Valve Tenders

Valve Tenders

Water Resources Department - WRD Tender

Goods
Machinery and Tools
Eprocure
India
Description: Providing, Supplying And Erecting Of Cl Double Flange Sluice Valve Confirming For Is-14846 Including Worm Gear Arrangements As Per Test Pressure Stainless Steel Spindle, Caps Including Transportation, Inspection, Unloading, Loading, Stacking.
Closing Date19 Mar 2025
Tender AmountRefer Documents 

Northern Railway - NR Tender

Goods
Automobiles and Auto Parts
Ireps
India
Description: 332101230048 air Vent Valve (for Roof Water Tank 30 Litres Mounting Of Lhb Coaches) To Rcf Drg.no.lw63150, Item-4, Alt-e [ Warranty Period: 30 Months After The Date Of Delivery ] ] consignee Sse/cr./judw, Nr Haryana 700.00 Numbers
Closing Date17 Mar 2025
Tender AmountRefer Documents 

Public Health Engineering Department - PHED Tender

Works
Civil And Construction...+1Water Storage And Supply
Eprocure
India
Description: Connection Of 2 Nos. Newly Sunk Replaced Tube Well With Rising Main By Di Pipe And I.e.p. Back Wash Pipe Line With Upvc Pipe, Construction Of Valve Chamber And Inspection Pit And Repairing Air-blower And Air-compressor Of Existing I.e.p. Due To Subme
Closing Date18 Mar 2025
Tender AmountINR 498.6 K (USD 5.7 K)

North Central Railway - NCR Tender

Goods
Machinery and Tools...+1Automobiles and Auto Parts
Ireps
India
Description: Sand Conveyor Dummy Suitable For Sand Valve Of Hhp Loco As Per Emd Part No. 106643 1-1/2 Inch M.p.t. Dlw Part No.1730034 & Drawing No.106643.
Closing Soon10 Mar 2025
Tender AmountINR 500 K (USD 5.7 K)
This is an estimated amount, exact amount may vary.

DEPT OF THE NAVY USA Tender

Others
United States
Description: Contact Information|4|n763.08|na|215-697-3698|sophia.noel@navy.mil| commercial Product Procurement Notice|5|||||| item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| time Of Delivery (june 1997)|20||||||||||||||||||||| wide Area Workflow Payment Instructions (jan 2023)|16|tbd||tbd|tbd|tbd|tbd|see Schedule|tbd||||||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|| equal Opportunity (sep 2016)|2||| equal Opportunity For Veterans (jun 2020)|4||||| equal Opportuity 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|||||||||||| contract Terms And Conditions Required To Implement Statutes Or Executiveorders--commercial Products And Commercial Services (jan 2025))|83|||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||||| continued: Contract Terms And Conditions Required To Implement Statutes Or Executive Orders--commercial Products And Commercial Services (jan 2025))|16||||||||||||||||| offeror Representations And Certifications--commercial Products And Commercialservices (may 2024))|3|||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| buy American-free Trade Agreements-balance Of Payments Program Certificate-basic (feb 2024))|5|||||| buy American--balance Of Payments Program (feb 2024)|1|| minimum Bid Acceptance Period (apr 1984)|1|| royalty Information (apr 1984)|1|| annual Representations And Certifications (jan 2025)|12|336412|1500||||||||||| notice Of Priority Rating For National Defense, Emergency Preparedness, Andenergy Program Use (apr 2008))|2||x| evaluation--commercial Products And Commercial Services (nov 2021)|4||||| 1. Scope 1.1 . Markings Shall Be In Accordance With Mil-std-130. 1.2 Articles To Be Furnished Hereunder Shall Be Repaired, Tested Andinspected In Accordance With The Terms And Conditions Specified In Therequirements Section Of This Document. 1.3 Unless Expressly Provided For Elsewhere In This Clause, Equipment Suchas Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Test Equipment, Orany Other Manufacturing Aid Required For The Manufacture And/or Testing Of The Subject Item(s) Will Not Be provided By The Government Or Any Other Source And Is The Sole Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing Or Referenced Specification. 1.4 The Use Of Mil-w-81381 Wire In Any Item To Be Delivered Under This Procurement Is Prohibited. The Foregoing Prohibition Applies Notwithstanding Any Reference To Mil-w-81381 Wire That May Be Made In Any Of The Drawings Or Specifications For This procurement. Sae-as22759 Series Wire Shall Be Used In Lieu Of Mil-w-81381 Wire, In Any Place Where Mil-w-81381 Wire Is Cited In This Procurement. Any Questions Concerning This Requirement Should Be Directed To The Procuring Contracting Officer. 1.5 If Mil-std-454 Is Referenced In The Drawings Or In The Specification,the Contractor Is Expected To Show Compliance With Ipc/eiaj-std-001c Personnel Performing Tasks In Accordance With Ipc/eiaj-std-001c Shall Be Trained And Certified As Requried By ipc/eiaj-std-001c Paragraph 5.1.4. 2. Applicable Documents - Not Applicable 3. Requirements the Contractor Shall Maintain A Quality Control System Which Meets The Requirements Of Mil-i-45208a, Mil-q 9858,iso-9000 / 9001 / 9002 Or Equivalent. responsibility For Inspection: Unless Otherwise Specified, The Contractor Is Responsible For The Performance Of All Inspection Requirements As Specified herein. Except As Otherwise Specified, The Contractor May Use His Own Or Any Other Facility Suitable For The Performance Of The Inspection Requirements Specified Herein. procedures:the Contractor Shall Prepare And Maintain Quality Control documentation, Test And Repair Procedures, And Inspection Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential Diagrams Of The Test, Repair, And Inspection Process, As Well As The performance Spcifications To Perform The Procedures. quality Assurance Program Plan: The Contractor Shall Develop, Implement And Maintain A Repair Quality Plan In Compliance With The Requirements Of Mil-i-45208a, Mil-q-9858, Iso,9000 / 9001 / 9002, Or Equvalent.the Plan Shall Define The Specific Methods By Which compliance With Contractual Requirements will Be Assured. All Quality Assurance Data Shall Be Provided To The Government For Review And Approval Upon Request. purchased Material Control: The Contractor Shall Establish And Maintain A System Of Control Over Purchased Material Which Shall Assure That The Necessary Requirements Of This Contract Are Included. In All Sub contract Agreements. A Parts Control System Shall Establish A Record Of Performance For Each Purchased And Internally Manufactured Part And Shall Be Used To Evaluate Continued Use Of The Source. The Contractors Control System Shall Be In Compliance Wil either Mil-i 45208a/mil-q-9858 Or Equivalent Quality Quality Assurance Standared.(iso/as:9000, 9001, 9002). receiving Inspection Of Purchased Material: Purchased Items Shall Be Inspected Upon Receipt At The Contractors Facility To Assure Conformance With All Requirements Of The Technical Data Package (tdp). Evidence Of Such Inspections Shall Be Maintained For government Review At Least Twelve (12) Months Following Acceptance Of The End Item. Inspection Reports Shall Be Maintained By The Contractor. The Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, finish, And Process With Appropriate Pass/fail Criteria, Such Ascertifications, And Actual Dimensional Readings. failure Analysis And Corrective Action:all Failure Analysis And Corrective Action Reports/plans Shall Be Submitted To The Government. nonconforming Material:the Contractor Shall Establish An Effective System For Controlling Nonconforming Material Including Procedures For Identification, Segregation, And Disposition. contractor Internal Review Board (irb):irb Authority Is Delegated To The Contractor For This Contract Only. The Irb May Be Used Only For Disposition Of Materials Exhibiting Minor Non-conformances, Scrap Or Rework To Return A Part To Conformance With Drawings Or specifications As Authorized By The Approved Repair Procedures.irb Shall Not Use "as-is" Disposition. A Complete File Of Irb Actions Shall Be Maintained For Review By The Government For Concurrance Of Classification. material Review Board (mrb):formal Mrb Authority For Disposition Of "as-is"and For Minor Non-conformances Is Retained By The Government. The Contractor Shall Submit The Appropriate Request For Variance Via The Dcmc To The Navsup Contracting Officer. responsibility For Compliance: All Items Must Meet All Requirements Of This Statement Of Work. The Inspection Requirements Set Forth In This Sow Shall Become Part Of The Contractors Overall Inspection System Or Quality Program. The Absence Of Any Inspection requirements In The Sow Shall Not Relieve The Contractor Of The Responsibility Of Assuring That All Government Equipment Submitted For Acceptance Comply With All Requirements. Sampling In Quality Conformance Does Not Authorize Submission Of Known Defective items, Either Indicated Or Actual, Nor Does It Commit The Procuring Activity To Acceptance Of Any Defective Items. repair Assessment Testing: The Government May Select Samples Of The Contract Line Items (clins) Which Have Completed Repair And Have Been Accepted By The Government Representative For The Purpose Of Conducting Performance Testing, Environmental Testing, And quality Conformance Examination In A Repair Assessment Test Program. A Quantity Of Clin's May Be Randomly Selected From Each Quaterly Repair Production Completion For Shipment To The Cfa Or Other Government Designated Location To Conduct This Testing. records Of Data Collection: The Contractor Shall Maintain A Historical Record File To Contain Copies Of Applicable Data And Documents For Individual Clin's and Assemblies By Clin Serial Number. The Historical Record File Shall Include,but Not Be Limited To The Following Types Of Historical Records: receipt Inspection Documentation. repair Shop Travelers Or Repair Cards. parts Replacement Records. parts Inspection Data Before And After Repair As Applicable. acceptance Test Data. qa Personnel Shall Maintain A Complete Receipt Inspection,test, Repair re-test, History Card For Each Item Processed. This Information Shall Be Made Available To The Government Upon Request. 3.1 1.0 General 3.1.1 This Statement Of Work (sow) Establishes The Criteria For Repair And Testing /inspection Of The Subject Item. It Includes Inspection, Component Repair And Replacement,reassembly And Testing Procedures Required To Return Units Back Into A Servicable condition. 3.2 2.0 Definitions. 3.2.1 Contractor: Is Defined As The Successful Offeror Awarded A Contract, Orderor Issued A Project Work Order. The Term "contract" Encompasses A Contract, An Order, Or A Project Work Order. 3.2.2 Overhaul: An Overhauled Part Is One Which Has Been Disassembled, Cleaned, Inspected, Repaired As Necessary (by Replacing Or Repairing All Components Which Have Been Found To Exceed Limits Established By The Repair/overhaul Manual) Reassembled And Tested in Accordance With The Approved Repair/overhaul Manual Listed In This Sow And Returned To A Ready For Issue (rfi) Condition (refer To Contract Schedule For Items To Be Overhauled). 3.2.3 Repair: A Repaired Part Is One Which Has Been Restored To A Ready For Issue(rfi) Condition (by Replacing Or Repairing Those Components Found To Be Defective, Broken, Damaged Or Inoperative During The Initial Evaluation And Troubleshooting Phase) And tested In Accordance With The Approved Repair/overhaul Manual Listed In This Sow (refer To Contract Schedule For Items To Be Repaired). 3.3 3.0 Scope 3.3.1 General. The Items To Be Furnished Hereunder Shall Be Overhauled, Upgraded,repaired, Tested, Inspected, And Accepted In Accordance With The Terms And Conditions Specified In This Contract. Unless Expressly Provided Government Furnished Property, including Equipment Such As Fixtures, Jigs, Dies, Patterns, Mylars, Special Tooling, Special Test Equipment, Or Any Other Manufacturing Aid Required For The Repair, Manufacture, And/or Testing Of The Subject Item(s) Will Not Be Provided By The Government And shall Be The Responsibility Of The Contractor. The Foregoing Applies Notwithstanding Any Reference To Such Equipment Or The Furnishing Thereof That May Be Contained In Any Drawing, Manual, Or Specification For The Contract Items. 3.3.2 Repair Upgrade Requirements:the Contractor Shall Provide The Necessary facility, Labor, Materials, Parts, And Test And Tooling Equipment Required To To Return The Following Items To A Ready For Issue (rfi) Condition: valve Assy,normally ;23089529; P/n, ;4820014638911; Nsn, ;iaw Updated Applicable Manuals; Tech Publications 3.3.3 Rfi Is Defined As That Condition Allowing The Items To Perform Properly And Reliably In An Operational Environment In A Manner They Were Intended To Operate.the Contractor Must Perform All Repairs/upgrades At The Facility Identified Within This Sow. repairs Performed By The Contractor Or Subcontractor Shall Be Performed In Accordance With The Specified Drawings And Repair Manual(s). 3.4 Changes To Such Manuals Used For Repairs Under This Contract, Or Changes To Drawings Or Specifications Used In The Manufacture Of Parts Utilized In These Repairs, Require Procuring Contracting Officer (pco) Approval In Accordance With The Configuration management Provisions Of This Statement Of Work Or Contract. Under No Circumstances Should The Repair, Test, And Inspection Extend Beyond The Requirements Of This Paragraph Unless Authorized By The Government Qar.in Addition, Requests For Approval Of Changes to A Repair Source Or Repair Facility Shall Be Submitted In Writing To The Pco Prior To Making Any Such Change. 3.4.1 Any Repairs Performed Using Unapproved Changes To Such Manuals, Drawings, Specifications, Or Changes To Repair Source Or Facility Are Done At The Contractor's Own Risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any delivered Items Repaired Using Such Unapproved Manuals,drawing, Specification, Repair Source Or Repair Facility Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The Government's Disapproval Of A requested Change To Manuals, Drawings, Specifications, Or To A Repair Source Or Facility. 3.4.2 References On Drawings And Specifications:for Repair And Overhaul Purposes Only. All References To The "prime Contractor" Or The "actual Manufacturer" Appearing On The Drawings And / Or Specifications Or Technical Data Furnished By The Government Shall Be read As The "government Designated Agency" 3.4.3 Process Control Documentation: The Contractor Shall Prepare And Maintain Repair Procedures, And Test / Inspection Information / Procedures Which Shall Be Made Available To The Government For Review And Approval. The Procedures Shall Include Sequential diagrams Of Processes, As Well As The Performance Specifications To Perform The Testing / Inspection Procedures. Those Processes Shall Be Frozen After Approval Of The Inspection / Test. 3.4.4 Beyond Economical Repair (ber). An Item Is Ber If The Cost Of The Repair Exceeds 75% Of The Production Quantity Price To Replace The Item, Current At Time Of Award. This Replacement Price Is For The Purposes Of Ber Determinations Only, And May Not Be used Or Relied On By The Offeror In The Pricing Of The Repairs Required By This Contract. Items Determined Ber Are Not Included In The Contract Price. The Contractor Shall Obtain Written Concurrence From Dcma For All Units Determined By The Contractor To Be ber. All Such Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence Shall Be Provided By The Contractor To The Pco, With A Copy To The Inventory Manager. After Receipt Of the Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. The Contractor Is Not Authorized To Proceed With The Repair Until Notification To Proceed Is Received From The Pco. Any disposal Ordered Shall Be Performed By The Contractor In Accordance With All Applicable Regulations And In Accordance With All Dcma Disposal Procedures And Requirements. 3.4.5 Missing On Induction (moi). A Weapons Repairable Assembly (wra) Is Subject To This Moi Provision If The Item Received By The Contractor For Repair Is Missing One Or More Shop Replaceable Assemblies (sras). Contractor Replacement Of Moi Sras Is Not included In The Contract Price. The Contractor Shall Immediately Notify Dcma When An Item Is Received With Moi Sra(s) And Shall Obtain Written Verification From Dcma For All Wras Determined To Have Moi Sra(s). The Contractor Shall Provide All Such determinations, Including Identification Of The Missing Sra(s), And The Dcma Written Verification, To The Inventory Manager With A Copy To The Pco And Aco Prior To Induction And/or Repair Of The Wra. The Contractor Shall Not Induct And/or Repair Wras With Moi sras Until Instructions On How To Proceed Are Provided To The Contractor By The Inventory Manager (where No Adjustment Price To The Contract Is Required) Or By The Pco. Items Received By The Contractor Missing Consumable Parts Are Not Moi Items. Rather, repair Of Such Items And Replacement Of The Missing Consumable Parts Are Included In The Contract Price And The Item Shall Be Inducted And Repaired By The Contractor Under This Contract. 3.4.6 Replacing Failed Or Missing Shop Replaceable Assembly (sra) When Repairinga Weapons Replaceable Assembly (wra). 3.4.7 A. When The Contractor Believes One Or More Sra(s) Within A Wra Are Either: 3.4.8 Beyond Economic Repair (ber) Or Beyond Repair (br) I. E. The Unit Is Not Capable Of Being Repaired Because Of The Extent Of Physical Damage), Or Missing On Induction (moi), The Contractor Shall Obtain Written Verification From Dcma And Advice From The inventory Manager Whether A Sra May Be Replaced By One Or More Of The Following Options: Ship In Place From An Existing Spares Or Repair Contract, If Any, Milstrip The Sra(s), Otherwise Be Provided Direction For Obtaining The Sra(s) At No Cost To The contractor.the Detailed Procedures Are Set Forth In Section 6.0 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work. 3.4.9 B.when Not Otherwise Provided For (or Precluded) By Other Terms Of This Contract, The Contractor May Seek Written Authorization To Replace Failed Sra(s) With Ready For Issue Sra(s). When Authorized, The Procedures Set Forth In Paragraph 3.0 Of Section 6.2 Of The Web-based Commercial Asset Visibility (cav) Statement Of Work Shall Be Followed. 3.4.10 Over And Above Repair (oar). An Item Sent To The Contractor Shall Be Considered To Require Over And Above (oar) Repair Effort If The Repair Required Is Not The Type Of Repair That Would Be Anticipated As A Result Of Normal Navy Operation Of The Item And is Not Included In The Contract Pricing Due To The Nature Or Scope Of The Repair Needed For That Particular Item. Therefore, Repair Of Oar Items May Be Subject To Equitable Adjustment. The Contractor Shall Obtain Written Concurrence From Dcma For All Units determined By The Contractor To Require Oar Effort. All Such Oar Determinations, Including The Basis For The Determination, The Repair Required, The Proposed Price To Repair And The Dcma Written Concurrence, Shall Be Provided By The Contractor To The Pco Prior to Undertaking Repair Of The Item. after Receipt Of The Required Documentation, The Pco Shall Provide The Contractor Disposition Instructions Or Contractual Authority For Repair Of The Item. Any Ordered Disposal Shall Be Performed By The Contractor In Accordance With All Applicable Regulations and Dcma Disposal Procedures And Requirements. 3.5 4.0 Parts And Materials 3.5.1 General. The Contractor Is Responsible For Supplying All Parts And Material Necessary To Perform The Required Repairs Under This Contract Unless Parts Or Material Are Specifically Identified As Government Furnished Material (gfm). All Parts And Material used In Performance Of This Contract Shall Be In Accordance With The Latest Approved Revision Of Applicable Drawings And Specifications And Shall Be New In Accordance With Far 52.211-5, Material Requirements, Which Is Incorporated By Reference Herein. authorization To Use Other Than New Material As Defined By Far 52.211-5 Requires Written Approval From The Pco. In Addition, Cannibalization Must Be Approved By The Pco. Cannibalization Of Units That Have Not Been Inducted Is Not Typically Authorized And requires Specific Approval By The Pco. 3.5.2 The Contractor Shall Ensure It Has Access For The Duration Of This Contract To Updated Drawings And Specifications For Parts And Material Required For Repairs Performed Under This Contract. Any Change To Such Parts/material Drawings Or Specifications requires Government Approval In Accordance With The Configuration Management Provisions Of This Statement Of Work. Written Approval From The Pco Must Be Obtained Prior To Any Change To The Manufacturing Source Or Manufacturing Facility For All Parts Which require Source Approval, Unless The Contractor Is The Design Control Agent (dca) (i.e. The Entity Responsible For Maintaining The Latest Configuration Data) For The The Contract Item. If The Contractor Is The Dca, The Contractor May Approve Approve Changes To manufacturing Source Or Manufacturing Facility For All Parts, Including Those Which Require Source Approval. Any Repairs Performed Using Unapproved Changes To Such Drawings, Specifications Or Manufacturing Source Or Facility Are Done At The Contractor's Own risk. If The Government Disapproves The Requested Change, The Contractor Shall Replace Any Delivered Items Repaired Using Such Unapproved Change. The Contractor Is Not Entitled To Any Equitable Adjustment To The Contract Price Or Terms Based On The government's Disapproval Of A Requested Change To The Drawings, Specifications Or Manufacturing Source Or Facility. 3.5.3 Purchased Material Control And Parts Control. The Contractor Shall Establish And Maintain A System Of Control Over Purchased Parts And Material. Such Controls Shall, At A Minimum, Assure That The Parts And And Material Purchased Are In Compliance With The requirements Of This Contract. 3.5.4 Receiving Inspection Of Purchased Parts And Material. (1)purchased Items Shall Be Inspected Upon Receipt At The Contractor's Facility To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications Or (2)the Contractor Shall provide Prior To The Contract Award Evidence For Government Review And Approval Of A Purchased Parts And Material System Which Provides For The Inspections To Assure Conformance With All Requirements Of The Applicable Drawings And Specifications. Evidence Of such Inspections Of Such Inspections Shall Be Maintained By The Contractor Or Subcontractor For Government Review.the Inspection Report Shall, At A Minimum, Include A Record Of All Dimensional Data (coordinate/positional), Material, Finish, And Process With appropriate Pass/fail Criteria Such As Certifications and Actual Dimensonal Readings. 3.5.5 ^^^note^^^part Cannibalization Is Not Authorized Unless Specifically Approved By Navsup Wss And The Bde. 3.5.6 3.6 Source And Location Of Repair Source: 3.6.1 The Contractor Shall Specify The Name Of The Source/division Performing The Work And The Actual Location Where Work Will Be Performed. valve Assy,normally ;rolls Royce; Company Name , ;450 S Meridian Street, Indianapolis Ind 46225; Address , ;63005; Cage Code inspection Will Be Accomplished On The Contractor's Equipment 3.7 5.0 Contractor Quality Requirements: 3.7.1 Quality Program. The Contractor Shall Establish, Implement, Document And Maintain A Quality System That Ensures Conformance To All Applicable Requirements Of Iso 9001/ Sae As9100. The Contractor's Quality Management System/program Shall Be Designed To promptly Detect, Correct And Prevent Conditions That Adversely Affect Quality. 3.7.2 Calibration System Requirements. Contractor Shall Maintain A Calibration System That Meets The Requirements Of Ansi/ncsl Z540.3, Iso-10012-1 Or An Equivalent Calibration Program Acceptable To The Government. 3.8 6.0 Configuration Management (cm): 3.8.1 The Contractor Shall Maintain A Configuration Management Plan In Accordance With The Provisions Of Navsup Wss Configuration Management Clause Navicpia18. (refer To Contract). 3.9 7.0 Markings. 3.9.1 Marking Shall Be As Indicated In The Contract When Applicable. 3.10 8.0 Storage; 3.10.1 The Contractor Shall Provide A Proper Enclosed Warehouse Environment For Both Material Items Awaiting Repair And Assets Which Have Been Repaired And Are Awaiting Shipment To Ensure The Items Are Not Damaged While Being Stored. 4. Quality Assurance Provisions - Not Applicable. 5. Packaging- Mil-std 2073 Packaging Applies As Found Elsewhere In The Schedule 6. Notes - Not Applicable
Closing Date3 Apr 2025
Tender AmountRefer Documents 

Municipality Of San Miguel, Surigao Del Sur Tender

Others
Philippines
Details: Description Item. / Qty. /unit Of Issue / Description 1. 1 Liter Povidone Iodine 10% 1l 2. 9 Box Disposable Facemask 50's 3. 3 Box Exam Gloves Latex L 100 Pcs 4. 9 Box Gauze Sponge Non Sterile 4x4 100's 5. 6 Bottle Disinfectant Spray 510g 6. 9 Pack Cotton Balls 150's 7. 4 Pcs Pulse Oximeter 8. 4 Set Bp Manual Sphygmomanometer W/ Stethoscope 9. 2 Set Nebulizer Machine With Kit 10. 3 Set Glucometer Machine 11. 6 Pcs. Digital Thermometer 12. 30 Pcs Cadaver Bag Adult 13. 12 Pcs Trauma Sheers 14. 2 Set Bag Valve Mask Adult 15. 2 Set Bag Valve Mask Child 16. 2 Set Bag Valve Mask Infant 17. 4 Pcs. Surgical Gauze Rool 24x28 18. 100 Pcs. Gauze Pad Sterile 2x2 100's 19. 6 Pcs. Kelly Forcep Straight 5 1/2 Inch Schedule For Opening Of Quotations: Opening Of Bids Shall Be Open On March13, 2025 At 10:00 O'clock In The Morning, The Venue Will Be Held At Bac Conference Room, Office Of The Municipal Engineer, Tina, San Miguel, Surigao Del Sur.
Closing Soon12 Mar 2025
Tender AmountPHP 53.4 K (USD 922)

DEFENSE LOGISTICS AGENCY USA Tender

Others...+2Civil And Construction, Pipe Line Project
United States
Description: Proposed Procurement For Nsn 4820015561095 Valve,globe: line 0001 Qty 6 Ui Ea Deliver To: W1a8 Dla Distribution By: 0154 Days Ado approved Source Is 0asy6 M1503-2700. the Solicitation Is An Rfq And Will Be Available At The Link Provided In This Notice. Hard Copies Of This Solicitation Are Not Available. Specifications, Plans, Or Drawings Are Not Available. all Responsible Sources May Submit A Quote Which, If Timely Received, Shall Be Considered. quotes Must Be Submitted Electronically.
Closing Date17 Mar 2025
Tender AmountRefer Documents 

Camarines Norte State College Tender

Furnitures and Fixtures
Philippines
Details: Description The Camarines Norte State College Through Its Bids And Awards Committee (bac) Invites Interested Bidders Engaged In The Sale Of Laboratory Furniture To Submit Their Bid To The Office Of The Head, Bac Secretariat, Records Office, 2nd Floor, General Administration Building, Camarines Norte State College, Viz No. Item Description Quantity Unit 1 Chem Laboratory Table With End Sink Dim. 3600mm L X 1000mm W X 850mm H Table Top: 1pc Molded Resin Top (acid-resistant), Edge-less And Glossy Finish Base: Epoxy Coated Steel Tubular Base And Frames W/ Adjustable Leveler Features: 1 Reagent Rack Equipped With Flange Type Steel Tubular Legs With Glass Top 2 Electrical Outlets 220 Vac 2gang 1 Gas Outlet With 2 Way Nozzle 1 Lab End Sink With Complete Set Of Acid Resistant P-trap And Drain Fittings 1 Lab End Sink Cover With Access Door Panel 1 Pegboard With 19 Pegs 1 Lab Gooseneck Faucet With Isolation Valve, For Cold Water Only 1 Sub Counter Top Assembly 1 Open Base And Frames And Adjustable Leveler 1 Unit 2 Laboratory Stools Dim. 300 Mm Dia. X 550mm H Molded Resin Seat Board, Powder Coated Steel Legs And Frames With Rubber Footing 4 Unit Please Find Attached Request For Quotation (rfq) To Submit To This Office Or Send Thru E-mail: Eloisalukban@cnsc.edu.ph Or Send. As Such, Kindly Attach The Following Documents. 1. Philgeps 2. Valid Mayor’s Permit, 3. Income/business Tax Return Covering The Previous Six (6) Months 4. Bir Registration For Manual Submission, Please Submit In Sealed Envelope Addressed To: Maria Cristina C. Azuelo, Ph.d. Vp For Admin And Finance Bac Chairperson
Closing Soon10 Mar 2025
Tender AmountPHP 404 K (USD 6.9 K)

Haryana Urban Development Authority - HUDA Tender

Works
Electrical Works...+1Electrical and Electronics
Eprocure
India
Description: Amtc Of Ephs In Sector 3and30 Ue Kurukshetra Repair Of Electric Control Penal Board For Submersible Motor Lowering Pipe Mccb Sluice Valve Nut Chlorinator And Sub Cable At At Various Tubewells Complete In All Respect And All Other Works Conti
Closing Soon10 Mar 2025
Tender AmountINR 169.3 K (USD 1.9 K)

Eastern Coalfields Limited - ECL Tender

Goods
Machinery and Tools
GEM
India
Description: CATEGORY: RELIEF VALVE, Part no. 15677 , MANUAL ACTUATOR , Part no. 57452 , MANUAL LEVER, Part no. 423309 , BATTERY MOUDED SCH, Part no. 427308 , LINER, Part no. 71230 , INERGEN CYLINDER 200BAR, Part no. 442787 , FLEXBLE DISSHARHE BAND FOR CV 98, Part no. 427082 , EOL RESISTOR, Part no. 426520 , LT-10R CARTRIDGE, Part no. 13193 , CHECKFIRE MP ELEC. DETECT. and ACT. ASSY, Part no. 427312 , MANUAL ACTUATOR BRKT, Part no. 57661 , LT- 101-30R CARTRIDGE, Part no. 29187 , PNEUMATIC ACTUATOR ASSY, Part no. 439569 , FORAY DRY CHEMICAL, Part no. 53080 , BURUST DISC ASSLY, Part no. 428363
Closing Date25 Mar 2025
Tender AmountINR 8.7 Million (USD 100.3 K)
131-140 of 3554 active Tenders