Civil Engineering Tenders

Civil Engineering Tenders

DEPT OF THE ARMY USA Tender

Others
United States
Closing Date18 Nov 2024
Tender AmountRefer Documents 
Description: Previously Posted As W912bv24r0004 - Revised To W912bv24r0003indefinite Delivery Contract (idc) A-e Single Award Task Order Contract (satoc) For Performing Hydrologic And Hydraulic Engineering/design And Related Software Development To Support The United States Army Corps Of Engineers (usace) Civil Works Mission, Studies, Operation Of Multi-purpose Projects, Execution Of The Flood Risk Management Program, As Well As National Initiatives, International, And Interagency Support. Firms Will Be Selected For Negotiation Based On Demonstrated Competence And Qualifications For The Required Work. This Announcement Is Being Advertised As ?unrestricted? Under Naics Code 541330, Engineering Services That Has A Small Business Size Standard Of $25,500,000. This Announcement Is For A Single Award Task Order Contract (satoc) For A-e Services With A Total Shared Capacity Of $5,000,000 And Includes A Target Of One (1) A-e Indefinite Delivery Contract (idc) Reserved For Small Business. Please See Attachments For Full Synopsis And Proposal Date And Acknowledgment Sheet.amendment 0001 - This Solicitation (previously W912bv24r0004) Is Being Amended And The Date For Submissions Has Been Extended To 18 November 2024 At 10:00 Am Cst. The Previous Small Business Set-aside Has Been Removed And Now Submissions Are Being Accepted From All Firms.

DEPT OF THE AIR FORCE USA Tender

Others
United States
Closing Date1 Nov 2024
Tender AmountRefer Documents 
Details: Please Note This Is A Sources Sought Only. notice Of Availability: Joint Base Mcguire-dix-lakehurst Has Received A Request By Network Building + consulting, An Agent For Cellco Partnership, A Delaware General Partnership D/b/a Mobile T Mobile (dix Area)(facility 5903 - Water Tower). For A Lease For Antenna Space On Water Tower (known As Facility #5903) And Approximately 651 Square Feet Of Land For Support Type Equipment At The Base Of The Water Tower (facility #5903) Located At Montpelier Street At Jb Mdl, New jersey. This Notice Is To See If Any Other Interest Exists For Said Property.summary Of The Outgrant Terms And Conditions: Notice Of Availability Joint Base Mcguire-dix-lakehurst Has received A Request By Network Building + Consulting, An Agent For Cellco Partnership, A Delaware General partnership D/b/a T Mobile Wireless For A Lease For Antenna Space On A Water Tower Known As Facility 5903 And approximately 651 Square Feet Of Land For Support Type Equipment At The Base Of The Water Tower Located At 5903 montpelier Street, Jb Mdl, New Jersey. Lease Period Will Be For A Term Of Five (5) Years. Cost Of Lease Of property Will Be At A Minimum Equal To Fair Market Value. Grantee Must Be Able To Meet All Conditions In The attached Lease Template (atch 1). Lease Will Be At No Cost To The United States Air Force. Grantee Will Be responsible For All Administrative Costs Associated With The Lease, Including Without Limitation Having A Fair Market value Appraisal Report And Metes And Bounds Survey. The Details Of All Equipment Must Be Provided For Review by 87 Air Base Wing Safety Office, 87 Air Base Wing Communications Squadron, 87 Air Base Wing Civil Engineer group, And The Defense Information Systems Agency Defense Spectrum Organization Joint Spectrum Center. grantee Will Be Responsible For All Costs Associated With An Electromagnetic Environmental Effects Analysis Of The proposed Equipment. At The Completion Of The Lease, Grantor Has Complete Discretion In Granting A Renewal And can Consider, By Way Of Example And Not By Way Of Limitation, The Past Practices Of Grantee On The Installation, The timeliness Of Grantee's Request For Renewal Relative To Requests By Other Entities For Similar Leases And The Changing communications Requirements Of The Government. please Email The Pocs Ms. Mary Beth Saunders And Ms.wanda Wilson If Your Company Is Capable And Intersted In This Sources Sought.

NATIONAL PARK SERVICE USA Tender

Civil And Construction...+2Others, Civil Works Others
Corrigendum : Closing Date Modified
United States
Closing Date2 Dec 2024
Tender AmountRefer Documents 
Details: ****new Solicitation Number****140p2025r0008yose 196416 Rehabilitate El Portal Wastewater Treatment Facility And Admin Camp.this Requirement Is Being Solicited Under 140p2025r0008.action: Pre-solicitation Noticepre-solicitation Number: 140p2024r0030classification Code: Y1pd ¿ Construction Of Waste Treatment And Storage Facilitiesnaics: 237990 Heavy And Civil Engineering Construction Projects Contracting Officer: Paula Teaguedsc-cs Contracting Services Divisionnational Park Servicep.o. Box 25287denver, Co 80225point Of Contact:patrick Naulty, Contract Specialist, Patrick_naulty@nps.govtitle Of Project: Yose 196416 Rehabilitate The Wastewater Treatment Facility And Administrative Camp Place Of Performance: Yosemite National Park, Cageneral:the National Park Service (nps), Department Of Interior (doi), Denver Service Center (dsc), Is Conducting A Full And Open Competition To Solicit Proposals From Companies That Have The Capability To Perform The Work Described Below. The Solicitation Will Be Issued Electronically On System For Award Management, Https://sam.gov. Solicitation Documents Will Be Available For Download In Microsoft Word, Html, Microsoft Excel, And/or Adobe Pdf. Please Note: Paper Copies Of The Solicitation Will Not Be Made Available. Vendors Can Search For Opportunities And Award History On Www.sam.gov Without Registering. The System For Award Management (www.sam.gov) Website Has A Contract Opportunities Area And A Watchlist Where You Can Add Your Company¿s Interest. Registering Provides The Opportunity To Receive Notifications; This Is A Tool Of Convenience Only And Does Not Serve As A Guarantee Of Notification. Interested Vendors And Plan Holders Are Required To Visit The Website Periodically To Check For Amendments And Other Changes To The Synopsis Or Solicitation Documents. Prospective Offerors Desiring To Conduct Business With The Doi Are Required To Have An Active Registration In The System For Awards Management (sam) At Https://sam.gov. This Pre-solicitation Announcement Is Not A Solicitation Document, But Pre-notice Of An Upcoming Solicitation. Specific Instructions On Submitting Your Proposal Will Be Contained In The Solicitation Documents To Be Issued On Or After The Date Listed Below. Proposed Solicitation Issue Date: On Or About 30 September 2024this Is Currently An Unfunded Requirement With A High Expectation That Funds Will Be Available. When, And If Funds Become Available A Contract Will Be Awarded At That Time.the Naics Code For This Requirement Is 237990 With A Size Standard Of $45 Million.description: This Project Will Rehabilitate The 45-year-old El Portal Wastewater Treatment Plant, The Largest In The Nps, And The Sole Wastewater Treatment Service For The Yosemite Valley, El Portal, And Adjacent Communities, Treating Up To One Million Gallons Per Day. The Existing Facility Features An Undersized Two-story Arrangement With Limited Access Points And Failing Systems. It Is Not Feasible To Modify The Existing Plant To Accommodate Required Improvements To Lab And Office Space, Make Room For More Effective Treatment Process Infrastructure, Or Provide Adequate Space For System Operation And Maintenance Activities. Replacement Components Are Difficult To Procure Or Are No Longer Manufactured Due To The Age Of The Existing Plant, Resulting In The Need To Fully Replace The Electrical Service, Switchgear, Motor Control Center, And Distribution Systems. This Project Scope Also Includes Demolition Of Obsolete Buildings And Infrastructure.this Project Will Also Rehabilitate The Former El Portal Administrative Camp To Be Used As Rv Sites For Construction Workforce Housing And A Contractor Staging Area. Nps Plans To Rehabilitate Or Replace Infrastructure And Utility Systems To Support The Rv Sites. Nps Will Implement Its Best Practices For Rv-based Campground Design To Arrange The Rv Sites To Improve Natural And Cultural Resource Protection.estimated Price Range: Over $150 - $200 Million. Estimated Period Of Performance: 1460 Days From Notice To Proceed Including Mandated Or Environmental Shutdowns. Proposal Receipt Date Is Not Known At This Time. The Actual Date Will Be Established In The Solicitation Documents.a Pre-proposal Meeting May Be Posted, And Date/location Will Be Noted In The Solicitation.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date26 Nov 2024
Tender AmountRefer Documents 
Details: Bank Stabilization, Big Bend Lower Brule on Or About 24 October 2024, The Government Intends To Issue The Invitation For Bid (ifb) For “big Bend Lower Brule Bank Stabilization, Lower Brule, Sd”. The Ifb Will Close On Or About 26 November 2024. this Is A 100% Small Business Set-aside. site Visit: a Site Visit Will Be Scheduled And Additional Information Regarding The Site Visit Will Be Provided In The Solicitation Via Far Clause 52.236-27. project Description: the Project Is An Approximate 0.5 Mile Reach Located Along The Left Descending Bank Of Lake Sharpe Upstream Of The Lower Brule, Sd Town Site. Lower Brule North Element 1 Phase 1 Includes Riprap Shoreline Protection, An Offshore Breakwater Constructed Primarily Of Placing Spalls And Riprap And Earth Fill Within The Lake, Earthwork To Excavate And Grade Riparian Planting Benches, An Aggregate Maintenance Trail Including Installation Of 14 Culverts. Related Tasks Include Earth Moving, Grading, Bank Shaping, Rock Installation, Water Management, Fill, And Topsoil Placement. do Not Submit Requests For Plans And Specifications. See ‘obtaining Solicitation Documents’ Below. completion Date: the Contractor Will Be Required To Commence Work Upon Receipt Of Contract Award And Complete The Work 720 Days After Receipt Of Notice To Proceed, This Is Subject To Change After Ifb Issuance. provisions Will Be Included For Liquidated Damages In Case Of Failure To Complete The Work In The Time Allowed. performance And Payment Bonds Will Be Required. estimated Construction Costs: the Estimated Construction Cost Of This Project Is Between $5,000,000.00 And $10,000,000.00. naics Code: the Primary North American Industry Classification System (naics) Code Anticipated For Solicitation Is 237990, Heavy And Other Civil Engineering Construction, With A Size Standard For Small Business Of $45m. all Contractors Must Be Registered And Have An Active And Verified Account In The System For Award Management (sam) In Order To Receive A Contract Award From Any Dod Activity. Contractors May Access The Internet Site At: Https://www.sam.gov/ To Register And/or Obtain Information About The Sam Program. Contractors Must Ensure That The Applicable Naics Listed Above Is Included In Their Profile Prior To Submission Of Offer. contracting Office Address: usace Omaha District 1616 Capital Ave, Omaha, Ne 68102-4901 point Of Contact: all Questions Shall Be Submitted On Projnet. Projnet Access, And Additional Guidance, Will Be Given At Time Of Issuance Of The Ifb Solicitation. place Of Performance: big Bend, lower Brule, South Dakota 57548 obtaining Solicitation Documents: solicitation Documents Will Be Posted To The Web Via Sam.gov (https://sam.gov). find Solicitation Announcement In Sam.gov (https://sam.gov). 1. Use The ‘all Award Data' To Locate The Project By Entering The Solicitation Number. 2. By Using The ‘login' Feature, It Allows Additional Search Features And Allows You To Keep Your Searches. Login Might Be Required On Some Solicitations That Are Considered Restricted. 3. Once You Have Located Your Project, Click On Link To Solicitation To View The Project. Files May Be Downloaded From The Column On The Left Side Reading ‘attachments/links’. note: Offerors Please Be Advised That An Online Registration Requirement In System For Award Management (sam) Database Http://www.sam.gov/ Exists And Directed Solicitation Provisions Concerning Electronic Annual Representations And Certifications On Sam. Representations And Certifications Are Required To Be Up-dated Annually As A Minimum To Keep Information Current, Accurate And Complete. The Electronic Annual Representations And Certifications Are Effective For One Year From Date Of Submission Or Update To Sam. Solicitation Documents Will Be Posted To The Web Via Sam.gov (https://sam.gov). Registration Is Required To Access Solicitation Documents. Sam.gov (https://sam.gov) Provides Secure Access To Acquisition-related Information, Synopsis Or Pre-solicitation Notices And Amendments. phone Call Will Not Be Accepted.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Drainage Work
United States
Closing Date7 Nov 2024
Tender AmountRefer Documents 
Details: ****pre-solicitation Number Posted 13 September 2024 Is Listed A W9128f25b0003**** ****actual Solicitation Number For This Requirement Is W9128f25b0004. Ensure That All Submitted Document Use The W9128f25b0004 Number**** the U.s. Army Corps Of Engineers (usace) - Omaha District Has Issued This Invitation For Bid (ifb) For Saint Vrain Creek Flood Risk Reduction Project Located In Longmont, Colorado. The Solicitation Will Close On 7 November 2025. This Solicitation Is Restricted To Small Businesses Only. site Visit: a Site Visit Is Scheduled 16 October 2024 At 10:00 Am Mdt. Contractors Interested In Seeing The Site Need To Make Reservation With Christopher Fassero By Phone At (402) 995-2679 Or By E-mail At Christopher.a.fassero@usace.army.mil. contractors Are To Meet At The Izaak Walton Park Shelter At 18 S. Sunset Street, Longmont, Co. additional Information Regarding The Site Visit Is Provided In The Solicitation Via Far Clause 52.236-27. project Description: the Work In This Project Primarily Includes Improvements To The Saint Vrain Creek Channel To Increase The Overall Flood Conveyance Which Shall Reduce Flooding Risk To Adjacent Properties And To Enhance The Aesthetic, Recreational, And Environmental Conditions Along The Creek Corridor. Work Relating To Channel Grading, Recreational Trail Construction, And Irrigation System Installation Shall Tie Into Similar Work, By Others, Upstream And Downstream Of The Project Site. period Of Performance: construction Duration Will Be 455 Calendar Days. naics Code: the Primary North American Industry Classification System (naics) Code Anticipated For Solicitation Is 237990, - Other Heavy And Civil Engineering Construction, With A Size Standard For Small Business Of $45m. all Contractors Must Be Registered And Have An Active And Verified Account In The System For Award Management (sam) In Order To Receive A Contract Award From Any Dod Activity. Contractors May Access The Internet Site At: Https://www.sam.gov/ To Register And/or Obtain Information About The Sam Program. Contractors Must Ensure That The Applicable Naics Code 561730 Is Included In Their Profile Prior To Submission Of Offer. disclosure Of Magnitude: between $10,000,000 And $25,000,000 contracting Office Address: usace Omaha District 1616 Capital Ave, Omaha, Ne 68102-4901 point Of Contact: all Questions Shall Be Submitted To The Pocs Listed On Sam.gov. place Of Performance: longmont, Colorado obtaining Solicitation Documents: solicitation Documents Will Be Posted To The Web Via Sam.gov (https://sam.gov). find Solicitation Announcement In Sam.gov (https://sam.gov). 1. Use The ‘all Award Data' To Locate The Project By Entering The Solicitation Number. by Using The ‘login' Feature, It Allows Additional Search Features And Allows You To Keep Your Searches. Login might Be Required On Some Solicitations That Are Considered Restricted. 2. Once You Have Located Your Project, Click On Link To Solicitation To View The Project. Files May Be Downloaded from The Column On The Left Side Reading ‘attachments/links’. 3. Note: Offerors Please Be Advised That An Online Registration Requirement In System For Award Management (sam) database Http://www.sam.gov/ Exists And Directed Solicitation Provisions Concerning Electronic Annual representations And Certifications On Sam. Representations And Certifications Are Required To Be Up-dated Annually as A Minimum To Keep Information Current, Accurate And Complete. The Electronic Annual Representations And certifications Are Effective For One Year From Date Of Submission Or Update To Sam. Solicitation Documents Will Be posted To The Web Via Sam.gov (https://sam.gov). Registration Is Required To Access Solicitation Documents. Sam.gov (https://sam.gov) Provides Secure Access To Acquisition-related Information, Synopsis Or Pre-solicitation Notices And amendments. phone Calls Will Not Be Accepted.

Prosper Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United Kingdom
Closing Date14 Apr 2029
Tender AmountRefer Documents 
Details: Tenders are invited for dynamic purchasing system (dps) for design and consultancy services 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 uk.The dps comprises the following categories (lots):• lot 1 architect services • lot 2 engineering (civil & ...• 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) Estimated contract dates: 15/04/2019 end date 14/04/2029

Prosper Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Corrigendum Added
United Kingdom
Closing Date14 Apr 2029
Tender AmountRefer Documents 
Details: Tenders are invited for Dynamic Purchasing System (dps) For Design And Consultancy Services 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 UK. The DPS comprises the following lots: — Lot 1: Architect Services, — Lot 2: Engineering (Civil and Structural), — Lot 3: Surveying (All Forms), — Lot 4: Health and Safety [including Construction (Design and Management) Regulations 2015], — Lot 5: Ground Investigation and Remediation Services, — Lot 6: Mechanical and Electrical Engineering Design, — Lot 7: Energy Assessments, — Lot 8: Ecological Assessment and Reporting, — Lot 9: Employer's Agent, — Lot 10: Principal Designer [Construction (Design and Management) Regulations 2015]. General public services

Ware Town Council Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United Kingdom
Closing Date11 Nov 2024
Tender AmountEUR 1.2 Million (USD 1.3 Million)
Description: Specification Of Works Extension, Re-modelling & Refurbishment Works Ware Priory Lido, Priory Street, Ware, Hertfordshire, Sg12 0da On Behalf Of:- Ware Town Council Contents 1.0 Preliminaries & Contract Conditions 3 2.0 Schedule Of Works 37 Appendices Appendix A - Collection Page Appendix B - Form Of Tender Appendix C - Tbs Amwell Quotation Appendix D - Ironmongery Schedule 1.0 Preliminaries & Contract Conditions A10 Project Particulars 110 The Project • Name: Extension, Re-modelling And Refurbishment Works. • Location: Ware Priory Lido, Priory Street, Ware, Sg12 0de. • Length Of Contract: 40 Weeks. 120 Employer (client) • Name: Ware Town Council. • Address: The Priory, High Street, Ware, Hertfordshire, Sg12 9al. 130 Principal Contractor (cdm) • Name: To Be Appointed. 135 Architect • Name: Icon Building Consultancy Limited. • Address: 13 Ducketts Wharf, South Street, Bishop's Stortford, Cm23 3ar. • Contact: Chris Day. • Telephone: 01279 653386. • E-mail: Chris.day@iconbc.co.uk. 140 Contract Administrator • Name: Icon Building Consultancy Limited. • Address:13 Ducketts Wharf, South Street, Bishop's Stortford, Cm23 3ar. • Contact: Stuart Roberts. • Telephone: 01279 653386. • E-mail: Stuart.roberts@iconbc.co.uk. 150 Principal Designer • Name: Icon Building Consultancy Limited. • Address: 13 Ducketts Wharf, South Street, Bishop's Stortford, Cm23 3ar. • Contact: Chris Day. • Telephone: 01279 653386. • E-mail: Chris.day@iconbc.co.uk. 160 Quantity Surveyor • Name: Icon Building Consultancy Limited. • Address: 13 Ducketts Wharf, South Street, Bishop's Stortford, Cm23 3ar. • Telephone: 01279 653386. • Contact: Stuart Roberts. • Telephone: 01279 653386. • E-mail: Stuart.roberts@iconbc.co.uk. 170 Civil & Structural Engineer • Name: Richard Hatton Associates Limited. • Address:14 Weston Barns, Hitchin Road, Weston, Herts, Sg4 7ax. • Contact: Colin Wilson • Telephone: 01438 350933. • E-mail: Colin@richardhatton.co.uk. 190 Mechanical Services Engineer • Name: Pb Design & Consultancy Limited. • Address: Woodside Cottage, Wood Lane, Renhold, Bedford, Mk41 0lt. • Contact: Peter Murphy. • Telephone: 07772 261184. • E-mail: Peter@pbdesignltd.co.uk. 200 Electrical Services Engineer • Name: Tyse Design & Consultancy Limited. • Address: 2 Osier Link, Ampthill, Mk45 2tw. • Contact: Lee Tysoe. • Telephone: 07968 231920. • E-mail: Lee@tysedesign.co.uk. A11 Tender And Contract Documents 110 Tender Drawings • The Tender Drawings Are: Icon Building Consultancy Architectural Drawings Enclosed In Tender Pack.

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Others
United States
Closing Soon22 Oct 2024
Tender AmountRefer Documents 
Details: Advanced Notice For The Repair Of The Vessel Mooring Structure At The Usace Albany Field Office, Troy Lock & Dam Located In Troy, Ny: u.s. Army Engineer District, New York, Cenan-ct, 26 Federal Plaza, New York, Ny 10278-0090. The U.s. Army Corps Of Engineers, New York District Intends To Issue A Solicitation Package Seeking To Award A Firm-fixed Price Contract For The Repair Of The Vessel Mooring Structure At The Usace Albany Field Office, Troy Lock & Dam Located In Troy, Ny. This Project Will Be Solicited As A Small Business Set -aside Via An Invitation For Bid (ifb)/firm Fixed Price Contract. project Description: the Mooring Structure Is Located Downstream Of Troy Lock & Dam On The Hudson River. The Mooring Structure Is Currently Used By Public And Private Ships When Preparing To Enter And Exit The Lock. The Mooring Structure, Constructed In 1968, Is A Diaphragm Type Cellular Structure. It Consists Of Seventeen Steel ½ Inch Sheet Pile Cellular Filled With Crushed Stone And Covered By A Concrete Deck. The Mooring Structure Has A Timber Fender System Consisting Of Seven Rows Of Oak Rubbing Strips That Are Fastened Along The Entire Length Of The Structure. There Are Nine Cast Iron Snubbing Posts And Eight Ladders. the Repair Project Includes The Following Elements: replace Timber Rubbing Fenders With Composite Material Fendering System. replace Fendering System Supports And Tie Plates. repair Damaged Ladders And Metal Grating. removal And Replacement Eight Of Seventeen Concrete Decks Which Have Settled Within The Sheet Piles. repair Leaks Along Cell Walls And Fill Voids. clear Vegetation Growing On The Concrete Decks Of The Structure, Trim Tree Branches Directly Above The Structure To Include Removal Of One Tree. there Will Be No Land Access To This Vessel Mooring Structure, All Work Shall Be Performed Via Water Access Only. the Mooring Structure Is Located Adjacent To The City Of Troy’s Public Boat Launch. Contract Work In No Way Shall Impact The Operation Of The Boat Launch. The Contractor Shall Be Responsible To Install Appropriate Safety Measures On Shore And In The Water To Segregate The Project Work Area From The Public Boat Launch. The Public Boat Launch Is Typically The Most Active From Mid-april To The End Of May During The Annual Striped Bass Spawning Season. the Contractor Will Be Required To Procure All Required Permits, Certifications, And Licenses Required By Federal, State, And Local Laws For The Execution Of This Work And Must Perform The Necessary Investigations And Analysis Required To Prepare The Applications. Permits Might Include, But Are Not Limited To, Those Needed For Work In The Vicinity Of Structures Potentially Listed On The National Register Of Historic Places, Compliance With Usace Nationwide Permits (nwp) 3 And 18, Wetland Delineation And Mitigation (if Required), New York State Department Of Environmental Conservation (nysdec) Permits And New York State Department Of State (nysdos) Permits And Shall Submit Evidence Of Such Permits And Approvals To The Government. the Naics Code Is 237990, Other Heavy And Civil Engineering Construction. The Estimated Construction Cost Is Between $1,000,000 And $5,000,000. The Performance Period Shall Be Approximately 365 Calendar Days From The Issuance Of The Ntp. Award Is Projected In December 2024. bids Will Be Submitted To The U.s. Army Corps Of Engineers, Contracting Division, At 26 Federal Plaza, Room 16-300. All Questions Must Be Submitted In Writing Via Email. Sam.gov Will Be Utilized To Issue The Solicitation And Any Amendments, If Any. Telephone, Email, Or Fax Requests For The Solicitation Will Not Be Accepted Or Honored. Paper Copies Of This Solicitation And Amendments, If Any, Will Not Be Available Or Issued. all Vendors Who Want Access To The Solicitation Must Be Registered With Sam.gov. Business Opportunities Can Be Located In Sam.gov. To Keep Informed Of Changes, Check Sam.gov Frequently. Project Specification Files And Drawings Are Portable Document Files (pdf). Prospective Contractors Must Be Registered In Sam.gov Prior To Award. Lack Of Registration In Sam.gov May Make An Offeror Or Bidder Ineligible For Award. direct All Contracting Questions By E-mail To The Contract Specialist Ms. Denisse Soto At Denisse.m.soto@usace.army.mil And The Contracting Officer, Mr. Mohenda Suragel At Mohenda.r.surage@usace.army.mil.

Health Service Executive HSE Tender

Services
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Ireland
Closing Date4 Nov 2024
Tender AmountEUR 600 Million (USD 656.2 Million)
Details: Title: Multi-party Framework Agreement For Hse Design Team Services Framework 2024 – Fw05: Non-acute Healthcare Capital Works – Project Value €15m - €60m Excl. Vat For Rha E (limerick, Clare And North Tipp) description: Multi-party Framework Agreement For Hse Design Team Services Framework 2024 – Framework 05: Non-acute Healthcare Capital Works – Project Value €15m - €60m Excl. Vat. This Framework Will Include The Following Design Team Disciplines (lots): Lot 1: Architect (ar) As Principal Service Provider With The Following Specialists Domestic Subconsultants, Or In-house Specialisms: A. Planner (pl) And B. Bim Information Manager (bim). Lot 2: Quantity Surveyor (qs), As Principal Service Provider. Lot 3: Building Services Engineer (m+e), As Principal Service Provider. Lot 4: Civil / Structural Engineer (c+s), As Principal Service Provider. Lot 5: Fire Safety Consultant As Principal Service Provider. Lot 6: Project Supervisor Design Process, As Principal Service Provider. Lot 7: Employer’s Representative (er), As Principal Service Provider. Lot 8: Energy Efficient Design Facilitator (eedf), As Principal Service Provider. Lot 9: Assigned Certifier (ac), As Principal Service Provider. Within Rha E (limerick, Clare And North Tipperary)
961-970 of 1045 active Tenders