Advertisement Tenders
Advertisement Tenders
MUNICIPALITY OF BANAYBANAY Tender
Energy, Oil and Gas
Corrigendum : Closing Date Modified
Philippines
Details: Description Republic Of The Philippines Province Of Davao Oriental Municipality Of Banaybanay Bids And Awards Committee ***************************** Invitation To Bid For Procurement Of Fuels For Lgu Operations 14. The Municipality Of Banaybanay, Through The 2025 Annual Budget Intends To Apply The Sum Of Two Million Pesos Only (php.2,000,000.00) Being The Abc To Payments Under The Contract For Procurement Of Fuels For Lgu Operations (solicitation Number: Goods-1-2025-001). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 15. The Municipality Of Banaybanay, Now Invites Bids For The Above Procurement Project. Delivery Of The Goods Is Required By Within 30 Calendar Days. Bidders Should Have Completed, Within Two (2) Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 16. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non- Discretionary "pass/fail" Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Partnerships, Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines, And To Citizens Or Organizations Of A Country The Laws Or Regulations Of Which Grant Similar Rights Or Privileges To Filipino Citizens, Pursuant To Ra No. 5183. 17. Prospective Bidders May Obtain Further Information From The Municipality Of Banaybanay And Inspect The Bidding Documents At The Address Given Below During Office Hours, From 8:00 Am To 5:00 Pm. 18. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 11, 2025 From The Given Address And Website(s) Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 5,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees To Be Attached As Part Of Documents In The Bid. 19. The Municipality Of Banaybanay Will Hold A Pre-bid Conference Upon Written Request Of Any Prospective Bidders Subject To The Approval Of Bac And/or Head Of Procuring Entity, If Any, Which Shall Be Open To Prospective Bidders. *may Be Deleted In Case The Abc Is Less Than One Million Pesos (php 1,000,000.00) Where The Procuring Entity May Not Hold A Pre-bid Conference. 20. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At The Office Address Indicated Below, On Or Before February 20, 2025 @12:00nn. Late Bids Shall Not Be Accepted. 21. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 14. 22. Bid Opening Shall Be On February 21, 2025 @1:30pm At The Given Address Below. Bids Will Be Opened In The Presence Of The Bidders' Representatives Who Choose To Attend The Activity. 23. Procurement Schedule Advertisement: February 13, 2025 Last Submission: February 20, 2025 @12:00nn Opening Of Bids : February 21, 2025 @1:30pm 24. The Municipality Of Banaybanay Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 25. For Further Information, Please Refer To: Kristie Louiela L. Arendain, Rsw Head, Bac Secretariat Tobias B. Alamis, Jr., Mpa-ga Bac Chairperson Bids And Awards Committee Office 2nd Floor Municipal Hall, Poblacion, Banaybanay, Davao Oriental 8208 Region Xi, Philippines 26. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.philgeps.gov.ph Bac.igubanaybanay@gmail.com Bac Office Number: +639363421905 February 13, 2025 Approved By: Tobias B. Alamis Jr.,mpa-ga Bac Chairperson
Closing Soon21 Feb 2025
Tender AmountPHP 2 Million (USD 34.5 K)
Mississippi Gulf Coast Community College Tender
Others
Corrigendum : Closing Date Modified
United States
Description: Advertisement For Bids It Is The Intention Of The Board Of Trustees Of The Mississippi Gulf Coast Community College To Receive Sealed Bid Specifications And Procedures On The Following Item Until 2:00 P.m., Friday, February 21, 2025. District Office In Harrison Hall, Perkinston Campus, Perkinston, Mississippi 39573. 1. Passenger Bus, Rfp# 25-01-007 For Specifications Of This Item Contact Kortney Woodard, Director Of Administrative Services, Mississippi Gulf Coast Community College, Perkinston, Mississippi 39573, At 601-928-6672, And/or Email To: Kortney.woodard@mgccc.edu. It Is Necessary That Bids Be Marked As Such On The Envelope And Specifications Of Item Being Bid On. The Board Reserves The Right To Reject Any And All Bids.
Closing Soon21 Feb 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+1Drainage Work
United States
Details: Public Notice Soq 25-002 Routine Engineering Services For Drainage Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145514 Is Hereby Soliciting A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Drainage Projects In Jefferson Parish, Who Are Not One Of The Fifty-one (51) Persons Or Firms Approved By Resolution No. 144663, Dated August 7, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Drainage Contracts For The Remainder Of The Two-year Period Beginning August 7, 2024. Deadline For Submissions: 3:30 P.m. On February 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years Experience In The Disciplines Involved One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, 15 And 22, 2025
Closing Soon21 Feb 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Public Notice Soq 25-004 Routine Engineering Services For Streets Projects (supplemental) The Parish Of Jefferson, Authorized By Resolution No. 145518 Is Hereby Soliciting Statements Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Streets Projects In Jefferson Parish, Who Are Not One Of The Fifty-four (54) Persons Or Firms Approved By Resolution No. 144993, Dated September 25, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Streets Contracts For The Remainder Of The Two-year Period Beginning September 25, 2024. Deadline For Submissions: 3:30 P.m. On February 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years’ Experience In The Disciplines Involved One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv: The New Orleans Advocate: January 8, 15 And 22, 2025
Closing Soon21 Feb 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
United States
Details: Advertisement For Bids Bid No. 50-00146819 Sealed Bids Will Be Received Electronically Through Our E-procurement Site At Www.jeffparishbids.net Until 2:00 P.m., February 11, 2025 And Publicly Opened Thereafter. At No Charge, Bidders May Submit Via Jefferson Parish’s Electronic Procurement Page By Visiting Www.jeffparishbids.net To Register For This Free Site. Bids Will Be Accepted And Received Through Central Bidding Until 2 P.m. The Public Bid Opening Will Be Held At The West Bank Purchasing Department At 200 Derbigny Street, Suite 4400, Gretna, La 70053 Beginning At 2:30 P.m. On Each Bid Opening Date For The Following Project: Two Year Contract For The Restoration Of Sidewalks And Driveways For The Jefferson Parish Department Of Public Works - Engineering Purchases For This Project Shall Be Exempt From State Sales And Use Tax According To La. R.s. 47:301(8)(c)(i). The Successful Bidder Shall Be Granted The Tax-exempt Status Of Jefferson Parish Via Form R-1020, Designation Of Construction Contractor As Agent Of A Governmental Entity Sales Tax Exemption Certificate. Form R-1020 Is Distributed By The Louisiana Department Of Revenue. Bid Specifications May Be Obtained By Visiting The Jefferson Parish Purchasing Department Webpage At Http://purchasing.jeffparish.net And Selecting The Lapac Tab. Bids May Also Be Viewed And Submitted Online Free Of Charge At: Www.jeffparishbids.net. Each Bid Must Be Accompanied By A Surety Bid Bond In The Amount Of 5% Of The Total Bid Amount When Indicated In The Specifications. Vendors Must Submit An Electronic Bid Bond Through The Respective Online Clearinghouse Bond Management System(s) As Indicated In The Electronic Bid Solicitation On Central Auction House. No Scanned Paper Copies Of Any Bid Bond Will Be Accepted As Part Of The Electronic Bid Submission. The Jefferson Parish Council Reserves The Right To Reject All Bids And To Reject Bids For Just Cause, Pursuant To The Law. Jefferson Parish And Its Partners As The Recipients Of Federal Funds Are Fully Committed To Awarding A Contract(s) To Firm(s) That Will Provide High Quality Services And That Are Dedicated To Diversity And To Containing Costs. Thus, Jefferson Parish Strongly Encourages The Involvement Of Minority And/or Woman-owned Business Enterprises (dbe’s, Including Mbe’s, Wbe’s And Sbe’s) To Stimulate Participation In Procurement And Assistance Programs. A Mandatory Pre-bid Conference Will Be Held At General Government Building On January 24, 2025 At 10:00 A.m. In The Jefferson Parish Purchasing Department, Located At 200 Derbigny Street, Suite 4400, Gretna, La 70053. All Interested Parties Are Invited To Attend. All Bidders Must Attend The Mandatory Pre-bid Conference And Will Be Required To Sign In And Out As Evidence Of Attendance. In Accordance With La R.s. 38:2212(i), All Prospective Bidders Shall Be Present At The Beginning Of The Mandatory Pre-bid Conference And Shall Remain In Attendance For The Duration Of The Conference. Any Prospective Bidder Who Fails To Attend The Conference Or Remain For The Duration Shall Be Prohibited From Submitting A Bid For The Project. Renny Simno Director Purchasing Department Misty A. Camardelle Assistant Director Purchasing Department Adv: The New Orleans Advocate: January 08, 15 And 22, 2025 For Additional Information, Please Visit The Purchasing Webpage At Https://www.jeffparish.gov/464/purchasing Or Or You May Call 504-364-2678.
Closing Soon25 Feb 2025
Tender AmountRefer Documents
City Of Crestview Tender
Civil And Construction...+1Drainage Work
United States
Details: Section 00020 Advertisement For Bids For City Of Crestview Utilities For The Sr 85 Bypass Roadway Project – Phase 2 Bid No. Itb 25-02-27-ps Notice Is Hereby Given: That Sealed Bids Will Be Received By The City Of Crestview, At The City Clerk’s Office 198 N. Wilson Street, Crestview, Florida 32536 Or Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com); Until February 27, 2025 At 2:00 P.m. Local Time. Any Bids Received After The Above Time Will Not Be Accepted Under Any Circumstances. Any Uncertainty Regarding The Time A Bid Is Received Will Be Resolved Against The Bidder. Bid Opening Will Be Promptly At 2:00 P.m. Local Time On February 27, 2025, At The City Hall Council Chambers, 198 N. Wilson Street, Crestview, Florida 32536, At Which Time All Bids Received Will Be Publicly Opened And Read Aloud. A Pre-bid Meeting Will Be Held On January 28, 2025, At 10:00 A.m. Local Time At The City Of Crestview City Hall, 198 North Wilson Street, Crestview, Fl 32536. The Pre-bid Meeting Shall Be Mandatory. Description Of Work: All Work For The Project Shall Be Done In Accordance With The Drawings And Specifications And Shall Be Awarded And Constructed, If Award Is Made, Under One Contract. Bids Shall Be Submitted For Furnishing, Delivering, And Installing All Materials, Equipment, And Services, Including Labor For The Work Described: This Project Consists Of The Construction Of A New 16” Water Main, A 16” Sanitary Sewer Force Main, A 12” Sanitary Sewer Force Main, And A 12” Reclaimed Water Main Along The New State Road 85 Bypass Roadway. The Contractor Shall Provide And Install The New Utility Mains In Accordance With The Plans And Specifications. Bidders Are Urged To Visit The Site Prior To Submitting A Bid. If You Have Any Questions, Contact Jacobs Engineering Group, 25 West Cedar Street, Suite 350, Pensacola, Fl 32502. The Project Engineer Is Jase Brown, Pe, And Can Be Reached At Jase.brown@jacobs.com. Questions Regarding The Contract Documents Must Be Submitted Electronically To Jacobs Through Jase Brown No Later Than 4:00 P.m. Local Time, February 19, 2025 In Order For Responses To Be Provided Via Addendum Prior To The Bid Date. Bids Will Be Received For A Single Prime Contract. Bids Shall Be On A Lump Sum Basis And Awarded Based On The Lump Sum Of The Unit Prices. The Issuing Office For The Bidding Documents Is: Maryanne Girard Cityclerk@cityofcrestview.org Issuing Office - City Of Crestview - City Hall – City Clerk Po Box 1209 198 N Wilson Street Crestview, Fl 32536 Ph. 850-682-1560 Prospective Bidders May Examine The Bidding Documents At The Issuing Office On Mondays Through Thursdays Between The Hours Of 8 A.m. To 5 P.m. Or Fridays Between The Hours Of 8 A.m. To 12 P.m. And May Obtain Copies Of The Bidding Documents From The Issuing Office As Described Below. Official Bid Documents Are Available At Central Bidding (www.centralbidding.com).for Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Partial Sets Of Bidding Documents Will Not Be Available From The Issuing Office. Neither Owner Nor Engineer Will Be Responsible For Full Or Partial Sets Of Bidding Documents, Including Addenda If Any, Obtained From Sources Other Than The Issuing Office. The City Of Crestview Reserves The Right To Accept Or Reject, In Part Or Total, Any Or All Bids And To Waive Any Informalities As Deemed In The Best Interest Of The City. All Bids Must Be Marked On The Outside Of The Envelope With The Bid Name, The Time And Date Of Opening. It Shall Be The Bidder’s Responsibility To Ensure That Bids Are Delivered To The Above Address By The Appointed Time. Bids Shall Be Prepared From Complete Bidding Documents. Bid Submittal: A Single Bid Shall Be Submitted For The Work. The Contract Will Be Awarded Pursuant To The Requirements Of Applicable State And Federal Laws And Regulations. Award Will Be Made To The Lowest Responsible And Responsive Bidder. The City Of Crestview Will In No Way Be Liable For Any Costs Incurred By Any Bidder In The Preparation Of Its Bid In Response To This Invitation To Bid. The City Reserves The Right To Waive Technicalities Or Irregularities, To Reject Any Or All Bids, And To Accept That Bid Which Is In The Best Interest Of The City. The City Of Crestview, Florida Does Not Discriminate On The Basis Of Race, Color, National Origin, Sex, Religion, Age, And Handicapped Status In Employment Or Provision Of Service. Sealed Bids Received By The City Pursuant To A Competitive Solicitation Are Exempt From S. 119.07(1) And S. 24(a), Article I Of The Florida State Constitution Until Such Time As The Agency Provides Notice Of An Intended Decision Or Until 30 Days After Opening The Bids, Bids, Or Final Replies, Whichever Is Earlier. All Other Information Will Be Subject To Florida’s Open Government Laws Regarding Public Contracting. City Of Crestview, Florida Office Of The City Clerk 198 N. Wilson Street Crestview, Florida 32536 End Of Section
Closing Soon27 Feb 2025
Tender AmountRefer Documents
Jefferson Parish Government Tender
Civil And Construction...+1Road Construction
Corrigendum : Closing Date Modified
United States
Details: Advertisement For Bids Bid No. 50-00146985 Sealed Bids Will Be Received Electronically Through Our E-procurement Site At Www.jeffparishbids.net Until 2:00 P.m., February 13, 2025 And Publicly Opened Thereafter. At No Charge, Bidders May Submit Via Jefferson Parish’s Electronic Procurement Page By Visiting Www.jeffparishbids.net To Register For This Free Site. Bids Will Be Accepted And Received Through Central Bidding Until 2 P.m. The Public Bid Opening Will Be Held At The West Bank Purchasing Department At 200 Derbigny Street, Suite 4400, Gretna, La 70053 Beginning At 2:30 P.m. On Each Bid Opening Date For The Following Project: Eastbound West Esplanade Avenue Improvements (haring Rd. To Hudson St.) Jefferson Parish Project No. 2020-012a-rbp The Project Consists Of Mill & Overlay, Asphalt Pavement, Concrete Pavement, Sidewalks, Driveways, Curb & Gutter, Waterline Improvements, Drainage Improvements, Pavement Striping, And Related Work. Purchases For This Project Shall Be Exempt From State Sales And Use Tax According To La. R.s. 47:301(8)(c)(i). The Successful Bidder Shall Be Granted The Tax-exempt Status Of Jefferson Parish Via Form R-1020, Designation Of Construction Contractor As Agent Of A Governmental Entity Sales Tax Exemption Certificate. Form R-1020 Is Distributed By The Louisiana Department Of Revenue. All Bids Must Be In Accordance With The Contract Documents On File With The Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, At 200 Derbigny Street, Gretna, Louisiana. All Bidders Must Show The Bid Number On The Outside Of Their Bid Envelope. Late Bids Will Not Be Accepted. Each Bid Must Be Accompanied By Bid Surety Bond In The Amount Equal To Five Percent (5%) Of The Total Amount Bid, And Payable Without Condition To The Owner. Vendors Must Submit An Electronic Bid Bond Through The Respective Online Clearinghouse Bond Management System(s) As Indicated In The Electronic Bid Solicitation On Central Auction House. No Scanned Paper Copies Of Any Bid Bond Will Be Accepted As Part Of The Electronic Bid Submission. The Drawings And Specifications Are On File And Open For Inspection In The Jefferson Parish Purchasing Department, Suite 4400, Jefferson Parish General Government Building, At 200 Derbigny Street, Gretna, Louisiana. A Complete Set Of Contract Documents May Be Secured From T. Baker Smith, Llc, 6660 Riverside Dr. Suite 101 Metairie, La 70003 Phone: 504-323-3460 By Licensed Contractors Upon Receipt Of $100.00 Per Set. Deposit On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of Documents In Good Condition No Later Than Ten (10) Days After Receipts Of Bids. The Successful Bidder Will Be Required To Furnish A Performance Bond Guaranteeing Faithful Performance Of The Contract. Companies Providing The Bonds Shall Comply With The Requirements Of Lrs-r.s. 38:2218 And R.s. 38:2219 As Applicable. The Jefferson Parish Council Reserves The Right To Reject All Bids And To Reject Bids For Just Cause, Pursuant To The Law. Jefferson Parish And Its Partners As The Recipients Of Federal Funds Are Fully Committed To Awarding A Contract(s) To Firm(s) That Will Provide High Quality Services And That Are Dedicated To Diversity And To Containing Costs. Thus, Jefferson Parish Strongly Encourages The Involvement Of Minority And/or Woman-owned Business Enterprises (dbe’s, Including Mbe’s, Wbe’s And Sbe’s) To Stimulate Participation In Procurement And Assistance Programs. All Prospective Bidders Are Invited To Attend This Non-mandatory Pre-bid Conference Which Will Be Held At 9:00 A.m. On January 23, 2025 At Joseph S. Yenni Building, 1221 Elmwood Park Blvd. Room 405, Jefferson, La 70123. However, Failure To Attend The Pre-bid Conference Shall Not Relieve The Bidder Of Responsibility For Information Discussed At The Conference. Furthermore, Failure To Attend The Pre-bid Conference And Inspection Does Not Relieve The Successful Bidder From The Necessity Of Furnishing Materials Or Performing Any Work That May Be Required To Complete The Work In Accordance With The Specification With No Additional Cost To The Owner. Renny Simno Director Purchasing Department Misty A. Camardelle Assistant Director Purchasing Department Adv: The New Orleans Advocate: January 8, 15 And 22, 2025 For Additional Information, Please Visit The Purchasing Webpage At Http://purchasing.jeffparish.net Or You May Call 504-364-2678.
Closing Soon27 Feb 2025
Tender AmountRefer Documents
Municipality Of San Jose, Dinagat Islands Tender
Electrical and Electronics...+1Solar Installation and Products
Corrigendum : Closing Date Modified
Philippines
Details: Description Invitation To Bid For Installation Of Solar Streetlighting System At Barangay Cuarenta 1. The Municipality Of San Jose, Dinagat Islands, Through The 20% Mdf 2025 Intends To Apply The Sum Of Php 875,495.47 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Installation Of Solar Streetlighting System At Barangay Cuarenta With Project Identification No. Of Lgusj-i-2025-013. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Municipality Of San Jose, Dinagat Islands Now Invites Bids For The Above Procurement Project. Completion Of The Works Is Required 39 Calendar Days. Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act (ra) No. 9184. 4. Interested Bidders May Obtain Further Information From Municipality Of San Jose, Dinagat Islands And Inspect The Bidding Documents Through The Bids And Awards Committee At 2nd Floor, Municipal Building, P-4 Sta. Cruz, San Jose, Dinagat Islands During Mondays To Fridays, Except Holidays From 8:00 Am To 5:00 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On February 5 – February 26, 2025 From Given Address And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Php 1,000.00. The Procuring Entity Shall Allow The Bidder To Present Its Proof Of Payment For The Fees In Person, By Facsimile. 6. The Municipality Of San Jose, Dinagat Islands Will Not Hold A Pre-bid Conference For This Project This Coming. 7. Bids Must Be Duly Received By The Bac Secretariat Through Manual Submission At Bac Office, 2nd Floor, Municipal Building, P-4 Sta. Cruz, San Jose, Dinagat Islands On Or Before February 26, 2025, Wednesday, 1:30 Pm. Late Bids Shall Not Be Accepted. 8. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 16. 9. Bid Opening Shall Be On February 26, 2025, Immediately After The Deadline Of Submission Of Bids At Bac Office, 2nd Floor, Municipal Building, P-4 Sta. Cruz, San Jose, Dinagat Islands. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend The Activity. 10. The Summary Of The Bidding Activities Is As Follows: Advertisement/posting Of Invitation To Bid 5 February 2025 Issuance And Availability Of Documents 5 February – 26 February 2025 Pre-bid Conference N/a Deadline Of Submission Of Bids 26 February 2025 Opening Of Bids Immediately After The Deadline Of Submission Of Bids 11. The Municipality Of San Jose, Dinagat Islands Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Implementing Rules And Regulations (irr) Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Novie Glenn D. Manzano Head Bac Secretariat, Bac Office, 2nd Floor Municipal Building P-4 Sta. Cruz, San Jose, Dinagat Islands Novieglenndm@gmail.com 0977-048-7436 13. You May Visit The Following Websites: For Downloading Of Bidding Documents: Www.ps-philgeps.gov.ph Engr. Alex T. Navarra, Enp, Rmp Chairperson, Bids And Awards Committee Municipality Of San Jose, Dinagat Islands
Closing Soon26 Feb 2025
Tender AmountPHP 875.4 K (USD 15.1 K)
2891-2900 of 3498 active Tenders