Fencing Tenders
Fencing Tenders
Public Works And Government Services Canada Tender
Others
Canada
Closing Date10 Feb 2025
Tender AmountRefer Documents
Description: Trade Agreement: Ceta/wto-agp/cptpp/cfta/ftas With Peru/colombia/panama/korea/uk Tendering Procedures: All Interested Suppliers May Submit A Bid Competitive Procurement Strategy: Subsequent/follow-on Contracts Comprehensive Land Claim Agreement: No Nature Of Requirements: Erep: Containment Boom And Accessories The Canadian Coast Guard (ccg) Is The Lead Federal Agency Responsible For Ensuring The Clean-up Of All Ship-source And Mystery-source Pollution Spills Into Waters Under Canadian Jurisdiction. In Fulfillment Of This Legislated Mandate, The Ccg Maintains A Level Of Operational Preparedness Capacity To Monitor, Investigate, And Respond, When Required, To All Reports Of Marine Pollution Incidents. The Ccg Requires The Ability To Procure 18 And 24 Inch Curtain Boom And 18 And 24 Inch Fence Boom, As Well As Optional Accessories. The Intent Is To Create A List Of Qualified Suppliers That May Be Called On To Provide Goods As Detailed Within The 8 Boom Streams And Optional Accessories To Support This Requirement. Suppliers May Choose To Submit An Arrangement For Any Or All Of The Streams, Based On Their Ability To Supply The Required Items. The Supply Arrangement Will Be Reviewed Annually To Determine Whether It Remains Advantageous For Canada’s Use. A Notice Will Be Posted Once A Year On The Government Electronic Tendering Service (gets) To Allow New Suppliers To Become Qualified And Provide Existing Suppliers An Opportunity To Qualify For Other Streams. The Period For Awarding Contracts Under The Supply Arrangement Begins Immediately After Issuance Of Supply Arrangements. The Requirement Is Subject To The Provisions Of The World Trade Organization Agreement On Government Procurement (wto-agp), The Canada-european Union Comprehensive Economic And Trade Agreement (ceta), The Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca), And The Canadian Free Trade Agreement (cfta). Procedural Requirements Of The Other International Trade Agreements Such As Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) Will Be Fulfilled Following Compliance To The Procedural Requirements Of The Wto-agp. Suppliers Intending To Submit Arrangements Should Obtain Solicitation Documents Directly From Https://canadabuys.canada.ca/en. Solicitation Amendments, If And When Issued, Will Be Available On Https://canadabuys.canada.ca/en. It Is The Responsibility Of The Supplier To Ensure That All Amendments Issued During The Solicitation Period Have Been Obtained And Addressed In The Submitted Arrangement. Suppliers Basing Their Submissions On Solicitation Documents Obtained From Other Sources Do So At Their Own Risk. Learn How To Receive Notifications About Solicitation Amendments At Https://canadabuys.canada.ca/en/support/notifications. Businesses Interested In Learning More About Selling To The Government Of Canada Are Encouraged To Review Https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada. Procurement Assistance Canada (pac) Offers Free Seminars To Businesses Interested In Learning About The General Procurement Process And How To Sell Goods And Services To The Government. Refer To Https://www.canada.ca/en/public-services-procurement/services/acquisitions/support-for-businesses/get-assistance.html For More Information About Pac’s Seminars And Other Services. Suppliers Are Required To Have A Procurement Business Number (pbn) Before Arrangement Issuance. Suppliers May Register For A Pbn Online At Https://srisupplier.contractscanada.gc.ca/index-eng.cfm?af=znvzzwfjdglvbj1yzwdpc3rlci5pbnrybyzpzd0y&lang=eng . For Non-internet Registration, Suppliers May Contact The Infoline At 1-800-811-1148 To Obtain The Telephone Number Of The Nearest Supplier Registration Agent. Only Arrangements Submitted Using The Cpc Connect Service Connect Service Will Be Accepted. Due To The Nature Of The Arrangement Solicitation, Arrangements Transmitted By Facsimile, Or Email To Pwgsc Will Not Be Accepted. Enquiries Regarding This Arrangement Solicitation Must Be Directed Only To The Contracting Authority Identified In The Arrangement Solicitation. Delivery Date: Above-mentioned The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Municipality Of Majayjay, Laguna Tender
Civil And Construction...+3Civil Works Others, Electrical and Electronics, Solar Installation and Products
Philippines
Closing Date5 Feb 2025
Tender AmountPHP 499.7 K (USD 8.5 K)
Details: Description Project Name: Installation Of Road Solar Street Light Location: Brgy. Sta. Catalina, Majayjay, Laguna. Project Cost: Php 499,712.48 Estimated Post Of Project: 6 Set Specification 1. B.5 (1) Project Billboard/signboard Lgu This Item Shall Consist Of Furnishing And Installation Of Project Billboard For All On-going Projects Being Undertaken By The Implementing Agency For Information And Guidance Of The Citizenry. 2. B.5 (2) Project Billboard/signboard Coa This Item Shall Consist Of Furnishing And Installation Of Project Billboard For All On-going Projects Being Undertaken By The Implementing Agency For Information And Guidance Of The Citizenry. 3. B.7 (2) Occupational Safety And Health Program All Security And Health Controls Necessary For The Execution Of The Works Such As But Not Limited To, Medical Facilities, Man Power Safety Gadgets, Sanitary Arrangements, Explosives And Fuel, Temporary Fencing, Safety Precautions And Fire Prevention, Shall Be Established And Maintained By The Contractor At His Own Expense. The Contractor Shall Make Himself Responsible For All Security And Health Controls And Shall Submit To The Engineer For His Approval The Organization And The Regulations For These Purposes. 4. B.8 (1) Traffic Management The Contractor Shall Implement An Approved Traffic Management Plan. At Least 7 Days Prior To Commencing Work On The Site, The Contractor Shall Submit To The Engineer For Approval A Detailed Plan Covering All Aspects Of Traffic Management For Each Stage Of The Works. The Submission Shall Include Documentation Evidencing Approval By All Relevant Authorities. No Work Shall Commence On Any Work Stage Until The Engineer Has Approved The Plan For That Stage. Upon The Engineer’s Approval, The Contractor Shall Immediately Implement The Plan And Keep It In Operation For The Full Duration Of The Relevant Work Stage. 5. B.9 Mobilization/demobilization Mobilization, As Provided In These Specifications, Means Preparatory Work And Operations, Including But Not Limited To, Those Necessary For The Movement Of Necessary Personnel, Plant And Equipment To The Site. Demobilization Shall Include Dismantling And Removal From The Site Of Contractor’s Plant, Materials And Equipment And All Temporary Facilities. It Shall Also Include Cleanup Of The Site After Completion Of The Contract Work As Approved By The Engineer And Transportation From The Site Of Contractor’s Employees. 6. 404 (1)a Reinforcing Steel (grade 40) Bar Reinforcement For Concrete Structures, Except Aashto M 225 (astm A 496) Bars Shall Be Deformed In Accordance With Aashto M 42, M 31 And M 53 For Nos. 3 Through 11. Dowel And Tie Bars Shall Conform To The Requirements Of Aashto M 31 Or Aashto M 42 Except That Rail Steel Shall Not Be Used For The Bars That Are To Be Bent And Restraightened During Construction. Tie Bars Shall Be Deformed Bars. Dowel Bars Shall Be Plain Round Bars. They Shall Be Free From Burring Or Other Deformation Restricting Slippage In The Concrete. Before Delivery To The Site Of The Work, A Minimum Of One Half (1/2) The Length Of Each Dowel Bar Shall Be Painted With One Coat Of Approved Lead Or Tar Paint/ The Sleeves For Dowel Bars Shall Be Metal Of An Approved Design To Cover 50 Mm (2 Inches), Plus Or Minus 6.3 Mm Of The Dowel, With A Closed End, And With A Suitable Stop To Hold The End Of The Sleeve At Least 25 Mm (1 Inch) From The End Of The Dowel Bar. Sleeves Shall Be Of Such Design That They Do Not Collapse During Construction. Plastic Coated Dowel Bar Conforming To Aashto M 254 May Be Used. 7. 405 (1)a2 Structural Concrete, 20.68mpa Class A 14 Days Concrete Shall Have A Consistency Such That It Will Be Workable In The Required Position. It Shall Be Of Such A Consistency That It Will Floe Around Reinforcing Steel But Individual Particles Of The Coarse Aggregate When Isolated Shall Show A Coating Of Mortar Containing Its Proportionate Amount Of Sand. The Consistency Of Concrete Shall Be Gauged By The Ability Of The Equipment To Properly Place It And Not By Difficulty In Mixing And Transporting. The Quantity Of Mixing Water Shall Be Determined By The Engineer And Shall Not Be Varied Without His Consent. Concrete As Dry As It Is Practical To Place With The Equipment Specified Shall Be Used. 8. 624 (1)a1 200 Watts Solar Street Light, 12,000 Lumens, Ip67, Lifespan 60,000hrs, 6000k-daylight. All Materials Shall Be Brand New And Shall Be Of The Approved Type. It Shall Conform With The Requirements Of The Philippine Electrical Cede (pec) And The Preducts Locally Manufactured Shall Bear A Philippine Standard (ps) Mark, While Imported Products Shall Bear Import Commodity Clearance (icc) Certification Marks Duly Issued By The Bureau Of Philippine Standards (bps).
PUBLIC BUILDINGS SERVICE USA Tender
Real Estate Service
United States
Closing Date7 Feb 2025
Tender AmountRefer Documents
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Massachusetts city: Worcester delineated Area: Within The City Limits Of Worcester, Ma minimum Sq. Ft. (aboa): 10,613 Aboa Sf maximum Sq. Ft. (aboa): 11,143 Aboa Sf space Type: Office parking Spaces (total): 40 Reserved Parking Spaces parking Spaces (reserved): 40 Reserved Parking Spaces full Term: 8 Years firm Term: 4 Years option Term: N/a additional Requirements: subleases Are Not Acceptable all Services, Supplies, Utilities, And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Shall Have Access To The Space 24 Hours A Day, 7 Days A Week. space Must Be Contiguous On One And Or Two Floors. offered Space Cannot Be Located Near Agencies Providing Probation And/or Parole Services, Halfway Houses, Drug Abuse Counseling/rehabilitation Programs, And Similar Social Service Agencies And Welfare Type Programs, As Well As Private Law Firms Representing Drug Offenders. building Entrances/exits Cannot Be Co-located With Or Located 1,000 Feet Minimum, Line Of Sight Or Within The Vicinity Of The Following: Drug-free Zone; Residential/hotels/shopping Center And Areas Where Drug Activities Are Prevalent; And/or Where Easy Surveillance Of Facilities Or Operations Is Possible. secure On-site Or Adjacent Parking Is Required Either In The Form Of An Enclosed Garage With Reserved Spaces Or An Adjacent Surface Lot With Direct Access To A Building Entrance. Interior Parking Must Have A 12' Height Clearance And Exterior Parking Must Be Able To Be Secured With Fencing And Access Control Devices. a Fully Serviced Lease Is Required. interested Parties Must Provide The Name Of The Building, Address, Location Of Available Space, Rentable Square Feet Offered, And Contact Information Of Authorized Representative. all Interested Parties Must Either Submit Evidence Of Ownership Or Written Authorization To Represent The Owner(s). Any Submissions Received Without Documentation Of Ownership And/or Written Authorization To Represent The Owner(s) Will Not Be Considered Until Such Time The Documentation Has Been Received, Which Must Also Be Submitted Prior To The Expression Of Interests Due Date in Cases Where An Agent Is Representing Multiple Ownership Entities, Broker Must Provide Written Acknowledgement/permission To Represent Multiple Interested Parties For The Same Submission please Reference Project Number 2ma0216 offered Space Must Meet Government Requirements For Fire Safety, Accessibility, Seismic, And Sustainability Standards Per The Terms Of The Lease. A Fully Serviced Lease Is Required. Offered Space Shall Not Be In The 1-percent-annual Chance Floodplain (formerly Referred To As “100-year” Floodplain). entities Are Advised To Familiarize Themselves With The Telecommunications Prohibitions Outlined Under Section 889 Of The Fy19 National Defense Authorization Act (ndaa), As Implemented By The Federal Acquisition Regulation (far). ). For More Information, Visit: Https://acquisition.gov/far-case-2019-009/889_part_b. the U.s. Government Currently Occupies Office And Related Space In A Building Under A Lease In Worcester, Ma, That Will Be Expiring. The Government Is Considering Alternative Space If Economically Advantageous. In Making This Determination, The Government Will Consider, Among Other Things, The Availability Of Alternative Space That Potentially Can Satisfy The Government’s Requirements, As Well As Costs Likely To Be Incurred Through Relocating, Such As Physical Move Costs, Replication Of Tenant Improvements And Telecommunication Infrastructure, And Non-productive Agency Downtime. expressions Of Interest Must Be Received In Writing No Later Than The Due Date Stated In This Notice, And Should Include The Following Information At A Minimum: building Name And Address And Location Of The Available Space Within The Building. The Building Site/lot Plans, Interior Building Layout Drawings/pictures (with Dimensions Shown Preferably) Reflecting The Space That Is Being Offered. identification Of Public Transit Routes/stops Near The Property Offered. rentable Square Feet Available, And Expected Rental Rate Per Rentable Square Foot, Fully Serviced. ansi/boma Office Area (aboa) Square Feet To Be Offered, And Expected Rental Rate Per Aboa Square Foot, Fully Serviced. Indicate Whether The Quoted Rental Rate Includes An Amount For Tenant Improvements And State The Amount, If Any. date Of Space Availability. building Ownership Information. amount Of Parking Available On-site And Its Cost. Include Whether Expected Rental Rate Includes The Cost Of The Required Government Parking (if Any). energy Efficiency And Renewable Energy Features Existing Within The Building. list Of Building Services Provided. expressions Of Interest Due: February 7, 2025, 5:00 Pm Edt market Survey (estimated): February 2025 occupancy (estimated): June 29, 2025 send Expressions Of Interest To: name: John Burweger address: Federal Real Estate Services, Inc.,36 Valley View Lane, Pawling, Ny 12564 office: 845-855-4733 email Address: Jburweger@fresinc.com government Contact: lease Contracting Officer: Danielle Piantedosi broker Contractor: Matt Bartlett, Transaction Management Director, Cbre, Inc.
Port Of Iberia Tender
Civil And Construction...+2Civil Works Others, Building Construction
United States
Closing Soon11 Feb 2025
Tender AmountRefer Documents
Details: Sealed Bids For The Construction Of The Following Project Will Be Received At The Office Of The Port Of Iberia (poi) Board Of Commissioners, At The Poi Port Administrative Offices 4611 South Lewis Street, New Iberia, Louisiana 70560, Until 12:00 P.m. On February 11, 2025 At Which Time And Place Bids Will Be Publicly Opened And Read. No Bids Will Be Received After 12:00 P.m. State Project No: H.015864 (321) State Project Name: Port Improvements Unifab Road Warehouse And Site Improvements Initial Improvements, (phase I Of Spn H.015864) Iberia Parish Improvements To: Port Infrastructure Improvements Program, Port Of Iberia Located In: Iberia Parish, Louisiana Type Of Construction: Building Construction Contracting Agency: Port Of Iberia (poi) Board Of Commissioners 4611 South Lewis Street New Iberia, La 70562 Proposal Guaranty: 5% Of The Amount Of Bid Payable To Port Of Iberia (poi) Board Of Commissioners Engineer: Gis Engineering, Llc Coastal Design & Infrastructure Division 197 Elysian Drive Houma La, 70363 Phone: (985) 219-1000 Contact: Ann Schouest Email: Bidquestions@gisy.com Scope Of Work: This Is A Site Improvements Project At The Port Of Iberia. Contractor Is Responsible For Performing Repairs And Improvements At The Existing Building C As Outlined In The Contract Documents To Improve The Functionality And Appearance Of The Facility. The Scope Of Work Includes Mobilization, Pressure Washing And Painting The Building Exterior, Relocation Of Existing Chain Link Fencing And Security Gates, Metal Building System Improvements, Electrical & Lighting, And All Other Specified Work And Incidental Work Required To Successfully Complete The Project In Accordance With The Contract Documents. Bids Must Be Submitted On The Forms Provided By The Contracting Agency, Must Be Prepared In Accordance With Section 2 Of The 2018 Edition Of The Louisiana Department Of Transportation And Development, Office Of Multimodal Commerce, General Provisions And Must Include All The Information Required By The Bid Form. Bid Forms Are Available From The Engineer And Will Not Be Issued Later Than 24 Hours Prior To The Time Set For Opening The Bids. Each Bid Shall Include A Proposal Guaranty In An Amount Not Less Than Specified Above. The Contract Will Be Awarded To The Lowest Responsible Bidder Without Discrimination On Grounds Of Race, Color, Sex Or National Origin. Disadvantaged Businesses Will Be Afforded Full Opportunity To Submit Bids. Plans And Specifications May Be Seen At The Engineer's Office. Plans May Be Obtained From The Engineer Upon Payment Of $150.00. In Accordance With R.s. 38:2212 D Deposits On The First Set Of Documents Furnished Bona Fide Prime Bidders Will Be Fully Refunded Upon Return Of The Documents, Deposits On Any Additional Sets Will Be Refunded Less The Actual Costs Of Reproduction. Refunds Will Be Made Upon Return Of The Documents If Within Ten Days After Receipt Of Bids. Bid Documents Are Also Posted On Http://www. Https://www.centralauctionhouse.com/rfpc10120-port-of-iberia.html To View These, Download, And Receive Bid Notices By E-mail, You Must Register With Central Auction House (cah). Vendors/contractors Have The Option To Submit Their Bids Electronically Or By Paper Copy. For Information About The Electronic Submittal Process, Contact Central Auction House At 225-810-4814. A Non-mandatory Pre-bid Meeting Will Be Held On January 28, 2025 At 2:30 P.m. At The Port Of Iberia District Office, Located At 4611 S. Lewis St., New Iberia, La. Site Inspection Trips For Perspective Bidders Are To Be Arranged Through The Office Of The Engineer. The Award Of A Contract, If Awarded, Will Be Made To The Lowest Qualified Bidder Whose Proposal Complies With All Requirements Prescribed Within 45 Calendar Days After Opening Proposals. However, When The Contract Is To Be Financed By Bonds Which Are Required To Be Sold After Receipts Of Bids, Or When The Contract Is To Be Financed In Whole Or Part By Federal Or Other Funds Not Available At The Time Bids Are Received, The Time Will Not Start Until Receipt Of Federal And/or State Concurrence Or Concurrence Of The Other Funding Source. Award Will Be Within 30 Calendar Days After The Sale Of Bonds Or Receipt Of Concurrence In Award From Federal And/or State Agency Or Other Funding Source. The Successful Bidder Will Be Notified By Letter Mailed To The Address Shown In The Proposal That The Bidder Is Awarded The Contract. The Award Of A Contract For Projects Financed Either Partially Or Entirely With State Bonds Will Be Contingent On Approval By The State Bond Commission. On Projects Involving Federal Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate Federal Agency. On Projects Involving State Funds The Award Of Contract Will Also Be Contingent Upon Concurrence By The Appropriate State Agency. The Right Is Reserved To Reject Bids And Waive Informalities.
Environment And Climate Change Canada Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date10 Jan 2025
Tender AmountRefer Documents
Details: Description: 1. Summary The Meteorological Service Of Canada (msc) Requires A Contractor To Perform Design And Installation Of A Freestanding Radome Tower, Along With Integration Of The New Satellite Antenna System. This Will Be Performed At The Agriculture And Agri-food Canada And Environment And Climate Change Canada Facility At 308 Brookfield Road, St. John’s Nl, A1e 0b2. The Self-supported Tower Must Be Designed By A Professional Engineer Licensed In Good Standing In The Province Of Newfoundland And Labrador To Incorporate The New Antenna System. To Determine The Tower Location, A Survey Of The Surrounding Terrain Must Be Conducted By The Contractor, At The 66% Design Review Presenting Geotechnical Consideration, Siting And Environmental Consideration. The Geotechnical Survey Must Be Completed To The Canadian Foundation Engineering Manual Standards (latest Edition), Along With Any Local And Provincial Codes/mandates. The Antenna Vendor Will Deliver The Antenna System With Electrical Certification To Csa 22.2 Standards. The Contractor Must Provide Power, Trenching And Conduit To A Mounting Platform For The Antenna Pedestal. This Installation Must Meet All Provincial And Federal Requirements And Be Inspected By Authorities Having Jurisdiction. The Tower Must Be Tall Enough To Have The Center Of The Antenna At 10m Above The Plane Of The Driveway. Once The Location Of The Tower Is Determined, The Exact Height Of The Tower (from Foundation To Base Of Antenna) Can Be Determined. The Tower Must Be Able To Support The Structural Loads Of The 2.4 M Dish Antenna Listed In Table 2 And The 4.3 M Radome Listed In Table 3 Of Appendix A. The Contractor Must Secure The Tower Access With Fences Or Any Locked Mechanism Appropriate For The Design And Location Where The Tower Will Be Installed. The Security Fence Must Be ~2.5 M Tall With Barbed Wire On Top And Fit A Radius That Is At Least 3 M Wider Than The Radome Were It Siting At Ground Level. The Contractor Must Install A Gravel Pedestrian Walkway Coming From The North-west Facing Door Of The Ops Building To The Access At The Base Of The Tower. The Contractor Must Perform And Complete The Work By May 30, 2025. 2. Security There Are No Security Requirements Associated With This Solicitation. 3. Integrity Provisions Bidders Must Provide A List Of Names, Or Other Related Information As Needed, Pursuant To Section 01 Integrity Provisions Of Standard Instructions 2003. 4. Trade Agreements The Requirement Is Subject To The Provisions Of The Canadian Free Trade Agreement (cfta). 5. Social Procurement Environment And Climate Change Canada Supports The Government Of Canada’s Social And Economic Objectives, Including Increasing The Participation Of Businesses From Under-represented Groups In Government Procurement Opportunities. As Such, Bidders Owned Or Led By Canadians From Under-represented Groups, Such As Women, Lgbtq2+ Persons, Persons With Disabilities And Persons From Visible Minorities Are Encouraged To Submit A Bid To This Opportunity. 6. Optional Site Visit There Is An Optional Site Visit Associated With This Requirement. Consult Si03 Optional Site Visit. 7. Debriefings Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within 15 Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person.” 8. Official Languages Environment And Climate Change Canada Provides Procurement Services In Both Official Languages. Bidders May Submit A Bid In The Official Language Of Their Choice. 9. Additional Information For Additional Information, Interested Suppliers Must Contact The Contracting Officer Named In This Notice.
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION USA Tender
Civil And Construction...+1Civil Works Others
United States
Closing Date31 Jan 2025
Tender AmountRefer Documents
Details: This Announcement For Proposal (afp) Solicits Proposals For Lease Of All Or A Portion Of Available Federal Property At Nasa Goddard Space Flight Center (gsfc) Consisting Of Underutilized, Non- Excess (i) Undeveloped Land (“land”) And (ii) Office Building Commonly Known As Building 27n.
the Available Sites (attachment A) Consist Of Two (2) Parcels Of Land And One (1) Building Totaling Approximately 154,577 Square Feet. All Sites Are Located Inside Of The Controlled Access Portion Of Nasa Gsfc’s Government -owned And Government-operated Facility. Fence Modifications Can Be Constructed To Allow Access Outside Of Gsfc Access Points. Said Modifications Would Be At Lessee's Cost.
these Sites Could Include An Office/research/industrial Mix Building At The Gsfc Greenbelt Campus For The Research And Development Of Technology To Support Gsfc’s Core Capabilities. These Include Heliophysics, Earth Sciences, Astrophysics, Planetary Sciences, And Space Communications And Navigation. afp Updated On 10/29/24 To Change The Following: q&a Due By November 19, 2024 proposals Due By Decmeber 12, 2024 afp Updated On 11/19/24 To Change The Following: site Visit Date Added To Afp. Site Visits If Requested Will Occur On 12/4/24. See Afp For Additional Information. q&a Respones Uploaded. afp Updated On 11/22/24 To Post The Remainder Of The Q&a Responses. afp Updated On 12/13/24 To Update The Following: extend Afp Due Date To January 31, 2025. q&a Due Date Extended To January 13, 2025. site Visit Date Changed To January 17, 2025.
The Department Of National Defence Tender
Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Canada
Closing Date7 Jan 2025
Tender AmountRefer Documents
Details: Notice Of Proposed Procurement Note: Due To The Impacts To The Covid-19 Pandemic, Reduced Business Hours And Limited Staff Available At The Specified Bid Receiving Unit, On The Front Page Of The Bid Solicitation Document, Bidders Are Strongly Encouraged To Transmit Their Bids Electronically Using The Epost Connect Service Instead Of Any Of The Other Methods Of Bid Delivery Usually Available. The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested To 25 Cfsd Montreal By March 31, 2025. Item 1, Gsin: 4810, Nsn: 01-549-7417, Valve, Regulating, Fluid Pressure Part No.: 268551, Ncage: 13567 Quantity: 10, Unit Of Issue: Ea, To Be Delivered To 25 Cfsd Montreal Item 1, Gsin: 5855, Nsn: 01-444-3376, Shelf Assembly Part No.: 5009561, Ncage: 54490 Quantity: 40, Unit Of Issue: Ea, To Be Delivered To 25 Cfsd Montreal Item 1, Gsin: 5998, Nsn: 01-258-2950, Printed Circuit Board Part No.: 5002498, Ncage: 54490 Quantity: 45, Unit Of Issue: Ea, To Be Delivered To 25 Cfsd Montreal Item 1, Gsin: 5855, Nsn: 01-442-6412, Housing, Image Intensifier Part No.: 264354-1, Ncage: 13567 Quantity: 50, Unit Of Issue: Ea, To Be Delivered To 25 Cfsd Montreal Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
Offizielle Bezeichnung WiBau Gesellschaft MbH Tender
Civil And Construction...+2Civil Works Others, Construction Material
Germany
Closing Date24 Jan 2025
Tender AmountRefer Documents
Description: Public tender Vob/a Climate-resilient redesign of the outdoor area Main services of this tender: Quantity or scope School yard design: Approx. 850 m² Removal and disposal of bituminous pavement Approx. 325 ... Multi-climate-resilient redesign of the outdoor area Main services of this tender: Quantity or scope School yard design: Approx. 850 m² Removal and disposal of bituminous pavement Approx. 325 m² Creation of vegetation areas 100 woody plantations 6 large woody plants/multi-trunk plantations Approx. 600 m² Supply and installation of concrete paving Approx. 100 m³ wood chips as fall protection material 1 climbing combination 1 tree trunk mikado as a green classroom Approx. 45 t natural stone work Approx. 10 m steel mesh fence, height 1.40 m Approx. 150 m path edging made of concrete edging stone or wall angles Quantity or scope School yard drainage: 2 pump sumps for water retention approx. 375m³ earthworks approx. 300m³ subsoil improvement approx. 120m laying drainage pipes 1 building inlet with core drilling 1 access shaft 1 throttle shaft 1 sedimentation shaft 1 extraction shaft 1 renovation of existing shaft approx. 40m³ rainwater retention system 1 backflow lifting system The respective title and final totals of the bills of quantities listed here are to be entered on the LV compilation totals form. The completed and signed LV compilation totals form represents the bidder's offer. The respective individual bills of quantities form the binding appendices to the LV compilation totals form.
Offizielle Bezeichnung WiBau Gesellschaft MbH Tender
Civil And Construction...+2Civil Works Others, Construction Material
Germany
Closing Date24 Jan 2025
Tender AmountRefer Documents
Description: Public tender Vob/a Climate-resilient redesign of the outdoor area Main services of this tender: Quantity or scope School yard design: Approx. 850 m² Removal and disposal of bituminous pavement Approx. 325 ... Multi-climate-resilient redesign of the outdoor area Main services of this tender: Quantity or scope School yard design: Approx. 850 m² Removal and disposal of bituminous pavement Approx. 325 m² Creation of vegetation areas 100 woody plantations 6 large woody plants/multi-trunk plantations Approx. 600 m² Supply and installation of concrete paving Approx. 100 m³ wood chips as fall protection material 1 climbing combination 1 tree trunk mikado as a green classroom Approx. 45 t natural stone work Approx. 10 m steel mesh fence, height 1.40 m Approx. 150 m path edging made of concrete edging stone or wall angles Quantity or scope School yard drainage: 2 pump sumps for water retention approx. 375m³ earthworks approx. 300m³ subsoil improvement approx. 120m laying drainage pipes 1 building inlet with core drilling 1 access shaft 1 throttle shaft 1 sedimentation shaft 1 extraction shaft 1 renovation of existing shaft approx. 40m³ rainwater retention system 1 backflow lifting system The respective title and final totals of the bills of quantities listed here are to be entered on the LV compilation totals form. The completed and signed LV compilation totals form represents the bidder's offer. The respective individual bills of quantities form the binding appendices to the LV compilation totals form.
Offizielle Bezeichnung RTW Planungsgesellschaft MbH Tender
Civil And Construction...+1Civil Works Others
Germany
Closing Date10 Feb 2025
Tender AmountRefer Documents
Description: Public tender VOB/A gardening/landscape construction and species protection measures (VE2301) for the infrastructure project Regionaltangente West (RTW). The Regionaltangente West (RTW) is a new tangential rail connection in the Rhine-Main area to improve local public rail transport in the Frankfurt am Main metropolitan area. Its primary purpose is to better connect the western districts of the city of Frankfurt am Main and the surrounding districts, towns and communities with one another and to improve the connection to Frankfurt Airport. The project is divided into the planning approval sections PFA North, PFA Center and PFA South I and South II. The subject of this tender is gardening and landscaping services that primarily serve to protect species: new avoidance measures and compensation or species protection measures must be provided and existing ones must be kept functional and maintained. The services concern: - Erection of protective fences for amphibians and reptiles, including repairs and clearing - Creation of a sand lizard replacement habitat at the Frankfurt stadium station with amphibian waters; former. Allotment garden (cef), compensation and species protection measure - creation of a temporary sand lizard replacement habitat south of the Isenburger Schneise (cef, temporary), species protection measure - creation of a sand lizard replacement habitat north of Neu-Isenburg station (cef), species protection measure - creation of a temporary sand lizard replacement habitat near Fischer-Lucius (Neu-Isenburg) (cef, temporary), species protection measure - inspection, cleaning and repairs of bird boxes and bat boxes. A detailed description of the services to be provided can be found in the tender documents.
4501-4510 of 4640 archived Tenders