Civil Engineering Tenders

Clare County Council Tender

Services
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Ireland
Details: Title: Establishment Of Multi-party Framework Agreements For Design Consultancy Services For Affordable And Social Housing Projects For Clare County Council (projects Less Than €5m Construction Value) description: Establishment Of Multi-party Framework Agreements For Design Consultancy Services For Affordable And Social Housing Projects For Clare County Council (projects Less Than €5m Construction Value) Lot 1 - Architectural (design Team Lead) Lot 2 - Civil And Structural Engineering Lot 3 - Mechanical And Electrical Engineering Lot 4 - Quantity Surveying Consultancy Services
Closing Date15 Jan 2025
Tender AmountEUR 4 Million (USD 4.5 Million)

Dubai Municipality Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United Arab Emirates
Details: Schedule 5(a): Remuneration - General : The Remuneration Of The Consultant For The Performance Of The Duties As Described In Clause 2, 3 And 4 Shall Be As Follows:- Schedule 5(a): Remuneration - General - 3.1.1.1: Consultancy Service For Feasibility & Preliminary Study And Concept Design Fees Not Exceed 20% Of Total. - 3.1.1.2: Consultancy Service For Preliminary Design Fees Not Exceed 20% Of Total - 3.1.1.3: Consultancy Service For Final Design Fees Not Exceed 40% Of Total - 3.1.1.4: Consultancy Service For Preparation Of Tender Documents Fees Not Exceed 10% Of Total - 3.1.1.5 (b): Consultancy Service For Tender Procedure Fees Not Exceed 5% Of Total - 3.1.1.6: Consultancy Service For Contract Preparation Fees Not Exceed 5% Of Total - 3.1.1.7 (stage 7): Payment For Construction Supervision - -: For The Supervision Of The Works As Described In Stage 7 (reference Clause 3.1.1.7) - -: Schedule Of Payments: (position Rates) - Position: Resident Engineer (project Manager) - Position: Civil Engineer - Position: Architect –designer - Position: Interior Design Engineer - Position: Structural Engineer - Position: Mechanical Engineer - Position: Electrical Engineer - Position: Landscape Architect - Position: Quantity Surveyor - Position: Inspector (civil) - Position: Inspector (mep) - Position: Land Surveyor - Position: Planner Specialist - Position: Bim Specialist (certified) - Position: Document Controller (administrator) - *: All Other Services Required To Provide Efficient Supervision During Construction Stage & Any Required Staff Not Mentioned In The Schedule Will Considered As Office Back –up(refer To Clause 3.1.17 Gccsa) Full Time – Up To 08 Hours Per Day : Part Time : Up To 4 Hours Per Day - 3.1.1.8 : Statement At Completion And Defects Liability Period - 3.1.1.9 : Defects Liability Certificate And Final Payment Certificate - 3.1.1.10 : Records And Operating Instructions - Important Note: Please Feed The Mentioned Lin...
Closing Date27 Mar 2025
Tender AmountRefer Documents 

DEPT OF THE AIR FORCE USA Tender

Civil And Construction...+2Others, Civil Works Others
United States
Details: Langley Contractor Operated Civil Engineer Supply Strore (cocess) Presolicitation Synopsis the 633d Contracting Squadron Intends To Solicit A Firm-fixed-price Contract For Contractor Operated Ce Supply Store (cocess) In Joint Base Langley Air Force Base. This Proposed Procurement Will Be A 100% Small Business Set-aside (sb). The Period Of Performance Will Be For One Base Year And Four One-year Option Periods. the North American Industry Classification System (naics) Code For This Acquisition Is 444140 And The Small Business Size Standard Is $16.5m. The Rfp Release Date Is On Or About 21 April 2025 And Will Close 30 Days Thereafter. It Is The Offerors Responsibility To Monitor The Government Point Of Entry, Www.sam.gov, For The Release Of The Solicitation And Amendments (if Any). potential Sb Contractors Are Hereby Notified That The Solicitation And Subsequent Amendments To The Solicitation Will Only Be Available In Electronic Format. The Solicitation Number Will Be Fa4800-25-q-0010 And Will Be Posted To The System For Award Management (sam), Located At Http://www.sam.gov/.this Office Will Not Issue Hard Copy Solicitations. prospective Offerors Should Not Expect Notification That An Amendment Has Been Issued. Offerors Wishing To Submit An Offer Are Responsible For Downloading Their Own Copy Of The Rfp From These Websites And To Frequently Monitor The Sites For Any Amendments To The Rfp. An Offeror’s List Will Not Be Maintained By This Office. no Telephone Or Fax Requests For The Rfp Package Will Be Accepted. Failure To Respond To The Electronically Posted Rfp And Associated Amendments Prior To The Date And Time Set For Receipt Of Offers May Render A Contractor’s Offer Non-responsive And Result In Rejection Of The Same. interested Offerors Must Be Registered In The System For Award Management (sam) Database To Be Considered For Award. Registration Is Free And Can Be Completed On-line At Http://www.sam.gov. Lack Of Registration In The Sam Database Will Make An Offeror Ineligible For Award. Any Questions In Regard To This Notice Should Be Submitted In Writing Via E-mail To Mandisa.peters.1@us.af.mill And Vanity.wright@us.af.mil.
Closing Date14 Apr 2025
Tender AmountRefer Documents 

Dubai Municipality Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Corrigendum : Closing Date Modified
United Arab Emirates
Details: Schedule 5(a): Remuneration - General: The Remuneration Of The Consultant For The Performance Of The Duties As Described In Clause 2, 3 And 4 Shall Be As Follows:- Schedule 5(a): Remuneration - General - 3.11.1.a- D: Consultancy Services For The Study: Dubai Beautification Visual Identity Design Report - 3.1.1.1. E & F: Consultancy Services For The Study: * Dubai Beautification Visual Identity Guidelines Report * Study Areas (1&2) Data Collection And Current Situation Assessment Reports - 3.1.1.1. G: Consultancy Services For The Study: Study Areas (1&2) Concept Designs - 3.1.1.2: Consultancy Services For Preliminary Design - 3.1.1.3: Consultancy Services For Final Design - 3.1.1.4: Consultancy Services For The Preparation Of Tender Documents - 3.1.1.5 (b): Tender Procedure And Tender Report - 3.1.1.6: Consultancy Services For Contract Preparation - 3.1.1.7 (stage 7): Payment For Construction Supervision - -: For The Supervision Of The Works As Described In Stage 7 (reference Clause 3.1.1.7) - -: Schedule Of Payments: (position Rates) - Position: Resident Engineer (project Manager) - Position: Civil Engineer - Position: Architect - Position: Interior Design Engineer - Position: Landscape Architect - Position: Bim Specialist (certified) - Position: Document Controller (administrator) - Position: Draftsman - Position: Structural Engineer - Position: Mechanical Engineer - Position: Electrical Engineer - Position: Quantity Surveyor - Position: Land Surveyor - Position: Inspector (civil) - Position: Inspector (mechanical) - Position: Inspector (electrical) - Position: Planner - *: All Other Services Required To Provide Efficient Supervision During Construction Stage & Any Required Staff Not Mentioned In The Schedule Will Considered As Office Back –up(refer To Clause 3.1.17 Gccsa) Full Time – Up To 08 Hours Per Day : Part Time : Up To 4 Hours Per Day - 3.1.1.8 : Statement At Completion And Defects Liability Period - 3....
Closing Date24 Mar 2025
Tender AmountRefer Documents 

St Johns River Water Management District Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United States
Details: Project Description The Objective Of The Project (project) Is To Inspect All Underwater Culvert/structures Identified In Attachment A – Statement Of Work, Appendix A - Underwater Inspection List, To Assess Their Current Condition And Provide Critical Information For Repair And Maintenance Activities. Inspection Reports Will Be Supplied To The United States Army Corps Of Engineers (usace). Consultant Shall Provide An Underwater Inspection Team And Qualified Divers To Inspect All Structure Elements Which Are Primarily Below-water. The Underwater Inspection Team Shall Include Individuals Qualified By Experience And Training In The Inspection, Design, Construction And Understanding Of The Operation Of Flood Control Structures. A Minimum Of One (1) Member Of The Inspection Team Shall Be A Professional Engineer Licensed In The State Of Florida Under Chapter 471, Florida Statute. The Professional Engineer, As A Member Of The Inspection Team, Shall Be Responsible For The Overall Underwater Inspection Findings And Recommendations. All Dive Operations Shall Meet The Requirements And Qualifications Of Osha 29 Cfr Part 1910, Subpart T - Commercial Diving Operations. Underwater Inspectors Must Be Familiar With The Principles Of General Civil, Geotechnical, Structural, Electrical And Mechanical Engineering. In Addition To Osha 29 Cfr Part 1910, Consultant Shall Ensure That All Other Applicable Federal And State Safety Regulations Are Met. This Includes Providing Staff And Equipment To Meet The Requirements. Structure Underwater Inspections Shall Be Based On Usace’s Manual Em 1110-2-2902 Conduits, Pipes, And Culverts Associated With Dams And Levee Systems, Chapter 6: Inspections, Condition Assessments, And Prioritized Mitigation Plans. Other Federal Or Industry Standards Of Practice May Be Utilized For Specific Activities If Appropriate. The Following List Presents A Partial Listing Of Inspection Standards; Other Standards May Also Apply. Consultant Shall Use The Most Recent Version Of Referenced Standards. Underwater Inspection Of Bridges Fhwa-nhi-10-027; U.s. Dot/fhwa Underwater Investigations Standard Practice Manual, Level 1 Inspections, American Society Of Civil Engineer’s (asce)
Closing Date15 Jan 2025
Tender AmountRefer Documents 

Dubai Municipality Tender

Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
United Arab Emirates
Details: Schedule 5(a): Remuneration - General : The Remuneration Of The Consultant For The Performance Of The Duties As Described In Clause 2, 3 And 4 Shall Be As Follows:- Schedule 5(a): Remuneration - General - 3.1.1.1: Consultancy Services For The Studies And Development - 3.1.1.2: Consultancy Services For Preliminary Design - 3.1.1.3: Consultancy Services For Final Design - 3.1.1.4: Consultancy Services For The Preparation Of Tender Documents - 3.1.1.5 (b): Consultancy Service For Tender Procedure - 3.1.1.6: Consultancy Services For Contract Preparation - 3.1.1.7 (stage 7): Payment For Construction Supervision - -: For The Supervision Of The Works As Described In Stage 7 (reference Clause 3.1.1.7) - -: Schedule Of Payments: (position Rates) - Position: Resident Engineer (project Manager) - Position: Civil Engineer - Position: Architect - Position: Interior Design Engineer - Position: Structural Engineer - Position: Mechanical Engineer - Position: Electrical Engineer - Position: Landscape Architect - Position: Quantity Surveyor - Position: Inspector (civil) - Position: Inspector (mep) - Position: Land Surveyor - Position: Bim Specialist (certified) - Position: Document Controller (administrator ) - Position: Planner - *: All Other Services Required To Provide Efficient Supervision During Construction Stage & Any Required Staff Not Mentioned In The Schedule Will Considered As Office Back –up(refer To Clause 3.1.17 Gccsa) Full Time – Up To 08 Hours Per Day : Part Time : Up To 4 Hours Per Day - 3.1.1.8 : Statement At Completion And Defects Liability Period - 3.1.1.9 : Defects Liability Certificate And Final Payment Certificate - 3.1.1.10 : Records And Operating Instructions - Important Note: Please Feed The Mentioned Lines (from 2.11.3 To 2.11.10) As Priced Above. - 3.1.1.1: Consultancy Services For The Studies And Development - 3.1.1.2: Consultancy Services For Preliminary Design - 3.1.1.3: Consultancy Services For F...
Closing Date13 Jun 2025
Tender AmountRefer Documents 

AGRICULTURAL RESEARCH SERVICE USA Tender

Others
United States
Description: Amendment 0002 Issued To Provide Revised Statement Of Work (sow) Attachment Updating Schedule Of Weekly And Monthly Service Visits. The Amount Of Service Visits Will Be As Follows: october To March - Monthly Services april To September - Weekly Services amendment 0001 Issued To Provide Answer To Question Submitted By Interested Contractor And To Change Site Visit Point-of-contact (poc) To Eric Paulsen, Phone: (352)339-6528, Eric.paulsen@usda.gov. q1. Could You Please Provide The Total Square Footage Of The Area Requiring Service? a1. On The Lease, It States 6.774 Acres That Is In Two Sections (top Of Hill And Bottom Of Hill), But You Would Have To Exclude The Hard Scape (parking Lot, Walkways, Driveways, Buildings, Runoff Pond, Greenhouses And Sheds) And The Land In Crops (peppers, Etc.). So That Would Be An Estimated 3 Acres? I Have A Map From The Lease, But The Numbers Are Indecipherable. from The A&e Plans For The New Building Under Their Civil Engineering Section, It Statesthat The Site Is 43,000 Sq Ft (0.98) The Building Is 5,760 Sq Ft And The Retention Pond Is 43,173 Sq Ft. I Don't Know What They Mean By The Site As It Obviously Does Not Include The Retention Pond, And It Does Not Include The Greenhouse Area Below. here Is A Photo (attached) Below With A Scale On It And The Red Box Does Include The Retention Pond As Well As The Parking Lot. you Will Just Have To Guess With This Information In Mind As We Do Not Have A Precise Number For The Sq Ft Of Landscapable Ground. make Sure That They Know That It Is In 2 Sections. Sorry That I Don't Have A Precise Number. this Is A Combined Synopsis/solicitation For Commercial Products Or Commercial Services Prepared In Accordance With The Format In Subpart 12.6 And Is Being Conducted In Conjunction According To Far Part 13, Simplified Acquisition Procedures As Supplemented With Additional Information In This Notice. This Announcement Constitutes The Only Solicitation; Quotations Are Being Requested And A Written Solicitation Will Not Be Issued. the Solicitation Number Is 12405b25q0018 And Solicitation Is Issued As A Request For Quotation (rfq). This Solicitation Document Incorporates Those Provisions And Clauses In Effect Through Federal Acquisition Circular 2025-01. this Rfq Is Issued As A Total Small Business Set-aside. The Associated North American Industry Classification System (naics) Code Is 561730 – Landscaping Services. The Small Business Size Standards Is $9.5 Mil. the Usda, Ars, Sea, Center For Biological Control, 6383 Mahan Drive, Tallahassee, Florida 32308 Location Has A Requirement For The Following. fy2025 Ground Maintenance Services. Contractor Must Provide And Furnish All Personnel, Supplies, And Equipment To Perform Ground Maintenance Services As Detailed In Attached Statement Of Work (sow).no Drawings Are Available. base Year + 4 Option Years. base Year - 02/01/2025 Through 01/31/2026 option Year 1 - 02/01/2026 Through 01/31/2027 option Year 2 - 02/01/2027 Through 01/31/2028 option Year 3 - 02/01/2028 Through 01/31/2029 option Year 4 - 02/01/2029 Through 01/31/2030 contractor Must Be Registered In System For Award Management, (sam), Prior To Submitting A Quotation. Registration Is Free And Registration Can Be Completed Online At Www.sam.gov/portal/public/sam. a Site Visit Is Scheduled For Tuesday, January 14, 2025, At 1:00 P.m. Eastern Time (et). Site Visit Contact: Eric Paulsen, (352)339-6528 Or Eric.paulsen@usda.gov. questions. All Questions Pertaining To This Solicitation Must Be In Writing. All Questions Will Be Addressed By Email Only. Submit Questions Referencing Solicitation Number 12405b25q0018 Electronically Via Email To Monte.jordan@usda.gov. Questions Are Due On Or Before January 16, 2025, Not Later Than 12:00 P.m. Central Time (ct). Telephone Inquiries Will Not Be Accepted Or Returned. quotation Submission. Quotation Referencing Solicitation Number 12405b25q0018 Must Be Submitted Electronically Via Email To Monte.jordan@usda.gov By Thursday, January 23, 2025, Not Later Than 3:00 P.m. Central Time (ct). No Late Quotations Will Be Accepted. any Quotations Not Meeting The Minimum Specifications And Requirements Outlined In The Statement Of Work (sow) Will Not Be Considered. in Order To Be Considered For Award, Offerors Shall Respond By Submitting One (1) Electronic Copy As Follows: fully Completed And Signed Sf1449 Offer Form Original Signature And Date; Pricing Must Be Submitted Using The Schedule Of Supplies/services Within The Offer Form (sf 1449); Acknowledgment Of Any Solicitation Amendments (if Applicable); Sam Uei Number. price Quotation. A Firm Fixed-price Contractor Quotation (on Company Letterhead) For All Clins Listed In Solicitation. Document Must Provide Cost Of Completing The Services Identified In The Statement Of Work For Each Clin Item Requested. This Must Include Equipment, Material, Shipping, Delivery, Etc. Offerors Must Present Their Configuration Based Upon The Specifications Required To Fully And Successfully Complete The Statement Of Work (sow). Offers That Fail To Provide A Firm Fixed Price Will Not Be Evaluated. quotation Must Be Valid For At Least 60 Days After Receipt Of Quotation. items Delivered Fob Destination Inclusive Of All Costs. rejection Of Quotation. Failure To Demonstrate Compliance Will Be Cause To Reject The Quotation Without Further Discussion. All Responsible Sources May Submit An Offer And Will Be Considered. prospective Contractors Who Have Not Completed Electronic Annual Representations And Certifications At Http://www.sam.gov/ In Conjunction With Required Registration In The System For Award Management (sam) Database, Shall Complete And Submit Far 52.212-3 Alternative 1 Offeror Representations And Certifications - Commercial Items And Dfars Representations And Certifications In Sam To Be Eligible To Receive An Award For This Solicitation. it Is The Offeror's Responsibility To Monitor The Government Point Of Entry (gpe) (sam.gov) For Information Relevant To This Solicitation, E.g., Questions And Answers, Amendments, Etc. Any Amendments And Documents Related To This Procurement Will Be Available Electronically At The Governmentwide Point Of Entry (gpe) Sam.
Closing Date23 Jan 2025
Tender AmountRefer Documents 

DEPT OF THE ARMY USA Tender

Civil And Construction...+1Excavation
United States
Description: Sources Sought Notice For Market Research Only – This Notice Does Not Constitute A Solicitation Announcement Or Restrict The Government To An Ultimate Acquisition Approach And No Award Will Occur From This Notice. no Solicitation, Specifications, Or Drawings Are Available For This Notice. this Is A Sources Sought Notice To Determine The Capabilities Of Both Small And Large Business Firms. Qualified Companies, Regardless Of Their Size Or Socio-economic Status, Are Encouraged To Respond. Two Or More Small Business Firms Capable Of Performing This Work May Help To Guide The Acquisition Strategy And Influence Potential Set-aside. Businesses Are Strongly Encouraged To Review This Sources Sought And Submit According To The Directions In This Notice. this Project Involves Maintenance Dredging In The Duluth-superior Federal Navigation Channel Located Along The Border Of Wisconsin And Minnesota. The Contractor Will Be Required To Mobilize A Dredge To The Duluth-superior Channel And Perform Mechanical Dredging Within The Channel. Dredging Will Be Required Within The Following Areas: • Dredge Area 1: The Mouth Of The Duluth Entry • Dredge Area 3: The Duluth Harbor Basin Northern Section Near Rices Point • Dredge Area 4: The Duluth Harbor Basin Southern Section Near Rices Point • Dredge Area 5: The Northern Reach Of The Duluth Anchorage Area the Dredging May Also Include Options To Perform Additional Dredging Within The Areas: • Dredge Area 6: The East Gate Basin Near Hearding Island • Dredge Area 8: The Southern Reach Of The East Gate Basin Near Connors Point • Dredge Area 11: The Superior Front Channel Near Barkers Island • Dredge Area 23: The South Channel Eastern Section Near The C. Reiss Coal Dock • Dredge Area 26: The South Channel Western Section Near Hallet Dock No. 8 dredged Material From Dredge Areas 1, 3, & 6 Will Be Placed Along Wisconsin Point Adjacent To A Closed Former Landfill Between The Ordinary High Water Mark (ohwm) And The Most Landward 12 Foot (ft) Depth Contour. The Contractor Must Have The Equipment And Ability To Perform In-water Mechanical Dredging To The Required Depths, To Transport And Place Material At The Required Placement Area. placement At Wisconsin Point Will Require The Implementation Of Various Best Management Practices (bmps) To Ensure Turbidity Is Kept Within State-approved Limits At The Placement Site. Bmps Will Also Be Implemented To Limit Debris Being Placed Along Wisconsin Point. Placement At Wisconsin Point Is Unrestricted For Hydraulic Or Mechanical Placement. An Allowable Transfer Box Location Will Be Provided To Allow For Hydraulic Placement Operations And Will Be Located Adjacent To The Southernmost Limits Of The Federal Navigation Channel (near Allouez Bay). An Allowable Pipeline Path (for Hydraulic Placement) And Staging Area Will Be Provided Near A Closed Former Landfill On Wisconsin Point, Adjacent To The Placement Site. If The Pipeline Access Route Is Utilized, The Contractor Will Be Responsible For Ensuring Wisconsin Point Road And Allouez Bay (pedestrian, Vehicular And Watercraft Traffic) Remains Accessible To The Public Through The Life Of The Project. A Couple Land-based Staging Area Will Be Provided To Accommodate The Potential Use Of Booster Pumps, If The Contractor Elects To Hydraulically Place Material At Wisconsin Point. dredged Material From Dredge Areas 4, 8, 11, 23, & 26 Will Be Placed Within The Erie Pier Cdf. Placement Will Be Restricted To Mechanical Means And The Contractor Will Be Required To Wash The Material Being Placed In The Cdf With Water From The Existing Settling Ponds In Order To Separate And Stockpile Sand From The Rest Of The Dredged Material. the Required Dredging Depths Will Be Approximately 27 Ft To 33 Ft Below Low Water Datum (lwd) Depending On The Location Within The Harbor. The Material Is Expected To Be A Mix Of (predominantly) Sand, With The Potential Of Minor Debris Typical In An Active Harbor. The Quantity Of Dredged Material In The Contract May Range From Approximately 121,000 Cubic Yards To 196,000 Cubic Yards. the Result Of This Market Research Will Contribute To Determining The Method Of Procurement For This Requirement. Based On The Responses To This Sources Sought Notice/market Research, This Requirement May Be Set-aside For Small Businesses (in Full Or In Part) Or Procured Through Full And Open Competition. All Small Business Set-aside Categories Will Be Considered. Both Large And Small Business Firms Who Are Interested Are Encouraged To Respond To This Sources Sought Notice. Telephone Inquiries Will Not Be Accepted Nor Acknowledged, And No Feedback Or Evaluations Will Be Provided To Companies Regarding Submissions. This Is Not A Request For Proposal (rfp) Or Invitation For Bid (ifb) And Is For Market Research Purposes Only. naics Code: 237990 - Other Heavy And Civil Engineering Construction instruction: if You Desire To Participate In The Market Research, Please Complete The Attached Sources Sought Survey And Return To The Primary Point Of Contact Listed Below. Failure To Provide A Complete Response May Result In The Government Being Unable To Adequately Assess Your Capabilities. Any Information Submitted By Respondents To This Sources Sought Synopsis Is Voluntary. As Stipulated In Federal Acquisition Regulation 15.201, Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Any Information Submitted By Respondents To This Sources Sought Synopsis Is Voluntary And Will Not Be Returned. The Government Will Not Reimburse Any Costs Incurred Or Associated With The Submission Of Information In Response To This Notice. The Decision To Solicit For A Contract Shall Be Solely Within The Government's Discretion additional Company Capability Information Is Welcome. Your Company’s Response Is Limited To 5 Pages. All Attachments Must Be Provided In Either Microsoft Word, Excel, Or Adobe Acrobat Pdf Format. Attachments With Files Ending In “.zip” Or “.exe” Are Not Allowable And Files Will Be Stripped And Deleted From Any Emails Received By The Government. Ensure Only .pdf, .docx, Or .xls(x) Documents Are Attached To Your Email. Please Send Responses By No Later Than 2:00 Pm Est On March 21, 2025. Please Reference “sources Sought: Duluth Md”, In The Subject Line. please Respond To Sources Sought Survey In The Attachment And Email It To Lre-proposal@usace.army.mil, Frederick.l.coffey@usace.army.mil, And Michelle.barr@usace.army.mil. if You Have Any Questions Or Concerns, Please Use Aforementioned Emails. Your Prompt Attention And Response To This Notice Is Greatly Appreciated. All Data Received In Response To This Sources Sought That Is Marked Or Designated As Corporate Or Proprietary Will Be Fully Protected From Any Release Outside The Government.
Closing Date21 Mar 2025
Tender AmountRefer Documents 

Gemeinde Nuthe Urstromtal Tender

Civil And Construction...+1Civil Works Others
Germany
Details: civil engineering work / landscaping work
Closing Date21 Jan 2025
Tender AmountRefer Documents 

Wexford County Council Tender

Services
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Ireland
Details: Title: Development Of The Gorey Market House, Main Street, Gorey, Co. Wexford - Architect Led Integrated Design Team Services description: Architect Led Integrated Design Team Services For The Development Of Gorey Market House, Main Street, Gorey, Co. Wexford. ---- Services For Stages (ii) To (v) - Detailed Design To Handover ---- Full Scope Of Technical Services Including: -- Architectural Design And Project Management Services Including Design Team Lead -- Civil And Structural Engineering Services -- Mechanical And Electrical Engineering Services -- Quantity Surveyor Services -- Public Procurement And Contract Administration Services -- Associated Specialist Services
Closing Date13 Jan 2025
Tender AmountRefer Documents 
6671-6680 of 7335 archived Tenders