Building Construction Tenders

Building Construction Tenders

Project Office Of Urban Development And Building Construction, Jhapa Tender

Civil And Construction...+1Road Construction
Nepal
Purchaser Name: Project Office Of Urban Development And Building Construction, Jhapa | Road Upgradation Works From Chiyandanda-malbase-bhalukhop To Dande Panchami,panchthar
Closing Date19 Jan 2025
Tender AmountRefer Documents 

Project Office Of Urban Development And Building Construction, Jhapa Tender

Civil And Construction...+1Road Construction
Nepal
Purchaser Name: Project Office Of Urban Development And Building Construction, Jhapa | Road Upgradation Works From Meghabari Tole - Covered Hall Suryanagar Connecting Road Birtamode – 3 ,jhapa
Closing Date19 Jan 2025
Tender AmountRefer Documents 

Project Office Of Urban Development And Building Construction, Chitwan Tender

Civil And Construction...+1Building Construction
Nepal
Purchaser Name: Project Office Of Urban Development And Building Construction, Chitwan | Infrastructure Development In Madarasa Madina Tul Olum Ma.bi., Pratappur Rural Municipality, Nawalparasi West.
Closing Date5 Feb 2025
Tender AmountRefer Documents 

Project Office Of Urban Development And Building Construction, Dhading Tender

Civil And Construction...+1Civil Works Others
Nepal
Purchaser Name: Project Office Of Urban Development And Building Construction, Dhading | Construction Of Outer Compound Wall In Central Jail, Nuwakot.
Closing Date4 Feb 2025
Tender AmountRefer Documents 

Municipality Of Sibunag, Guimaras Tender

Civil And Construction...+2Building Construction, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee Invitation To Bid For Bid No. 2025-010 – Construction Of Naoway Day Care Center The Municipality Of Sibunag Through The 2025 20% Df (construction Of Naoway Day Care Center) Intends To Apply The Sum Of One Hundred Thousand Pesos (p2,00,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Bid No. 2025-010 – Construction Of Naoway Day Care Center. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Municipality Of Sibunag Now Invites Bids For Bid No. 2025-010 - Construction Of Naoway Day Care Center Bids Delivery Of The Infra Is Required Within One Hundred Fifty (150) Calendar Days. Bidders Should Have Completed A Contract Within Ten (10) 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. 2. 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) 9184, Otherwise Known As The “government Procurement Reform Act”. 3. 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 5183. 4. Interested Bidders May Obtain Further Information From Municipality Of Sibunag And Inspect The Bidding Documents At The Address Given Below During 8:00 Am To 4:30 Pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders January 22 To February 06, 2025 From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00). 6. The Municipality Of Sibunag Will Hold A Pre-bid Conference On January 30, 2025, 1:00 Pm At Assessor’s Office, Ground Floor, Sibunag Municipal Hall Which Shall Be Open To Prospective Bidders. 7. Bids Must Be Duly Received By The Bac Secretariat At The Address Below On Or Before 1:00 Pm Of February 06, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 8. Bid Opening Shall Be On 1:15 Pm Of February 06, 2025 At Assessor’s Office, Sibunag Municipal Hall, Dasal, Sibunag, Guimaras. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 9. The Municipality Of Sibunag 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. For Further Information, Please Refer To: Engr. Zaldy C. Domalina Bac Chairperson Municipality Of Sibunag Dasal, Sibunag, Guimaras Cp # 09207155768 Engr. Zaldy C. Domalina Bac Chairpersonbac Chairperson Republic Of The Philippines Province Of Guimaras Municipality Of Sibunag Bids And Awards Committee -ooo- Subject: Bid Proposal Project: Construction Of Naoway Day Care Center Project Location: Sitio Naoway, Brgy. San Isidro, Sibunag, Guimaras Date/time Of Bidding: February 06, 2025, 1:00 Pm Item # Description Unit Qty Unit Cost Total Cost I. Clearing & Lay-out Lm. 24.00 Ii. Structure Excavation Cu.m. 18.97 Iii. Termite Control Work Lot 1.00 Iv. Embankment Cu.m. 49.15 V. Reinforced Concrete A. Column Cu.m. 1.62 B. Roof Beam Cu.m. 7.82 C. Lintel Beam Cu.m. 0.39 D. Cantilever Beam Cu.m. 4.78 E. Concrete Roof Slab Cu.m. 11.33 F. Slab On Fill Cu.m. 6.06 G. Countertop With Sink And Handwashing Counter Cu.m. 3.11 Vi Forms And Scaffoldings Cu.m. 399.12 Vii Masonry Works Sq.m. 43.44 Viii Cement Plaster Finish (t=0.02) Sq.m. 195.66 Ix Windows W/ Grills Sq.m. 15.84 X Doors Sq.m. 5.94 Xi Plumbing A. Water Supply Pipes & Fittings, Fixture And Accessories Lot 1.00 B. Installation Of Soil, Waste, Drain And Vent Pipes Lot 1.00 C. Septic Tank Lot 1.00 C. Rain Collector W/ Concrete Stand Lot 1.00 Xii Tile Works Sq.m. 72.42 Xiii Painting Works Sq.m. 151.06 Xiv Fencing Works L.m. 17.50 Xv Playground Lot 1.00 Xvi Amenties Lot 1.00 Xvii Hauling Lot 150.00 Xviii Technical Supervision Md 1.00 Spl-1 Indirect Cost Total Bid Amount: In Words: Prepared And Submitted By: ____________________________________ ___________________________ Signature Over Printed Name Name Of Firm ___________________________ Date Bid Data Sheet Itb Clause 5.2 For This Purpose, Contracts Similar To The Project Refer To Contracts Which Have The Same Major Categories Of Words, Which Shall Be: 2025-010 – Construction Of Naoway Day Care Center 10.4 The Key Personnel Must Meet The Required Minimum Years Of Experience Set Below: Construction Foreman Skilled Mason Skilled Carpenter Skilled Electrician Skilled Welder Skilled Painter Unskilled Laborer Key Personnel General Experience Relevant Experience Building Construction Within 5years Of Experience Electrical Works Within 5years Of Experience 10.5 The Minimum Equipment Requirements Are The Following: Welding Machine Electric Drill Electric Sander Bar Cutter 1 Bagger Concrete Mixer Equipment Capacity Number Of Unit At Least 1 Unit 12 [insert Valve Engineering Clause If Allowed] N/a 15.1 The Bid Securing Be In The Form Of A Bid Securing Declaration Or Any Of The Following Forms And Amounts: A. The Amount Of Not Less Than P40,000.00(2%) Of P______if Bid Securing Is In Cash, Cashier’s/manager’s Check, Bank Draft/guarantee Or Irrevocable Letter Of Credit: B. The Amount Of Not Less Than P100,000.00 (5%) Of P_________if Bid Security Is In Surety Bond. 20.3 Each Bidder Shall Submit [one (1)] Original And [two (2)] Copies Of The First And Second Components Of Its Bid. 21 Additional Contract Documents Relevant To The Project That May Be Required By Existing Laws And/or The Procuring Entity, Such As Construction Schedule And S-curve, Manpower Schedule, Construction Methods, Equipment Utilization Schedule, Construction Safety And Health Program Approved By The Dole, And Other Acceptable Tools Of Project Scheduling.
Closing Date6 Feb 2025
Tender AmountPHP 2 Million (USD 34.2 K)

US GEOLOGICAL SURVEY USA Tender

Software and IT Solutions
United States
Details: The U.s. Department Of Interior, U.s. Geological Survey (usgs) Is Issuing A Sources Sought Synopsis As A Means Of Conducting Market Research To Identify Parties Having An Interest In And The Resources To Support The Requirement For The Reconditioning Of An Existing Multizone Unit (identified As Fan System-6 Or Fs-6), Including Removal Of Components Of The Existing Air Handling Unit (as Needed), Restoring The Existing Air Handling Unit (repairing Housing, Replacing Existing Heating/cooling Coils And Humidification Distribution Tubes, Replacing Fan Section And Motor), Reinstallation Of Existing Controls, And Commissioning, Testing, And Balancing The Refurbished Air Handling Unit. The Fan System-6 Is Located Within The U.s. Geological Survey (usgs), National Wildlife Health Center (nwhc), 6006 Schroeder Road, Madison, Wi. This Proposal Reflects Coverage For The Fy 2025. The Coverage Includes: ¿ Reconditioning The Existing Failing Multizone System Located In The Mb. The Unit, Designated Fs-6, Is A 100% Outside Air 1979 Trane Air Handling Unit With The Following Manufacturer Information: Model Number: Ccba21seea0 Serial Number: K80c01649 Basic Unit: Cmr1ar4dar000h Coils: 0ca1e3a1c Accessory 22000000000l1a1¿ Contractor Shall Provide A Nebb Certified Balancing Technician To Perform All Testing And Adjustment Of Air And Water Systems For This Project.¿ The Existing Facility Bms Is A Jci Metasys System (version 10). Contractor Shall Provide Technicians Factory Trained And Certified In The Installation And Programming Of Jci Metasys Bms Systems.¿ system Shall Be Reconditioned Complete, With All Piping, Ductwork, Insulation, Wiring, System Configuration, And Programming Completed In A Neat And Workmanlike Manner. All Demolition, Reconditioning, And Installation Work Shall Be Performed Per Manufacturer¿s Recommendations, Applicable Building Codes, And Relevant Trade Guidelines. Contractor Shall Utilize Technicians Trained In The Applicable For The Relevant Work Involved In This Pws.¿ all Demolished Materials Not Reused Or Recycled Shall Be Disposed Of According To Federal, State, And Local Codes.¿ any Hazardous Materials Requiring To Be Removed As Part Of This Pws Shall Be Removed, According To Noted Guidelines, And Disposed Of In A Federal, State, And Locally Approved Hazardous Waste Landfill. No Exception Shall Be Allowed. A Disposal Record Or Receipt Shall Be Provided, At Closeout, As A Deliverable. Failure To Comply With This Removal Standard, Shall Result In Possible Federal Charges And Fees, Of Which The Gc Will Be Responsible. No Such Costs Or Violation Charges Shall Transfer To The Federal Government.¿ contract Period: Estimated Start Date March 2025 (saf). This Is Not A Solicitation For Proposals, Proposals Abstract, Or Quotation. This Is A Sources Sought Notice To Determine What Size Companies Can Perform This Requirement. The Purpose Of This Notice Is To Obtain Information Regarding:(1) the Availability And Capability Of Qualified Small Business Sources;(2) whether They Are Small Businesses; Hubzone Small Businesses; Service-disabled, Veteran-owned Small Businesses; 8(a) Small Businesses; Veteran-owned Small Businesses; Woman-owned Small Businesses; Or Small Disadvantaged Businesses; And(3) their Size Classification To The North America Industry Classification System (naics) Code 236220 ¿ Commercial Building Construction General Contractors. A Firm Is Considered Small Under Naics Code 236220 If Their Average Annual Receipts For The Preceding Three (3) Years Were Less Than Or Equal To 750 Employees. Any Information Submitted Is Voluntary. If Sufficient Interest And Capability Is Not Received From Firms In Category (2) Above, Any Solicitation May Be Issued As Unrestricted Without Further Consideration. Your Responses To The Information Requested Will Assist The Government In Determining The Appropriate Acquisition Method, Including Whether A Set-aside Is Possible.a. submission Of Capability Statement And Delivery Instructions:in 5 Pages Or Less, Respondents Shall Submit A Capability Statement Of The Organization Which Demonstrates Their Ability To Supply The Above Requirements. Capability Statements Must Not Include Links To Internet Web Site Addresses (urls) Or Otherwise Direct Readers To Alternate Sources Of Information. Responses Must Reference The Sources Sought Number And Include The Following:1. name And Address Of The Company, Sam.gov Ueid Number,2. size And Type Of Business, Pursuant To The Applicable Naics Code.3. point Of Contact With Name, Title Address, Phone, And Email,4. capability To Provide The Specifics Of This Requirement, With Appropriate Documentation Supporting Claims Of Organizational And Staff Capability To Demonstrate Staff Expertise Including Their Experience; Current In-house Capability And Capacity To Perform The Work; Prior Completed Projects Of Similar Nature, Including Government Contracts And Indicating Corporate Experience And Management Capability;5. example Of Prior Completed Government Contract, References, The Dollar Value Of The Work, And Other Related Information;6. list Of Organizations To Whom Similar Types Of Services Have Been Previously Provided And The Dollar Value Of That Work.7. if Applicable, Provide A Current Gsa Schedules And/or Government-wide Acquisition Contracts (gwacs) Appropriate To This Sources Sought.8. type Of Company (i.e., Small Business, 8(a), Woman Owned, Veteran Owned, Etc.) As Validated Via The System For Award Management (sam). This Indication Shall Be Clearly Marked On The First Page Of Your Capability Statement.the Government Will Evaluate Market Information To Ascertain Potential Market Capacity To 1) Provide Services Consistent In Scope And Scale With Those Described In This Notice And Otherwise Anticipated; 2) Secure And Apply The Full Range Of Corporate Financial, Human Capital, And Technical Resources Required To Successfully Perform Similar Requirements; 3) Implement A Successful Project Management Plan That Includes: Compliance With Tight Program Schedules; Cost Containment; Meeting And Tracking Performance; Hiring And Retention Of Key Personnel And Risk Mitigation; And 4) Provide Services Under A Performance Based Service Acquisition Contract. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses Or Procured Through Full And Open Competition, And Multiple Awards May Be Made. Telephone Inquiries Will Not Be Accepted Or Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Their Submissions.submission Instructions: Interested Parties Who Consider Themselves Qualified To Perform The Above-listed Services Are Invited To Submit A Response To This Sources Sought Notice By 15:00 Pm Mdt, On 30 January, 2025. All Responses Under This Sources Sought Notice Must Be Emailed To Philip Robinson At Probinson@usgs.gov.b. disclaimer And Important Notesthis Notice Does Not Obligate The Government To Award A Contract Or Otherwise Pay For The Information Provided In Response. The Government Reserves The Right To Use Information Provided By Respondents For Any Purpose Deemed Necessary And Legally Appropriate. Any Organization Responding To This Notice Shall Ensure That Its Response Is Complete And Sufficient Detailed To Allow The Government To Determine The Organization¿s Qualification To Perform The Work. Respondents Are Advised That The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To Respondents With Respect To Any Information Submitted. After A Review Of The Response Received, A Pre-solicitation Synopsisand Solicitation May Be Published In Beta.sam.gov. However, Response To This Notice Will Not Be Considered Adequate Responses To A Solicitation.failure To Respond Or Submit Sufficiently Detailed Information May Result In A Company Not Being Considered A Likely Offeror When Making A Decision On Whether Or How To Set Aside A Solicitation For Restricted Competition. Regardless Of The Information Submitted, The Government Reserves The Right To Consider Any Arrangement As Determined Appropriate For This Requirement.c. confidentialityno Proprietary, Classified, Confidential, Or Sensitive Information Shall Be Included In Your Response. The Government Reserves The Right To Use Any Non-proprietary Technical Information In Any Resultant Solicitation(s).this Announcement Is To Identify Small Business Firms; However A Company Of Any Size May Submit A Capability Statement For This Announcement.
Closing Date30 Jan 2025
Tender AmountRefer Documents 

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Description: 25ce0198: Construction Of Multi Purpose Building, Barangay Magsaysay, Talugtug, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Description: 25ce0202: Construction Of Multi-purpose Building, Barangay Tandoc, Talugtug, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo
Closing Date5 Feb 2025
Tender AmountPHP 4.9 Million (USD 84.6 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Description: 25ce0199: Construction Of Multi-purpose Building, Barangay Mayamot 1, Talugtug, Nueva Ecija , Construction Projects ,department Of Public Works And Highways - Nueva Ecija 1st Deo
Closing Date5 Feb 2025
Tender AmountPHP 5.9 Million (USD 101.5 K)

Department Of Public Works And Highways Tender

Civil And Construction...+1Building Construction
Philippines
Details: Description Republic Of The Philippines Department Of Public Works And Highways Region Iii Office Of The District Engineer Nueva Ecija 1st District Engineering Office Talavera, Nueva Ecija Annex "a" Invitation To Bid For Construction (completion) Of Multi-purpose Building, Barangay Sto. Domingo, Talugtug, Nueva Ecija 1. The Dpwh, Nueva Ecija 1st District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Php4,455,000.00 Being The Approved Budget For The Contract (abc) To Payments Under The Contract For 25ce0201 Construction (completion) Of Multi-purpose Building, Barangay Sto. Domingo, Talugtug, Nueva Ecija Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. The Dpwh, Nueva Ecija 1st District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction (completion) Of Multi-purpose Building, Barangay Sto. Domingo, Talugtug, Nueva Ecija Contract Id No. : 25ce0201 Locations : Nueva Ecija Brief Description : Buildings: Construction - Without Piles - Low Rise - Concrete (frame) (1 To 5 Storeys) Approved Budget For The Contract : ₱4,455,000.00 Contract Duration : 150.00 Calendar Days 3. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of C & D For General Building . The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 4. 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 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 5. Interested Bidders May Obtain Further Information From The Dpwh, Nueva Ecija 1st District Engineering Office And Inspect The Bidding Documents At La Torre, Talavera, Nueva Ecija During Weekdays From 8:00 Am To 5:00 Pm. 6. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On January 17, 2025 - February 05, 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 Php5,000.00 . 7. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 8. The Dpwh, Nueva Ecija 1st District Engineering Office Will Hold A Pre-bid Conference On January 24, 2025 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija Which Shall Be Open To Prospective Bidders. 9. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 10. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_nuevaecija1@dpwh.gov.ph For Electronic Submission On Or Before February 05, 2025 ; 10:00 Am . All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 11. Bid Opening Shall Be On February 05, 2025 ; 10:00 Am At The Office Of The Bac Secretariat, Dpwh, Nueva Ecija 1st District Engineering Office, La Torre, Talavera, Nueva Ecija. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 12. The Dpwh, Nueva Ecija 1st District Engineering Office 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. 13. For Further Information, Please Refer To: John Vincent D. Salazar Bac Secretariat Head 0945 266 6231 Salazar.john_vincent@dpwh.gov.ph Fe F. Sumang Bac Vice Chairperson 0945 266 6231 Sumang.fe@dpwh.gov.ph Approved By: Fe F. Sumang Bac Vice Chairperson Noted By: Jun P. Vana, Ph.d. Oic - District Engineer Date Of Advertisement: January 17, 2025 - February 05, 2025
Closing Date5 Feb 2025
Tender AmountPHP 4.4 Million (USD 76.1 K)
4011-4020 of 4283 archived Tenders