Website Tenders
Website Tenders
Bryant Hammett & Associates, LLC Tender
United States
Closing Date18 Mar 2025
Tender AmountRefer Documents
Details: Advertisement For Bids 02/19/25 The Town Of Vidalia Will Receive Sealed Bids Marked "bid" For The Construction Of The Project Described As Follows: Town Of Vidalia 115kv Transmission Line Logan Sewell Substation To Industrial Park Substation Notice Is Hereby Given That The Town Of Vidalia (owner), Located At 200 Vernon Stephens Blvd., Vidalia, La 71373, Will Receive Bids (via Mail Or Delivery) No Later Than 11:00 A.m. On Tuesday March 18, 2025. At That Time, Bids Will Be Publicly Opened And Read Aloud. The Project Consists Of Constructing 3.0 Miles Of Steel Pole, 115kv Transmission Line. The Transmission Line Construction Will Require The Installation Of 27 Steel Structures. Each Pole Will Utilize A Vibratory-installed Steel Caisson Foundation. The New Line Will Terminate On Each End In An Existing Substation Owned By The Town Of Vidalia. All Bids Must Be Submitted On The Proper Form. The Contractor Must Include His Contractor's License Number On The Bid. Any Bids Submitted After 11:00 A.m., Local Time, On Tuesday March 18, 2025 Will Not Be Considered. Prospective Bidders Are Encouraged To Attend A Pre-bid Conference On Thursday, March 6, 2025 At 11:00 A.m. (local Time) Located At The Vidalia Town Hall, 200 Vernon Stephens Blvd., Vidalia, La 71373. Bidders May Submit Bids Electronically To The Engineer At Kcapdepon@bha-engineers.com And Cjordan@bha-engineers.com Or Through The Central Bidding Website. Electronic Bids Must Be Received Before 10:30 A.m., Local Time On Tuesday March 18, 2025. Any Electronic Bid Received After This Time Will Not Be Considered. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail Or In Person. These Items Include But Are Not Limited To The Bid Form And Corporate Resolution. Regardless Of The Bid Results, The Bidder Will Have 48 Hours From Opening Of The Bids To Provide The Original Bid Documents. If A Bidder Fails To Provide The Original Hard Copies Of These Documents Within 48 Hours Of The Bid Opening, Their Bid Shall Be Considered Nonresponsive. The Town Of Vidalia And The Engineer Will Not Be Responsible If The Bidder Cannot Complete And Submit A Bid Due To Failure Or Incomplete Delivery Of The Files Submitted Via The Internet. Original Bid Documents Shall Be Addressed To The Engineer Located At 6885 Hwy. 84, Ferriday, La 71334 And Must Be Received 48 Hours After Bid Opening, If Not, The Bid Will Be Considered Nonresponsive. Complete Bidding Documents For This Project Are Available In Electronic Form And Can Be Downloaded From The Following Designated Website: Http://www.centralbidding.com Under Bryant Hammett & Associates, Llc. Prospective Bidders Are Urged To Register With Http://www.centralbidding.com Website As A Plan Holder, Even If Bidding Documents Are Obtained From A Source Other Than The Designated Website In Either Electronic Or Paper Format. The Designated Website Will Be Updated Periodically With Addenda, Lists Of Registered Plan Holders, Reports, And Other Information Relevant To Submitting A Bid For The Project. All Official Notifications, Addenda, And Other Bidding Documents Will Be Offered Through The Designated Website. Prospective Bidders Are Solely Responsible For Obtaining The Most Up-to-date Bidding Documents From The Designated Website. Printed Construction Documents Can Be Obtained From Bryant Hammett & Associates (318-757-6576) Upon Payment Of $200 Dollars Per Set. Documents Can Be Mailed To Bidders For An Additional $15.00 Per Set. Refunds Will Be Given On The First Set Of Documents Furnished To Bona Fide Prime Bidders Upon Return Of The Clean, Unmarked Documents No Later Than Ten Days After Receipt Of Bids. Neither Owner Nor Engineer Will Be Responsible For Bidding Documents, Including Addenda, If Any, Obtained From Sources Other Than The Designated Website. Bids Will Be Accepted Through The Online Bidding Portal, However They Must Be Received Before 10:30 A.m. And Have The Same Requirements As Listed Above. Contractors Are Responsible For Reproduction/printing Of Bidding Documents. Contractors Desiring To Bid Shall Provide Evidence That They Hold A State License Of Proper Classification And In Full Force And Effect. For Contractor Information, This Project Is Classified As Electrical Work. In Accordance With Rs 38:2212 G(2) Plans And Specifications Shall Be Available To Bidders Until Twenty-four Hours Before Bid Opening Date. The Corporate Resolution Must Be Signed And Sealed. The Owner Cannot Waive Any Informalities On The Bid Form. The Owner Reserves The Right To Reject Any And All Bids For Just Cause; Such Actions Will Be In Accordance With Title 38 Of The Louisiana Revised Statutes. Each Bidder Must Deposit With His/her Bid, Security In The Amount, Form, And Subject To The Conditions Provided In The Instructions To Bidders. Bid Bonds Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Contractor May Withdraw A Bid By Affidavit Within 48 Hours Of The Bid Opening In Accordance With La R.s. 38§2214.c; For Patently Obvious, Unintentional And Substantial Mechanical, Clerical Or Mathematical Errors. The Bids Will Remain Subject To Acceptance For Sixty (60) Days After The Bid Opening, Or For Such Longer Period Of Time That Bidder May Agree To In Writing Upon Request Of Owner. Any Interpretation Of The Bid Documents Shall Be In Writing Addressed To Bryant Hammett & Associates, L.l.c. At 6885 Hwy. 84 West, Ferriday, La 71334 Or Emailed To Medwards@bha-engineers.com And To Be Given Consideration Must Be Received At Least Ten Days Prior To The Date Fixed For The Opening Of Bids. No Communication After This Date. The Contractor Shall Begin Mobilization And Procurement Of Materials Within Ten (10) Working Days Of The Receipt Of The Notice To Proceed. The Successful Bidder Will Be Required To Execute The Owner's Standard Form Of Agreement/contract For Construction Together With The Performance And Payment Bonds Within Ten (10) Working Days After Issuance Of The Notice Of Award. Sureties Used For Obtaining Bonds Must Appear As Acceptable On The U.s. Department Of Treasury Circular 570. The Owner Hereby Notifies All Offerors That In Regard To Any Contract Entered Into Pursuant To This Advertisement, That Minority Business Enterprises Will Be Afforded Equal Opportunity To Submit Offers In Response To This Invitation And Will Not Be Discriminated Against On The Grounds Of Race, Color, Sex, National Origin Or Disability In Consideration For An Award.
Jefferson Parish Government Tender
United States
Closing Date21 Mar 2025
Tender AmountRefer Documents
Details: Public Notice Soq 25-003 Seeking Additional Persons Or Firms Interested In Providing Routine Engineering Services For Sewer Projects In Jefferson Parish Who Are Not One Of The Forty-six Persons Or Firms Approved By Resolution No. 144664 The Parish Of Jefferson Authorized By Resolution No 145516. Is Hereby Soliciting Statements Of Qualifications (jefferson Parish Technical Evaluation Committee (tec) Professional Services Questionnaire) For Additional Persons Or Firms Interested In Providing Routine Engineering Services For Sewer Projects In Jefferson Parish, Who Are Not One Of The Forty-six (46) Persons Or Firms Approved By Resolution No. 144664, Dated August 7, 2024. Routine Engineering Services Are For Contracts Where The Total Engineering Fee, Exclusive Of Resident Inspection Services, Will Not Exceed $500,000.00 Per Assignment. Firms Deemed Qualified For This Work Shall Be Eligible For Award Of Routine Sewer Contracts For The Remainder Of The Two-year Period Beginning August 7, 2024. Deadline For Submissions: 3:30 P.m., March 21, 2025 The Following Criteria Will Be Used To Evaluate The Statement Of The Firms Submitting: • 1) Professional Training And Experience In Relation To The Type Of Work Required For The Routine Engineering Services - 35 Points; • 2) Size Of Firm, Considering The Number Of Professional And Support Personnel Required To Perform The Type Of Routine Engineering Tasks, Including Project Evaluation, Project Design, Drafting Of Technical Plans, Development Of Technical Specifications And Construction Administration – 10 Points; • 3) Capacity For Timely Completion Of Newly Assigned Work, Considering The Factors Of Type Of Routine Engineering Task, Current Unfinished Workload, And Person Or Firm’s Available Professional And Support Personnel - 20 Points; • 4) Past Performance By Person Or Firm On Parish Contracts - 10 Points (assertions Of Fault By A Person Or Firm, Which Shall Include Time Delays, Cost Over-runs, And Or Design Inadequacies In Prior Work Completed For The Parish Shall Be Evidenced By Substantiating Documentation Provided By The Director Of Public Works For The Requesting Department Or The Director Of Engineering And Received By The Chairman Of The Evaluation Committee A Minimum Of Two (2) Weeks Prior To The Scheduled Date Of The Technical Evaluation Committee Meeting.). • 5) Location Of The Principal Office - 15 Points (preference Shall Be Given To Persons Or Firms With A Principal Business Office As Follows: (a) Jefferson Parish, Including Municipalities Located Within Jefferson Parish (15 Points); (b) Neighboring Parishes Of The Greater New Orleans Metropolitan Region, Which Includes Orleans, Plaquemines, St. Bernard, St. Charles And St. Tammany Parishes (12 Points); (c) Parishes Other Than The Foregoing (10 Points); (d) Outside The State Of Louisiana (6 Points).); • 6) Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services, In Which The Parish Prevailed Or Any Ongoing Adversarial Legal Proceedings Between The Parish And The Person Or Firm Performing Professional Services Excluding Those Instances Or Cases Where The Person Or Firm Was Added As An Indispensable Party, Or Where The Person Or Firm Participated In Or Assisted The Public Entity In Prosecution Of Its Claim - 15 Points (in The Event That The Person Or Firm Fails To Provide Accurate And Detailed Information Regarding Legal Proceedings With The Parish, Including The Absence Of Legal Proceedings, The Person Or Firm Shall Be Deemed Unresponsive With Regard To This Category, And Zero (0) Points Shall Be Awarded.); • 7) Prior Successful Completion Of Projects Of The Type And Nature Of Routine Engineering Services, As Defined, For Which Firm Has Provided Verifiable References - 5 Points; The Person Or Firm Submitting A Statement Of Qualifications Shall Have The Following Minimum Qualifications: 1. One Principal Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana 2. A Professional In Charge Of The Project Who Is A Professional Engineer Who Shall Be Registered As Such In Louisiana With A Minimum Of Five (5) Years’ Experience In The Disciplines Involved 3. One Employee Who Is A Professional Engineer Registered As Such In Louisiana In The Field Or Fields Of Expertise Required For The Project (a Sub-consultant May Meet The Requirement Only If The Advertised Project Involves More Than One Discipline.) With Regard To The Questionnaire, Principal Means The Sole Proprietor Of The Firm, Or One Who Shares An Ownership Interest With Other Persons In The Firm, Including But Not Limited To, A Partner In A Partnership, A Shareholder In A Corporation, Or A Member Of A Limited Liability Corporation. Each Firm’s Lowest And Highest Score Shall Be Dropped And Not Count Towards The Firm’s Score. Only Those Persons Or Firms Receiving An Overall Cumulative Score Of At Least Seventy (70) Percent Or Greater, Of The Total Possible Points For All Categories To Be Assigned By The Participating Technical Evaluation Committee Members Shall Be Deemed Qualified To Perform Architectural, Engineering, Surveying, And Laboratory And Field Services Tasks. The Estimated Fees For This Work May Vary Among Different Assignments; However, No Individual Assignment Can Have A Fee Exceeding $500,000.00, Exclusive Of Resident Inspection Services. There Is No Limit To The Number Of Assignments That Can Be Awarded To A Person Or Firm. The Person Or Firm Submitting A Statement Of Qualification (tec) Professional Services Questionnaire Must Identify All Subcontractors Who Will Assist In Providing Professional Services For The Project, In The Professional Services Questionnaire. Each Subcontractor Shall Be Required To Submit A ((tec) Professional Services Questionnaire) And All Documents And Information Included In The Questionnaire. (refer To Jefferson Parish Code Ordinance, Section 2-928) All Persons Or Firms (including Subcontractors) Must Submit A Statement Of Qualifications (tec) Professional Services Questionnaire By The Deadline. The Latest Professional Services Questionnaire May Be Obtained By Contacting The Purchasing Department At (504) 364-2678 Or Via The Jefferson Parish Website At Https://www.jeffparish.gov/27/government. This Questionnaire Can Be Accessed By Clicking On The + Next To “doing Business In Jefferson Parish” On The Website And Clicking On “professional Services Questionnaires”. Submissions Will Only Be Accepted Electronically Via Jefferson Parish’s E-procurement Site, Central Bidding At Www.centralauctionhouse.com Or Www.jeffparishbids.net. Registration Is Required And Free For Jefferson Parish Vendors By Accessing The Following Link: Www.centralauctionhouse.com/registration.php. No Submittals Will Be Accepted After The Deadline. Affidavits Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Insurances Are Not Required To Be Submitted With The Statement Of Qualifications, But Shall Be Submitted Prior To Contract Approval. Disputes/protests Relating To The Decisions By The Evaluation Committee Or By The Jefferson Parish Council Shall Be Brought Before The 24th Judicial Court. Adv:the New Orleans Advocate: February 19, 26 And March 05, 2025
City Of Baton Rouge Parish Of East Baton Rouge Tender
United States
Closing Date18 Mar 2025
Tender AmountRefer Documents
Details: Notice To Proposers Notice Is Hereby Given That Sealed Bids Will Be Received By The City Of Baton Rouge And The Parish Of East Baton Rouge Purchasing Division Until 2:00 Pm Cst On March 18, 2025 In Room 826, Of City Hall, 222 Saint Louis Street, Baton Rouge, Louisiana, 70802 For: Rfp 2025-04-7710 – Disaster Debris Management And Monitoring Services A Mandatory Pre-proposal Conference Will Be Held In-person On March 6, 2025 At 10:00 Am. The Mandatory Pre-proposal Conference Will Be Conducted At City Hall, 222 Saint Louis Street, Baton Rouge, La 70802 In Conference Room 802. Attendance At The Pre-proposal Conference Is Required To Receive An Award For This Project. Copies Of The Request For Proposal May Be Obtained From Lapac (https://wwwcfprd.doa.louisiana.gov/osp/lapac/dspbid.cfm?search=department&term=102), Central Bidding (http://www.centralauctionhouse.com) Or By Email Request To: 7010disasterdebrissvcs@brla.gov. *note: The City-parish Has Elected To Use Lapac, The State’s Online Electronic Bid Posting And Central Bidding Notification System, In Addition To Its Standard Means Of Advertising This Requirement. Lapac Is Resident On State Purchasing’s Website At Https://wwwcfprd.doa.louisiana.gov/osp/lapac/pubmain.cfm And Is Available For Vendor Self-enrollment. Note: This Rfp Is Not Available To Submit Online Via Central Bidding; Submissions Must Be Mailed Or Hand Delivered To The Address Mentioned In The Rfp. In That Lapac And Central Bidding Provides An Immediate E-mail Notification To Subscribing Bidders That A Solicitation And Any Subsequent Addenda Have Been Let And Posted, Notice And Receipt Thereof Is Considered Formally Given As Of Their Respective Dates Of Posting. Though Not Required If Receiving Solicitation And Addenda Notices From Lapac And Central Bidding The City-parish Will Email Addenda To All Vendors Contacting Our Office And Requesting To Be Put On Our Office Vendor Listing For This Solicitation. The Deadline For Receiving Written Inquiries Is March 7, 2025 At 5:00 Pm Cst. Proposals Received After The Above Specified Time Will Not Be Considered. Proposals Will Be Opened Immediately After Proposal Opening Time In Room 806, Of City Hall. All Interested Parties Are Invited To Be Present. Teleconference Call-in Information For Public Access To Rfp Opening: Join By Phone: +1-408-418-9388 United States Toll Access Code: 263 373 080 (followed By The # Button) Alternate Numbers To Call If Number Above Is Not Available, Which May Occur Due To Network Traffic (use The Same Access Code, Followed By The # Button): United States Toll (boston) +1-617-315-0704 United States Toll (chicago) +1-312-535-8110 United States Toll (dallas) +1-469-210-7159 United States Toll (denver) +1-720-650-7664 United States Toll (jacksonville) +1-904-900-2303 United States Toll (los Angeles) +1-213-306-3065 This Teleconference Number Will Provide You With Live Audio Access To This Proposal Opening. The Teleconference Will Be Live Only At The Noted Rfp Opening Time On The Date Of Rfp Opening. The Right To Reject Any And All Proposals And To Waive Irregularities And Informalities Is Reserved. The City Of Baton Rouge And Parish Of East Baton Rouge Has Established A Socially And Economically Disadvantaged Business Enterprise (sedbe) Program In Accordance With Revised Statute Rs 33:2233.4. It Is The Policy Of The City-parish To Ensure That Eligible Business Enterprises Ebe’s, Certified In Accordance With The Parish Program, Have An Equal Opportunity To Receive And Participate In Parish Contracts. For This Project The Ebr Parish Purchasing Office Has Directed A Review Of The Scope Of Work And Has Established A Minimum Ebe Goal Of 25% Of The Contract Amount. All Bidders Shall Achieve This Goal Or Demonstrate Good Faith Efforts To Achieve The Goal. Good Faith Efforts Include Meeting This Ebe Goal Or Providing Documentation Demonstrating That The Bidder Made Sufficient Good Faith Efforts In Attempting To Meet This Goal. Only Ebe Firms Certified Under The Parish Sedbe Certification Program At The Time Of Submittal Of The Bid Will Count Toward This Ebe Goal. To Be Considered Responsive, The Apparent Low Bidder Must Submit Ebe Forms 1, 1a, And 2, And Letters Of Ebe Certification, As Appropriate Within 10 Days After Bid Opening.
St Charles Parish Public Schools Tender
United States
Closing Date31 Mar 2025
Tender AmountRefer Documents
Details: St. Charles Parish Public Schools (“scpps”) Is Seeking Qualifications From Licensed Insurance Brokers To Assist Scpps In Providing A Full Range Of Services Related To The Design, Marketing, Improvement, And Compliance Of Sccps’ Employee Benefits Program For All Employees And Retirees. Qualifications Are To Be Submitted Electronically. Herein, The Words “respondent(s)”, “vendor(s)”, “firm(s)”, Or “proposer(s)” Are Used Interchangeably, And Refer To The Entity Who Is Submitting Such A Proposal. Interested Firms Are Invited To Submit Proposals To Scpps Electronically Via The Central Auction House Website Located At The “online Bids & Rfps” Link Under The Resources Tab At The Scpps Website Https://www.wearescpps.org. Questions Should Be Submitted Electronically Via The Online Site No Later Than March 03, 2025. Firms Are Responsible For Checking The Website Above Periodically For Any Updates Or Revisions To The Rfq. Scpps Will Not Accept Any Paper Or Emailed Submissions. All Proposals Must Be Submitted Via Central Auction House. All Proposals Will Be Accepted Until 4:00 Pm Central Standard Time On March 31, 2025. All Qualifications Received Will Be Taken Under Advisement As Submitted By The Assigned Date And Time At Scpps. All Requirements Must Be Addressed In Your Proposal. Non-responsive Proposals Will Not Be Considered. Failure To Follow These Instructions Could Result In Disqualification Of The Qualification. Scpps Reserves The Right To Reject Any And All Proposals. All Qualifications, Whether Selected Or Rejected, Shall Become The Property Of The Scpps. All Information Submitted With The Proposal Must Be Typed Or Legibly Written. This Rfq Does Not Commit Scpps To Award A Contract Or Pay Any Costs Incurred In The Preparation Of A Proposal Responsive To This Request. Scpps Reserves The Right To Accept All Or Part Of Any Proposal Or To Cancel In Part Or In Its Entirety This Rfq. Scpps Further Reserves The Right To Accept The Proposal That It Considers To Be In The Best Interest Of Scpps. Firms Are Not Allowed To Contact Other Scpps Departments, Schools Or Centers About The Rfq. After Thirty (30) Days From Delivery Of Written Notice To Either The School District Or The Successful Proposer Without Cause And Without Prejudice To Any Other Right Or Remedy, Either Party May Elect To Abandon And Terminate This Agreement.
Lafayette Consolidated Government Tender
United States
Closing Date28 Mar 2025
Tender AmountRefer Documents
Details: Notice To Bidders Notice Is Hereby Given That Sealed Bids Will Be Received Either Electronically At Www.centralbidding.com Or In The Office Of The Purchasing Division At The Lafayette Consolidated Government Building, Located At 705 West University Avenue, Lafayette, Louisiana, Until 4:00 P.m. Central Time On The 28th Day Of March, 2025 For The Following: 167118.5.8290 Abatement & Demolition And Will, Shortly Thereafter, Be Opened And Read Aloud In The Council Briefing Room Located At 705 West University Avenue, Lafayette, La. Bids Received After The Above Specified Time For Opening Shall Not Be Considered And Shall Be Returned Unopened To The Sender. Bidders Are Encouraged To Call Into The Bid Openings At The Following Phone Number 337-291-5100. Scope Of Work: The Scope Of Work Shall Consist Of All Environmental Waste Removal, Decommissioning, Demolition Of Designated Structures, And Concrete And Soil Remediation Located At The Project Site And Shall Include All Labor, Equipment, Materials, Handling, Permitting, And Testing In Accordance With The Contract Drawings And Specifications. All Work Shall Be Completed Within Four Hundred Twenty-six (426) Calendar Days From Issuance Of Notice To Proceed. Refer To Article 5 Schedule, Completion And Stipulated Damages Of The General Conditions For Further Details. In Accordance With Louisiana Rs 38:2212 Electronic Bids May Be Submitted At Central Bidding (www.centralbidding.com). Official Bid Documents Are Available At Central Bidding (www.centralbidding.com). For Questions Related To The Electronic Bidding Process, Please Call Central Bidding At 225-810-4814. Bidders May Request The Electronic Bid Package From Christian Janes At Cjanes@lafayettela.gov. Bidders Submitting Bids Electronically Are Required To Provide The Same Documents As Bidders Submitting Through The Mail Within Forty-eight (48) Hours From Bid Opening . Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Bidders Wishing To Submit Their Bid Electronically Must First Be Registered Online With Lafayette Consolidated Government As A Potential Contractor At The Website Listed Above. Bidders Submitting Bids Electronically Shall Include All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide One (1) Hard Copy Within Forty-eight (48) Hours From Bid Opening Through The Mail. Bidders Providing Bids My Mail, Shall Include One (1) Hard Copy With All Documents In One (1) Combined Pdf File With Bookmark(s) And Are Required To Provide An Electronic Copy In One (1) Usb Flash Drive. Only A Bid Bond, Certified Check Or Cashier’s Check Shall Be Submitted As The Bid Security. Electronic Copies Of Both The Front And Back Of The Check Or Bid Bond Shall Be Included With The Electronic Bid. Submission Of Confidential, Proprietary, Or Tradesecret Information (see La. R.s. 44:3.2(d) As A Public Entity, Lafayette Consolidated Government Is Subject To The Louisiana Public Records Law, Which May Require Submissions Of Bidders To Be A Public Record. Pursuant To La. R.s. 44:3.2(d), Bidders Who Submit Documents Or Information They Believe To Be Proprietary Or Trade Secret Must Clearly Mark Each Page Or Piece Of Information Which Is, In The Bidder’s Opinion, Proprietary Or Trade Secret And Must Also Submit With Such Information A Cover Sheet That Reads As Follows In Bold Type: Document Contains Confidential Proprietary Or Trade Secret Information La. R.s. 44:3.2(d) Requires Lafayette Consolidated Government To Make A Determination As To Whether A Bidders Submission Is In Fact Proprietary Or Trade Secret Information Within Thirty (30) Calendar Days Of The Bidder’s Submission. 167118.5.8290 – Notice To Bidders Rev 0 Page 2 Of 2 Bids Must Be Signed In Accordance With Lrs Title 38:2212(b)5. A Corporate Resolution Or Written Evidence Of Authority Authorizing The Person Signing The Bid Is Required To Be Submitted With Bid. Failure To Submit A Corporate Resolution Or Certificate Of Authority With The Bid Shall Be Cause For Rejection Of Bid. Copies Of The Bidding Documents Are Available Upon Request By Contacting Purchasing & Property Management Division, Located At 705 West University Avenue, Lafayette, Louisiana Upon Payment Of Fifty Dollars ($50.00) Per Set, Non-refundable, Made Payable To The Lafayette Consolidated Government. Note: No Cash Will Be Accepted - Only Checks Or Money Orders Made Payable To Lafayette Consolidated Government. Bid Documents Shall Be Available Until Twenty-four Hours Before The Bid Opening Date. Questions Relative To The Bidding Documents Shall Be Directed To Christian Janes By Email At Cjanes@lafayettela.gov. Within One (1) Week Upon Receipt Of The Invitation To Bid, Bidders Are Encouraged To Confirm Intent To Submit A Bid By Replying To The "invitation To Bid" Email Sent By Christian Janes (cjanes@lafayettela.gov). Bidders Are Requested To Attend A Mandatory Pre-bid Meeting, Which Will Be Held On March 12th, 2025 At 10 A.m. Central Time In The Engineering Conference Room 2 At The Lus Operations Center Located At 1314 Walker Rd., Lafayette, La 70506. Included In The Mandatory Pre-bid Meeting Will Be A Site Tour Of The Demolition Area. All Attendees Are Required To Provide The Following Minimum Personal Protective Equipment (ppe) Provisions; Closed Toe Shoes, Hard Hat, Shirt With Long Sleeves, Long Pants (no Shorts). Each Bid Shall Be Accompanied By A Certified Check, Cashier’s Check, Or Bid Bond Payable To The Lafayette Consolidated Government, The Amount Of Which Shall Be Five Percent (5%) Of All Additive Line Items Of The Base Bid. If A Bid Bond Is Used, It Shall Be Written By A Surety Or Insurance Company Currently On The U.s. Department Of The Treasury Financial Management Service List Of Approved Bonding Companies Which Is Published Annually In The Federal Register, Or By A Louisiana Domiciled Insurance Company With At Least An A-rating In The Latest Printing Of The A.m. Best’s Key Rating Guide To Write Individual Bonds Up To Ten Percent (10%) Of Policyholders’ Surplus As Shown In The A.m. Best’s Key Rating Guide, Or By An Insurance Company In Good Standing Licensed To Write Bid Bonds Which Is Either Domiciled In Louisiana Or Owned By Louisiana Residents. The Bid Bond Shall Be Issued By A Company Licensed To Do Business In Louisiana. The Certified Check, Cashier’s Check, Or Bid Bond Shall Be Given As A Guarantee That The Bidder Shall Execute The Contract, Should It Be Awarded To Him, In Conformity With The Contract Documents Within Ten (10) Working Days. No Bidder May Withdraw His Bid For At Least Forty-five (45) Calendar Days After The Time Scheduled For The Opening Of Bids. Each Bid Shall Be Submitted Only On The Bid Form Provided With The Specifications. The Successful Bidder Will Be Required To Execute Performance And Labor And Material Payment Bonds In The Full Amount Of The Contract As More Fully Defined In The Bid Documents. In Accordance With Public Bid Law, Bids Are Valid For A Period Of Fortyfive (45) Calendar Days From The Time Of The Opening Of Bids. Bids Will Be Evaluated By The Owner Based On The Lowest Responsible And Responsive Bid Submitted Which Is Also In Compliance With The Bid Documents. The Lafayette Consolidated Government Reserves The Right To Reject Any And All Bids For Just Cause In Accordance With La R.s. 38§2214.b. The Lafayette Consolidated Government Strongly Encourages The Participation Of Dbes (disadvantaged Business Enterprises) In All Contracts Or Procurements Let By The Lafayette Consolidated Government For Goods And Services And Labor And Material. To That End, All Bidders And Suppliers Are Encouraged To Utilize Dbes Business Enterprises In The Purchase Or Sub-contracting Of Materials, Supplies, Services And Labor And Material In Which Disadvantaged Businesses Are Available. Assistance In Identifying Said Businesses May Be Obtained By Calling 337-291-8410. Publish Dates: 02-19-25; 02-23-25; 03-02-25 Purchasing Division Dpr 992304 Lafayette Consolidated Government
Umzimkhulu Local Municipality Tender
South Africa
Closing Date14 Mar 2025
Tender AmountRefer Documents
Details: Details Tender Number Ulm-pnlg 007/ 23 Department Umzimkhulu Local Municipality Tender Type Request For Bid(open-tender) Province Kwa-zulu Natal Date Published 21 February 2025 Closing Date 14 March 2025 12 00 Place Where Goods, Works Or Services Are Required 169 Main Street-umzimkhulu-umzimkhulu-3297 Special Conditions Tender Documents Will Be Available On The Municipal Website (www.umzimkhululm.gov.za) And Will Also Be Available From The Cashier At 169 Main Street, Umzimkhulu, 3297 Upon The Non-refundable Payment Of R 250 Per Document Or A Bank Guaranteed Cheque Made Out To Umzimkhulu Municipality During Working Hours Between 09 30am And 16 00pm From The 25th Of February 2025 Cut-off Time For Buying Documents Is The 27th Of February 2025, 15 Minutes Before The Briefing Time. Compulsory Briefing Meeting Is Scheduled To Take Place At Umzimkhulu Municipality Makhosini Building Boardroom,247 Mzimkhulu Mlonyana Street, Umzimkhulu 3297. Enquiries Contact Person Mr. M. Gebashe Email Gebashem@umzimkhululm.gov.za Telephone Number 039-259-5036 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 27 February 2025 11 00 Briefing Venue Umzimkhulu Municipality Makhosini Building, 247 Main Street, Umzimkhulu 3297. Tender Documents Tender Re-advert- Provision Of Enforcement Plant Machinery.docx
Coega Development Cooperation Tender
South Africa
Closing Date17 Mar 2025
Tender AmountRefer Documents
Details: Details Tender Number Cdc/8/25 Department Coega Development Cooperation Tender Type Request For Proposal Province Eastern Cape Date Published 21 February 2025 Closing Date 17 March 2025 12 00 Place Where Goods, Works Or Services Are Required Cnr Alcyon Road, Zibuko St,-coega Sez-gqeberha-6001 Special Conditions The Rfp Documents Will Be Available For Download From The Cdc Website Www.coega.co.za , E-tender Portal And Ec- Provincial Tender Portal From 21 February 2025 From 10 00 At No Cost. Potential Bidders Will Be Required To Provide Their Email Addresses In The System Before Downloading The Documentation For Correspondence Purposes. Potential Bidders Must Therefore Ensure That The Email Addresses Are Correct. Enquiries Contact Person Ms Zine Mtanda Email Tenderscdc825@coega.co.za Telephone Number 000-000-0000 Fax Number 000-000-0000 Briefing Session Is There A Briefing Session? Yes Is It Compulsory? Yes Briefing Date And Time 28 February 2025 09 00 Briefing Venue Bpo Auditorium, Discovery Building, 136 Tutu Street, Zone 4, Coega Sez, Gqeberha Tender Documents Cdc_8_25 Tender Notice.pdf 01 Rfp Cdc-8-25.pdf
Rand Water Tender
South Africa
Closing Date10 Mar 2025
Tender AmountRefer Documents
Details: Details Tender Number Rfq 10405087 R Department Rand Water Tender Type Request For Quotation Province Gauteng Date Published 21 February 2025 Closing Date 10 March 2025 16 00 Place Where Goods, Works Or Services Are Required 522 Impala Road-johannesburg-johannesburg-2058 Special Conditions To Access The Documents, Please Follow The Search Using Advanced Search Or Visit The Rand Water Website. They Go To E-tenders Website. Click Browser Opportunities Click Currently Advertised Click Advanced Search Choose Organ Of State Click Apply Filters When You Scroll Down, The Tenders Will Be Displayed. Click The Plus Sign. Scroll Down To See The Tender Documents. Rfq Must Be Submitted At The Rand Water Website No Quotation Will Be Considered If Is Not Submitted To The Above-mentioned Platform Enquiries Contact Person Khutso Ramafalo Email Kramafal@randwater.co.za Telephone Number 011-682-0213 Fax Number 011-682-0213 Briefing Session Is There A Briefing Session? No Is It Compulsory? No Briefing Date And Time N/a Briefing Venue N/a Tender Documents Rw Scm 00019 F Rev 05 Request For Quotation (cidb)–10405087–400mm Mnandi Reservoir Meter Connection Chamber.pdf Functionality Returnable Schedules.pdf
51-60 of 10000 active Tenders