Architecture Tenders

SRL Centr'Habitat Tender

Services
Civil And Construction...+2Consultancy Services, Civil And Architectural Services
Belgium
Details: Title: Mission D’étude Pour La Rénovation Sécurité/salubrité Et Énergétique De 111 Logements, Cités « Nouvelle » Et « Europe » À Trivières description: Ce Marché De Services A Pour Objectif De Désigner Un Architecte Ou Une Équipe D’auteurs De Projet Chargé(e) D’une Mission Complète D’auteur De Projet Comprenant L’étude Et Suivi De L’exécution Relatif À La Rénovation Sécurité/salubrité Et Énergétique De 111 Logements, De Typologies Diverses, Situés Dans Les Deux Cités Contiguës : - Cité Nouvelle : Rues Alfred Defuisseaux, De L'origine, Des Alliés, Baron De Wolff – 7100 Trivières (51 Logements) - Cité De L’europe : Rues De L'origine, Brigade Piron, Alfred Defuisseaux, Des Cots – 7100 Trivières (60 Logements) Dans Le Cadre De Ce Marché, Il Est Prévu La Possibilité De Recourir À La Répétition De Services Similaires Par Voie De Procédure Négociée Sans Publication Préalable, Conformément À L’article 42, § 1er, 2°, B), De La Loi Du 17/06/2016 Relative Aux Marchés Publics Pour Les Marchés De Services Relatifs Aux Missions Globales D’architecture Pour Les Travaux De Rénovation Prévus Sur Les Autres Cités Des Programmes Sur Fonds Propres « 2025-2030 » Et « Seniors ». Le Cas Échéant, Le Montant Estimé De Ce Marché Incluant Toutes Les Éventuelles Répétitions De Services Similaires S'élève À 600.000€ Htva Soit 726.000€ 21% Tvac.
Closing Date27 Aug 2025
Tender AmountRefer Documents 

The Paris Habitat OPH Tender

Services
Civil And Construction...+1Others
France
Details: Title: Mission De Maîtrise D'oeuvre Relatif À L'opération De Réhabilitation Avec Amélioration Thermique En Milieu Vide Et De Surélévation D'un Ensemble Immobilier De 13 Logements Et 2 Locaux D'activité description: La Mission Débutera En Décembre 2025. La Consultation S'adresse À Un Maître D'oeuvre Ou Une Équipe De Maîtrise D'oeuvre Disposant Des Compétences Suivantes : Architecture : Architecte Inscrit À L'ordre Des Architectes Il Appartient Au Candidat, Compte Tenu De L'objet De La Consultation De S'adjoindre Les Compétences Qu'il Juge Nécessaires. Les Compétences Dont Ne Disposerait Pas En Propre Le Candidat Pourront Également Être Sous Traitées Ultérieurement Et Soumis À L'approbation Du Maître D'ouvrage
Closing Date7 Jul 2025
Tender AmountRefer Documents 

VR Group Plc Tender

Services
Finance And Insurance Sectors
Finland
Details: Title: Vr-group: Financial Accounting And Management Solution - Invitation To Participate description: Vr-group Plc (hereinafter Also "vr" Or "contracting Entity") Is Procuring A Modern Cloud-based Financial And Management Accounting Solution (hereinafter “solution”). The Procurement Also Includes Implementation And Support Services For The Solution. Vr Is Looking For A Robust, Scalable And Flexible Solution Or Solutions As Well As Supplier Who Will Implement The Solution And Provide Solution For Continuous Support. The Scope Of The Procurement Will Cover All These Aspects. The New Financial And Management Accounting Solution Is Expected To Provide Flexibility. The Company Strategy Of Growth And Efficiency Will Require Changes In The Organizational Environment Including Organizational Changes As Well As Mergers And Acquisitions. Also, The Corporate Environment Is Evolving And Requirements For Regulatory And Compliance Reporting Are Ever Changing. Vr Is Ready To Review And, For Justified Reasons, Modify Its Processes And Operating Models According To The Possible Standard Processes Offered By The Solution.  The Procured Finance Solution Contains Capabilities For At Least, But Not Limited To, Following Areas: - General Ledger Accounting - Accounts Payable - Accounts Receivable - Service Fee/manual Invoicing - Fixed Asset Accounting Incl. Right-of-use Assets - Month/year-end Closing - Financial Reporting And Reporting To Authorities - Calculation Capabilities For Tax Reporting Covering Finland And Sweden - Cost And Profit Accounting - Integration Capabilities From/to 3rd Party Systems - Capability To Provide Data To Data Platform And/or 3rd Party Analytics Tools Furthermore, The Solution Needs To Be Able To Create Invoices With Or Without Sales Order Based On Data From External Sales Systems And Send Invoicing Data Forward In Electronical Format. Finance Solution To Be Procured Must Be Integrated With Other Finance And Business Applications As Well As Supplier Invoice Management System And To Future Procurement Solution. We Expect The Solution To Include Comprehensive Policies And Procedures To Support Operational Efficiency And Security. It Must Provide The Ability To Enforce Segregation Of Duties Through Standard User Access Rights, With The Flexibility To Modify These Rights As Needed. To Further Support Compliance And Control, The Solution Is Expected To Maintain Strong Internal Controls By Providing The Capability To Automate Key Control Functions And Enable Automated Restrictions. We Also Expect The Solution To Have Ai Supported Functions To Support And Assist The End User In Daily Tasks. Finance And Operational Planning, Consolidation And Group Reporting Is Done In Separate System. Treasury Operations, E.g. Hedging, Liquidity Forecasting And Loan Management Is Done In A Separate System. Procurement And Supplier Invoice Management Is Done In A Separate System. The Solution Will Replace Two Separate Sap Ecc Systems Currently In Use In Finland And Sweden. The Solution Needs To Cover Operations In Finland, Sweden And Latvia, And It Must Be Easily Extendable To Other Countries And Potential Future Business Areas, If Necessary. In Case New Vr Group Entities Would Be Established, The Procured Solution Must Be Possible To Also Take Into Use In Such Entities. Vr Group Plc Has Three Main Business Units, Which Are Logistics, Long-distance Traffic And City Traffic. In Addition, There Is Also A Unit Providing Maintenance Services (vr Fleetcare). Vr Group Consists Of Around 15 Legal Entities In Finland, Sweden And Latvia And Has Over 9100 Employees. This Procurement Is Made For All Legal Entities Under Vr Group, I.e. Vr-group Plc And All Its Group Companies. At The Commencement Of The Procurement Procedure There Are: • In Finland 12 Relevant Legal Entities. In Addition, There Is Also A Maintenance Company Vr Fleetcare Ltd. • In Sweden Vr Sverige Ab And Vr Snabbtåg Sverige Ab, And • In Latvia Vr Services Latvia Sia The New Finance Solution Is To Be Implemented Simultaneously With The New Future Procurement Solution In A Joint Implementation Project. Both Solutions Are Procured In Separate Procurement Procedures, And They Can Be Of Different Technologies And Provided By Different Suppliers. Thus, The Selected Supplier Needs To Be Able To Work In A Multi-vendor Environment. The Selected Supplier Is Responsible For The Scope Of This Procurement In The Project. The Transformation That A New Finance Solution And Procurement Solution Implementation Requires Is Significant And Includes Process Development, Change Management And Integration Of Processes And Solutions. The Aim Is That The Procurement Process Would End In Q1/2026, When The Implementation Would Start. We Are Planning A Phased Go Live And The Goal Is To Have The First Legal Entities With Fully Implemented Solution In Place In H1/2027 With Rollouts Following. The New Finance Solution Is To Be Implemented Hand-in-hand With The Future Procurement Solution; With Legal Entities Implementing Both Solutions Simultaneously According To The Same Schedule. The Schedule Of The Procurement May However Change During The Procurement Procedure. Vr Is Looking For A Partner Which Has Capacity To Implement The Solution In The Given Target Schedule And Has Expertise In Similar Implementation Programs. The Schedule Of The Procurement May However Change During The Procurement Procedure. Documentation Requirements Will Be Specified During The Negotiation Phase And The Final Requirements Regarding The Whole Procurement Will Be Described In The Final Invitation To Tender. More Detailed Information Regarding The Content And Schedules Of The Negotiations Will Be Provided To The Selected Tenderers. Functional And Non-functional Requirements As Well As System And Integration Architecture Requirements Will Be Provided Later During The Procurement Procedure.
Closing Date8 Jul 2025
Tender AmountRefer Documents 

ENSA Montpellier Tender

Services
Civil And Construction...+1Others
France
Description: France – Repair And Maintenance Services Of Building Installations – Maintenance Des Installations Cvc De L’école Nationale Supérieure D’architecture De Montpellier
Closing Date15 Jul 2025
Tender AmountRefer Documents 

Royal Institute Of British Architects Tender

Civil And Construction...+2Consultancy Services, Civil And Architectural Services
United Kingdom
Description: Riba House Of Architecture Programme - 66 Portland Place Interpretation Exhibition Designer
Closing Date30 Jun 2025
Tender AmountGBP 75 K (USD 101.2 K)

PHILIPPINE RACING COMMISSION Tender

Telecommunication Services
Philippines
Details: Description Terms Of Reference Supply And Installation Of Devices And Cabling Components For A New Telephone System I. Objective The Philippine Racing Commission (philracom) Intends To Engage A Service Provider That Would Install A New Telephone System At The Philracom Office. This Is To Establish A Robust Communication Framework That Enhances Internal Collaboration, Facilitates Efficient External Interactions With Clients And Stakeholders, And Aligns With The Specific Needs Of The Organization. Ii. Rationale In Accordance With Republic Act (r.a.) No. 11032 (ease Of Doing Business And Efficient Government Service Delivery Act Of 2028), The Implementation Of A Telephone System Stands As A Cornerstone In Fostering Transparent, Accessible, And Citizen-centric Public Service. This Shall Ensure That Citizens Can Readily Engage With Philracom, Seeking Information, Assistance, Or Lodging Complaints As Outlined In Section 9 Of The Implementing Rules And Regulations Of R.a. No. 10032, Which States That “the Office Or Agency Shall Institute Hotline Numbers, Short Message Service, Information Communication Technology, Or Other Mechanisms By Which The Clients May Adequately Express Their Complaints, Comments, Or Suggestions The Telephone System Will Not Only Facilitate As A Vital Feedback Mechanism, For Citizens To Express Their Concerns, But Also Serves As A Vital Communication Tool For Clients, Allowing Philracom To Maintain Direct And Efficient Contact With The Stakeholders. The Public Can Easily Make Inquiries, Seek Support, Place Orders, Or Address Any Issues They May Encounter. Iii. Project Description And Scope Of Work The Project Involves The Comprehensive Installation Of A State-of-the-art Telephone System Within Philracom’s Office. The Installation Process Will Encompass The Deployment Of An Internet Protocol-private Branch Exchange (ip-pbx) And Other Telephone Devices In Designated Areas To Support A Centralized Management And Monitoring Of The System. In Addition, The Service Provider Shall Also Perform A Systematic Removal And Proper Disposal Of All Outdated Or Legacy Telecommunication Equipment, Outdated Wiring, And Related Peripherals. The Technical Specifications Of The Project Are Outlined In Section V. Iv. Deliverables And Schedules A. Project Location The Service Provider Shall Install The Telephone System At The Philracom Office Located At 4th Floor, Electra House Building, Esteban Street, Corner V. A. Rufino Street, Legaspi Village, Makati City. B. Schedule The Project Shall Be Completed Within Ninety (90) Working Days Upon Receipt Of Notice To Proceed. V. Technical Specifications The Telephone System Shall Comply With The Following Technical Specifications: A. General Specification • Managed Ip-pabx System, On-premise, Penx • 3 Co Trunk Ports • Vms Module (auto Attendant + Voice Mail • 17 Dkp Interface Ports • 1 Digital Key Phone, Operator Console, Eon510 • 16 Digital Key Phone • Warranty And Support: One (1) Year B. Cabling • Active Components: 1kva Ups • Voice Cabling Components (17 Nodes) • Cat6 Utp 4 Pair Solid 305m • I/o Cat6 Modular Jack, Unshielded • Face Plate Single Port Us Type • 10 Pair Disconnection Module • Telephone Jumper Wire, 1 Pair, 100m/roll • 13” Wallmount Rack Su Depth 600mm/1.3 Ft • Supply Of Roughing-ins • Roughing-in Materials. Fittings And Supports (conduits, Moldings, Etc.) • Consumables And Miscellaneous • Site Supervision, Engineering, And Project Management • Preliminary Activities • Supply, Labor, And Manpower • Mobilization And Demobilization • Layout And Installation Of Roughing-ins • Utp Cable Layout And Installation • Termination Of Utp Cables • Rehabilitation/grooming Of Existing Cablings • System Configuration, Testing And Commissioning • Provision Of Temporary Tools And Equipment During Installation • Project Documentation • Project Turnover • 1-year Warranty C. Telephone System 1. Voice Connectivity A. Trunkline • Must Support Trunkline Hunting • Must Be Compatible With The Ip-pbx System For A Seamless Implementation And Interoperability • Supports The New Ntc 8-digit Landline Format For Metro Manila Numbers B. Direct Lines • Single Telephone Line / Direct Lines • Must Be Compatible With Telefax Endpoints 2. Technical Requirements For Ip-pbx A. Security • Ensure Robust Security Measures, Authentication Protocols, And Stringent Access Controls Are Implemented For The Voice Gateway System. • Implement Robust Security Measures To Safeguard Against Potential Threats To Ippbx, Voip, And Network Systems. B. System Requirements • The Ip-pbx/pabx/communication System Shall Employ Ip At Its Core With Ip Switching Technology And 100% Non-blocking. • The System Should Be Ipv6 Ready. • Preference Would Be Given To The Indigenous Design Manufacturer • It Should Be Possible To Reach The Capacity Of System To 200 Analog / 96 Digital For The Tdm Interfaces Thru Additional Line Expansion Cards And 999 Ip-users Without Any Add-on Cpu Or Chassis/hardware Platform. • The Architecture Of The System Shall Be Capable Of Seamless Migration To Its Maximum Capacity By Simply Adding Peripherals Cards/modules In The Same Chassis Without Compromising Function/features Of The System. The Architecture Should Be Non-stackable Eliminating Individual Power Supply For Each Chassis. • The System Should Be Built On A Universal Slot Architecture And Modular In Design To Enable Seamless Growth, By Adding The Desired Necessary Modules And Cards As And When Required. Any Interface Peripheral Card Can Be Inserted In Any Slot Of The Platform, Whereby It Is Possible To Increase Or Decrease The Trunk Lines Or Subscriber Lines Of The System As Per The Requirement. • Vms Module Should Be Daughter-board Modules Mounted On Cpu. No Slots Should Be Utilized For It. • System Power Supply Should Be Inbuilt And Smps Type With Input Ranges From 100 – 240 Vac, 47-60 Hz Or 48vdc +/- 15% • It Should Have Built-in Multi-party Conferencing Without Any Software Licensing. It Should Be Possible To Carry Out 15 Conferences Of 3-participants At A Time. The Maximum Number Of Participants Required In Single Conference Would Be 21. • The System Shall Have The Inbuilt Auto-attendant Facility And Shall Be Able To Answer Minimum 9 Calls Simultaneously And Should Support Dial-by-name. • The System Shall Be Compatible With Isdn Pri Line Of Local Service Provider. • The System Shall Have Multiple Port Interfaces Such As Analog Extension Lines, Digital Key Phone, Gsm/3g For Voice, T1e1 Pri, Radio, Co And E&m. All Interfaces Except Voip And Vms Shall Be In The Form Of Expansion Cards And Can Be Plugged Into The Universal Slots Of The System As And When Required In The Future. Voip And Vms Board Module Should Sit On The Cpu. • The System Should Have Combo Cards (pstn+digital+analog) To Have Flexible Configuration And Save On The Resources Of Universal Slots. • The System Shall Have Built-in Web-based Software Programming Tool For System Administration. • The System Shall Have A Conversational Recording In The Mail Box. Conversation Recording Should Be Possible On Analog/digital/ip As Well As Mobile Sip Smartphones (android/iphone) Without Any Additional Software Licenses. • The System Shall Have Features As Cli Based Routing, Call Duration Control, Least Cost Routing I.e. Time, Number Or Combination Of Both. • Operator Features Shall Have The Assistance To Extension, Attended Call Transfer, Call Intercept, Indication Of Call Waiting, Night Service Control Etc. Should Be Available By Default. • Call Budget On Trunk • Cli Based Disa (mobile Extension) • Gsm Trunk Connectivity • Returned Call To Original Caller (rcoc) • Automatic Call To Missed (predefined) Calls On Trunks • Dual Ring • Routing Of Calls To Only Permissible Legal Networks (logical Partitioning) • Smdr/cdr Through Ethernet Port • The Hardware Should Be 19" Rack Mountable With Not More Than 4u Size So That It Can Be Accommodate With The Standard Rack. C. Voice Mail System • Attend As Much As 64 Calls Simultaneously With Flexibility Of Routing Callers To Desired Extension Or Delivering Information Depend Upon The Selection • Dial-by-name To Reach The Intended User Directly Without Knowing/remembering Extension Number • Selectively Allocate Voicemails To Users With The Flexibility Of Customizable Mailbox Size And Greetings For All/selective Users • Group Mailbox To Share Messages Between Departmental Groups • Anywhere Access To Voice Mail With Just A Phone Call • Password Protected Secured Voice Mail Access • Record Important Conversations For Future Reference And Record Maintenance • Redirection Of Voice Mails To Another Extension In Case Of Non-availability • Tag Voicemails While Forwarding Messages To Another Mailbox • Broadcast Voice Message To A Group Of Personnel, At A Go • Distribution Lists For Delivery Of Voice Mails To Different Set Of Users Or Groups • Message Wait Indication Via Ring, Change In Dial-tone, Voice Message Or Message Wait Lamp • Notification Of A New Voicemail Via Email Alert Or A Phone Call D. Ups • Input Voltage: 220vac • Frequency: 50hz:45~55hz,60hz: 55-65hz Auto Sensing • Output Voltage: 220vac • Capacity Va/ Wattage: 1000va / 600watts • Transfer Time: Ac Mode <-> Batt Mode - Zero; Inverter<-> Bypass - 4ms • Waveform: Pure Sinewave • Operating Temperature: 0-40°c • Humidity Range - 0~95% (non-condensing) • Altitude - < 1500m • Noise Level - <50db@ 1meter • Led & Lcd Display - Load/battery/input/output/operating Mode Information • Dimension - 144×400×215 • Net Weight (kg) - 5.9 3. Structured Cabling System A. General Specification • All Copper Cabling And Peripherals Must Use Category-6 Cables For Voice Endpoints • All Voice Endpoints Must Be Terminated In 10 Pair Disconnection Modul • All Horizontal Cable Conduits Must Consist Of Polyvinyl Chloride (pvc) Pipes With Connector Couplings, And Any Cable Trays, Conduit Supports, Or Hangers Must Be Securely And Permanently Anchored To The Ceiling. • The Deployment And Installation Of Network Racks Are Intricately Linked To The Technical Implementation Of Structured Cabling. 4. Passive Components A. Category 6 Cables • Horizontal Cabling Shall Be 23 Awg, 100-ohm, 4-pair Utp; Bare Copper Material, Round Design, Round Solid Filler, Non-bonded Pairs, In White Pvc Jacket. • Cable Performance Characterized Up To 350mhz • Cable Shall Meet Or Exceed The Performance Requirements Of Iso/iec 11801-1 Class E: 2017, Ansi/tia 568.2-d:2018, Cenelec En 50173-1:2018 And Cenelec En 50288-6-1:2013, 3p & Etl Verified B. Disconnection Module • Pairs, Quantity 10 • Termination Punchdowns, Minimum 200 Times • Termination Type Idc • Termination Tool Lsa-plus Punch-down Tool • Disconnection Module Shall Meet Or Exceed The Performance Requirements Of Ansi/tia C. Cat 6 Modular Jack • Modular Jacks Of Category 6 Are Equipped With Dual-type Insulation Displacement Connectors (idc) That Accommodate 22-26 Awg Solid Cables. They Can Be Easily Terminated Using 110 Or Krone Tools And Support Both T568a And T568b Wiring Standards. • Versatility For Cable Termination At Either 180 Or 90 Degrees, Accompanied By Bend-limiting Strain Relief For Enhanced Flexibility. D. Faceplates • Must Be Surfaced-mounted ,1-port Single-gang • Each Port Shall Be Provided With An Icon To Indicate Its Function. • Fits To Any Surface, Drywall, Baseboard, And Even Modular Furniture E. Rack (data)cabinet • 1.3ft, Standard 19-inch Enclosed Cabinet Rack With 600 Mm Depth • Detachable Side Panels With Lock • Swing Out Rear Door With Lock • Clip Nuts Included Vi. Approved Budget For Contract (abc) The Project Shall Have An Abc Of One Million Seven Hundred Fifty Thousand Pesos (php 1,750,000.00), Inclusive Of All Government Taxes And Duties. The Fund Shall Be Charged Against The 2025 General Appropriations Act (gaa) Under Philracom’s Capital Outlay–general Administration Support Expenditures. Vii. Procurement Guidelines A. Mode Of Procurement The Procurement Shall Be Undertaken Through Public Bidding Under The 2016 Revised Implementing Rules And Regulations (irr) Of R.a. No. 9184, Otherwise Known As The “government Procurement Reform Act”. B. Bidding Documents A Complete Set Of Bidding Documents Containing Other Information And Instructions To Bidders Can Be Purchased By The Interested Bidders, Upon Payment Of A Non-refundable Fee In The Amount Of Five Thousand Pesos (php 5,000.00). C. Bid Evaluation Philracom Shall Conduct A Detailed Evaluation Of All Bids Using Non-discretionary Criteria In Considering The Following The Following: A. Completeness Of The Bid: Bids Not Addressing Or Providing All Of The Required Items In The Bidding Documents Including, Where Applicable, Bill Of Quantities, Shall Be Considered Non-responsive And, Thus, Automatically Disqualified. B. Arithmetical Corrections: Philracom Shall Consider Computational Errors And Omissions To Enable Proper Comparison Of All Eligible Bids. It May Also Consider Bid Modifications If Expressly Allowed In The Bidding Documents. Any Adjustments Shall Be Calculated In Monetary Terms To Determine The Calculated Prices. C. Bids Shall Be Evaluated On An Equal Footing To Ensure Fair And Competitive Bid Comparison. For This Purpose, All Bidders Shall Be Required To Include The Cost Of All Taxes, Such As, But Not Limited To, Value-added Tax (vat), Income Tax, Local Taxes, And Other Fiscal Levies. D. After Due Evaluation, The Bids Shall Then Be Ranked In The Ascending Order Of Their Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications, To Identify The Lowest Calculated Bid (lcb). Total Calculated Bid Prices, As Evaluated And Corrected For Computational Errors, And Other Bid Modifications, Which Exceed The Abc Shall Be Disqualified. E. The Service Provider With The Lcb Shall Undergo Post-qualification To Determine Whether The Service Provider Complies With And Is Responsive To All The Requirements And Conditions As Specified In The Bidding Documents. F. If, However, Philracom Determines That The Service Provider With The Lcb Fails The Criteria For Post-qualification, It Shall Immediately Notify The Said Service Provider In Writing Of Its Post-disqualification And The Grounds For It. Philracom Shall Then Initiate The Same Post-qualification Process On The Service Provider With The Next Lcb. If Said Service Provider Passes The Post-qualification, It Will Be Qualified As The Service Provider With The Lowest Calculated Responsive Bid (lcrb), And Will Be Determined For Award. Viii. Qualification Of The Service Provider A. Track Records The Service Provider Must Have Completed A Single Largest Completed Contract (slcc) That Is Similar To This Project Within The Last Five (5) Years, And Whose Value Must Be At Least Fifty Percent (50%) Of The Abc. The Slcc Shall Be Supported By A Certificate Of Completion And Acceptance Issued By Another Procuring Entity. In The Case Of Contracts With The Private Sector, An Equivalent Document Shall Be Submitted. The Service Provider Must Also Provide A Net Financial Contracting Capacity (nfcc) Computation, Which Must Be Greater Than The Abc To Ensure That The Service Provider Can Sustain The Operating Cash Flow Of The Project. A Committed Line Of Credit From A Bank, Will Also Be Accepted In Lieu Of The Nfcc Computation. B. Relevant Certifications The Service Provider And Its Technicians Must Hold Relevant Certifications And Trainings In Pabx Systems With Certifications From Reputable Organizations To Demonstrate A Commitment To Industry Standards And Practices. C. Support The Service Provider Must Be Able To Provide Post-installation Support And Maintenance Services, Including But Not Limited To Troubleshooting, Software Updates, And System Maintenance. D. Estimates/quotation The Service Provider Must Be Able To Provide Estimates For The Entire Pabx Installation Project, With No Hidden Fees. E. Philgeps The Service Provider Must Be Registered With The Philippine Government Electronic Procurement System (philgeps), And With A Platinum Registration F. Other Documentary Requirements The Service Provider Must Be Able To Submit All The Documentary Requirements Indicated In The Bidding Documents. Ix. Other Responsibilities Of The Service Provider Aside From The Scope Of Work Stated Above, The Service Provider Must Be Able To Perform The Following: A. Necessary Assessments And System Design The Service Provider Shall Conduct A Thorough Analysis Of The Existing Communication Requirements And Collaborate With Philracom’s Team/representatives To Determine The Specific Features And Capacities Needed In The New Telephone System. B. Equipment Procurement The Service Provider Shall Procure And Supply The Necessary Ip-pabx Equipment, Telephones, And Any Additional Hardware And Software Required For The Installation. C. Testing And Quality Assurance The Service Provider Shall Conduct A Thorough Testing To Verify The Functionality, Reliability, And Performance Of The New Telephone System And To Identify And Rectify Any Issues That May Arise During The Testing Phase. D. Business Continuity The Service Provider Shall Ensure That The Decommissioning Process Of The Old Telephone System Does Not Disrupt Other Ongoing Operations And That All Work Areas Are Restored To A Clean And Orderly Condition Upon Completion Of The Installation Of The New System. E. Compliance With Existing Waste Management Rules And Laws The Service Provider Shall Ensure That All Activities Related To The Dismantling, Removal, And Disposal Of Legacy Telecommunications Equipment, Including Wiring And Peripheral Devices, Strictly Comply With Existing National And Local Environmental Laws. F. Training The Service Provider Shall Provide Small Training Sessions For Philracom Personnel To Familiarize With The New Telephone System, And To Ensure That Users Are Proficient In Using Its Features. G. Documentation The Service Provider Must Create Comprehensive Documentations Outlining The Configuration, Maintenance Procedures, And Troubleshooting Guidelines For The Telephone System For Future Reference. H. User Feedback And Optimization The Service Provider Must Gather Feedback From Philracom Users After The System Has Been Operational For A Period, And Make Any Necessary Optimizations To Improve User Experience And Address Specific Needs. X. Performance Security To Guarantee The Faithful Performance By The Service Provider Of Its Obligations Under The Contract, The Service Provider Shall Post A Performance Security Equivalent To A Percentage Of The Contract Price Prior To The Signing Of A Contract With Philracom. The Said Amount Shall Be Automatically Released By Philracom After Completion Of The Project, Or Shall Be Forfeited In The Event That The Service Provider Is In Default In Any Of Its Obligations Under Contract. Refer To The Following: Form Of Perforrmance Security Amount Of Performance Security A. Cash Or Letter Of Credit Issued By A Bank, Provided, However, That The Letter Of Credit Shall Be Confirmed Or Authenticated By A Local Bank, If Issued By A Foreign Bank Five Percent (5%) B. Bank Guarantee Confirmed By A Bank Ten Percent (10%) C. Surety Bond Callable Upon Demand Issued By The Government Service Insurance System (gsis) Or A Surety Or Insurance Company Duly Certified By The Insurance Commission As Authorized To Issue Such Security Thirty Percent (30%) Xi. Liquidated Damages When The Supplier Fails To Satisfactorily Deliver Goods Under The Contract Within The Specified Delivery Schedule, As Stated Above, Inclusive Of Duly Granted Time Extensions, If Any, The Supplier Shall Be Liable For Damages For The Delay And Shall Pay The Procuring Entity Liquidated Damages, Not By Way Of Penalty, An Amount Equal To One-tenth (1/10) Of One Percent (1%) Of The Cost Of The Delayed Goods Scheduled For Delivery For Every Day Of Delay Until Such Goods Are Finally Delivered And Accepted By Philracom. Philracom Need Not Prove That It Has Incurred Actual Damages To Be Entitled To Liquidated Damages. Such Amount Shall Be Deducted From Any Money Due Or Which May Become Due To The Supplier, Or Collected From Any Securities Or Warranties Posted By The Supplier, Whichever Is Convenient To The Procuring Entity Concerned. In Case The Total Sum Of Liquidated Damages Reaches Ten Percent (10%) Of The Total Contract Price, Philracom May Rescind The Contract And Impose Appropriate Sanctions Over And Above The Liquidated Damages To Be Paid. Xii. Payment A. Requirement Payment Shall Be Made Upon Completion Of The Project Delivery. The Completion Shall Be Assured By Submission Of A Certificate Of Completion And Acceptance. B. Schedule Payment Shall Be Made Within Fifteen (15) Days After Submission Of The Billing Statement. C. Warranty In Order To Assure That The Service Provider Corrects Any Defects In The Devices And/or Errors In The Service Provided, Philracom Shall Require A Warranty Security Equivalent To A Percentage Of The Contract Price, Which Will Be Covered By Any Of The Following For A Span Of One (1) Year. The Said Amount Shall Be Automatically Released By Philracom After Lapse Of The Warranty Period (1 Year), Or Shall Be Forfeited In The Event It Is Established That Service Provider Is In Default In Any Of Its Obligations Under Contract. Refer To The Following: Form Of Warranty Security Amount Of Warranty Security A. Retention Money One Percent (1%) B. Special Bank Guarantee One Percent (1%) D. Ownership All Delivered Equipment/devices Shall Become The Property Of Philracom Upon Submission Of Certificate Of Completion And Acceptance And Full Payment. Xiii. Right To Accept Or Reject Quotation And/or Annul The Procurement Process Philracom Reserves The Right To Accept Or Reject Any Quotation, To Annul The Procurement Process At Any Stage, Or To Withold The Awarding Of The Contract, Without Thereby Incurring Any Liability To The Affected Bidder Or Bidders. Xiv. Conformance With The Existing Laws The Procurement Process For This Undertaking Shall Be Executed In Accordance With Republic Act No. 9184, Otherwise Known As The Government Procurement Reform Act, And Its Revised Implementing Rules And Regulations.
Closing Date30 Jun 2025
Tender AmountPHP 1.7 Million (USD 31.4 K)

Ministry Of Culture Tender

Civil And Construction...+1Others
France
Details: Acquisition D’une Découpe Laser - Son Installation, Sa Mise En Service, Sa Garantie Et La Formation De Ses Utilisateurs-encadrants Pour L’ecole Nationale Supérieure D’architecture De Paris-malaquais, Marché Passé Selon Une Procédure Adaptée En Vertu De L’article L2123-1 Du Code De La Commande Publique.
Closing Date4 Jul 2025
Tender AmountRefer Documents 

Space Applications Centre - SAC Tender

Telecommunication Services
India
Description: Ip Pbx Telephone System With Server Based Architecture
Closing Date3 Jul 2025
Tender AmountRefer Documents 

The Grand Pic St Loup Tender

Services
Civil And Construction...+1Civil Works Others
France
Details: Title: Mission De Maîtrise D'oeuvre Pour La Transplantation Et L'extension De La Crèche Trott'menu À Assas (34) description: L'opération Relève Du Champ D'application Des Dispositions Du Livre Iv De La Deuxième Partie Du Code De La Commande Publique (ccp). La Consultation Porte Sur Un Concours Restreint De Maitrise D'oeuvre, Lancé Conformément À L'article L. 21721 Du Ccp Et Organisé Selon Les Dispositions Des Articles R. 216215 À R. 216226 Du Ccp Le Concours Porte Sur : La Construction Neuve D'une Crèche D'une Capacité De 32 Places Réparties En 2 Espaces De Vie. La Crèche Sera Construite Sur Un Terrain Viabilisé Par La Commune D'assas, D'une Superficie De 1 276 M2. Le Projet Intègre : • Un Volet Bâti : 404 M2 De Surface Utile Avec Un Objectif De Surface Plancher De 491 M2 . • Un Volet Espaces Extérieurs De : 808 M2 Le Candidat Réunira Impérativement Les Compétences Suivantes : Compte Tenu De La Spécificité De L'opération, Les Équipes Devront Fournir Et Justifier Des Compétences Professionnelles Suivantes : Mandataire Du Groupement : Architecture (architecte Inscrit À L'ordre Des Architectes (ou Possédant Un Diplôme Reconnu Au Titre De La Directive N° 85384 Cee Du 10 Juin 1985) Développement Durable Et Qualité Environnementale Du Bâtiment Avec Une Compétence En Conception Bdo Ingénierie Fluides Et Thermique Ingénierie Structure Économie De La Construction Acoustique Opc Étant Précisé En Cas De Groupement Que L'un Des Membres Peut Réunir Plusieurs Compétences. En Application De L'article R. 214221 Du Ccp, L'exclusivité Est Exigée Pour L'ensemble Des Compétences, À L'exception De L'accompagnateur Bdo À Condition Qu'il N'ait Pas La Mission Bet Fluide Également. Ces Compétences Pourront Être Assurées Par Le Mandataire. Le Concours Est Organisé En Deux Phases : • Première Phase : Les Candidats Remettent Un Dossier De Candidature Complet Permettant De Vérifier Les Conditions De Participation Et De Mettre En Oeuvre Les Critères De Sélection Définis Dans L'avis De Concours Et Précisés Au Point 9.2 Ci-après. Le Jury Analyse Les Candidatures Et Formule Un Avis Motivé Sur Celles-ci. Au Vu De Cet Avis, L'acheteur Retient Ensuite 3 Candidats. • Deuxième Phase : Les Candidats Remettent Anonymement Un Dossier De Projet Dont Le Niveau De Conception Correspond À Une Esquisse +. Le Jury Examine Les Dossiers Présentés Sur La Base Des Critères D'évaluation Définis Dans L'avis De Concours Et Précisés Au Point 14.1 Ci-après Puis Établit Un Classement Des Projets. Après La Levée De L'anonymat, Sous Réserve Que Le Jury Ait Porté Des Demandes D'éclaircissements Et Des Questions Dans Le Procès-verbal, Un Dialogue Peut S'établir Avec Les Participants. L'acheteur Choisit Le Ou Les Lauréats Du Concours Au Vu Des Procès-verbaux Et De L'avis Du Jury.
Closing Date7 Jul 2025
Tender AmountRefer Documents 

Ethekwini Municipality Tender

Others
South Africa
Details: Additional Information Enquiries Procuring Entity Architecture Enquiries Contact Person Mbali Govuzela Enquiries Contact Number 031 311 7110 Enquiries Email Mbali.govuzela@durban.gov.za Enquiries Fax Closing Date 2025-07-04 11 00 00 Documents Mime Pdf| Tender Documents/tenders_2025/june/31882.1b.pdf Additional Tender Document| Health-and-safety-agreement.pdf
Closing Date4 Jul 2025
Tender AmountRefer Documents 
51-60 of 263 active Tenders