Civil Engineering Tenders
Himachal Pradesh State Electricity Board Limited - HPSEBL Tender
Paints and Enamels
Eprocure
India
Closing Date27 Feb 2025
Tender AmountINR 998.7 K (USD 11.5 K)
Details: Tender For Providing prepainted sheet roofing along with truss & Mounty Roofing at Sr. Executive Engineer Residence & Superintending Engineer Residence at Bilaspur. Sub-Head - Providing prepainted sheet roofing along with truss & other civil work at Superintending Engineer Residence at Bilaspur.
Department Of Public Works And Government Services PSPC Tender
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: The Response Time Deadline Is 14:00 Est. Inspection Of Select Structures At The Transport Canada Ferry Terminals In Caribou, Ns, And Wood Islands Pei With The Purpose Of Identifying Current Condition, Areas Of Concern, And Concept Repairs. This Project Will Also Act As A Planning Tool For Future Work As Concepts And Cost Estimates For Repairs Will Be Developed. This Is A Request For Proposals (rfp) Against Supply Arrangement (sa) E0225-141687 - Heavy Civil - Marine Engineering. The Invited Firms Qualified Under The Marine Discipline For The Province Of Prince Edward Island Are: Dillon Consulting; Stantec Consulting; Eastpoint Engineering; Gemtec. Offerors May Request A Debriefing On The Results Of The Solicitation Of Offers Process. Reference The Solicitation For Further Details.
DEPT OF THE AIR FORCE USA Tender
Education And Training Services
United States
Closing Date3 Apr 2025
Tender AmountRefer Documents
Details: The Contractor Will Provide A Comprehensive, In-person Data Center Design Training Course And Certification Program On-site At Davis-monthan Afb (dmafb), Azin Support Of The 355th Civil Engineer Squadron (355 Ces). The Training Must Equip 355 Ces Personnel With The Knowledge And Skills Necessary To Design, Implement, And Manage Modern Data Center Infrastructure Effectively. The Contractor Will Provide All Necessary Resources, Including Certified Instructors, Training Materials, And Equipment, To Deliver A Customized Data Center Design Training Program Covering The Following Areas: Data Center Fundamentals; Data Center Infrastructure Design; Data Center Capacity Planning And Scalability; Data Center Efficiency And Sustainability; And Data Center Management And Operations. The Resulting Training Must Result In Certification In Accordance With Key Industry Standards And Best Practices, Such As Tia-942, Ashrae Or Equivalent. In Order To Be Technically Acceptable Vendors' Quotes Must Described The Credentials That Will Be Earned At The End Of The Training Course, The Course Description, Course Materials Needed And Any Course Preparation Needed. the Winning Quote Will Be Selected From The Lowest Priced Technically Acceptable Quote That Must Be Able To Complete The Training Sessions/classes No Later Than 16 May 2025. If A Quote Cannot Meet The Necessary Deadline Of 16 May 2025, It Will Not Be Considered For Award. If The Initial Lowest Priced Quote Is Not Technically Acceptable And Awardable, Evaluation Of The Next Lowest Priced Quote For Technical Acceptability Will Occur And Will Continue So Forth Until The Lowest Priced Technically Acceptable Quote That Will Be Performed No Later Than 16 May 2025. see The Attached Performance Work Statement For Complete Details Of The Data Center Training And Certification Requirement.
Bureau Of Soils And Water Management Tender
Civil And Construction...+1Civil Works Others
Philippines
Closing Date7 Apr 2025
Tender AmountPHP 200 K (USD 3.5 K)
Details: Description Professional Services 1 Lot 200,000.00 Scope Of Works Site Development Plan Lot Survey Signed By Geodetic Engineer Signed And Sealed Architectural, Engineering, And Other Plans For The Building And Occupancy Permit Application Structural Plans And Computations Duly Signed By A Civil Engineer Revision Of The Drawing Showing The Pwd Area Architectural Realignment Note: Complete All The Blank Details Awarding: One Contract ************** Please Quote Your Best Offer For The Item/s Described Herein, Subject To The Terms And Conditions Provided In This Request For Quotation (rfq). Submit Your Quotation Duly Signed By Your Authorized Representative Not Later Than April 7, 2025, 12:00 P.m. At The Procurement Management Section, 2nd Floor, Srdc Bldg., Elliptical Road Corner Visayas Avenue, Diliman, Quezon City. Quotations May Also Be Submitted Through Email At Procurement@bswm.da.gov.ph Or At Bac@bswm.da.gov.ph . Interested Service Provider Shall Also Submit A Copy Of The Following Upon Submission Of This Quotation: ● Mayor’s Permit ● Philgeps Registration ● Notarized Omnibus Sworn Statement (for Abc 50k Above) ● Income Tax Return (for Abc 500k Above) The Head Of The Procuring Entity (hope) Of The Da-bswm Reserves The Right To Reject Any And All Quotations, Declare A Failure Of Procurement, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Sections 35.6 And 41 Of The 2016 Revised Irr Of Ra No. 9184, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders.
Dubai Municipality Tender
Civil And Construction...+1Civil Works Others
United Arab Emirates
Closing Date30 Jan 2025
Tender AmountRefer Documents
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 - 3.1.1.2 A: Consultancy Services For Preliminary Design - Concept - 3.1.1.2 B: Consultancy Services For Preliminary Design - Schematic - 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 (a): Prequalification - 3.1.1.5 (b): Tender Procedure And Tender Report - 3.1.1.6: Consultancy Services For Contract Documents 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 - Position: Architect - Position: Landscape Architect - Position: Structural Engineer - Position: Civil Engineer - Position: Mechanical Engineer - Position: Electrical Engineer - Position: Quantity Surveyor - Position: Inspector - Position: Document Controller - *: 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. - 3.1.1.2 A: Consultancy Services For Preliminary Design - Concept - 3.1.1.2 B: Consultancy Services For Preliminary Design - Schematic - 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 (a): Prequalification - 3...
DEPT OF THE AIR FORCE USA Tender
Machinery and Tools
United States
Closing Date19 Apr 2025
Tender AmountRefer Documents
Details: Update 17 April 2025 - The Purpose Of This Update Is To Correct The Quantity Needed Listed On Page 1 Of The Attachment 5 - Combo_1631 Vrv Replacement 8 April 2025 To 1 Quantity Needed. _______________________________________________________________________________________________________ the 316 Civil Engineers Squadron, Andrews Afb, Md Is Looking To Award A Contract To Replace One (1) Hvac Variable Refrigerant Valve (vrv) Condensing Unit - Manufacturer: Daikin; Model: Reyq120pbyd, Perform Testing, And Ensure The Unit Is In Good Working Order According To The Attachment 1: B1631 Daikin Condenser Salient Characteristics And Manufacturer Specifications. please See Attachment 1: B1631 Daikin Condenser Salient Characteristics 08 April 2025 For More Information On Job Specifications. additionally, A Site Visit Is Scheduled For 15 April 2025 At 1330 Est At The South Side Of Building 1631, Which Is On The Corner Of Brookley And D Street On Joint-base Andrews. To Attend, Fill Out Attachment 4 And Email To Ssgt Kimbridge Gaymon Kimbridge.gaymon@us.af.mil, And Cc Marchie.camerono@us.af.mil, No Later Than 11 April 2025 At 1200 Est. any Questions Must Be Emailed To The Pocs No Later Than 16 April 2025 At 1200 Est. All Questions And Answers Will Be Posted On Sam.gov. please Submit Your Priced Response To This Rfq In A Separate Pdf Document Following The Instructions To Offeror Section In The Combo Document With All The Necessary And Up-to-date Company Information.
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date27 Feb 2025
Tender AmountRefer Documents
Details: This Notice Serves As A Sources Sought Synopsis For A Firm-fixed Price (ffp), Indefinite Delivery Indefinite Quantity (idiq) Multiple Award Construction Contract (macc) In Accordance With Far 52.217-2 And Dfars 217.204(e)(i)/affars 5317.204. The Intended Contract Will Support The 379th Expeditionary Civil Engineer Squadron (eces) At Al Udeid Air Base (auab), Qatar. contract Structure: base Period: Five (5) Years option Periods: Five (5) One-year Option Periods, Exercisable At The Government's Discretion. number Of Awards: The Government Anticipates Awarding Ten (10) Idiq Contracts. However, This Number May Be Adjusted Based On The Quality And Relevance Of Proposals Received. scope Of Work: the Macc Will Encompass A Wide Range Of General Construction Disciplines Including, But Not Limited To: maintenance, Repair, And Alteration Of Existing Real Property. new Construction Of Facilities. performance Locations: while The Primary Performance Location Will Be Al Udeid Air Base (auab), Qatar, Task Orders Issued Under This Macc May Require Performance At Geographically Separated Locations Within The Auab Area Of Responsibility. task Orders: individual Task Orders Will Be Issued Against The Awarded Idiq Contracts To Define Project-specific Requirements, Including Scope, Schedule, And Cost. information Requested: interested Parties Are Strongly Encouraged To Review The Attached Sources Sought Document And Submit Responses Accordingly. disclaimer: this Notice Is For Market Research Purposes Only And Shall Not Be Construed As A Solicitation Or A Commitment By The Government To Issue A Solicitation Or Award A Contract. The Government Will Not Reimburse Respondents For Any Costs Incurred In Responding To This Notice.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Irrigation Work
United States
Closing Date19 Mar 2025
Tender AmountRefer Documents
Details: The U.s. Army Corps Of Engineers - St. Paul District Seeks A Contractor To Make Multiple Repairs To Baldhill Dam, Located West Of Valley City, North Dakota In Barnes County. The Purpose Of This Construction Contract Is To Repair Multiple Problems Shortening The Life Of The Dam, Which Include Stopping Water Infiltration Through Internal Cracks In The Dam, Repairing Of Concrete Damage Caused By The Freeze-thaw Cycle, And Replacing Corroded Tainter Gate Skin Plate Splice Fasteners. contractor Will Supply Performance And Payment Bonds. Contractor Will Make Critical Repairs To Ogee Concrete By Drilling Down From The Top Of The Dam In Order To Inject Grout Into Internal Cracks. Contractor Will Remove And Replace Deteriorated Concrete On Ogee Spillway Surface And Vertical Pier Surfaces. Contractor Will Replace Corroded Tainter Gate Skin Plate Splice Fasteners With Mechanically Galvanized Fasteners And Apply Spot Painting. Work Will Occur During Periods When Water Flow Is Lowest But Temperatures Are Above Freezing (e.g. Summer And Fall). this Solicitation Is 100% Set-aside For Small Businesses Under Naics Code 237990, Other Heavy And Civil Engineering Construction. The Sba Size Standard For This Naics Is $45,000,000. The Psc For This Procurement Is Z2ka, Repair Or Alteration Of Dams. the Location For This Project Is: Baldhead Dam / Lake Ashtabula Project Office - 2630 114th Avenue Se, Valley City, Nd 58072-9795 the Anticipated Magnitude Of Construction For This Procurement Is Between $1,000,000 And $5,000,000. this Project Is Solicited In Accordance With Far Part 14 - Sealed Bidding Procedures, With The Intention Of Awarding A Single Firm-fixed Price Construction Contract. bidder Inquiries Shall Be Submitted In Writing Using Projnet - See "notes To Offerors" Section For Access Key. a Sitewas Held February 19, 2025 At 2:00 Pm. The Attendance Sheet For The Site Visit Has Been Added To The Attachments. 3/4/2025 - Amendment 0001 Has Been Posted. This Amendment Makes Minor Changes To Three Drawings. 3/5/2025 - Amendment 0002 Has Been Posted. This Amendment Posts "as Built" Drawings Of The Three Bays (r23-lbh-40-6.pdf And R23-lbh-40-12.pdf) And A Photo Of The Vertical Repair Area Show N On Detail H1 On Draw Ing Sheet Sd101, Per Submissions On Projnet Bidder Inquiries. 3/7/2025 - Amendment 0003issued To Extend Offeror Due Date. 3/11/2025 - Amendment 0004updated Specification Section 01 45 04.00 13 Paragraph 1.2 Submittals And Added Pier And Abutment Reinforcing Drawings (cemvp-000000009495.pdf, Cemvp-000000009498.pdf, Cemvp-000000009494.pdf, Cemvp-000000009493.pdf, Cemvp-000000009492.pdf, Cemvp-000000009497.pdf) 3/14/2025 - Amendment 0005 Added To Updatedavis-bacon Wage Determination, Change The Notice To Proceed Date In Clause 52.211-10 Alt 1, Change The Bid Opening Date, And Remove Clauses 52.222-21, 52.222-23, 52.222-26, And 52.222-27 In Accordance With Class Deviation 2025-o0003, Restoring Merit-based Opportunity In Federal Contracts. due To The Late Issuance Of This Amendment, Bidders Who Have Already Submitted Their Bids And Do Not Wish To Alter Their Pricing May Acknowledge The Receipt Of This Amendment By Completing Blocks 15a, 15b And 15c And Submitting The Signed Sf30 As A Pdf Email Attachment Sent To John.p.riederer@usace.army.mil So That It Is Received No Later Than The Revised Time And Date Of The Bid Opening. offerors May Withdraw Their Bids By Written Notice Emailed To John.p.riederer@usace.army.mil Or By Mailed Or Couriered Letter, So It Is Received Prior To The Revised Bid Opening Time And Date. Amended Pricing Must Be Mailed Or Couriered With Amended Bid Bonds (if Price Increases). 3/19/2025 - Bid Opening Was Held At 1:30 Pm (cdt). Eight Bids And The Independent Government Estimate (ige) Were Read Aloud. The Bid Opening Attendance List, Bid Opening Log, And Bid Abstract Have Been Posted.
Himachal Pradesh State Electricity Board Limited - HPSEBL Tender
Manpower Supply
Eprocure
India
Closing Date1 Apr 2025
Tender AmountINR 239.6 K (USD 2.7 K)
Details: A/R & M/O Civil Works of Barrage components of 3x42 MW Larji HEP, Sub Head - Carrying out the job of manual cleaning and sweeping of control room, power intake, site offices, CT gate gallery, side drains etc. at Barrage site of Larji HEP under Sr. Executive Engineer,Civil Maintenance Division, HPSEBL, Thalout w.e.f 01.04.2025 to 30.06.2025
DEPT OF THE AIR FORCE USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date7 Apr 2025
Tender AmountRefer Documents
Details: This Is A Combined Sources Sought/synopsis Notice For Information Only: This Is Not A Request For Proposal this Notice Is Posted In Accordance With Far 5.2 the Work Includes Providing All Labor, Materials, Equipment, Transportation And Supervision Required For Repairing The Railroad System And Crane Trackage At Joint Base Charleston – Weapons Station, Charleston, Sc. Ancillary Work In The Form Of Earthwork, Excavation And Fill, Asphalt Milling And Removal, Asphalt Placement, Concrete Removal, Concrete Placement, Storm Drainage, Pavement Striping, Hydroseeding, Erosion Control And Traffic Control Is Also Included. some Delivery Orders May Be Designated As Emergency Work And Require A 4-hour Response Time. As Such, Contractor Shall Have An Emergency Response Team In-place At Joint Base Charleston, Charleston, Sc To Evaluate The Emergency Situation And Required Repairs. Civil Engineer Squadron, Operations Flight Personnel Shall Be Included In Accessing Repairs And Requirements For Certification. Once The Work On The Damage Begins, Work Shall Continue Until The Job Is Complete. special Requirements/concerns: the Government Anticipates Award Of A Firm-fixed-price Indefinite Delivery/indefinite Quantity (idiq) Type Contract For Construction Efforts. Capabilities Are Sought From Interested Small Businesses, 8(a) Participants, Hubzone Small Business Concerns, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns, And Women-owned Small Business(wosb) Concerns Eligible Under The Wosb Programfor The Purposes Of Determining If This Requirement Can Be Set Aside. the Estimated Magnitude For This Requirement Is More Than $10,000,000 Over A Maximum Period Of Five Years And Six Months (base Year, Plus Four (4) Option Years, Plus Six (6) Month Extension). Work To Be Performed Will Be Within The North American Industry Classification System (naics) Code 237990 – Other Heavy And Civil Engineering Construction/railroad Construction With A Size Standard Of $39.5m. notice To Offeror(s)/supplier(s): Funds Are Not Presently Available For This Effort. No Award Will Be Made Under This Solicitation Until Funds Are Available. The Government Reserves The Right To Cancel This Solicitation, Either Before Or After The Closing Date. In The Event The Government Cancels This Solicitation, The Government Has No Obligation To Reimburse An Offeror For Any Costs firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Their Status (8(a) Participants, Hubzone Small Business Concerns, Service-disabled Veteran-owned Small Business (sdvosb) Concerns Eligible Under The Sdvosb Program, Economically Disadvantaged Women-owned Small Business (edwosb) Concerns, And Women-owned Small Business (wosb). If A Response From Two Or More Qualified Firms Is Received For Any Of The Sb Categories, This Requirement May Be Set Aside. Should An Insufficient Number Of Responses Be Received In Any Category, The Requirement May Be Issued As Unrestricted. Interested 8(a), Small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwsb, Or Wosb Concerns Should Indicate Interest To The Contracting Officer, In Writing, As Early As Possible But No Later Than28 Mar 2025, 3:00pm Est. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply. This Clause Requires That The Concern Perform At Least 15 Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. firms Responding Should Indicate Their Size In Relation To This Size Standard, And Indicate Their 8(a) Socio-economic Status, If Applicable. If A Response From Two Or More Qualified Firms Is Received For Any Of The Sb Categories, This Requirement May Be Set Aside. Should An Insufficient Number Of Responses Be Received In The Small Business Categories, The Requirement May Be Issued As Unrestricted. note: If This Requirement Is Set-aside, Far 52.219-14 Limitations On Subcontracting Will Apply. This Clause Requires That The Concern Perform At Least 15 Percent (15%) Of The Cost Of The Contract, Not Including The Cost Of Materials, With Its Own Employees. all Interested Prime Contractors Who Intend To Submit A Bid For This Solicitation Are Highly Encouraged To Submit A Capability Package To The Primary Point Of Contract Listed Below By 7 Apr 2025, 4:00pm Est as A Minimum, The Following Information Is Required (a) Indicate Which Set-aside You Qualify For Under The Applicable Naics Code (small Disadvantaged Business, Hubzone Small Business, Service-disabled Veteran-owned Small Business, Edwsb, Or Wosb) (b) A Positive Statement Of Your Intention To Bid On This Contract As A Prime Contractor (c) Provide Uei Number And Cage Code (d) Evidence Of Recent (within The Last 5 Years) Experience In Work Similar In Type And Scope To Include: 1. Contract Number
2. Project Title
3. Dollar Amounts
4. Project Completion Dates
5. Percent And Description Of Work Self-performed
6. Customer Points Of Contact With Current Telephone Numbers (e) Evidence Of Bonding Capability Of A Minimum $1,000,000 all The Above Information Must Be Submitted In Sufficient Detail For A Decision To Be Made On Availability Of Interested Concerns. If Adequate Interest Is Not Received From 8(a), Sdvosb, Hubzone, Edwosb, Wosb, Or Sb Concerns, The Solicitation May Be Issued As Unrestricted Without Futher Notice. The Successful Contractors Will Be Selected Using Tradeoff Procedures Resulting In The Best Value To The Government. The Government Reserves The Right To Award A Contract To Other Than The Lowest Priced Offeror. notes:
(1) A Solicitation, Sow, And Drawings Will Be Available On Or About 14 Apr 2025. At Www.sam.gov Website (2) Hard Copies Of The Solicitation Will Not Be Provided, However, You May Download And Print The File From The Website (3) There Is No Fee For Sources Sought (4) A Registration Page Is Located On The Sam.gov Website. You Are Not Required To Register, However If Registered You Will Receive Notice Of Any Amendments And/or Addendums That May Be Issued To The Solicitation. If You Have Registered, It Will Be Your Responsibility To Check The Website For Any Changes To The Solicitation. (5) Contractors That Are Debarred, Suspended, Or Proposed For Debarment Are Excluded From Receiving Contracts. Agencies Shall Not Consent To Subcontract With Such Contractors. Proposals Prepared By Debarred, Suspended, Or Otherwise Ineligible Contractors Are At The Risk And Expense Of The Contractor. (6) In Accordance With Dfars 252.209-7999, Award Will Not Be Made To Any Contractor That Has A Delinquent Tax Liability Or A Felony Conviction Within The Preceding 24 Months. (7) All Prospective Contractors Must Be Registered In The System For Award Management (sam) System, To Be Eligible For An Award.
7091-7100 of 7549 archived Tenders