Transportation Tenders

Transportation Tenders

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date21 Feb 2025
Tender AmountRefer Documents 
Details: Solicitation Notice the General Services Administration (gsa), Public Buildings Service (pbs), National Capital Region (ncr), Intends To Issue A Request For Proposal (rfp) For A Single Firm Fixed Price Contract For Construction Services For Renovation Of Residential Building For The Armed Forces Retirement Home (the Sheridan Building) In Washington, Dc. type Of Work the Work To Be Performed Under The Terms Of This Contract Includes The Following: Providing All Management, Labor, Materials, Equipment And Transportation In Support Of General Construction And Renovation Of A Residential Building. The Sheridan Building Is A 387,350 Sq Ft, Eight Floor Building Built In 1962 On The 272-acre Campus Of The Armed Forces Retirement Home (afrh) At 3700 N Capitol Street Nw, Dc 20011. The Campus Is Listed As A Historic District On The National Register Of Historic Places. Any Construction Activities That Impact The Sheridan Building Area May Require Historical Preservation Review. The Sheridan Building Is The Main Dormitory Building On Campus And Provides Independent And Assisted Living Residences. After The Full Renovation Project, The Sheridan Building Will Contain 491 Residential Spaces With Basement Amenities. Resident Rooms Will Consist Of Kitchenettes, Ada Bathrooms, Living Space, And Bedrooms (if Applicable). The Resident Rooms Will Range In Size Between Roughly 450 – 750 Sq. Ft. The Goal Is To Provide An Inviting Residential Building That Will Attract And Retain Future Veteran Retirees. a Determination By The Government Not To Complete This Requirement As A Set-aside Based Upon Responses To The Sources Sought And Other Market Research Is Solely Within The Discretion Of The Government. The North American Industry Classification System (naics) Code For This Work Is 236118, Small Business Size Standard Is $45.0 Million. All Responsible Firms May Submit An Offer. this Procurement Will Require The Use Of Project Labor Agreements (plas), Which Is Mandatory For Large Scale Construction Projects (exceeding $35 Million). a Pla Is Defined As A Pre-hire Collective Bargaining Agreement With One Or More Labor Organizations That Establishes The Terms And Conditions Of Employment For A Specific Construction Project And Is An Agreement As Defined In Subpart 22.5 Of The Federal Acquisition Regulation. Pursuant To The Far, Agencies Are Required To Use Plas In Large-scale Construction Projects Unless An Exception Applies. All Plas Must Include: •provisions That Bind All Contractors And Subcontractors On The Construction Project To The Agreement; •allow All Contractors And Subcontractors On The Construction Project To Compete For Contracts And Subcontracts Without Regard To Whether They Are Otherwise Parties To Collective Bargaining Agreements; •contain Language That Guarantees Against Strikes, Lockouts, And Similar Job Disruptions; •set Forth Effective, Prompt, And Mutually Binding Procedures For Resolving Labor Disputes Arising During The Term Of The Project Labor Agreement (i.e. Grievance/arbitration Procedures), •provide Other Mechanisms For Labor-management Cooperation On Matters Of Mutual Interest And Concern, Including Productivity, Quality Of Work, Safety, And Health; •specify The Wages And Fringe Benefits Of All Classification Or Crafts Working On The Project; And •fully Conform To All Statutes, Regulations, Executive Orders, And Presidential Memoranda •one Or More Labor Organizations Involved In The Construction Work. the Selection Process Will Be Conducted In Accordance With Far Part 15 Source Selection Procedures. pre-proposal Conference And Site Visit Information the Pre-proposal Meeting And Site Visit Will Be Conducted On Wednesday, January 29, 2025 At 10:00 Am Est. location: Eagle Gate 140 Rock Creek Church Rd Nw, Washington, Dc 20011 Scott Building (main Entrance) Lower Level Conference Center/community Room interested Offerors Are Strongly Encouraged To Attend The Pre-proposal Conference And Site Visit. Submit An Attendee Name, Company, Company Designation, And Email Addresses By Emailing The Contract Specialist No Later Than 2:00 Pm Est On Friday, January 24, 2025 In Order To Receive The Meeting Invitation. rfi: After The Site Visit, All Questions, Or Requests For Information (rfi), Shall Be Submitted By 4:00 Pm Est Wednesday, February 05, 2025. proposal Due Date the Solicitation Closing Date Will Be Friday, February 21, 2025, At 4:00pm Est.. ----------------------------------------------------------------------------------------------------------------------- system For Award Management (sam) Registration all Information, Amendments And Questions Concerning This Solicitation Will Be Electronically Posted At The Government Point Of Entry (gpe) Website: Http://www.sam.gov. interested Firms Must Be Registered In The System For Award Management (sam). Firms Can Register Via The Internet Site Athttps://www.sam.gov, Or By Contacting The Sam Service Desk At Http://www.fsd.gov. Interested Firms Are Required To Submit Their Representations And Certifications Through The Sam Website. the Solicitation And Associated Information Will Be Available From The Sam Site Mentioned Above. No Telephone Requests Will Be Accepted. This Solicitation Is Not A Sealed Bid And There Will Not Be A Formal Public Bid Opening. All Inquiries Must Be In Writing, Preferable Via Email To The Persons Specified In The Solicitation. All Answers Will Be Provided In Writing And Will Be Available On The Aforementioned Sam Posting. Offerors Will Not Be Reimbursed For Proposal Submittal Expenses. ----------------------------------------------------------------------------------------------------------------------- disclaimer: The Official Solicitation Package And Technical Specifications Will Be Located On The Official Government Web Page And The Government Is Not Liable For Information Furnished By Any Other Source. Amendments, If/when Issued, Will Be Posted To The Sam Site For Electronic Downloading. This Will Normally Be The Only Method Of Distributing Amendments Prior To Closing; Therefore, It Is The Offeror’s Responsibility To Check The Website Periodically For Any Amendments To The Solicitation. Websites Are Occasionally Inaccessible Due To Various Reasons. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror’s Inability To Access The Documents Posted On The Referenced Web Pages. The Government Will Not Issue Paper Copies.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Date5 Mar 2025
Tender AmountRefer Documents 
Description: *amend: Naics Code From 332919 To 332911 contact Information|4|n742.16|gdh|n/a|robert.h.langel.civ@us.navy.mil| Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| Inspection Of Supplies--fixed-price (aug 1996)|2||| Inspection And Acceptance - Short Version|8|x||x|||||| Desired And Required Time Of Delivery (june 1997)|29|clin 0001aa|2|425|clin 0001ab |1|425|||||||||||||||||||||||| Wide Area Workflow Payment Instructions (jan 2023)|16|stand-alone Receiving Report - Certifications; Combo - Receiving Report & Invoice - Material|n/a|tbd|n00104|tbd|tbd|w25g1u Qty 2; W62g2t Qty 1|tbd|n/a|n/a|n/a|n/a|n/a|n/a|n/a|| Navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| Equal Opportunity (sep 2016)|2||| Equal Opportunity For Veterans (jun 2020)|4||||| Warranty Of Supplies Of A Noncomplex Nature (june 2003)|6|one Year From Date Of Delivery.|one Year From Date Of Delivery.||||| Warranty Of Data--basic (mar 2014)|2||| Equal Opportunity For Workers With Disabilities (jun 2020)|2||| Transportation Of Supplies By Sea (oct 2024)|2||| Buy American-free Trade Agreements-balance Of Payments Program-basic (feb 2024)|11|||||||||||| Alternate A, Annual Representations And Certifications (oct 2024)|13||x|||||||||||| Buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| Buy American-balance Of Payments Program Certificate-basic (feb 2024)|1|| Annual Representations And Certifications (may 2024)|13|332911|750|||||||||||| Notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2|x|| 1.this Requirement Is Pursuant To Emergency Acquisition Flexibilities (eaf). 2.the Resultant Award Of This Solicitation Will Be Issued Bilaterally, Requiring The Contractor's Written Acceptance Prior To Execution. 3.all Contractual Documents (i.e. Contracts, Purchase Orders, Task Orders, Delivery Orders, And Modifications) Related To The Instant Procurement Are Considered To Be "issued" By The Government When Copies Are Either Deposited Inthe Mail, Transmitted By Facsimile, Or Sent By Other Electronic Commerce Methods Such As Email. The Government's Acceptance Of The Contractor's Proposal Constitutes Bilateral Agreement To "issue" Contractual Documents As Detailed Herein. 4.if The Offeror Is Not The Original End Manufacturer (oem) Of The Material Called Out In The Requirement, The Oem Must Be Stated (company Name And Cage) And The Offeror Must Provide A Signed Letter Of Authorization As A Distributor On The Oem's Letterhead. 5.if Requirement Will Be Packaged At A Location Different From The Offeror's Address, The Offeror Shall Provide The Name, Street Address, And Cage Of The Facility. 6.any Contract Awarded As A Result Of This Solicitation Will Be Dx Certified For National Defense Under The Defense Priorities And Allocations System (dpas). Provision 52.211-14, Notice Of Priority Rating For National Defense, Emergency Preparedness, And Energy Program Use, Shall Be Inserted In Solicitations When The Contract To Be Awarded Shall Be A Rated Order. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve,regulating,sy . 2. Applicable Documents 2.1 Applicable Documents - The Document(s) Listed Below Form A Part Of This Contract/purchase Order Including Modifications Or Exclusions. 2.1.1 "document References" Listed Below Must Be Obtained By The Contractor. Ordering Information Is Included As An Attachment To This Contract/purchase Order. 3. Requirements 3.1 Cage Code/reference Number Items - The Valve,regulating,sy Furnished Under This Contract/purchase Order Shall Be The Design Represented By Cage Code(s) Reference Number(s). Cage _______ Ref. No. ;78062 20859-001; 3.2 Marking - This Item Shall Be Physically Identified In Accordance With ;mil-std-130, Rev N, 16 Nov 2012; . 3.3 Changes In Design, Material Servicing, Or Part Number - Except For A Code 1 Change, Which Shall Be Processed As Provided In The Code Statement Shown Below, No Substitution Of Items Shall Be Made Until The Navicp-mech Contracting Officer Has Notified And Approval Has Been Given By Issuance Of A Written Change Order. When Any Change In Design, Material, Servicing Or Part Number Is Made To Replace Or Substitute Any Item To Be Furnished On This Contract/purchase Order, The Contractor Shall Furnish, For The Substituting/replacement Item, A Drawing And An Explanation Of The Reason For The Change, Explaining The Reason Therefor. If Finished Detail Drawings Are Not Available, Shop Drawings In The Form Used By The Manufacturer Will Be Acceptable For Government Evaluation. When Notifying The Procurement Contracting Officer Of The Reasons For Making Substitutions, The Type Of Change Shall Be Indicated By Code Number In Accordance With One Of The Following Statements: Code 1: Part Number Change Only - If The Manufacturer's Part Number Indicated Thereon Has Changed, But The Parts Are Identical In All Respects, Supply The Item And Advise Navicp-mech Immediately Of The New Part Number. Code 2: Assembly (or Set Or Kit) Not Furnished - Used Following Detail Parts. Code 3: Part Not Furnished Separately - Use Assembly. Code 4: Part Redesigned - Old And New Parts Are Completely Interchangeable. Code 5: Part Redesigned - New Part Replaces Old. Old Part Cannot Replace New. Code 6: Part Redesigned - Parts Not Interchangeable. 3.4 Mercury Free - The Material Supplied Under This Contract/purchase Order Is Intended For Use On Submarines/surface Ships And Therefore Shall Contain No Metallic Mercury And Shall Be Free From Mercury Contamination. Mercury Contamination Of The Material Will Be Cause For Rejection. If The Inclusion Of Metallic Mercury Is Required As A Functional Part Of The Material Furnished Under This Contract, The Contractor Shall Obtain Written Approval From The Procurement Contracting Officer Before Proceeding With Manufacture. The Contractor's Request Shall Explain In Detail The Requirements For Mercury, Identify Specifically The Parts To Contain Mercury, And Explain The Method Of Protection Against Mercury Escape. Such A Request Will Be Forwarded Directly To The Procurement Contracting Officer With A Copy To The Applicable Government Inspector. Upon Approval By The Contracting Officer, The Vendor Will Provide A "warning Plate" Stating That Metallic Mercury Is A Functional Part Of The Item And Will Include Name And Location Of That Part. The Use Of Mercury, Mercury Compounds, Or Mercury-bearing Instruments And/or Equipment In A Manner Which Might Cause Contamination In The Manufacture, Assembly, Or Test Of Material On This Contract Is Prohibited. The Most Probable Causes Of Contamination Are Direct-connected Manometers, Mercury Vacuum Pumps, Mercury Seals, Or The Handling Of Mercury In The Immediate Vicinity. Mercury Switches, Mercury In Glass Thermometers, Standard Cells And Other Items Containing Mercury May Be Used If They Are Located So As Not To Constitute A Contamination Hazard. If External Contamination By Metallic Mercury Occurs Or Is Suspected, The Following Test May Be Used To Determine Whether Contamination By Metallic Mercury Exists Or Whether Corrective Cleaning Measures Have Been Effective. Enclose The Equipment In A Polyethylene Bag Or Close-fitting Airtight Container For Eight Hours At Room Temperature (70 Degrees F Minimum).sample The Trapped Air And If Mercury Vapor Concentration Is 0.01 Mg/cu Meter Or More, The Material Is Mercury Contaminated Insofar As The Requirements Of This Contract Are Concerned. These Requirements Shall Be Included In Any Subcontract Or Purchase Order Hereunder And The Contractor Shall Insure Subcontractor Compliance With These Requirements. Technical Questions Pertaining To These Requirements Shall Be Referred To The Procurement Contracting Officer Via The Cognizant Administrative Contracting Officer. For Background, The Following Information Is Provided: Mercury Is Corrosive To Gold, Silver, Nickel, Stainless Steels, Aluminum And Copper Alloys. Stainless Steels, Nickel, And Copper Alloys Are Widely Used In Reactor Plants And Other Submarine/surface Ship Systems. Accidental Trapping Of Mercury In A Component Could Cause Serious Damage To Vital Parts. Mercury Is Also Toxic If Inhaled, Ingested, Or Absorbed Through The Skin. It Is Evident That Grave Consequences Could Result From Small Amounts Of Mercury Vapor Present In An Unreplenished Submarine/surface Ship Atmosphere. 4. Quality Assurance 4.1 Responsibility For Inspection - Unless Otherwise Specified In The Contract/purchase Order, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified Herein. Except As Otherwise Specified In The Contract/purchase Order, The Contractor May Use His Own Or Any Other Facilities Suitable For The Performance Of The Inspection Requirements Specified Herein, Unless Disapproved By The Government. The Government Reserves The Right To Perform Any Of The Inspections Set Forth In The Specification Where Such Inspections Are Deemed Necessary To Assure Supplies And Services Conform To Prescribed Requirements. 4.2 Responsibility For Compliance - All Items Must Meet All Requirements Of This Contract/purchase Order. The Inspection Set Forth In This Specification Shall Become A Part Of The Contractor's Overall Inspection System Or Quality Program. The Absence Of Any Inspection Requirements Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Products Or Supplies Submitted To The Government For Acceptance Comply With All Requirements Of The Contract/purchase Order. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective Material, Either Indicated Or Actual, Not Does It Commit The Government To Acceptance Of Defective Material. 4.3 Records - Records Of All Inspection Work By The Contractor Shall Be Kept Complete And Available To The Government During The Performance Of Contract/purchase Order And For A Period Of 365 Calendar Days After Final Delivery Of Supplies. 5. Packaging 5.1 Preservation, Packaging, Packing And Marking - Preservation, Packaging, Packing And Marking Shall Be In Accordance With The Contract/purchase Order Schedule And As Specified Below. Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes 6.1 Ordering Information For Document References - The Department Of Defense Single Stock Point (dodssp), Website Http://www.dsp.dla.mil/, Provides Product Information For The Department Of Defense Index Of Specifications And Standards (dodiss) (i.e.military/federal Specifications And Standards), Data Item Descriptions (dids), And Other Dodssp Products. Most Specifications Can Obtained Directly From Http://quicksearch.dla.mil/ A. Availability Of Cancelled Documents - The Dodssp Offers Cancelled Documentsthat Are Required By Private Industry In Fulfillment Of Contractual Obligationsin Paper Format. Documents Can Be Requested By Phoning The Subscription Services Desk. B. Commercial Specifications, Standards, And Descriptions - These Specifications, Standards And Descriptions Are Not Available From Government Sources. Theymay Be Obtained From The Publishers Of The Applicable Societies. C. Ordnance Standards (os), Weapons Specifications (ws), And Navord Ostd 600 Pages - These Type Publications May Be Obtained By Submitting A Request To: Commander, Indian Head Division, Naval Surface Warfare Center Code 8410p, 101 Strauss Avenue Indian Head, Md 20640-5035 D. On Post-award Actions, Requests For "official Use Only" And "noforn" (not Releasable To Foreign Nationals) Documents Must Identify The Government Contractnumber, And Must Be Submitted Via The Cognizant Defense Contract Management Command (dcmc) For Certification Of Need For The Document. On Pre-award Actions Such Requests Must Be Submitted To The Pco For Certification Of Need For The Document. E. Noforn Military Specifications And Standards (including Amendments, Change Notices And Supplements, But Not Interim Changes) To Be Ordered From: Contracting Officer Navsup-wss Code 87321 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 F. Nuclear Reactor Publications Assigned Navsea Documents And Identification Numbers (i.e. Navsea Welding Standard, Navsea 250-1500-1) Are To Be Ordered Enue: Commanding Officer Navsup-wss Code 009 5450 Carlisle Pike P.o. Box 2020 Mechanicsburg, Pa. 17055-0788 G. Technical Manuals Assigned Navsea Identification Numbers (i.e. Navsea Welding And Brazing Procedure, Navsea S9074-aq-gib-010/248) Are To Be Ordered From: Commanding Officer Navsup-wss Code 1 Support Branch 700 Robbins Avenue Philadelphia, Pa. 19111-5094 H. Interim Changes And Classified Specifications Must Be Obtained By Submitting A Request On Dd Form 1425 To Navsup-wss. 6.2 Notice To Distributors/offerors - Consideration For Award Of Contract Shall Be Given Only To Authorized Distributors Of The Original Manufacturer's Item Represented In This Solicitation. If You Desire To Be Considered As A Potential Source For Award Of This Contract, Proof Of Being An Authorized Distributor Shall Be Provided On Company Letterhead Signed By A Responsible Company Official And Sent With Your Offer To The Procurement Contracting Officer. 6.3 In Accordance With Opnavinst 5510.1 All Documents And Drawings Provided By The U.s. Navy To Perspective Contractors Must Include A "distribution Statement" To Inform The Contractor Of The Limits Of Distribution, And The Safeguarding Of The Information Contained On Those Documents And Drawings. There Are 7 (seven) Seperate Distribution Statement Codes Used For Non-classified Documents And Drawings. The Definition For Each Is As Follows: A... Approved For Public Release; Distribution Is Unlimited. B... Distribution Authorized To Us Governments Agencies Only. C... Distribution Authorized To Us Government Agencies And Their Contractors. D... Distribution Authorized To Dod And Dod Contractors Only. E... Distribution Authorized To Dod Components Only. F... Further Distribution Only As Directed By Commander, Naval Sea Systems Command, Code 09t. X... Distribution Is Authorized To Us Government Agencies And Private Individuals Or Enterprises Eligible To Obtain Export Controlled Technical Data In Accordance With Opnavinst 5510.161.

Izmir Water and Sanitation Administration Directorate General (ISSU) Tender

Civil And Construction...+1Civil Works Others
Turkey
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Description: Transportation and Disposal of Sludge from Treatment Plants

Maryland Transportation Authority - MDTA Tender

Civil And Construction...+1Bridge Construction
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Maryland Transportation Authority | Tenders Are Invited For- Mt-00211390 Hvac & Atc Maintenance And Repairs At Mdta Harry W. Nice (hwn) Bridge Facility

Martinic Transportation Tender

Telecommunication Services
Corrigendum : Closing Date Modified
France
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Martinic Transportation | Mobile Telephony Subscriptions, Services and Equipment

State Department Of Transportation In Brandenburg Tender

Others
Germany
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: State Department Of Transportation In Brandenburg | For the tender 'provision of repair trains, sweepers and delivery of material to 3 Sm`s, operation south 2025'

South Eastern Railway - SER Tender

Auction
Scraps
Ireps
Corrigendum : Closing Date Modified
India
Closing Date25 Feb 2025
Tender AmountRefer Documents 
Description: Lot No.divn/src/55/01/24-25/bg/cond./4w/8w/wgn. Description- Iron And Steel Scrap Cutup Parts Of Bg Cond./4w/8w/wgn Without Contents If Any. 1) Se 99079185565 Brn (nlb) 2) Se 99079260026 Brn (nlb) 3) Nr 29952 Km Nb: (1): Wagons Are To Be Sold With All Available Fittings Except 04 Nos. Nlb Trolleys With Fittings Against Srl. No. 01 And 02. Ii) Wagons To Be Sold Without 08 Nos. Wheel Sets With Ctrb . Iii)wagon To Be Sold With With All Available Fitting Except 02 Nos. Wheel Sets With Axle Box Against Srl -03. Nb(2): Special Condition For Rolling Stock- A) Wheel Sets And Trolleys Are To Be Handed Over To Sse (c&w)/src As Retrival Of Wheel Sets And Trolleys Are Not Feasible Hence The Same May Be Kept At Cutting Spot.(at Line No-6). (b) The Delivery Of Cut Pieces Of Last 10 Present Of Lot Size (subject To Minimum Of 01 No. Rolling Stock) Will Commence Only When All Excluded Fittings Arisen Out Of Sold Lot Has Been Successfully Handed Over To Custodian. (c) Delivery Witnessing Official Will Record Following Certificate On Sale Delivery Register. "purchaser Has Cleared All Nil Value Item Arisen After Cutting Of Sold Rolling Stock And There Is No Left Over Available At Cutting Site. (d) The Rolling Stock May Either Be On The Cutting Line Or Grounded And May Or May Not Have Trolleys/wheel Set Attached But The Purchaser Needs To Shift To Concerned Location As Advised By Concerned Sse. (e) The Purchaser Is Required To Take Adequate Safety Measures So That No Railway Property In Near Vicinity Of The Cutting Spot/ Loading Point And Unloading Point Is Damaged In Any Way. The Purchaser Will Be Responsible For Any Damage/fire Accident To The Railway Property Caused During Operation And Delivery, And Also He Will Be Solely Responsible Of Any Loss Applied (railway Employee Or Any Other Person) Caused Due To Any Activities Involved While Dismantling /cutting, Transportation Loading And Unloading Of All Excluded Fittings Of The Wagons. Including Wheel Sets And Trolleys. Nb: (3) Delivery Will Be Given In Numbers.

Konkan Railway Corporation Limited - KRCL Tender

Works
Ireps
India
Closing Soon12 Feb 2025
Tender AmountINR 511.1 K (USD 5.9 K)
Details: Description:- 12.50 Providing And Fixing Precoated Galvanised Iron Profile Sheets (size, Shape And pitch Of Corrugation As Approved By Engineer-in-charge) 0.50 Mm (+ 0.05 %) Total Coated Thickness with Zinc Coating 120 Grams Per Sqm As Per Is: 277, In 240 Mpa Steel Grade, 5-7 Microns Epoxy primer On Both Side Of The Sheet And Polyester Top Coat 15-18 Microns. Sheet Should Have Protective guard Film Of 25 Microns Minimum To Avoid Scratches During Transportation And Should Be Supplied in Single Length Upto 12 Metre Or As Desired By Engineerincharge. The Sheet Shall Be Fixed Using Self drilling /self Tapping Screws Of Size (5.5x 55 Mm) With Epdm Seal, Complete Upto Any Pitch In horizontal/ Vertical Or Curved Surfaces, Excluding The Cost Of Purlins, Rafters And Trusses And Including cutting To Size And Shape Wherever Required.

Ministry Of Environment Forest And Climate Change Tender

Goods
Transportation and Logistics
GEM
India
Closing Soon10 Feb 2025
Tender AmountRefer Documents 
Description: CATEGORY: HIRING OF VEHICLE FOR MECHANICAL TRANSPORTATION , PURCHASE OF REFRESHMENT

Department Of Transportation Tender

Civil And Construction...+1Road Construction
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents 
Purchaser Name: Department Of Transportation | 613760 District 5 Sidewalk Repairs And Improvements At Various Locations (including Martha's Viney
3171-3180 of 4576 active Tenders