Valve Tenders

Eskom Holdings SOC Ltd Tender

Others...+2Civil And Construction, Civil Works Others
South Africa
Closing Date22 Jan 2026
Tender AmountRefer Documents 
Description: Regret Letter And Award Letter For Refurbishment Of Boiler Feed Pump Turbine Low Pressure Control Valve On Unit 1 – Unit 6 At Lethabo Power Station For Period Of 5 Years.

National Fertilizers Limited - NFL Tender

Works
Machinery and Tools
GEM
Corrigendum : Closing Date Modified
India
Closing Soon30 Jun 2025
Tender AmountRefer Documents 
Description: CATEGORY: 2oo3 SOLENOID VALVE ASSEMBLY with Common/Individual Manual Bypass for online Maintenance

Eskom Holdings SOC Ltd Tender

Electrical and Electronics...+1Electrical Works
South Africa
Closing Date22 Jan 2026
Tender AmountRefer Documents 
Description: Regret Letter And Award Letter For Refurbishment Of Boiler Feed Pump Turbine Low Pressure Control Valve On Unit 1 – Unit 6 At Lethabo Power Station For Period Of 5 Years.

DEPT OF THE AIR FORCE USA Tender

Software and IT Solutions...+1Machinery and Tools
United States
Closing Date14 Nov 2025
Tender AmountRefer Documents 
Details: Sources Sought Notice Only: This Notice Is For Planning Purposes Only And Does Not Constitute A Solicitation For Competitive Quotes And Is Not In Any Way A Commitment By The Government. The 55th Contracting Squadron, Offutt Air Force Base, Ne Is Seeking Potential Sources Capable Of Replacingseveral Miscellaneous Excel 5000 Series Controllers. Replacement Components Such As Valves, Actuators, And Sensors Shall Be Compatible With New Controllers. Database And Programming Information Shall Be Migrated From Old Units To New Units As Part Of This Project. The Bms (honeywell Ebi) Graphics Shall Be Updated. Further Information Can Be Found In The Draft Performance Work Statement (pws). Additionally, We Encourage Any Feedback Or Input Regarding The Pws And/ Or Requirement. all Interested Parties Who Believe They Can Meet The Requirements Identified Above Are Invited To Submit, In Writing, Information Describing Their Capabilities. At A Minimum, The Capabilities Packages Shall Include Information Regarding The Company’s Ability To Meet This Requirement, Qualifications, And Their Size Classification/socioeconomic Status (service-disabled Veteran Owned Small Business, Veteran Owned Small Business, Women Owned Small Business, Hub Zone, 8(a), Small Business Or Large Business) As Defined In Far 52.219-1. The Naics Code For This Requirement Is 238210. The Small Business Size Standard Is $19m. the Information Received Because Of This Notice Is Solely For The Purpose Of Market Research. The Government Does Not Intend To Pay For Any Information Provided Under This Sources Sought Synopsis. If A Solicitation Is Issued It Will Be Announced At A Later Date, And All Interested Parties Must Respond To That Solicitation Announcement Separately From The Responses To This Announcement. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Announcement.notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Until Funds Are Available. The Government Reserves The Right To Cancel The Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels The Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs. send All Responses Via Email To Jose.buenaventura@us.af.mil And Austin.palrang@us.af.mil. Responses To This Sources Sought Notice Are Due By 1:00 Pm (cst) 14 November 2024.

DEFENSE LOGISTICS AGENCY USA Tender

Aerospace and Defence
United States
Closing Date1 Nov 2025
Tender AmountRefer Documents 
Details: Please Note – Nsns May Be Added To Any Subsequent Contract Per The Scope Of This Action. This Action’s Scope Is Listed Below. A Current Program Nsn Listing Is Attached To This Announcement. this Annoucement Is Linked To The Project's Sources Sought. The Sources Sought Contains Additional Program Information And A Market Survey Questionnaire. Please Feel Free To Review The Sources Sought And Provide A Response To The Market Survery Questionnaire. Please Provide Any Market Survey Responses Or Questions To Bret Griffin (bret.griffin@dla.mil) Or Robert Harris (robert.harris@dla.mil). the Jltvci Successor Project Will Be A 5 Year Multiple Award Contract(s) (mac) Supporting A Broad Range Of Joint Light Tactical Vehicles (jltv). The Proposed Contract Will Have An Ordering Period Of A Two-year Base Period, And Three (3) One-year Option Periods, Totaling Five (5) Potential Contract Years. Individual Orders Will Be Used To Supply The Items Within Scope Of This Contract. scope the Scope Of This Joint Light Tactical Vehicle Competitive Initiative (jltvci) Contract Includes Any Fully Competitive And/or Limited Source(s) Dod Or Dla Managed Product, Used By The Dod Or The Federal Government To Produce, Repair Or Replace Any Item, Or System, Used On These Joint Light Tactical Vehicles. The Weapon System Designator Codes (wsdcs) Within The Scope Of This Contract Include, But Are Not Limited To: Army J8a, And The Following Marine Wsdcs: O0m United States Marine Corps (usmc) General Purpose Truck, O1m Usmc Heavy Guns Carrier, O2m Usmc Close Combat Weapons Carrier, And O3m Usmc Truck Utility. The Federal Supply Classes (fsc) Covering These Items Include, But Are Not Limited To: 2010 Ship And Boat Propulsion Components 2510 Vehicular Cab, Body, And Frame Structural Components 2520 Vehicular Power Transmission Components 2530 Vehicular Brake, Steering, Axle, Wheel, And Track Components 2540 Vehicular Furniture And Accessories 2541 Weapons Systems Specific Vehicular Accessories 2590 Miscellaneous Vehicular Components 2805 Gasoline Reciprocating Engines 2815 Diesel Engines And Components 2910 Engine Fuel System Components, Nonaircraft 2920 Engine Electrical System Components, Nonaircraft 2930 Engine Cooling System Components, Nonaircraft 2940 Engine Air And Oil Filters, Strainers, And Cleaners, Nonaircraft 2990 Miscellaneous Engine Accessories, Nonaircraft 3020 Gears, Pulleys, Sprockets, And Transmission Chain 3030 Belting, Drive Belts, Fan Belts, And Accessories 3040 Miscellaneous Power Transmission Equipment 3110 Bearings, Antifriction, Unmounted 3120 Bearings, Plain, Unmounted 3950 Winches, Hoists, Cranes, And Derricks 3990 Miscellaneous Materials Handling Equipment 4010 Chain And Wire Rope 4130 Refrigeration And Air Conditioning Components 4210 Firefighting Equipment 4320 Power And Hand Pumps 4330 Centrifugals, Separators, And Pressure And Vacuum Filters 4710 Pipe, Tube And Rigid Tubing 4720 Hose And Flexible Tubing 4730 Hose, Pipe, Tube, Lubrication, And Railing Fittings 4810 Valves, Powered 4820 Valves, Nonpowered 4910 Motor Vehicle Maintenance And Repair Shop Specialized Equipment 5315 Nails, Machine Keys, And Pins 5325 Fastening Devices 5330 Packing And Gasket Materials 5340 Hardware, Commercial 5342 Hardware, Weapon System 5355 Knobs And Pointers 5365 Bushings, Rings, Shims, And Spacers 5430 Storage Tanks 5895 Miscellaneous Communication Equipment 5905 Resistor 5925 Circuit Breakers 5930 Switches 5935 Connectors, Electrical 5963 Electronic Modules 5970 Electrical Insulators And Insulating Materials 5985 Antennas, Waveguides, And Related Equipment 5995 Cable, Cord, And Wire Assemblies: Communication Equipment 5998 Electrical And Electronic Assemblies, Boards, Cards, And Associated Hardware 5999 Miscellaneous Electrical And Electronic Components 6150 Miscellaneous Electric Power And Distribution Equipment 6220 Electric Vehicular Lights And Fixtures 6350 Miscellaneous Alarm, Signal, And Security Detection Systems 6620 Engine Instruments 6625 Electrical And Electronic Properties Measuring And Testing Instruments 6650 Optical Instruments, Test Equipment, Components And Accessories 6680 Liquid And Gas Flow, Liquid Level, And Mechanical Motion Measuring Instruments 6685 Pressure, Temperature, And Humidity Measuring And Controlling Instruments 6695 Combination And Miscellaneous Instruments 7690 Miscellaneous Printed Matter 8145 Specialized Shipping And Storage Containers the Project Currently Contains 7210 Nsns That May Be Ordered During The Period Of Performance. items Are Continuously Being Cleared Technically, And Having Nsn Numbers Assigned To Them, So The List Of 7210 Potential Nsns Is Not The Entire List That May Be Added To This Procurement But Are Nsns That Are Known At This Time. all Items Within The Scope Of The Solicitation Will Be Considered On The Contract And May Be Ordered During The Period Of Performance. nsns Within The Scope May Be Added To This Initiative Or Any Resulting Contract At A Later Date. The Solicitation Will Include Dlad Procurement Note L27 – Addition And Deletion Of Items To Facilitate The Addition Of Any Future Nsns To This Initiative Or Any Resulting Contract(s). this Solicitation May Be The Only Planned Opportunity That A Contractor Will Have To Submit A Proposal For Nsns That Fall Within The Scope Of This Solicitation. all Responsible Sources May Submit An Offer/quote Which Shall Be Considered. one Or More Of The Items Under This Acquisition May Be Subject To An Agreement On Government Procurement Approved And Implemented In The United States By The Trade Agreements Act Of 1979. All Offers Shall Be In The English Language And In U.s. Dollars. All Interested Suppliers May Submit An Offer. the Solicitation Will Be Available On Dla’s Internet Bid Site (https://www.dibbs.bsm.dla.mil/rfp/) On Its Issue Date On Or About September 2, 2025. the Small Business Size Standard Is _1000__ Employees. drawings/specifications For Some Nsns Will Be Available Through The Dibbs Solicitation Link In The Synopsis On The Solicitation Issue Date. specifications, Plans Or Drawings Are Not Available Are Not Avaialable For All Nsns. the Total Duration Of This Action Shall Not Exceed 5 Years. while Price May Be A Significant Factor In The Evaluation Of Offers, The Final Award Decision Will Be Based Upon A Combination Of Price, Delivery, Past Performance, And Other Evaluation Factors As Described In The Solicitation.

DEPT OF THE NAVY USA Tender

Others
Corrigendum : Closing Date Modified
United States
Closing Soon30 Jun 2025
Tender AmountRefer Documents 
Description: Item Unique Identification And Valuation (jan 2023)|19|||||||||||||||||||| inspection Of Supplies--fixed-price (aug 1996)|2||| stop-work Order (aug 1989)|1|| wide Area Workflow Payment Instructions (jan 2023)|16|combo Invoice And Receiving||tbd|n00104|tbd|tbd|see Schedule|see Schedule|see Schedule||tbd|||||| navy Use Of Abilityone Support Contractor - Release Of Offeror Information (3-18))|1|wss| equal Opportunity (sep 2016)|2||| small Business Subcontracting Plan (dod Contracts)- Basic (dec 2019)|2||| integrity Of Unit Prices (nov 2021)|1|| small Business Subcontracting Plan (sep 2023)|4||||| equal Opportunity For Workers With Disabilities (jun 2020)|2||| critical Safety Item (aug 2011)|4|all Items In The Schedule.|||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data-modifications (nov 2021))|7|||||||| list Of Solicitation Attachments|5|x|2|x||| alternate A, Annual Representations And Certifications (oct 2024)|13|||||||||||||| annual Representations And Certifications (jan 2025)|13|332919|750 Employees|||||||||||| instructions To Offerors -- Competitive Acquisition (nov 2021)|2||| requirements For Certified Cost Or Pricing Data And Data Other Than Certified Cost Or Pricing Data (nov 2021))|7||||x|email||| type Of Contract (apr 1984)|1|firm Fixed Price| notice Of Priority Rating For National Defense, Emergency Perpardeness, And Enrgy Progam Use (april 2008))|2||x| requirements For Certified Cost Or Pricing Data And Data Other Than Certifiedcost Or Pricing Data (may 2024))|1|| offerors Shall Submit Proposals Via Neco Or Email Only. The Government's Required Delivery Date Is: January 1 2027. \ 1. Scope 1.1 This Contract/purchase Order Contains The Requirements For Manufacture And The Contract Quality Requirements For The Valve Assembly . 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 Assembly Furnished Under This contract/purchase Order Shall Be The Design Represented By Cage Code(s) reference Number(s). Cage _______ Ref. No. ;53711 6769057; 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. 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.

DEPT OF THE NAVY USA Tender

Machinery and Tools
United States
Closing Date29 Oct 2025
Tender AmountRefer Documents 
Description: Intent To Sole Source Leslie Valves

DEFENSE LOGISTICS AGENCY USA Tender

Machinery and Tools
United States
Closing Date16 Dec 2025
Tender AmountUSD 74.6 K 
This is an estimated amount, exact amount may vary.
Description: The Defense Logistics Agency (dla) Maritime Norfolk At Norfolk Naval Shipyard (nnsy) Intends To Award A Firm Fixed Price (ffp) Single Award Contract With Lowest Price Technically Acceptable (lpta) Evaluation Factors For The Item Listed Below. The Required Item Is For Commercial Items Prepared In Accordance With The Information In Far Part 13 And Far Subpart 12.6, As Supplemented With The Additional Information Included In This Notice. the Contract Line Items (clins) Are As Follows: p-250 Modular Hydraulic Test Bench Quantity: 1 U/i: Ea manufacturer: Uniflex mfr Model: P-250 C.2 Ipc Paket Hose Assembly Test Bench Special Package electrical Data: 230v-60hz working Range: Up To Dn 76 test Pressure 150 To 1.500 Bar savety Valve c.2 Ipc drive: Pneumatic Pressure Intensifier steck-o Adapter em-co 18 the Requirement Will Be Solicited As A Total Small Business Set Aside. Brand Name Only. The Naics Code Applicable To This Procurement Is 332912, Fluid Power Valve And Hose Fitting Manufacturing With A Size Standard Of 1,000 Employees. The Product Service Code Is 4940. the Anticipated Delivery Date For This Acquisition Is 30 Days After Contract Award. The Solicitation, Any Documents Related To This Procurement, And All Amendments Issued Will Be In Electronic Form Only. the Solicitation Number Is Spmym125q0025 And It Is Expected To Be Available On Or About 11 December 2024 And Posted To Sam.gov, Https://sam.gov/ Quotes Will Be Due By 5:00 Pm Est On 16 December 2024. Responses To The Solicitation Notice Shall Be Emailed To The Attention Of Monica Richardson As Monica.richardson@dla.mil Please Make Sure That The Solicitation Number (spmym125q0025) Is Included In The Subject Line Of Any Email Correspondence. Emails Without Subject Lines Will Not Be Read Because Of Security Issues. potential Offerors Are Hereby Notified That The Solicitation And Any Subsequent Amendments Will Only Be Available By Downloading The Documents At Www.sam.gov (contracting Opportunities). The Government Is Not Responsible For Inability Of The Offeror's To Access Solicitation Documents Posted. Prospective Offeror's Should Also Register On The Interested Vendor List Under Spmym125q0025. No Telephone Or Fax Requests Will Be Accepted, And No Hardcopy Solicitation/amendment Will Be Mailed Or Faxed. all Responsible Sources May Submit A Proposal Which May Be Considered By The Government. By Submitting A Quote, The Offeror Will Be Self-certifying That Neither The Principal Corporate Officials Nor Owners Are Currently Suspended, Debarred, Or Otherwise Ineligible To Receive Contracts From Any Federal Agency. Failure To Do So May Represent Grounds For Refusing To Accept The Proposal. By Submission Of A Proposal, The Offeror Acknowledges The Requirement That A Prospective Awardee Must Be Registered In The System For Award Management (sam) Database Prior To Award, During Performance, And Through Final Payment Of Any Contract Resulting From The Solicitation, Except For Awards To Foreign Vendors For Work To Be Performed Outside The United States. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Offerors May Obtain Information On Registration And Annual Confirmation Requirements By Calling 1-866-606-8220, Or Via The Internet At Https://www.sam.gov. All Questions Shall Be Submitted In Accordance With The Solicitation, Dates And Procedures. Please Direct All Questions Regarding This Requirement To Monica Richardson At Monica.richardson@dla.mil.

DEPT OF THE NAVY USA Tender

Aerospace and Defence
United States
Closing Date17 Dec 2025
Tender AmountRefer Documents 
Description: 4810 Actuator Valve Assembly, 8 Inch Ips

Qatar Energy Tender

Others...+2Civil And Construction, Civil Works Others
Qatar
Closing Soon3 Jul 2025
Tender AmountRefer Documents 
Details: Future Tenders (operations Engineering - Dukhan) Turnaround Maintenance Services At Fah&pwi Stns And Fsp Tender Description: Section A: Tturnaround Maintenance Services For Fahahil (south, North & Main) Stations And Pwi 2,4,7,8 Stations - 2026. Section B: Turnaround Maintenance Services For Fahahil Stripping Plant - 2026. The Scope Of Services Includes Decontamination Of Plants, Inspection Of Static Equipment, Internal Coating, Overhauling/testing Of Valves And Other Associated Instrument, Piping Works, Insulation Works, Electrical Works, Civil Works, Provision Of Equipment And Manpower And Commissioning & Start-up Of The Plants. Planned Tender Issue: 16/01/25 Planned Contract Award: 03/07/25
2671-2680 of 2778 active Tenders