Transport Tenders

Transport Tenders

DEPT OF THE NAVY USA Tender

Scraps
United States
Description: Material: Estimated 8,900 Pounds Of Various Scrap Electrical Motors. The Buyer Is Invited To Inspect The Property Prior To Submitting A Bid By Calling 910-451-4214 To Schedule An Appointment. The Government Reserves The Right To Vary The Quantity Tendered Or Delivered To The Purchaser By 10 Percent, When The Property Is Sold By Weight. 1,instructions. All Bids Must Be Received By The Bid Deadline: January 30, 2025, At 2:00pm Est. Bids May Be Mailed/faxed/emailed/hand Delivered To: gf Department, Public Works Division Attn: Gary Denson, Fsc/landfill Section 1005 Michael Road mcb Camp Lejeune, Nc 28547 fax: 910-451-9935 email: Gary.j.denson@usmc.mil 2. Consideration Of Bids, Modifications, Or Withdrawls. The Government Reserves The Right To Reject Any And/or All Bids. Award Will Be Made To The Highest Responsive And Responsible Bidder. When Two Or More Highest Bids Are Equal In All Respects, Award Shall Be Made By Drawing, Limited To The Highest Equal Bids. The Drawing Shall Be Witnessed By At Least Two Persons. By Signing The Bid, The Buyer Guarantees Its Bid Price Until Material Is Removed. 3. Buyer Eligibilty. The Buyer Must Be A United States Citizen And Eligible To Obtain A Department Of State, Department Of Commerce, Or Office Of Foreign Assets Control Export License. The Buyer Is Required To Report Suspected Instances Involving Fraud And Abuse, Theft Or Violation Of The Arms Export Control Act, Illicit Diversion Of U.s. Export-controlled Technology, Or Other Violations Of U.s. Export Laws And Regulations Involving Dod Programs And Operations. 4. Dangerous Property Clause. Buyers Are Cautioned That Articles Or Substances Of A Dangerous Nature May Remain In The Property Regardless Of The Care Exercised To Remove Same. The Government Assumes No Liability For Damages To Property Of The Purchaser Or For Personal Injury, Disability Or Death Of The Buyer, Its Employees, Or To Any Other Person Arising From Or Affiliated With The Purchase, Use Or Dispositions Of This Material. The Buyer Shall Hold The Government Harmless From Any And All Such Demands, Suits, Actions, Or Claims Arising From Or Otherwise Relating To The Purchase Of This Material. 5. Deposit/payment. The Buyer Is Required To Make A 50% Deposit By Certified Or Company Check Made Payable To The U.s. Treasury Prior To Pick-up Of The Material. The Buyer Will Be Invoiced For The Remaining Balance After Deposit. All Billing Weights Will Be Based On The Qrp’s Base Scales Weight Tickets. Payment Must Be Made Within Fifteen (15) Days Upon Receipt Of The Invoice. Check Will Be Made To The U.s. Treasury And Fedex/ups To The Address Listed In The Bid Submission Form Or Hand Delivered To The Administrative Section In Bldg. 1005. Failure To Make Payment Will Result In Legal Action To Recover Invoiced Funds. 6. Location Of Property. Material Is Stored At The Camp Lejeune Recycling Facility Located On Piney Green Road, Mcb Camp Lejeune. The Material Can Be Delivered To The Successful Bidder Within A 75-mile Radius Or Can Be Picked Up At Bldg. 978 Piney Green Rd, Camp Lejeune, Nc, 28547. 7. Scheduled Pick-up. The Successful Bidder Is Required To Contact The Mcb Cam Lej-qrp Within 4 Business Days From Date Of Award To Arrange Payment Of Deposit And Subsequent Pick-up Of The Commodity. Collection Of The Commodity Will Occur Between 8:00am - 1:00pm, Monday - Thursday, Excluding Federal Holidays. 8. Bill Of Lading. Bill Of Lading Will Be Created At The Time Of Pick Up And Will Document The Quantity, In Pound, Removed From Mcb Camp Lejeune. A Copy Of The Bill Of Lading Will Be Retained By Mcb Camlej-qrp. 9. Transportation. The Buyer Shall Provide Trucks That Are Dot Approved. The Vehicles Shall Possess Control Devices To Prevent Spillage. The Buyer Shall Comply With Dot Containment Requirements For Transporting The Materials, Dot Vehicle And Weight Transportation Requirements, And Adhere To All Applicable Safety, Fire, Environment, And Osha Laws, Rules And Regulations. The Buyer Is Responsible For The Cleanup Of All Spillages Both On And Off The Installation. The Buyer Agrees To Provide Transportation Related To The Pick-up And/or Shipment Of The Recyclable Materials At No Charge To The Recycling Program And/or Government. The Successful Bidder Shall Weigh Transport Vehicle(s) Before Leaving Mcb Lej-qrp At The Landfill Scales, Building 982 Piney Green Road. The Weight Tickets (original) Shall Be Provided To Mcb Camlej-qrp For Inclusion Into Sales Records. 10. Securing The Load. Securing The Load Is The Sole Responsibility Of The Buyer Or His/her Agent. The Buyer Assumes Total Responsibility And Liability Of The Material Once They Are In The Buyer’s Possession And Shall Hold Harmless And Indemnify The United States And Mcb Camlej And Its Contracting Authority. 11. Termination Of The Agreement For Default. Mcb Cam Lej-qrp May Terminate This Agreement In Whole Or In Part For Failure Of The Successful Bidder To Perform Any Of Its Obligations Under The Agreement. a. Upon Default, Successful Bidder Shall Lose All Rights, Title, And Interest In The Property. If A Successful Bidder Removed Part Of A Commodity But Fails To Remove The Remainder Within The Time Specified For Removal, The Agreement Will Be Terminated For Default In Part And The Successful Bidder Will Not Be Entitled To A Refund Of Any Portion Of The Price Paid, Including Deposit, For Said Commodity. Successful Bidders Who Are Terminated For Default May Be Referred/recommended For Debarment From Purchasing Any Mcb Camlej-qrp Commodities. 12. Termination Of The Agreement For Convenience. Mcb Camlej-qrp May Terminate This Agreement In Whole Or In Part When It Is In Mcb Camlej-qrp’s Best Interest, By Providing Written Notice Of Such Termination To The Successful Bidder. In The Event The Agreement Is Terminated For The Convenience Of Mcb Camlej-qrp, The Successful Bidder’s Sole Remedy Will Be A Refund Of Any Portion Of The Price Paid For Commodities Not Received. 13. Damage To Government Property. Any Damage To Government Property During The Successful Bidder’s Removal Operations Is The Responsibility Of The Successful Bidder, If Deemed By The Manager, Mcb Camlej-qrp That The Successful Bidder Or His/her Agent Or Employee Was At Fault, Will Be Repaired At The Successful Bidder’s Expense, To Its Original State Or Reasonable Facsimile Thereof To The Satisfaction Of Mcb Camlej-qrp. 14. Agreement Disputes. All Agreement Disputes Will Be Resolved By The Mcb Camlej-qrp Manager. 15. Base Access. All Transportation Personnel Shall Obtain Access To The Installation By Obtaining A One-day Pass From The Base Pass And Identification Office. Driver Must Show A Valid Driver’s License, Registration And Proof Of Insurance. Important: Please See The Attached Link Regarding New Regulations For Base Access- Https://www.mcieast.marines.mil/cvo/ all Haulers Must Be Able To Comply With These Requirements In Order To Gain Access. At A Minimum, Haulers Must Have: a Real Id Is Highly Preferred, If Not, They Need To Possess 3 Forms Of Id: driver’s License passport twic Card ss Card birth Certificate additionally, Haulers Must Have Proper Registration And Insurance Information For Their Vehicles. 16. Environmental Consideration. Mcb Camlej-qrp Is Committed To Protecting The Environment. It Is The Responsibility Of This Agency, As Well As Potential Buyers, To Ensure That The Sale Of Hazardous Property, And The Ultimate End Use Of That Property, Is Performed In An Environmentally Compliant Manner. As Such, Prior To The Award Of Any Hazardous Item, Each High Bidder’s Premises May Be Subject To An On-site Inspection By A Government Representative.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Mustankorkea Oy Tender

Machinery and Tools
Finland
Description: Mustankorkea Oy is bidding for the emptying of swap pallets at the Laukaa Small Waste Station. The address of the Laukaa Small Waste Station is Katajamäentie 6, 41340 Laukaa, and all loads are transported to our waste center at Ronsuntaipaleentie 204, 40500 Jyväskylä. The Laukaa Small Waste Station has 7 swap pallets equipped with hook attachments for different waste fractions, 5 of which are under the roof and 2 in the yard. The pallets are emptied on average 7-8 times a week, usually 1-2 times a week. The swap pallets can be emptied at any time you want, but not between 2 and 7 p.m. when the small waste station is open to customers. You will receive a key at the gate of the small waste station and the driver must carry out the weighing at the waste center into the Materialport system on his own.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

Millennium Challenge Corporation - MCC Tender

Others
United States
Details: Specific Procurement Notice (spn) country: Indonesia project Name: Millenium Challenge Account – Indonesia Ii procurement Title: Recruitment Of Individual Consultants For Technical Evaluation Panel/bid Review Panel Work (several Consultants) procurement Ref. Number: Ind2-2024-40043-ic type Of Procurement (goods, Works Or Services As Applicable): Consulting Services (individual Consultants) employer: Mca-indonesia Ii publication Date: 17 December 2024 submission Deadline: 17.00 Pm Jakarta, Indonesia Time (gmt+7) On 4 February 2025 1. The United States Of America And The Republic Of Indonesia ("government") Signed A Millennium Challenge Compact Ii On April 13, 2023 ("compact Ii"). The Compact, Which Will Include $649 Million Of Grant Funding From The Millennium Challenge Corporation (“mcc”) And A $49 Million Contribution From The Government, Aims To Unlock Financing Flows In A Way That Will Catalyze Economic Growth And Leverage Indonesia’s Own Resources. The Millennium Challenge Account - Indonesia Compact (“mca-indonesia Ii”) Aims To Address Key Root Causes Of Costly And Underdeveloped Financial Intermediation By Improving The Financing Of Infrastructure, Particularly Transport And Logistics Infrastructure, And Increasing Access To Finance For Micro-, Small And Medium Enterprises. The Compact Will Support Three Projects To Address The Binding Constraint Of Costly And Underdeveloped Financial Intermediation: The Advancing Transport And Logistics Accessibility Services (“atlas”) Project; The Financial Markets Development Project (“fmdp”); And The Access To Finance For Women-owned / Micro-, Small And Medium Enterprises Project (“msme Finance Project”). 2. The Government, Acting Through The Mca-indonesia Ii (the “mca-entity”), Intends To Apply A Portion Of The Mcc Funding To Eligible Payments Under A Contract For Which This Specific Procurement Notice (“spn”) Is Issued. 3. Any Payments Made By The Mca Entity Under The Proposed Contract Will Be Subject, In All Respects, To The Terms And Conditions Of The Compact Development Funding (cdf) Grant Agreement And Related Documents, Including Restrictions On The Use And Distribution Of Mcc Funding. No Party Other Than The Government And The Mca Entity Shall Derive Any Rights From The Proposed Compact Or Have Any Claim To The Proceeds Of Mcc Funding. The Proposed compact And Its Related Documents Can Be Found On The Mcc Website (www.mcc.gov). 4. Mcc Requires That All Beneficiaries Of Mcc Funding, Including The Mca Entity And Any Applicants, Bidders, Suppliers, Contractors, Subcontractors, Consultants, And Sub-consultants Under Any Mcc-funded Contracts, Observe The Highest Standards Of Ethics During The Procurement And Execution Of Such Contracts. Mcc’s Policy On Preventing, Detecting And Remediating Fraud And Corruption In Mcc Operations (“mcc’s Afc Policy”) Is Applicable To All Procurements And Contracts Involving Mcc Funding And Can Be Found On The Mcc Website At: Https://www.mcc.gov/resources/doc/policy-fraud-and-corruption. 5. Mca-indonesia Ii Now Invites Applications From Eligible Individual Consultants To Provide Technical Evaluation Panel (tep) / Bid Review Panel (brp) Members. More Details On The Qualifications Required Are Provided In The Terms Of Reference Of The Request For Application (rfa). 6. Location: Refer To The Section 4 Of The Rfa, Tor Clause Vii: Location Of The Assignment For More Detail. 7. Anticipated Start Date: March-april 2025. 8. Individual Consultants Will Be Selected Under The Individual Consultants Selection (ics) Method In Accordance With The Procedures Set Out In The Mcc Program Procurement Guidelines Which Are Provided On The Mcc Website (www.mcc.gov/ppg). The Selection Process, As Described, Will Include A Review And Verification Of Qualifications And Past Performance, Including A Reference Check, Prior To The Contract Award. 9. The Fees Shall Be Competitive Market Rates As Determined By A Price Reasonableness Analysis. 10. Consultants Interested In This Rfa Can Register First By Submitting Their Contact Details Using The Following Microsoft Form Link: Https://forms.office.com/r/3rmj7qbzjl . please Fill In The Form To Ensure That Consultants Receive Updates Regarding The Rfa. If You Have Any Questions, Please Write To This Email Indicated In The Table Below. The Deadline For The Clarification Is Until 14 January 2025. Consultants Can Download The Complete Rfa Package Via The Following Link: Http://u.pc.cd/tcx7 11. The Deadline For Submission Of Applications Is 17.00pm Jakarta, Indonesia Time (gmt+7), On 4 February 2025. 12. Contact Information: attn: Mca-indonesia Ii Procurement Agent address: Trinity Tower Building 17th Floor, Jl Hr Rasuna Said Kav, Kuningan, Jakarta Indonesia email: Mcaindonesiapa@dt-global.com disclaimer: This Notice Is For Informational Purposes Only. For Updates On This Solicitation Please Follow The Full Announcement At The Link Provided. This Procurement Is Not Conducted Under The Federal Acquisition Regulations, Is Not Administered By The Us Government, And The Resulting Award Will Be Made By The Country Indicated In The Full Announcement. for More Information On This Procurement Please Contract The Person Named In The Full Announcement.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

OXEL SUNDS KOMMUN Tender

Works
Civil And Construction...+2Others, Construction Material
Sweden
Details: Title: Generalentreprenad Markkanalisation Oxelösund - Nyköping description: Denna Entreprenad Ska Fjärrvärmeledningar (fv) Uppföras För Att Sammanbinda Oxelö Energi Abs Fjärrvärmenät I Oxelösund Med Vattenfall Abs Fjärrvärmenät I Nyköping. Dricksvattenledning (kv) Ska Uppföras Utefter Ca Hälften Av Sträckan. Fiberkanalisation Ska Samförläggas Med Fv Och Kv. Ny Elkabel För Starkström Ska Förläggas Utefter Vissa Delar Av Sundavägen. Förläggningssätt För Samtliga Nyttigheter Är Såväl Konventionell Jordschakt Som Horisontell Borrning. Horisontell Borrning Ska Utföras Såväl Som Styrd Borrning, Hammarborrning Som Augerborrning På Olika Platser Utefter Sträckan. Material I Form Av Prefabricerade Fjärrvärmeledningar, Rördetaljer Och Ventiler Tillhandahålls Av B. Samtlig Fiberkanalisation Med Tillhörande Brunnar Tillhandahålls Av B Kablar För Starkström Utefter Sundavägen Tillhandahålls Av B. Samtligt Övrigt Material Anskaffas Och Bekostas Av E. Då Vissa Transporter Och Arbeten Kommer Att Beröra Vattenfalls Nät Och Driftställe Krävs Även Att Kravställningar Avseende Detta Efterlevs.
Closing Date24 Jan 2025
Tender AmountSEK 190 Million (USD 17 Million)

Department Of Education Division Of Pampanga Tender

Civil And Construction...+1Construction Material
Philippines
Details: Description Request For Quotation Date : 01/23/2025 To All Eligible Suppliers : Please Quote Your Lowest Price Inclusive Of Vat On The Items/projects Listed Below.lots Listed Below, Subject To The Terms And Conditions Of This Rfq And Submit The Price Quotation Form (annex"a") Manually Duly Signed And Sealed By Your Or Your Authorized Representative Not Later Than (closing Date At Philgeps ) At Deped, Division Of Pampanga, High School Boulevard, Brgy. Lourdes, City Of San Fernando, Pampanga. For More Information Kindly Coordinate To Bids And Awards Committe Secretariat . Prospective Supplier Shall Be Responsible To Verify The Quoted Items/projects. Note: **all Entries Shall Be Type Or Written Ink. **mayor's Permit Or Business Permit,bir Registration Certificatess, Omnibus Sworn Statement, Professional License/curriculum Vitae(for Consulting Services),philgeps Registration Number,lbp Bank Account-passbook Frontpage(dbm Circular No. 2013-16 S.2013),pcab License(for Infra),income/business Tax Return(for Smallvalueprocurement) And Abc's Abovep500k. Shall Be Attached Upon Submission Of The Quotation ** Price Validity Shall Be For A Period Of 30 Calendar Days **our Payment Term Is Upon Availabilty Of Funds Leandro C. Canlas, Phd, Cese Assistant Schools Division Superintendent Bac Chairperson Item Qty. Unit Commodity & Description Unit Price Amount Accomodation, Venue & Meals Re: Finalization Of Sdo Pampanga's 2024 Accomplishment / Annual Report 1 25 Pax February 12, 2025 2 25 Pax February 13, 2025 3 25 Pax February 14, 2025 Specifications: Day 1 - Lunch, Pm Snack & Dinner Day 2 - Breakfast, Am Snack, Lunch, Pm Snacks, & Dinner Day 3 - Breakfast, Am Snack & Lunch Board And Lodging: Live In Food Requirements: Combination Of Nutritious & Balanced Food (meat, Fish, Vegetabls, Fruits, & Deserts) Provision Of Alternative Menu For Participants With Food Restriction Finger Foods & Candies Overflowing Coffee And Tea Function Room: Coference/session Hall That Can Accommodate The Above Pax Participants Strong Internet Connection (both Conference/session Hall And Room Accommodation) Sound System With Atleast 4 Microphones Led Projectors With Hdmi Cable Clean And Accessible Restrooms Stanby Transport Vehicle In Case Of Emergency Total
Closing Date27 Jan 2025
Tender AmountPHP 130 K (USD 2.2 K)

POLREGIO S A Tender

Others
Corrigendum : Closing Date Modified
Poland
"Wnętrz I Pomieszczeń: Do Łazienek I Pomieszczeń, Articley Gospodarstwa Domowego I Toaletowe Itp".
Closing Date17 Jan 2025
Tender AmountRefer Documents 

City Of Cape Town Tender

Others
South Africa
Details: Rfq Type Goods Goods Ict - Software Reference Number Gk12500386 Title Sketch Up Pro Licence Renwal Description 1 Each X Sketch Up Pro Licence Renwal Specification* Gk12500386 1 X Sketch Up Pro Renewal Company City Of Cape Town End User 01 Clayton.vanneel@capetown.gov.za Expiry Date 4 December 2024 So 1860773 Department Transport Infrastructure Implementation Approved Ref 2101723757 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. Delivery Date2025/06/30 Delivery Toinformation Tech And Telecom Maintenance Planning Plant Delivery Address12 Hertzog Blvd, Cape Town Contact Personkezia Lees Telephone Number0214003219 Cell Number Closing Date2025/02/05 Closing Time12 00 Pm Rfq Submission Fax0000000000 Rfq Submission Fax 2 Buyer Email Addressronel.geysman@capetown.gov.za Buyer Detailsr.geysman Buyer Phone0214009236 Attachments No Attachments Note On 1 November 2017 The City Of Cape Town Went Live With E-procurement Which Was Piloted With 3 Commodities Clothing, Building Hardware And Is&t. 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 Date5 Feb 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Healthcare and Medicine
United States
Description: Can You Meet The Requirement As Described In Attached The Statement Of Requirements - Below? any Responses To This Sources Sought Must Include An Answer To All Of The Above Question In Order To Adequately Assess The Capabilities Of The Marketplace In Relation To The Requirements Of This Procurement. When Responding Please Include; your Company S Pocs: name phone Number email Address your Company S Sam Unique Id Number your Company S Capability Statement interested Sources May Respond To This Notice Via Email To Jennifer.knight@va.gov , On Or Before January 24th, 2025 @ 4:00 Pm Cdt. this Request For Information Does Not Obligate Va To The Release Of A Solicitation. statement Of Requirements bubble Bags department Of Veteran Affairs consolidated Mail Outpatient Pharamcy (cmop) Tucson introduction this Solicitation Is To Provide The Department Of Veterans Affairs, Consolidated Mail Outpatient Pharmacy (cmop) In Tucson, Arizona With Bubble Bags To Support The Transporting Of Veteran Patient S Their Pharmacy Needs. These Bubble Bags Will Help Insulate Pharmacy Products From Rough Handling And Ensure Products Arrives In Usable Condition The Bubble Bags Must Meet The Provided Technical Requirements. scope the Contractor Shall Provide 288 Boxes; 72 Boxes (per Option, If Exercised) Of Bubble Bags To The Tucson Cmop In Tucson, Az In Accordance With The Following Technical Requirements. technical Requirements the Bubble Bags Shall Meet The Following Specifications: item Id #17964, Medium Premium Bubble Bags item/stock# 100965602 length 1,225 Feet, Pouch Size Inflated 8x12 pouches Per Roll 1,340 package: 1 Roll Per Box quantity: 72 Boxes, Per Option, If Exercised. samples Will Be Required For Station Approval. first (base) Delivery Shall Deliver On Tuesday, February 18th, 2025, In Accordance With The Technical Requirements. if Exercised, Second Delivery Shall Deliver On Wednesday, June 18, 2025, In Accordance With The Technical Requirements. if Exercised, Third Delivery Shall Deliver On Monday, October 20, 2025, In Accordance With The Technical Requirements. if Exercised, Fourth And Final Delivery Shall Deliver On Friday, February 20, 2026, In Accordance With The Technical Requirements. delivery & Location Information deliveries Only Accepted Monday Friday, 10am 10pm Local Time. the Tucson Consolidated Mail Out-patient Pharmacy (cmop) Is Located At: 3675 Britannia Drive tucson, Az 85706 deliveries Not Accepted On The Following Observed Federal Holidays: president S Day February 17, 2025 memorial Day May 26th, 2025 juneteenth Independence Day June 19th, 2025 independence Day July 4th, 2025 labor Day September 1st, 2025 columbus Day October 13th, 2025 veterans Day November 11th, 2025 thanksgiving Day November 27th, 2025 christmas Day December 25th, 2025 new Year S Day January 1st, 2026 martin Luther King, Jr. Day January 19th, 2026 president S Day February 16th, 2026
Closing Date24 Jan 2025
Tender AmountRefer Documents 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Machinery and Tools...+2Electrical and Electronics, Electrical Works
United States
Description: The Department Of Veteran Affairs, Networking Contracting Office (nco1) Located In Brockton, Ma Intends To Enter Into A Sole Source Procurement, Pursuant To The Authority Of Far 6.302-1, With Trane U.s. Inc. For The Following Requirement: statement Of Work (sow) boston Healthcare System, West Roxbury Division background: this Work Covers All Labor, Transport, And Materials To Complete A Chiller Renewal To A 900-ton Centrifugal Chiller Located At West Roxbury Vamc. place Of Performance: 1400 Vfw Pkwy, West Roxbury, Ma 02132 statement Of Work: provide A Chiller Renewal As Described Below - scope Of Work: Equipment qty manufacturer model Number serial Number asset Tag 900 Ton Centrifugal Chiller 1 trane cvhf091na2 l03m08522 ch-1 furnish The Following Equipment, Replacement Parts And Or Materials. refrigerant Removal And Replacement Per Applicable Law dismantling Of The Centrifugal Compressor refrigerant Analysis Using Trane Chemical Laboratory* inspection And Verification Of The Inlet Guide Vane Assembly, Motor Shaft, Labyrinth Seals, And The Impellers Compared To Trane Specifications*. motor Inspection Including A Rotor Bar And Resistance Analysis Of The Motor To Trane Specifications* verification And Adjustment Of The Controls And Measuring Devices* inspection Of The Overload Controls, Contactors, Wiring, And Other Starter Components*. cleaning And Inspection Of The Lubrication System Including The Oil Pump, Regulator, Filters, Heating Elements, And Sump* cleaning And Inspection Of Economizer And Liquid Line Flanges (recommend Repair As Necessary*) installation Of New Trane Compressor Motor Bearings speed Balance The Rotor And Impellers As One Operating Assembly Prior To Reassembly Of The Compressor. reassembly Of The Centrifugal Compressor, Auxiliary Vapor And Liquid Lines, And Sight Glasses With All New Trane Gaskets selectable Options Are: replace Oil Pump And Motor, Included clean And Verify Purge. perform Vibration Analysis As A Base Line At Chiller Start-up replace Motor Terminal Board. installation Of Motor Terminal Board Using New Trane Approved Gaskets And Terminal O-rings replace Relief Valve Carbon Disk And Gaskets. motor Overhaul, Includes Shipment To & From Trane S Charlotte, Nc Remanufacturing Facility chiller Evacuation And Leak Testing To Trane Specifications charge With Refrigerant And Adjust Charge As Necessary (any Additional Refrigerant Required Must Be Provided By The Owner. owner's Approval Will Be Required If Refrigerant Cleaning Or Additional Refrigerant Is Needed.) start-up And Operation Check By Certified Trane Technician verification Of Operating Parameters And Adjustment Of The Chiller As Per Its Original Specifications trane Extended Warranty On Compressor Motor, Bearings, And Lubrication System installation Of Trane R'newal Nameplate Indicating Trane Issues Centravac Compressor R Newal Serial Number. factory Parts And Labor Warranty See Warranty Section (below) For Details replace Centravac Purge W/ Earthwise Purge customer Notification Of Unit Maintenance lock Out Tag Out Chiller recover Refrigerant From Purge remove Purge install Earthwise Purge evacuate Purge And Open Valves open Purge Isolation Valves remove Lock Out Tag Out, Restore To Normal Operation earthwise Purge Start-up touch Up Paint centravac Motor Renewal Warranty: 5 Years Parts & Labor trane U.s. Inc. Will Be Awarded This Procurement Because The Va Owned Trane Ensemble System Is A Proprietary Control System And Will Only Have True Full Compatibility With Other Trane Ensemble Components, Software And Personnel. In Addition, The Chiller Is Manufactured By Trane And Only Trane Authorized Technicians Are Allowed To Work On The Equipment In Order To Maintain Oem Warranty. Other Contractors Are Unable To Perform This Work Due To Not Having Access To Trane Software And Replacement Supplies/oem Parts. the Naics Code For This Requirement Is 811310 With Small Business Size Standard Of $12.5 Million. this Notice Of Intent Is Not A Solicitation Nor Is It A Request For Proposal. However, Interested Parties That Believe They Can Satisfy The Requirement Listed Above Must Clearly Identify Their Capability To Do So In Writing By January 14, 2025 At 12:00 Pm Est Time. Responses Should Be Sent To Issa Shawki At Issa.shawki@va.gov. Information Submitted In Response To This Notice Will Be Used Solely To Determine Whether Competitive Procedures Could Be Used For This Acquisition. A Determination By The Government Not To Open The Requirement To Competition Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government.
Closing Date14 Jan 2025
Tender AmountRefer Documents 

POLREGIO S A Tender

Others
Poland
Details: Subject of the Proceeding: Front Elements For En57al Vehicles: 1) Left Spoiler (cheek) For En57al Vehicles - 4 Pcs. 2) Right Spoiler (cheek) For En57al Vehicles - 4 Pcs. Subject Requirements: 1. Desired Completion Date 30 Calendar Days. 2. Transport of Goods At The Seller's Cost And Risk, To The Ordering Party's Headquarters (polregio Sa, Rolling Stock Maintenance Section In Łuków, Ul. Kolejowa 22, 21-400 Łuków). 3. Payment Terms: 30 Days From The Date Of Invoice Delivery. In The Case Of Delivery Of The Invoice After The Order Fulfillment Deadline, The 30 Day Period Will Be Counted From The Date Of Delivery Of The Invoice To The Ordering Party, While In The Case Of Delivery Of The Invoice Before Order Fulfillment, The Period Will Be Counted From The Date Of Order Fulfillment. 4. Declaration From the Seller That the Goods Being Supplied Are Brand New And Free From Defects. 5. 12 Month Warranty From The Date Of Delivery To The Ordering Party (polregio Sa) Required. 6. 3.1 Acceptance Certificate Required. 7. Equivalent Products Are Allowed (but Such Information Must Be Provided By The Seller In The Questions/Information Tab And Together With The Quotation). 8. The Spoiler Element Must Be Made Of A Material Compliant With Fire Protection Standard No. Pn-k-02511:2000; It Must Work In The Temperature Range From -30℃ To +40℃, Laminate Thickness 6 Mm, Without Painting. Additional Provisions: 1. The Contractor Undertakes to Pay the Ordering Party (polregio Sa) a Contractual Penalty for Delay in Implementation in the Amount of 5% of the Contractor's Net Remuneration for Each Day of Delay. However, this Penalty may amount to a Maximum of 50% of the Order Value. 2. The Ordering Party (polregio Sa) reserves the right to: A) End the Proceedings Before the Elapse of Time, With or Without a Choice Made and Without Giving a Reason, and to Invalidate the Proceedings; B) Change the Terms of the Conducted Proceedings Before the Deadline for Submitting Price Information; C) After Completion of the Inquiry (rfi), End the Proceedings or Commence Subsequent Stages in the Form of Submitting Offers/Electronic Auction/Negotiations; D) Free Choice of Offer. In the "Organizer's attachments" tab you will find the GDPR Information Clause and Photo documentation. This announcement does not constitute an offer within the meaning of the Civil Code
Closing Date20 Jan 2025
Tender AmountNA 
6671-6680 of 10000 archived Tenders