O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods elevator (1x for SW network) O Technical room O AC power system room O DC power system room O Battery room O Tank room O Cable cellar (20 and 110 kV cables) O Cable ducts (2x 110 kV, 2x LWL, 1x TGA, etc.) ? Ground floor O 2 transformer rooms O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods lift (1x for SW network) O Bma/ema room O Corridor O 2 20 kV e-coil rooms O 1 earthing transformer room O 20 kV DSS primary and star point switchgear room O Sanitary rooms O 20 kV technical room O Cable ducts (2x 110 kV, 2x LWL, 1x TGA etc.) ? First floor O 2 air spaces for the transformers O Staircase (1x for SW network) O Anteroom (1x for SW network) O Goods elevator (1x for SW network) O Corridor O 110 kV protection and control technology O 1 x 110 kV e-coil room O 110 kV switchgear room O 110 kV technical room O Emergency power system room O Cable shafts (2x LWL, 1x TGA etc.) Building including civil engineering The client will conduct a negotiated procedure with a prior competition for the award of construction services. Only the equipment provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. He will then ask the best-placed applicants (maximum of five) to submit a bid for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in relation to the references in accordance with the competition. The invitation to submit a tender (aza) is issued secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the subject matter of the contract, the contractual regulations and the service specifications. The incoming offers are checked for form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders are invited to the negotiation round and their offers are negotiated separately with them. Further negotiation rounds remain reserved. The offers are evaluated based on the evaluation criteria and the evaluation matrix announced there. Electrical systems The client is conducting a negotiated procedure with a prior competition for the award of construction services. Only the documents provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. It will then invite the best-placed (maximum of five) applicants to submit an offer for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in relation to the references in accordance with the competition. The invitation to submit an offer (aza) is made secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the object of the contract, the contractual regulations and the service specifications. The incoming offers are checked in terms of form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders will be invited to the negotiation round and their offers will be negotiated with them separately. Further negotiation rounds remain reserved. The offers will be evaluated based on the evaluation criteria and the evaluation matrix announced there.

City Of Ozamis, Misamis Occidental Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 15 Million (USD 258.5 K)
Details: Description Invitation To Bid The City Government Of Ozamiz, Through Its Bids And Awards Committee (bac), Invites Contractors Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) To Apply For Eligibility And To Bid For The Hereunder Contract: Name Of Project: Construction Of Three (3) Storey Multi-purpose Building Location: Barangay Aguada, Ozamiz City Project Description: Const. Of Three (3) Storey Multi-purpose Building Ground Floor Bureau Of Fire Protection Substation, Second Floor Barangay Captain’s Office & At Third Floor Conference Hall With A Building’s Total Area Of 396.45 Sq.m. Approved Budget For The Contract (abc): Php 15,001,292.48 Duration: 180 Cd Reference No. : Inf-hfo-013-25 Procurement Will Be Conducted Through Open Competitive Bidding Procedures In Accordance With R.a. 9184 And Its Revised Implementing Rules And Regulations. To Bid For This Contract, A Contractor Must Submit A Letter Of Intent (loi), Purchase Bid Documents And Must Meet The Following Major Criteria: (a) Filipino Citizen Or 75% Filipino-owned Partnership, Corporation, Cooperative, Or Joint Venture, (b) With Pcab License Applicable To The Type And Cost Of This Contract, (c) Completion Of A Similar Contract Costing 50% Of Abc Within A Period Of 10 Years, And (d)net Financial Contracting Capacity At Least Equal To Abc, Or Credit Line Commitment At Least Equal To 10% Of Abc. The Bac Will Use Non-discretionary “pass/fail” Criteria In The Eligibility Check And Preliminary Examination Of Bids. The Significant Time And Deadlines Of Procurement Activities Are Shown Below: Bac Activities Schedule Advertisement/issuance Of Bidding Documents: January 23, 2025 To February 11, 2025 Until 8:59 A.m. Pre-bid Conference: January 30, 2025 At 2:00p.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Deadline Of Submission And Receipt Of Bids / Bid Opening: February 11, 2025 At 9:00 A.m., Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Bid Evaluation: February 18, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City Post-qualification: February 25, 2025 At Bac Office, Ground Floor Abc Hall Building, City Hall Compound, Ozamiz City The Bac Will Issue Bidding Documents (bd’s) Upon Payment Of A Non-refundable Amount Of Php 25,000.00 To The City Government Of Ozamiz Cashier. Bids Must Be Accompanied By A Bid Security, In The Amount And Acceptable Form, As Stated In Section 27.2 Of The Revised Irr. Mailed Intents Shall Not Be Entertained. Prospective Bidders Shall Submit Their Duly Accomplished Forms As Specified In The Bd’s In Two (2) Separate Sealed Bid Envelopes To The Bac Chairman. The First Envelope Shall Contain The Eligibility And Technical Component Of The Bid. The Second Envelope Shall Contain The Financial Component Of The Bid. Contract Will Be Awarded To The Lowest Calculated Responsive Bid As Determined In The Bid Evaluation And Post-qualification. The City Government Of Ozamiz Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Note: “the Bidders Are Required To Present Their Quarry And/or Crusher And Batching Plant Permit. The Materials Should Be Located Within The Territorial Jurisdiction Of Ozamiz City And Approved By The Bureau Of Quality Standards And Attach A Certification That They Can Supply The Aggregates Until The End Of The Contract.” The Aggregates Should Be Locally Sourced Or Within Ozamiz City Only. Approved By: (sgd.) Paul Abtar M. Singh Bac-chairman/city General Services Officer January 23, 2025

City Of Cape Town Tender

Electrical Goods and Equipments...+2Electrical and Electronics, Chemical Products
South Africa
Closing Date4 Feb 2025
Tender AmountRefer Documents 
Details: Rfq Type Goods Goods Fuels & Lubricants Reference Number Wc12500004 Title De-ionised Battery Water Description 70 Each X De-ionised Battery Water Specification* We Require, De-ionised Battery Water That Comes In 25 Litre Containers. A Quantity Of 70 X 25 Litres Are Required For Procurement For All Hv Substations. *nb The Municipal Bidding Document 6.1 (mbd 6.1) Has Been Amended, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission. Wherever Reference Is Made To Any Particular Trade Mark, Name, Patent, Design, Type, Specific Origin Or Producer, Such Reference Shall Be Deemed To Be Accompanied By The Words "or Equivalent". Call Asanda Maqina - 073 820 8753 Or Lubabalo Manbanya # 078 325 8379 For More Information. Delivery Date2025/06/30 Delivery Toelectricity - Ndabeni Red1 Plant / Ph 511 0410 Delivery Address13 Melck Street, Ndabeni Contact Personfatima Shabodien Telephone Number0214446056 Cell Number0833533891 Closing Date2025/02/04 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresswc1@capetown.gov.za Buyer Detailslouis De Freitas Buyer Phone0214445735 Attachments No Attachments Note The Onus Rests With The Service Providers To Download The Returnable Documentation Attached To This Advert. Failure To Submit The Attached Quotation Document In Response To This Advert Will Render Your Quote Non-responsive. Bids Must Be Compliant With The Preferential Procurement Regulations, 2017 Including But Not Limited To Local Content, Functionality, Price And Preference, Eligibility Criteria And Relevant Statutory Criteria. The Details Of This Are Contained In The Rfq Document And/or The Specification Advertised Via E-procurement. Only Locally Produced Goods Or Locally Manufactured Goods, Meeting The Stipulated Minimum Threshold For Local Production And Content, Will Be Considered, Where Applicable.

Landkreis Dahme Spreewald Tender

Civil And Construction...+1Civil Works Others
Germany
Closing Date27 Jan 2025
Tender AmountRefer Documents 
Details: Maintenance of safety lighting - 1 piece Zb-s/18c6, 1 substation Esf-e30/13-s - 94 Rzl, 106 Sl

Eskom Holdings SOC Ltd Tender

Housekeeping Services
South Africa
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Details: Tender Number: Mwp2948ntcsa Department: Eskom Tender Type: Request For Bid(open-tender) Province: Gauteng Date Published: 21 January 2025 Closing Date: 13 February 2025 10:00 Place Where Goods, Works Or Services Are Required: Eskom Simmerpan-germiston-gauteng-1401 Special Conditions: N/a Enquiries: Contact Person: Matshipi Mosima Email: Mosimama@ntcsa.co.za Telephone Number: 053-830-5623 Fax Number: 053-830-5623 Briefing Session: Is There A Briefing Session?: Yes Is It Compulsory? Yes Briefing Date And Time: 28 January 2025 11:00 Briefing Venue: Ms Teams Link Attached Tender Documents Tpdman-st-37.pdf She Spec For Provision Of General Cleaning Services To Eskom Simmerpan Complex Tower Testing And Central Grids Substations And Grand Central Airport.pdf 20241106_general Cleaning _list Of Tender Returnables Cate 3.pdf 1.0_ntcsa Invitation_to_tender_(itt)_cleaning Service_signed.pdf Cleaning Pricing Schedule For 5years.xls 240-180100129_ Enviromental Requirements Proforma.pdf 240-109253698 Cqp Template 2021.docx Sdli Input_cleaning Services .pdf Eskom Sheq Policy -32-727.pdf Scope For General Cleaning Services_contract Scope Of Work.pdf Tender Clarification Link Cleaning Service.docx 240-180100154 Env Management Tender Returnable Contractors Or Service Providers 2023_rev7.xls 32-95 Rev 9.pdf 20241106_general Cleaning Form A_cate 3.pdf Sheq Policy.pdf 240-105658000 Supplier Quality Management Specification (3).pdf Contract And Contractor Ohs Management.pdf Technical Evaluation Criteria General Cleaning Services Updated.pdf 240-109253302 _ Quality Control Plan Or Inspection Test Plan (qcp Or Itp) Rev 2.docx 240-77471499 Annexure B.pdf Am Ohs Contractor Baseline Risk Assessment 04 May 2023.xlsx Paye Questionnaire For Service Contracts 2023_2024.xls General Cleaning Ohs Tender Evaluation.pdf Nec.zip

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Closing Date4 Jan 2025
Tender AmountRefer Documents 
Details: Works contract for execution of providing 1)Improvement estimate for providing 2 nos 11KV ABSwitch in Various locations in Thickanamcode feeder under Thickanamcode Section. 2)Improvement estimate for 8nos 8mtr PSC pole in various DTs in various locations under Thuckalay Section. 3)Improvement estimate for newly proposed 1no double pole 11KV AB Switch at Mulavilai under Thiruvattar Section. 4)Improvement estimate for newly proposed 6nos single pole 11KV AB Switches in 11KV Arumanai Feeder under Thiruvattar Section. 5)Improvement estimate for 3mos 9.14 mtr RCC poles into 9mtr PSC poles in Muthalakurichy SS II FI/2,3,4 under Thuckalay Section. 6)Improvement estimate for strengthening of existing LT conductor ACSR 7/2.11 into ACSR 7/3.35 in FI/1 to FI/15 in Puliyanvilai SS 100KVA under Thiruvattar feeder. 7)Improvement estimate for newly proposed 1no single pole 11KV AB Switch at Thattanvilai under Thiruvattar Section. 8)Improvement estimate for improving tailend voltage to be changed with existing Panavilai SS III 25KVA tobe enhanced to 63 KVA DT by secreating GH SS in Thuckalay feeder under TKY Section. 9)Improvement estimate for improving tailend voltage by secreating in Puliyoorkurichy SS V into by providing 1no 63KVA DT in Thuckalay feeder under TKY Section. 10)Improvement estimate for newly proposed 100KVA DT for improving tail end voltage by segregating Puliyoorkurichy SS I in Thuckalay feeder under Thuckalay section. 11)Improvement estimate for replacement of deteriorated 4nos 9.14 mtr RCC pole into 9mtr PSC pole and 1no 9 mtr into 9m PSC pole in various locations under MCL Section. 12)Improvement estimate for newly proposed 1no 63KVA DT for Improving TailEnd Voltage in Kulasekharam Market area in Thiruvattar Feeder under U KLm Section. 13)Improvement estimate for newly proposed 1nos 25 KVA DT at Veeyanoor Substation Quarters in 11KV Chandam Feeder under Thiruvattar Section. 14)Improvement estimate for strengthening of existing aged LT conductor ACSR 7/2.50 into ACSR 7/3.35 at Mathiravilai Kurusady Area for improving tail end voltage under TKD Section. 15)Improvement estimate for 4nos 9.14 mtr RCC poles into 9mtr PSC poles in 11KV Charode and CWSS feeders and 1no 8mtr RCC pole into 8mtr PSC for detoriated in various locations under Thuckalay Section. 16)Improvement estimate for improving tailend voltage suply in single phase connected load in Kuttakarai SS 100 KVA by stringing addl 2phase wire for reulating normal voltage at Kuttakarai area under TKY section. 17)Improvement estimate is prepared for the erection of 11 KV HT feeder link line between 11KV Mulagumoodu Feeder and 11KV Eraniel Feeder under Moolachel Section. 18)Improvement estimate for strengthening of existing HT conductor ACSR 7/2.5 into ACSR 7/4.09 in TKY SS 1,4,5 to Perumal Kovil under Thuckalay Section. 19)Improvement estimate for strengthening of existing LT conductor ACSR 7/2.11 into ACSR 7/3.35 in F2/1 to F2/23 in Puliyoorkurichy 250 KVA under Thiruvattar feeder. 20)Improvement estimate for replacement of 1nos 9mtr PSC pole and 6no 8mtr PSC pole and 2nos RSJ pole insertion in various locations in various DT under VCI section. 21)Improvement estimate for strenthening of existing LT conductor ACSR 7/2.59 into 7/4.09 and insertion of 9mtr PSC pole in various DT in Kothanalloor Feeder under MCL section. 22)Improvement estimate for insertion of 1no 9mtr PSC pole and 1no existing 8mtr pole into 9mtr PSC pole and 1no 9mtr stud pole in 11KV Chandam feeder under Moolachel Section. 23)Improvement estimate for replacement of deteriorated 8nos 8 mtr RCC pole into 8mtr PSC pole and 1no 8 mtr insertion PSC pole in various loacation under MCL Section. 24)Improvement estimate for replacement of 3nos RSJ pole 5nos 9mtr PSC poles and 2nos 8mtr PSC deteriorated poles in various locations under VCI Section. 25)Improvement estimte for replacement of 2nos 9.14 mtr RCC pole into RSJ Fabricated and 2nos damaged RSJ pole in low ground clearance in various loacation under MCL section. 26)Improvement estimate for replacement of deteriorated 4nos 8mtr PSC pole into 8mtr PSC poles in Poonangaparambu SS III 25KVA in various locations under MCL Section. 27)Improvement estimate for providing linkline between two 11KV feeders(Thickanamcode & Kattuvilai) Near Railway Bridge under Thickanamcode Section. 28)Improvement estimate for replacement of 6nos deteriorated RSJ poles and 1nos Tubular in various locations under Thuckalay Section. 29)Improvement estimate for provision of 3 feeders nos additional 11KV rotating AB Switch in existing 11KV Aloor & Mulagumoodu and Kothanalloor Feeders 110/11 KV SS Campous Thuckalay under Substation Thuckalay. 30)Improvement estimate for 11KV AB Switch in to 11KV Center Rotating AB Switch in Thiruvattar-Arumanai Tie Switch in 110/11 KV Sub station Veeyanoor. 31)EOS to 1no IIIB INDL additional load toTmy.Jaya Paulcy Bai at Ottalivilai by providing 250KVA DT under Thiruvattar Section. 32)Estimate for 1no IIIB service to Thiru.Sreekutty Enterprices at Marunthukottai under Thuckalay Section. 33)Improvement estimate for replacement of 6 nos deteriorted 9mtr PSC poles in various DTs under MCL Section. 34)Natural Calamity estimate for the replacement of damaged 1no single pole structure in Aanayadi Cashew Industries SS 100KVA due to fallen of Rubber tree under Thiruvattar Section. 35)Eos for 1no III B INDL additional load service to Thiru.Renish at Sadayalputhoor Rod at Peyode by providing 100KVA in 11KV Kattimancode feeder under Vellichanthai Section. 36)Estimate for 1no industrial SC to Tmy.A.Nabisath Beevi at main road Tiruvithamcode under Moolachel Section. 37)Eos to 1no IIA OHT service to The President Kumarankudi Village Panchayat by providing 1no 63KVA DT at Poovancode under Thiruvattar Section. 38)DCW estimate for shifting of existing 1No 100 KVA distribution transformer in Tholichal SS I and 1no 9mtr PSC poles as per the request of Thiru.Vishnu Prasad at Pullanivilai under Thiruvattar Section. 39)Improvement estimate for providing 1No 63KVA DT improving tail end voltage in Thirunainarkurichy SS I in 11 KV Vellichanthai Feeder under VCI Section. 40)Improvement estimate for providing 1No 63KVA DT Improving Tail end voltage to avoid electical accident in Vellamodi Junction in 11KV Kattimancode Feeder under VCI Section.Kanyakumari Electricity Distribution Circle – Regarding.

Municipality Of Bayambang Pangasinan Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
Closing Date11 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Details: Description General Specifications Project : Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Location : Municipal Compound, Zone Ii, Bayambang, Pangasinan Area : 8,579.28 Sq.m These Specifications Are Intended To Cover The Construction Of The Rehabilitation Of Mdrrmo (retrofitting Of Column, Septic Tank, Comfort Rooms, Ceiling, Wall And Electrical Works) As Shown On The Plans And Described In These Specifications. The Entire Work Is To Be Finished In Every Part With A First-class Job To The Full Extent Of The Meaning Of Plans And Specifications. Intent And Application Of The Provisions Of This Section A. The Scope Of Work Covered Within These Specifications Is The Complete Re-routing Of Secondary Electric Line, Internet Cables, Telephone Cables & Cctv Cables, Including Installation Of Emergency Lights & Manual Fire Alarm Bell (phase Ii) Located In Municipal Compound, Zone Ii, Bayambang, Pangasinan. B. This Section Is Prepared In A Concise Manner, The Intention Of Which Is To Save Time And Effort In Locating Important Contents Within These Specifications. C. Execution Of This Section Shall Be Coordinated And Harmonized To Each Corresponding Elaborated Section Of These Same Specifications. D. In Case Discrepancies Exist Between This Section And Its Corresponding Elaborated Sections, Notify The Procuring Entity Immediately For Clarification; Their Decision Shall Be Final. E. The Contractor Shall Bear The Responsibility Of Checking All The Numbers And Units As Indicated In The Bill Of Quantities. It Is Understood That The Contractor Shall Supply And Install The Required Units In Accordance With The Plans And The Specifications. F. In Their Big Proposal, The Bidders May Propose Materials Or Equipment Or Makes Other Than Those Specified In The Boq And/or Specifications, Provided They Are Of Equivalent Specifications And Functionalities. G. During Project Implementation, The Winning Bidder/contractor May Propose Substitution Of Materials Or Equipment Or Makes Other Than Those Specified In The Contract Documents Shall Be Subject To The Approval Of The Procuring Entity For The Following Reasons Only. 1. That The Materials Or Equipment Proposed Substitution Is Equal Or Superior To The Materials Or Equipment Specified In Construction Efficiency And Utility Provided That Any And All Costs Relative Thereof Shall Be Shouldered By The Contractor. 2. Or That The Materials Or Equipment Specified Cannot Be Delivered To The Job Site On Tome To Complete The Work Of The Contractors Due To Conditions Beyond The Control Of The Contractor. 3. In Case Of A Price Difference, The Procuring Entity Shall Receive All Benefits Of The Difference In Cost Involved In Any Substitution And The Contract Shall Be Altered By Change Order To Credit The Procuring Entity With Any Savings So Obtained. H. To Receive Consideration, Request(s) For Substitution Shall Be Accompanied By Documentary Proof Of Equality Or Difference In Price And Delivery, If Any, In The Form Of Certified Quotations And Guaranteed Date Of Delivery From Suppliers Of Either The Proposed Substituted Materials Or Equipment. General Conditions Of Plans And Specifications The Execution Of This Specification, Plans And Other Related Contract Documents Shall Be Subjected To The Rules And Regulations As Provided In The General Conditions Of The Contract. The Plans And Specifications Shall Be Interpreted By The Procuring Entity And Or His/her Representative. The Contractor Is Enjoined To Confer With The Procuring Entity On Items For Clarification Before Submitting His Bid. No Excuses Shall Be Entertained For Misinterpretation Of The Plans And Specifications After The Award Of Contract. All Work As Deemed Required By The Procuring Entity Shall Be Carried Out Properly By The Contractor. A. The Contractor Shall Consult The Procuring Entity On Portion Of The Work Not Mentioned In The Specifications And Not Illustrated On The Plans. He Shall Not Work Without Proper Instruction Or Detailed Plans Approved By The Procuring Entity, Otherwise He Shall Be Responsible For The In Acceptance Of The Work Done Without Details. In Such Case, The Contractor Shall Make Good The Work At His Own Expense. B. No Alteration Or Addition Shall Be Allowed Without The Consent And Proper Documentation Approved By The Procuring Entity, Even Such Change Is Ordered By The Procuring Entity. The Contractor Shall Bring The Case To The Procuring Entity. Request For Approval Of Such Changes, Alteration, Deviation Of Work Shall Not Be Done Without The Consent Of The Procuring Entity. Changes May Be Presented To The Procuring Entity In The Form Of Shop Drawings. Two (2) Sets Of Clean Plans And Specification Shall Always Be Kept At The Jobsite To Be Available To The Procuring Entity Or Their Representative Upon His Request During The Construction. Part D. Electrical Works Item 1100. Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Description This Item Shall Consist Of The Furnishing And Installation Of The Complete Conduit Work Consisting Of Electrical Conduits; Conduit Boxes Such As Junction Boxes, Pull Boxes, Utility Boxes, Octagonal And Square Boxes; Conduit Fittings Such As Couplings, Locknuts And Bushings And Other Electrical Materials Needed To Complete The Conduit Roughing-in Work Of This Project. Material Requirements: All Materials Shall Be Brand New And Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Philippine Standard Agency (psa) Mark. Conduits Conduits Shall Be Standard Rigid Steel, Zinc Coated Or Galvanized. Intermediate Metal Conduit May Be Used If Shown Or Specified On The Approved Plans. Pvc Conduit If Required Shall Be Schedule 40. Enamel Coated Steel Conduits And Conduits With Rough Inner Surfaces Are Not Acceptable. Conduit Boxes All Conduit Boxes Shall Be Code Gauge Steel And Galvanized. Outlet Boxes Shall Be Galvanized Pressed Steel Of Standard Make. In General, Outlet Boxes Shall Be At Least 100 Mm Square Or Octagonal, 53 Mm Deep And 16 Mm Minimum Gauge. Conduit Fittings All Conduit Fittings Such As Locknuts And Bushings Shall Be Galvanized Of Standard Make. Construction Requirements: All Works Throughout Shall Be Executed In The Best Practice In A Workmanlike Manner By Qualified And Experienced Electricians Under The Immediate Supervision Of A Duly Licensed Electrical Engineer. Conduits Conduits Should Be Cut Square With A Hacksaw And Reamed. Bends Shall Be Made With The Required Radius. In Making Bends Only Conduit Bending Apparatus Will Be Used. The Use Of A Pipe Tee Or Vise For Bending Conduits Shall Not Be Permitted. Conduits Which Have Been Crushed, Deformed Or Flattened Shall Not Be Installed. No Running Thread Shall Be Allowed. Conduit Runs Crossing Construction Joints Of The Building Shall Be Provided With Standard Expansion Fittings Of The Approved Type. No Conduits Shall Be Used In Any System Smaller Than 12 Mm Diameter Electric Trade Size Nor Shall Have More Than Four (4) 9o-degree Bends In Anyone Run And Where Necessary, Pull Boxes Shall Be Provided. All Ends Of Conduits Which Are Left Empty In Cabinets And Conduit Boxes Shall Be Plugged With Lead Or Approved Pipe Caps So As To Prevent The Entrance Of White Ants And Dirt Within The Conduit System. Pull Wires Shall Be Inserted In The Empty Ducts Before They Are Closed With Lead Or Pipe Caps And Shall Be Left Therein For Future Use. On Exposed Work, All Pipes And Outlet Boxes Shall Be Secured By Means Of Galvanized Metal Clamps Which Shall Be Held In Place By Means Of Machine Screws. When Running Over Concrete Surfaces, The Screws Shall Be Held In Place By Means Of Expansion Sleeves For Big Pipes And Rolled Lead Sheet For Small Pipes. All Pipes Shall Be Run At Right Angles To And Parallel With The Surrounding Walls. No Diagonal Run Shall Be Allowed And All Bends And Offsets Shall Be Avoided As Much As Possible. Conduits Shall Be Supported At 1,500 Mm Intervals Maximum. Conduit Boxes & Fittings Provide Conduit Boxes For Pulling And Splicing Wires And Outlet Boxes For Installation Of Wiring Devices. As A Rule, Provide Junction Boxes Or Pull Boxes In All Runs Greater Than 30 Meters In Length, For Horizontal Runs. For Other Lengths, Provide Boxes As Required For Splices Or Pulling. Pull Boxes Shall Be Installed In Inconspicuous But Accessible Locations. Support Boxes Independently Of Conduits Entering By Means Of Bolts, Red Hangers Or Other Suitable Means. Conduit Boxes Shall Be Installed Plumb And Securely Fastened. They Shall Be Set Flush With The Surface Of The Structure In Which They Are Installed Where Conduits Are Run Concealed. All Convenience And Wall Switch Outlet Boxes For Concealed Conduit Work Shall Be Deep, Rectangular Flush Type Boxes. Four-inch Octagonal Flush Type Boxes Shall Be Used For All Ceiling Light Outlets And Shall Be Of The Deep Type Where Three Or More Conduits Connect To A Single Box. Floor Mounted Outlet Boxes Required Shall Be Waterproof Type With Flush Brass Floor Plate And Brass Bell Nozzle. All Boxes Shall Be Painted With Antirust Red Lead Paint After Installation. All Conduits Shall Be Fitted With Approved Standard Galvanized Bushing And Locknuts Where They Enter Cabinets And Conduit Boxes. Junction And Pull Boxes Of Code Gauge Steel Shall Be Provided As Indicated Or As Required To Facilitate The Pulling Of Wires And Cables. General Specifications The Work To Be Done Under This Division Of Specifications Consists Of The Fabrication, Furnishing, Delivery And Installation, Complete In All Details Of The Electrical Work, At The Subject Premises And All Work Material's Incidental To The Proper Completion Of The Installation, Except Those Portions Of The Work Which Are Expressly Stated To Be 90ne By Other Fields. All' Works Shall Be Done In Accordance With The Rules And Regulations And With The Specifications. Specifications On: 1. Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). 2. Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. 3. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Auxiliary Systems All Auxiliary Systems Such As Telephone And Intercom System, Time Clock System, Fire Alarm System And Public Address/nurse's Call/paging System Installations Shall Be Done In Accordance With The Approved Design. All Materials To Be Used Shall Conform To The Bureau Of Product Standards (bps) Specifications. Important Requirement Regarding Supervision Of The Work And Submission Of Certificate Of Completion. All Wiring Installation Herein Shall Be Done Under The Direct Supervision Of A Licensed Electrical Engineer At The Expense Of The Contractor. The Contractor Shall Submit The Certificate Of Completion Duly Approved By The Owner's Representative. Test And Guarantee Upon Completion Of The Electrical Construction Work, The Contractor Shall Provide All Test Equipment And Personnel And To Submit Written Copies Of All Test Results. The Contractor Shall Guarantee The Electrical Installation Are Done And In Accordance With The Approved Plans And Specifications. The Contractor Shall Guarantee That The Electrical Systems Are Free From' All Grounds And From All Defective Workmanship And Materials And Will Remain So For A Period Of One Year From Date And Acceptance Of Works. Any Defect Shall Be Remedied By The Contractor At His Own Expense. Method Of Measurement The Work Under This Item Shall Be Measured Either By Lengths, Pieces, Pairs, Lot And Set Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1100 Conduits, Boxes And Fittings (conduit Works / Conduit Rough-in) Lot Item 1101. Wires And Wiring Devices Description This Item Shall Consist Of The Furnishing And Installation Of All Wires And Wiring Devices Consisting Of Electric Wires And Cables, Wall Switches, Convenience Receptacles, Heavy Duty Receptables And Other Devices Shown On The Approved Plans But Not Mentioned In These Specifications. Material Requirements Wires And Cables Shall Be Of The Approved Type Meeting All The Requirements Of The Philippine Electrical Code And Bearing The Psa Mark. Unless Specified Or Indicated Otherwise, All Power And Lighting Conductors Shall Be Insulated For 600 Volts. All Wires Shall Be Copper, Soft Drawn And Annealed, Smooth And Of Cylindrical Form And Shall Be Centrally Located Inside The Insulation. All Wiring Devices Shall Be Standard Products Of Reputable Electrical Manufacturers. Wall Switches Shall Be Rated At Least 1 Oa, 250 Volts And Shall Be Spring Operated, Flush, Tumbler Type. Duplex Convenience Receptacles Shall Be Rated At Least 15a, 250 Volts, Flush, Parallel Slots. Single Heavy Duty Receptacles Shall Be Rated At Least 20a, 250 Volts. 3wire, Flush, Polarized Type. Construction Requirements Conductors Or Wires Shall Not Be Drawn In Conduits Until After The Cement Piaster Is Dry And The Conduits Are Thoroughly Cleaned And Free From Dirt And Moisture. In Drawing Wires Into Conduits, Sufficient Slack Shall Be Allowed To Permit Easy Connections For Fixtures, Switches, Receptacles And Other Wiring Devices Without The Use Of Additional Splices. All Conductors Of Convenience Outlets And Lighting Branch Circuit Home Runs Shall Be Wired With A Minimum Of 3.5 Mm In Size. Circuit Home Runs To Panel Boards Shall Not Be Smaller Than 3.5 Mm But All Home Runs To Panel Board More Than 30 Meters Shall Not Be Smaller Than 5.5 Mm. No Conductor Shall Be Less Than 2 Mm In Size. All Wires Of 14mm And Larger In Size Shall Be Connected To Panels And Apparatus By Means Of Approved Type Lugs Or Connectors Of The Solder Less Type, Sufficiently Large Enough To Enclose All Strands Of The Conductors And Securely Fastened. They Shall Not Loosen Under Vibration Or Normal Strain. All Joints, Taps And Splices On Wires Larger Than 14 Mm Shall Be Made Of Suitable Solder Less Connectors Of The Approved Type And Size. They Shall Be Taped With Rubber And Pvc Tapes Providing Insulation Not Less Than That Of The Conductors. No Splices Or Joints Shall Be Permitted In Either Feeder Or Branch Conductors Except Within Outlet Boxes Or Accessible Junction Boxes Or Pull Boxes. All Joints In Branch Circuit Wiring Shall Be Made Mechanically And Electrically Secured By Approved Splicing Devices And Taped With Rubber And Pvc Tapes In A Manner Which Will Make Their Insulation As That Of The Conductor. All Wall Switches And Receptacles Shall Be Fitted With Standard Bakelite Face Plate Covers. Device Plates For Flush Mounting Shall Be Installed With All Four Edges In Continuous Contact With Finished Wall Surfaces Without The Use Of Coiled Wire Or Similar Devices. Plaster Fillings Will Not Be Permitted. Plates Installed In Wet Locations Shall Be Gasketed. When More Than One Switch Or Device Is Indicated In A Single Location, Gang Plate Shall Be Used. Method Of Measurement The Work Under This Item Shall Be Measured Either By Meters, Rolls, Pieces, And Set, Actually Placed And Installed As Shown On The Plans. Basis Of Payment All Work Performed And Measured And As Provided For In This Bid Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1101 Wires And Wiring Devices Lot Item 1102. Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Description This Item Shall Consist Of The Furnishing And Installation Of The Power Load Center Unit Substation Or Low Voltage Switchgear And Distribution Panel Boards At The Location Shown Or The Approved Plans Complete With Transformer, Circuit Breakers, Cabinets And All Accessories, Completely Wired And Ready For Service. Material Requirements All Materials Shall Be Brand New And Shall Be Of The Approved Type. It Shall Conform To The Requirements Of The Philippine Electrical Code And Shall Bear The Philippine Standard Agency (psa) Mark. Power Load Center Unit Substation The Contractor Shall Furnish And Install An Indoor-type Power Load Center Unit Substation At The Location Shown On The Approved Plans If Required. It Shall Be Totally Metal-enclosed, Dead Front And Shall Consist Of The Following Coordinated Component Parts: High Voltage Primary Section: High Voltage Primary Incoming Line Section Consisting Of The Following Parts And Related Accessories: A. One (1) Air-filled Interrupter Switch, 2-position (open-close) Installed In A Suitable Air Filled Metal Enclosure And Shall Have Sufficient Interrupting Capacity To Carry The Electrical Load. It Shall Be Provided With Key Interlock With The Cubicle For The Power Fuses To Prevent Access To The Fuses Unless The Switch Is Open. B. Three (3)-power Fuses Mounted In Separate Compartments Within The Switch Housing And Accessible By A Hinged Door. C. One 1) Set Of High Voltage Potheads Or 3-conductor Cables Or Three Single Conductor Cables. D. Lightning Arresters Shall Be Installed At The High Voltage Cubicle If Required. Items (a) And (b) Above Could Be Substituted With A Power Circuit Breaker With The Correct Rating And Capacity. Transformer Section The Transformer Section Shall Consist Of A Power Transformer With Ratings And Capacities As Shown On The Plans. It Shall Be Oil Liquid-filled Non-flammable Type And Designed In Accordance With The Latest Applicable Standards. The Transformer Shall Be Provided With Four (4 Approximately 2 1/2 % Rated Kva Taps On The Primary Winding In Most Cases One (1) Above And Three (3) Below Rated Primary Voltage And Shall Be Changed By Means Of Externally Gang-operated Manual Tap Changer Only When The Transformer Is De-energized. Tap Changing Under Load Is Acceptable If Transformer Has Been So Designed. The Following Accessories Shall Be Provided With The Transformer, Namely: Drain Valve, Sampling Device, Filling Connection, Oil Liquid Level Gauge, Ground Pad, Top Filter Press Connection, Lifting Lugs, Diagrammatic Nameplate, Relief Valve, Thermometer And Other Necessary Related Accessories. The High-voltage And Low-voltage Bushings And Transition Flange Shall Be Properly Coordinated For Field Connection To The Incoming Line Section And Low Voltage Switchboard Section, Respectively. Low-voltage Switchboard Section The Low-voltage Switchboard Shall Be Standard Modular-unitized Units, Metal-built, Dead Front, And Safety Type Construction And Shall Consist Of The Following: A. Switchboard Housing The Housing Shall Be Heavy Gauge Steel Sheet, Dead Front Type, Gray Enamel Finish Complete With Frame Supports, Steel Bracings, Steel Sheet Panel Boards, Removable Rear Plates, Copper Bus Bars, And All Other Necessary Accessories To Insure Sufficient Mechanical Strength And Safety. It Shall Be Provided With Grounding Bolts And Clamps. B. Secondary Metering Section The Secondary Metering Section Shall Consist Of One (1) Ammeter, Ac, Indicating Type; One (1) Voltmeter, Ac, Indicating Type, One (1) Ammeter Transfer Switch For 3-phase; One (1) Voltmeter Transfer Switch For 3phase; And Current Transformers Of Suitable Rating And Capacity. The Above-mentioned Instruments Shall Be Installed In One Compartment Above The Main Breaker And Shall Be Complete With All Necessary Accessories Completely Wired, Ready For Use. C. Main Circuit Breaker The Main Circuit Breaker Shall Be Draw-out Type, Manually Or Electrically Operated As Required With Ratings And Capacity As Shown On The Approved Plans. The Main Breaker Shall Include Insulated Control Switch If Electrically Operated, Manual Trip Button, Magnetic Tripping Devices, Adjustable Time Over Current Protection And Instantaneous Short Circuit Trip And All Necessary Accessories To Insure Safe And Efficient Operation. D. Feeder Circuit Breakers There Shall Be As Many Feeder Breakers As Are Shown On The Single Line Diagram Or Schematic Riser Diagram And Schedule Of Loads And Computations On The Plans. The Circuit Breakers Shall Be Draw Out Or Molded Case As Required. The Circuit Breakers Shall Each Have Sufficient Interrupting Capacity And Shall Be Manually Operated Complete With Trip Devices And All Necessary Accessories To Insure Safe And Efficient Operation. The Number, Ratings, Capacities Of The Feeder Branch Circuit Breakers Shall Be As Shown On The Approved Plans. Circuit Breakers Shall Each Be Of The Indicating Type, Providing "on" - "off" And "trip" Positions Of The Operating Handles And Shall Each Be Provided With Nameplate For Branch Circuit Designation. The Circuit Breaker Shall Be So Designed That An Overload Or Short On One Pole Automatically Causes All Poles To Open. Low-voltage' Switchgear (for Projects Requiring 'low-voltage Switchgear Only). The Contractor Shall Furnish And Install Low-voltage Switchgear At The Location Shown On The Plans. It Shall Be Metal-clad, Dead Front, Free Standing, Safety Type Construction And Shall Have Copper Bus Bars Of Sufficient Size, Braced To Resist Allowable Root Mean Square (rms) Symmetrical Short Circuit Stresses, And All Necessary Accessories. The Low-voltage Switchgear Shall Consist Of The Switchgear Housing, Secondary Metering, Main Breaker And Feeder Branch Circuit Breakers And All Necessary Accessories, Completely Wired, Ready For Service. Grounding System: All Non-current Carrying Metallic Parts Like Conduits, Cabinets And Equipment Frames Shall Be Properly Grounded In Accordance With The Philippine Electrical Code, Latest Edition. The Size Of The Ground Rods And Ground Wires Shall Be As Shown On The Approved Plans. The Ground Resistance Shall Not Be More Than 5 Ohms. Panel Boards And Cabinets Panel Boards Shall Conform To The Schedule Of Panel Boards As Shown On The Approved Plans With Respect To Supply Characteristics, Rating Of Main Lugs Or Main Circuit Breaker, Number And Ratings And Capacities Of Branch Circuit Breakers. Panel Boards Shall Consist Of A Factory Completed Dead Front Assembly Mounted In An Enclosing Flush Type Cabinet Consisting Of Code Gauge Galvanized Sheet Steel Box With Trim And Door. Each Door Shall Be Provided With Catch Lock And Two-(2) Keys. Panel Boards Shall Be Provided With - Directories And Shall Be Printed To Indicate Load Served By Each Circuit. Panel Board Cabinets And Trims Shall Be Suitable For The Type Of Mounting Shown On The Approved Plans. The Inside And Outside Of Panel Board Cabinets And Trims Shall Be Factory Painted With One Rust Proofing Primer Coat And Two Finish Shop Coats Of Pearl Gray Enamel Paint. Main And Branch Circuit Breakers For Panel Boards Shall Have The Rating, Capacity And Number Of Poles As Shown On The Approved Plans. Breakers Shall Be Thermal Magnetic Type. Multiple Breaker Shall Be Of The Common Trip Type Having A Single Operating Handle. For 50-ampere Breaker Or Less, It May Consist Of Single-pole Breaker Permanently Assembled At The Factory Into A Multi-pole Unit. Construction Requirements The Contractor Shall Install The Power Load Center Unit Substation Or Low-voltage Switchgear And Panel Boards At The Locations Shown On The Approved Plans. Standard Panels And Cabinets Shall Be Used And Assembled On The Job. All Panels Shall Be Of Dead Front Construction Furnished With Trims For Flush Or Surface Mounting As Required. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set And Pieces Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1102 Power Load Center, Switchgear And Panel Boards, And Other Overcurrent Protection Devices Lot Item 1103. Lighting Fixtures And Devices Specifications On: Lighting Fixtures And Lamp A. All Lighting Fixtures And Lamps Are As Specified And Listed On Lighting Fixture Schedule. B. For Fluorescent Lamp, It Shall Be 40-watt Rapid Start Cool-white. All Fluorescent Ballast Shall Be 230 Volt, High Power Factor, Of Good Quality Materials And Approved By The Bureau Of Product Standards (bps). Material Requirements All Materials To Be Used Shall Conform To The Bps Specification. Construction Requirements A. All Grounding System Installation Shall Be Executed In Accordance With The Approved Plans. B. Grounding System Shall Include Building Perimeter Ground Wires, Ground Rods, Clamps, Connectors, Ground Wells And Ground Wire Taps As Shown In The Approved Design. Method Of Measurement The Work Under This Item Shall Be Measured Either By Set, Pieces, Or Lot Actually Placed And Installed As Shown On The Approved Plans. Basis Of Payment All Works Performed And Measured And As Provided For In The Bill Of Quantities Shall Be Paid For At The Unit Bid Or Contract Unit Price Which Payment Shall Constitute Full Compensation Including Labor, Materials, Tools And Incidentals Necessary To Complete This Item. Payment Shall Be Made Under: Pay Item Number Description Unit Of Measurement 1103 Lighting Fixtures And Devices Lot Item 1208. Fire Alarm System Manual Fire Alarm Bell Fire Alarm Bell Dimensions: 6" Or 150mm X 61mm Height Material: Metal Gong, Plastic Base Operating Voltage: 220v Ac+-5% Operating Current: 95db Break Glass Fire Alarm Switch Dimensions: 3-1/2" X 3-1/2" X 2" Https://drive.google.com/drive/folders/1m_6il4ggq7pv2auiduf0y0nk0b6rz5om?usp=sharing

Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender

Works
Civil And Construction...+2Electrical Works, Electrical and Electronics
Eprocure
India
Closing Date15 Feb 2025
Tender AmountRefer Documents 
Details: WORKS CONTRACT FOR EXECUTION OF WORKS UNDER C&I/ PUTHUKADAI 1)Estimate for low voltage at puliyoorkulam area of puliyoor kulam SS1/100KVA by providing 1 no additional 11KV/433/25KVA DT under Kannumamoodu Section. 2.Improvement estimate for improving tailend viltage at kadayal area by providing 1 No 100 KVA DT under Kaliyal Section.3.Natural Calamaties estimate for the replacement of damaged 1 No 25KVA structure of Pazhavar SSIII and 1 No 8Mts PSC pole at Loc No FI/1 due to fallen Tamarin tree over HT/LT structure under Kuzhithurai section.4.Estimate for avoiding over load at puliyoorsalai Panchayath Office area of Malayankavu SS100KVA providing 1 no additional 11KV/433/63KVA DT under Kannumamoodu Section. 5.Estimate for low voltage at Enthikala area of Cheruvancheri SSVI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.6.Estimate for low voltage at Pinnakala Vilai area of Mecode panchayath office SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.7.Estimate for low voltage at Kunnu Vilai area of Kunnu Vilai SSIV/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.8.Estimate for low voltage at Pattathu Vilai area of Pattathu vila SSII/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.9.Estimate for low voltage at kattuvilai area of Athancode SSIII/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.10.Estimate for low voltage at Sasthanpottai area of Maruthamcode RC Church SS/250KVA by providing 1 no additional 11KV/433/63 KVA DT under Kuzhithurai Section.Estimate for low voltage at Enthikala area of Cheruvancheri SSVI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.11.Estimate for low voltage at Harikuklam area of Harikulam SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyal Section.12.Estimate for low voltage at Eruthavoor area of KZI SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section.13.Estimate for low voltage at Pattavilai area of Pattavila SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Puthenchainthai Section.14.Estimate for low voltage at Nanthimangalam area of Kamoor SSI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyl Section.15.Estimate for low voltage at Thirparappu area of Thirparappu SSV/100KVA by providing 1 no additional 11KV/433/63 KVA DT under Kaliyala Vilai Section.16.Estimate for low voltage at Mathampalai church area of mathampalai TPM SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.17.Estimate for low voltage at kokkottuvilai area of Kokkottuvilaii SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section.18.Estimate for low voltage at Nediyappana Vilai area of Nediyappana Vilai SSI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section.19.Estimate for low voltage at Malamurunga Vilai area of malamuruinka Vilai SS/25KVA by providing 1 no additional 11KV/433/25 KVA DT under kuzhithurai Section.20.Estimate for low voltage at Puliyara Vilai area of Panavilai SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT underKuzhithurai Section. 21.Estimate for low voltage at malaikovil area ofAmmankovil SSI/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section. 22.Estimate for low voltage at maavilai area of Maavilai School SS/100KVA by providing 1 no additional 11KV/433/63 KVA DT under Kuzhithurai Section. 23.Dcw estimate for replacement of 1 no single pole structure at Prani SS/25KVA due to dashing of vehicle under Kuzhithurai section. 24. Replacement of 1 No detoriated 11KV AB Switch and structure materials at Mankalai ABS in Puliyoorsalai feeder under Puthenchanthai section .25.Natural Calamaties estimate for the replacement of damaged 2 No RSJ pole at Loc no FII/4,5 at Chennithottam in 11KV Mamoottukadai Feeder due to fallen Coconut tree over HT/LT line under Kuzhithurai section. 26.Replacement of 1 No detoriated 40 Feet RSJ pole at locFII/6 in Kamaraj Nager SSIII/100 KVA under Kaliyakkavilai section.2 7.Replacement of 2 No detoriated 40 Feet RSJ pole at loc FI/1,2 in Kalachanthai SS/100 KVA under Kaliyakkavilai section. 28.Replacement of 2 No detoriated 40 Feet RSJ pole at loc CWSS # 85,86 in11 Kv Athencode CWSS # under Kaliyakkavilai section. 29.Estimate for strengthening of conductor in HT line change ACSR 7/2.59 into ACSR 7/4.09 at loc HT 15 to Chittar dam and 1 No ABS providing at annaimugam # under Kaliyal Section. 30Estimate for low voltage at Kappikattu Vilai area of Kappikattu Vilai SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section. 31.Estimate for separation of Substationat EE office area of Substation SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section. 32. Estimate for strengthening of conductor in HT line change ACSR 7/3.35 into ACSR 7/4.09 at loc Masuthi SS/63KVA to Neduncode SSII/100KVA and 1 No ABS providing at Kaliyakkavilai # under Kaliyakkavilai Section. 33.Estimate for low voltage at Padanthalumoodu area of Padanthalumoodu SS/100KVA by providing 2 no additional 11KV/433/25 KVA DT under kaliyakkavilai Section. 34.Estimate for pole dashing of 1 no 8 Mts PSC pole damaged loc at Veliyathukonam SS/100 KVA under PTC Section. 35. DCW estimate for shifting of 1 No 36 Feet RSJ pole at Loc 10 in Urumankuzhi SS /100 KVA 11 KV Palugal # under Kannumamoodu Section. 36. DCW estimate for shifting of 1 No 36 Feet RSJ pole at Loc FII/4 in Reliance SS /63 KVA 11 KV puliyoorsalai # under Kannumamoodu Section.37.Replacement of 1 no damaged RSJ pole at loc FI/7 in Krishana Puram SS /100KVA in Puliyoorsalai # under Kannumamoodu Section in Kuzhithurai Division of Kanyakumari Electricity Distribution Circle.

Municipal Corporation Tender

Works
Civil And Construction...+1Road Construction
Eprocure
Corrigendum : Closing Date Modified
India
Closing Date3 Jan 2025
Tender AmountINR 105.7 Million (USD 1.2 Million)
Details: Development Of Hindu Smashan Bhumi Area At Guljarpura In P No 09 Akola 19) Construction Of Tar & Cc Road At Fadke Nagar From Shri Chopale Complex To Dr. Shri Anant Shravangi To Shri Rande Saheb To Shri Pavar Saheb To Shri Sarag Japulkar Cc Road & Tar Road At Fadke Nagar From Shri Maniram Bhau Tale To Shri Jadhao Kaka Hanuman Mandir Road, At Wankhade Nagar Shri Deshmukh Kirana To Shri Chintvar Saheb To Shri Santosh Chitode To Shri Kale Saheb,rk Chowk To Shri Nanudasji Bhirad Tar Road In P No 9 20) Construction Of Cc Road With Widening From Ashish Gawande To Shri Gajanan Watika And Sanjay Upshyam To Kiran Udgirkar At Godbole Plot , P.no. 10 21) Construction Of Nalla From Adv. Takavale To Kotarwar Beside Balapur Road At Shivnagar ,p.no. 10 22) Construction Of Cc Road From Chittalwar To Thakare At Indira Colony, Dr. Kothari Hosp To Thatange House At Shivaji Nagar, And Construction Of Pavers Infront Of Sai Mandir At Sai Peth , P.no. 10 Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 23) Construction Of Compound Wall With Gate At Hanuman Mandir ,godbole Plot ,p.no. 10 24) Construction Of Cc Road With Pavers From Sawarkar To Joshi ,at Renuka Nagar , P.no. 10 25) Construction Of Cc Road With Widening From Shri Sudhir Deshpande To Lande Guruji At Godbole Plot , P.no. 10 26) Construction Of Cc Road Infront Of Passport Office Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 27) Construction Of Cc Road Adjoining Passport Office To Ramesh Puri Hotel To Aruna Tea House, Infront Of Savatram Mill Tajnapeth Post Office ,in P.no. 11 28) Construction Of Cc Road Infront Of Omkar Appa Dehankar's Shop To Advocate Pancholi's House At Malipura ,in P.no. 11 29) Construction Of Tar Road From Shrikrushna Printer To Old Cotton Market Main Road At Khetan Jin In P.no.11 30) Construction Of Cc Culvert At Malipura Chowk Telipura Road Near Chowrasiya Medical In P.no. 11 31) Construction Of Cc Road From Gandhi Chowpati Shah Medical To Mata Mandir Main Road In P.no. 11 32) Construction Of Cc Nalla From Santoshi Mata Chowk To P.n.enterprizes To India Motor Shop To Hanman Mandir To Public Toilet In P.no.11 33) Construction Of Cc Drain And Cover Of Ganpati Viserjan Marg From Oswal Bhavan Culvert Futanwala To Sadhuram Tolaram Jin And Fixing Steel Cover Near Dana Bazar Infront Of Jain Mandir In P.no.11 34) Construction Of Nallah (coming From Ambedkar Nagar) From 33 Kv Electric Substation Behind Iti College To Azhar Hussain College, Ratanlal Plot Road In P.no.12. 35) Construction Of Tar Road From Dr Dhawale Hospital To Khan Forte At Patrakar Colony, New Bus Stand Road In P.no. 12. 36) Construction Of Drain From Officers Club Lane (vishwakarma Bunglow) To Collector's Residence, Civil Line Road In P.no.12. 37) Construction Of Bridge & Protection Wall To Nala Near Balaji Mall With Road Widening At Kholeshwar Road In P.no.12. 38) Construction Of Nallah From Shri Lohakpure To River,at Anikat Square, Kholeshwar Road In P.no.12.76) Construction Of Cc Drain From Ramaai Appartment To Shivraj Appartment At Om Housing Society In P No 15 77) Construction Of Cc Road From Shri Sapkal House To Shri Kulkarni House At Vijay Housing Society In P No 15 78) Construction Of Tar Road From B T Deshmukh House To Kulsundar House At Vijay Housing Society In P No 15 79) Construction Of Tar Road From Divakar Gawande To Shri Chaube House In P No 15 80) Construction Of Tar Road From Ddr Office To Bobade Dairy In P No 15 81) Construction Of Cc Road From Shri Shah To Mundada To Sayani House At Vidya Nagar In P No 15 82) Construction Of Tar Road From Kedia House To Sindur Next Appartment In P No 15 83) Construction Of Cc Drain From Ratnaparkhi House To Aamale House At Nagar Parishad Colony In P No 15 84) Construction Of Cc Road Rammai Appartment (infront Of Jagdamba Mata Mandir) To Shivraj Appartment At Om Housing Society In P No 15 85) Construction Of Chainlink Fencing Compound To Open Space At Vijay Housing Society In P No 15 86) Construction Of Cc Approach Road Gaurakshan To Vidya Nagar From Shri Varhade Sir To Shreeji Heights At In P No 15 87) Construction Of Compound Wall And Providing And Fixing Open Gym Equipments Near Kunbi Samaj Mandal Open Space In P.no.15 88) Providing And Fixing Open Gym Equipments At Harish Ashwini Colony Open Space In P.no.15 89) Construction Of Cc Drain From Shrimati Kiran Praful Kale House To Kulswamini Mangal Karyalay To Rahul Sawaji Appartment To Chakradhar Appartment In P No 15 90) Construction Of Cc Drain Behind Greenland Hotel Goldenpam Appartment To Kothari To Navalseth Jain House At Vidya Nagar In P No 15 91) Construction Of Cc Compound And Fixing Paving Block At Kailash Tekdi Babaji Math In P No 16. 93) Construction Of Tar Road From Shri. Shashikant Tiwari House To Khandelwal Duplex To Shri. Sharma House Near Nisarga Park Main Road , In P.no. 18 94) Construction Of Tar Road From Shri. Sidhara House Tulshan House To Shri. Ravi Patel House And Shri. Nareshkumar Ganatra House To Shri. Bilala House At Geeta Nagar , In P.no. 18 95) Construction Of Sabhagruh In Front Of Kisanpuri Maharaj Mandir At Old Hingna In P.no 18 96) Construction Of Chain Link Compound Wall At Ch. Shivaji Maharaj Statue At Somthana In P.no. 18 97) Construction Cc Road From Shri. Sharma House To Shri. Shetre Sir House At Emrald Colony In P.no 18 98) Construction Cc Road With Culvert Near Maharana Pratap Chowk At Shivsena Vasahat In P.no 18 99) Construction W.b.m Road With Drain From Auto Stop To Shri. Dubey H. To Main Nalla At Shivsena Vasahat In P.no 18 100) Construction Cc Road From Shri. Kacholiya House To Shri. Gwalani House At Geeta Nagar In P.no 18 101) Providing & Fixing Pavers From Biyani Foods To Shani Maharj Mandir And Jalaram Socity To App. At Geeta Nagar, In P.no. 18 102) Construction Cc Drain From Gurushrichand App. To Shri. Gandhi House To Shri. Balu Asware House At Geeta Nagar In P.no 18 103) Providing & Fixing Pavers From Shri. Joshi House To Shri. Pancholi House At Geeta Nagar, In P.no. 18 104) Construction Cc Road With Drain 1) Shri. Dilip Shinde House To Shri. Sagar Jamode H. 2) Neeta Gomase H. To Shri. Santosh Kharate House 3) Shri. Pawan Thakre H. To Shri. Ranjeet Bendre H. 4) Kailash Kirana To Shri. Dinkar Leknar H. 5) Shri. Sanjiv Navthale To Pooja Mapari 6) Bhatkar Kirana To Shri. Sanjay Ketkar House At Shivsena Vasahat In P.no 18 105) Construction Cc Road From Shri. Lakshman Farkade House To Shri. Vasudev Sarode House At Somthana In P.no 18 145) Construction Cc Nalla From Pkv To Shri. Kanojiya House To Nisarga Park App. At Geeta Nagar In P.no 18 106) Construction Of Cc Nalla From Shri Patil House To Shri Kishor Kale House At (lahariya Nagar) In P.no.19 109) Construction Of Cc Road From Dahake House To Shrinath House At Dreamcity In P.no. 19 110) Construction Of Cc Road From Dhore House To Bambatkar House At Sandhya Colony In P.no. 19 111) Construction Of Tar Road From Shri Tembhe To Sapkal And Shri Dahale To Jogi House At Dreamland City In P.no.19 112) Construction Of Cc Drain From Shri Dhote House To Shri Hanumate House At Rajeshwar Nagar In P.no.19 113) Construction Of Tar Road From Shri Chikte House To Shri Sharma House At Gayatri Nagar In P.no.19 114) Construction Of Tar Road From Shri Gyaral To Ingale House At Gayatri Nagar In P.no.19 115) Construction Of Cc Drain From Shri Damodar Ade To Shri Chavhan House At Banjara Nagar In P.no.19 116) Construction Of Cc Drain From Shri Subhash Chavhan To Shri Ramdhan Ade House At Banjara Nagar In P.no.19 117) Construction Of Cc Drain From Shri Rathod To Shri Waman Rathod House At Banjara Nagar In P.no.19 118) Construction Of Cc Drain From Shri Mankar House To Shri Kashiram Daberav House Near School Of Scholar In P.no.19 119) Construction Of Bridge And Railing At Balode Layout Near Ram Mahalle House In P.no.19 120) Construction Of Chainlink Fencing At Kaulkhed Smashanbhumi In P.no. 19 121) Construction Of Cc Drain From Shri Sakhar Pohe House To Shri Pappu Chavhan House (gayatri Nagar) In P.no.19

National Institutes Of Health Tender

Others
United States
Closing Date24 Jan 2025
Tender AmountRefer Documents 
Description: This Is A Sources Sought Notice. This Is Not A Solicitation For Proposals, Proposal Abstracts, Or Quotations. The Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. Points Of Contact Listed May Be Contacted For The Purpose Of Verifying Performance. the Purpose Of This Notice Is To Obtain Information Regarding: (1) The Availability And Capability Of Qualified Business Sources; (2) Whether The Businesses Are Sba Certified Hubzone Small Businesses; Sba Certified 8(a) Small Businesses; Service- Disabled Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Large Business And (3) The Respective Businesses Size Classification Relative To The North American Industry Classification System (naics) Code For The Proposed Acquisition. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible. the Office Of Research Facilities (orf), The National Institutes Of Health (nih) Is Seeking Capabilities From All Categories Of Businesses For The Purpose Of Determining The Appropriate Level Of Competition And/or Small Business Subcontracting Goals For A New Requirement For An Indefinite Delivery Indefinite Quantity (idiq) Architect-engineer (ae) Multiple Award Task Order Contract (matoc) And A Blanket Purchase Agreement (bpa). the Ae Matoc Contract Has An Anticipated Composite Value Of $400m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Ae Matoc For The Future Professional Architect Engineering (ae) Services, As Well As Multiple Award Blanket Purchase Agreements For Other Professional Services Of An Architectural Or Engineering Nature Or Service Incidental There To (including Studies, Investigations, Surveying And Mapping, Tests, Evaluations, Consultations, Comprehensive Planning, Program Management, Conceptual Designs, Plans And Specifications,value Engineering,constructionphase Services, Soils Engineering, Drawing Reviews, Preparation Of Operating And Maintenance Manuals And Other Related Services) That Logically Or Justifiably Require Performance By Registered Architects Or Engineers Or Their Employees. All Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Small Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. the Bpas Have An Estimated Composite Value Of $100m. The Applicable North American Industry Classification System (naics) Code Is 541330 (engineering Services) And The Small Business Size Is $25.5 Million. Nih Anticipates Awarding Multiple Contracts Under The Bpas For Future Other Professional Services Of An Architectural Or Engineering Nature. Services Will Be Procured In Accordance With The Brooks A/e Act (public Law 92-582, As Implemented In Federal Acquisition Regulation (far) Part 36.6). All Capable Business Contractors Are Highly Encouraged To Respond To This Announcement, So That Nih Can Properly Evaluate Your Capabilities To Properly Develop Our Requirements. background: As Part Of The U.s. Public Health Service Under The Department Of Health And Human Services, Nih Is The Federal Government's Primary Biomedical Research Agency. The Nih Office Of Research Facilities (orf) Is The Steward Of Nih Facilities And Is Responsible For The Planning, Design, Construction, Acquisition, Maintenance, And Operation Of Nih Owned Facilities, Which Includes: 1) Nih Main Campus, Bethesda, Maryland 2) Nih Animal Center, Poolesville, Maryland 3) Fort Detrick Campus, Frederick, Maryland 4) Research Triangle Park, North Carolina 5) Rocky Mountain Laboratories (rml), Hamilton, Montana 6) Epidemiology & Clinical Research Branch, Phoenix, Arizona 7) Bayview Campus, Baltimore, Maryland 8) Rental Facilities Maintained By Nih description Of The Requirement: The Nih Anticipates Awarding Multiple Aematoc Awards Under A Single Solicitation Utilizing A Task Order Mechanism. Each Idiq Will Be Awarded For A Five (5) Year Performance Period With A Cumulative Maximum Not-to-exceed Dollar Amount Of $400m. the Nih Also Anticipates Awarding Multiple Bpas Under A Single Solicitation Utilizing A Call Order Mechanism. Each Bpa Will Be Awarded For A Five (5) Year Performance Period With An Estimated Dollar Amount Of $100m. the Nih Seeks Highly Qualified Credentialed Contractors With Capability To Perform The Ae Matoc And/or Bpas, Which Will Include Various Simultaneous Task Orders And/or Calls. The Selected Contractors Shall Exhibit Demonstrated Experience, Capability And Resources Enabling Them To Provide Specialized A/e Services, Commissioning Support Services, Cqm Services, And Other A/e Related Services Critical To Orf’s Success In Planning, Alteration, Renovation, And New Construction Of Nih Facilities And Associated Infrastructure For Projects Of Similar Size And Complexity With Comparable Clients, And Most Significantly With A Proven Track Record Of Performing Such Projects With A High Degree Of Customer Satisfaction. contractors Responding To This Notice To Perform The Contract As Small Business Joint Venture Shall Use The Procedure Described At The Small Business Administration (sba) Web Site. The Sba Url Is: Https://www.sba.gov/federal-contracting/contracting-assistance-programs/joint-ventures. Responding Contractors Shall Have Current Information With The System For Award Management (sam), At Www.sam.gov, And Must Not Be Excluded From Government Contract Award At The Time Of Submission. projects May Include, But Are Not Limited To The Following Areas: animal Care Facilities – To Include, But Not Limited To, Facilities For Housing, Care, And Use Of Animals In Experimental Testing, Research, And Training As Related To Biomedical Research. Animals Used At Nih For Research Include But Are Not Limited To Mammals Of All Sizes, Including Primates, And Aquatic Animals. biomedical Research Laboratory / Laboratory Facilities – To Include, But Not Limited To, General And Specialized Biomedical And Animal Research Laboratories, Laboratory Support Spaces, Laser Laboratory, And Electron Microscopes. Projects Related To Lab Facilities In This Contract Will Include General And Bio-safety Levels (bsl) -2, -3, And -4. health Care Facilities Or Hospitals – To Include, But Not Limited To, Patient Care Units, Outpatient Clinics, Intensive Care Units, Surgical Suites With Catheterization Laboratory, Radiology, Nuclear Medicine, And Mri Suites, Pharmacy, Rehabilitation, Transfusion Medicine, Cyclotron, Radiation Oncology, Medical Gas Services, Pediatrics, And Hospital Support Services. office / Public Space Facilities – To Include, But Not Limited To, Offices, Sensitive Compartmented Information Facilities (scif), Training Facilities, Conference Facilities (including Natcher Conference Center), Libraries (including The National Library Of Medicine), Child Development Centers, Residences And Lodging, Commercial Shops And Food Services, Wellness Centers And Gyms, Recreational Facilities, Facilities For Ancillary Services Such As Fire And Police, Parking Structures, And Exterior Improvements Such As Roadways, Sidewalks, And Landscaping. interior And Exterior Utility Infrastructure And Utility Generation Distribution Systems - The A/e Services Include The Design Of Interior & Exterior Utility Infrastructure And Systems For Office / Public Facilities; Animal Care Facilities; Bio-medical Research Laboratories; Healthcare /hospital Facilities; And General-purpose Facilities Such As Parking Structures And Warehouses. The Utility Interior & Exterior Infrastructure And Generation & Distribution Systems Include, But Are Not Limited, To The Following: mechanical, Electrical, And Plumbing Systems. high Voltage Electrical central Utility Plant (cup) hvac Systems To Include Specialized Filtering Requirements, Supply And Exhaust Systems And Associated Controls. steam/condensate, High Temperature Hot Water, Heating Hot Water, Chilled Water, Lab Water, High Purity Water, And Potable Water Systems. compressed Air, Medical Gas, Lab Vacuum, And Material Gas Systems. central Co2 Systems. central Liquid Nitrogen Systems. fuel Oil Systems. storm Water And Sanitary Sewer Distribution Systems. wastewater Treatment Systems. electrical Substations. landscaping Irrigation Systems. commissioning commissioning, Qualification, And Validation (cqv) historical geotechnical elevator physical Security interior / Exterior Lighting telecommunications building Envelope roofing building Model Information (bim) net Zero Emissions this Idiq Shall Support Projects In Maryland, North Carolina, And The Montana Locations. maryland Facilities Include: nih Main Campus, Bethesda, Md nih Animal Center, Poolesville, Md fort Detrick Campus, Frederick, Md bayview Campus, Baltimore, Maryland rental / Leased Facilities Maintained By Nih it Is Anticipated That A Majority Of The Facilities Under This Idiq Will Be Located On The Nih Main Campus, Bethesda, Md, Followed By The Other Surrounding Areas. Therefore, The A/e Shall Maintain An Office Within Fifty (50) Miles Of The Baltimore - Washington, Dc Metropolitan Area For The Duration Of The Idiq Contract. research Triangle Park, North Carolina for Projects In North Carolina, The A/e Shall Plan To Maintain Local Presence Within Fifty (50) Miles Of The Nih Research Triangle Park Campus For The Duration Of The Project. rocky Mountain Laboratories (rml), Hamilton, Montana for Projects In Montana, The A/e Shall Plan To Maintain Local Presence Within One Hundred (100) Miles Of The Rocky Mountain Labs Campus For The Duration Of The Project. architect / Engineer Services the A/e Shall Furnish All Labor, Management, Investigations, Studies, Travel, Supplies, Equipment, And Materials To Perform The Required Services. The A/e Is Responsible For Determining What Disciplines And Skill Sets Are Required For Accomplishing The Work And Form A Team Accordingly. in General, Pre-design And Design Phase Services Will Include, But Not Limited To: field / Site Investigations, Inclusive Of Pre-tab Investigations planning And Coordination Drawings building Information Modeling (bim) (only If Applicable To The Task Order) sustainable Design program Of Requirements (pors) special Studies schematic Design design Development construction Documents (65%) construction Documents (95%) construction Documents (100%) rendered Perspectives Of Proposed Building Construction And Substantial Site Development construction Cost Estimate(s) construction Baseline Schedule geotechnical Investigations preparation Of Reports the A/e May Be Required To Provide Construction Phase And Other Services Including, But Not Limited To: construction Bidding And Negotiation Support construction Inspections / Site Representation construction Progress Meetings requests For Information (rfis) construction Submittal Reviews change Order Reviews / Support punch Lists inspection Of Stored Items construction Close-out Support Including As-builts; Record Documents; Non-compliance Notices; Operation And Maintenance (o&m) Manuals; Warranties; Product And Equipment Demonstrations And Training. a/e Record Documents commissioning Support Services commissioning Support Services (cx) Shall Perform, But Not Limited To, The Following Tasks: review Specifications And Drawings review Submittals develop Commissioning Scripts review O & M Manuals witness Testing Of Electrical And Mechanical Systems construction Quality Management (cqm) general Project Management - To Include, But Not Limited To, Provide Administration And Management Services To Assist The Contracting Officer’s Representative (cor) In The General Day-to-day Administration Of The Overall Project. project Governance preparation And Maintenance Of A Project Management Plan (pmp) assist In The Implementation Of The Project Governance Structure reviews And Document Management monthly Reports requests For Information (rfi) submittals financial Management budget/cost Control Monitoring And Management invoices / Application For Payment Review change Order Control Process And Management estimating Services scheduling Support – Regularly Review, Analyze, And Monitor The Dbb/dbcs Performance Schedule(s), Including, But Not Limited, To The Preliminary/baseline Schedule, Critical Path Method (cpm) Construction Schedules, And Fragnets, As Required. quality Construction Management, Reviews And Administration Assistance - Shall Include Inspections, Verifications, Details Audits And Evaluations Of Materials And Workmanship Necessary To Determine And Document The Quality Of Construction. The Cqm Contractor Shall Use Its Expertise And Knowledge Of Construction Practices, Means And Methods To Execute An Effective Quality Assurance Program. potential Sources Shall Complete And Submit The Attached Forms: sources Sought - Contractor Information Form 1.1 Complete The Sources Sought – Contractor Information Form if Applicable, Interested 8(a) Small Business Firms Shall State Their Current 8(a) Certification Data With The Small Business Administration if Applicable, Interested Hubzone Small Business Firms Responding Must Provide Proof Of Their Hubzone Certification Status. certificate Of Insurance 1.2 Interested Firms May Include A Capability Statement As An Attachment To The Sources Sought – Contractor Information Form. Capability Statement Shall Be No Longer Than Ten (10) Pages. Potential Sources’ Experience Shall Demonstrate And Document The Following The Capability Statement: naics Code(s) evidence Of The Ability To Work In Occupied Space. evidence Of The Ability To Work On Multiple Projects Simultaneously. evidence Of The Ability To Perform The Work Described In The Sources Sought – Project Data Form Section Below. self-performance Capability (contractor Shall Self-perform At Least 15% Of Each Task Order). building Information Modeling (bim) Capability. leed Capabilities. 2. Sources Sought – Project Data Form 2.1 Complete The Sources Sought – Project Data Form For No More Than Five (5) Example Projects Performed Within The Last Five (5) Years, Or In Progress, Which Best Demonstrates Your Firm’s Specialized Experience Providing A/e Services On Projects Of Similar Type, Size, And Complexity To The Nih Requirement, As Defined Below. Each Completed Sources Sought – Project Data Form Shall Not Exceed Three (3) Pages And Shall Contain At A Minimum The Following Types Of Project Experience: one (1) Utility Infrastructure / Utility Generation /distribution System Projects one (1) Biomedical Research Lab; And one (1) Healthcare / Hospital Project. [note - An Indefinite Delivery Indefinite Quantity (idiq) With Multiple Task Orders Is Not Considered A Project. Each Individual Task Order Executed Under An Idiq Contract Is Considered A Project.] 2.2 Project Experience Requirements: type - Specialization Category/facility Types Such As: interior & Exterior Utility Infrastructure And Utility Generation & Distribution Systems biomedical Research Laboratory Facilities health Care Facilities office/public Space Facilities animal Care Facilities 2. Complexity - Special Design/construction Considerations Such As: physical Security Requirements adjacencies To Occupied Space(s) Restrictions/ Limitations limited Access Restrictions vibration / Noise Limitations joint Commission (for Hospitals) Requirements (i.e. Special / Interim Life Safety Measures, Construction Risk Assessments) implementing Guiding Principles For Sustainable Federal Buildings And Leadership In Energy And Environmental Design (leed) Criteria special Mep Features - I.e. Designed For Infectious Or Immune Compromised Areas Within A Hospital Space. historic Preservation Requirements storm Water Management And Erosion & Sedimentation Control use Of Building Information Modeling (bim) net Zero Emission Requirements for All Patient Care Support Spaces: Compliance With The Facilities Guidelines Institute (fgi) For Healthcare Projects And Most Current Healthcare Facility “statement Of Conditions” (sco). nih Design Requirements Manual (drm) 3. Size - Contractors Shall Have The Experience, Capability, And Resources Necessary To Perform Simultaneous/concurrent Projects Of Varying Size (between $25,000 To $20,000,000) And Complexity, As Described Above. all Qualified Interested Firms Are Requested To Submit An Electronic Copy Of Their Completed Letter Of Interest, Qualification Statement, And Capability Statement (in One Combined Pdf Format), Via Email, To The Contracting Officers, Ms. Magan Miller At: Magan.miller@nih.gov And Ms. Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. The Submission Shall Be Received On Or Before By 12:00 Noon, Est On Friday, January 24, 2025. The Email Subject Line Shall Read: Sources Sought 2025 Matoc Qualification Statement For Architect / Engineer Services. Inquiries Shall Be Submitted Via E-mail To Magan Miller At: Magan.miller@nih.gov And Ana Marie Pagulayan At: Anamarie.pagulayan@nih.gov. Electronic Mail Inquiries And Submissions Will Only Be Accepted.
2771-2780 of 2782 archived Tenders