Substation Tenders
Veterans Memorial Medical Center, Dnd Tender
Manpower Supply
Philippines
Details: Description The Contractor Shall Provide The Client With Security Services With One Hundred (100) Security Guards. To Provide Uniformed, Qualified And Armed Security Guards In Three (3) Eight (8) Hours Shift As Follows: 1st Shift: 7:00am To 3:00pm (33 Guards) 2nd Shift: 3:00pm To 11:00pm (33 Guards) 3rd Shift: 11:00pm To 7:00am (34 Guards) Guards Posted In Designated Area Shall Work (8) Hours Per Shift In Order To Maintain The Efficient Performance Of Their Duties And Responsibilities. Guards Performing More Than Eight (8) Hours Shall Require Approval From The Director Or His Designee/ Representative. This Shall Be Limited And Exclusively Applicable Only To Two (2) Designated Officers Who Shall Be Entitled To Perform Twelve (12) Hours Duty Daily, Thereby Covering All Three (3) Shift Schedules Of The Remaining 8-hour Duty Guards. Vgc Guards Cannot Be Assigned And Posted As Reliever To Vmmc And Vice Versa The Number Of Guards May Be Subsequently Increased Or Decreased To Meet The Actual Needs Of The Service At The Discretion Of The Client. It Is Understood And Agreed That The Guards Assigned By The Contractor Shall Possess The Following Requirements And Qualifications: -must Be At Least 2nd Year In College, With A Minimum Of Three (3) Years’ Experience, Certificate Of Security Guard Training And Recent Certificate Of Neuropsychological Test And Certificate Of Drug Test Must Be Required. -must Possess A License To Practice His Profession Issued By The Pnp- Supervisory Office On Security And Investigation Agencies (sosia) And Other Appropriate Authorities. -good Moral Character, Physically And Mentally Fit, Must Have Attended Pre-licensing Training/basic Security Guard Course -must Be At Least 5’5” For Male And 5’2” For Female In Height Or Over, Ideal Body Weight, Not Less Than 20 Years Old And Not More Than Fifty (50) Years Old. -the Contractor May Post A Minimum Of Five (5) And A Maximum Of Ten (10) Lady Guards Only. -rotation Of Guards Should Be Done At Least One (1) Month In Every Designated Post, Otherwise, Should The Guard Will Retain His/ Her Post In A Longer Period, This Shall Form Part Of The Discretion Of The Head Agency Or His Designee/ Representative. No Guards Shall Be Caught Smoking, Unreasonable Use Of Cellular Phone, Sleeping In Their Tour Of Duty Or Abandoning Their Designated Post Except For Personal Necessity Reasons. -security Guard Is Required To Submit A Duly Accomplished Personal Data Sheet (201 File) To Be Processed And Screened By The Security Coordinator Before They Assume Their Duties/ Or Assignment At The Veterans Memorial Medical Center. In The Event Of Replacement Or Substitution Of Guards, It Shall Require The Disposition Of The Director Or His/ Her Designee Or Representative In The Form Of Formal Request From The Contractor For Recommendation And Approval. Replacement Shall At Least Be Within The Standard Specified In The Special Conditions Of Contract. Moreover, The “contractor” Shall Provide The “client” One-hundred (100) Permanent Security Guard To Be Deployed During The Lifetime Of The Contract For Which Names Shall Be Submitted To The Director Or His/ Her Designee, Other Than The Actual Manpower Requirements Other Instructions Handed Down By Management Mutually Agreed Upon From Time To Time Governing The Security Services, Shall Also Form Part Of The Contract. The Contractor Shall Assume The Responsibility For Proper Performance Ofduties By The Security Guards And Shall Solely Responsible For Any Act Or Omission By Said Security Guards During Their Watch Hours, The Client Being Specifically Released From Any And All Liabilities To Third Parties Or To Anyone Caused By The Act Or Omission Of The Security Guards Of The Contractor. The Contractor Shall Provide The Client With Security Guards With Proper Performance, Experience And Such Other Equipment Needed In The Performance Of The Terms And Conditions Of This Contract Particularly In The Apprehension Of The Trespassers, Troublemakers, Thieves And Pilferers, And The Submission Of Reports On Unusual Incidents That Take Place Within The Premises Of Vmmc. The Contractor Shall Maintain Internal Peace And Order Within The Vmmc Compound, Building Premises And Offices Of The Client And Protect The Welfare, Property And Safety Of The Employees, Patients And Guests Of Vmmc. The Contractor Must Post Guards In Areas Designated By The Client In Accordance With The Overall Security Planning. Must Also Post Guards In Areas As Maybe Necessary Per General Location And Limitations Designated By The Client In Order To Fully Utilize The Services Of The Contractor And Provide The Necessary Logbooks/ Record Books In The Performance Of Their Works And That The Same Shall Be Turned Over To The Client For Safekeeping. The Client Shall Provide The Contractor A Headquarter For The Security Guards To Live In, Of Which The Existing Quarter At Gate 1 Can Be Utilized Subject To Repair/ Renovation, Under The Expense Of The Client. The Contractor Must Provide Appropriate Furniture And Fixtures/counter In All Security Guards’ Post. The Contractor Must Ensure Maximum Security Coverage Of The Vmmc Compound, Building Premises And Offices, And Properties Of The Client. The Contractor Shall Provide Four (4) Boom Poles; Two (2) At Gate 1 And Two (2) At Gate 2. The Contractor Shall At The Start Of The Contract And During The Lifetime Of The Contract Shall Install: -thirty-two (32) Units 3 To 5megapixel Surveillance Camera With Ir & Zoom In (wide Range Fix Camera); -two (2) Sets Digital High Definition Recorder (dvr) 16 Channel 16 Tb (expandable To 32 Tb), -three (3) Units 32” Led Monitor And The Monitoring System Shall Be Installed At The Cctv Control Room Area. The Installation Of Thirty (32) Units 3 To 5 Megapixel Surveillance Camera With Ir & Zoom In Shall Be Determined By The Director, Vmmc Or His Designee. Thirteen (13) Indoor Camera: -one (1) For New Warehouse -two (2) For Renal Dialysis Center -one (1) For Pabx Area -one (1) For Administrative Officer Corridor -one (1) For Pharmacy Section Coverage: Outside Of Main Pharmacy; In And Out From Landing; E-ward Elevator And Staircase -one (1) For Director’s Office Corridor -one (1) For Rdc Fronting Entrance Area -two (2) For Main Entrance For Lobby -one (1) For Valdes Hall Entrance Facing Fullon Hall -one (1) Focus Along Accounting, Nursing Division, Lorenzana Hall And Cmps -one (1) Pedia Ward And Medicine Area Fronting Entrance To Opd And Rdc Nineteen (19) Outdoor Camera: With 19 Floodlights (led 30-50 Watts Solar With Photo Sensor Switch. -one (1) For Ebms Motorpool -one (1) For Medical Oxygen Plant -one (1) For Gate 1 -one (1) For Gate 2 -one (1) For Nds Receiving Area -one (1) For Vip Parking Area -eight (8) For Open Parking Area (4 Each To The Two Parking Areas) -four (4) Vmmc Cottages -one (1) For Electrical Substation Near Evacuation Center Note: All Cameras And Dvr Must Be Inspected By Biomed Prior To Installation. The Contractor Further Shall Provide The Following: A. One (1) Patrol Vehicle For Inspection Purposes And Transporting Apprehended Individuals To Barangay Police Safety Office And Police Station. B. One (1) Unit Motorcycle With Top Down Sidecar C. One (1) Unit Motorcycle Without Sidecar D. One (1) Unit Uhf Base Radio With A Wide Frequency Range Of 144 Mgh With Homebase And Repeater E. Thirty-five (35) Handheld Radios With Headset And With The Same Frequency To Include Battery Pack With Charger For Distribution To Duty Guards, Duty Coordinators And Representative/designee Of The Director. F. One (1) Unit Desktop Computer With Printer For Use Of Security Office Including Stock Of Office Supplies: Logbook, Bond Papers, Ballpens And Others. G. Twenty (20) Licensed Firearms, All In Good Conditions: Seven (7) Long Shotguns And Thirteen (13) Side Arm With Ammo For Use Of The Security Guards. The Serial Numbers And License Of The Firearms Assigned To Vmmc Shall Be Provided To The Client. H. Four (4) Metal Detectors. One (1) Main Lobby, One (1) Cobalt Section, One (1) Dnmr/ Supply Area, One (1) Pedia/medicine. I. Installation Of Camera Should Be Done And Completed Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp). J. Supply Of Minimum Of Ten (10) Big Umbrellas At The Lobby Guard. K. Visitors’ Id, Three (3) Colors, 350 Pieces Each Color L. Sandbox For Unloading Firearms, One (1) At Lobby And One (1) At Opd M. Two (2) Megaphones, One (1) At Lobby And One (1) At Opd N. Four (4) Body Camera For Gate Guards “installed Cctv Surveillance Camera Within The Client’s Premises Shall Be Pulled Out By The Previous Contractor After Contract Expires Except For Installed Cable Line To Avoid Physical Damages In The Areas. Should The Previous Contractor Retain The Services, Still They Are Bound To Resume The Specified Requirements Due To The Client Under The Special Conditions Of Contract, And Further Assumes Responsibility In The Preventive Maintenance Service (pms) Including Labor And Materials Until The Contract Expires.” Supply Of Ten (10) Heavy Duty Flashlights For Evening And Night Duty Security Guard, Distributed As Follows: One (1) For Gate 1 One (1) For Gate 2 -one (1) For Medical Oxygen One (1) For Nurses’ Home - One (1) For Lobby One (1) For Cobalt Section 2 -one (1) For Electrical Substation One (1) For Supply Warehouse, One (1) For Department Of Family Medicine And Out-patient Department (opd) One (1) For Roving Guard -the Contractor Shall Provide Such Other Equipment As May Be Necessary To Attain The Purposes Of This Contract. - Hospital Experience. -availability Of Company-owned Canine When Need Arises. -submit Daily Report And Render Complete Investigation Report Of Cases Within Their Jurisdiction And Submit Findings And Recommendations. -quarterly Preventive Maintenance Should Be Done On Installed Cameras And Dvr. Defective Cameras Should Be Repaired Immediately. -provision Of One (1) Detachment Commander The Contractor Shall Be Liable On Items Lost Within The Premises Of The Hospital With Posted/duty Security Guards Caused By Theft And Robbery Due To Their Negligence. The One Hundred (100) Guards Shall Be Fully Vaccinated Against Covid-19 (1st And 2nd Dose) With Or Without Booster. Wearing Of Facemask Is Required To Be Worn At All Times While Inside The Premises For Health Purposes. Gate 1 And Gate 2 Guards Shall Be In Full Uniform And Adequately Armed. To Submit Certificate Of No Pending Case From Dole; To Submit Sss, Philhealth And Pag-ibig Certificate Of Monthly Contribution Within The Last 6 Months; To Submit Dole Certificate Of Compliance To Department Order No. 174; To Submit Nlrc Certificate Of No Adverse Decided Case In Areas Where The Security Agency Has On-going Contract Or Completed Contracts As Of January 01,2022 To December 31,2024. To Submit Security Plan For Vmmc Plan To Include Disaster And Terrorism Plan And Shall Form Part Of The Contract; To Submit Authenticate Photocopy Of Certificate/membership Registration From Phil Association And Protection Agency Operators (padpao); Should Have A Fully Secured Armory; To Submit 201 Files Of Detachment Commander And Security Guards To Provide Statement Of Availability Of Equipment (list Of Required Equipment As Stated In Scc Under Undertakings Clause.) To Submit Health Clearance Of Personnel From The Lgu To Submit Valid License To Operate Issued By The Philippine National Police (pnp) Supervisory Office For Security And Investigation Agencies (sosia) Authorizing Prospective Bidder In Providing Security Services. To Submit Ntc License For Handheld Radios; Compliance To The Criteria Of Performance Evaluation – Annex A Of Bidding Documents.
Closing Date10 Mar 2025
Tender AmountPHP 30.8 Million (USD 537.2 K)
Veterans Memorial Medical Center, Dnd Tender
Manpower Supply
Philippines
Details: Description To Provide Uniformed, Qualified And Armed Security Guards In Three (3) Eight (8) Hours Shift As Follows: 1st Shift: 7:00am To 3:00pm (39 Guards) 2nd Shift: 3:00pm To 11:00pm (34 Guards) 3rd Shift: 11:00pm To 7:00am (27 Guards) Note: Breakdown Of The Post Location Is Posted At The End Of The Technical Specifications. Guards Posted In Designated Area Shall Work (8) Hours Per Shift In Order To Maintain The Efficient Performance Of Their Duties And Responsibilities. Guards Performing More Than Eight (8) Hours Shall Require Approval From The Director Or His Designee/ Representative. This Shall Be Limited And Exclusively Applicable Only To Two (2) Designated Officers Who Shall Be Entitled To Perform Twelve (12) Hours Duty Daily, Thereby Covering All Three (3) Shift Schedules Of The Remaining 8-hour Duty Guards. Vgc Guards Cannot Be Assigned And Posted As Reliever To Vmmc And Vice Versa The Number Of Guards May Be Subsequently Increased Or Decreased To Meet The Actual Needs Of The Service At The Discretion Of The Client. It Is Understood And Agreed That The Guards Assigned By The Contractor Shall Possess The Following Requirements And Qualifications: -must Be At Least 2nd Year In College, With A Minimum Of Three (3) Years’ Experience, Certificate Of Security Guard Training And Recent Certificate Of Neuropsychological Test And Certificate Of Drug Test Must Be Required. -must Possess A License To Practice His Profession Issued By The Pnp- Supervisory Office On Security And Investigation Agencies (sosia) And Other Appropriate Authorities. -good Moral Character, Physically And Mentally Fit, Must Have Attended Pre-licensing Training/basic Security Guard Course -must Be At Least 5’5” For Male And 5’2” For Female In Height Or Over, Ideal Body Weight, Not Less Than 20 Years Old And Not More Than Fifty (50) Years Old. -the Contractor May Post A Minimum Of Five (5) And A Maximum Of Ten (10) Lady Guards Only. -rotation Of Guards Should Be Done At Least One (1) Month In Every Designated Post, Otherwise, Should The Guard Will Retain His/ Her Post In A Longer Period, This Shall Form Part Of The Discretion Of The Head Agency Or His Designee/ Representative. No Guards Shall Be Caught Smoking, Unreasonable Use Of Cellular Phone, Sleeping In Their Tour Of Duty Or Abandoning Their Designated Post Except For Personal Necessity Reasons. -security Guard Is Required To Submit A Duly Accomplished Personal Data Sheet (201 File) To Be Processed And Screened By The Security Coordinator Before They Assume Their Duties/ Or Assignment At The Veterans Memorial Medical Center. In The Event Of Replacement Or Substitution Of Guards, It Shall Require The Disposition Of The Director Or His/ Her Designee Or Representative In The Form Of Formal Request From The Contractor For Recommendation And Approval. Replacement Shall At Least Be Within The Standard Specified In The Special Conditions Of Contract. Moreover, The “contractor” Shall Provide The “client” One-hundred (100) Permanent Security Guard To Be Deployed During The Lifetime Of The Contract For Which Names Shall Be Submitted To The Director Or His/ Her Designee, Other Than The Actual Manpower Requirements Other Instructions Handed Down By Management Mutually Agreed Upon From Time To Time Governing The Security Services, Shall Also Form Part Of The Contract. The Contractor Shall Assume The Responsibility For Proper Performance Ofduties By The Security Guards And Shall Solely Responsible For Any Act Or Omission By Said Security Guards During Their Watch Hours, The Client Being Specifically Released From Any And All Liabilities To Third Parties Or To Anyone Caused By The Act Or Omission Of The Security Guards Of The Contractor. The Contractor Shall Provide The Client With Security Guards With Proper Performance, Experience And Such Other Equipment Needed In The Performance Of The Terms And Conditions Of This Contract Particularly In The Apprehension Of The Trespassers, Troublemakers, Thieves And Pilferers, And The Submission Of Reports On Unusual Incidents That Take Place Within The Premises Of Vmmc. The Contractor Shall Maintain Internal Peace And Order Within The Vmmc Compound, Building Premises And Offices Of The Client And Protect The Welfare, Property And Safety Of The Employees, Patients And Guests Of Vmmc. The Contractor Must Post Guards In Areas Designated By The Client In Accordance With The Overall Security Planning. Must Also Post Guards In Areas As Maybe Necessary Per General Location And Limitations Designated By The Client In Order To Fully Utilize The Services Of The Contractor And Provide The Necessary Logbooks/ Record Books In The Performance Of Their Works And That The Same Shall Be Turned Over To The Client For Safekeeping. The Client Shall Provide The Contractor A Headquarter For The Security Guards To Live In, Of Which The Existing Quarter At Gate 1 Can Be Utilized Subject To Repair/ Renovation, Under The Expense Of The Client. The Contractor Must Provide Appropriate Furniture And Fixtures/counter In All Security Guards’ Post. The Contractor Must Ensure Maximum Security Coverage Of The Vmmc Compound, Building Premises And Offices, And Properties Of The Client. The Contractor Shall Provide Four (4) Boom Poles; Two (2) At Gate 1 And Two (2) At Gate 2. The Contractor Shall At The Start Of The Contract And During The Lifetime Of The Contract Shall Install: -thirty-two (32) Units 3 To 5megapixel Surveillance Camera With Ir & Zoom In (wide Range Fix Camera); -two (2) Sets Digital High Definition Recorder (dvr) 16 Channel 16 Tb (expandable To 32 Tb), -three (3) Units 32” Led Monitor And The Monitoring System Shall Be Installed At The Cctv Control Room Area. The Installation Of Thirty (32) Units 3 To 5 Megapixel Surveillance Camera With Ir & Zoom In Shall Be Determined By The Director, Vmmc Or His Designee. Thirteen (13) Indoor Camera: -one (1) For New Warehouse -two (2) For Renal Dialysis Center -one (1) For Pabx Area -one (1) For Administrative Officer Corridor -one (1) For Pharmacy Section Coverage: Outside Of Main Pharmacy; In And Out From Landing; E-ward Elevator And Staircase -one (1) For Director’s Office Corridor -one (1) For Rdc Fronting Entrance Area -two (2) For Main Entrance For Lobby -one (1) For Valdes Hall Entrance Facing Fullon Hall -one (1) Focus Along Accounting, Nursing Division, Lorenzana Hall And Cmps -one (1) Pedia Ward And Medicine Area Fronting Entrance To Opd And Rdc Nineteen (19) Outdoor Camera: With 19 Floodlights (led 30-50 Watts Solar With Photo Sensor Switch. -one (1) For Ebms Motorpool -one (1) For Medical Oxygen Plant -one (1) For Gate 1 -one (1) For Gate 2 -one (1) For Nds Receiving Area -one (1) For Vip Parking Area -eight (8) For Open Parking Area (4 Each To The Two Parking Areas) -four (4) Vmmc Cottages -one (1) For Electrical Substation Near Evacuation Center Note: All Cameras And Dvr Must Be Inspected By Biomed Prior To Installation. The Contractor Further Shall Provide The Following: A. One (1) Patrol Vehicle For Inspection Purposes And Transporting Apprehended Individuals To Barangay Police Safety Office And Police Station. B. One (1) Unit Motorcycle With Top Down Sidecar C. One (1) Unit Motorcycle Without Sidecar D. One (1) Unit Uhf Base Radio With A Wide Frequency Range Of 144 Mgh With Homebase And Repeater E. Thirty-five (35) Handheld Radios With Headset And With The Same Frequency To Include Battery Pack With Charger For Distribution To Duty Guards, Duty Coordinators And Representative/designee Of The Director. F. One (1) Unit Desktop Computer With Printer For Use Of Security Office Including Stock Of Office Supplies: Logbook, Bond Papers, Ballpens And Others. G. Twenty (20) Licensed Firearms, All In Good Conditions: Seven (7) Long Shotguns And Thirteen (13) Side Arm With Ammo For Use Of The Security Guards. The Serial Numbers And License Of The Firearms Assigned To Vmmc Shall Be Provided To The Client. H. Four (4) Metal Detectors. One (1) Main Lobby, One (1) Cobalt Section, One (1) Dnmr/ Supply Area, One (1) Pedia/medicine. I. Installation Of Camera Should Be Done And Completed Within Seven (7) Days Upon Receipt Of Notice To Proceed (ntp). J. Supply Of Minimum Of Ten (10) Big Umbrellas At The Lobby Guard. K. Visitors’ Id, Three (3) Colors, 350 Pieces Each Color L. Sandbox For Unloading Firearms, One (1) At Lobby And One (1) At Opd M. Two (2) Megaphones, One (1) At Lobby And One (1) At Opd N. Four (4) Body Camera For Gate Guards “installed Cctv Surveillance Camera Within The Client’s Premises Shall Be Pulled Out By The Previous Contractor After Contract Expires Except For Installed Cable Line To Avoid Physical Damages In The Areas. Should The Previous Contractor Retain The Services, Still They Are Bound To Resume The Specified Requirements Due To The Client Under The Special Conditions Of Contract, And Further Assumes Responsibility In The Preventive Maintenance Service (pms) Including Labor And Materials Until The Contract Expires.” Supply Of Ten (10) Heavy Duty Flashlights For Evening And Night Duty Security Guard, Distributed As Follows: One (1) For Gate 1 One (1) For Gate 2 -one (1) For Medical Oxygen One (1) For Nurses’ Home - One (1) For Lobby One (1) For Cobalt Section 2 -one (1) For Electrical Substation One (1) For Supply Warehouse, One (1) For Department Of Family Medicine And Out-patient Department (opd) One (1) For Roving Guard -the Contractor Shall Provide Such Other Equipment As May Be Necessary To Attain The Purposes Of This Contract. - Hospital Experience. -availability Of Company-owned Canine When Need Arises. -submit Daily Report And Render Complete Investigation Report Of Cases Within Their Jurisdiction And Submit Findings And Recommendations. -quarterly Preventive Maintenance Should Be Done On Installed Cameras And Dvr. Defective Cameras Should Be Repaired Immediately. -provision Of One (1) Detachment Commander The Contractor Shall Be Liable On Items Lost Within The Premises Of The Hospital With Posted/duty Security Guards Caused By Theft And Robbery Due To Their Negligence. The One Hundred (100) Guards Shall Be Fully Vaccinated Against Covid-19 (1st And 2nd Dose) With Or Without Booster. Wearing Of Facemask Is Required To Be Worn At All Times While Inside The Premises For Health Purposes. Gate 1 And Gate 2 Guards Shall Be In Full Uniform And Adequately Armed. To Submit Certificate Of No Pending Case From Dole; To Submit Sss, Philhealth And Pag-ibig Certificate Of Monthly Contribution Within The Last 6 Months; To Submit Dole Certificate Of Compliance To Department Order No. 174; To Submit Nlrc Certificate Of No Adverse Decided Case In Areas Where The Security Agency Has On-going Contract Or Completed Contracts As Of January 01,2022 To December 31,2024. To Submit Security Plan For Vmmc Plan To Include Disaster And Terrorism Plan And Shall Form Part Of The Contract; To Submit Authenticate Photocopy Of Certificate/membership Registration From Phil Association And Protection Agency Operators (padpao); Should Have A Fully Secured Armory; To Provide Statement Of Availability Of Equipment (list Of Required Equipment As Stated In Scc Under Undertakings Clause.) To Submit Health Clearance Of Personnel From The Lgu To Submit Valid License To Operate Issued By The Philippine National Police (pnp) Supervisory Office For Security And Investigation Agencies (sosia) Authorizing Prospective Bidder In Providing Security Services. To Submit Ntc License For Handheld Radios; Compliance To The Criteria Of Performance Evaluation – Annex A Of Bidding Documents.
Closing Date28 Apr 2025
Tender AmountPHP 27.3 Million (USD 485.1 K)
City Of Cape Town Tender
Telecommunication Services
South Africa
Details: Rfq Type Goods Goods Electrical Equipment & Components Reference Number Gj12500623 Title Fibre Con 48f Cpu Fc/st Cpu 2000 Description 25 Each X Fibre Con 48f Cpu Fc/st Cpu 2000 Specification* Fibre Con 48 Used For Termination Of Fibre Optic Cable Within The Electricity Substations. Fibre Con 48 - Fibre Optic Customer Premises Unit Specifications Tfc 12-48 Comes Supplied Standard With Dimensions 330 X 400 X 100 Mm 2 Separate Lockable Splice And Patching Compartments. Made From Robust Metal Surface Finish Beige Ral 7035 Modular Glanded Cable Entries 4 Fibre Organiser Trays Complete With Splice Holders. Clear Fibre Organiser Tray Cover. Transportation Tubes With Tube Markers. Modular Structure Of The Distribution Field By Means Of Adapter Holders St Connector Types And Blanking Plates. Dale Swartz 021 444 2167 083 396 8782 Clause - 2.14.1 <(>&<)> 2.15 Provide, On Request By The Cct, Any Other Material That Has A Bearing On The Quotation Offer, The Supplier#s Commercial Position (including Joint Venture Agreements), Preferencing Arrangements, Or Samples Of Materials, Considered Necessary By The Cct For The Purpose Of The Evaluation Of The Quotation. If The Specifications Require The Supplier To Provide Samples/technical Data Sheets, These Shall Be Provided Strictly In Accordance With The Instructions Set Out In The Specification. If Such Samples /technical Data Sheets Are Not Submitted As Required In The Bid Documents Or Within Any Further Time Stipulated By The Cct In Writing, Then The Bid Concerned May Be Declared Non-responsive. # Nb The Municipal Bidding Document 6.1 (mbd 6.1) Is Attached, In Order To Be Eligible For Preference Points Bidders Are Required To Submit A Duly Completed, Current Dated Mbd 6.1 Document With Supporting Documents With Each And Every Rfq Submission, Failure To Submit Will Result In Zero Point Allocation. # 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" Delivery Date2025/03/24 Delivery Todale Swartz Delivery Address2 Melck Street, Ndabeni Contact Persondale Swartz Telephone Number0214442167 Cell Number Closing Date2025/03/10 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addresssherani.basson@capetown.gov.za Buyer Detailss. Basson Buyer Phone0214009321 Attachments No Attachments Note On 3 April 2018 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Civil, Hardware, Electrical. No Manual Submissions Will Be Accepted For These Commodities And Suppliers Must Log In To E-services Portal To Access Rfqs. 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.
Closing Date10 Mar 2025
Tender AmountRefer Documents
DEPT OF THE ARMY USA Tender
Civil And Construction...+3Others, Electrical and Electronics, Electrical Works
United States
Details: This Is A Sources Sought For The Purpose Of Obtaining Market Research Only. No Proposals Are Being Requested Nor Accepted Under This Synopsis. The U.s. Army Corps Of Engineers, New York District, Will Use Information Obtained Under This Sources Sought For Construction Of The Electrical Switching Station-north Project At Watervliet Arsenal (wva), Ny.
the Intent Of This Sources Sought Is To Access Industry's Small Business Concerns Including 8(a) Companies With An Sba Approved Office, Historically Underutilized Business Zone (hub Zone) And Service-disabled Veteran-owned Small Business (sdvosb), And All Small Businesses Under The Size Standard, Capability And Interest In Performing A Construction Project Within Watervliet Arsenal, New York.
the Naics Code For This Project Is 236220 – Commercial And Institutional Building Construction. The Government Must Ensure There Is Adequate Competition Among Contractors For Work To Be Performed Under This Solicitation.
the New York District, U.s. Army Corps Of Engineers (district) Is Requesting A Design-bid-build Rfp For The Electrical Switching Station-north Project At Watervliet Arsenal (wva), Ny.
the Scope Of Work Consists Of Using The Design Bid Build Contract[jf1] Method. The General Work Involved Includes But Is Not Limited To The Following:
installation Of A Switching Station Capable Of Feeding 4000 Kw Of Power Into The Existing South Switch Station.
procurement, Installation, And Testing Of Four 2mw Generators
construction Of A Building Housing The Generators.
primary Scope Includes Electric Manholes, Duct Bank, Grounding Cable, Fencing, Switchgear, Transfer Switches, Cables, Splices And Connections.
supporting Facilities Include Paving, Walks, Curbs, Gutters, And Utilities Testing And Commissioning.
construction Of All Necessary Utility Interconnections To Bring Existing Onsite Fuel To The Power Generation Facility And To Connect The Switching Station To The Existing Electrical Distribution Network.
electrical Switching Station- North
the Purpose Of The Project Is To Construct A Generator Connection Terminal To Provide Backup Power To The Arsenal In The Event Of A Long-term Power Outage From The Facility’s Main Substation. The Primary Scope Includes Electric Manholes, Duct Bank, Grounding Cable, Fencing, Switchgear, Transfer Switches, Cables, Generator Procurement And Installation, Splices And Connections. Supporting Facilities Include Paving, Walks, Curbs, Gutters, And Utilities Testing And Commissioning.
this Project Will Construct A Switching Station Capable Of Feeding 4mw Of Power Into The Existing Wva Distribution Network And Constructing A Facility Capable Of 8mw Of Power Generation Needed To Power The Wva During An Emergency Loss Of Power. The Facilities Will Increase The Existing Switching Station Capacity From 4mw To The Full 8mw Needed For Powering The Installation Fully While Also Providing The Means Of That Power Generation. The Project Also Includes The Construction Of All Necessary Utility Interconnections To Bring Fuel To The Power Generation Facility And To Connect The Switching Station To The Existing Electrical Distribution Network. The Installation Of Controls For The Auto Start Of This Power Generation And Distribution Switch Are Also Included In This Project.
the Anticipated Magnitude Of Construction Is Between $25 Million And $100 Million. The Estimated Contract Duration Is 1,081 Days. Notice To Proceed Is Anticipated To Occur In March 2026.
responses To This Sources Sought Will Be Used By The Government For Market Analysis Only, As An Aid In Its Making Of The Appropriate Acquisition Decision(s); Such As, Use Of A Small Business Set-aside Or Full And Open Competition. If Qualified Firms Do Not Respond To This Sources Sought Notice, The Project May Be Acquired Under Full And Open Competition.
all Interested Businesses Should Notify This Office In Writing By Mail Or By E-mail And Provide A Response To The Questions Below:
interested Businesses Shall Respond To This Sources Sought Synopsis By Submitting Two (2) Examples Of Previous Experience With Commercial And Institutional Building Construction Within The Last Five (5) Years, For A Similar Scope (installation Of Primary Scope Includes Electric Manholes, Duct Bank, Grounding Cable, Fencing, Switchgear, Transfer Switches, Cables, Splices And Connections, Procurement Of Power Generation Equipment, Installation Of Power Generation Equipment, Testing Of Power Generation, Construction Of Similar Type Mechanical And Electrical Enclosure Housing Areas, Commissioning, Installation Of Underground Fuel Piping). And Similar In Cost Magnitude, Which Is A Project Value Greater Than $20,000,000.00 Dollars. The Information Submitted Will Be Considered In The Development Of The Acquisition Strategy To Support This Program.
please State Whether The Company Is A Certified Small Business (sb), Such As An 8(a) Sb, Hubzone Sb, Service Disabled Veteran-owned Sb (sdvosb), Or Women-owned/economically Disadvantaged Women-owned Sb (wosb/edwosb), For Naics Code 236220.
please Provide A Cage Code And Duns Numbers, If Applicable.
the Interested Contractor Must Indicate Their Capability Of Obtaining Performance And Payment Bonds For A Project In The Dollar Amount (price Or Range) Listed Above (indicate Contract Bonding Capability And Socio-economic Status, E.g., Sb, 8(a), Hubzone Sb, Sdvosb, Or Wosb/edwosb).
responses Are Restricted To U.s. Firms That Are Established And Registered In The System For Award Management (sam), Www.sam.gov. For 8(a) And Hubzone, Firms Must Be Certified By The Small Business Administration (sba).
all Interested Businesses Responding To This Market Research Shall Be Limited To The Information Required Above And Shall Be Submitted And Received Via Email Or In Writing By Mail No Later Than 1600 (4 Pm) Est On 22 April 2025. All Interested Businesses Should Submit Their Responses To The Following:
orlando Nieves, Contract Specialist
e-mail: Orlando.nieves@usace.army.mil
this Is Not A Commitment On The Part Of The Government To Award A Contract As A Result Of This Notice Or To Pay For Any Information Received. This Synopsis Neither Constitutes A Request For Proposal Or Invitation For Bid, Nor Does It Restrict The Government To An Ultimate Acquisition Approach. This Sources Sought Synopsis Should Not Be Construed As A Commitment By The Government For Any Purpose. The Government Does Not Intend To Rank Submittals Or Provide Any Reply To Interested Firms. Submittals Will Be Used For Market Survey Information Only.
Closing Date22 Apr 2025
Tender AmountRefer Documents
Municipality Of Bayambang Pangasinan Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Philippines
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
Closing Date11 Feb 2025
Tender AmountPHP 1.3 Million (USD 23.9 K)
Verkehrsbetriebe Brandenburg An Der Havel GmbH Tender
Civil And Construction...+1Civil Works Others
Germany
Details: The Brandenburg An Der Havel Transport Company (VBBR) intends to build a compact rectifier substation (GUW). The new station will serve to stabilize the direct current grid. The current planning includes the new construction of the GUW, including the building structure, technical equipment, and cable systems with civil engineering measures to integrate the GUW into the existing traction power grid. This tender refers to the technical equipment section. Please refer to the tender documents for exact details.
Closing Date2 May 2025
Tender AmountRefer Documents
Eskom Holdings SOC Ltd Tender
Civil And Construction...+1Water Storage And Supply
South Africa
Details: Details Tender Number E1256cxmwp Department Eskom Tender Type Request For Bid(open-tender) Province Gauteng Date Published 12 May 2025 Closing Date 27 June 2025 10 00 Place Where Goods, Works Or Services Are Required Maxwell Drive-sunninghill-johannesburg, Sandton-2000 Special Conditions Venue Eskom Research, Testing And Development, Lower Germiston Road, Johannesburg The Meeting Arrangement Is To Meet At The Main Reception At 09 45 Tender Acknowledgement Form To Be Submitted To Makumej@eskom.co.za Containing Email Address/s To Be Able To Participate In The Clarification Meeting. Enquiries Contact Person Jeanette Makume Email Makumej@eskom.co.za Telephone Number 011-800-5642 Fax Number 086-662-6997 Briefing Session Is There A Briefing Session? Yes Is It Compulsory? No Briefing Date And Time 28 May 2025 10 00 Briefing Venue Eric Building Rosherville Tender Documents 240-56356396_earthing And Lightning Protection Standard (rev 2).pdf 240-53114026_generation_project_engineering_change_management_procedure_(rev_4).pdf E-tenderers E-tendering Training Acknowledgement Form 27 January 2025 (1).docx 240-165573930__hydrogen_plant_pressure_equipment_preparation_and_pressure_testing.pdf 240-rt&d-783 Tender Returnable Technical Schedule.pdf 240-56355728_human Machine Interface Design Requirements Standard.pdf 240-56356376 Site Commissioning For Low Pressure Services.pdf 240-56355815 C&i Enclosures & Cable Termination.pdf 240-71432150 Plant Labeling Standard.pdf 240-53114002_generation_engineering_change_management_procedure_(rev_5)_(004).pdf 240-86973501 Engineering Drawing Std.pdf 240-56364545 Structural Design.pdf 240-56357424 With Memo Lv Protection Std.pdf North West Sub Lv-db.pdf 240-56360086_nicad_standard.pdf E1256cxmwp_invitation To Tender Hydrogen Facility_12 May 2025.pdf Rosherville Geotech Report.pdf 240-56227516_lv Switchgear And Control Gear Assemblies And Associated Equipment For Voltage Up To And Including 1000v Ac And 1500v Dc Standard.pdf Layout.jpg Eskom_-_standard_conditions_of_tender_-_30_january_2025.pdf Qs_045 Renewable Hydrogen Facility Typical Activity Schedule March 2025.xlsx 240-145581571_standard For The Identification Of The Contents Of Pipelines And Vessels.pdf 240-57617975 Low Voltage Motors Procurement.pdf 240-106628253_standard For Welding Requirements On Eskom Plant.pdf 240-56737654_inspection Testing And Maintenance Of Fire_systems.pdf 240-109253302 _ Quality Control Plan Or Inspection Test Plan (qcp Or Itp) Rev 2.docx 240-53114248 Thyristor And Switch Mode Chargers.pdf 240-53114193_occuruence And Incident Management Proc.pdf Main Mv Reticulation Schematic.pdf 240-105658000 Supplier Quality Management Specification (3).pdf 240-56360034_stationary_vented_lead_acid_batteries_standard.pdf Qualitative Technical Evaluation Criteria For Rhf.pdf 240-56536505 Hazloc Std.pdf 20241210_rhf Loss.xlsx Hydrogen Plant Facility Construction Emp. Signed.pdf 240-53114192 Work Instruction For Control Of Nonconformities (rev 2).pdf 240-56355754_field Equipment Installation Standard (rev 3).pdf 240-98784903-quality_manual_final_rev_5.pdf 20250417_ Rt&d Renewable Hydrogen Facility_240-68099512 Form A_cat 3_ Rev 9.docx 240-49230111 Hazards And Operatbility Analysis.pdf 240_rtd_124_stakeholder_requirements_defination_for_renewable_hydrogen_rev_011_(2).pdf 240-51999453 Standard_specification_for_vrla.pdf 240-109253698 Cqp Template 2021.docx Annex C Designated Material.pdf 240-55410927_cyber Security Standard For Ot.pdf 240-56355843_pressure_measurement_systems_installation_standard.pdf Annex D Local Content Declaration.pdf Eskom_supplier_integrity_pact_-_02_june_2023.pdf 240-53114190_internal Audit Proc.pdf 240-56355910 Management Of Plant Software Standard.pdf 240-56355541_c&i Computer & Equipment Rooms Civil And General Building Requirements Guideline.pdf 240-115583001 Lv Switchgear Technical Schedule A And B.xlsx Annexure A_technical Specification For Renewable Hydrogen Facility.pdf 240-49230030_reliability_engineering_analysis_guideline.pdf 240-rt&d-782 Technical Schedule For Rhf.xlsx Eskom Reseach, Testing And Development- Equipment Layout North West Substation.pdf 22102024 H2 Plant Vendor Document Submittal Schedule .xlsx 240-60782552_process_flow_diagram_standard_(rev_1).pdf 240_rtd_126_concept_design_report_rev_01_(1).pdf 20250417_ Rt&d Renewable Hydrogen Facility- Rtd_cat 3_ Rev 7_signed.pdf Annexure B_240-56227413 Hydrogen Systems Standard.pdf 32-373_information Security It_ot And Third Party Remote Access Standard.pdf 20250326 Sdli Stragety Engineer Procure And Construct A Water Electrolysis Hydrogen Generation Plant.docx 240-54937450 Fire Protection And Life Safety Design Standard (rev 3) (30).pdf 32-520 Ohs Risk Assessment Procedure Revision. 5.pdf E-tendering Help Manual For Supplier 27 January 2025 (1).docx 240-53113685 Generation Design Review Procedure (rev 4) (1).pdf 240-56227443_generation Requirements For Control And Power Cables For Power Stations Standard (rev 2).pdf 32-95.pdf 240-56241933_control_of_welding.pdf 240-56737448_fire Detection And Life Safety Design Standard.pdf 240-53665024 Engineering Quality Manual (1).pdf Mandatory Technical Evaluation Criteria For Rhf.pdf 240-49230046_failure_mode_and_effects_analysis_guideline.pdf C1 1 Ecc3_ Hydrogen Facility_29042025.doc 240-44682650 Process_control_manual_(pcm)_for_provide_engineering_during_project_sourcing_(basic).pdf 240-55714363_generation Ps Lighting And Small Power Installation Standard.pdf 240-56355888_temperature_measurement_systems_installation_standard_(rev_3).pdf 240-79669677_dmz Designs For Ot Systems.pdf Research Facility Usl V1 2024 Final.pdf Rtd Renewable Hydrogen Facility Rev1_signed.pdf Annex E Supporting Schedul To Annex C.pdf 240-56227589_list Of Approved Electronic Devices To Be Used On Eskom Power Stations Standard.pdf 240-54937439_fire_protection_-_detection_assessment_standard_(rev_4).pdf
Closing Date27 Jun 2025
Tender AmountRefer Documents
FEDERAL AVIATION ADMINISTRATION USA Tender
Civil And Construction...+4Others, Building Construction, Electrical and Electronics, Electrical Works
United States
Details: Location Of Work/projects: Tps-027 Is A Three-story Building Located At Mike Monroney Aeronautical Center At 6500 South Macarthur Boulevard, Oklahoma City, Ok 73169.
this Market Survey Is Not A Request For Proposal/screening Information Request And The Government Is Not Committed To Award A Contract Pursuant To This Announcement. It Is A Market Research Tool Being Used To Assist In The Determination Of An Acquisition Plan.
appropriate Acquisition Planning Will Be Determined After Consideration Of Industry Responses To This Announcement And Other Factors. The Government Is Not Obligated To, And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Notice.
magnitude Of Construction: $1,000,000.00 To $5,000,000.00.
this Market Survey Is Being Issued To Assist The Faa In Meeting The Electrical Needs At The Thomas P. Stafford Building (tps-027) At The Mike Monroney Aeronautical Center In Oklahoma City, Ok Includes:
description Of Facility:
building Area: 222130.6 Sf
building Age: Built In 1/1/1992, With Multiple Renovations.
building Function: Training, Classrooms, Admin. Spaces, Etc.
description Of Work:
this Project Is To Upgrade The Existing Electrical Main Service Equipment, Motor Control Centers, And Some Secondary Switchboards Downstream From The Main Service. The Work Will Be Accomplished In Different Phases With Scheduled Power Outages. The Project Consists Of A Base Bid And Ten (10) Bid Options:
base Bid:
providing And Installing Temporary Power Substations To Provide Temporary Power As Needed During The Construction.
replacing The Buildings 4000a Main-tie-main Switchgear In Its Entirety.
re-connecting The Feeder Branch Circuits.
installing 2 Busduct Tap Boxes.
replacing Existing Motor Starters At The 800a Motor Control Center.
replacing A 1600a Switchboard.
replacing A 400a Switchboard.
re-using The Existing Feeder Branch Circuits Conductors.
bid Options:
providing And Installing New Feeder Branch Circuit Conductors Associated With The Upgraded Equipment.
the Conductor Sizes Range From #2 Awg To 500kcmil Awg.
contractor Shall Provide, But Not Limited To, All Labor, Materials, And Equipment Required For All Work As Described In The Applicable Contract Documents.
the Faa Contemplates A Single Contract Award Firm-fixed Price Contract In The Electrical Construction Trade (naics 238210 Size Standard $19m). Contract Performance Period Is Contemplated/estimated At 180 Calendar Days.
the Purpose Of This Announcement Is To Conduct A Market Survey To Solicit Statements Of Interest And Capabilities From Interested Vendors In Accordance With Faa Acquisition Management System (ams) Policy 3.2.1.2.1.
responses To This Market Survey Will Be Used For Informational Purposes Only.
interested Firms Submitting A Response Are Requested To Provide The Following Information:
1. Company Information
name And Address Of Company
point Of Contact (name, Title, Telephone Number, And Email Address)
sam Unique Entity Identifier (uei) Number
2. Capability Statement – This Document Should Identify The Following:
type Of Electrical And/or Construction Services Provided By Your Firm
state Capability To Organize, Manage, And Complete Construction Projects Within Established Cost And Schedule
size And Type Of Services Provided On Previous Contracts
number Of Years In Business
3. Small Business Type - Specify All Small Business Classifications (i.e. 8a, Veteran Owned, Service-disabled Veteran Owned, Etc.) Sedb 8(a) Interested Vendors Must Provide A Copy Of Their Sba 8(a) Certification Letter To Verify Eligibility.
all Correspondence And Responses To This Market Survey Should Be Received By 3:00 P.m. Cs (oklahoma) Time, Thursday, April 11, 2025. All Submittals, Including Attachments, Shall Be Submitted Electronically To The Faa Contracting Office Using The Following Email Addresses: Neil.s.amaral@faa.gov. Please Include “market Survey Response: “tps-027 Replace Switchgear Mcc” In The Subject Line Of Your Email. Information Provided Will Not Be Released However Please Mark Proprietary On All Documents Submitted As/if Necessary.
this Market Survey Is For Planning Purposes Only And Shall Not Be Construed As A Request For Proposal Or As An Obligation On The Part Of The Faa To Acquire These Services. No Entitlement To Payment Of Direct Or Indirect Costs Or Charges By The Faa Will Arise As A Result Of Submission Of Responses To This Market Survey And The Faa's Use Of Such Information. The Faa Is Not Seeking Or Accepting Unsolicited Proposals.
Closing Date11 Apr 2025
Tender AmountRefer Documents
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Works
Civil And Construction...+2Electrical Works, Electrical and Electronics
Eprocure
Corrigendum : Corrigendum Added
India
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.
Closing DateCancelled
Tender AmountRefer Documents
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Works
Civil And Construction...+1Civil Works Others
Eprocure
India
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.
Closing Date19 Mar 2025
Tender AmountINR 2.4 Million (USD 29 K)
This is an estimated amount, exact amount may vary.
8901-8910 of 8921 archived Tenders