Electrical Work Tenders

Electrical Work Tenders

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date30 Jan 2025
Tender AmountRefer Documents 
Details: Notice: This Is Not A Solicitation But Rather A Sources Sought To Determine Capability Of Potential Sources And Is For Information And Planning Purposes Only. this Notice Is Not A Request For Proposal. The Government Will Not Pay Nor Reimburse Any Costs Associated With Responding To This Request. The Government Is Under No Obligation To Award A Contract As A Result Of This Notice. the Following Information Is Provided To Conduct Market Research To Determine The Availability Of Contractors That Can Perform The Work For This Project At The Coatesville Va Medical Center. this Project Provides Stub-outs For A Temporary Boiler Connection To Our Steam Supply. The Stub-outs Will Be Located On An Outside Wall Of The Boiler Plant, And Tie Into A Steam Supply Main At An Appropriate Location. Work Includes Installation Of Block Valves To Isolate The In-plant Boiler Supply From The Temporary Boiler Supply, And Any Other Isolation Deemed Necessary For Safety With Future Construction Activities Occurring During Operation Of The Plant. Work Includes All Connection Points For Boiler Feed Water And Condensate Return, Electrical Power And Controls. Work Includes Replacement Of The Steam Header In The Boiler Plant. Work Includes Cameras For Monitoring The Temporary Boiler And All Associated Monitors And Wiring. Work Includes A Temporary Control Room Trailer. Work Includes Driveway Repairs And Removeable Protective Bollards, And Associated Site Work. Work Includes Hooking Up A Temporary Boiler For Commissioning Purposes, And Commissioning, To Ensure That It Is Fully Integrated Into The Existing Plant. All Work Must Be In Accordance With Va And Code Requirements. All Work Shall Be Completed Within 270 Days Of Notice To Proceed. the Magnitude Of Construction Is Between $1,000,000.00 And $5,000.000.00. contractors That Have The Ability To Perform The Work For This Project Are Requested To Respond As Follows: statement Of Interest capability Statement pricing For Completed Projects Of Similar Scope address If You Would Perform The Work As A Prime Contractor, Joint Venture, Va Mentor-protã©gã© Program, Or Potential Teaming Partners include Company Name, Address, Point Of Contact, Uei (sam) Number. provide Business Type And Size Standard Based On Naics Code 238220, Commercial And Institutional Building Construction (i.e. Large Business, Small Business, Service-disabled Veteran Owned, Veteran Owned, Women-owned, Etc). responses Must Be Submitted By January 30, 2025 By 2:00 Pm Eastern Standard Time (est). Submit Responses To The Information Requested Via Email To Vanessa.chmielewski@va.gov. All Sdvosb And Vosb Firms That Respond Shall Include Proof Of Cve Certification Via Www.veterans.certify.sba.gov/. All Small Business Firms That Respond Shall Include Proof Of Small Business Status Via Their Representations And Certifications In Accordance With (far 4.1102 Policy). All Firms That Respond Must Be Registered In The System For Award Management Via Https://sam.gov/sam/. all Questions Are To Be Submitted Via Email To Vanessa.chmielewski@va.gov By January 28, 2025 By 4:00 Pm Est disclaimer this Rfi Is Issued Solely For Information And Planning Purposes Only And Does Not Constitute A Solicitation. All Information Received In Response To This Rfi That Is Marked As Proprietary Will Be Handled Accordingly. In Accordance With Far 15.201(e), Responses To This Notice Are Not Offers And Cannot Be Accepted By The Government To Form A Binding Contract. Responders Are Solely Responsible For All Expenses Associated With Responding To This Rfi. Please Be Advised That When The Solicitation Is Released, It Will Not Be The Same Announcement Number As This Sources Sought Notice.

Municipality Of Tubo Abra Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Closing Date3 Feb 2025
Tender AmountPHP 9.2 Million (USD 158.2 K)
Details: Description Item Description Unit Quantity Part Ii Other General Requirements B.5 Project Billboard/signboard Ea 2.00 B.7 (2) Occupational Safety And Health Program L.s. 1.00 Part Iii Civil, Mechanical, Electrical And Sanitary/plumbing Works Part B Plain And Reinforced Concrete Work 900 (1)c4 Structural Concrete For Columns (class A, 28 Days) M3 21.78 900 (1)c6 Structural Concrete For Beams/girders (class A, 28 Days) M3 32.40 902 (1)a Reinforcing Steel Of Reinforced Concrete Structures, Grade 40 Kg 2,533.91 902 (1)b Reinforcing Steel Of Reinforced Concrete Structures, Grade 60 Kg 5,473.54 903 (2) Formworks And Falseworks M2 320.00 Part C Finishings And Other Civil Works 1046 (2)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) M2 305.35 1046 (2)a2 150mm Chb Non-load Bearing (including Reinforcing Steel) M2 276.90 1007 (1)b Aluminum Framed Glass Door (swing Type) M2 20.16 1008 (1)a Aluminum Glass Windows (sliding Type) M2 42.12 1008 (1)c Aluminum Glass Windows (awning Type) M2 0.90 1008 (1)d Aluminum Glass Windows (fixed Type) M2 6.72 1004 (2) Finishing Hardware L.s. 1.00 1010 (1) Frames (jambs, Sill, Head, Transoms And Mullions) Set 10.00 1010 (2)b Wooden Panel Door M2 18.27 1027 (1) Cement Plaster Finish M2 1,164.50 1003 (1)a1 4.5mm Fiber Cement Board On Metal Framed Ceiling M2 453.13 1018 (1) Glazed Tiles And Trims M2 468.70 1018 (2) Unglazed Tiles M2 274.27 1032 (1)a Painting Works (concrete/masonry Painting) M2 1,617.63 1032 (1)c Painting Works (metal Painting) M2 852.54 1014 (1)b2 Prepainted Metal Sheets (rib Type) M2 660.59 1013 (2)a2 Fabricated Metal Roofing Accessory (flashing) L.m. 117.91 1013 (2)b1 Fabricated Metal Roofing Accessory (gutter) L.m. 44.15 1047 (2)a Structural Steel Kg 7,483.07 1047 (2)b Structural Steel (purlins) Kg 2,652.48 1001 (8) Sewer Line Works L.s. 1.00 1001 (9) Storm Drainage And Downspout L.s 1.00 1001 (11) Septic Vault L.s. 2.00 1002 (24) Cold Water Lines (ppr Pipe And Fittings) L.s 1.00 1002 (4) Plumbing Fixtures L.s. 1.00 Part D Electrical 1101 (33) Wires And Wiring Device L.s. 1.00 1100 (10) Conduit, Boxes And Fittings L.s. 1.00 1102 (1) Panel Board With Main And Branch Breakers L.s. 1.00 1103 (1) Lighting Fixtures And Lamps L.s. 1.00

NATIONAL PARK SERVICE USA Tender

Civil And Construction...+1Civil Works Others
United States
Closing Date23 Jan 2025
Tender AmountRefer Documents 
Details: The National Park Service (nps) Is Conducting A Market Survey To Determine The Interest And Capability Of Contractors For A Possible Upcoming Project. All Costs Associated With Providing Information In Response To This Market Survey Shall Be The Responsibility Of The Firm. Any Information Submitted Is Voluntary. The Contracting Officer Will Make An Acquisition Strategy Determination Based On The Results Of This Market Survey. The Naics Code For This Project Is 238220, Plumbing, Heating, And Air-conditioning Contractors, With A Small Business Size Standard Of $19m. The Magnitude Of Construction Anticipated Is Between $500,000 And $1m. Interested Contractors Should Also Consider Their Construction Bonding Capacities When Responding.contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 238220 To Be Considered/confirmed.overview: Prime Contractors Interested In Working At Capulin Volcano National Monument The Work Will Consist Of:this Project Encompasses All Mobilization, Work, Labor, Materials, And Oversight (including Prime And Subcontracting) Required To Rehabilitate The Visitor Center Building And Wellhouse. The Scope Of Work Includes: Installation Of All Components Necessary For A Functioning And Code-compliant Heating And Ventilation System. Removal Of Biohazardous Materials, Including Rodent And Bat Excrement, With Disinfection Per Epa And Cdc Standards. Replacement Of Above Ceiling Ducts, Diffusers, And Installation Of Propane Furnaces. Installation Of A Code-complaint Digital And Addressable Fire Alarm And Detection System. The Replacement Of An Existing Electrical Panel And Subpanel, Including New Feeders And Electrical Disconnect. Any Additional Work Required To Provide Code-compliant Electrical Service. This Project Will Require Expertise Across Multiple Disciplines, Including But Not Limited To: Mechanical Engineering; Electrical Engineering; Fire Safety/protection Engineering, And Environmental Health And Safety.we Anticipate That Work Would Begin In Early-to-mid Summer 2025. All Specifications Documents/drawings Will Be Provided If/when The Government Proceeds With A Formal Solicitation.do Not Contact Capulin Volcano National Monument Concerning This Source Sought. All Questions Shall Be Sent To Justin_erdley@nps.gov. Interested Firms Must Submit The Following Information: Name Of Firm address phone Number email Address uei Number size Status/sba Certifications. Mark All That Apply. See Far Part 19, Small Business Programs. ¿ Small Business (meets Size Standard For Naics) ¿ Women Owned Small Business (wosb) ¿ Economically Disadvantaged Women Owned Small Business (edwosb) ¿ Hubzone ¿ Service Disabled Veteran Owned Small Business (sdvosb) ¿ Indian Small Business Economic Enterprise (isbee) ¿ Other (specify) _________________ Contractor Must Be Registered As A Small Business Under The Listed Socio-economic Categories In Sam (system For Award Management) Under Naics Code 238220 To Be Considered/confirmed.capability Statement - A Brief Summary Of Capabilities: Contractor May Reply Below And/or Provide Attachments.this Section Or The Attachments Must Include:1. bonding Limits2. brief Explanation Of Your Company¿s Ability/capabilities To Perform The Work Outlined Above3. all Information Being Requested Above In Regard To The Table For: Company Name, Poc Info, Uei Number, And All Of The Size Status/sba Certifications This Market Research Is Being Conducted To Acquire Additional Information About Potential Contractors That May Be Interested In Performing This Work. This Is Not An Invitation For Bid (ifb) Or Request For Proposal (rfp) And Does Not Constitute Any Commitment By The Government To Issue Any Solicitation. All Interested Firms Must Respond To Future Solicitation Announcements Separately From Responses To This Market Survey. Any Solicitation That May Be Issued Will Be Posted On Sam.gov.all Responses Must Be Submitted Via Email Not Later Than 1200 Mst, January 23, 2025. Email Address: Justin_erdley@nps.gov. Include The Reference Number (140p1225r0004) In The Subject Line.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date8 Jan 2025
Tender AmountPHP 4.9 Million (USD 85.2 K)
Details: Description Republic Of The Philippines Department Of Public Works And Highways Aurora District Engineering Office Baler, Aurora, Region Iii Invitation To Bid 25cn0133 - Construction Of Multi – Purpose Building, Barangay 5, Casiguran, Aurora 1. The Dpwh – Aurora District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: 1. Name Of Contract : Construction Of Multi – Purpose Building, Barangay 5, Casiguran, Aurora Contract Id No. : 25cn0133 Locations : Barangay 5, Casiguran, Aurora Scope Of Works : Earthworks, Reinforced Concrete, Buildings, Finishing And Other Civil Works, Electrical, Mechanical Approved Budget For The Contract : Php 4,950,000.00 Contract Duration : 120 Cd Source Of Fund : Nep 2025 Size Range : Small B License Category : C & D Cost Of Plans/proposal : Php 5,000.00 Bidders Should Have Completed A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii (instructions To Bidders). Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category And Classification As Indicated On The Above Table. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Dpwh – Aurora District Engineering Office And Inspect The Bidding Documents At Procurement Unit/bac Office, This Office During Weekdays From 8:00 A.m To 5:00 P.m. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 18, 2024 – January 8, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of (shown On The Above Table). 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Dpwh – Aurora District Engineering Office Will Hold A Pre-bid Conference On December 27, 2024 At 09:00 A.m. At Dpwh – Aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Prescribed Address Below For Manual Submission Or At Electronicbids_aurora@dpwh.gov.ph For Electronic Submission On Or Before January 08, 2025 At 09:00 A.m. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 15. 10. Bid Opening Shall Be On January 08, 2025 At 09:00 A.m. At Dpwh-aurora Deo, Procurement Unit/bac Office, Brgy. Reserva, Baler, Aurora Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Dpwh – Aurora District Engineering Office Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. 12. For Further Information, Please Refer To: Estrelita R. Nohay Head, Procurement Unit Dpwh-aurora Deo Brgy. Reserva, Baler, Aurora Telephone No.: 33806 Dpwh.adeo.bac@gmail.com Benelito D. Pascua Assistant District Engineer Bac Chairperson Telephone No.: 33806 Dpwh.adeo.bac@gmail.com

City Of Olive Branch Tender

Civil And Construction...+1Water Storage And Supply
United States
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: Legal Notice To Bidders Sealed Bids For The Construction Of Fairhaven Raw Water Well Replacement Project, Will Be Received By The City Of Olive Branch At 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654 Until 2:00 P.m. Local Time On Monday, January 13, 2025, And Thereafter Will Be Opened And Publicly Read. The Project Consists Generally Of The Construction Of One 1,000 Gallon Per Minute Raw Groundwater Supply Well, Including All Drilling, Test Holes, Raw Water Analysis, Reaming, Casings, Screen, Gravel Wall, Well Development, Well Testing, Well Cleaning, Cctv Inspection, Construction Of Pump Foundation, Well Pump, Discharge Head, Column Assembly, Shafts, Suction Pipe, Electric Motor, Water Level Indicator, Pressure Gauge, Discharge Piping, Check Valves, Flow Meter, Gate Valves, Insulation, Connection To The Existing Raw Water Line, Painting, Electrical And Controls, Site Work, Fencing, Site Restoration, Final Cleaning, And All Other Necessary And Appurtenant Work Required To Complete The Work As Described In These Specifications And Detailed In The Drawings. A Non-mandatory Pre-bid Meeting Will Be Held At 2:00 P.m. On Monday, January 6, 2025, In The 1st Floor Conference Room Of City Hall Located At 9200 Pigeon Roost Road, Olive Branch, Mississippi. Plans, Specifications And Contract Documents May Be Picked Up At The Office Of Karen Mcneil, Purchasing Manager, 9200 Pigeon Roost Road, Olive Branch, Mississippi (662-892-9208) Or Via Email At Karen.mcneil@obms.us. In Addition, Official Bid Documents Can Be Downloaded From Central Bidding At Www.centralbidding.com. Electronic Bids Can Be Submitted At Www.centralbidding.com. Electronic Bids Are Due The Same Time And Date As Sealed Bids. For Any Questions Relating To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Each Bid Must Be Submitted In A Sealed Envelope, Addressed To The City Clerk, City Of Olive Branch, 9200 Pigeon Roost Road, Olive Branch, Mississippi 38654. Each Envelope Must Be Plainly Marked On The Outside As “re-bid Fairhaven Raw Water Well Replacement Project” And Must Bear On The Outside The Date The Bid Is To Be Opened. Opened Bids Will Be Presented For Consideration At A Regular Meeting Of The Mayor And Board Of Aldermen Of The City Of Olive Branch. Each Bid Shall Be Accompanied By A Bidder’s Bond Issued By A Surety Company Licensed To Operate In The State Of Mississippi, In The Amount Of 5% Of The Total Bid Price, As A Guarantee That If The Bid Is Accepted, The Bidder Will Enter Into A Contract And Execute The Performance And Payment Bonds In The Form And Within The Time Specified. The Successful Bidder Will Be Required To Execute A Performance Bond And A Payment Bond, Each In The Amount Of 100% Of The Contract, Issued By A Surety Company Licensed To Operate In The State Of Mississippi And Shall Be Named In The Current List Of "companies Holding Certificates Of Authority As Acceptable Sureties On Federal Bonds And As Acceptable Reinsuring Companies" As Published In Circular 570 (amended) By The Audit Staff Bureau Of Accounts, U.s. Treasury Department. Each Bidder Shall Have A Certificate Of Responsibility To Bid On Contracts For Public Projects In Which The Bid Price Exceeds $50,000.00 And For Private Projects In Which The Bid Price Exceeds $100,000.00 As Required By The Laws Of The State Of Mississippi. Each Bidder Shall Show On The Outside Of The Envelope Containing His Bid: His Current Certificate Of Responsibility Number And Expiration Date Or If Applicable, A Statement Certifying That The Bid Enclosed Does Not Exceed $50,000.00 For A Public Project Or $100,000.00 For A Private Project. Failure To Show These Items On The Outside Of The Envelope Containing The Bid Will Result In The Bid Being Returned To Bidder Unopened. No Bidder May Withdraw His Bid For A Period Of Sixty (60) Days After Date Of Actual Bid Opening, Without The Owner's Consent. The City Of Olive Branch Reserves The Right To Reject Any Or All Bids In Whole Or In Part, With Or Without Cause; And To Accept The Lowest Bid Which In Its Judgment Will Be For The Best Interest Of The City Of Olive Branch. Witness My Signature This The 19th Day Of November, 2024. /s/ Tena Stewart, City Clerk

DEPT OF THE ARMY USA Tender

Civil And Construction...+3Building Construction, Consultancy Services, Civil And Architectural Services
United States
Closing Date1 Feb 2025
Tender AmountRefer Documents 
Details: Presolicitation Notice for w912gb25r00012: Two-phase Design-bid-build (dbb) And Design-build (db) Multiple Award Task Order Task Order (matoc) Indefinite-delivery, Indefinite-quantity (idiq) Construction Contract For Turkey 1. Anticipated Project Title: Design-build (db) And Design-bid-build (dbb) Construction $98m multiple Award Task Order Contract (matoc) In Support Of Department Of Defense (dod) And Federal Agencies Located On Military Installations Or In Support Of Defense Operations Within Turkey 2. Agency: U.s. Army Corps Of Engineers (usace) Europe District (nau) 3. Naics: 236220, Commerical And Institutional Building Construction 4. Contract Specialist: Leah Beyer, Leah.m.beyer@usace.army.mil 5. Place Of Performance: Turkey 6. Solicitation Number: W912gb-25-r-0012 7. Description: Usace Nau Intends To Award A Target Of Five (5) Indefinite Delivery Indefinite Quantity (idiq) Matocs For Db/dbb Construction Providing New Facilities And Real Property Repair And Maintenance In Support Of Defense Operations Within Turkey. Task Orders Will Primarily Include, But Are Not Limited To, New Building Construction, General Building Repair And Renovation, Road And Pavement Repair, General Environmental, Incidental Minor Construction, Excavation, Plumbing, Demolition, Electrical, Structural, Mechanical, Concrete Work, And Environment Remedial Work (hazardous Waste Abatement And Disposal). 8. Type Of Contract: This Solicitation Will Be For Award Of Firm-fixed-price Idiq Matoc. Use Of The Matoc Will Provide The Government With A Construction Project Delivery Method That Can Help Minimize Design Effort And Related Overhead Expenditures, As Well As Handle Compressed Schedules. 9. Type Of Set-aside: This Acquisition Will Be An Unrestricted Action Under Full And Open Competitive Conditions. 10. Selection Process: The Government Will Utilize The Two-phase Db Selection Procedures In Accordance With Far 36.303. In Phase One, The Government Will Evaluate The Performance Capability Proposals In Accordance With The Criteria Described In The Eventual Solicitation And Intends To Select A Target Of Five (5) Of The Most Highly Qualified Phase One Offerors To Compete In Phase Two. Offerors Will Be Notified If They Have Or Have Not Been Selected To Participate In Phase Two By The Contracting Officer. In Phase Two, The Most Highly Qualified Offerors Will Submit Proposals In Accordance With The Eventual Solicitation Criteria. The Government’s Phase Two Evaluation Approach Will Utilize The Best Value Tradeoff Process For Source Selection In Accordance With Far 15.101-1 To Determine Best Value. 11. Contract Magnitude: The Term Of The Resultant Contracts Will Be A Base Period Of Five (5) Years. The Contemplated Contracts’ Shared Capacity Is Not Exceed $98,000,000.00. Individual Projects Issued Under The Matocs Will Contain Their Own Estimated Values. 12. Pre-proposal Conference: The Solicitation Will Provide Further Information On The Pre-proposal Conference. 13. Solicitation Websites: Offerors Are Cautioned To Ensure That They Are Fully Registered in Sam In Advance Of Proposal Submission, Throughout The Proposal Review Period, And Through Contract Completion And Warranty. Failure To Maintain Sam Registration May Render Your Proposal Ineligible For Award. Solicitation Documents, Plans And Specifications Will Only Be Available Via Sam.gov (https://sam.gov/) Website. all Rfp Documents Will Be Made Available For Viewing On Sam.gov (https://sam.gov/). All Amendments Will Be Made Available For Viewing On Sam.gov (https://sam.gov/). It Shall Be The Offeror’s Responsibility To Check The Website For Any Amendments. Please Refer To Instructions In The Eventual Solicitation On How To Submit Proposals. 14. Anticipated Solicitation Release Date And Award Date: The Government Anticipates Releasing The Solicitation On Or About 3 February 2025. 15. Point-of-contact: The Usace Nau Contracting Office Will Be The Sole Point-of-contact For This Solicitation. The Primary Contracting Point Of Contact For This Solicitation Is Contract Specialist, leah M Beyer, At Leah.m.beyer@usace.army.mil And Contracting Officer, Ryan Fernandez, At Ryan.d.fernandez@usace.army.mil.

BARANGAY SAGRADA, PILI, CAMARINES SUR Tender

Civil And Construction...+1Building Construction
Philippines
Closing Date29 Jan 2025
Tender AmountPHP 2.4 Million (USD 41.2 K)
Details: Description Republic Of The Philippines Office Of The Punong Barangay Sagrada, Pili, Camarines Sur Bids And Awards Committee Contact No. +639857600284 Sagrada, Pili, Camarines Sur 4418 Invitation To Bid Rehabilitation And Improvement Of Multi-purpose Building/hall The Local Government Unit Of Sagrada, Pili, Camarines Sur Through The 20% Barangay Development Fund (bdf) (reprogrammed 2024) Intends To Apply The Sum Of Two Million Four Hundred Twenty Thousand Pesos (p2,420,000.00) Being The Approved Budget For The Contract (abc) To Payment Under The Contract For The Rehabilitation And Improvement Of Multi-purpose Building/hall. Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. The Local Government Unit Of Sagrada, Pili Camarines Sur Now Invites Bids For The Rehabilitation And Improvement Of Multi-purpose Building/hall Is Required One Hundred Twenty Days (120 Day). Bidders Should Have Completed, Within 2 Years From The Date Of Submission And Receipt Of Bids, A Contract Similar To The Project. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Section Ii Instructions To Bidders. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using A Non-discretionary “pass/fail” Criterion As Specified In The Implementing Rules And Regulations (irr) Of Republic Act (ra) 9184, Otherwise Known As The “government Procurement Reform Act”. A Complete Set Of Bidding Documents Maybe Purchased By Interested Bidders On January 21, 2025 To February 10, 2025 At 8:00 Am. From The Address Below And Upon Payment Of A Nonrefundable Fee For The Bidding Documents In The Amount Of Five Thousand Pesos (p5,000.00) Only. Bid Must Be Delivered To The Address Below On Or Before February 10, 2025 At 8:00 Am. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb. Bid Opening Shall Be On February 10, 2025 2:00 P.m. At The Session Hall, Barangay Sagrada, Pili, Camarines Sur. Bids Will Be Opened In The Presence Of The Bidders Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. The Local Government Unit Of Sagrada, Pili, Camarines Sur Reserves The Right To Accept Or Reject Any Bid, To Annul The Bidding Process, And To Reject All Bids At Any Time Prior To Contract Award, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Part I. General Requirements B.5 Project Billboard/signboard Est. Qty. : 1 Each A. Labor 1 Construction Foreman 1 Skilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 64 Sq.ft. Tarpauline (with Coa Format) 2 Pcs. 1/4" Marine Plywood 12 Pcs. 2" X 3" X 12' Coco Lumber 8 Pcs. 2" X 2" X 12' Coco Lumber 1 Kg. Assorted Cw Nails B.9 Mobilization/demobilization Est. Qty. : 1 L.s. 1 Lot Lump Sum Part Ii. Civil, Electrical, & Sanitary/plumbing Works A. Earthworks 801(1) Removal Of Structures And Obstruction Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment 1 Unit Jack Hammer Handtools ( 10 % Of Labor) C. Materials 803(1)a Structure Excavation (common Soil) Est. Qty. : 11.42 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 10 % Of Labor) C. Materials 804(4) Gravel Fill Est. Qty. : 5 M3 A. Labor 1 Construction Foreman 5 Unskilled Laborer B. Equipment Handtools ( 5 % Of Labor) C. Materials 2 M3 Boulder (apple Size) 3 M3 G 1" Crushed Gravel B. Plain And Reinforced Concrete Works 900(1)c1 Structural Concrete, Class A, 28 Days Est. Qty. : 19.91 M3 A. Labor 1 Construction Foreman 2 Skilled Laborer 4 Unskilled Laborer B. Equipment 1 Unit Concrete Vibrator 1 Unit 1-bagger Mixer Minor Tools ( 10 % Of Labor) C. Materials 21 M3 G 3/4 "crushed Gravel 12 M3 Albay Sand 185 Bags Portland Cement 40 Bags Sahara 902(1)a Reinforcing Steel Bars, Grade 40 Est. Qty. : 3,491.67 Kgs. A. Labor 1 Construction Foreman 5 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Bar Cutter, Single Phase (25 Mm Ø) 1 Unit Bar Bender Minor Tools ( 10 % Of Labor) C. Materials 125 Pcs. 10mm Ø Rsb 158 Pcs. 12mm Ø Rsb 185 Pcs. 16mm Ø Rsb 20 Pcs. 20mm Ø Rsb 135 Kgs. #16 G.i. Tie Wire 903(1) Formworks And Falseworks Est. Qty. : 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 5 Unskilled Laborer Stripping 1 Construction Foreman 3 Unskilled Laborer B. Equipment 5 Sets H-frame 1.7m X 1.2m, Set 2 Pcs H-frames 4 Pcs Diagonal Cross Braces 4 Pcs Horizontal Braces 8 Pcs Joint Pins Minor Tools ( 10 % Of Labor) C. Materials 25 Pcs. 1/4" Marine Plywood 1,200 Bd.ft. Coco Lumber Consumables ( 5 % Of Material Cost) C. Finishing And Other Civil Works C.1. Fabricated Materials 1006(6) Steel Doors & Frame Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D1 - Steel Grille Door (0.90m X 2.10m) (installed) (see Plan For Details) 1 Set D5 - Steel Fire Exit Door (installed) (see Plan For Details) 1010(2)a Flush Door Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D2- 1/4" Thk. Marine Plywood Flush Door With 2" X 5" (installed) (see Plan For Details) 1007(1)b Aluminum Framed Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set D2 - D3- 1/4" Thk. Tinted Tempered Glass On Powder Coated Alum. Framed Swing Door (installed) (see Plan For Details) 1043(2) Pvc Doors And Frames Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1008(2) Aluminum Glass Windows Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W1- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 6 Sets W2- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 3 Sets W3- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed With Fixed Glass (installed) (see Plan For Details) 1 Set W5- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1 Set W6- Awning Window With 1/4" Thk. Tinted Glass On Powder Coated Alum. Framed (installed) (see Plan For Details) 1009(2) Jalousie Window Est. Qty. 1 L.s. A. Labor Included In Material Cost B. Equipment Included In Material Cost C. Materials 1 Set W4- Tinted Glass Jalousie Window Blades On Anolok Alum. Framing (jalou Plus)(installed) (see Plan For Details) C.2. Carpentry And Joinery Works 1003(1)a1 4.5mm Fiber Cement Board On Metal Frame Ceiling Est. Qty. 59.75 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 23 Pcs. 4.5 Mm. Hardieflex Sheet (1.2 M. X 2.4 M.) 69 Pcs. Double Metal Furring 22 Pcs. Carrying Channel 60 Pcs. Hanger Bars/rod 359 Pcs. Wall Clip 15 Pcs. Wall Angle 2 Box Blind Rivet (500pcs/box) 239 Pcs. 1" Metal Screw Consumables ( 5 % Of Material Cost) 1003(4) Cabinets Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Wall Counter With Cabinet 2 Pcs. Fabrication Of Conference Tables (60cm X 190cmx78cm High) 1 Pc. Fabrication Of Conference Tables (60cm X 200cmx78cm High) C.3. Masonry Works 1003(1)a1 100mm Chb Non-load Bearing (including Reinforcing Steel) Est. Qty. 73.02 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 959 Pcs. 100 Mm Thk Chb (non-load Bearing) 44 Bags Portland Cement 5 M3 Albay Sand 66 Pcs. 10mm Ø Rsb 9 Kgs. #16 G.i. Tie Wire C.4. Finishes 1027(1) Plain Cement Plaster Finish Est. Qty. 269.94 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 95 Bags Portland Cement 13 M3 Albay Sand 1018(6) Textured Glazed Tiles Est. Qty. 12.60 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 83 Pcs. 400 X 400 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 2 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(3) Granite Tiles Est. Qty. 23.45 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 1 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 69 Pcs. 600 X 600 Glazed Floor Tiles Non Skid 8 Bags Portland Cement 1 M3 Albay Sand 4 Bags Tile Grout (2kg.) 4 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(1) Glazed Tiles Est. Qty. 14.84 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 99 Pcs. 400 X 400 Ceramic Glazed Floor Tiles 5 Bags Portland Cement 1 M3 Albay Sand 2 Bags Tile Grout (2kg.) 3 Bags Tile Adhesive (25 Kgs.) Consumables ( 5 % Of Material Cost) 1018(2) Unglazed Tiles Est. Qty. 2.65 M2 A. Labor 1 Construction Foreman 2 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 18 Pcs. 400 X 400 Ceramic Unglazed Floor Tiles 1 Bags Portland Cement 1 M3 Albay Sand 1 Bags Tile Grout (2kg.) Consumables ( 5 % Of Material Cost) C.5. Paint Works 1032(1)a Painting Works (masonry Painting) Est. Qty. 329.59 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Gal. Concrete Neutralizer 14 Gal. Concrete Sealer/primer 17 Gal. Patching Compound 17 Bags Skim Coat 8 Pail Semi-gloss Paint Consumables ( 5 % Of Material Cost) 1032(1)c Painting Works (metal Painting) Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 2 Gal. Red Oxide Primer 16 Gal. Enamel Paint 9 Gal. Paint Thinner Consumables ( 5 % Of Material Cost) C.6. Steel Works 1047(1) Structural Steel Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 2" X 4"x 6m Steel Channel 10 Pcs. 3/16" X 2" X 2" X 20' Angle Bar 25 Pcs. 1/8" X 1 1/2" X 2" X 20' Angle Bar 3 Pcs. 3/16" X 2" X 20' Flat Bar 23 Pcs. 2" X 4" X 20' Steel Purlins (1.5mm) 14 Kgs. Welding Rod Consumables ( 5 % Of Material Cost) C.7. Roofing Works 1013(1) Corrugated Metal Roofing Est. Qty. 55.04 M2 A. Labor 1 Construction Foreman 3 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Welding Machine, Electric Driven Minor Tools ( 10 % Of Labor) C. Materials 20 Pcs. #26 X 1m X 5m, 5 Rib Type Roof (pre-painted) 10 Pcs. #26 X 8' Plain G.i. Gutters 15 Pcs. #26 G.i. Fascia, 8' 10 Pcs. 1/2" X 10" X 10' Hardi Senepa 2,000 Pcs. Metal Tekscrew 9 Boxes 1/8" Ø X 1/2" Blind Rivets 7 Box 3/16" Ø X 1/2" Blind Rivets 68 Mts. 10mm Thk. Insulation Roof Blanket 14 Pcs. P.g.i. Gutter Straps & Supports Consumables ( 5 % Of Material Cost) D. Plumbing/sanitary Works 1002(4) Sanitary/ Plumbing Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 4 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 1 Set Water Closets, Brauhm, White With Bidette And Complete Accessories 1 Set Lavatory, Brauhm Or Hcg, Counter Type White With Drain Accessories & Faucet & Supply Accessories 1 Set Urinal, White Hcg, Complete With Drain Accessories And Water Supply Fittings And Accessories. 2 Pc 4 X 4 Ss Floor Drins With Strainer 1 Pc Ss Faucet 1 Set 10" Exhaust Fan (ceiling Type) 1 Pc. 70cm X 80 Cm Facial Mirror 2 Rolls Teflon Tape 1001(9) Storm Drainage And Downspout Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 3 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 10 Pcs. 3"ø X 10" Pvc Pipe 12 Pcs. 3"ø X 45° Pvc Elbow 3 Pcs. 3"ø X 90° Pvc Elbow 18 Pcs. 3"ø Pipe Straps And Accessories 3 Pcs. 3"ø Ss, Downspout Strainer 1 Liter Solvent 1002(24) Waterline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 2 Skilled Laborer 2 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 8 Pcs. 3/4"ø X 4m, Ppr Pipes, (#16) 4 Pcs. 1/2"ø X 4m, Ppr Pipes, (#16) 2 Pcs. 3/4"ø Gate Valve, Ppr 8 Pcs. 3/4"ø Elbow Ppr 15 Pcs. 1/2"ø Elbow Ppr 4 Pcs. 3/4" X 1/2" Ppr Tee Reducer 4 Pcs. 1/2"ø Ppr Threaded Tee 5 Pcs. 1/2" Ø Cap 3 Pcs. 3/4 X 1/2" Couplings 2 Liter Solvent 1001(8) Sewerline Works Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 5 Unskilled Laborer B. Equipment Minor Tools ( 10 % Of Labor) C. Materials 6 Pcs. 4"ø X 3m Pvc Pipe 3 Pcs. 3"ø X 3m Pvc Pipe 4 Pcs. 2"ø X 3m Pvc Pipe 2 Pcs. 2"ø Ordinary P-trap With Clean Out 1 Pcs. 4"ø X 90° Pvc Elbow 2 Pcs. 4"ø X 45° Pvc Elbow 5 Pcs. 4"ø X 4"ø Pvc Tee 5 Pcs. 4"ø X 3"ø Coupling Reducer 5 Pcs. 3"ø Clean Out 1 Pcs. 4"ø X 2"ø Pvc Tee 3 Pcs. 4"ø X 3"ø Pvc Wye 3 Pcs. 4"ø X 4"ø Pvc Wye 3 Pcs. 2"ø X 2"ø Pvc Tee 8 Pcs. 2"ø X 2"ø X 90° Pvc Elbow 1 Pcs. 3"ø X 2"ø Pvc Tee 2 Pcs. 3"ø X 45° Pvc Elbow 2 Liter Solvent E. Electrical Works 1100(10) Conduit Boxes And Fittings Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 3 Skilled Laborer 8 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 60 Pcs. 1/2"ø X 10' Pvc, Pns Conduit Pipe 10 Pcs. 3/4"ø X 10' Pvc, Pns Conduit Pipe 42 Pcs. Octagonal Junction Box Gauge #16 Deep Type (101mm X 101mm X 53mm) 24 Pcs. Utility Box Gauge #16, Deep Type (50mm X 101mm X 53mm) Consumables ( 5 % Of Material Cost) 1101(33) Wires And Wiring Devices Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 1 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 150 M. 2.0mm² Thhn Wires, Stranded 100 M. 3.5mm² Thhn Wires, Stranded 60 M. 5.5mm² Thhn Wires, Stranded 30 M. 8.0mm² Thhn Wires, Stranded 3 Sets Single Pole Swtch With Plate 2 Sets 2-gang Switch With Plate 4 Sets 3-gang Switch With Plate 14 Pcs. Duplex Convenience Outlet, Grounding Type (unversal),240v 2 Pcs. Special Purpose Outlet, Grounding Type (unversal),240v Consumables ( 5 % Of Material Cost) 1102(1) Panelboard With Main & Branch Breakers Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 1 Skilled Laborer 2 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 1 Set 70 At, 2p, 230v Circuit Breaker 2 Sets 30 At, 2p, 230v Circuit Breaker 2 Sets 20 At, 2p, 230v Circuit Breaker 2 Sets 15 At, 2p, 230v Circuit Breaker 1 Set 8-hole Panel Board Consumables ( 5 % Of Material Cost) 1103(1) Lighting Fixtures Est. Qty. 1 L.s. A. Labor 1 Construction Foreman 4 Skilled Laborer 6 Unskilled Laborer B. Equipment 1 Unit Electric Edger/grinder 1 Unit Electric Drill C. Materials 5 Sets Chandelier, Small Type 12 Sets Pinlights, 3"ø 6 Watts, Dl 17 Sets Pinlights, 3 1/2"ø 9 Watts, Dl 2 Sets Pinlights, 3 1/2"ø 14 Watts, Dl, Tiltable 4 Sets Pinlights, 11 Watts, Dl 4 Sets Cove Lights, 3m Long, Tri-color 3 Sets Wall Bracket Lights 2 Sets Emergency Lights F. Mechanical Works 1200(13) Airconditioning Est. Qty. 1 L.s. A. Labor B. Equipment C. Materials 1 Set 2.0hp Wall Mounted Type Inverter (installed) 1 Set 1.0hp Wall Mounted Type Inverter (installed) Pre-bid - January 28, 2025, 1:00pm Bid Evaluation - February 12, 2025 Post-qualification - February 14, 2025 Notice Of Award - February 17, 2025 Notice To Proceed - February 20, 2025 For Further Information, Please Refer To: Abel B. Hernandez Bac Chairman/ Brgy. Kagawad Lgu-sagrada, Pili, Camarines Sur +639857600284

Parks Canada Tender

Others...+2Civil And Construction, Civil Works Others
Canada
Closing Date14 Jan 2025
Tender AmountRefer Documents 
Details: Reissue Of Bid Solicitation This Bid Solicitation Cancels And Supersedes Previous Bid Solicitation Number 5p468-24-0140/a Dated November 22, 2024 With A Closing Of December 10, 2024 At 2:00 Pm Mst. A Debriefing Or Feedback Session Will Be Provided Upon Request To Bidders Who Bid On The Previous Solicitation. Bids Received By Fax And Email Will Be Accepted As Official. Parks Canada Is Not Currently Accepting Bids Via Sap Ariba, You Must Submit Your Bid Via Fax Or Email As Indicated In The Solicitation Document. Bids Received In-person Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To The Bid Solicitation Is Soumissionsami-bidsrpc@pc.gc.ca. Bids Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsami-bidsrpc@pc.gc.ca Will Not Be Accepted. The Only Acceptable Facsimile For Responses To Bid Solicitations Is 1-855-983-1808. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Bidder Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Bid Due To File Size. The Bidder Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Bidder Should Send The Bid In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Emails With Links To Bid Documents Will Not Be Accepted. Bid Documents Must Be Sent As Email Attachments. Special Instructions To Bidders (si) This Is A Two Stage Selection Process. Bidders Responding To This Selection Process Are Requested To Submit A Bid In Two Stages. This Posting Is The First Stage (stage One) Of A Two-stage Solicitation Process: The First Stage Will Evaluate The Qualifications Of All Interested Suppliers; The Second Stage (stage Two) Will Invite The Qualified Suppliers To Provide A Financial Bid On The Project Based On The Specifications And Drawings. Upon Award Of Contract In Stage Two The Pre-qualification List Will Expire And Will Not Be Used In Any Other Solicitation. The Qualification List Will Expire Within 180 Days Or Upon Award Of A Contract In Stage Two, Whichever Is Earlier, And The Prequalification List Will Not Be Used In Any Other Solicitation. Following The Evaluation Of The Submissions Of Stage One, Bidders Will Be Advised Of Their Qualification Result And The Status Of The Tender. Stage Two Bidders Will Be Provided An Invitation To Tender (itt) For The Financial Evaluation In Relation To The Specifications And Drawings. Requirement Parks Canada Agency (pca) Requires An Experienced Contractor To Perform The Work Of The Contract, Including But Not Limited To, Labour, Materials And Equipment For The Banff East Gate Water Treatment Project. The Work Involves The Supply And Installation Of New Water Treatment Equipment, Associated Piping, And Electrical/instrumentation. The Work Will Consist Of, But Is Not Limited To: • Supply And Installation Of Cartridge Filtration System; • Supply And Installation Of Uv Disinfection System; • Supply And Install Of Hdpe Treated Water Storage Tank, Distribution Pumping And Re-circulation System; • Supply And Install Electrical And Control System For The New Water Treatment Equipment And Pumping System; • Upgrade Instruments And Controls For Existing Septic Tank And Pump • Supply And Install New Electrical And Controls For The Existing Well Pump • Coordinating The System Programming With The Approved System Integrator; And • Start-up And Commissioning Of Each Component And The Start-up And Commissioning Of The Overall System As A Complete Entity. The Equipment Will Be Installed Inside A Newly Constructed Utility Building And Nearby Septic Field. The System Is Designed For Demand Not To Exceed 3 M3/day. All Sensors And Equipment Are Expected To Be Connected To And Controlled By A Programmable Logic Controller (plc) To Provide Plant Monitoring, Alarm, Automatic Shutdown, And Communication Functionality. To Assist With Bonding And Insurance Requirements, This Project Is Estimated At A Value Between $250,001 > $ 500,000, Taxes Extra. Bidders’ Conference A Bidders' Conference Will Be Held Via Teleconference On January 7, 2025. The Conference Will Begin At 1:00 Pm (mst). The Scope Of The Requirement Outlined In The Bid Solicitation Will Be Reviewed During The Conference And Questions Will Be Answered. It Is Recommended That Bidders Who Intend To Submit A Bid Participate. Bidders Are Requested To Communicate With The Contracting Authority Before The Conference To Confirm Participation And Obtain The Dial-in Coordinates. Bidders Should Provide, In Writing, To The Contracting Authority, The Name(s) Of The Person(s) Who Will Be Participating And A List Of Issues They Wish To Table No Later Than January 6, 2025 At (12:00 Pm Mst). Any Clarifications Or Changes To The Bid Solicitation Resulting From The Bidders' Conference Will Be Included As An Amendment To The Bid Solicitation. Bidders Who Do Not Participate Will Not Be Precluded From Submitting A Bid. Period Of Contract / Delivery Date Contractor Shall Perform And Complete The Work No Later Than April 30, 2025. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Solicitation Must Be Submitted In Writing And Should Be Received No Later Than Five Business Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Www.canadabuys.canada.ca/en/tender-opportunities. Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.

Parks Canada Tender

Civil And Construction...+1Civil Works Others
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents 
Details: Bids Received By Fax And Email Will Be Accepted As Official. Parks Canada Is Not Currently Accepting Bids Via Sap Ariba, You Must Submit Your Bid Via Fax Or Email As Indicated In The Solicitation Document. Bids Received In-person Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To The Bid Solicitation Is Soumissionsami-bidsrpc@pc.gc.ca. Bids Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsami-bidsrpc@pc.gc.ca Will Not Be Accepted. The Only Acceptable Facsimile For Responses To Bid Solicitations Is 1-855-983-1808. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Bidder Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Bid Due To File Size. The Bidder Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Bidder Should Send The Bid In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Emails With Links To Bid Documents Will Not Be Accepted. Bid Documents Must Be Sent As Email Attachments. Special Instructions To Bidders (si) This Is A Two Stage Selection Process. Bidders Responding To This Selection Process Are Requested To Submit A Bid In Two Stages. This Posting Is The First Stage (stage One) Of A Two-stage Solicitation Process: The First Stage Will Evaluate The Qualifications Of All Interested Suppliers; The Second Stage (stage Two) Will Invite The Qualified Suppliers To Provide A Financial Bid On The Project Based On The Specifications And Drawings. Upon Award Of Contract In Stage Two The Pre-qualification List Will Expire And Will Not Be Used In Any Other Solicitation. The Qualification List Will Expire Within 180 Days Or Upon Award Of A Contract In Stage Two, Whichever Is Earlier, And The Prequalification List Will Not Be Used In Any Other Solicitation. Following The Evaluation Of The Submissions Of Stage One, Bidders Will Be Advised Of Their Qualification Result And The Status Of The Tender. Stage Two Bidders Will Be Provided An Invitation To Tender (itt) For The Financial Evaluation In Relation To The Specifications And Drawings. Requirement Parks Canada Agency (pca) Requires An Experienced Contractor To Perform The Work Of The Contract, Including But Not Limited To, Labour, Materials And Equipment For The Castle Mountain Campground Water Treatment Project. The Work Involves The Supply And Installation Of New Water Treatment Equipment, Associated Piping, And Electrical/instrumentation. The Work Will Consist Of, But Is Not Limited To: • Supply And Installation Of Submersible Well Pump Including Mechanical And Electrical Terminations; • Supply And Installation Of Cartridge Filtration System; • Supply And Installation Of Uv Disinfection System; • Supply And Install Of Hdpe Treated Water Storage Tank And Distribution Pumping; • Supply And Install Electrical And Control System For The New Water Treatment; Equipment And Pumping System; • Upgrade Instruments And Controls For Existing Septic Tank And Pump; • Coordinating The System Programming With The Approved System Integrator; And • Start-up And Commissioning Of Each Component And The Start-up And Commissioning Of The Overall System As A Complete Entity. The Equipment Will Be Installed Inside A Newly Constructed Utility Building And Nearby Septic Tank. The System Is Designed For Demand Not To Exceed 3 M3/day. All Sensors And Equipment Are Expected To Be Connected To And Controlled By A Programmable Logic Controller (plc) To Provide Plant Monitoring, Alarm, Automatic Shutdown, And Communication Functionality. The Contractor Shall Perform And Complete The Work No Later Than April 30, 2025. To Assist With Bonding And Insurance Requirements, This Project Is Estimated At A Value Between $250,001 > $ 500,000, Taxes Extra. Bidders’ Conference A Bidders' Conference Will Be Held Via Teleconference On December 12, 2024. The Conference Will Begin At 1:00 Pm (mst). The Scope Of The Requirement Outlined In The Bid Solicitation Will Be Reviewed During The Conference And Questions Will Be Answered. It Is Recommended That Bidders Who Intend To Submit A Bid Participate. Bidders Are Requested To Communicate With The Contracting Authority Before The Conference To Confirm Participation And Obtain The Dial-in Coordinates. Bidders Should Provide, In Writing, To The Contracting Authority, The Name(s) Of The Person(s) Who Will Be Participating And A List Of Issues They Wish To Table No Later Than December 11, 2024 At 12:00 Pm (mst). Any Clarifications Or Changes To The Bid Solicitation Resulting From The Bidders' Conference Will Be Included As An Amendment To The Bid Solicitation. Bidders Who Do Not Participate Will Not Be Precluded From Submitting A Bid. Period Of Contract / Delivery Date Contractor Shall Perform And Complete The Work No Later Than April 30, 2025. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Solicitation Must Be Submitted In Writing And Should Be Received No Later Than Five Business Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Www.canadabuys.canada.ca/en/tender-opportunities. Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.

Department Of Public Works And Highways - DPWH Tender

Civil And Construction...+1Building Construction
Corrigendum : Closing Date Modified
Philippines
Closing Date23 Jan 2025
Tender AmountPHP 9.9 Million (USD 169 K)
Details: Description Invitation To Bid For Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office, Through The Gaa Fy 2025 Intends To Apply The Sum Of Nine Million Nine Hundred Thousand Pesos Only (php 9,900,000.00) Being The Approved Budget For The Contract (abc) To Payments Under The Contract For Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands – 25ne0059 Bids Received In Excess Of The Abc Shall Be Automatically Rejected At Bid Opening. 1. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Through Its Bids And Awards Committee Now Invites Bids For The Hereunder Works: Name Of Contract : Construction Of Multi-purpose Building, Legislative Building, Barangay Ferdinand, Basilisa, Dinagat Islands Contract Id No. : 25ne0059 Locations : Brgy. Ferdinand, Basilisa, Dinagat Islands Scope Of Works : Facilities For The Engineer, Other General Requirements, Earthworks, Reinforced Concrete, Finishing And Other Civil Works, Electrical, And Mechanical Approved Budget For The Contract : 9,900,000.00 Contract Duration : 240 Calendar Days 2. Prospective Bidders Should Be (1) Registered With And Classified By The Philippine Contractors Accreditation Board (pcab) With Pcab License Category Of Small B For Gb-1. The Description Of An Eligible Bidder Is Contained In The Bidding Documents, Particularly, In Annex Ii-1.1 B Section Ii And Iii Of Bidding Documents. Contractors/applicants Who Wish To Participate In This Bidding Are Encouraged To Enroll In The Dpwh Civil Works Application (cwa) At The Dpwh Procurement Service (prs), 5th Floor, Dpwh Bldg., Bonifacio Drive, Port Area, Manila, While Those Already Enrolled Shall Keep Their Records Current And Updated. The Contractor’s Eligibility To Bid On The Project Will Be Determined Using The Dpwh Contractor Profile Eligibility Process (cpep) And Subject To Further Post-qualification. Information On Registration Can Be Obtained From The Prs During Working Weekdays From 7:00 Am To 4:00 Pm Or At The Dpwh Website Www.dpwh.gov.ph. 3. Bidding Will Be Conducted Through Open Competitive Bidding Procedures Using Non-discretionary Pass/fail Criterion As Specified In The 2016 Revised Implementing Rules And Regulations (irr) Of Republic Act 9184 (ra 9184), Otherwise Known As The "“government Procurement Reform Act”. The Contract Shall Be Awarded To The Lowest Calculated Responsive Bidder (lcrb) Who Was Determined As Such During Post-qualification. 4. Interested Bidders May Obtain Further Information From The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office And Inspect The Bidding Documents At Brgy. Cuarinta, San Jose, Dinagat Islands During Weekdays From Monday To Friday 8:00am To 5:00pm. 5. A Complete Set Of Bidding Documents May Be Acquired By Interested Bidders On December 31, 2024 – January 21, 2025 From The Address Below And Upon Payment Of The Applicable Fee For The Bidding Documents, Pursuant To The Latest Guidelines Issued By The Gppb, In The Amount Of Ten Thousand Pesos Only (php 10,000.00). 6. It May Also Be Downloaded Free Of Charge From The Website Of The Philippine Government Electronic Procurement System (philgeps), And The Website Of The Procuring Entity - Www.dpwh.gov.ph, Provided That Bidders Shall Pay The Applicable Fee For The Bidding Documents Not Later Than The Submission Of Their Bids. 7. The Department Of Public Works And Highways, Dpwh Dinagat Islands District Engineering Office Will Hold A Pre-bid Conference On 10:00 A.m., January 7, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands, Which Shall Be Open To Prospective Bidders. 8. Bid Submission Maybe Done Manually Or Electronically/online. However, Bidders Should Only Select One Mode Of Submission, Either Manual Or Electronic. Similar To Manual Submission, The Guidelines For The Preparation And Submission Of An Electronic Bid Are Contained In The Bds. 9. Bids Must Be Duly Received By The Bac Secretariat At The Address Below For Manual Submission Or At Electronicbids_dinagatisland@dpwh.gov.ph For Electronic Submission On Or Before 10:15 A.m., January 21, 2025. All Bids Must Be Accompanied By A Bid Security In Any Of The Acceptable Forms And In The Amount Stated In Itb Clause 18. 10. Bid Opening Shall Be On 10:30 A.m., January 21, 2025 At Bac, Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands. Bids Will Be Opened In The Presence Of The Bidders’ Representatives Who Choose To Attend At The Address Below. Late Bids Shall Not Be Accepted. 11. The Dpwh-dinagat Islands Deo, San Jose, Dinagat Islands Reserves The Right To Reject Any And All Bids, Declare A Failure Of Bidding, Or Not Award The Contract At Any Time Prior To Contract Award In Accordance With Section 41 Of Ra 9184 And Its Irr, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. If At The Time Of The Post-qualification Procedure, The Bac Verifies That Any Of The Deficiencies Is Due To The Contractor's Fault Or Negligence Pursuant To 34.3(b)(ii)(c) Of The 2016 Revised Implementing Rules And Regulations Of Republic Act No. 9184 (2016 Rirr Of Ra 9184), The Procuring Entity Shall Disqualify The Contractor From The Award Without Any Right To Reimburse Fees And Incidental Cost Paid For The Procurement Of Infrastructure Contract Subject Of The Bid. 12. For Further Information, Please Refer To: Jacinto G. Ederosas Jr. Cyril T. Aranas, Jr. Bac Secretariat Head Bac Chairperson 09953114034 09087510889 Dpwh_dinagat@yahoo,com Dpwh_dinagat@yahoo,com
4081-4090 of 4128 archived Tenders