Dam Tenders
Office Of Civil Defense Tender
Food Products
Philippines
Closing Date6 Mar 2025
Tender AmountPHP 698.1 K (USD 12 K)
Details: Description Provision Of Meals And Snacks For The Conduct For Various Dps Activities For 2nd Semester Cy 2025 (drrm) Event: Infrastructure Resilience Advocacy Forum Dates: August – September 2025 No. Of Pax Serving Arrangements Menu Inclusive Date/schedule 20 Am Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) August 2025 120 Am Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) September 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) Event: Dam Safety Advocacy Forum Dates: September – October 2025 No. Of Pax Serving Arrangements Menu Inclusive Date/schedule 20 Am Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) September 2025 120 Am Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) October 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) Event: Capacity Building Meetings Dates: July – December 2025 No. Of Pax Serving Arrangements Menu Inclusive Date/schedule 120 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) July 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) August 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) September 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) October 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) November 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 120 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) December 2025 120 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) Event: Partnership Meetings Dates: July – December 2025 No. Of Pax Serving Arrangements Menu Inclusive Date/schedule 90 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) July – December 2025 90 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) Event: Dpp Preparatory Meetings Dates: July – December 2025 No. Of Pax Serving Arrangements Menu Inclusive Date/schedule 60 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) July – December 2025 Event: Disaster Preparedness Pillar Council Meetings Dates: July – December 2025 No. Of Pax Serving Arrangements Menu Inclusive Date/schedule 200 Am/pm Snacks (packed) Choice Of Pasta, Noodles, Native Delicacies, Sandwich Or Pastries With One Beverage (juice Or Soda) July – December 2025 160 Lunch (packed) At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) 40 Lunch (packed) Sg 25 Above At Least 2 Viand Choices Or Any Combination Of 2 Viands (pork, Chicken, Beef And Fish), With Vegetables As Side Dish And Dessert, With One Beverage (juice Or Soda) Terms And Conditions: • Contracts Is Valid From July To December 2025 Or Until The Total Contract Price Is Fully Consummated, Whichever Comes First; • In The Event That The Procuring Entity Identified That The Food Delivered Is Low Quality, The Service Provider Does Not Perform Satisfactorily, Or The Service Is No Longer Needed, The Procuring Entity Maintains The Right To Terminate/ End The Said Contract; • The Service Provider Must Provide The End-user The Available Menu For Food Upon Request; • The Service Provider Must Provider Actual Sample For Food Tasting During Post Qualification Inspection. • The Service Provider Must Be Within Quezon City And Accessible To The Ocd New Admin Building For Faster Delivery And Avoid Food Spoilage; • The Service Provider Must Have Proven Capability And Good Track Record In The Catering Service Industry With A Minimum Relevant Experience Of Three (3) Years. • The Service Provider Must Be Flexible With Dietary Requirements Of The End-user Especially For Short Notice Orders; • The Service Provider Shall Ensure Quality And Freshness Of Food To Be Served; • The Service Provider Must Use Proper Hygiene And Sanitation Must Be Observed And Maintained At All Times. Other Requirements: • The Service Provider Must Provide At Least Two (2) Client’s Feedback Form Or Certification Or Its Equivalent With At Least Very Satisfactory Rating Or Its Equivalent From At Least Two (2) Government Agencies, Entities, Or Private Corporations With Whom The Service Provider Had Completed Contract Within The Past Three (3) Years. Packaging Requirements: • The Service Provider Must Deliver The Packed Meals Properly Sealed, Presentable And Clean, Packed In Biodegradable, Environment Friendly And/or Reusable Containers With Tissue And Cutleries. Delivery Arrangements: • The End-user Must Inform The Service Provider Of The Type Of Food (meals/snacks) To Be Given, As Well As The Precise Quality Of Food Packs To Be Delivered At Least Five (5) Hours Prior The Time Of Delivery; • The Service Provider Shall Deliver According To The Delivery Schedule As Follows: • Am Snacks: 9:00am • Lunch: 11:00am • Pm Snacks: 1:00pm • Place Of Delivery, Ocd New Admin Building, Camp General Emilio Aguinaldo, Quezon City • Delivery Will Commence Upon The Receipt Of Notice To Proceed (ntp). Payment Terms: • The Service Provider Shall Be Paid Based On The Actual Number Of Meals/snacks Delivered Upon Submission Of Billing Statement/sales Invoice On A Monthly Basis Through Send Bill Policy • All Quoted Price Must Be Inclusive Of All Applicable Taxes, Delivery Fees And Other Fees And Charges; Chargeability: Dps Apb Cy 2025
National Irrigation Administration Tender
Electronics Equipment...+2Publishing and Printing, Electrical and Electronics
Philippines
Closing Date9 Jun 2025
Tender AmountPHP 179.7 K (USD 3.2 K)
Details: Description Request For Quotation Supply And Delivery Of Office Supply And Materials The National Irrigation Administration – Upper Pampanga River Integrated Irrigation Systems – Dam And Reservoir Division (nia-upriis-drd), Hereinafter Referred To As The “purchaser”, Through Its Bids And Awards Committee (bac), Invites Interested Parties To Submit Its Best Price Offer For The Item/s Described Herein, Subject To The Technical Specifications, Terms And Conditions, Through Shopping , (sec. 52, Irr Of R.a. No. 9184) With An Approved Budget For The Contract (abc) Of One Hundred Seventy Nine Thousand Seven Hundred Forty Eight Pesos Only (php179,748.00), To Wit: Item/lot No. Quantity Unit Item Description Purpose: For Nia-drd 2nd Quarter Office Supplies. 1 30 Pcs. Whiteboard Marker (black,blue,red) 2 30 Pcs. Pentel (blue,black,red) 3 100 Pcs. Folder, Long (ordinary) 4 5 Pcs. Brother Mfc-j353dw Ink Cartridge Lc3617 (cyan) 5 3 Pcs. Toner Develop Tn-116 6 100 Pcs Envelope Brown (long) 7 5 Pcs. Brother Mfc-j353dw Ink Cartridge Lc3617 (black) 8 5 Pcs. Brother Mfc-j353dw Ink Cartridge Lc3617 (magenta) 9 5 Pcs. Brother Mfc-j353dw Ink Cartridge Lc3617 (yellow) 10 1 Unit Electric Stove 11 2 Pcs Cooler 45l 12 20 Pcs Double Sided Tape 13 20 Pcs Double Sided Tape Heavy Duty 14 10 Pack Sticker Paper A4 15 24 Pcs Battery Aa 16 20 Cps Battery Aaa 17 100 Pcs Clearbook W/ Transparent Pages Legal 18 60 Btls Epson Ink 003 Black 19 10 Btls Epson Ink 003 Cyan 20 10 Btls. Epson Ink 003 Yellow 21 10 Btls Epson Ink 003 Magenta 22 2 Pack Laminating Film (250 Microns) 23 2 Btls Ink For Canon Yellow 24 2 Btls Ink For Canon Magenta 25 2 Btls Ink For Canon Cyan 26 2 Btls Ink For Canon Black 27 1 Unit All In One Printer (scan, Print, Copy) 28 16 Pcs Battery Zize C 1.5v 29 7 Pcs White Board 3x2ft ***nothing Follows*** Terms And Conditions 1. Procurement Procedures Will Be Conducted In Accordance With The 2016 Revised Implementing Rules And Regulations (irr) Of R.a. No. 9184. 2. The Prospective Supplier Shall Submit The Duly Accomplished Quotation Form (attachment A). Envelop Marked “office Supply And Materials. With Pr# 2025-05-0094 And Rfq No.md-25-06-083” And Must Be Submitted/delivered Not Later Than _______________________, At The Nia-upriis-drd, Brgy. Fatima, Pantabangan, Nueva Ecija. 4. The Details On The Item Description Are The Purchaser’s Minimum Technical Specifications And Must Be Complied On A Pass/fail Basis. Failure To Meet Any Of The Required Specifications Shall Be Rejected. 5. The Bidder/supplier May Offer Higher Specifications Or Additional Items For Free. 6. Quotations Exceeding The Abc Shall Be Rejected. 7. It Is The Intent Of The Purchaser To Evaluate The Quotation For Each Item Separately And Award Will Be Made To The Quotation Resulting In The Overall Lowest Calculated Cost Subject To Post-qualification. 8. Contract Award Will Be Made To The Lowest Calculated And Responsive Quotation. 9. Prices Must Be Quoted In Philippine Peso And Must Include The Unit Price And Total Price, Considering The Cost Of Money, To Account For Government Agencies Usually Buying On Credit Terms, And Incidental Expenses Like Freight, Insurance, Taxes, Installation Costs, And Training Cost, If Necessary. 10. Quotations Shall Be Valid For Thirty (30) Calendar Days From The Deadline Of Submission Of The Same. 11. The Delivery Period Shall Be Within Thirty (30) Calendar Days From Receipt Of Purchase Order. 12. The Delivery Of The Item Shall Be Made Only During Working Days And Hours. 13. Liquidated Damages Equivalent To One Tenth (1/10) Of One Percent (1%) Of The Cost Of The Unperformed Portion For Every Day Of Delay Shall Be Imposed. 14. The Maximum Deduction Shall Be Ten Percent (10%) Of The Amount Of Contract. Once The Cumulative Amount Of Liquidated Damages Reaches Ten Percent (10%) Of The Amount Of Contract, The Purchaser/procuring Entity Shall Rescind The Contract, Without Prejudice To Other Courses Of Action And Remedies Open To It. 15. The “purchaser” Shall Have The Right To Inspect And/or Test The Goods To Confirm Their Conformity To The Technical Specifications. The “purchaser” Reserves The Right To Accept Or Reject Any Quotation, And To Annul The Procurement Process And Reject All Quotations At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Supplier/s. The “purchaser” Also Reserves The Right To Waive Any Required Formality In The Proposals Received, And Select The Proposal Which It Determines To Be The Most Advantageous To The Government. Orlando M. Villanueva Chairperson, Bac For Goods And Services Mrd _______ Attachment A Quotation Form The Chairperson Bids And Awards Committee For Goods & Services National Irrigation Administration – Upriis-drd Fatima, Pantabangan, Nueva Ecija Sir: Having Examined The Subject Request For Quotation (rfq) Including The Technical Specifications, Terms And Conditions, We, The Undersigned Offer To Supply/deliver The Following Items/services With Our Best Price Offer, To Wit: Item/lot No. Item Description Quantity Unit Unit Price Total Price 1 Whiteboard Marker (black,blue,red) 30 Pcs. 2 Pentel (blue,black,red) 30 Pcs. 3 Folder, Long (ordinary) 100 Pcs. 4 Brother Mfc-j353dw Ink Cartridge Lc3617 (cyan) 5 Pcs. 5 Toner Develop Tn-116 3 Pcs. 6 Envelope Brown (long) 100 Pcs 7 Brother Mfc-j353dw Ink Cartridge Lc3617 (black) 5 Pcs. 8 Brother Mfc-j353dw Ink Cartridge Lc3617 (magenta) 5 Pcs. 9 Brother Mfc-j353dw Ink Cartridge Lc3617 (yellow) 5 Pcs. 10 Electric Stove 1 Unit 11 Cooler 45l 2 Pcs 12 Double Sided Tape 20 Pcs 13 Double Sided Tape Heavy Duty 20 Pcs 14 Sticker Paper A4 10 Pack 15 Battery Aa 24 Pcs 16 Battery Aaa 20 Cps 17 Clearbook W/ Transparent Pages Legal 100 Pcs 18 Epson Ink 003 Black 60 Btls 19 Epson Ink 003 Cyan 10 Btls 20 Epson Ink 003 Yellow 10 Btls. 21 Epson Ink 003 Magenta 10 Btls 22 Laminating Film (250 Microns) 2 Pack 23 Ink For Canon Yellow 2 Btls 24 Ink For Canon Magenta 2 Btls 25 Ink For Canon Cyan 2 Btls 26 Ink For Canon Black 2 Btls 27 All In One Printer (scan, Print, Copy) 1 Unit 28 Battery Zize C 1.5v 16 Pcs 29 White Board 3x2ft 7 Pcs ***nothing Follows*** Amount In Words: Grand Total Note: All Items Shall Be Covered By Not Less Than Six (6) Months Warranty On Parts And Labor) We Undertake, If Our Quotation Is Accepted, We Supply And Deliver The Above Goods Within Fifteen (15) Days Period From The Receipt Of Purchase Order (po). We Agree To Abide By This Quotation For A Period Of Thirty (30) Days After The Dated Deadline Of Submission Specified In Your Rfq. We Understand That Payment For Items Will Be Made To The Winning Supplier And The Lowest Calculated And Responsive Quotation After The Inspection And Acceptance Of The Delivered Goods/item. __________________________ Signature Over Printed Name Of The Supplier’s Authorize Representative Designation: ___________________________ Name Of Company/store/shop: ______________________________________ Address: _______________________________________________ Contact No.: ___________________________ Tin: _________________________________ Philgeps Registration: ________________________ Mayor’s/business Permit: ___________________________
Tamil Nadu Generation And Distribution Corporation Limited - TANGEDCO Tender
Civil And Construction...+1Civil Works Others
Eprocure
India
Closing Date19 Mar 2025
Tender AmountINR 2.4 Million (USD 29 K) This is an estimated amount, exact amount may vary.
Details: WORKS CONTRACT FOR EXECUTION OF WORKS UNDER C&I/ PUTHUKADAI
1)Estimate for low voltage at puliyoorkulam area of puliyoor kulam SS1/100KVA by providing 1 no additional 11KV/433/25KVA DT under Kannumamoodu Section. 2.Improvement estimate for improving tailend viltage at kadayal area by providing 1 No 100 KVA DT under Kaliyal Section.3.Natural Calamaties estimate for the replacement of damaged 1 No 25KVA structure of Pazhavar SSIII and 1 No 8Mts PSC pole at Loc No FI/1 due to fallen Tamarin tree over HT/LT structure under Kuzhithurai section.4.Estimate for avoiding over load at puliyoorsalai Panchayath Office area of Malayankavu SS100KVA providing 1 no additional 11KV/433/63KVA DT under Kannumamoodu Section. 5.Estimate for low voltage at Enthikala area of Cheruvancheri SSVI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.6.Estimate for low voltage at Pinnakala Vilai area of Mecode panchayath office SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.7.Estimate for low voltage at Kunnu Vilai area of Kunnu Vilai SSIV/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.8.Estimate for low voltage at Pattathu Vilai area of Pattathu vila SSII/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.9.Estimate for low voltage at kattuvilai area of Athancode SSIII/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.10.Estimate for low voltage at Sasthanpottai area of Maruthamcode RC Church SS/250KVA by providing 1 no additional 11KV/433/63 KVA DT under Kuzhithurai Section.Estimate for low voltage at Enthikala area of Cheruvancheri SSVI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.11.Estimate for low voltage at Harikuklam area of Harikulam SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyal Section.12.Estimate for low voltage at Eruthavoor area of KZI SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section.13.Estimate for low voltage at Pattavilai area of Pattavila SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Puthenchainthai Section.14.Estimate for low voltage at Nanthimangalam area of Kamoor SSI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyl Section.15.Estimate for low voltage at Thirparappu area of Thirparappu SSV/100KVA by providing 1 no additional 11KV/433/63 KVA DT under Kaliyala Vilai Section.16.Estimate for low voltage at Mathampalai church area of mathampalai TPM SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kaliyakka Vilai Section.17.Estimate for low voltage at kokkottuvilai area of Kokkottuvilaii SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section.18.Estimate for low voltage at Nediyappana Vilai area of Nediyappana Vilai SSI/63KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section.19.Estimate for low voltage at Malamurunga Vilai area of malamuruinka Vilai SS/25KVA by providing 1 no additional 11KV/433/25 KVA DT under kuzhithurai Section.20.Estimate for low voltage at Puliyara Vilai area of Panavilai SS/63KVA by providing 1 no additional 11KV/433/25 KVA DT underKuzhithurai Section. 21.Estimate for low voltage at malaikovil area ofAmmankovil SSI/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section. 22.Estimate for low voltage at maavilai area of Maavilai School SS/100KVA by providing 1 no additional 11KV/433/63 KVA DT under Kuzhithurai Section. 23.Dcw estimate for replacement of 1 no single pole structure at Prani SS/25KVA due to dashing of vehicle under Kuzhithurai section. 24. Replacement of 1 No detoriated 11KV AB Switch and structure materials at Mankalai ABS in Puliyoorsalai feeder under Puthenchanthai section .25.Natural Calamaties estimate for the replacement of damaged 2 No RSJ pole at Loc no FII/4,5 at Chennithottam in 11KV Mamoottukadai Feeder due to fallen Coconut tree over HT/LT line under Kuzhithurai section. 26.Replacement of 1 No detoriated 40 Feet RSJ pole at locFII/6 in Kamaraj Nager SSIII/100 KVA under Kaliyakkavilai section.2 7.Replacement of 2 No detoriated 40 Feet RSJ pole at loc FI/1,2 in Kalachanthai SS/100 KVA under Kaliyakkavilai section. 28.Replacement of 2 No detoriated 40 Feet RSJ pole at loc CWSS # 85,86 in11 Kv Athencode CWSS # under Kaliyakkavilai section. 29.Estimate for strengthening of conductor in HT line change ACSR 7/2.59 into ACSR 7/4.09 at loc HT 15 to Chittar dam and 1 No ABS providing at annaimugam # under Kaliyal Section. 30Estimate for low voltage at Kappikattu Vilai area of Kappikattu Vilai SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section. 31.Estimate for separation of Substationat EE office area of Substation SS/100KVA by providing 1 no additional 11KV/433/25 KVA DT under Kuzhithurai Section. 32. Estimate for strengthening of conductor in HT line change ACSR 7/3.35 into ACSR 7/4.09 at loc Masuthi SS/63KVA to Neduncode SSII/100KVA and 1 No ABS providing at Kaliyakkavilai # under Kaliyakkavilai Section. 33.Estimate for low voltage at Padanthalumoodu area of Padanthalumoodu SS/100KVA by providing 2 no additional 11KV/433/25 KVA DT under kaliyakkavilai Section. 34.Estimate for pole dashing of 1 no 8 Mts PSC pole damaged loc at Veliyathukonam SS/100 KVA under PTC Section. 35. DCW estimate for shifting of 1 No 36 Feet RSJ pole at Loc 10 in Urumankuzhi SS /100 KVA 11 KV Palugal # under Kannumamoodu Section. 36. DCW estimate for shifting of 1 No 36 Feet RSJ pole at Loc FII/4 in Reliance SS /63 KVA 11 KV puliyoorsalai # under Kannumamoodu Section.37.Replacement of 1 no damaged RSJ pole at loc FI/7 in Krishana Puram SS /100KVA in Puliyoorsalai # under Kannumamoodu Section in Kuzhithurai Division of Kanyakumari Electricity Distribution Circle.
MINISTRY OF EQUIPMENT AND WATER DIRECTION OF HYDRAULIC DEVELOPMENTS DEVELOPMENT OF THE SIDI ABBOU DAM Tender
Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
Morocco
Closing Date14 May 2025
Tender AmountMAD 9.7 Million (USD 1 Million)
Purchaser Name: MINISTRY OF EQUIPMENT AND WATER DIRECTION OF HYDRAULIC DEVELOPMENTS DEVELOPMENT OF THE SIDI ABBOU DAM | La Conception Architecturale Et Le Suivi Des Travaux De Reconstruction D'une Ecole Primaire, D’une Mosquee Et D’un Reservoir D’eau Qui Seront Inondees Par La Future Retenue Du Barrage Sidi Abbou Dans La Province De Taounate
Statutory City of Brno, Brno-Kníničky Municipality Tender
Civil And Construction...+1Civil Works Others
Czech Republic
Closing Date19 Mar 2025
Tender AmountCZK 4.8 Million (USD 211.8 K)
Details: The subject of this public contract is the revitalization of the territory with recreational potential in the vicinity of the Brno Dam and the creation of a public space for people to meet - Jedlý Park. The construction is intended for the movement of people, sports and recreation. The character of the spatial and vegetation solution of the park forms a transition between the urban landscape of the urban part of Knínička and the suburban landscape taking place along the Svratka River and further by the dam reservoir. The possibility of organizing more intimate events in the newly designed gazebo and on the elliptical-shaped area below the gazebo is crucial for the design, that is, in areas that are not part of the constituent parts of the territorial system of ecological stability (slope) and therefore in areas of the expected flood control measures. The park space is intertwined into a network of stops, supplemented by furniture. The mowed lawn paths clearly define the areas designed according to their functional purpose as a part for children's games, for staying and relaxing, for education, for meetings. Barrier-free access was also designed from the path around the river from Předhradní Street, which makes the park freely accessible. The entire park also serves as an educational space dealing with domestic and edible plant species and can be supplemented with suitable information furniture that will be visually less conspicuous and materially related to other elements.
DEPT OF THE NAVY USA Tender
Civil And Construction...+1Building Construction
United States
Closing Date18 Apr 2025
Tender AmountRefer Documents
Details: Sources Sought For Design-bid-build, Q-1075 Sof Operations Building Addition And Renovation, Naval Air Station Oceana, Virginia Beach, Virginia this Is A Sources Sought Notice Only. This Is Not A Request For Proposal, Request For Quote, Or Invitation For Bid. There Will Not Be A Solicitation, Specifications Or Drawings Available At This Time. the Intent Of This Notice Is To Conduct Market Research To Determine If Sources Capable Of Satisfying This Agency’s Requirements Exist. the Naval Facilities Engineering Systems Command, Mid-atlantic Is Seeking Eligible Small Business Firms Capable Of Performing Construction Services For Q-1075 Sof Operations Building Addition And Renovation, Naval Air Station Oceana, Virginia Beach, Va. all Service-disabled Veteran-owned Small Businesses (sdvosb), Certified Hub-zone, Certified 8(a), Women-owned Small Businesses (wosb), And Small Businesses Are Encouraged To Respond. Upon Review Of Industry Responses To This Sources Sought Notice, The Government Will Determine Whether Set-aside Procurement In Lieu Of Full And Open Competition Is In The Government’s Best Interest. Large Business Submittals Will Not Be Considered. The Government Is Not Obligated To And Will Not Pay For Any Information Received From Potential Sources As A Result Of This Synopsis. the Information Provided In This Notice Is Subject To Change And In No Way Binds The Government To Solicit For Or Award A Contract. No Drawings Or Specifications Will Be Made Available At This Time. The Government Will Not Provide Debriefs On The Results Of This Research, But Feedback Regarding The Decision To Set Aside Or Not Set Aside The Procurement Will Be Accomplished Via Pre-solicitation Synopsis Or Solicitation For These Services, As Applicable. All Information Submitted Will Be Held In A Confidential Manner And Will Only Be Used For The Purpose Intended. general Work Requirements: the Project Will Be Prepared In One Package, Under One Contract. q-1075 Sof Operations Building Addition And Renovation, Naval Air Station Oceana, Virginia Beach, Va this Project Constructs A Two-story Addition And Renovates Existing Building 368 At Naval Air Station Oceana, Dam Neck Annex. The New Footprint To The Existing Building Will Expand Existing High-bay Space And Include Mezzanine Storage. The Project Also Renovates All Existing Administrative And Operational Spaces In Building 368. Appropriate Cybersecurity Measures Willbe Applied To The Facility-related Control Systems In Accordance With Current Department Of Defense (dod) Criteria. Information Systems Include Telephone, Computer Network, Fiber Optic, Cable Television, Security And Fire Alarm Systems And Infrastructure. This Project Will Provide Anti-terrorism/force Protection (at/fp) Features And Comply With At/fp Regulation And Physical Security Mitigation In Accordance With Dod Minimum Anti-terrorism Standards For Buildings. Built-in Equipment Includes Parking Lifts. in Accordance With Dfars 236.204(ii), The Magnitude Of Construction For This Project Is Between $25,000,000 And $100,000,000. this Is A New Procurement. It Does Not Replace An Existing Contract. No Prior Contract Information Exists. the Anticipated Award Of This Contract Is September 2025. the North American Industry Classification System (naics) Code For This Project Is 236220. Commercial And Institutional Building Construction, With A Small Business Size Standard Of $45,000,000. if The Resulting Solicitation Is Set Aside For Small Businesses Firms, It Will Include Far Clause 52.219-14, Limitations On Subcontracting. If Adequate Interest Is Not Received From Small Business Concerns, The Solicitation Will Be Issued As Unrestricted Without Further Notice. interested Sources Are Invited To Respond To This Sources Sought Announcement By Using The Forms Provided Under Separate Files Titled Sources Sought Contractor Information Form (form Attached) And Project Information Form (form Attached). These Forms Are Required. Information Not Provided May Prohibit Your Firm From Consideration. if You Are Submitting As A Mentor-protégé Joint Venture Under The 8(a) Program, You Must Provide Sba Approval Of The Mentor-protégé Agreement To Be Considered As Small For This Procurement. For More Information On The Definitions Or Requirements For These Small Business Programs Refer To Http://www.sba.gov/. Responses Must Include Identification And Verification Of The Firm’s Small Business Status. the Following Information Shall Be Provided: 1. Contractor Information: Provide Your Firm’s Contact Information Including Unique Entity Identifier (uei) And Cage Code. 2. Type Of Business: Identify Whether Your Firm Is A Small Business, Sba Certified 8(a), Sba Certified Hubzone, Service-disabled Veteran-owned, And/or Economically Disadvantaged Women-owned Small Business, Or Women-owned Small Business Concern. 3. Bonding Capacity: Provide Your Surety’s Name, Your Maximum Bonding Capacity Per Project And Your Aggregate Maximum Bonding Capacity. 4. Construction Experience: Submit A Minimum Of Three (3) Up To A Maximum Of Five (5) Relevant Construction Projects Your Firm Has Performed To Best Demonstrate Your Experience On Relevant Projects That Are Similar In Size, Scope, And Complexity. With The Exception Of 13 Cfr 125.2(g) Below, Experience Of Proposed Subcontractors Will Not Be Considered. Furthermore, The Offeror’s Experience As A Subcontractor Will Not Be Considered. for Each Of The Submitted Relevant Projects (a Maximum Of Five (5) Project, Ensure That The Form Is Completed In Its Entirety For Each Project And Limited To Two Pages Per Project. Ensure That The Description Of The Project Clearly Identifies Whether The Project Is New Construction Or Renovation, The Square Footage And Final Construction Cost, And Addresses How The Project Meets The Scope/complexity Requirements. a Relevant Project Is Defined As A Construction Project Performed Under A Single Task Order Or Contract. For Multiple Award And Indefinite Delivery/indefinite Quantity Type Contracts, The Contract As A Whole Shall Not Be Submitted As A Project And Will Not Be Considered; Rather, Offerors Shall Submit The Work Performed Under A Task Order As A Project. Recent Is Defined As Having Been 100% Completed Within The Last Ten (10) Years Prior To The Sources Sought Submission Due Date. A Relevant Project Is Further Defined As: size: A Final Construction Cost Of $20,000,000 Or Greater And A Total Square Footage Of 35,000 Or Greater. scope: Renovation Of And Addition To A Two-story Commercial, Industrial, Or Institutional Building. complexity: Relevant Projects Shall Cumulatively Demonstrate Experience With Five Of The Seven Requirements As Shown Below: fire Protection Systems hvac Systems addition To An Occupied Facility secure Facility Work telecommunications deep Foundation Systems phased Construction In An Occupied Facility note: Each Project Does Not Have To Demonstrate Experience With Each Element Of Complexity, But Instead Projects Submitted As A Whole Shall Collectively Demonstrate Experience With Five Of The Seven Requirements. note: Capability Will Only Be Satisfied On Projects That Are Considered Relevant In Terms Of Size/scope/complexity And Completed Within The Specified Time Period. for Purposes Of Evaluating Capability, The “offeror” Is Defined As The Prime Contractor That Demonstrates Experience On Relevant Projects That Meet Size, Scope And Complexity. in Accordance With 13 Cfr 125.2(g), Small Business Offerors May Utilize The Experience Of A Small Business First-tier Subcontractor(s) To Demonstrate Experience Under This Capability Evaluation If The Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. In Order To Utilize The Experience Of A Small Business First-tier Subcontractor(s), The Offeror Must Specifically Identify The Proposed Small Business First-tier Contractor(s) In Its Capability Package In Accordance With This Notice. The Offeror Or, If A Small Business Offeror, Its Small Business First-tier Subcontractor, Shall Have Been The Prime Contractor On All Submitted Projects. The Government Notes That 13 Cfr 125.2(g) Is Specific To Only Small Business Offerors And Named Small Business First-tier Subcontractors. As Such, The Small Business Offeror Is Not Permitted To Use The Experience Of A Large Business Subcontractor Or Large Business Corporate Affiliate In Place Of Its Own If The Small Business Offeror Cannot Independently Satisfy The Experience Requirement As Defined Above. the Government Will Use Responses To This Sources Sought Synopsis To Make Appropriate Acquisition Decisions. The Capabilities Statement For This Sources Sought Is Not Expected To Be A Proposal, But Rather Short Statements Regarding The Company’s Ability To Demonstrate Existing-or-developed Expertise And Experience In Relation To The Areas Specified Herein. Submission Of A Capabilities Statement Is Not A Prerequisite To Any Potential Future Offerings, But Participation Will Assist The Government In Tailoring Requirements To Be Consistent With Industry Capabilities. responses Are Due On 18 April 2025 By 2:00 P.m. Local Time. The Submission Package Shall Only Be Submitted Electronically To Demetrice Jenkins At Demetrice.jenkins2.civ@us.navy.mil And Must Be Limited To A 4mb Attachment. You Are Encouraged To Request A “read Receipt.” Responses Received After The Deadline Or Without The Required Information Will Not Be Considered.
Government Of New Brunswick Tender
Machinery and Tools
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. Where It Is Deemed Practicable And In The Best Interest Of The Province A Contract May Be Awarded To More Than One Supplier For The Same Item Or Group Of Items. No Totals Required. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. Contract For The Supply And Delivery Of North American Approved Oem Off Brand And After Market Parts, Light Duty Application For Automotive And Truck Up To And Including 1 Ton. This Is Not A Contract For Rebuilt Products But A Contract For Genuine New Or Genuine Remanufactured Products That Are Re-engineered To Like-new Condition And Meet Or Exceed Oem Expectations. Vendors Are Asked To Carefully Read All Attachments Associated With This Invitation To Tender Prior To Submitting A Bid. For The Purposes Of This Contract, The Term Pnb Represents The Province Of New Brunswick. Effective January 1, 2025 Through November 30, 2026 With The Option To Renew For One Additional Year. Evaluation Criteria The Province Intends To Award Contract To The Supplier With The Best Combination Of Product Coverage, Price And Delivery, In The Best Interest Of The Province. More Than One Supplier May Be Awarded Partial Contract Depending On Competitive Bid. To Determine The Most Competitive Bid, The Evaluation Criteria Breakdown Is As Follows: 1. 50% Pricing Structure 2. 25% Distribution 3. 25% Product Availability This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Contract Of Supply To Be Delivered As And When Required For The Period Indicated Upon Receipt Of An Official Release Under Contract. The Province Of N.b. Does Not Guarantee That Any Amount, Make, Model, Brand, Item, Part Or Service Will Be Purchased. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. A Bidder Must Obtain Official Bid Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bids (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Failure To Submit The Official Bid Documents Or Provide Proof That The Official Bid Documents Were Properly Obtained Will Result In Rejection Of The Bid. In Order To Facilitate The Evaluation Process, Bidders Are Requested To Respond In The Same Format As The Official Bid Documents. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick Or The Atlantic Region. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; B) Secondly, New Brunswick Vendors; And C) Thirdly, Atlantic Suppliers. The Preference Will Be Applied Based On The Price Differential Between The Lowest Acceptable Bid And The Bid Receiving Preferential Treatment. Unless Otherwise Indicated, There Shall Be No Limit On The Price Differential Under Which A Preference May Be Applied. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. All Discounts Quoted Will Be Considered To Be Without Limitations. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf This Procurement Is Subject To The World Trade Organization Agreement On Government Procurement. The Province Of New Brunswick Reserves The Right To Negotiate A Contract With Vendors Throughout The Contract Period In Areas Of The Province Where Adequate Coverage Is Not Achieved. The Province Of N.b. Will Allow Government Funded Bodies To Purchase Goods Or Services Using Long Term Contracts Awarded As A Result Of An Invitation. By Submitting A Bid The Bidder Indicates That It Agrees To Extend The Same Pricing To Government Funded Bodies As Per The Terms And Specifications In The Invitation Document. No Totals Required. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation.
Government Of New Brunswick Tender
Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date29 Jan 2025
Tender AmountRefer Documents
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
DEPT OF THE ARMY USA Tender
Civil And Construction...+1Drainage Work
United States
Closing Date20 Mar 2025
Tender AmountRefer Documents
Details: Sources Sought Synopsis for hulah Toe Drain Replacement Phase 2 hulah Lake, Oklahoma this Is A Sources Sought Announcement; A Market Survey For Information Only, To Be Used For Preliminary Planning Purposes. This Is Not A Solicitation For Proposals And No Contract Will Be Awardedfrom 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. Respondents Will Be Notified Of The Results Of The Evaluation Upon Request. the U.s. Army Corps Of Engineers – Tulsa Has Been Tasked To Solicit For And Award A Contract For The Hulah Toe Drain Replacement Phase 2, At Hulah Lake, Oklahoma. The Proposed Design-bid-build Project Will Be Procured As A Competitive, Firm-fixed Price Contract In Accordance With Far 15, Negotiated Procurement, Using The Lowest Price Technically Acceptable Approach, Tradeoffs Will Not Be Permitted. The Type Of Set-aside Decision To Be Issued Will Depend Upon The Capabilities Of The Responses To This Synopsis. the Purpose Of This Synopsis Is To Gain Knowledge Of Interest, Capabilities And Qualifications Of Various Members Of Industry, To Include The Small Business Community: Small Business, Section 8(a), Historically Underutilized Business Zones (hub-zone), Service-disabled Veteran-owned Small Business (sdvosb), And Women-owned Small Business (wosb). The Government Must Ensure There Is Adequate Competition Among The Potential Pool Of Responsible Contractors. Small Businesses, Section 8(a), Hubzone, Sdvosb, And Wosb Businesses Are Highly Encouraged To Participate. the Work Includes, But Is Not Limited To, The Following: 1. Demolition Of The Existing Toe Drain System, To Include Toe Drain Piping, Manholes, And Relief Well Connections. This Excludes The Existing Toe Drain System Between Existing Manholes 6 And 8. 2. Demolition Of Existing Toe Road Culverts (three Total), To Include Culvert Pipe And Flare Ends. 3. Construction Of New Toe Drain System Including, But Not Limited To, Perforated Toe Drain Piping, Non-perforated Relief Well Piping, Precast Concrete Manholes, And Non-perforated Relief Well Connector Piping. The New Toe Drain System Will Tie Into The Existing Manholes 6 And 8. 4. Construction Of New Toe Road Culverts Including, But Not Limited To, Reinforced Concrete Pipe, Pre-cast Flared Ends, And Riprap Around New Flared Ends. in Accordance With Far 36 And Dfars 236, The Estimated Construction Price Range For This Project Is Between $1,000,000 And $5,000,000. estimated Construction Duration Of The Project Is 365 Calendar Days. the North American Industry Classification System Code For This Procurement 237990 ( other Heavy And Civil Engineering Construction) Which Has A Small Business Size Standard Of $45m. the Product Service Code Is: Z2ka (maintenance Of Dams) small Businesses Are Reminded Of Far 52.219-14, Limitations On Subcontracting. Firm Will Not Pay More Than 85% Of The Amount Paid By The Government For Contract Performance, Excluding The Cost Of Materials, To Subcontractors That Are Not Similarly Situated Entities. Any Work That A Similarly Situated Entity Further Subcontracts Will Count Toward The 85% Subcontract Amount That Cannot Be Exceeded. Large Businesses Must Comply With The Far 52.219-9 By Submitting A Small Business Subcontracting Plan Should This Action Be Solicited As Full And Open Competition And An Award Is Made To A Large Business Firm. prior Government Contract Work Is Not Required For Submitting A Response To This Sources Sought Synopsis. All Construction Performance Must Be In Compliance With The Usace Safety And Health Requirements Manual (em 385- 1-1), And Must Also Comply With All Federal, State And Local Laws, Ordinances, Codes And/or Regulations. anticipated Solicitation Issuance Date Is On Or About 7 April 2025 And The Estimated Proposal Due Date Will Be On Or About 7 May 2025, The Official Synopsis Citing The Solicitation Number Will Be Issued On Http://sam.gov, Inviting Firms To Register Electronically To Receive A Copy Of The Solicitation When It Is Issued. firm’s Response To This Synopsis Shall Be Limited To 5 Pages And Shall Include The Following Information: firm’s Name, Address, Point Of Contact, Phone Number, And E-mail Address. firm’s Interest In Bidding On The Solicitation When It Is Issued. firm’s Capability To Perform The Magnitude And Complexity Outlined In The Scope Of Work Above (include Firm’s Capability To Execute Construction- Comparable Work Performed Within The Past 5 Years): brief Description Of The Project, Customer Name, Timeliness Of Performance, And Dollar Value Of The Project) – Provide At Least 3 Examples. firm’s Business Size – Lb, Sb, 8(a), Hubzone, Sdvosb, Or Wosb. firm’s Joint Ventures (existing), Including Mentor Protégés And Teaming Arrangement Information Is Acceptable. firm’s Bonding Capability (construction Bonding Level Per Contract And Aggregate Construction Bonding Level, Both Expressed In Dollars) Via Letter From Bonding Company. interested Firm’s Shall Respond To This Sources Sought Synopsis No Later Than 2:00pm Cdt, 20 March 2025 All Interested Firms Must Be Registered In Sam To Be Eligible For Award Of Government Contracts. Mail, Fax Or Email Your Response To Tyler Hastings, U.s. Army Corps Of Engineers, Tulsa District (cect-swt), 2488 East 81st Street, Tulsa, Ok 74137-4290. Email: Tyler.a.hastings@usace.army.mil. Please Also Provide A Copy Of The Response To Mr. Gene Snyman, Small Business Deputy, At Gene.snyman@usace.army.mil.
Government Of New Brunswick Tender
Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: No Totals Required. This Procurement Is Subject To The Canadian Free Trade Agreement. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. Instructions For Bid Submission 1. Effective April 15, 2020, Service New Brunswick Is No Longer Accepting Paper Bids, And The Central Tendering Branch Is Closed To The Public. Public Tender Openings Are No Longer Taking Place; However, Results Continue To Be Posted On Nbon. 2. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 3. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 4. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 5. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 6. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 7. All Tenders Must Be F.o.b. Destination, Freight Prepaid. 8. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Direct Deposit The Province Of New Brunswick Is Now Using Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Covid-19 Restrictions For Workers Entering New Brunswick All Suppliers And Workers Entering The Province Of New Brunswick For Work Purposes Must Comply With The Requirements Established By Worksafe Nb And Public Health, Including Isolation Requirements Where Applicable. Click Here For More Information On These Requirements. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Covid-19 Supplier Vaccination Policy Suppliers Must Comply With All Gnb Health And Safety Policies And Standards Including, Without Limitation, All Health And Safety Policies And Standards Related To Covid-19, As Applicable. Go To Www.gnb.ca/nbon To View The Full Policy And Faqs. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. All Discounts Quoted Will Be Considered To Be Without Limitations. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference.
9731-9740 of 9801 archived Tenders