Architect Tenders

Department Of Social Welfare And Development Region Xi Tender

Civil And Construction...+1Civil Works Others
Philippines
Details: Description Project Title: Improvement And Beautification Of Dswd Field Office Xi Grounds Location: "dswd Field Office Xi, Ramon Magsaysay Avenue Corner Damaso Suazo Street, Davao City, Philippines 8000 Website: Http://www.dswd.gov.ph Tel. No.:(082) 227-1964" Approved Budget For The Contract (abc): ₱500,000.00 Item No. Scope Of Works Specific Inclusions (but Not Limited To) Qty Unit Unit Cost Total Part. A General Requirements Mobilization And Demobilization, Temporary Facilities (barricades, Safety Signage, Storage Area), Construction Safety And Health Program Implementation, Project Supervision And Administration 1 Lot Part. B Beautification Of Dswd Fo Xi Grounds - - 1 Site Works Demolition And Removal Of Existing Damaged Features,clearing Of Vegetation, Debris, And Obstructions, Excavation And Grading As Needed, Hauling And Disposal Of Excess/demolished Materials, Surface Preparation For New Landscaping Elements 1 Lot 2 Landscaping Works 2.1 Hardscaping (concreting, Gravel, Paving, And Stones) Includes Concreting Of Damaged Pavement Or Walkway, Installation Of Gravel Beds, Paving Blocks, And Natural Stones, Repairs To Curbs, Pathways, And Edge Boundaries 1 Lot 2.2 Softscape (ornamental Plants, Flowers, Trees, Shrubs, Ground Covers) Planting Of Ornamental Plants, Trees, And Flowering Shrubs, Installation Of Ground Covers And Soil Conditioning, Placement Of Planter Boxes And Landscape Beds 1 Lot 2.3 Water Feature Including Water Pumps, Water Plants Installation Of Decorative Water Fountain Or Pond, Water Pump And Filtration System (if Needed) , Aquatic Plants And Related Accessories 1 Lot 2.4 Improvement Of Existing Driveway And Gate Resurfacing Or Re-concreting Of Driveway, Repair Or Repainting Of Gate And Fencing, Lighting And Minor Structural Improvement (if Needed) 1 Lot 3 Plumbing Works Supply And Installation Of Water Lines, Drainage Systems For Landscape And Water Feature, Connection To Existing Water Supply And Utilities 1 Lot 4 Electrical Works Outdoor Lighting For Landscape And Driveway, Wiring For Water Pump And Lighting Fixtures, Electrical Connections To Main Panel (if Applicable) 1 Lot Part D. Detailed Design (landscaping) Preparation Of Detailed Landscape Plan And Layout, Planting Schedule And Species List, Specifications And Drawings For Water Feature And Hardscape, 3d Perspective Or Visual Presentation Of Proposed Design, Design Must Be Signed And Sealed By A Duly Licensed Architect 1 Lot ***nothing Follows*** Total Amount (including Tax And Other Expenses) Note: 1. Quotation Shall Be Valid For A Period Of Forty Five (45) Days From Date Of Submission Of Rfq. 2. Quotation Shall Be Fixed For Four (4) Months. 3. Price Quoted Must Include Taxes And Other Incidental Expenses. 4. Minor Works Not Listed Therein But Are Necessary To Execute The Work Are Deemed Part Of These Work Items. 5. Delivery/completion Period Of 90 Calendar Days 6. Dswd Reserves The Right To Reject Any Or All Bids Or Parts Thereof To Waive Any Defect Or Formality Therein, Or Accept Such Bids Or Award Any Part Thereof To Any Bidder/s Whose Bid/s Is/are Considered Advantageous To Dswd. 7. Please Attach To Your Quotation The Following Documents: I. Certificate Of Philgeps Registration Ii. Valid Pcab License Iii. Mayors/business Permit Iv. Tax Clearance V. Detailed Estimate Vi. Proposed Design Plan Failure To Attach The Required Documents Prescribed Herein Shall Automatically Disqualify The Quotation Concerned. After Having Carefully Read And Accepted Your General Conditions, I/we Quote You On The Item At Prices Noted Above. Printed Name/signature Of Authorized Representative Canvass Served By: Tel. / Cellphone No. & E-mail Address Date
Closing Date16 Jun 2025
Tender AmountPHP 500 K (USD 8.9 K)

PUBLIC BUILDINGS SERVICE USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Notice Of Intent To Sole Source—ae Management And Inspection (m&i) Services For The 3rd & 4th Floor Laboratories this Notice Is Being Published In Accordance With Federal Acquisition Regulation (far) Subpart 5.101 Requiring The Dissemination Of Information On Proposed Contract Actions. This Is A Notice Of Intent To Award A Sole-source Contract. The Statutory Authority For This Sole-source Procurement Is Far 6.302-1, “only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.” the General Services Administration (gsa) Intends To Award A Firm Fixed Price (ffp) Sole-source Contract To N.k. Bhandari, Architecture & Engineering, P.c., 1020 7th North Street Suite 130, Liverpool, Ny 13088-6192, Wudxf35lumn6 For Ae M&i Services For The 3rd & 4th Floor Laboratories Renovation, Harvey W. Wiley Federal Building, College Park, Md 20740. the North American Industry Classification System (naics) Code For This Requirement Is 541330, Engineering Services And A Size Standard Of $25.5 Million. The Object Of This Sole Source Award Is To Have Architect/engineer Management And Inspection Services To Support The Forthcoming Procurement And Resulting Construction Contract For The Renovations Of The 3rd & 4th Floor Laboratories At The Harvey W. Wiley Federal Building. Services Shall Include Contract Administration And Some Quality Assurance Inspection. Nkb Was Chosen Because They Are The Original Creator Of The Design Plans, Design Narrative, And Would Have The Most Insight Regarding Rfis, Questions, Concerns, Recommendations Or Substitutions From The General Contractor. The Construction Project Has An Estimated Contract Award Of April 2025. a/e Objectives: the A/e Shall Support The Gsa Project Manager By Providing Recommendations To Ensure The Project Goals And Objectives In The Dbb Contractor’s Sow Are Met. The A/e Will Not Be Tasked With Making Any Final Decisions Or Reviews/approvals On Behalf Of The Federal Government. Decisions During Construction Will Be Based On Meeting Or Exceeding The Following Project Objectives. To Be Considered Successful, The Work Must Achieve The Following Objectives: adhere To The Objectives In The Construction Services Scope Of Work With Gsa establish And Maintain Positive Relations With The Tenant(s) Agency Personnel, Public Authorities, Jurisdictions And Neighborhood ensure A Safe Work Environment During Construction For Workers And Authorized Visitors On The Construction Site manage The Completion Of The Project With The Spirit Of Partnering And Without Litigation provide Timely Reports And Communications At All Levels To All Stakeholders provide Viable Cost Saving Or Cost Reduction Alternatives When Possible ensure That All Sensitive Documents Are Handled, Distributed, Archived And Destroyed According To Established Project Procedures verify That The Design And Construction Adheres To All Design And Construction Codes And Quality Requirements ensure The Construction Schedule Meets Established Contract Dates follow All Security Requirements In The Delivery Of This Project ensure All Work Complies With Industry Quality Standards ensure That The Construction Adheres To The Construction Documents And Specifications Developed In The Design Phase Of The Contract this Notice Is Not A Request For Competitive Proposals Nor A Solicitation Of Offers. All Interested And Responsible Sources May Submit A Capability Statement If They Believe They Can Meet The Above Requirement, Which Shall Be Considered By The Agency. Capability Statements Must Be Received By The Response Date And Time Of This Notice. Written Responses Must Include Sufficient Information To Establish Capability To Fulfill The Requirement. Submissions Will Be Reviewed To Determine If They Can Meet The Requirement. A Determination By The Government To Compete This Proposed Contract Based Upon Responses To This Notice Is Solely Within The Discretion Of The Government. No Formal Solicitation Package Is Available. The Government Will Not Be Responsible For Any Costs Of Preparation In Response To This Announcement. responses Shall Be Submitted Via Email By 01/02/2025 At 2:00 Pm To Contract Specialist, Lashawn Lee At Lashawn.lee@gsa.gov And Contracting Officer, Tracy Parker At Tracy.parker@gsa.gov.
Closing Date2 Jan 2025
Tender AmountRefer Documents 

Lafourche Parish School District Tender

Electrical and Electronics...+1Electrical Works
United States
Details: Legal Notice Advertisement For Bids Sealed Bids Will Be Received By The Lafourche Parish School District Until 2:00 Pm On Thursday, 2-27-25, At Its Office Located At 701 East Seventh Street, Thibodaux, Louisiana, At Which Time Bids Will Be Publicly Opened And Read-aloud For The Cut Off Elementary School Vertical Fan Coil Unit Replacement Per Rs37:2163, Bids Shall Be Submitted In An Envelope Displaying The Contractor’s License Number, Except Bids Submitted Electronically Which The Contractor May Submit An Authentic Digital Signature On The Electronic Bid Proposal Accompanied By The Contractor’s License Number. It Is Highly Recommended That The Envelope Be Sealed And Displays Legibly On The Exterior, The Following: Addressed To The Owner Name Of The Project Contractor’s Name And Address Sealed Bid Enclosedofficial Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids And/or Reverse Auction Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. 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 School Board. The Successful 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. All Of The Work Required Shall Be Completed Within One Hundred Forty-seven (147) Calendar Days From The Notice To Proceed. Should The Contractor Neglect, Refuse To Complete The Work Or Obtain Approval From The State Fire Marshal’s Office For Occupancy On The Date 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 Scheduled In The Instruction To Bidders, For Each And Every Day That Such Completion Of The Work Is Delayed Beyond The Prescribed Dates, 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 The Effect Such Payment In Full. Provided, However That The Owner Shall Promptly Notify The Contractor In Writing Of The Manner The Amount Retained, Deducted, Or Claimed As Liquidated Damages Was Computed. 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 Mechanical Construction That Is In Full Force And Effect. A Mandatory Pre-bid Conference Will Be Held At 3:30 Pm On Tuesday, 2-18-25 At The Project Site, Cut Off Elementary School, 177 West 55th St., Cut Off, La 70345. Lafourche Parish School Board Ray Bernard, President Jarod Martin, Superintendent Advertising Dates: First Advertisement: 1-30-25 Second Date: 2-6-25 Third Date: 2-13-25
Closing Date27 Feb 2025
Tender AmountRefer Documents 

Diocese Of Houma Thibodaux Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
United States
Details: Advertisement For Bids Sealed Bids Will Be Received By The Roman Catholic Church For The Diocese Of Houma-thibodaux, On Behalf Of And For The Benefit Of Vandebilt Catholic High School, 209 South Hollywood Road, Houma, La 70360. The Deadline For Receipt Of Bids Is 2:00 Pm On Thursday, February 27th, 2025, At Which Time Bids Will Be Opened And Read Aloud In A Meeting Room At The Diocese Office, 2779 Highway 311, Schriever, La 70395. For: Hurricane Ida Repairs Vandebilt Catholic High School Building C – Second Floor Repairs Ddg Job #: 23-1193 Per Rs37:2163, Bids Shall Be Submitted In An Envelope Displaying The Contractor’s License Number, Except Bids Submitted Electronically Which The Contractor May Submit An Authentic Digital Signature On The Electronic Bid Proposal Accompanied By The Contractor’s License Number. It Is Highly Recommended That The Envelope Be Sealed And Displays Legibly On The Exterior, The Following: Addressed To The Owner Name Of The Project Contractor’s Name And Address Sealed Bid Enclosed Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids And/or Reverse Auction Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. No Project Contract Documents Will Be Provided By The Architect Or Owner. 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 Owner. The Successful Bidder Shall Be Required To Furnish The Owner With A Performance And Payment 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 Of Prime Importance. All The Work Required Shall Be Completed Within One Hundred & Twenty (120) Days From The Notice To Proceed. Should The Contractor Neglect, Refuse To Complete The Work Or Obtain Approval From The State Fire Marshal’s Office, If Required, For Occupancy On The Date 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 Scheduled In The Instruction To Bidders, For Each And Every Day That Such Completion Of The Work Is Delayed Beyond The Prescribed Dates, 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 The Effect Such Payment In Full. Provided, However, That The Owner Shall Promptly Notify The Contractor In Writing Of The Manner The Amount Retained, Deducted, Or Claimed As Liquidated Damages Was Computed. 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. A Mandatory Pre-bid Conference Will Be Held On Thursday, February 20th At 10:00 Am, At Vandebilt Catholic High School. The Roman Catholic Church For The Diocese Of Houma-thibodaux, On Behalf Of And For The Benefit Of Vandebilt Catholic High School Jeremy Gueldner, President Vandebilt Catholic High School Advertising Dates: First Advertisement: January 30th, 2025 Second Date: February 6th, 2025 Third Date: February 13th, 2025
Closing Date6 Mar 2025
Tender AmountRefer Documents 

Plaquemines Port Harbor & Terminal District Tender

Civil And Construction...+1Civil Works Others
United States
Details: Request For Bid Sealed Bids For The Construction Of The Following Project Will Be Received By Hand Delivery To Shawna Williams At The Plaquemines Port Harbor & Terminal District (pphtd) Located At 8056 Highway 23, 3rd Floor, Belle Chasse, La 70037, Until 1:00 P.m. (cdt), Tuesday, April 22, 2025, And Then Publicly Opened And Read In The Port Office At 1:30 Pm.(cdt). Bids Will Also Be Accepted And Received Through Central Bidding Until 1:00 P.m. (cdt) The Public Bid Opening Will Be Held At The Plaquemines Port Harbor & Terminal District (pphtd) Located At 8056 Highway 23, 3rd Floor, Belle Chasse, La 70037, Beginning At 1:30 P.m. (cdt) Sealed Bid No: 1000-25 Port Improvements : Plaquemines Port Administration Renovations – Phase 1 – New Roof Located In: Plaquemines Parish Contracting Agency: Plaquemines Port, Harbor And Terminal District 8056 Highway 23, 3rd Floor Belle Chasse, La 70037 Estimated Cost: $350,000.00 - $500,000.00 Proposal Guarantee: 5% Of The Amount Of The Bid Payable To The Plaquemines Port, Harbor And Terminal District Engineer: Meyer Engineers, Ltd. 4937 Hearst Street, Suite 1b Metairie, Louisiana 70001 All Bids Must Be In Accordance With The Contract Documents On File With The Plaquemines Port Harbor & Terminal District, 8056 Highway 23, 3rd Floor, Belle Chasse, La 70037. Late Bids Will Not Be Accepted. Each Bid Must Be Accompanied By Certified Check, Cashier’s Check, Or Bid Bond Acceptable To The Owner In The Amount Equal To Five Percent (5%) Of The Total Amount Bid, Including Alternates, And Payable Without Condition To The Owner As A Guarantee That The Bidder, If Awarded The Contract, Will Promptly Execute A Contract In Accordance With His Proposal And All Terms And Conditions Of The Contract Documents. The Drawings And Specifications Are On File And Open For Inspection In The Port Office, Located At 8056 Highway 23, 3rd Floor, Belle Chasse, La 70037, (telephone 504.682.7920). A Complete Set Of Contract Documents May Be Secured Electronically Via Central Bidding Or May Be Secured From Meyer Engineers, Ltd. Located At 4937 Hearst Street, Suite 1b, Metairie, La 70001 (phone: 504-885-9892) By Licensed Contractors Upon Receipt Of $70.00 For Hard Copy Set And/or A Non-refundable Fee Of $25.00 For An Electronic Set On Usb Flash Drive. Deposit On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return To The Architect Of Documents In Good Condition No Later Than Ten (10) Days After Receipt Of Bids. The Contractor Shall Hold A Louisiana Contractor’s License In Building Construction Classification. 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 Plaquemines Port Harbor & Terminal District Reserves The Right To Reject All Bids, Waive Informalities And To Reject Non-conforming, Non-responsive, Un-balanced Or Conditional Bids, Pursuant To The Law. A Pre-bid Conference Will Be Held On Wednesday, April 9, 2025, At 10:00am (cdt) At Plaquemines Port, Harbor And Terminal District, 8056 Highway 23, 3rd Floor, Belle Chasse, La 70037. Questions And Comments Regarding This Bid Must Be Submitted In Writing To Meyer Engineers, Ltd., Attn: Elena Anderson Via Email To Meyer@meyer-e-l..com No Later Than 4:30 Pm On April 11, 2025. All Interested Parties Are Highly Encouraged To Attend This Pre-bid Conference. Adv: Gazette 3/25/25 4/1/25 4/8/25
Closing Date22 Apr 2025
Tender AmountRefer Documents 

Diocese Of Houma Thibodaux Tender

Civil And Construction...+1Civil Works Others
United States
Details: Advertisement For Bids Sealed Bids Will Be Received By The Roman Catholic Church For The Diocese Of Houma-thibodaux, On Behalf Of And For The Benefit Of St. Francis De Sales Cathedral, 500 Goode St, Houma, La 70360. The Deadline For Receipt Of Bids Is 2:00 Pm On May 1, 2025, At Which Time Bids Will Be Opened And Read Aloud In A Meeting Room At The Diocese Office, 2779 Highway 311, Schriever, La 70395. For: Hurricane Ida Repairs St. Francis De Sales Cathedral Phase 2 – Interior Repairs Ddg Job #: 22-1047 Per Rs37:2163, Bids Shall Be Submitted In An Envelope Displaying The Contractor’s License Number, Except Bids Submitted Electronically Which The Contractor May Submit An Authentic Digital Signature On The Electronic Bid Proposal Accompanied By The Contractor’s License Number. It Is Highly Recommended That The Envelope Be Sealed And Displays Legibly On The Exterior, The Following: Addressed To The Owner Name Of The Project Contractor’s Name And Address Sealed Bid Enclosed Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids And/or Reverse Auction Bids Can Be Submitted At Www.centralbidding.com. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. No Project Contract Documents Will Be Provided By The Architect Or Owner. 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 Owner. The Successful 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. All Of The Work Required Shall Be Completed Within One Hundred Twenty (120) Days From The Notice To Proceed. Should The Contractor Neglect, Refuse To Complete The Work Or Obtain Approval From The State Fire Marshal’s Office, If Required, For Occupancy On The Date 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 Scheduled In The Instruction To Bidders, For Each And Every Day That Such Completion Of The Work Is Delayed Beyond The Prescribed Dates, 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 The Effect Such Payment In Full. Provided, However That The Owner Shall Promptly Notify The Contractor In Writing Of The Manner The Amount Retained, Deducted, Or Claimed As Liquidated Damages Was Computed. 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. A Mandatory Pre-bid Conference Will Be Held On April 16, 2025 At 2:00 Pm, At St. Francis De Sales Cathedral. The Roman Catholic Church For The Diocese Of Houma-thibodaux, On Behalf Of And For The Benefit Of St. Francis De Sales Cathedral Very Rev. Jay Baker S.t.l., St. Francis De Sales Cathedral Advertising Dates: First Advertisement: April 3, 2025 Second Date: April 8, 2025 Third Date: April 15, 2025
Closing Date1 May 2025
Tender AmountRefer Documents 

Kalmar Kommun Tender

Others
Sweden
Details: This Request Relates to Calling for Framework Agreements for Design Assignments for Kalmar Municipality. The framework agreement applies to; - Architect And Managing Engineer -...
Closing Date15 Jan 2025
Tender AmountNA 

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Details: This Announcement Is Not A Request For Proposal; No Solicitation Package Will Be Issued Until After An Evaluation Has Been Made On The Provided Sf-330s. There Will Be No Site Visits Arranged During This Phase Of The Requirement. this Is A Special Notice/request For Sf-330s For The Establishment Of An Architect-engineering (a/e) Contract With Services To Be Performed In The Hampton Roads Area In Hampton, Va. This Requirement Is Being Executed Under A 100% Set-aside To Service-disabled Veteran Owned Small Business (sdvosb) Firms Under Vaar 852.219-73. Interested Firms Must Be Registered In The Small Business Administration S (sba) Veteran Small Business Certification (vetcert) Database To Be Considered. the Sba Vetcert Is Located Here: Https://veterans.certify.sba.gov/#home blank Sf-330s Can Be Downloaded Through The Gsa Forms Library At: Https://www.gsa.gov/forms interested Firms Should Submit Their Current Sf-330, Parts I And Ii, To Contract Specialist, Donteana Gibbs Via Email At, Donteana.gibbs@va.gov And Contracting Officer, Guy K. Brooks Via Email At, Guy.brooks@va.gov. The Sf-330s Are Due No Later Than 3:00pm Edt, Thursday, January 9, 2025. scope Of Work this Project Requires The Services Of An Architectural-engineering (a/e) Firm With Experience In Historical Preservation. The A/e Must Possess Expertise In Both Architectural And Electrical Engineering, Particularly In Designing Campus Historical Preservation. All Designs Must Comply With Va Guidelines And Specifications. The Scope Of This Project Includes Requires The A/e To Renovate 51,808sf Of Space In Building 27 As Well As The Building Exterior In Accordance With Historical Preservation Guidelines. Work Includes Architectural, Mechanical, Structural, Plumbing, Electrical, Along With Historical Preservation Requirements. The Design Shall Include The Phasing Of Work To Minimize Impact On The Medical Center. intent the A/e Shall Provide Design And Construction Period Services For Non-recurring Maintenance (nrm) Construction Project 590-25-200 Campus Historical Preservation Building 27. The Intent Of The Historical Preservation Work Is To Ensure The Careful Restoration And Maintenance Of A Building S Architectural Integrity While Integrating Essential Engineering Systems Such As Mechanical, Electrical, Structural, Telecommunication, Fire Protection, And Plumbing. requirements the Requirements Of This A/e Project Will Include, But Are Not Limited To Site Investigation, Creating Documents, Drawings, And Specifications, And Final Inspection Of Construction. Please Carefully Read Attachment A Scope Of Work (sow) For The Full Details Of This Project. evaluation Of Offerors a/e Firms Will Be Selected Based Upon The Criteria Detailed In Attachment B Selection Criteria. Please Read The Selection Criteria Carefully And Provide Documented Experience And Skills That Addresses All Factors And Subfactors. selection Process the Agency Has Convened An Evaluation Board For The Evaluation Of Responses To This Notice. Responses Will Be Evaluated In Accordance With The Selection Of Architects And Engineers Statute (public Law 92-582), Formerly Known As The Brooks Act, And Implemented In Federal Acquisition Regulation (far) 36.6. Specifically, Sf 330 Submissions Will Be Evaluated To Identify The Most Highly Qualified Firms, Using The Selection Criteria In Attachment B. Discussions Will Be Held With The Three (3) Highest Rated Firms. Interviews May Be Conducted. The Processes At Far 36.602-4 And Far 36.606 Will Then Be Followed. selection Interview interviews Shall Be Scheduled With Firms Slated As The Most Highly Qualified. Firms Slated For Interviews Will Be Asked A Series Of Established Questions. Elaborate Presentations Are Not Desired. general Information all Design And Work Will Conform To The Current Edition Of The Va Master Specifications And Va Design Standards (published At Www.cfm.va.gov/til) As Well As All Asme, Osha, Ibc 2009, Nfpa And Nec Building Codes And Standards. All Work Shall Be Coordinated Through The Contracting Officer S Representative (cor). The A/e Firm Will Prepare Drawings And Specifications In Enough Detail Such That Qualified Outside General Contracting Companies Can Prepare Accurate And Timely Proposals For The Desired Construction Work. Microsoft Project Scheduling And Management Software Will Be Used By Both The A/e And Contractors To Allow For Regular Tracking Of Schedules And Work By The Va Medical Center. Schedules With Ms Project Will Be Regularly Sent To The Cor Upon Project Initiation And Whenever Significant Changes Occur In The Schedule. in Accordance With Vaar 836.204(h)(1), The Estimated Magnitude Of Construction Is Between $10,000,000 And $20,000,000. The A/e Will Provide An Initial Estimate Of Cost To Perform The Above Work And Will Design Only Those Items That Can Be Provided Within The Cost Limitation. The Estimated Cost Of Construction (ecc) Shall Only Be Provided To The Contractor In Which A Formal Proposal Is Sought For The Purposes Of Providing A Proposal. The A/e Will Provide Documents At Each Submission As Indicated In The Statement Of Work. the Naics Code For This Procurement Is 541330 - Engineering Services. The Current Small Business Size Standard For 541330 Is $25.5 Million. design Costs all Offerors Are Advised That In Accordance With Vaar 836.606-71 The Total Cost Of The Architect Or Engineer Services Contracted For The Production And Delivery Of Designs, Plans, And Specifications Shall Not Exceed Six Percent (6%) Of The Estimated Cost Of The Construction Project Plus Any Fees For Related Services And Activities. Additionally, Far 52.236-22 Design Within Funding Limitations, Will Be Applicable To This Procurement Action. Design Limitation Costs Will Be Provided To The Most Highly Rated A/e Firm(s) Selected In Accordance With The Outlined Process. limitations On Subcontracting iaw Vaar 852.219-73, Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside And 13 Cfr 125.6, A Service-disabled Veteran-owned Small Business Concern (sdvosb) Agrees That, In The Performance Of The Contract, It Will Not Pay More Than 50% Of The Amount Paid By The Government To Firms That Are Not Similarly Situated. Firms That Are Similarly Situated Are Those That Are Also Sba-registered Sdvosbs. requirements For Electronic Submission all Responses To This Special Notice Must Be Submitted Electronically As Described Below. Failure To Comply With This Requirement May Jeopardize The Possibility Of Receiving An Award For The Contract Due To Non-compliance With The Terms Of The Solicitation. You Must Submit Your Electronic Offer, And Any Supplemental Information (such As Spreadsheets, Backup Data, Technical Information), Using Any Of The Electronic Formats And Media Described Below. in Addition, Contractors Are Notified Of The Award Via An Electronic Notice Of Award E-mail. The Award Document Will Be Attached To The Notice Of Award E-mail. acceptable Electronic Formats (software) For Submission Of Offers files Readable Using The Current Microsoft Office Version Products: Word, Excel, Powerpoint, Or Access. Spreadsheet Documents Must Be Sent In A Format That Includes All Formulas, Macro, And Format Information. Print Or Scan Images Of Spreadsheets Are Not Acceptable. Please See Security Note Below For Caution Regarding Use Of Macros. When Submitting Construction Drawings Contractors Are Required To Submit One Set In Autocad And One Set In Adobe Pdf. (purpose: Contracting Can Open The Pdf Version And Engineering Can Open Autocad Files) files In Adobe Pdf (portable Document Format) Files: When Scanning Documents Scanner Resolution Should Be Set To 200 Dots Per Inch, Or Greater. another Electronic Format. If You Wish To Submit An Offer Using Another Format Than Those Described In These Instructions, E-mail The Contracting Officer/specialist Who Issued The Solicitation. Please Submit Your Request At Least Five (5) Calendar Days Before The Scheduled Closing Date Of The Solicitation. Request A Decision As To The Format Acceptability And Make Sure You Receive Approval Of The Alternate Format Before Using It To Send Your Offer. please Note That We Can No Longer Accept .zip Files Due To Increasing Security Concerns. e-mail Submission Procedures for Simplicity In This Guidance, All Submissions In Response To A Solicitation Will Be Referred To As Offers. subject Line: Include The Solicitation Number, Name Of Company, And Closing Date Of Solicitation. size: Maximum Size Of The E-mail Message Shall Not Exceed Ten (10) Megabytes. The Sf330, In Its Entirety, Shall Not Exceed One Email Of 5mb. The Sf330 (not Including Past Performance Questionnaires) Are Limited To 45 Pages. If The Page Limits Are Exceeded, The Pages In Excess Of The Limit Will Not Be Read Nor Considered. Only One Email Is Permitted Unless Otherwise Stated In This Paragraph Or In Writing By The Contract Officer Submitting The Solicitation. Due To Va It Security Protocols, Email Submissions Are Limited To 10mb Per Email. Furthermore, It Is The Sole Responsibility Of The Prospective Firms To Confirm Receipt Of Their Submission In Its Entirety Prior To The Closing Date & Time Of Their Submission In Response To This Synopsis. the Microsoft Outlook © Email Time/date Stamp Will Be Used To Date And Time Stamp Offers For The Official Record Of Receipt For The Submission. The Date And Time Stamp In Recipient S Inbox Is The Official Record Of Receipt. security Issues, Late Bids, & Unreadable Offers late Submission Of Offers Is Outlined At Far Parts 52.212-1(f), 52.214-7, And 52.215-1(c)(3). Attention Is Warranted To The Portion Of The Provision That Relates To The Timing Of Submission. please See Far 15.207(c) For A Description Of The Steps The Government Shall Take With Regard To Unreadable Offers. to Avoid Rejection Of An Offer, Vendors Must Make Every Effort To Ensure Their Electronic Submission Is Virus-free. Submissions Or Portions Thereof Submitted And Which The Automatic System Detects The Presence Of A Virus, Or Which Are Otherwise Unreadable, Will Be Treated As Unreadable Pursuant To Far Part 15.207(c). the Virus Scanning Software Used By Our E-mail Systems Cannot Always Distinguish A Macro From A Virus. Therefore, Sending A Macro Embedded In An E-mail Message Or An E-mail Attachment May Cause The E-mail Offer To Be Quarantined. You May Send Both The Spreadsheet And The Spreadsheet Saved In Pdf Format To Ensure That Your Proposal Is Readable. password Protecting Your Submission Is Not Permitted. The Contracting Officer Will File The Offer Electronically Which Will Allow Access Only By Designated Individuals. important Notice apparent Successful Offerors Must Apply For And Receive Verification From The Small Business Administration (sba) In Accordance With 38 Cfr Part 74 And Vaar 819.70 By Submission Of Documentation Of Veteran Status, Ownership, And Control Enough To Establish Appropriate Status, Offerors Must Be Both Visible And Verified By The Small Business Administration (sba) At The Time Of Submission Of Offers And At The Time Of Award. Failure To Be Both Verified By Sba And Visible On Vetcert At The Time Of Submission Of Offers And At The Time Of Award Will Result In The Offeror S Proposal Being Deemed Non-compliant. All Offerors Are Urged To Contact The Sba And Submit The Required Documents To Obtain Sba Verification Of Their Sdvosb Status If They Have Not Already Done So. attachments
Closing Date9 Jan 2025
Tender AmountRefer Documents 

ENVIRONMENTAL PROTECTION AGENCY USA Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis - Notice Of Intent To Sole Sourcedesign Services For Mechanical System And Roofing Integration, Ada, Oklahomaproposed Solicitation Number: 68herc25r0144the U.s. Environmental Protection Agency’s (epa) Cincinnati Acquisition Division (located At 26 Martin Luther King Dr. W, Cincinnati, Oh 45268) Intends To Solicit I Design And Planning, Llc (idesign) (2531 Ridge Rd Ste 100, White Lake, Michigan, 48383-1750) On A Sole Source Basis For A New Firm-fixed Price Contract For The Design Of Mechanical Systems And Roofing Integration At The Robert Kerr Environmental Research Center. This Sole Source Solicitation Will Be Made Under The Authority Of Far Part 6.302-1 Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. The Design Requirement Requires The Seamless Integration Of A Newly Proposed Mechanical Design With The Recently Upgraded Mechanical Systems Designed By Idesign. The Mechanical Design Will Build Upon A Concept Design Prepared By Idesign. Therefore, Idesign Is In A Unique Position To Provide Design Integration Of The New Mechanical And Roofing Systems Into The Current Mechanical System.the Following Is A Partial Listing Of The Requirements For This Project:• completion Of Mechanical Conception Design To 100% Construction Documents. (final Ifc Set, Stamped Drawings). Final 100% Submission To Include Cost Estimate.• prepare Design Alternates To Replace Roof At The Main Lab Building & Library And Conference Center (lcc) (alternates To Be Awarded At The Government’s Discretion)• refine Mechanical, Electrical, Plumbing (mep), Structural, And Civil Elements As Needed.• integrate Vendor Data From Pre-purchased Mechanical Equipment • develop Detailed Load Calculations, Layouts, And Equipment Schedules.• coordinate With Architectural And Structural Disciplines.• develop Detailed Engineering Drawings, Specifications, And Schedules.• perform Quality Control (qc) Reviews To Ensure Compliance With Project Requirements.• conduct Interdisciplinary Clash Detection And Coordination.• complete All Final Specifications, Drawings, And Submittal Requirements.• provide A Permit-ready Document Package.• address Final Owner And Stakeholder Comments Before Issuing Documents.• the Energy Model Should Be Performed In Accordance With Ashrae 90.1 And The Guiding Principles For Sustainable New Construction. The Following Is A Partial Listing Of Codes, Standards, And Regulatory References That Apply To The Project:• all Applicable Federal, State And Local Standards And Regulations• all Oklahoma State, Fire, Safety And Health Regulations• all Applicable Nfpa Codes• osha, Occupational Safety And Health Administration Regulations• epa Facilities Manuals (volumes 1 – 4)• gsa Facilities Standards For The Public Buildings Service (p100)• national Electric Code (nec)• architectural Barriers Act Accessibility Standard (abaas)• american National Standards Institute (ansi)/american Society Of Mechanical Engineers (asme)• national Environmental Balancing Bureau (nebb)• state Of Oklahoma Icc Adopted Codes• american Society Of Heating Refrigeration And Air Conditioning Engineering (ashrae)• sheet Metal And Air Conditioning Contractors’ National Association (smacna)• guiding Principles For Sustainable Federal Buildings Conclusion:far Part 6.302-1, Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements.the Nature Of This Acquisition Requires The U.s. Epa To Use The Authority Cited Because Of The Complex Nature Of Integrating The New Design Into The Current Design And Roofing Systems. Idesign Is Uniquely Qualified To Provide The Ongoing Design Services Given Their Past Role Providing The Design Services For The Currently Upgraded Mechanical System. The Utilization Of A Different A/e Firm Would Likely Require Additional Engineering Support And Additional Lead Time To Become Familiar With The Status Of The Design Work As Well As Existing Site Conditions. A Different Firm Would Be Forced To Interpret The Various Elements Of Idesign’s Existing Concept Design To Respond To Questions Raised By Construction Contractor. This Would Result In A Longer Timeline For The Completion And Additional Cost To The Government. A Sole Source Award To Idesign Will Allow Construction To Continue With No Disruption And Effort Lost. A Disruption And Requirements Delay Are Likely If A New Contractor Were Brought In. Idesign Is Also Uniquely Qualified For This Work Because Of Their In-depth Knowledge Of The Epa Robert S. Kerr Environmental Research Center Facilities. This Knowledge Is Critical To Minimize Costs, Keep The Robert S. Kerr Laboratories Operational And The Building Occupant’s Safe During The Design Integration. Finally—and Critically—idesign Is Currently Providing Construction Administration Services For Ongoing Construction Work At The Ada Facilities. To Inject A New A/e Firm, With New Engineers And Architects, Into The Existing, Fluid Construction Project Is Extremely Impractical. Questions Would Arise As To Which A/e Firm Is Responsible For Reviewing And Finalizing Changes Flowing From The New Design, Or For Certifying That The New Designs Do Not Compromise Features Of Existing Design. Assigning Liability For Any Potential Issues Would Be Very Difficult. All Of These Potential Challenges Could Result In Construction Delays Or Building Closures. However, The Research Performed At The Epa Robert S. Kerr Campus Is Mission Critical And Having A Disruption In Services, Which Could Potentially Close The Labs For A Period Of Time, Cannot Be Permitted. As The Continuation Of Design Oversight, For The Necessary Laboratory Consolidation, And Consistency Of The Known Consolidation Requirements, It Is In The Best Interest Of The Government To Award This Follow-on Contract To Idesign. Utilization Of Idesign Avoids All Of The Pitfalls Enumerated Above.this Requirement Will Utilize Far Part 36. The Product Service Code Is C1db, Architect And Engineering – Construction: Laboratories. The North American Industry Classification System (naics) Code Is Naics Code 541330 Engineering Services With A Small Business Size Of $25.5m. The Estimated Construction Cost Of The Work Resulting From The Design Is Under $10m. The Anticipated Period Of Performance Is 7 Months. Contract Award Is Anticipated To Be Made Spring 2025.this Notice Is Not A Request For Proposals. Notwithstanding, All Responsible Sources That Believe They Are Capable Of Meeting The Epa’s Requirement May Submit A Capability Statement, Proposal, Or Quotation—that Must Address The Outlined Requirements Above—which Shall Be Considered By The Agency. Such Documentation Must Be Submitted To The Contracting Officer By 11:59 Pm Eastern Time On May 1, 2025. A Determination Not To Compete The Proposed Firm-fixed-price Contract Based Upon The Responses Received To This Notice Is Solely Within The Discretion Of The Government. All Questions Should Be Directed To The Contracting Officer, Greg Forrest, At Forrest.greg@epa.gov. Responses To This Notice Must Be Submitted Electronically Via Email. Telephone Responses Will Not Be Honored.
Closing Date2 May 2025
Tender AmountRefer Documents 

City Of Manila Tender

Other Consultancy Services...+1Consultancy Services
Philippines
Details: Description Section I. Request For Expression Of Interest For Consultancy Services For The Preparation Of Tourism And Cultural Development Plan For Department Of Tourism, Culture And Arts Of Manila 1. The City Government Of Manila, Through The Bids And Awards Committee Intends To Apply The Sum Of Six Million Pesos (p6,000,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For The Project Management Of Consultancy Services For The Preparation Of Tourism And Cultural Development Plan For Department Of Tourism, Culture And Arts Of Manila. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At The Opening Of The Financial Proposals. 2. The City Government Of Manila Now Calls For The Submission Of Eligibility Documents For The Procurement Of Consultancy Services Of A Local Firm/company With Extensive Qualified Experts In Providing Advisory Experiences In Local Government Setting Development, As Well As, Building The Capacities Of Local Officials And Technical Personnel To Enable Them To Have A Tourism And Cultural Development Plan And Update The Current Comprehensive Land Use Plan, Zoning Ordinance, Comprehensive Development Plan And The Local Development/annual Investment Plan/program. Interested Consultants Must Submit Their Eligibility Documents And Letter Of Intent/interest (loi) On Or Before March 26, 2025, 9:00am At 4th Floor, Room 442, City General Services Office, Manila City Hall Building, A.j. Villegas St. (formerly Arroceros Street), Ermita, Manila. Applications For Eligibility Will Be Evaluated Based On A Non-discretionary “pass/fail” Criterion. 3. Interested Bidders May Obtain Further Information From City Government Of Manila And Inspect The Bidding Documents At The Address Given Below During Office Hours From 8:00 A.m. To 5 P.m. 4. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On March 19 To April 15, 2025 From The Address 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 Ten Thousand (p10,000.00) Pesos. 5. The Bac Shall Draw Up The Short List Of Consultants From Those Who Have Submitted Expression Of Interest, Including The Eligibility Documents, And Have Been Determined As Eligible In Accordance With The Provisions Of Republic Act 9184 (ra 9184), Otherwise Known As The “government Procurement Reform Act”, And Its Implementing Rules And Regulations (irr). The Short List Shall Consist Of At Least One (1) Prospective Bidder Who Will Be Entitled To Submit Bids. The Criteria And Rating System For Short Listing Are: Criteria Minimum Qualifications Bases Weight (%) Experience And Capability Of The Bidder • Platinum Member Of Philgeps • Must Be Engaged In Urban Development Planning, Development, And Research Consultancy For At Least Five (5) Years. • Must Have Prepared A Tourism And Cultural Development Plan That Incorporates Resilience Climate Change, Natural Disasters, Pandemics And Other Public Health Emergencies For A Metro Manila City In The Last 5 Years. • Must Have Conducted Capacity Building Activities On Tourism And Cultural Development For At Least 2 Metro Manila Lgus In The Last Five (5) Years. • Must Have Prepared At Least Two (2) City Tourism Development Investment Programs For Metro Manila Lgus In The Last Five (5) Years. • Must Have Provided Technical Assistance To At Least Two (2) Lgus In Resource Mobilization For Tourism Development. (a)philgeps Platinum Membership Certification (b)dti Or Sec Registration Submitted Indicating The Year Of Registration And/or Other Relevant Documents;(b) List Of Completed And Ongoing Contracts;(c) Copies Of Certificates Of Satisfactory Service Rendered/certificates Of Completion 40% Quality Of Personnel Be Assigned To The Project Team Leader - Urban Planner • Licensed Environmental Planner • Master’s Degree In Urban And Regional Planning • Minimum Of Ten (10) Years Of Experience In The Urban Development Planning • Minimum Of Three (3) Projects As Team Leader On Local Tourism Development Planning, Including 2 In Metro Manila • Minimum Of Five (5) Years Of International Experience In The Preparation Of Urban Development Studies And Plans Tourism Development Specialist • Master’s Degree In Tourism Or Other Related Courses • Minimum Of Ten (10) Years Of Experience In The Preparation Of Tcdp • Minimum Of Five (5) Years In The Conduct Of Capacity Development Activities In Tourism Development Planning And Management • Has Served In A Similar Capacity For A Tourism And Cultural Development Plan Formulation Project In Metro Manila • Has Worked With The Dot Or Tieza Architect • Licensed Architect • Minimum Of Three (3) Years Of Experience In Architectural Design • Has Served In A Similar Capacity For A Tourism Development Plan In Metro Manila Culture And Arts Specialist • College Degree In Sociology, Anthropology, Fine Arts, Or Other Related Courses • Minimum Of Five (5) Years Of Experience In The Conduct Of Cultural And Arts Studies • Has Served In A Similar Capacity For A Tourism Development Plan In Metro Manila Climate Change And Disaster Resilience Specialist • Licensed Environmental Planner • Master’s Degree In Urban And Regional Planning • Has Conducted At Least Three (3) Climate And Disaster Risk Assessments (cdra) As Part Of Urban Planning Projects For Local Governments • Minimum Of Five (5) Years Of Experience In The Conduct Of Capacity Development Activities For Local Government Officials And Personnel • Has Served In A Similar Capacity For At Least Two (2) Tourism Development Plan In Metro Manila Gis Specialist • College Degree In Geography • Minimum Of Five (5) Years Of Experience In The Preparation Of Maps, Three (3) Years Of Which Involves The Preparation Of Local Development Plans • Has Served In A Similar Capacity For A Tourism Development Plan In Metro Manila Signed Curriculum Vitae Submitted Indicating Relevant Work Experience And Educational Background Publication Track Record, And Training Attended Supported By Certificates Of Attendance/participation. 50% Overall Work Commitment At Most 5 Ongoing Projects (including Awarded But Not Yet Started Contracts) Originally Signed. Records Of Ongoing (including Awarded But Not Yet Started Contracts) And Previous Engagements Note: Contract/s That Will Terminate On Or Before 90 Calendars Days, From The Deadline Of Submission Of Eligibility Documents For This Project, Shall Not Be Considered As "ongoing 10% Total: 100% 6. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary “pass/fail” Criterion As Specified In The Irr Of Ra 9184. (i) Bidding Is Restricted To Filipino Citizens/sole Proprietorships, Cooperatives, Corporation And Partnerships Or Organizations With At Least Sixty Percent (60%) Interest Or Outstanding Capital Stock Belonging To Citizens Of The Philippines. 7. The Procuring Entity Shall Evaluate Bids Using The Quality Based Evaluation (qbe) Procedure. The Procuring Entity Shall Indicate The Weights To Be Allocated For The Technical And Financial Proposals. The Criteria And Rating System For The Evaluation Of Bids Shall Be Provided In The Instruction To Bidders. 8. The Company Should Preferably Be Registered In Manila And Have Been Involved In The Development Project In The City. A. Experienced In The Design And Conduct Of Capacity Development For Local Officials And Personnel In Local Development Planning And Management, Focusing On Tourism Development. B. Experienced In The Development Of Automated Systems For Local Development Planning And Management. C. Experienced In Incorporating Tourism In The Local Development Plan, Particularly The Comprehensive Land Use Plan (clup) And Comprehensive Development Plan (cdp). D. Preferably, The Team Leader Is A Resident Of The City Of Manila. 9. The Contract Shall Be Completed Within Eight (8) Months From The Issuance Of Notice To Proceed. 10. The City Government Of Manila 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 Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 11. For Further Information, Please Refer To: Mr. Mark Angelo P. Feruelo City General Services Office 4th Floor Rm. 442, Manila City Hall Building, A.j. Villegas St. Ermita, Manila 310-5195 Atty. Mary Grace R. Chua, Cpa City Budget Officer And Bac, Chairperson
Closing Date15 Apr 2025
Tender AmountPHP 6 Million (USD 104.6 K)
1761-1770 of 2050 archived Tenders