Substation Tenders

Clark Development Corporation Tender

Electrical Goods and Equipments...+1Electrical and Electronics
Philippines
Details: Description Clark Development Corporation Clark Freeport Zone, Philippines Invitation To Bid The Clark Development Corporation (cdc), Through Its Bids And Awards Committee (bac), Invites Suppliers To Bid For The Hereunder Project: Name Of Contract : Supply, Delivery, Installation, Testing, And Commissioning, Including Decommissioning Works Of One (1) Set Current Transformers And One (1) Unit Power Circuit Breaker 69kv Equipment Location : Clark Freeport Zone, Philippines Approved Budget For The Contract : Php14,000,000.00 (vat Exclusive) Brief Description : Supply, Delivery, Installation, Testing, And Commissioning, Including Decommissioning Works Of One (1) Set Current Transformers And One (1) Unit Power Circuit Breaker 69kv Equipment For Texas Instrument 69kv Ring-bus At Clark-dolores 230kv Substation. Contract Duration : Ninety (90) Calendar Days Prospective Bidders Should Have Experience In Undertaking A Similar Completed Project With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids, Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Revised Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: 1. Issuance Of Bidding Documents ----- May 14, 2025 – June 03, 2025 2. Pre-bid Conference ----- May 22, 2025 (10:00 A.m.) Bldg. 2121, Bac Conference Room, Cdc Corporate Office, Clark Freeport Zone, Philippines 3. Submission And Opening Of Bids ----- June 03, 2025 (10:00 A.m.) Bldg. 2121, Bac Conference Room, Cdc Corporate Office, Clark Freeport Zone, Philippines Bidding Documents Will Be Available To The Prospective Bidders Upon Submission Of Letter Of Authorization With Valid Company I.d. Of The Authorized Representative And Payment Of A Non-refundable Amount Of Php15,000.00 To The Cdc Cashier (cash Or Manager’s Check) At The Address Given Below. Bids And Awards Secretariat Bldg. 2121 E. Quirino Street Corner R.c. Santos Street Cdc Corporate Center, Clark Freeport Zone, Philippines 2023 Telefax. No. (045)5997028 /599-9000 Local 132/133 E-mail: Bacsecretariat@clark.com.ph Website: Www.clark.com.ph The Clark Development Corporation Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Cdc Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And Reject All Bids At Any Time Prior To Contract Award, Without Thereby Encountering Any Liability To The Affected Bidder Or Bidders. Approved By: (sgd.) Rommel C. Narciso Chairperson, Goods And Consulting Services Bids And Awards Committee
Closing Date3 Jun 2025
Tender AmountPHP 14 Million (USD 251.7 K)

Infrabel SA Tender

Works
Civil And Construction...+1Civil Works Others
Belgium
Details: Title: Construction D'une Deuxième Voie Et Extension Des Quais Sur La L19 Entre Balen-werkplaatsen Et Neerpelt description: Le Marché Comprend Des Travaux De Voie, De Caténaire, De Câble Et Divers Sur La Ligne Ferroviaire L19 Pour La Construction D'une Deuxième Voie Entre Balen-werkplaatsen Et Neerpelt Et Pour La Modification Des Arrêts De Lommel Et D'overpelt. Les Travaux Suivants Sont Prévus : - Travaux De Voie : O Démolition Et Construction De Voies Et D'équipements Ferroviaires ; O Démolition De La Voie Déclassée À Lommel - Travaux De Caténaire : O Travaux De Fondation Et De Construction, O Le Déroulage De Nouveaux Câbles Et Fils O Démolition De L'ancienne Caténaire Et Réélectrification À Neerpelt, Avec Récupération Des Consoles Mh Démolies - Travaux De Câbles : O Pose De Câbles, O Travaux De Télécommunication, De Signalisation Et De Pdst (power Distribution & Substations), Y Compris Les Travaux Ecfm (electricité, Chauffage Et Force Motrice) ; - Travaux De Génie Civil : O Extension Des Quais O Construction De Passages Supérieur Et Inférieur O Modification De 2 Aqueducs - Travaux Divers : O Exécution Des Accès Au Chantier, Murs De Soutènement, Travaux De Terrassement Et D'assise, Pistes Cyclables Et Travaux Routiers, Hydraulique, Aménagement Extérieurs. - Management Et Coordination Des Travaux
Closing Date20 Feb 2025
Tender AmountRefer Documents 

Infrabel SA Tender

Works
Civil And Construction...+1Civil Works Others
Belgium
Details: Title: Construction D'une Deuxième Voie Et Extension Des Quais Sur La L19 Entre Balen-werkplaatsen Et Neerpelt description: Le Marché Comprend Des Travaux De Voie, De Caténaire, De Câble Et Divers Sur La Ligne Ferroviaire L19 Pour La Construction D'une Deuxième Voie Entre Balen-werkplaatsen Et Neerpelt Et Pour La Modification Des Arrêts De Lommel Et D'overpelt. Les Travaux Suivants Sont Prévus : - Travaux De Voie : O Démolition Et Construction De Voies Et D'équipements Ferroviaires ; O Démolition De La Voie Déclassée À Lommel - Travaux De Caténaire : O Travaux De Fondation Et De Construction, O Le Déroulage De Nouveaux Câbles Et Fils O Démolition De L'ancienne Caténaire Et Réélectrification À Neerpelt, Avec Récupération Des Consoles Mh Démolies - Travaux De Câbles : O Pose De Câbles, O Travaux De Télécommunication, De Signalisation Et De Pdst (power Distribution & Substations), Y Compris Les Travaux Ecfm (electricité, Chauffage Et Force Motrice) ; - Travaux De Génie Civil : O Extension Des Quais O Construction De Passages Supérieur Et Inférieur O Modification De 2 Aqueducs - Travaux Divers : O Exécution Des Accès Au Chantier, Murs De Soutènement, Travaux De Terrassement Et D'assise, Pistes Cyclables Et Travaux Routiers, Hydraulique, Aménagement Extérieurs. - Management Et Coordination Des Travaux
Closing Date13 Feb 2025
Tender AmountRefer Documents 

Clark Development Corporation Tender

Electrical Generators And Transformers...+1Electrical and Electronics
Corrigendum : Closing Date Modified
Philippines
Details: Description Clark Development Corporation Clark Freeport Zone, Philippines Invitation To Bid The Clark Development Corporation (cdc), Through Its Bids And Awards Committee (bac), Invites Suppliers To Bid For The Hereunder Project: Name Of Contract : Replacement Of Defective Transformer Differential Protection Relays Location : Clark Freeport Zone, Philippines Approved Budget For The Contract : Php7,000,000.00 (vat Exclusive) Brief Description : The Project Involves The Replacement Of Defective Transformer Differential Protection Relays, Main 1 And Main 2 Of Cdc-texas Instrument 50mva Power Transformer No. 2, And Cdc-sfa Semicon Philippines Corporation L00mva Power Transformer No. 4 At The Clark-dolores 230kv Substation. The Primary Function Of Differential Protection For A Power Transformer Is To Safeguard The Equipment From Internal And External Faults By Comparing The Currents From The Transformer’s Primary And Secondary Lines. Any Imbalance Detected By The Relay Between The Primary And Secondary Sides Will Prompt The Relay To Trip The Breaker, Thereby Isolating The Transformer And Other Equipment To Prevent Further Damage Breakdowns. Contract Duration : Forty-five (45) Calendar Days Prospective Bidders Should Have Experience In Undertaking A Similar Completed Project With An Amount Of At Least 50% Of The Proposed Project For Bidding. The Eligibility Check/screening As Well As The Preliminary Examination Of Bids, Shall Use Non-discretionary “pass/fail” Criteria. Post-qualification Of The Lowest Calculated Bid Shall Be Conducted. All Particulars Relative To Screening, Bid Security, Performance Security, Pre-bidding Conference, Evaluation Of Bids, Post-qualification And Award Of Contract Shall Be Governed By The Pertinent Provisions Of R.a 9184 And Its Revised Implementing Rules And Regulation (irr). The Schedule Of Bac Activities Is As Follows: 1. Issuance Of Bidding Documents ----- March 10, 2025 – April 01, 2025 2. Pre-bid Conference ----- March 18, 2025 (2:00 P.m.) Cdc Corporate Office, Bldg. 2121, Bac Conference Room, Clark Freeport Zone, Philippines 3. Submission And Opening Of Bids ----- April 01, 2025 (10:00 A.m.) Cdc Corporate Office, Bldg. 2121, Bac Conference Room, Clark Freeport Zone, Philippines Bidding Documents Will Be Available To The Prospective Bidders Upon Submission Of Letter Of Authorization With Valid Company I.d. Of The Authorized Representative And Payment Of A Non-refundable Amount Of Php10,000.00 To The Cdc Cashier (cash Or Manager’s Check) At The Address Given Below. Bids And Awards Secretariat Bldg. 2121 E. Quirino Street Corner R.c. Santos Street Cdc Corporate Center, Clark Freeport Zone, Philippines 2023 Telefax. No. (045)5997028 /599-9000 Local 132/133 E-mail: Bacsecretariat@clark.com.ph Website: Www.clark.com.ph The Clark Development Corporation Assumes No Responsibility Whatsoever To Compensate Or Indemnify Bidders For Any Expenses Incurred In The Preparation Of Their Bids. Cdc Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And Reject All Bids At Any Time Prior To The Contract Award, Without Thereby Encountering Any Liability To The Affected Bidder Or Bidders. Approved By : (sgd.) Rommel C. Narciso Chairperson, Goods And Consulting Services Bids And Awards Committee
Closing Date2 Apr 2025
Tender AmountPHP 7 Million (USD 122.1 K)

Offizielle Bezeichnung Tender

Civil And Construction...+3Others, Consultancy Services, Civil And Architectural Services
Germany
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.
Closing Date31 Jan 2025
Tender AmountRefer Documents 

BUREAU OF RECLAMATION USA Tender

Civil And Construction...+1Road Construction
United States
Details: Presolicitation Noticesenator Wash Pumping Plant Access Road And Ferguson Road Repairsthis Is A Pre-solicitation Notice With The Intent Of Synopsizing A Proposed Contract Action Prior To Issuance Of The Solicitation. This Requirement Is Being Procured In Accordance With Part 15 Of The Federal Acquisition Regulations (far) In Conjunction With Part 36.3 Of The Far As A Two-phase Design-build Selection Solicitation. The Bureau Of Reclamation Intends To Issue A Competitive Total Small Business Set-aside Solicitation For This Requirement. Project Description: The Principal Components Of The Work Are Listed Under The Project Description Below:the Bureau Of Reclamation (reclamation), Yuma Area Office, (yao) Has A Requirement To Repair Senator Wash Pumping Plant Access Road And Ferguson Road. This Project Aims To Ensure Continued Access To Critical Infrastructure, Including The Senator Wash Pumping Plant And Nearby Public Facilities, While Ensuring Safety And Durability Of The Roads.this Design Build Project Will Include The Design And Construction Necessary To Repair Senator Wash Pumping Plant Access Road And Ferguson Road Using Heavy Rehabilitation Methods. These Roads Serve Vital Functions In Providing Access To Public Campgrounds, An Rv Park, The Senator Wash Pumping Plant, And An Electrical Power Substation. Ferguson Road Spans Approximately 1.25 Miles With An Average Width Of 24 Feet. This Public Road Connects To Senator Wash Road And Serves As A Major Access Point For Recreational Facilities. The Road Is Severely Deteriorated, Exhibiting Surface Rutting And Raveling.senator Wash Pumping Plant Access Road (swppa Road) Runs Approximately 0.5 Miles And Averages 24 Feet In Width, Although The Width Varies Slightly Along The Length Of The Road. This Access Road, Essential For Operations At The Senator Wash Pumping Plant And An Electrical Power Substation, Also Has Severe Surface Deterioration, With Significant Raveling Throughout. Sections Of Swppa Road Are Located Along An Embankment And Lack Adequate Guardrails, Necessitating The Installation Of New Safety Barriers. The Work Is Expected To Involve:1. Site Engineering Investigations (sei): Sei To Include Subsurface Investigations, Geotechnical Investigation/analysis, Topographical Surveys, And Sei Report Outlining Findings And Recommendations.2. Environmental Compliance With Local, State, And Federal Standards.3. Concept Design Workshop (cdw) And Report: A Half-day Cdw Meeting To Be Held To Review Findings, And Recommendations Of The Sei Report And To Discuss The Designer Of Record (dor) Heavy Rehabilitation Method Recommendations For Government Approval.4. Design With Deliverables That Include Drawing Plan Set, Specifications, Basis Of Design Report, Engineering Design Calculations, Construction Cost Estimate, And Associated Permits. Design To Include A Heavy Rehabilitation Method Such As Full Depth Reclamation (fdr) With An Asphalt Concrete Overlay For A Minimum 25-year Pavement Design Life.5. Traffic Control Measures Will Be Required. These Measures Will Need To Consider Potential Work During The Winter (cooler) Months (october Through April) When Vehicular Traffic Increases Significantly In The Area And Allowing Access To Existing Local Facilities.6. Installation Of New Guardrails And Drainage Improvements As Necessary, Particularly Along The Embankment Sections Of Senator Wash Pumping Plant Road.the Contractor Must Provide All Labor, Materials, Equipment, And Supervision For The Completion Of The Project. Design Submittals And Construction Must Adhere To Applicable State, Federal, And Bureau Of Reclamation Guidelines.key Project Features1. This Project Will Be Design-build (db) Delivery Type.2. Site Engineering Investigation (sei) That Includes Subsurface Investigations, Geotechnical Analysis, And Topographical Surveys For Design Input.3. Asphalt Pavement Rehabilitation: Design And Perform Asphalt Pavement Rehabilitation In Accordance With Sei, Which May Include Full-depth Reclamation With A Minimum 3¿ Asphalt Concrete Overlay To Provide A 25-year Design Life, And The Necessary Signage And Striping. 4. Guardrails And Drainage: Installation Of New Guardrails And Drainage Improvements As Necessary, Particularly Along The Embankment Sections Of Senator Wash Pumping Plant Road.5. Traffic Control: Detailed Traffic Control Plan Including Measures To Accommodate High-volume Winter Traffic And Access To Existing Facilities.6. Design Submittals: Design Must Comply With Relevant Unified Facilities Criteria (ufc) And, United States Bureau Of Reclamation (usbr) References With Approvals From The Usbr.7. Stormwater Management: Ensure Compliance With Local And State Stormwater Regulations, Acquiring Necessary Permits.location Of Work: The Work Is Located Near The Vicinity Of Senator Wash Dam And Reservoir In Imperial County, California, At Senator Was Pumping Plant Access Road And Ferguson Road. Naics And Size Standard: This Requirement Is 100% Small Business Set-aside. The North American Industry Classification System (naics) Code Assigned To This Project Is 237310, Highway, Street, And Bridge Construction With A Corresponding Small Business Size Standard Of $45m.competition: Solicitation 140r4025r0006 Is Anticipated To Be Conducted As A Small Business Set-aside. The Project Specifications And Project Location Will Be Defined In The Solicitation Document. The Solicitation Will Require A Bid Guarantee Of 20% Of The Proposed Price. The Contract Will Require Payment And Performance Bonds For 100% Of The Contract Price. Offerors Must Have Sufficient Bonding Capacity.disclosure Of The Magnitude Of The Construction Project: The Magnitude Of This Project Is Between $1,000,000 And $5,000,000.solicitation Release Date: All Responsible Sources May Submit A Proposal Which Shall Be Considered By The Agency. A Free, Electronic Copy Of The Solicitation Will Be Available On Approximately May 13, 2025, At Www.sam.gov. All Proposals, And Other Documents Required For The Proposal Submittal, Including Amendments To The Proposal, Shall Be Submitted Electronically. All Dates In This Announcement Are Estimated And Are Subject To Change. No Other Information Will Be Available Before The Solicitation Is Posted. No Documents Will Be Available Until The Solicitation Is Issued.system For Award Management (sam, Www.sam.gov): In Order To Be Considered For A Contract An Offeror Must Be Registered And Active In The System For Award Management (sam), Http://www.sam.gov At Time Of Proposal Submission And Have Completed Their Online Representations And Certifications.point Of Contact: The Contract Specialist For This Solicitation Is Diane Rodriguez, E-mail: Dlrodriguez@usbr.gov. The Contracting Officer For This Solicitation Is Amiee Amador, Email: Aamador@usbr.gov. Any Communications Regarding This Procurement Must Be In Writing And Forwarded Via Email And Must Identify The Solicitation Number. E-mails Shall Be Addressed To The Contract Specialist; Telephone Questions Will Not Be Accepted.note: This Is Not A Request For Proposal (solicitation), An Invitation For Bid (ifb), Nor Is It A Request For Quotation (rfq). It Is Not To Be Construed As A Commitment By The Requesting Party To Issue A Solicitation Or Ultimately Award A Contract. Responses Will Not Be Considered As Proposals, Bids, Or Quotes. No Award Will Be Made As A Result Of This Notice. The Government Will Not Be Responsible For Any Costs Incurred By Interested Parties In Responding To This Notice. This Notice Is Strictly For Compliance With Far Subpart 5.2. As A Result Of This Notice, The Government May Issue A Competitive Solicitation; However, Should Such Requirements Materialize, No Basis For Claims Against The Government Shall Arise As A Result Of A Response To The Notice (e.g. Use Of Such Information As Either Part Of Its Evaluation Process Or In Developing Specifications For Any Subsequent Requirement).
Closing Date13 May 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Others...+1Electrical and Electronics
United States
Details: The Intent Of This Solicitation Is To Select One Contractor For The Construction Of A Microgrid System At Anniston Army Depot (anad), Anniston, Al. The Requirement Will Be Competed As A Service-disabled Veteran-owned Small Business (sdvosb) Set-aside. The Basis Of Award Is The Best Value Trade-off Process. The Government Will Evaluate The Proposals In Accordance With The Criteria Described Herein. The Contracting Officer Will Award A Firm Fixed Price Contract To The Responsible Offeror Whom The Source Selection Authority (ssa) Determines Conforms To The Solicitation, Is Fair And Reasonable, And Offers The Best Overall Value To The Government, All Factors Considered. The Microgrid System At Anad Will Have Full Islanding Capability Energy Resiliency By Providing An Onsite, Automated Energy Control / Generation Storage Management System. The Microgrid Will Integrate The New And Existing Generation Assets With The Nichols, Demil, And Eulaton 46kv / 12.47kv Substations To Enable Islanding For All Critical Loads. During A Grid Outage, The Automated Switching And Microgrid Controls Will Enable Direct Routing Of Electricity Generated By The Onsite Assets To Mission Critical Loads And Loadshedding Of Large Blocks Of Non-critical Loads. The Microgrid Will Be Designed In Accordance Unified Facility Criteria 4-010-06 Cybersecurity Of Facility Related Control Systems, Or Policy Current At Time Of Design, As Well As With Emerging Distribution System Operator Requirements. The Target Ceiling For Contract Award Is $46,000,000.00. The Government May Not Be Able To Award A Contract In Excess Of This Ceiling. Offerors Are Under No Obligation To Approach This Ceiling. A Presolicitation Notice For The Anniston Army Depot (anad) Power Generation And Microgrid Project, Anniston, Al Contract Opportunity Was Previously Posted On Sam.gov (https://sam.gov/opp/1d501ac6857e46ecb768fd204f9eae16/view). All Proposals Shall Be Submitted According To Eastern Standard Time (est).
Closing Date22 May 2025
Tender AmountRefer Documents 

STATE, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Civil Works Others, Electrical and Electronics, Electrical Works
United States
Details: The U.s Consulate General, Frankfurt Provides The Following Pre-solicitation Notice Regarding The Issuance Of A Request For Proposal (rfp) For: design/build Electrical Feeder & Transformer Replacement u.s. Embassy Madrid, Spain the Regional Procurement Support Office In Frankfurt, Germany, Intends To Issue A Firm Fixed-price Design/build Contract In The Third Or Fourth Quarter Of Fiscal Year 2025. the Offeror Shall Provide Complete Design And Construction Services, Contract Coordination, And Supervision, Including But Not Limited To The Management And Construction Necessary To Meet The Requirements Of This Contract Within The Established Timeframe. the U.s. Government Requires The Services Of A Contractor For Selective Improvement Project Includes The Removal And Replacement Of The Existing Direct-buried High Voltage Electrical Feeders, And Existing Transformers. the Required Works Includes But Are Not Limited To Preparation Of A Boundary, Topographic, And Utility (btu Survey) Of The Embassy Compound And Design A Path For A New Concrete Encased Duct Bank For New Main Electrical Feeders From The Existing Substation On The West Side Of The Site To The Existing Electrical Room In The Basement Level Of The Chancery. The New Bank Shall Be Designed Per Obo Design Standards Shall Be Designed For Minimal Disturbance To Post Operations, Existing Underground Utilities, And Existing Plantings And Shall Include Spare Conduits. The Contractor Shall Provide And Install New Electrical Feeders, Including All Terminations And Provide One (1) New Step-down Transformer On East Side—remove Three (3) Existing Transformers In Basement Electrical Room. Using The Data Provided By The Surveys, The Contractor Shall Locate And Remove The Existing Direct Buried Main Electrical Feeders And Spares. The Contractor Must Develop A Comprehensive Power Outage Plan That Limits Power Outages On The Compound To Maintain Post Operations. pursuant To Subpart 36.204 Of The Federal Acquisition Regulation (far), The Estimated Magnitude For The Entire Project Is Between $1,000,000.00 And $5,000,000.00 U.s. Dollars (note: The Prescribed Far Range Determinations Provide Relatively Wide Ranges Only, In Order To Give Potential Offerors A Very General Orientation As To The Magnitude Of The Work. However, The Specified Range Is Not Meant To Give Any Indication As To The Independent Government Cost Estimate For This Project, Which Could Be At The Lower Or The Upper End Of The Range Indicated). qualified Companies Interested In The Solicitation Shall Express Their Interest By Written Correspondence To The Attention Of Ms. Wencke Jacobsen At Jacobsenw@state.gov No Later Thanapril 4, 2025, Using The Solicitation Number 19ge5025r0055 In The Subject Line. do Not Telephone. All Requests For A Copy Of The Solicitation Must Include The Following Information: Name Of Firm, Unique Entity Identifier (former Dun’s #), Name, Telephone And Email Address Of Point Of Contact And Complete Physical And Mailing Address Of Firm. the Solicitation Package/documents Shall Not Be Placed On Sam.gov As The Documents Contain Sbu Information. Only Companies Submitting A Letter Of Interest And Complete “application For Solicitation Document” Check List Attached Hereto May Receive A Copy Of The Solicitation Package/documents When Available. the Solicitation Package Will Only Be Available In The English Language. All Requirements For Translations Will Be At The Expense Of The Contractor. Additionally, You Are Required To Complete And Include In Your Expression Of Interest The Below Checklist. All Requests For The Solicitation Document That Are Submitted Without The Checklist, Or With An Incomplete Checklist, Will Be Rejected. firms Shall Be Knowledgeable In Written And Spoken English And Possess All Appropriate Permits And Licenses To Perform Construction Work In Spain. a Pre-proposal Conference And Site Visit And Shall Be Tentatively Scheduled For May 2025, Precise Dates Will Be Provided To Interested Offerors With The Solicitation Package.
Closing Date4 Apr 2025
Tender AmountRefer Documents 

Landkreis Dahme Spreewald Tender

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

City Of Ozamis, Misamis Occidental Tender

Civil And Construction...+1Building Construction
Philippines
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
Closing Date11 Feb 2025
Tender AmountPHP 15 Million (USD 258.5 K)
8881-8890 of 8919 archived Tenders