Data Center Tenders

Data Center Tenders

Department Of Science And Technology Ncr Tender

Software and IT Solutions
Philippines
Details: Description Web Hosting, Cloud Storage Subscription For The Deployment Of Dost Eb Certification Portal "web Hosting And Cloud Storage Minimum Specifications: Duration: 6 Months (2 Vms-main Web And Database Server From February To July) Duration: 1 Month (1 Vm-mirror Server For March) Operating System: Linux Distribution (ubuntu 20.04 Lts Or Later) Data Center Location: Philippines Or Nearest Asian Country Number Of Virtual Machines (vms): 3 Resources/vm: -memory: 32gb -vcpus: 16 -storage: 100gb, General Purpose Ssd Network Speed: At Least 1 Gigabit Network Performance: High Ip Address: One (1) Public, Static Ipv4 Address Per Virtual Machine Inclusions: Automatic Backup (1 Snapshot/day, To Be Kept For 7 Days) Outbound Data Transfer: At Least 1tb/month Email Bulk Sending: 50,000 Email Limit Per Day Basic Ddos Attack Protection Load Balancing Mechanism Auto Scaling Services 99.99% Uptime Service Level Agreement Domain Name With 1 Year Duration, Private Registration, Registry Lock, Web Hosting Management And Configuration Portal Support And Maintenance: Services Shall Consist Of Solving Functional And User Problems Related To Cloud Servers, Including But Not Limited To Providing Technical And Troubleshooting Support Through Means Of Distant Communication, Such As Telephone, Electronic Mail And Web Form"
Closing Date10 Feb 2025
Tender AmountPHP 430 K (USD 7.4 K)

Str Mstads Kommun Tender

Civil And Construction...+1Others
Sweden
Description: Construction Of About 550 M Waste And Water Pipes. The work area is about 7 km north of Strömstad Center. Detailed Data Is Reported In Advance...
Closing Date17 Jan 2025
Tender AmountNA 

PROVINCE OF ZAMBOANGA DEL NORTE Tender

Civil And Construction...+2Civil Works Others, Construction Material
Philippines
Details: Description Republic Of The Philippines Province Of Zamboanga Del Norte Bids And Awards Committee Provincial, Capitol, Estaka, Dipolog City January 02, 2025 Invitation To Bid Negotiated Procurement – Two Failed Biddings The Province Of Zamboanga Del Norte Through The Bids And Awards Committee (bac) Would Like To Inform Philgeps Registered Suppliers That We Will Conduct A Negotiated Procurement – Two Failed Biddings As Provided In Section 53.9 Of The Revised Irr Of Ra 9184 For The Hereunder List Of Item: Contract Id: Pr # 300(01)24-11-453(o) Pr # 300(01)24-11-424(o) Contract Name: Procurement Of General Merchandise (hardware, Electrical, Construction Supplies And Safety & Occupational Products) Purpose: For The Use In The Construction Of Disaster Recovery Data Center, Roof Deck, Provincial Library, Estaka, Zamboanga Del Norte. Approved Budget For The Contract (abc): Pr # 300(01)24-11-453(o) – P 278,809.50 Pr # 300(01)24-11-424(o) – P 14,376.00 Grand Total P 293,185.50 (inclusive Of All Applicable Taxes) Source Of Fund: General Fund Date Of Posting January 02 - 06, 2024 Bid Opening And Evaluation January 07, 2025 The Province Of Zamboanga Del Norte Shall In No Case Be Held Responsible Or Liable For Any And All Costs Associated In The Implementation Of The Alternative Mode Of Procurement, Negotiated – Small Value Procurement Regardless Of Its Result. Atty. Rafael R. Osabel, Jr. Assistant Provincial Legal Officer Bac Chairman
Closing Date7 Jan 2025
Tender AmountPHP 293.1 K (USD 5 K)

STATE, DEPARTMENT OF USA Tender

Software and IT Solutions
United States
Details: This Request For Information (rfi) Is Issued As Market Research To Determine Industry’s Capabilities To Provide A Proven Commercial-off-the-shelf (cots) Cloud Service Solution That Can Provide Customizable Virtual Machine Instances, Provide Predefined And Custom Machine Types, And Serverless Computing That Allow Developers To Perform Event-driven Functions Without The Need To Manage Servers. The Solution Must Also Offer Data Centers That Are Globally Located Across Multiple Regions And Able To Ensure Data Accessibility And Optimal Performance Through High-speed Data Transfer And Low-latency Connections. The Solution Must Be Commercially Proven To Provide A Virtual Cloud Service Platform For Data Storage, Computing, And Infrastructure; In A Secure, Scalable, And Flexible Information Technology (it) Environment. additional Specific Capability Requirements Are Described In The Attached Rfi Document (pdf). february 5, 2025 - Questions And Responses Uploaded.
Closing Date7 Feb 2025
Tender AmountRefer Documents 

Council Of Administration Of The State Mercantil Society Of Real Estate Management, M P S A Segipsa - SEGIPSA Tender

Civil And Construction...+1Building Construction
Spain
Description: Commissioning Management and Quality Control Services During the Execution of the Works, and the Commissioning of the Building for the Data Management Logistics Center (CLGD) Located in the Talgo de Las Rozas Industrial Estate (Madrid) Within the Framework of the Plan Recovery, Transformation and Resilience-financed by the European Union -next Generation Eu
Closing Date2 Jan 2025
Tender AmountEUR 204.1 K (USD 212.7 K)

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+4Others, Building Construction, Consultancy Services, Civil And Architectural Services
United States
Details: Synopsis: introduction: in Accordance With Federal Acquisition Regulation (far) 10.002(b)(2), This Sources Sought Notice Is For Market Research And Information Purposes Only At This Time And Shall Not Be Construed As A Solicitation Or As An Obligation On The Part Of The Department Of Veterans Affairs (va). the Department Of Veterans Affairs, Veterans Health Administration (vha), Program Contracting Activity Central (pcac) Is Conducting A Market Survey And Is Seeking Potential Sources For Project 562-22-700, Construct Ehrm Infrastructure Upgrades At The Erie Va Medical Center (vamc) Located In Erie, Pennsylvania. project Description: the Erie Vamc Is Seeking A General Contractor To Provide All Necessary Tools, Labor, Materials, Equipment, Permits, License, Supervision, And Quality Control For Ehrm Infrastructure Upgrades Erie, Pa At The Erie Va Medical Center, In Accordance With The Drawings And Specifications. Work Includes General Construction, Alterations, Grading, And The Following Infrastructure Improvements: Electrical Power (normal And Emergency); Bonding; Ups; Building Management System (bms) Interfaces; New And Upgrades Of Existing Hvac; Reconfiguration, Expansion, And Renovation Of Existing Spaces; Communication Infrastructure; Physical Security Upgrades; Upgrade Of Fiber Infrastructure Backbone Campus-wide, Within Buildings And Between Buildings; Construct New Data Center; Hazardous Material Abatement And All Necessary Removal Of Existing Structures And Construction Of Certain Other Items. the Upgrade To The Infrastructure Will Include Campus Wide New Campus Wide Fiber Backbone Underground Routing And Will Require Excavation, Trenching, Reinforced Concrete Duct Bank With Associated Access Points. Campus Buildings Impacted By The Upgrades Include Buildings 1, 6, 7, 8, 11, 14, And 18. Upgrades In These Buildings Will Include Existing Rooms And Telecommunications Closets And Include Relocation, Reconfiguration, Expansion, And Renovation Involving New Walls, Doors And Finishes, Etc. Throughout Each Space. construction Shall Comply With Va Infrastructure Standard For Telecommunications Spaces (ists) V4.0, June 1, 2023. New Data Center To Include Electrical Distribution, Cable Management, Data Cabinets, Finishes And Hvac. The Data Center Is Designed For And Meeting The Requirements Of A Small/medium Campus Support Center. The Data Center Shall Be Constructed To Withstand Blast Protection Requirements Per The Va Psrdm. procurement Information: the Proposed Project Will Be A Competitive, Firm-fixed-price Contract Utilizing The Design-bid-build Approach (final Specifications And Drawings Will Be Provided). The Anticipated Solicitation Will Be Issued Either As A Request For Proposal (rfp) In Accordance With Far Part 15, Considering Technical And Price Factors Or As An Invitation For Bid (ifb) In Accordance With Far Part 14, Considering Price Only. The Results And Analysis Of The Market Research Will Finalize The Determination Of The Procurement Method. The Type Of Socio-economic Set-aside, If Any, Will Depend Upon The Responses To This Notice And Any Other Information Gathered During The Market Research Process. this Project Is Planned For Advertising In March, 2025. In Accordance With Vaar 836.204, The Magnitude Of Construction Is Between $20,000,000.00 And $50,000,000.00. The North American Industry Classification System (naics) Code 236220 (size Standard $45.0 Million) Applies To This Procurement. The Duration Of The Project Is Currently Estimated At 540 Calendar Days From The Issuance Of A Notice To Proceed. The Services For This Project Will Include Providing All Construction Related Services Such As: Providing Tools, Labor, Materials, Equipment, Permits, Licenses, Supervision, And Quality Control Required To Complete The Project As Per Contract Documents Prepared By An Independent Architect-engineer Firm. capability Statement: respondents Shall Provide A General Capabilities Statement To Include The Following Information: section 1: Provide Company Name, Duns Number And Unique Entity Identifier (uei), Company Address, Point-of-contact Name, Phone Number And Email. section 2: Provide Company Business Size Based On Naics Code 236220. Also, Provide Business Type (i.e., Large Business, Small Business, Service-disabled Veteran Owned Small Business, Small Disadvantaged Business, Women-owned Small Business, Hub Zone Small Business, Etc.). section 3: Provide A Statement Of Interest In The Project. Please State Your Intent To Submit A Bid On This Project If The Only Evaluation Factor Is Price (far Part 14). Please Also State Your Intent To Submit A Proposal If The Solicitation Contains Both Price And Non-price Evaluation Factor (far 15). section 4: Provide The Prime Contractor S Available Bonding Capacity In The Form Of A Letter Of Intent From Your Bonding Company With This Submission. *please Ensure That The Individual Bonding Capacity Is In Line With The Vaar Magnitude Of Construction Listed Above. Letter Should Include Single Award Limit, Aggregate Limit And Available Bonding Capacity. section 5: Provide The Type Of Work Your Company Has Performed In The Past In Support Of The Same Or Similar Requirement. This Section Is Important As It Will Help To Determine The Type Of Socio-economic Set-aside, If Any. Please Provide The Following In Your Response: no More Than Three (3) Contracts That Your Company Has Performed Within The Last Six (6) Years That Are Of Comparable Size, Complexity, And Scope To This Requirement. Include The Project Name, Project Owner And Contact Information As This Person May Be Contacted For Further Information, Project Scope, Project Size (example: Square Footage), Building Use (example: Medical Facility, Office Building, Etc.), Project Dollar Value, Start And Completion Dates. provide Specific Examples That Relate Aspects Of Previous Projects To The Proposed Project. Describe Specific Technical Skills And Key Personnel Your Company Possess To Perform The Requirements Described Under Description Of Work. describe Your Self-performed** Effort (as Either A Prime Or Subcontractor). Describe Self-performed Work In Terms Of Dollar Value And Description. **self-performed Means Work Performed By The Offeror Themselves, Not Work Performed By Another Company For Them For Any Of The Project Examples Provided. it Is Requested That Interested Contractors Submit A Response (electronic Submission) Of No More Than Eight (8) Single Sided Pages, Single-spaced, 12-point Font Minimum That Addresses The Above Information. This Response Must Be Submitted As A Single Application-generated (not Scanned) Pdf Document That Is Less Than Or Equal To 4mb In Size. Please Note That Hard Copies Will Not Be Accepted. Please Also Include A Cover Page, Which Includes, At A Minimum: The Company S Name, Address, Unique Entity Identifier (if Available), Socio-economic Status, Point-of-contact Name, Phone Number, And E-mail Address. Responses Must Include The Sources Sought Number And Project Title In The Subject Line Of Their E-mail Response. Submissions (responses) Shall Be Submitted Via Email To The Primary And Secondary Points Of Contact Listed Below By January 15, 2025 At 1:00 Pm Et. No Phone Calls Will Be Accepted. the Capabilities Statement Submitted In Response To This Sources Sought Shall Not Be Considered To Be A Bid Or Proposal. This Notice Is For Information And Planning Purposes Only And Is Neither To Be Construed As A Commitment By The Government Nor Will The Government Pay For Information Solicited. No Evaluation Letters And/or Results Will Be Issued To The Respondents. After Completing Its Analyses, The Government Will Determine Whether To Limit Competition Among The Small Business Categories Listed Above Or Proceed With Full And Open Competition As Other Than Small Business. at This Time No Solicitation Exists; Therefore, Please Do Not Request A Copy Of The Solicitation. If A Solicitation Is Released It Will Be Synopsized In Contract Opportunities At Https://sam.gov/. It Is The Potential Offeror's Responsibility To Monitor This Site For The Release Of Any Solicitation Or Synopsis. contracting Office Address: vha Program Contracting Activity Central (vha-pcac) 6100 Oak Tree Blvd. Suite 490 independence, Oh 44131 primary Point Of Contact: leslie Prather contract Specialist leslie.prather@va.gov secondary Point Of Contact: samantha Mihaila contracting Officer samantha.mihaila@va.gov
Closing Date15 Jan 2025
Tender AmountRefer Documents 

NATIONAL INSTITUTE OF STANDARDS AND TECHNOLOGY USA Tender

Laboratory Equipment and Services...+1Chemical Products
United States
Description: This Is A Sources Sought Notice Only. requests For Copies Of A Solicitation Will Not Receive A Response. This Notice Is For Planning Purposes Only And Is Not A Request For Proposal Or Request For Quotation Of An Obligation On The Part Of The National Institute Of Standards And Technology (nist) For Conducting A Follow-on Acquisition. Nist Does Not Intend To Award A Contract On The Basis Of This Notice, Or Otherwise Pay For The Information Requested. No Entitlement Or Payment Of Direct Or Indirect Costs Or Charges By Nist Will Arise As A Result Of Submission Of Responses To This Notice And Nists Use Of Such Information. Nist Recognizes That Proprietary Components, Interfaces, Equipment, And Clearly Mark Restricted Or Proprietary Data And Present It As An Addendum To The Non-restricted/non-proprietary Information. In The Absence Of Such Identification, Nist Will Assume To Have Unlimited Rights To All Technical Data In The Information Paper. no Solicitation Documents Exist At This Time. requirement: the Mass Spectrometry Data Center (msdc) At The National Institute Of Standards And Technology (nist), Material Measurement Laboratory (mml), Biomolecular Measurement Division (bmd) Is Responsible For The Development Of The Nist/national Institutes Of Health (nih)/environmental Protection Agency (epa) Mass Spectral Library And Tandem Mass Spectral Library. To Carry Out This Responsibility, The Msdc Has A Requirement For A Large Variety Of Chemicals. These Chemicals Are Organic Compounds Of Varying Types And Do Not Belong To A Specific Class; They Are Used For Mass Spectrometry. nist Is Seeking Information From Small And Large Business Suppliers/manufacturers Of Chemicals, Who Can Deliver At Least 75% Of The Chemicals Listed In Attachment 1 – Draft Chemical List, Identified By Molecular Weight And Structure/identifier (inchikey, Inchi, Smiles, Cnc_id, Structure_id) In Quantities Not Less Than 1 Mg. Larger Quantities May Be Provided If Sufficiently Small Quantities Are Not Available Due To Properties Of The Chemical Such As Volatility Or Special Hazards, But Not More Than 1 G. interested Parties Shall Describe The Capabilities Of Their Organization As It Relates To The Requirement Described Above. Nist Anticipates Issuing A Request For Quotation In The First Quarter Of Fy25 And Awarding A Contract In The Second Quarter Of Fy25. the Small Business Size Standard Associated With 325199 Naics Code Is 1,250 Employees. Based On The Estimated Value Of The Requirement, The Non-manufacturing Rule May Apply. As Such, If You Are A Small Business Under The Associated Naics Code, You Must Either Provide Information Detailing: whether Your Company Manufactures The Chemicals; Or whether Your Company Will Be Obtaining The Chemicals From Another Small Business Manufacturer Of The Chemicals. after Results Of This Market Research Are Obtained And Analyzed, Nist May Conduct A Competitive Procurement And Subsequently Award A Contract. Companies That Can Provide Such Items Are Requested To Email A Written Response Describing Their Abilities To Sadaf.afkhami@nist.gov No Later Than The Response Date For This Sources Sought Notice. the Following Information Is Requested To Be Provided As Part Of The Response To This Sources Sought Notice: name, Address, Unique Entity Identifier (issued By Sam.gov), Cage Code, And Point Of Contact Information Of Your Company. any Information On The Company’s Small Business Certifications, If Applicable. description Of Your Company’s Capabilities As They Relate To The Item Described In This Notice. a Description Of Your Company’s Previous Experience Providing The Item Described In This Notice. indication Of Whether The Item Described In This Notice Are Currently Offered Via Your Company’s Gsa Federal Supply Schedule (fss) Contracts, Government-wide Acquisition Contracts (gwacs), Or Other Existing Government-wide Contract Vehicles; And, If So, The Contract Number(s) For Those Vehicles. any Other Relevant Information That Is Not Listed Above Which The Government Should Consider In Finalizing Its Market Research. place Of Manufacture (foreign Or Domestic, And Name Of Country If Foreign) Of The Items Described In The Notice. responses Are Limited To A Total Of Twelve (12) Pages. The Responses Must Be In Ms Word Format. Pages Shall Be 8½-inch X 11-inch, Using Times New Roman 11 Point Font. Each Page Shall Have Adequate Margins On Each Side (at Least One Inch) Of The Page. Header/footer Information (which Does Not Include Any Information To Be Analyzed) May Be Included In The 1" Margin Space.
Closing Date6 Feb 2025
Tender AmountRefer Documents 

The City Of Taguig Tender

Telecommunication Services
Philippines
Details: Description The Project Shall Cover The Subscription And Implementation Of Internet Connectivity For The Ipophl Located At Mckinley Hill Town Center Fort Bonifacio Taguig City. And Eventually The Circuit Will Be Transferred To The New Ipophl Office Located At Savya Financial Center, Area South Taguig City. This Will Involve The Following: A. Engagement Of An Internet Service Provider (isp) That Shall Provide Internet Connection With 2 Gbps From Ipophl To Isp Data Center B. Internet Connectivity Must Be A Dedicated Line Connection Utilizing Download And Upload Bandwidth. C. Integration Of The Proposed Internet Connections To The Existing Ipophl Network Infrastructure. D. Provision Of Fiber Optic Connection From Building Cef Or Telco Room To 16/f Datacenter. Any Coring Works And Cables, If Necessary Are In The Account Of The Isp. E. Provision Of 30 Usable Static Public Ip Address (/27 Cidr) F. Provision Of Diagnostic Reports And Updates In Case Of Connection Failure; G. Provision Of Monthly Utilization Graphs And/or Mrtg Tool For Monitoring Of Link Quality And Bandwidth Utilization; H. Provision Of 24x7 Support Services And Fix/repair Time Not Exceeding 24 Hours I. Entering Into A Service Level Agreement Which Defines Parameters Of Rebates For Service Downtime, Non-performance, Etc. Isp Qualifications The Isp Must Have The Following Qualifications In Providing The Necessary Services Required By Ipophl. • The Isp Must Have A Valid Franchise / License To Operate From The National Telecommunications Commission Or Ntc As A 'telecommunications Company Or Value Added Service Provider. (provide Proof) • The Isp Must Have At Least 3 Direct International Uplinks. (provide Detailed Diagram) • The Isp Must Have Operated Its Own Backhaul Going To Cable Landing Stations Or Has An Existing Partnership With Subsea Cable Operator. (show Proof, Diagram) • The Isp Must Have An Existing Point Of Presence (pop) Located At The Following: (provide Detailed Diagram) A. Mckinley Hill Town Center, Fort Bonifacio, Taguig City. B. Arca South, Western Bicutan, Taguig City • The Fiber Facility Shall Be Owned By The Telco Or Isp And Shall Not Rely On Other Providers To Deliver The Required Service. Subcontracting Will Not Be Accepted. • Must Be A Member Of Local Internet Peering E.g. Phpopenix, Etc. (submit Proof)
Closing Date3 Feb 2025
Tender AmountPHP 3.5 Million (USD 59.8 K)

Offizielle Bezeichnung Magistrat Der Stadt Hattersheim Am Main Tender

Civil And Construction...+3Road Construction, Consultancy Services, Civil And Architectural Services
Germany
Description: Public tender (service) Planning services for the expansion of Heddingheimer Strasse in Hattersheim am Main in accordance with Hoai performance phases 1-8 The planning service for the construction project described below is to be awarded and includes performance phases 1-9 in accordance with Hoai and the additional service of local construction monitoring. The road "Heddingheimer Strasse" in the northern part of Hattersheim is to be completely renovated over a length of approx. 330 m from the Goethestrasse intersection to the western end. As part of the comprehensive road renovation, the existing drainage channels and water pipes are to be adapted and replaced. In addition, the laying of a storage channel is to be technically checked and planned. The following circumstances must be taken into account in particular: For the future local heat supply, new pipes for the supply and return flow in the street cross-section must be planned. The specifications, for example regarding the dimensions, must be agreed with the engineering firms commissioned by the city to plan the local heat supply. West of Heddingheimer Strasse, two data centers are currently being planned by external engineering firms with a new road as a connection to Mainzer Landstrasse. The connection to the new street must be clarified and planned with the relevant engineering firms. A pedestrian signal system must also be planned at the Goethestrasse intersection. The estimated eligible construction costs are expected to be €2,800,000, divided into the following categories: Road and sidewalk renewal: €1,400,000 Sewer renewal: €800,000 Water pipe renewal: €600,000
Closing Date4 Feb 2025
Tender AmountRefer Documents 

Offizielle Bezeichnung Tender

Civil And Construction...+5Civil Works Others, Electrical Goods and Equipments, Electrical and Electronics, Consultancy Services, Civil And Architectural Services
Germany
Description: Contract notice – Sector Directive, standard regulation Negotiated procedure with prior publication of a call for competition/negotiated procedure (construction work) New construction Uw Deponiestrasse Project description Substation Deponiestrasse SW Netz intends to build a new substation in the Deponiestrasse area in Wiesbaden. The property has a total size of 2,648 m2. Connection to the substation The 110 kV connection/looping of the Uw is via an overhead line approx. 300 m away. The underpass to two high-voltage systems is created on the mast, which are then relocated to the Uw. The municipal utilities are also responsible for the 20 kV connection. UW building The UW building consists of a total of five floors, each with approximately 680 m2. The Ug, Eg and 1st floor will be occupied by the electrical equipment of the substation (see list below), whereas a data center will be set up on the 2nd and 3rd floors. The 110 and 20 kV cables will be introduced into the building in the basement. The 20 kV cables will be led directly to the ground floor. This is where the 20 kV primary switchgear is located, which is dimensioned as an air-insulated double busbar system with a nominal current of 2,500 A and a short-circuit current of 25 Ka 3s. The 20 kV star-point switchgear will also be located on the ground floor. This is to be designed as an air-insulated single busbar system with a nominal current of 1,250 A and a short-circuit current of 20 Ka 1s. The 110 kV cables from the basement are led through two shafts into the 110 kV switchgear on the first floor. This is to be designed as a gas-insulated double busbar system with pure air as the insulation medium. It comprises 9 fields with the following division: transformer 1, feed-in network 1, feed-in 1, reserve field 1, cross-coupling, longitudinal separation, feed-in network 2, reserve field 2, transformer 2. The busbars and fields are to be designed for 2,500 A and a short-circuit current of 40 Ka 3s. The standardized protection and control cabinets are housed in a separate adjacent room. The list of rooms for the location of the remaining equipment can be found below. All technical components are to be designed in accordance with the current standards and regulations. The building must not exceed a maximum height of 20 m. The building's developer is Stadtwerke Wiesbaden Netz GmbH, which will also operate the substation, while the data center will be set up and operated by the company Witcom. Design of the electrical equipment - 110 kV switchgear in SF6-free design including control cabinets (9 fields with space reserve for two more) - Two 110/20 kV transformers with an output of 50/63 MVA (will be provided) - 20 kV primary switchgear // DSS system, air-insulated (23 fields) - 20 kV star-point switchgear // ESS system, air-insulated (11 fields) - Two 20 kV E-coils 52-520 A (dB) and 660 A (KB, 2h) (will be provided) - One earthing transformer up to 656 A (dB) and up to 660 A (KB, 2h) (will be provided) - Own use system AC and DC - 220 V DC battery system Division of the rooms in the transformer station - Basement O 2 pieces Transformer trays O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Technical room O Goods elevator (2x for SW Netz and Witcom) O Battery room O Cable cellar (20 and 110 kV cables) O Cable shafts (2x 110 kV, 3x LWL, control cables, etc., 2x Witcom shaft) - Ground floor O 2 transformer rooms O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Goods elevator (2x for SW Netz and Witcom) O Bma/ema room O 2 20 kV E-coil rooms O 1 earthing transformer room O 20 kV DDS primary and star point switchgear room O Cable shafts (2x 110 kV, 3x LWL, control cables, etc., 2x Witcom shaft) - First floor O 2 air spaces for the transformers O Staircase (2x for SW Netz and Witcom) O Elevator for Witcom O Anteroom O Sanitary rooms O 110 kV protection and control technology O AC auxiliary system room O DC auxiliary system room O 110 kV switchgear room O 2 Witcom shafts - Second and third floors: Witcom rooms (racks, technical rooms, etc.) Building including civil engineering The client will conduct a negotiated procedure with a prior competition for the award of construction services. Only the systems made available may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. He will then ask the best-placed applicants (maximum of five) to submit a tender for the services advertised (start of the tender phase). The applicants/groups of applicants are selected for the tender and negotiation phase based on their suitability in terms of references and the qualifications of the project management in accordance with the competition. The invitation to submit a tender (aza) is issued secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the subject matter of the contract, the contractual regulations and the service specifications. The incoming offers are checked for form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders are invited to the negotiation round and their offers are negotiated with them separately. Further negotiation rounds remain reserved. The offers are evaluated based on the evaluation criteria and the evaluation matrix announced there. Electrical systems The client is conducting a negotiated procedure with a prior competition for the award of construction services. Only the documents provided may be used to submit the application to participate. The client will check and evaluate the applications to participate received on time in terms of form and content. It will then invite the best-placed (maximum of five) applicants to submit an offer for the services advertised (start of the offer phase). The applicants/groups of applicants are selected for the offer and negotiation phase based on their suitability in terms of references and the qualifications of the project management in accordance with the competition for participation. The invitation to submit an offer (aza) is made secondarily. This describes the tasks to be performed in addition to the announcement, announces the evaluation criteria and the evaluation matrix, and provides further information on the object of the award, the contractual regulations and the service specifications. The incoming offers are checked in terms of form and content. The client expressly reserves the right to enter into negotiations with selected bidders regarding their offers. If the client conducts negotiations regarding the offers, the remaining bidders will be invited to the negotiation round and their offers will be negotiated with them separately. Further negotiation rounds remain reserved. The offers will be evaluated based on the evaluation criteria and the evaluation matrix announced there.
Closing Date31 Jan 2025
Tender AmountRefer Documents 
221-230 of 258 archived Tenders