Civil Engineering Tenders

Civil Engineering Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: Pre-solicitation Notice: The Department Of Veterans Affairs, National Cemetery Administration Intends To Issue A Solicitation Entitled, Committal Shelter/columbarium/perimeter Fence Repair, Project # 907-mm-fy24-006 At The Willamette National Cemetery, Portland Or, On Or About October 30, 2024, Unless Additional Notice Is Given, Or This Notice Is Modified Or Cancelled, The Full Solicitation, Specifications And Drawings Will Be Posted On Contract Opportunities At Beta.sam.gov. the Acquisition Type For This Solicitation Will Be Request For Proposal (rfp) Using Far 13. per Far 36.204 Disclosure Of The Magnitude Of Construction Projects, The Construction Magnitude For This Requirement Is Between $250,000 And $500,000. the Naics Is 237990 Other Heavy And Civil Engineering Construction And The Business Size Standard Is $45.0 Million. this Procurement Is 100% Set-aside For Service-disabled Veteran Owned Small Business (sdvosb) Concerns. Only Verified Sdvosb Firms Are Eligible To Submit An Offer Or Receive An Award Of A Va Contract That Is Set-aside For Sdvosb In Accordance With Vaar Part 819. A Non-verified Vendor That Submits A Bid Or Proposal Will Be Rejected As Non-responsive. To Be Eligible For Award, The Sdvosb Must Be Considered Small Under The Relevant Naics Code And Must Be Registered And Verified In The Following Websites: Those Desiring To Receive An Award From This Solicitation Must Be Registered At Veteran Small Business Certification (vetcert). Companies Must Have The Certified Veteran Enterprise (cve) Seal On Their Registration To Be Considered For An Award. The Vetcert Database Will Be Checked Both Upon Receipt Of An Offer And Prior To Award; Firms Must Be Currently Registered In The System For Award Management (sam) Database At Www.sam.gov And Have Completed Online Representations And Certifications Prior To Contract Award. Offers Received From Concerns That Are Not Service-disabled Veteran-owned Small Business (sdvosb) Concerns Shall Not Be Considered. (see Vaar Clause 852.219-10 Va Notice Of Total Service-disabled Veteran-owned Small Business Set-aside.) Sdvosb Company Must Also Be Registered In The Department Of Labor Vets-4212 Federal Contractor Reporting Document. you Must Register As At The Sam.gov Website For The Solicitation. In Order To Receive E-mail Notification Of Amendments, You Must Register At Https://secure.login.gov/?request_id=98e1f875-8f0d-4fac-a0fa-34cfb3df818b. Amendments To This Solicitation Will Not Be Mailed But Will Be Posted At The Website. Offerors Are Responsible For Obtaining Solicitation From Contract Opportunities And Acknowledging All Amendments To This Solicitation. please Note: This Solicitation Shall Require A Bid/offer Guarantee And The Award Shall Require A Payment And Performance Bond. Failure To Submit A Bid/offer Guarantee Will Result In A Rejection Of The Bid/offer. Failure To Submit A Payment And Performance Bond Will Result In A Termination For Default Of The Contract. the Contracting Officer And Point Of Contact For This Solicitation Is Auvorie Benson, E-mail Auvorie.benson@va.gov. Telephone Requests Will Not Be Accepted.
Closing Date2 Dec 2024
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: The New York District Of The U.s. Army Corps Of Engineers (usace) Proposes To Perform Beach Renourishment Work For The Atlantic Coast Of Long Island, Jones Inlet To East Rockaway Inlet Long Beach Island, New York Hurricane And Storm Damage Reduction Project – 2024 Renourishment. the Proposed Of Work Will Include Approximately One Million Cubic Of Beachfill From West Of The Long Beach Boardwalk To Nickerson Beach. The Long Beach Borrow Area Is Located Approximately 3000 Ft Offshore To The South Of The City Of Long Beach. Sand Will Be Dredged Offshore By A Hopper Dredge And Placed Hydraulically On The Beach. the Magnitude Of This Project Is Estimated To Cost Between $10,000,000 And $25,000,000. Estimated Project Duration Is 140 Days From Ntp. this Project Will Be Competed Using Full And Open Unrestricted Competition. the North American Industry Classification System (naics) Code Is 237990 (other Heavy And Civil Engineering Construction). The Small Business Size Standard Is $45,000,000. plans And Specifications For This Subject Project Would Be Available In December 2024. It Is The Intention Of The Government To Award In January 2025 And Ntp In The First Week Of February 2025. the New York State Department Of Environmental Conservation Is The Non-federal Sponsor For This Project. all Questions Must Be Submitted In Writing Via Email To The Contract Specialist. The Media Selected For The Issuance Of This Solicitation And Amendments Shall Solely Be At The Discretion Of The Government; Accordingly, The Medium Utilized For This Project Is The Internet. Paper Copies Of This Solicitation, And Amendments, If Any, Will Not Be Available Or Issued. In Accordance With Dfars 252.204-7007, All Vendors Who Want Access To The Solicitation Must Be Registered With System For Award Management (sam), Located At Https://www.sam.gov/portal/public/sam/, And Contract Opportunities, Located At Https://sam.gov/, In Order To Safeguard Acquisition Related Information For All Federal Agencies. Interested Parties May Download And Print The Solicitation At No Charge From The Contract Opportunities Website At Https://sam.gov/. the Office Of The Under Secretary Of Defense (acquisition Technology & Logistics (ousd{at&l}) A Guide To Collection & Use Of Past Performance Information Dated 2003 And Far Part 36 Requires The Collection And Use Of Past Performance Information (ppi) In Acquiring Best-value Goods And Services. Far Subpart 36.3 And Dfars Subpart 236.2 Mandates The Use Of Construction Contractor Appraisal Support System (ccass) By All Dod Agencies For Construction Contracts Greater Than Or Equal To $650,000 Or More Than $10,000 If The Contract Was Terminated For Default. Ccass Is A Module Of The Contractor Performance Assessment Reporting System (cpars) And Is Located At Http://www.cpars.csd.disa.mil. point Of Contact Is Orlando Nieves, Contract Specialist, U.s. Army Corps Of Engineers, New York District, Room 16-300, 26 Federal Plaza, New York, Ny 10278-0090. Email: Orlando.nieves@usace.army.mil.
Closing Soon22 Oct 2024
Tender AmountRefer Documents 

International Organization For Migration - IOM Tender

Burundi
Details: Request For Information On Engineering Consultancy Services (for Firms Based In Burundi Only) & For Firms Based In Burundi Only Iom Burundi Is Seeking Information On Engineering Consulting Firm Available In Burundi To Provide A Range Of Engineering Consultancy Services For Iom Burundi Premises And Projects As Needed. We Are Seeking A Skilled And Experienced Civil Or Structural Engineer Firm That Will Provide Project Advisory Support And Supervisory Support Regarding The Various Constructions To Be Carried Out By Iom. This Information Is Necessary In The Pre Qualification Of Establishing A Long-term Agreement For 1 Year Renewable With The Qualified Firm.
Closing Soon18 Oct 2024
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Drainage Work
United States
Details: This Is A Pre-solicitation Notice, And As Such, Any Additional Information As To The Size And/or Scope Of The Project Will Not Be Available Until The Issuance Of The Ifb. the U.s. Army Corps Of Engineers (usace), St. Paul District Has A Requirement For The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach Se-5. The Fargo Moorhead Metropolitan Area Flood Risk Management Project, Southern Embankment Reach Se-5, Is Located In Clay And Wilkin Counties, Minnesota, And Consists Of An Overflow Earth Dam Embankment With Soil-cement Mixture And A Gravel Road On Top, Topsoiled And Seeded Side Slopes, And Ditches On Both Sides. The Dam Embankment Will Tie Into And Extend East From The End Of The Existing Reach Se-4 Embankment At The Intersection Of Hwy 75 And 180th Ave. S, To Township Road 171. The Project Includes Excavating And Replacing The Existing Hwy 75 Intersection With An Impervious Section And Repaving The Intersection. The Reach Also Includes Replacement Existing Culverts With Cast-in-place Twin Box Culverts At Wolverton Creek. The Combined Total Length Of The Dam Embankment Is Approximately 1.8 Miles. The Embankment Material Will Come From A Stockpile Just West Of Hwy 75 Off Of 180th Ave. S. it Is Estimated That This Project Will Be Solicited In Late October Or November 2024. The Anticipated Magnitude Of This Project Will Be Between $5,000,000.00 And $10,000,000.00. the North American Industry Classification System (naics) Code For This Project Will Be 237990; Other Heavy And Civil Engineering Construction With A Size Standard Of $45.0 Million. the Resulting Contract Shall Be A Firm, Fixed-price Contract. the Solicitation Shall Be A Total Small Business Set-aside. the Solicitation Will Be An Invitation For Bid (ifb). this Synopsis Is Not A Request For Quotes, Proposals, Or Bids. This Is A Notice That A Solicitation For A Competitive Acquisition For The Award Of One Firm-fixed Price Contract Is Intended To Be Issued Via Contract Opportunities (https://sam.gov/content/opportunities) In The Near Future. The Specifications Will Be Detailed In The Solicitation. This Announcement Is For Information And Planning Purposes Only And Is Not To Be Construed As A Commitment By The Government, Implied Or Otherwise, To Issue A Solicitation Or Award A Contract. this Is A Pre-solicitation Notice, And As Such, Any Additional Information As To The Size And/or Scope Of The Project Will Not Be Available Until The Issuance Of The Ifb. no Cd's Or Hard Copies Of This Notice Or The Solicitation Will Be Available. Offerors Are Responsible For Checking The Above Listed Contract Opportunities Website For Any Update(s) To The Notice. The Government Is Not Responsible For Any Loss Of Internet Connectivity Or For An Offeror's Inability To Access The Document Posted At The Referenced Website. as Required By 15 U.s.c. 644(w), The Corps Of Engineers’ Policy And Procedures, As Well As Past Performance Information, In Regard To Definitization Of Requests For Equitable Adjustments Is Found At Https://www.usace.army.mil/business-with-us/partnering. in Order For Contractors To Conduct Business With The Department Of Defense, The Contractor Must Provide Registration Information To The System For Award Management (sam). All Offerors Must Be Registered In Sam Prior To Receiving An Award, Have An Active Sam Account, And Have The Representations And Certifications (far And Dfars) Sections Completed Prior To Award. Registration Instructions May Be Obtained, And Online Registration May Be Accomplished, At Https://sam.gov/content/entity-landing.
Closing Date1 Nov 2024
Tender AmountRefer Documents 

Fredrikstad Kommune Tender

Civil And Construction...+3Other Consultancy Services, Consultancy Services, Civil And Architectural Services
Norway
Details: The Purpose Of The System; System Organisation The Dynamic Purchasing System That Will Be Entered Into Is Broad And Is Intended To Be Used For Spatial Planning, Administration And Management, Design And Regulation, Control, And Preparation Of Tender Documents. Fredrikstad Municipality Excludes Extremely Complex And Demanding Assignments From The Dps, For Example, Comprehensive, Advanced And Complex Engineering Design Assignments Or Assignments Requiring Expertise In Special Competence Areas. By Using The Dps For Holding Tender Contests, Fredrikstad Municipality Will Also See Which Companies Are Included In The System, And The Extent To Which These Can Be Expected To Have The Necessary Competence. Contracts For Construction Manager Assignments, Less Complex Engineering Design Assignments Will Be Announced Within The Dps. Further Assignments Of Less Complexity, For Example, Inspection Of Civil Engineering Execution Or Condition Assessments. Scope Of The System:  The System Includes Consultancy And Advisory Services In All Technical Building And Municipal Engineering Disciplines As Well As Architect Services (architect And Landscape Architect). This Can, For Example, Include: (the List Is Not Exhaustive) See The Tender Documentation. The Contracts Within The Dynamic Purchasing System Will Normally Be Based On The Standard Templates Ns 8401, Ns 8402 Or Ns 8403. Fredrikstad Municipality's Service Procurement Contract Can Also Be Used. The Contracts Will Follow Each Individual Contest In The System. Ordering Authorities At The Contracting Authority The Dynamic Purchasing System Will Apply For All Of Fredrikstad Municipality And All Its Entities, As Well As Fredrikstad Church Council And Hvaler Municipality. Overlapping And Supporting Contracts Fredrikstad Municipality Currently Has A Number Of Framework Agreements For The Above-mentioned Disciplines. Emphasis Is Put On The Fact That Some Of The Disciplines Will Join As An Option In The Dps, As The Current Contracts Have Different Final Dates. In Addition Fredrikstad Municipality Will Enter Into Framework Agreements For Minor Assignments. Fredrikstad Reserves The Right To Use The Dps For Minor Assignments. These Contracts Will Exist Alongside The Dynamic Purchasing System That Fredrikstad Municipality Will Sign. Where There Are Framework Agreements Binding Fredrikstad Municipality To Purchase Within The Contracts, These Will Be Utilised. The Dynamic Purchasing System Will Thus Not Be Able To Lead To So-called Contract Leaks, But Will Supplement, And In The Long Run Within Some Areas Be Able To Replace Framework Agreements Entered Into. The System Will Not Be Time Limited. Furthermore, Moving Forward, Fredrikstad Municipality Will Also Be Able To Choose To Announce Individual Procurements Outside Of The Dynamic Purchasing System. This Can For Example Concern Extremely Comprehensive Contracts And Contracts That Require Special Expertise, Cf. The Above Named Complex Assignment. All Interested Tenderers Can Apply To Be Qualified And Included In The Dynamic Purchasing System. The Suppliers Who Are Included In The Dynamic Purchasing System There Will Be Little Risk And Little Work Involved In Seeking Inclusion In The System. At The Same Time, One Will Be Notified When Contests Are Held In The System. Therefore, Fredrikstad Municipality Advises Interested Suppliers To Apply For Inclusion In The System. The Contracting Authority Envisions That The Suppliers Can Cover The Different Areas Within The Announced Dps, But There Will Not Be A Need For All Of The Contracting Authorities Who Qualify For The System To Cover All Areas. This Means That Not All Who Are Qualified In A Dps Can Expect To Submit Tenders In A Tender Contest. The System Is Not Divided Into Groups Or Categories. Each Contest Will Have Information On What Type Of Services Are To Be Delivered, And Tenderers Must Themselves Assess Whether They Can Meet The Requirements In The Procurement In Such A Way That They Can Submit A Tender. The Contracting Authority Can Choose To Split The Procurement In Each Competition Into Groups/categories If It Is Deemed Appropriate.. The Procurement Is Related To A Project And/or Programme Financed By European Union Funds: No
Closing Date1 Dec 2031
Tender AmountRefer Documents 

Bromford Tender

United Kingdom
Details: Bromford Is A Housing Association With Over 46,000 Homes And An Ambitious New Build Development Programme. We Are Seeking Support From Companies And Partners That Can Provide Individual Or A Range Of The Services Identified Below. Whilst These Will Predominantly Be For The Purposes Of Our New Homes Development, There Are Often Cases Of Individual Existing Homes Where We Need Specialist Support And Advice. Whether This Be In Relation To Defects, Disrepair Or Structural Matters, Concerns Raised By Customers Or Bromford Seeking To Dispose Of The Home, We Need A Range Of Partners That Can Support These Elements As Well. Organisations Can Be Added To The Dps At Anytime Throughout The Year, Once They Have Completed The Qualifying Process (first Stage). The Organisation Will Then Form Part Of Bromfords' Approved List And Can Bid For Tenders. The Statements Below Are Not An Exhaustive List Of Requirements That Will Be Appointed, But Designed To Give An Overview Of The Services Required. Each Appointment Will Be Subject To A Scope Of Works Specific To Each Project. Bromford Needs To Appoint The Following Services:- Clerks Of Work Employers Agent Party Wall Surveyor Ecologist Highways/transport Planner Archaeologist Acoustic Consultant Ground Investigation Landscape Architect Construction Health And Safety Services Energy Consultant Services (gas, Electric, Water) Planning Consultant Sap Assessor Adoption Consultant Property/land Valuer Valuations Civil Engineer Structural Engineer Auctioneers Surveying Services Due To Bromford Increasing In Size And Covering Multiple Areas Across England, We Would Require The Dps To Have 2 Lots Per Service. This Would Cover The North Localities And The South Regions Separately. The Bidders Can Apply To One Or Both Locality Areas If They Have Experience In These Areas. Bromford Class The North Locality Regions As: Staffordshire And The Marches, Newcastle Under Lyme, Stoke On Trent, Stafford, Telford And Wrekin, Cannock, Shropshire, Bromsgrove, Lichfield, Redditch, Wolverhampton, Walsall, Dudley, Sandwell, Birmingham, Solihull, Coventry, North Warwickshire, South Derbyshire, Warwick, Rugby, Daventry And Surrounding Areas. Bromford Class The South Locality Regions As: Tewkesbury, Malvern Hills, Worcestershire, Stratford Upon Avon, Cheltenham, Herefordshire, Forest Of Dean, Stroud, Cotswolds, South Gloucestershire, Gloucestershire, Wiltshire, Bedford, South Northamptonshire, Milton Keynes, Oxfordshire, Buckinghamshire, Swindon, Bristol, Bath, North/east Somerset And Surrounding Areas.
Closing Date9 Jun 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+1Others
United States
Details: This Is A Sources Sought Synopsis For Little Rock Afb Airfield Pavements / Civil Works Idiq. Please Note That This Sources Sought Does Not In Any Way Obligate The Government To Award A Subsequent Contract. This Sources Sought Is For Market Research And Planning Purposes To Determine If Responsible Sources Exist And To Assist In Determining If This Effort Can Be Competitive. experience Required Is As Follows: - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience With Airfield Maintenance/repair And Successfully Completing Work Types Listed Below On An Active Airfield. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Chemical Detergent, Avion 50 (chemteck Incorporated), Or Equal For Rubber Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In The Use Of Ultra-high Pressure, Low Volume Water Blasting Equipment For Paint Removal From Airfield Pavements. - The Contractor And/or Subcontractor Shall Have A Minimum Of 5 Years’ Experience In New And Existing Layout, Preparation, And Painting Of Airfields And Roadways. the Principal Features Of The Work For Airfield Pavements Shall Consist Of But Are Not Limited To The Following: temporary And Permanent Airfield Markings. install Erosion Control Measures. seal Joints. spall Repair. bitumen Rejuvenation. random Crack Repair. rubber Removal friction Testing remove And Disposal Of Concrete Pavements. remove, Crush, And Stockpile Concrete Pavements. asphalt Cold Milling And Disposal Of Milled Material. asphalt Cold Milling And Stockpile Milled Material placing, Grading, And Compacting Government Provided Crushed Concrete And Asphalt Millings. construction Of New Concrete Pavements. groove The Runway Surface. install New Tie-downs In New Or Existing Pavement. placing Hot Mix Asphalt. install Subdrains. grading Airfield Areas To Meet Airfield Criteria hydroseed And Or Sod Disturbed Areas. providing Temporary Airfield Lighting During Construction. the Principal Features Of The Work For Civil Works Shall Consist Of But Are Not Limited To The Following: geographic Information Survey (gis) And As-built Drawings storm Water Pollution Prevention Plan (swppp) Implementation To Little Rock Afb And Arkansas Department Of Environmental Quality (adeq) Standards demolition Of Concrete, Asphalt And Various Structures concrete Work architectural Barriers Act (aba) And The Americans With Disabilities Act (ada) Ramps, Handrails, And Site Work site Work: Excavation To Grade, Grading, Compacting, Various Materials, Clearing & Grubbing, Selective Tree Cutting, And Demolition. landscape Establishment: Topsoil, Trees, Sodding, Seeding. concrete Joint Sealant asphalt Maintenance: Crack Sealant, Rejuvenation, Slurry Seal bollard Installation- Various Types Including Lighted valve, Meter, Hydrants Adjustments arkansas Highway And Transportation Department (ahtd) Standards Roadway Construction asphalt Construction asphalt Cold Milling roadway Maintenance Of Traffic And Traffic Control Devices lrafb, Ahtd, And Federal Highway Administration (fhwa) Pavement Markings And Signage culvert Installation, Modifications, And Safety End Sections drop Inlet, Curb Inlet, Junction Box Repair, Adjustments, Installation And Modifications underdrain Installation concrete Steps And Sidewalks brick Work traffic Detection Loop Installation And Repair anti-terrorism Force Protection (atfp) Walls And Cables exterior Electrical Lighting Services, And Feeders fence Repair, Demolition, And New Installation water And Gas Utility Line Adjustments performance Location: Little Rock Afb, Ar And Remote Locations Blackjack Drop Zone Near Romance, Ar; All American Landing Zone Camp Robinson, Ar; And Communication Site Near Cabot, Ar. period Of Performance (pop): The Period Of Performance Is Expected To Be Either: one (1) Twelve (12) Month Base Contract Period With Five (5) Twelve (12) Month Option Periods Or two (2) Twelve (12) Month Base Contract Period With Four (4) Twelve (12) Month Option Periods, And a Possible Six (6) Month Extension Of Services Provided. naics Codes: The Civil Works Will Be Within The Following North American Industry Classification System (naics) Code Sectors And Subsectors: sector/subsector Size Standard sector 23 – Construction subsector 237 – Heavy And Civil Engineering Construction $39.5m 237310 – Highway, Street, And Bridge Construction $39.5m this Is A Sources Sought Synopsis Only And Not A Request For Proposal (rfp). No Solicitation Is Being Issued At This Time And This Notice Shall Not Be Construed As A Commitment By The Government To Issue A Solicitation Or Ultimately Award A Contract, Nor Does It Restrict The Government To A Particular Acquisition Approach. Contractors Are Highly Encouraged To Submit A Package Containing The Information Below To The Government As A Result Of This Sources Sought Notice. Responses Will Not Be Returned. No Entitlement To Payment Of Any Costs To The Government Will Arise As A Result Of Contractor Submission Of Responses Or The Government’s Use Of Such Information. Information Requested Is For Sources That Have The Capability And Financial Means To Handle An Indefinite-delivery Indefinite-quantity For Airfield Pavements/civil Works That Allows Civil Engineering To Have Projects Accomplished At An Accelerated Pace Without Competition Utilizing A Pre-priced Contract With Line Items. information Requested Outlined In The Below Paragraphs Is To Be Emailed To Ms. Jennifer Bradford At Jennifer.bradford.2@us.af.mil, Ms. Kali Finke At Kali.finke.2@us.af.mil, Ms. Rachel Italiano At Rachel.italiano.1@us.af.mil, And Mr. Arthur Brown At Arthur.brown.17@us.af.mil, No Later Than 30 October 2024, 1:00 P.m. Cst. in Accordance With Far 52.204-7 – System For Award Management, Contractors Must Be Registered In The System For Award Management (sam) Database Via Https://sam.gov. Prime Contractors Must Be Us-owned Entities Who Intend To Submit A Package For This Sources Sought. 1. Company Information: name business Address point Of Contact telephone Number e-mail Address uei Number / Cage Code Number business Size In Relation To The Naics Code Size Standard Assigned To This Acquisition number Of Employees number Of Years In Business, Etc. a Positive Statement Of Your Intention To Submit A Proposal For This Solicitation As A Prime Contractor. 2. Socio-economic Status (e.g., Small Business, Hubzone, 8(a), Service Disabled Veteran Owned Small Business (sdvosb)), And Any Associated Documents Of Such Status, Certification Or Approvals. 3. Prime Contractors Shall Be Capable Of Securing Bonding Up To The Amount Of The Task Order (payment, Performance, Etc…). Provide Your Bonding Capacity Per Contract And Aggregate. 4. Provide A Point Of Contact To Assist In Market Research To Determine Solicitation Set-aside, If Any. 5. Demonstrate Your Ability To Execute Multiple Task Orders Concurrently 6. Demonstrate In-house Architect And Engineering (up To 100%) Design Capability Or Ready Access To Design Capability For Projects. 7. Summarize Projects That Show Your Capabilities And Past Performance. The List Of Relevant Projects May Include Names Of Project Team Members And Firm, Point Of Contact (contracting Officer And Quality Assurance Evaluator/inspector) With Titles, Phone Numbers, Project Scope, Type Of Contract, And Percentage Of Work Completed As The Prime Contractor. all Of The Above Must Be Submitted In Sufficient Detail For A Decision To Be Made On The Availability Of Small Business Concerns.
Closing Date28 Oct 2024
Tender AmountRefer Documents 

Bus Eireann Irish Bus Tender

Ireland
Details: Tenders are invited for The Services Which May Be Required By Be Under This Tender Competition Are Divided To 11 Lots, As Follows: 1. Architectural Services 2. Employers Representative Services 3. Interior Design Services 4. Civil And Structural Engineering Services 5. Mechanical And Electrical Services 6. Environmental Consultancy 7. Quantity Surveying 8. Planning Consultancy 9. Fire Safety Engineering Consultancy 10. Project Supervisor Services For The Design Process 11. Assigned Certifier Services Expressions Of Interest Are Invited For Individual Lots, All Lots, Or A Combination Of Lots.Type Of Contract: Services Response deadline (Irish time) 16-09-2025 13:00
Closing Date16 Sep 2025
Tender AmountRefer Documents 

NATIONAL OCEANIC AND ATMOSPHERIC ADMINISTRATION USA Tender

Civil And Construction...+1Civil Works Others
United States
Details: This Is A Pre-solicitation Notice For The Construction Of The Fish River And Weeks Bay Marsh Restoration Project Located In Baldwin County, Alabama On Fish River At The Weeks Bay National Estuarine Research Reserve Property North Of Us Highway 98. This Is Not A Solicitation For Proposals And No Contract Will Be Awarded From This Synopsis. No Reimbursement Will Be Made For Any Costs Associated With Providing Information In Response To This Synopsis Or Any Follow Up Information Requests. the U.s. Department Of Commerce, National Oceanic And Atmospheric Administration (noaa) Plans To Solicit And Award A Contract For The Construction Of The Fish River And Weeks Bay Marsh Restoration Project. the Proposed Project Will Be A Competitive, Firm-fixed Price Contract Procured In Accordance With Far 14 - Sealed Bidding. This Requirement Will Be A 100% Set Aside For Hubzone Small Business Concerns In Accordance With Far Subpart 19.13. the North American Industrial Classification System (naics) Code For This Procurement Is 237990, Other Heavy & Civil Engineering Construction. The Small Business Size Standard For This Naics Code Is $45 Million. project Description: This Environmental Restoration Project Consists Of All Work Necessary To Degrade Borrow Areas And Place Material Within The Previously Dredged Canals. The Material That Will Be Used To Fill The Previously Dredged Canals Will Be Obtained From Within The Project Construction Site. base Bid-fill Areas 1&2 Consists Of On-site Excavation And Placement Of Approximately 16,947 Cubic Yards Of Clayey-sand Fill Within Two (2) Of The Previously Dredged Canals. Work Required To Complete The Project Base Features Include Mobilization/demobilization, Surveying, Clearing And Grubbing, Debris Removal And Disposal Off-site, Canal Fill (volume In Place), Erosion And Turbidity Control Measures, And Special Construction Signage. bid Alternative Number 1-fill Area 3 Consists Of On-site Excavation And Placement Of Approximately 1,003 Cubic Yards Of Clayey-sand Fill Within One (1) Of The Previously Dredged Canals. Work Required To Complete The Bid Alternative Number 1 Features Include Mobilization/demobilization, Surveying, Clearing And Grubbing, Canal Fill (volume In Place), And Erosion And Turbidity Control Measures. bid Alternative Number 2-fill Area 2 Expansion Area Consists Of On-site Excavation And Placement Of Approximately 1,580 Cubic Yards Of Clayey-sand Fill Within One (1) Of The Previously Dredged Canals. Work Required To Complete The Bid Alternative Number 2 Features Include Surveying, Canal Fill (volume In Place), And Erosion And Turbidity Control Measures. the Estimated Period Of Performance For The Completion Of The Project Is 140 Calendar Days After Issuance Of The Notice To Proceed For The Base Bid-fill Areas 1&2 And Additional 30 Calendar Days For Bid Alternative Number 1-fill Area 3 If Exercised And An Additional 10 Calendar Days For Bid Alternative Number 2-fill Area 2 Expansion Area If Exercised. to Be Eligible For Award, The Resultant Solicitation Will Require The Offeror To Provide The Following: documentation That It Is A Firm Residing, Headquartered Or Principally Engaged As A Business In The State Of Alabama, Or A Gulf Coast State, In Accordance With The Gulf Coast Ecosystem Restoration Council-interagency Agreement Governing Performance Under The Resultant Contract. certification That The Firm Will Perform Services Representing At Least Twenty Percent (20%) Of The Total Labor Costs Under The Contract With Its Own Employees. list Of Proposed Equipment That Will Be Used On The Project. The Awardee Will Be Required To Perform With The Same Or Technically Equivalent Equipment Post-award. anticipated Solicitation Issuance Date Is On Or About April 5, 2024, And The Estimated Proposal Due Date Will Be On Or About May 6, 2024. The Official Solicitation Number 1305m324b0001 Will Be Issued Under Sam.gov.
Closing Date5 May 2025
Tender AmountRefer Documents 

Prosper Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United Kingdom
Details: The Authority Seeks To Establish A Dynamic Purchasing System (dps) For Design And Consultancy Services For Use By Its Members And Other Public Sector Contracting Bodies Within The North East, North West And Yorkshire & The Humber The Dps Comprises The Following Categories (lots): • Lot 1 Architect Services • Lot 2 Engineering (civil & Structural) • Lot 3 Surveying (all Forms) • Lot 4 Health & Safety (including Cdm) • Lot 5 Ground Investigation And Remediation Services • Lot 6 Mechanical & Electrical Design • Lot 7 Energy Assessments • Lot 8 Ecological Assessment & Reporting • Lot 9 Employers Agent • Lot 10 Principal Designer (cdm)
Closing Date14 Apr 2029
Tender AmountNA 
951-960 of 1045 active Tenders