Architect Tenders
DEPT OF THE ARMY USA Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: U.s. Army Corps Of Engineers-savannah District
request For Information - Indefinite Delivery Type Contract
for General Design – Civil Works
this Is A Request For Information (rfi) Only, As Part Of Market Research, Issued In Accordance With (iaw) Federal Acquisition Regulation (far) Subpart 10.001 (a) (2), Market Research - Policy. All Interested Parties Should Complete The Form Provided The Link Below.
the U.s. Army Corps Of Engineers (usace), Savannah District, Is Conducting Market Research To Determine The Availability Of Entities To Support Architect-engineering (a-e) Acquisition Services. This Survey Is Specific To A-e Services But May Also Be Used For Engineering Services Not Covered By Far Subpart 36.6.
information: The General Requirements For The Performance Of Various Planning, Survey, Geotechnical, Hydrologic, Hydraulic, And Water Quality Modeling Of Riverine And Estuarine Environments, Environmental Infrastructure, Coastal Engineering, Design Of Civil Works Features; Also Includes Other Investigations/studies; Design Services Related To New Non-military Construction, Upgrade, Maintenance And Repair Of Various Facilities Including Structural, Mechanical, And Electrical Features, Infrastructure Systems And Related Components Administered By Savannah District For Use On Federal Projects Under Its Jurisdiction.
based On The Responses To This Request For Information, This Requirement May Be Set-aside For Small Business (in Full Or In Part) Or Procured Through Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluation Will Be Provided To Companies Regarding Their Submissions. The Government Will Consider Feedback Received In Determining If A Small Business Set-aside Is Appropriate For This When It Issues The Solicitation Package.
disclaimer: Participation In The Request For Information (rfi) Process Is Important In That It Makes Usace Decision-makers Aware Of The Capabilities That Exist In The Market. Responses Will Be Collected Via The Survey Only. The Link Is Provided Below. Data Collected Will Become The Property Of The Usace And Will Be Used To Provide A Snapshot Of How Businesses Who Participated Are Capable Of Providing The Requested Services.
usace Does Not Claim Nor Suggest Participation In This Questionnaire Will Result In Consideration Or Award Of A Federal Contract. Participation In The Questionnaire Is Entirely Voluntary And Non-participation Will Not Affect The Consideration Of Any Company For Future Federal Contracts.
the Applicable Naics Code For This Requirement Is 541330, Engineering Services With A Small Business Size Standard Of $25.5m. The Product Service Code Is C219 – Architect And Engineering - General: Other. Businesses Of All Sizes Are Encouraged To Respond; However, Each Respondent Must Clearly Identify Their Business Size.
link To Survey: Https://forms.osi.apps.mil/r/03klz6a2un
responses Are Required By: February 11, 2025
pocs:
project Manager - Mandy.n.yeomans@usace.army.mil
procurement Analyst – Sabrina.bastine@usace.army.mil
thank You In Advance For Your Participation.
Closing Date11 Feb 2025
Tender AmountRefer Documents
University Multiprofessional Hospital For Active Treatment Plovdiv Ad Tender
Others
Bulgaria
Details: Title: Доставка На Консумативи, Тестове И Реактиви За Клинична Лаборатория, За Нуждите На „университетска Многопрофилна Болница За Активно Лечение – Пловдив” Ад, По Обособени Позиции
description: Предмет На Обществената Поръчка Е Периодични Доставки На Консумативи, Тестове И Реактиви За Клинична Лаборатория, За Нуждите На „университетска Многопрофилна Болница За Активно Лечение – Пловдив” Ад (умбал – Пловдив Ад), По Обособени Позиции, Както Следва: Обособена Позиция №1: Реактиви И Консумативи За Глюкозен Анализатор Biosen C_line Обособена Позиция №2: Реактиви И Консумативи За Автоматична Система За Определяне На Химични И Физични Компоненти В Урината - Апарати Fus-100/ Fus-2000 Обособена Позиция №3: Реактиви И Консумативи За Кръвно-газов И Ел. Анализатор Modularpro Обособена Позиция №4: Реактиви И Консумативи За Коагулометър Cs 2500 Затворена Система Обособена Позиция №5: Реактиви И Консумативи За Кръвно-газов Анализатор Abl-835 Или Еквивалентни Обособена Позиция №6: Реактиви, Контроли И Калибратори За Клинико-химичен Модул На Анализатор Architect Ci8200 Обособена Позиция №7: Реактиви, Контроли И Калибратори За Имунологичен Модул На Анализатор Architect Ci8200 Обособена Позиция №8: Реактиви, Контроли И Калибратори За Хематологичен Анализатор Celldyn Emerald Обособена Позиция №9: Реактиви, Контроли И Калибратори За Хематологичен Анализатор Celldyn Ruby Обособена Позиция №10: Реактиви И Консумативи Съвместими С Автоматичен Глюкоанализатор Hitado Super G3 Обособена Позиция №11: Реактиви И Консумативи За Анализатор Atellica Ci Обособена Позиция №12: Реактиви И Консумативи За Биохимичен Анализатор Unicell Dxl600 - Au680 Обособена Позиция №13: Реактиви И Консумативи Съвместими Имунологичен Анализатор Dxi600 Обособена Позиция №14: Реактиви И Консумативи За Клин. Химия За Биохимичен Анализатор Bc-300 (отворена Система) Обособена Позиция №15: Реактиви И Консумативи Съвместими С Автоматичен Глюкоанализатор Ga-kabe Обособена Позиция №16: Реактиви И Консумативи Съвместими С Хематологичен Анализатор Medonic M Обособена Позиция №17: Реактиви За Hplc Хроматограф G-8 На Tosoh Bioscience Изискванията Към Изпълнението На Доставките Са Подробно Описани В Техническата Спецификация И Проекта На Договор, Неразделна Част От Документацията За Обществена Поръчка. Посочените В Техническата Спецификация Прогнозни Количества Са За Период От 12 Месеца.
Closing Date24 Mar 2025
Tender AmountBGN 4.9 Million (USD 2.8 Million)
Capital Regional District Tender
Civil And Construction...+2Civil Works Others, Building Construction
Canada
Details: Durwest Construction Management Inc., Acting As Construction Managers For The Capital Region Housing Corporation (crhc) – Campus View Affordable Housing Project, Invites Tender Submissions For The Following Contracts: 01 74 23 Final Cleaning 02 40 00 Demolition 03 00 10 Concrete, Formwork & Rebar 03 53 00 Lightweight Concrete Topping 04 00 15 Masonry 05 10 00 Structural Steel & Miscellaneous Metals 05 50 20 Roof Anchors 06 11 00 Wood Framing 06 22 00 Cabinetry & Countertops 06 20 23 Interior Finish Carpentry 07 21 00 Insulation 07 46 00 Siding & Soffits 07 50 00 Roofing 07 54 19 Vinyl Decking 08 10 00 Doors, Frames & Hardware 08 33 23 Overhead Doors 08 44 10 Aluminum Handrails 08 51 13 Aluminum Storefronts & Interior Glazing 08 53 13 Vinyl Windows 09 21 00 Drywall & Acoustic Ceilings 09 60 00 Flooring & Tile 09 91 00 Painting 10 00 00 Specialties 10 14 00 Signage 11 30 13 Appliance Supply & Install 12 21 00 Window Coverings 14 20 00 Elevators 22 00 05 Mechanical 26 00 10 Electrical 31 23 00 Excavation & Site Services 31 62 10 Piling 32 12 16 Asphalt, Sidewalks & Curbs 32 31 13 Fencing 32 90 00 Hard & Soft Landscaping The Overall Project Consists Of Two Six-storey Multi-family Residential Buildings With An Underground Common Parkade Located At 2249 Mccoy Road, Victoria Bc. Bidders Must Complete The Tender Documents As Provided By Durwest Construction Management Inc. Tenders Must Be Submitted By Email Only No Later Than 3:00 P.m. Local Time, Thursday, July 3ʳᵈ, 2025. Tenders Received After This Time Will Not Be Accepted. Arrangements To Obtain Complete Tender Documents Must Be Made By Contacting Dalvinder Gil Dgill@durwest.com And Nathan Caplan Ncaplan@durwest.com. Owner: Capital Region Housing Corporation 631 Fisgard Street Victoria, Bc V8w 1r7 Architect: Joe Newell Architect Inc. Suite 2, 101 Presley Place Victoria, Bc V9b 0s4 All Enquiries Are To Be Made To Dalvinder Gill And Nathan Caplan Durwest Construction Management Inc. 401-655 Tyee Rd., V9a 6x5 Email: Dgill@durwest.com Email: Ncaplan@durwest.com
Closing Date3 Jul 2025
Tender AmountRefer Documents
Employees' Compensation Commission Tender
Civil And Construction...+1Civil Works Others
Philippines
Details: Description Scope Of Works D.1 Architectural Works The Contractor Shall Be Responsible For The Architectural Works In Accordance With The Plans And Specifications. A. Supply And Installation Of Drywall Partitions In Standard Metal Tracks And Stud Support B. Application Of Painting On All Drywall Partitions With At Least (2) Layers Of Coating As Specified. C. Supply And Installation Of Acoustic Rockwool Insulation On Drywall Partitions As Indicated In The Plan. D. Supply And Installation Of Wooden Doors Including Door Jambs, Door Accessories, And Hardware As Specified In The Door Schedule. E. Supply And Installation Of All Glass Doors, Windows And Wall With Complete Hardware And Accessories. F. Supply And Installation Of Acoustic Folding Partition As Indicated In Plan. Specifications I. Gypsum Drywall Systems Performance Requirements A. Refer To Supplier’s Technical Specifications For Description, Required Equipment, Application, And Testing Procedures, Etc. Submit Sample For Architect’s Approval. B. Fasteners: Attachment Of Steel Stud To Steel Track I. Pan Head Type “s” Framing Screws Or Any Suitable Material. Delivery, Storage, And Handling A. Deliver Materials In Original Packages, Containers, Or Bundles Bearing Brand Name, Applicable Standard Designation, And Manufacturer's Name. B. Store Material Under Roof And Keep Dry. Stack Gypsum Board Flat And Protect From Damage. Execution A. Layout The Floor Tracks. Secure This Using Suitable Anchoring Method. B. Install The Metal Studs To The Tracks Spacing From 0.40 Meter, Use Blind Rivets Or Screws. No Horizontal Bracing Needed If The Studs Are Spaced 0.40 M And The Height Does Not Exceed 3.00 Meters. Thus, Making The Installation Economical And Durable. C. Install The Gypsum Board Or Fiber Cement Board Using Drywall Screws Based On The Design Thickness. B. Rockwool Insulation. For Thermal And Sound Insulation, With Inherent Fire Resistance. 50mm Material Thickness. Rockwool Or Approved Equivalent. Application: For All Types Of Drywall Installations Requiring Sound Insulation. C. Doors Wooden Doors A. Performance Requirements I. Verify Specifications According To Manufacturer And Submit Samples Subject To The Approval Of The Architect/engineer. Ii. Flush Doors: Submit Sample For Architect’s Approval. B. Delivery, Storage, And Handling I. Do Not Have Doors Delivered To Building Site Until After Plaster, Cement, And Taping Compound Are Dry. If Doors Are To Be Stored At Job-site For More Than One Week, Seal Top And Bottom Edges If Not Factory Sealed. Ii. Store Flat On A Level Surface In A Dry, Well-ventilated Building. Cover To Keep Clean But Allow Air Circulation. Iii. Handle With Clean Gloves And Do Not Drag Doors Across One Another Or Across Other Surfaces. Iv. Do Not Subject Doors To Abnormal Heat, Dryness, Or Humidity Or Sudden Changes Therein. Condition Doors To Average Prevailing Humidity Of Locality Before Hanging. D. Paints And Coatings Performance Requirements All Paint Materials Shall Be Delivered On The Job-site In Their Original Containers With Labels And Seals Unbroken. Manufacturer Or Brand Of Painting Materials To Be Used Shall Either Be Davies, Boysen, Or An Approved Equal. All Schedule/mixing Shall Strictly Follow The Manufacturer’s Instructions And Specifications. Submit Swatches/samples For Architect’s Approval. A. Paint Applications I. White And Tinted Ready-mix Paint: Finished Coat On Wood, Metal, And Concrete Surface Ii. Latex-based / Acrylic Emulsion Paint, Flat, White, And Tinted: For Exterior & Interior Concrete And Masonry Surfaces And Properly Primed Wood And Metals. Iii. Elastomeric Paint: For Application On Interior & Exterior Masonry. B. Lacquer Lacquer Shall Be Clear Gloss, Solid Nitrocellulose Base Specifically Formulated For Use In The Tropics. It Shall Exhibit Fast Solvent Release And Dries To A Hard But Flexible Film With A High Gloss Effect. C. Sanding Sealer Sanding Sealer Shall Be Quality For Wood Surfaces Hat Provides A Non-absorbent Base For Color Treatment Which Are Applied On It. It Shall Exhibit Hold Out And Sealing Properties, Fast Drying And Easy To Smooth By Sandpaper. D. Glazing Putty Putty Shall Be An Alkyd-type Product For Filling Minor Surface Unevenness. Execution A. Surface Preparation I. Surface Examination • No Exterior Paint Or Interior Finishing Shall Be Done Under Conditions Which May Jeopardize The Quality Or Appearance Of The Painting Or Finishing. Ii. Preparation • All Surface To Receive Paint Should Be Cleaned And In Proper Condition. Wood Work Shall Be Sandpapered And Dusted Clean. All Knot Holes, Pitch Pockets, Or Sappy Portions Shall Be Shellacked Or Sealed With Knot-sealer. • Nail Holes, Cracks Or Defects Shall Be Carefully Puttied After The First Coat With Putty Matching Color Of The Stain Or Paint. Iii. Interior Woodwork • Finishes Shall Be Sandpapered Between Coats. Cracks, Holes, Or Imperfections In Plaster Shall Be Filled With Patching Plaster And Smoothed Off To Match Adjoining Surfaces. Iv. Plaster Or Masonry • Masonry Or Plaster Shall Be Completely Dried Before Any Sealer Or Paint Is Applied. • After The Primer Sealer Coat Is Dried, All Visible Suction Spots Shall Be Toughed Up Before The Succeeding Coats Are Applied. • Work Shall Not Be Continued Until After All Spots Have Been Sealed. In The Presence Of High Alkali Conditions, Surfaces Shall Be Washed To Neutralize The Alkali. B. Application I. Paints When Applied By Brush Shall Be Non-fluid, And Thick Enough To Lay Down An Adequate Film Of Wet Paint. Brush Marks Shall Be Flawed Out After The Application Of Paint. Ii. Paints Prepared For Application By Roller Must Be Similar To Brushing Paint. It Must Be Non-sticky When Thinned To Spraying Viscosity To Break Up Easily Into Droplets. C. Workmanship I. All Works Shall Be Performed By Experienced And Skilled Craftsmen To Assure Finished Work Of First Class Quality, Appearance And Durability. Ii. All Paints And Other Coatings Shall Be Mixed And Applied Strictly In Accordance With The Manufacturers Printed Instructions. D. Storage I. All Materials To Be Used Under This Item Shall Be Stored In A Single Place To Be Designated By The Architect/ Engineer And Such Place Shall Be Kept Neat And Clean At All Times. Ii. Necessary Precautions To Avoid Fire Must Be Observed By Removing Oily Rags, Waste, Etc. At The End Of Daily Work. E. Cleaning I. All Cloths And Cotton Waste Which Are Fire Hazards Shall Be Placed In Metal Container Or Destroyed At The End Of Daily Works. Ii. Upon Completion Of Work, All Staging, Scaffolding, And Paint Containers Shall Be Removed And Disposed. Iii. Paint Drips, Oil, Or Stains On Adjacent Surfaces Shall Be Removed And The Entire Job Left Clean And Acceptable To The Supervising Architect Or Engineer. E. Glass And Glazing (for Doors, Windows, And Walls) Performance Requirements A. Caulking, Sealing And Glazing Compound: Perimeter Sealing Of Aluminum Window Frames Shall Be Silicone Sealant Transparent Or Approved Equivalent. B. Caulking And Weather Stripping: Rubberized Vinyl For All Aluminum Windows. C. Refer To Drawings For Glass Schedule, Sizes, Dimension, And Location. Preparation And Installation A. Safety Precautions And Procedures Shall Be Observed In Determining The Sizes And In Providing The Required Clearances By Measuring The Actual Opening To Receive The Glass. B. All Glass Shall Be Accurately Cut To Fit Openings And Set With Equal Bearing On The Entire Width Of Plane. C. Movable Items Or Parts Shall Be Kept In A Closed And Locked Position Until After The Glazing Compound Has Thoroughly Set. D. All Glass Sheets Shall Be Bedded, Back Puttied, Secured In Place And Face Puttied. Secure Glass In Aluminum Frame With Non-corrosive Clips Except Where Glazing Beads Are Required. E. Place Spring Wire Or Angle Glazing Clips And Run Face Putty. Remove Excess Putty From Other Side Flush With Edge Of Rebate. F. Apply A Thin Layer Of Putty To Rebate And Set Glass. Apply Putty By Pressing Into An Even Bed Secured. G. Apply Putty In Uniformly Straight Lines, Parallel With Inside Of Glazing Rebate, With Accurately Formed Bevels And Clean-cut Corners Then Remove Excess Putty From Glass And Frames. H. Comers Shall Be Carefully Made. All Excess Putty Shall Be Removed And Surfaces Left Clean. I. Glass Breakage Caused In Executing The Work Or By Faulty Installation Shall Be Replaced By The Contractor Without Extra Cost. J. Improperly Installed Glass That Does Not Fully Meet The Requirements Of Its Grade, Will Not Be Accepted And Shall Be Replaced Without Extra Cost. F. Acoustic Folding Partition Performance Requirements I. Acoustic Partitions Provide Soundproofing Between Spaces And Improve Privacy. Ii. Refer To Drawings For The Acoustic Partition, Sizes, Dimensions, And Location. Iii. Seal Gaps: For Optimal Sound Control, Ensure That There Are No Gaps Or Leaks In Ceilings And Partitions.
Closing Date10 Mar 2025
Tender AmountPHP 1.1 Million (USD 20.2 K)
Independent Development Trust Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
South Africa
Details: Details Tender Number Idtecrfp/49/doe/ctm/2024/25 Department Independent Development Trust Tender Type Request For Proposal Province Eastern Cape Date Published 31 January 2025 Closing Date 21 February 2025 12 00 Place Where Goods, Works Or Services Are Required Bonza Bay Road-beacon Bay-east London-5241 Special Conditions Provide Certified Proof Of Professional Registration With The South African Council For Quantity Surveyors Profession (sacqsp) And Cv (with Copy Of Qualifications) Of Person To Be Dedicated / Designated Coupled With 15 Years’ Experience Post Professional Registration. The Quantity Surveyor Will Be The Lead Consultant. The Professional Team Shall Comprise Of The Following Disciplines Who Must Provide Their Qualifications And Proof Of Registration With The Relevant Council As Per The Council For Built Environment Act Of 2000. In Addition, A Cv (with Copy Of Qualifications) Coupled With 15 Year’s Experience Post Professional Registration. Prof. Architect (sacap) Prof. Civil & Structural (ecsa) Enquiries Contact Person Zanele Madzidzela Email Zanele@idt.org.za Telephone Number 043-711-6000 Fax Number N/a Briefing Session Is There A Briefing Session? No Is It Compulsory? No Briefing Date And Time N/a Briefing Venue N/a Tender Documents Rfp Qs Arch Eng Consortium Service Pac Doc Reviews 2-11.pdf
Closing Date21 Feb 2025
Tender AmountRefer Documents
Dartford Borough Council Tender
Civil And Construction...+1Civil Works Others
United Kingdom
Details: Thank You For Formally Registering Your Expression Of Interest. Dartford Borough Council Now Requests That You Login To The Kent Business Portal To Access, View And Download All The Relevant Project Documents Listed Below: 1 Westgate New Build Invitation To Tender (itt) - Below Threshold V1 Appendix 7 Quality Questions - Westgate Road Appendix 9 - 26 - 28 Westgate Road Dartford Pricing Schedule Appendix 10a - Architect Appendix 10b - Cdm Appendix 10c - Civils Appendix 10d - Employer's Requirements Appendix 10e - Fire Appendix 10f - Ground Investigation Appendix 10g - M&e Appendix 10h - Planning Appendix 10i - Structures Appendix 10j - Survey Appendix 10k - Sustainability Appendix 10l - Informative On The Council's Legal Duties 7 December 2022 Appendix 10m - Additional Contract Terms For Specialised Contracts 8 July 2022 Appendix 11 - Attachments Checklist The Deadline For Submission Of Your Completed Tender Is: 12:00:00 On Friday 28th March 2025. If You Have Any Queries Regarding The Quotation Process Or Accessing The Project Documents Please Use The “discussions” Section Of Procontract Or Contact Dartford Borough Council’s Procurement Team By Email: Procurement@dartford.gov.uk
Closing Date28 Mar 2025
Tender AmountGBP 3.7 Million (USD 4.9 Million)
Airports Company Of South Africa Tender
Civil And Construction...+2Civil Works Others, Building Construction
South Africa
Details: Details Tender Number Ortia7759/2025/rfp Department Airports Company Of South Africa Tender Type Request For Proposal Province Gauteng Date Published 21 February 2025 Closing Date 24 March 2025 11 00 Place Where Goods, Works Or Services Are Required O R Tambo Intergauteng Airport-kempton Park-kempton Park-0001 Special Conditions N/a Enquiries Contact Person Motlhabane Molamu Email Motlhabane.molamu@airports.co.za Telephone Number 000-000-0000 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 28 February 2025 11 00 Briefing Venue Reception Area, 3rd Floor, Western Precinct, Acsa Head Office (glass Buildings Next To The Airport), Tender Documents Multi Disciplinary Engineers Contract Airside Corridor Refurbishment.pdf Project Managers Contract Airside Corridor Refurbishment.pdf Quantity Surveyor Contract Of Airside Corridor Refurbishment.pdf Annexure D_ Implementation_of_cidb_skills_standard_psp.pdf Architect Contract Airside Corridor Refurbishment.pdf Annexure C Airside Corridor Stage 2 Concept And Viability Report.pdf Construction Health And Safety Agent Contract Airside Corridor Refurbishment.pdf Rfp Consultants For Ortia Airside Corridor.pdf
Closing Date24 Mar 2025
Tender AmountRefer Documents
Lafourche Parish Government Tender
Civil And Construction...+1Civil Works Others
United States
Details: Official Advertisement For Bids Electronic Bids For The Hurricane Ida Repairs Lafourche Government Complex (phase 2 Buildback), Architect’s Project Number 2117dbb, Will Be Received Electronically By The Lafourche Parish Government Until 2:00 Pm On Thursday, February 13, 2025, At Which Time Bids Will Be Retrieved From The Central Auction House (cah) Website And Read Aloud At The Lafourche Parish Government Complex, 402 Green Street, Thibodaux, La 70301. Only Electronic Bids Submitted On Www.centralbidding.com Will Be Accepted. Bid Documents Are Posted On Www.centralbidding.com. To View These, Download, Receive Bid Notices By Email, And Submit The Bid, You Must Register With Central Auction House (cah). Vendors/contractors Must Submit Their Bids Electronically. For Information About The Electronic Submittal Process, Contact Ted Fleming With Central Auction House At 1-866-570-9620. No Project Contract Documents Will Be Provided By The Architect Or Owner. Bid Prices Shall Specifically Exclude Any And All Taxes Whatsoever. Act 1029 Of 1991 Exempts’ Local Governments From State And Local Tax Effective September 1, 1991. Bid Prices Shall Include Any Shipping Charges, If Applicable. Each Bid Shall Be Accompanied By A Bid Security Of Not Less Than Five (5%) Percent Of The Total Bid Amount. Said Amount Shall Be In The Form Of A Bid Bond, Certified Check, Or Cashier’s Check Drawn On A Bank Insured By The Federal Deposit Insurance Corporation Payable To The Lafourche Parish Government. The Successful Lowest Responsible And Responsive Bidder Shall Be Required To Furnish The Owner With A Performance Bond For 100% Of The Contract Amount Prior To The Issuance Of A Contract To Perform The Work. No Bid May Be Withdrawn For A Period Of 45 Days After Receipt Of Bids. The Time Of Completion Of This Project Is Prime Importance. The Bidder Agrees To Commence Work Under This Contract Not Later Than The Date Indicated In The Owner’s Written Notice To Proceed. All Of The Work Required Shall Be Completed Within 450 Calendar Days From The Notice To Proceed. Should The Contractor Neglect, Refuse Or Fail To Complete The Work Or Obtain Approval From The State Fire Marshal’s Office For Occupancy On The Amount Of Calendar Days Indicated Above, The Owner Shall Have The Right To Deduct From And Retain Out Of Such Moneys Which May Be Due Or Which May Become Due And Payable To The Contractor, As Indicated In Article 9 Of The Instructions To Bidders For Each And Every Day That Such Completion Of The Work Is Delayed Beyond The Prescribed Date / Calendar Days, As Liquidated Damages And Not As A Penalty. If The Amount Due And To Become Due From The Owner To The Contractor Is Insufficient To Pay In Full Any Such Liquidated Damages, The Contractor Shall Pay The Owner The Amount Necessary To Affect Such Payment In Full. Provided, However, That The Owner Shall Promptly Notify The Contractor In Writing Of The Manner In Which The Amount Retained, Deducted, Or Claimed As Liquidated Damages Was Computed. It Is Hereby Further Stipulated That The Professional Of Record Receives Hourly Compensation As Indicated In The Owner/architect Agreement For Continued Contract Administration For The Project. This Hourly Compensation Shall Be Deducted From Monies Which May Become Due And Payable To The Contractor. Bids Must Be Submitted On The Louisiana Uniform Public Works Bid Form Furnished With The Bidding Documents. Bid Sheets Will Be Issued Only To Contractors And/or Subcontractors Licensed In Accordance With The Provisions Of R.s. 37:2150 Through 2173 Of The Louisiana Legislature. Contractors Desiring To Bid Shall Submit Their Louisiana Contractor’s License Number As Evidence That They Hold A License For Building Construction That Is In Full Force And Effect. Bidder Shall Certify That He Meets All Licensing Requirements Of Louisiana And Is Duly And Currently Licensed Under La. R.s. 37:2150-2164. A Mandatory Pre-bid Conference Will Be Held On Thursday, January 30, 2025, At 10:00 Am At The Lafourche Parish Government Office Located At 402 Green Street, Thibodaux, La. At The Mandatory Pre-bid The Design Professional Shall Pass Around A Sign-in Sheet Prior To Beginning The Formal Meeting. The Sign-in Sheet Shall Have An Area To Fill In The Signature Of The Person Representing A Contractor, The Company Being Represented, The Louisiana License Number Of The Contractor, Phone And Fax Number Of The Contractor, And An Email Address Of The Contractor. The Architect Prefers That All Of The Five Above Items Be Filled Out At The Pre-bid. (the Information Required May Be Emailed To Our Office Before Or 24 Hrs. After The Mandatory Pre-bid At Dino@ghcarchitects.com. Emailing This Information To Our Office Shall Not Relieve The Contractor Of The Requirement To Be Represented At The Mandatory Pre-bid Conference.) The Sign-in Sheet Shall Be Collected By The Design Professional Prior To The Completion Of The Meeting. Contractors Shall Not Be Allowed To Sign The Sign-in Sheet After It Is Collected By The Design Professional. Contractors Shall Also Be Required To Sign The Sign-out Sheet After The Entire Pre-bid Conference Is Complete. (all Contractors Shall Sign The Sign-in Sheet And The Sign-out Sheet In Order To Bid This Project.) Note: Bids Shall Be Accepted Only From Contractors That Attended The Entire Pre-bid Conference. All Questions From Bidders Shall Be Submitted By Email To Dino@ghcarchitects.com. All Questions Sent By Email Shall Have The Project Name In The Subject Area Of The Email. The Last Day To Submit Questions From The Mandatory Pre-bid Conference On This Project Is Tuesday, February 4, 2025, At 5:00 Pm. The Response To Questions Shall Be Thursday, February 6, 2025. All Drawings, Specifications And Other Contract Documents For The Project Are On File And Open For Review At The Office Of Gossen-holloway-cortez, 315 East Second Street, Thibodaux, Louisiana. Lafourche Parish Government Archie Chaisson, Parish President Advertisement Dates: First Advertisement – Thursday, January 9, 2025 Second Advertisement – Thursday, January 16, 2025 Third Advertisement – Thursday, January 23, 2025
Closing Date13 Feb 2025
Tender AmountRefer Documents
Offizielle Bezeichnung Tender
Civil And Construction...+1Civil Works Others
Germany
Description: Competition notice – general guidelines, competition open procedure (services) 122024_kha In terms of its possible uses, the port area in Kassel has so far benefited neither from its proximity to the Fulda and the urban-spatially interesting port situation nor from the surrounding landscape. There is a considerable need for urban development action to activate the potential for new development and revitalization of the port area. Due to dominant commercial and large-scale uses and building structures, the port area currently has no effective urban attractiveness or charisma. The almost non-existent accessibility to the port and the Fulda reinforces this. Fortunately, the large property owners located in the competition area have expressed a willingness to change the use and structural development of their properties. The competition is intended to provide a qualified basis for this willingness to develop. The competition area has a size of around 11.0 hectares. Of this, around 1.7 hectares of private green space with integrated nautical uses are to be designed as part of the ideas. The aim of the implementation competition is to develop a dense urban district and its future-proof development, taking into account framework concerns such as monument protection or climate protection and climate adaptation requirements. The two-stage process serves to facilitate communication and exchange between various experts, the owners, the public and potential investors. This is intended to make it clear to the owners, even without planning knowledge, what positive developments in urban development and building construction are possible at this location. The competition is intended to develop solutions that meet the expectations at different stakeholder levels (city and owners). The competition is also intended to create a binding basis for cooperation between the city and the owners, so that they can participate reliably and significantly in the development of the area. A qualified development of the port area is also intended to support the transformation of the neighboring "co-op quarter" that has already begun and to continue the upgrading of the quarter that is currently underway in the area around the harbor basin. The process therefore creates the basis for possible future development, which is to be secured under planning law by the seamlessly subsequent development plan process. This development plan and a design manual are the contract promise that results from the open urban development and open space planning competition and the subsequent negotiation process. 122024_kha Evidence of suitability in the negotiated procedure: In order to be admitted to the negotiated procedure, the following suitability criteria must be proven: 1_proof of professional liability insurance, but at least the informal declaration of an insurer, of the following coverage amounts in the event of an order: at least EUR 3 million for personal injury and EUR 0.5 million for other damages (maximized twice). 2_name of at least 2 technical employees (architect/urban planner) and 2 technical employees (landscape architect) with qualifications corresponding to the eligibility to participate. 3_proof of development plan §§ 19 and 21 Hoai 2021: proof of at least 2 development plan procedures carried out in the last 10 years (lph 1-3). 4_naming of traffic planner: naming of the traffic planner with whom the contract is to be worked on (for competitive reasons, a traffic planner may only be a member of one group of bidders in the negotiation process). 5_declaration of the authority of the authorized representative. A bidder can use other companies to demonstrate their performance and expertise, regardless of the legal nature of the relationship between them and this company. If the bidder uses the capacities of other companies as part of a loan of suitability with regard to criteria for economic and financial performance, these must be jointly liable for the execution of the contract in accordance with the scope of the loan of suitability. Award criteria The negotiations will be carried out with the 3-5 prize winners in accordance with Section 14, Paragraph 4, Item 8. An evaluation committee will be formed to evaluate the revised drafts and the bidder presentations on the basis of the award criteria specified in advance. The composition of the committee corresponds to that of the jury of the preceding competition. The committee's working methods are based on the working methods of a jury in a competition procedure. If commissioned by the awarding authority, the bidders undertake to take over and carry out further processing. The commission is subject to the committee's approval. The award criteria in the negotiated procedure will be: 1. Evaluation of the design 50% 2. Order-related composition of the planning team 15% 3. Organization chart + key personnel 15% 4. Project organization 15% 5. Fee offer 5%. Commissioning: When the selected design is implemented, one of the bidders will be commissioned with the further planning services, taking into account the evaluation on the basis of the award criteria, unless there is an important reason to prevent the commission. The following services are part of the contract award based on the Hoai 2021: 1. Update of the urban development and open space planning concept of the competition design (informal planning) 2. Development plan Lph 1-3 §§ 19 and 21 Hoai 2021 incl. accompanying plans 3. Design manual with elaboration and concretization of the in-depth areas A. Design planning for public spaces incl. promenade B. Open space planning as an example for two or three in-depth areas C. Development/infrastructure D. Building construction in-depth area incl. Materiality E. Alternative uses Listed building fabric F. Step-by-step plan regarding the realization and implementation sections/modules 4. Optional: Commissioning of outdoor area planning for the promenade in accordance with Section 39 ff. Hoai 2021, Min. Lph 1-5 In the event of further commissioning, services already provided through the competition up to the amount of the prize money awarded will not be remunerated if and to the extent that the competition design is used as the basis for further processing in its essential parts unchanged. The processing fee (2nd stage) remains with the bidder. The services are to be awarded as a whole in the sense of general planning. The bidder is free to take on the planning as a sole proprietorship (if necessary with subcontractors) or as a consortium. Reference is made to the possibility of a suitability loan in accordance with Section 47 Vgv. The award decision will be made in the subsequent negotiation procedure (2nd stage).
Closing Date21 Jan 2025
Tender AmountRefer Documents
Elk Island Public Schools Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Canada
Details: Roject Overview The Board Of Trustees Of Elk Island Public Schools (eips) Is Requesting Proposals From Qualified And Experienced Architects To Perform Prime Consultant Services. Scope Of Work Firms Must Be Registered With The Alberta Association Of Architects (aaa) To Practice In Alberta And Use The Title Of Architect, To Enter Into An Agreement For The Provision Of Prime Consultant For The Fort Station - Skills Centre Project. The Consultant For The Project Is To Provide A Complete Set Of Construction Documents For Fort Station - Skills Center Project. This Will Consist Of Architectural, Structural, Mechanical, Electrical Construction Documents And Construction Administration Services Required. See Schedule “a” – Scope Of Work For More Details. The Prime Consultant For The Project Is To Provide A Complete Set Of Construction Documents And Construction Administration Services Including: .1 Pre-design Services To Include Site Investigation, Including Measuring The Existing Space And Infrastructure, Code And Applicable Building Legislation Review, As Required; .2 Schematic Design/ Design Development. Issued For Review Packages (50% And 75%) Are Required As Per The Project Schedule; .3 Provide A Class D Estimate Or Pre-tender Estimate +/- 20% Submission; .4 Detailed Design. Issued For Tender (ift) Package Is Required Within Two (2) Weeks After Owner’s Comments Are Received On The Issued For Review (75%) Package. Issued For Construction (ifc) Package Is Required Within Seven (7) Business Days After The Contractor Tender Closing Date; .5 Contract Document Development; Eips Will Tender The Construction Project And Will Conduct Negotiations And Award With The General Contractor; .6 Construction/contract Administration; Issued For Record Drawings Are Required, And; .7 Coordination Of Sub Consultants In Any Or All The Above Phases When Acting In The Capacity Of Prime Consultant. .8 This Project Is Subject To Ministerial Approval. Eips Expects To Select An Experienced And Capable Prime Consulting Firm To Enter A ‘canadian Standard Form Of Contract For Architectural Services – Document 6 – 2018 Edition Including Supplementary Conditions. Sample Schedule “e” - Raic Supplementary Conditions And Schedule “f” - Raic Schedule A And Schedule “g” - Raic Schedule B Attached. Note: Eips Reserves The Right To Cancel This Rfp In Its Entirety Due To Budget Constraints.
Closing Date16 Jul 2025
Tender AmountRefer Documents
1701-1710 of 2262 archived Tenders