Survey Tenders

Survey Tenders

Narmada Water Resources Water Supply And Kalpsar Department - NWRWS Tender

Works
Consultancy Services...+1Civil And Architectural Services
Corrigendum : Closing Date Modified
India
Closing Soon24 Feb 2025
Tender AmountINR 16.4 Million (USD 189.8 K)
Description: Consultancy Service To Examine Techno-economical Feasibility And Carry Out Detailed Field, Geological, Reservoir & Area Around Survey & Submission Of Detailed Design, Estimate, Drawings, Necessary Approval From Competent Authority And D.t.p. Up To E.p.c Contract For Constructing Rubber Dam/ Weir/ Barrage With Retaining Structures For Bank Protection On Tapi River Near Village Bodhan, Ta.mandvi & Dist.surat.

Uttar Haryana Bijli Vitran Nigam Limited - UHBVN Tender

Works
Energy, Oil and Gas
Eprocure
Corrigendum : Closing Date Modified
India
Closing Soon27 Feb 2025
Tender AmountINR 355.2 Million (USD 4 Million)
Details: Site Survey, Planning, Design, engineering, Supply Of Material, erection, Testing And Commissioning of All Items/material In All Respects required To Complete The Rdss works In Panchkula Division under Panchkula District Which includes Replacement Of Lt Bare conductor With Lt Armoured Xlpe cable, Re-conducting Of Existing worn Out Lt Line With New Acsr conductor, Augmentation Of existing 11 Kv Line With New Acsr conductor / Xlpe Cable Of Various sizes, Augmentation Of Distribution transformer And Bifurcation Of existing 11 Kv Feeders

Military Engineer Services - MES Tender

Works
Furnitures and Fixtures
Eprocure
Corrigendum : Corrigendum Added
India
Closing Soon22 Feb 2025
Tender AmountINR 1 Million (USD 11.5 K)
Description: Renewal Of Wooden And Steel Furniture Against Surveyed Off Furniture At Masimpur Mil Stn

Uttar Haryana Bijli Vitran Nigam Limited - UHBVN Tender

Works
Energy, Oil and Gas...+2Electrical Works, Electrical and Electronics
Eprocure
Corrigendum : Closing Date Modified
India
Closing Soon27 Feb 2025
Tender AmountINR 306.7 Million (USD 3.5 Million)
Details: Site Survey, Planning, Design, engineering, Supply Of material, Erection, Testing And commissioning Of All items/material In All Respects required To Complete The rdss Works In Ambala City division Under Ambala district Which Includes replacement Of Lt Bare conductor With Lt Armoured xlpe Cable, Re-conducting Of existing Worn Out Lt Line With new Acsr Conductor, augmentation Of Existing 11 kv Line With New Acsr conductor / Xlpe Cable Of various Sizes, Augmentation Of distribution Transformer And bifurcation Of Existing 11 Kv feeders.

Punjab Water Supply And Sewerage Board - PWSSB Tender

Works
Civil And Construction...+4Solid Waste Management, Drainage Work, Consultancy Services, Civil And Architectural Services
Eprocure
India
Closing Soon24 Feb 2025
Tender AmountINR 119.4 Million (USD 1.3 Million)
This is an estimated amount, exact amount may vary.
Details: PART-A Providing, Laying, Jointing, Cutting and Testing of 800 mm, 600, 400 mm i/d DI K-7 Pipe Sewer, Construction of Brick Masonry Manhole Chamber, Construction of MPS including Pumping Machinery, 400 mm Rising Main complete in all respect and all other works contingent thereto at Arniwala Sheikh Subhan, Distt Fazilka (Under SBM-2.0) PART-B Survey, Soil Testing, Design Supply and Construction, Installation, Commissioning of 2 MLD Capacity Sewage Treatment Plant cum 6 KLD FSTP at Arniwala Sheikh Subhan Distt Fazilka based on Suitable Proven Sustainable Biological Technology including other appurtenant works on turnkey basis as per DNIT including O & M for 60 months after stabilization period of 3 months (Under SBM-2.0)

Uk Research & Innovation Tender

Food Products
United Kingdom
Closing Date20 Feb 2025
Tender AmountGBP 5 Million (USD 6.2 Million)
Description: Ukri-3727 Framework Agreement For The Provision Of The British Antarctic Survey (bas) Food Supplies

DEPT OF THE AIR FORCE USA Tender

Solid Waste Management
United States
Closing Date20 Feb 2025
Tender AmountRefer Documents 
Details: This Is A Sources Sought Notice. This Is Not A Pre-solicitation Notice Pursuant To Far Part 5. The Department Of Defense, United States Air Force (usaf), Air Force Materiel Command (afmc), Air Force Test Center (aftc), Operation Contracting Division, Is Currently Conducting Market Research Seeking Capabilities Statements From Potential 8(a) Small Businesses That Can Provide Base Refuse Collection Services At Eglin Afb, Fl. scope. The Contractor Shall Provide All Personnel, Equipment, Tools, Materials, Vehicles, Supervision, And Other Items And Services Necessary To Perform Integrated Solid Waste Management, Municipal Solid Waste (msw) Collection And Recycling Services At Eglin Air Force Base, Florida. Services Shall Be Performed At Eglin Main, Duke Field, Camp Rudder, 7th Special Forces, Eglin Ranges And Sites. all Interested Vendors Should Submit A Response Demonstrating Their Capability To Provide These Services To The Primary Points Of Contact Listed Below. Proposals/quotes/bids Are Not Being Requested Or Accepted At This Time. This Survey Is To Determine The Capability Of Potential Sources And The Availability Of Commercial Sources And Services Pursuant To Far Part 10, Market Research. This Acquisition Is Set Aside For 8(a) Concerns. As Stipulated In Far 15.201(e), Responses To This Notice Are Not Considered Offers And Cannot Be Accepted By The Government To Form A Binding Contract. No Solicitation (request For Proposal) Exists Currently; Therefore, Do Not Request A Copy Of The Solicitation. The Decision To Solicit For A Contract Shall Be Solely Within The Government’s Discretion. this Notice Is Issued Solely For Information And Planning Purposes It Does Not Constitute A Request For Quote (rfq)/invitation For Bid (ifb)/request For Proposal (rfp) Or A Promise To Issue An Rfq, Ifb Or Rfp In The Future. This Notice Does Not Commit The U.s. Government To Contract For Any Supply Or Service. Further, The U.s. Government Is Not Seeking Quotes, Bids Or Proposals At This Time And Will Not Accept Unsolicited Proposals In Response To This Source Sought Notice. The U.s. Government Will Not Pay For Any Information Or Administrative Costs Incurred In Response To This Notice. Submittals Will Not Be Returned To The Responder. Not Responding To This Notice Does Not Preclude Participation In Any Future Rfq Or Ifb Or Rfp, If Any Is Issued. If A Solicitation Is Released, It Will Be Synopsized On The Government Wide Point Of Entry. It Is The Responsibility Of Potential Offerors To Monitor The Government Wide Point Of Entry For Additional Information Pertaining To This Requirement. the Naics Code Assigned To This Acquisition Is 562111, Solid Waste Collection, Business Size Standard $47,000,000. Respondents Should Indicate Their Size In Relation To This Size Standard And Indicate Socio-economic Status (i.e. Sb, 8(a), Hubzone, Edwosb, Wosb, Or Sdvosb). Respondents Are Further Requested To Indicate Their Status As A Foreign-owned/foreign-controlled Firm And Any Contemplated Use Of Foreign National Employees On This Effort. any Information Submitted By Respondents To This Source Sought Is Voluntary. This Source Sought Notice Is Not To Be Construed As A Commitment By The Government, Nor Will The Government Reimburse Any Costs Associated With The Submission Of Information In Response To This Notice. Respondents Will Not Be Individually Notified Of The Results Of Any Government Assessments. small Businesses With Only Partial Capabilities Of This Requirement Are Encouraged To Submit Their Capabilities Statement Demonstrating The Portion Of The Requirement They Can Providing/perform. This Information Will Allow The Government To Identify Areas Of Possible Breakout Or Possible Subcontracting Opportunities. capabilities Statement: All Interested Vendors Should Submit A Capabilities Statement That Explicitly Demonstrates Their Capability To Provide/perform The Requirement Stated In This Notice. The Capabilities Statement Should Be Brief And Concise, Yet Clearly Demonstrate An Ability To Meet The Stated Requirement. The Response Must Not Exceed 10 Pages. responses Must Be Submitted Electronically To The Following E-mail Addresses: Jared.dunn.6@us.af.mil And Rick.porter.1@us.af.mil. All Correspondence Sent Via Email Should Contain A Subject Line That Reads “response To Eglin Afb Refuse Collection Services Sources Sought.” If This Subject Line Is Not Included, The E-mail May Not Get Through E-mail Filters At Eglin Afb. Filters Are Designed To Delete Emails Without A Subject Or With A Suspicious Subject Or Attachment. Attachments With Files Ending In .zip Or .exe Are Not Allowable And May Be Deleted. Ensure Only .pdf, .doc, .docx, .xsls, Or .xls Documents Are Attached To Your Email. All Other Attachment Types May Be Deleted. all Responsible Sources May Submit Information That Will Be Considered By The Agency. If Late Information Is Received, It May Be Considered, Depending On Agency Time Constraints. All Routine Communications Regarding The Announcement Should Be Directed To The Contractual Point Of Contact Listed In This Posting. The Government May Or May Not Use Any Responses To This Source Sought As A Basis For A Subsequent Project/requirement. Any Project/requirement Developed From The Sources Sought Responses May Be The Subject Of A Subsequent Acquisition; Any Such Subsequent Acquisition Will Be Posted In Beta.sam.gov Separately. Responses To This Source Sought Will Not Be Returned. The Government Is Under No Obligation To Acknowledge Receipt Of The Information Received Or Provide Feedback To The Respondents With Respect To Any Of The Information Submitted Under This Source Sought. No Requests For A Bid Package Or Solicitation Will Be Accepted; A Bid Package Or Solicitation Does Not Exist At This Time. In Order To Protect The Integrity Of Any Possible Future Acquisition, No Additional Information Will Be Provided And No Appointments For Presentations Will Be Made In Reference To This Source Sought. only Government Employees Will Review Submitted Responses To This Source Sought. Respondents Are Advised That Employees Of Commercial Firms Under Contract With The Government May Be Used To Administratively Process Submissions And Perform Other Administrative Duties Requiring Access To Other Contractor’s Proprietary Information. These Administrative Support Contractors Include Nondisclosure Agreements Prohibiting Their Contractor Employees From Disclosing Any Information Submitted By Other Contractors Or Using Such Information For Any Purpose Other Than That For Which It Was Furnished. responses Are Due No Later Than 2:00 P.m. (cst) On 20 February 2025. Direct All Questions Concerning This Requirement To Jared Dunn At Jared.dunn.6@us.af.mil And Rick Porter At Rick.porter.1@us.af.mil.

Central Bank Of India - CBI Tender

Auction
Real Estate Service
India
Closing Date19 Feb 2025
Tender AmountRefer Documents 
Details: Auction Sale Of Immovable Property - Land Property Owner: Smt. Sheela Devi, Wife Of Shri Pratap Singh Bhadoria description: portion Of Survey No. 3787 located In Ward No. 11, New Ward No. 12, Vikas Nagar, Chaube Ke Bag, Gori Kinare, Tehsil And District Bhind (m.p.) pincode: 477001 area: 1250 Square Feet boundaries: east: Common Road west: House Of Rajkumar Dube north: Plot Of Rajkumar Dube south: Plot Of Ashok

Iarnrd Ireann Irish Rail Tender

Other Consultancy Services...+1Consultancy Services
United Kingdom
Closing Soon26 Feb 2025
Tender AmountGBP 2 Million (USD 2.5 Million)
Description: 9129 Multi Party Framework For Topographical Surveys

PUBLIC BUILDINGS SERVICE USA Tender

Real Estate Service
United States
Closing Soon24 Feb 2025
Tender AmountRefer Documents 
Details: General Services Administration (gsa) Seeks To Lease The Following Space: state: Illinois city: Joliet delineated Area: north: Black Rd/ruby St east: Scott St/chicago St/hwy 6 south: Hwy 80 west: Hwy 55 minimum Sq. Ft. (aboa): 12,300 maximum Sq. Ft. (aboa): 12,915 space Type: Office parking Spaces (total): 0 parking Spaces (surface): 0 parking Spaces (structured): 0 parking Spaces (reserved): 0 full Term: 10 Years firm Term: 5 Years additional Requirements: space Must Be Located In A Prime Commercial Office District With Attractive Surroundings With A Prevalence Of Modern Design And/or Tasteful Rehabilitation In Modern Use. space Shall Be Located In A Professional Office Setting And Preferably Not Within Close Proximity To Residential Areas, Railroad Tracks Or Power Transmission Lines. space Will Not Be Considered Where Any Living Quarters Are Located Within The Building. space Shall Not Be Located Within The 100-year Flood Plain Or Wetland Unless The Government Has Determined It To Be The Only Practicable Alternative. space Should Not Be Located Near Establishments Whose Primary Operation Is The Sale Of Alcoholic Beverages, Firearms Sold/discharged, Or Where There Are Tenants Related To Drug Treatment Or Detention Facilities. employee And Visitor Entrances Of The Building Must Be Connected To Public Sidewalks Or Street By Continuous, Accessible Sidewalks. regularly Scheduled Public Transportation (if Provided By Municipality) During The Workday Is Required Within 1000 Feet. parking Must Be Available Per Local Code And Be Available Within Walkable 2 Blocks Or 600 Feet From The Building. the Parking-to-square-foot Ratio Available Onsite Shall At Least Meet Current Local Code Requirements. Restricted Or Metered Parking Of One Hour Or Less Within The Two-block Area Of The Space Does Not Meet Parking Requirements. subleases Are Not Acceptable. Office Space Must Be Contiguous, On One Floor. space Configuration Shall Be Conducive To An Efficient Layout. Consideration For An Efficient Layout Will Include, But Not Be Limited To The Following: Size And Location Of Interior Fire (support) Walls, Size And Number Of Columns, Column Placement, Bay Depths, Window Size And Placement, Convector Size And Placement, Electrical And Telephone Accessibility, And Angles, Curves Or Offsets That Will Result In An Inefficient Use Of Space. the Following Space Configurations Will Not Be Considered: Space With Atriums Or Other Areas Interrupting Contiguous Space, Extremely Long Or Narrow Runs Of Space (more Than Twice As Long As Wide), Irregularly Shaped Space Configurations Or Other Unusual Building Features Adversely Affecting Usage. columns Size Cannot Exceed Two (2’) Feet Square And Space Between Columns And/or Walls Cannot Be Less Than Twenty (20’) Feet. the Offered Space Must Meet Or Be Capable Of Meeting Government Requirements For Security, Fire Life Safety And Handicapped Accessibility. if Space Offered Is Above Ground Level, At Least Two (2) Accessible Elevators Will Be Required. the Government Requires A Fully Serviced Lease. All Services, Janitorial Supplies, Utilities And Tenant Alterations Are To Be Provided As Part Of The Rental Consideration. the Government Will Have Access To The Space 24 Hours A Day, 7 Days A Week. Normal Hours Of Operation Are Monday Through Friday 6:00 A.m. To 6:00 P.m. (excluding Saturdays, Sundays And Federal Holidays). 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/0.2-percent-annual Chance] Floodplain (formerly Referred To As [“100-year”/“500-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 Joliet, Illinois, 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 Due: February 24, 2025 market Survey (estimated): March 18, 2025 occupancy (estimated): May 17, 2026 send Expressions Of Interest To: name/title: Chynita Richards/leasing Specialist email Address: Chynita.richards@gsa.gov government Contact Information lease Contracting Officer: Thomas Nisivaco leasing Specialist: Chynita Richards
2731-2740 of 3680 active Tenders