Fencing Tenders

Fencing Tenders

SYKEHUSINNKJ P HF Tender

Healthcare and Medicine
Norway
Closing Date17 Jan 2025
Tender AmountNOK 140 Million (USD 12.6 Million)
Details: Title: Hygiene Products - Infection Protection For The Health Authorities In Norway description: The Objective Of The Procurement Is To Establish Framework Agreements For The Delivery Of Hygiene Products, Infection Protection Products For Helse Nord Rhf, Helse Midt-norway Rhf, Helse Sør-øst Rhf, Helse Vest Rhf And Forsvarsmateriell By The Norwegian Defence Logistics Organisation (flo). Framework Agreements Shall Be Signed For The Procurement Of Respirators Protection, Gauze Masks, Infection And Groomer Coats, Eye Protection, Plastic Aprons, Arm Protectors, Shoe Covers And Long Gloves With Extra Protection. The Value Of The Entire Procurement Is Estimated To Be Around Nok 31 Million Per Annum. The Maximum Value In The Contract Period Is Set At Nok 140 Million For The Product Area.

Department Of Public Works And Government Services PSPC Tender

Energy, Oil and Gas
Canada
Closing Date13 Jan 2025
Tender AmountRefer Documents 
Details: The Response Time Deadline Is 14:00 Est. The Department Of National Defence (dnd) Requires A Regional Individual Standing Offer (riso) For The Installation Of Liquefied Petroleum Gas (propane) Cylinders/tanks And Automatic Delivery Of Propane (3-gp-10a-9 Sep 66 Gas Liquified) To Various Locations At Canadian Forces Base (cfb) Gagetown, Oromocto And At Saint-john, New Brunswick, That Meets The Specifications Outlined In Annex - Statement Of Requirement. The Period Of The Riso Is From 1 February 2025, Or Date Of Award, To 31 December 2026, With Options Available To Extend For Up To 2 Periods Of 1 Year Each. Offerors May Request A Debriefing On The Results Of The Solicitation Of Offers Process. Reference The Solicitation For Further Details.

Defence Tender

Others
South Africa
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Details Tender Number Spsc-b-030-2024 Department Defence Tender Type Request For Bid(open-tender) Province Western Cape Date Published 24 January 2025 Closing Date 18 February 2025 11 00 Place Where Goods, Works Or Services Are Required Macadamia, Zonstraal And Sandriver-nelspruit-mpumalanga- Special Conditions For Technical Enquiries Ssgt Jantjies 021-787-5207 Enquiries Contact Person Flight Sergeant Lizelle Crous Email Spdcbidinvitation@dod.mil.za Telephone Number 021-787-5034 Fax Number N/a Briefing Session Is There A Briefing Session? No Is It Compulsory? No Briefing Date And Time N/a Briefing Venue N/a Tender Documents Spsc-b-030-2024.pdf

Department of Defence DSRG Australia Tender

Transportation and Logistics
Australia
Closing Date15 Jan 2025
Tender AmountRefer Documents 
Details: *** Pre-release Notice **** Rail Transport Services Standing Offer Request For Tender The Commonwealth Is Seeking To Establish A Panel To Provide The Commonwealth Of Australia For Rail Transport Services. Strategic Requirements Under This Panel Are Likely To Be In Support Of Annual Or Biennial Military Exercises, Operations And Disaster Recovery Within Australia. Contractors Engaged Under This Panel Would Be Tasked With The Movement Of Australian Defence Force And Other Commonwealth Cargo And Passengers On An Irregular Basis, Which May Include Heavy Vehicles, Equipment, Stores And Fuel And Up To 450 Personnel In Any One Journey. It Is Anticipated That The Relevant Rft Documentation For The Rail Transport Standing Offer For Services Will Be Released Through Austender In Mid January 2025, Or Thereafter. Prospective Tenderers Are Encouraged To Review Their Notification Settings In Austender To Ensure Notification Of Further Updates In Relation To The Rft.

Blackpool Council Tender

Others...+1Consultancy Services
United Kingdom
Closing Date31 Jan 2025
Tender AmountGBP 160 K (USD 197.6 K)
Details: Blackpool Council’s (the Authority) Highways Department Wish To Appoint A Service Provider To: • Undertake Visual Safety Inspections Of The Sea Wall, Parade Area, Beach Access Points, Cliff Paths And All Assets Within The Defined Area. • Identify, Issue Job Tickets And Then Monitor Completion Of The Work In Accordance With The Guidelines. • As Required, Provide Detailed Reports To Blackpool Council’s Engineer For Coastal Defence To Defend Against Injury Claims, Which Will Most Likely Require Appearing In Court As An Expert Witness. Blackpool Council Wishes To Appoint A Contractor Who Can Clearly Demonstrate The Ability To Meet Our Requirements And Who Offers The Most Economically Advantageous Tender. It Is Anticipated That The Contract Will Operate Between 1st April 2025 And 31st March 2027 With An Option To Extend For 1 Year Plus A Further 1 Year.

City of Lucerne, Central IT Services Tender

Services
Security and Emergency Services
Switzerland
Closing Date13 Feb 2025
Tender AmountRefer Documents 
Details: Title: Einführung Soc description: Die Städtische Dienstabteilung Zentrale Informatikdienste (zid) Gehört Zur Finanzdirektion Der Stadt Luzern. Sie Ist Gemäss Politischem Leistungsauftrag Die Zentrale Ict-dienstleisterin Für Die Verwaltung Und Die Volksschule Der Stadt Luzern (schulinformatik) Und Nahestehenden Organisationen Aus Dem Öffentlichen Bereich. Für Die Sicherstellung Der Rund-um-die-uhr-überwachung, -erkennung Und -reaktion Auf Vorfälle Wird Die Zusammenarbeit Mit Einem Cyber Defence Center (cdc) Gesucht. Das Cdc Soll In Enger Zusammenarbeit Mit Der Betriebsorganisation, Insbesondere Dem Neu Geschaffenen Internen Security Operations Team, Den Schutz Der Städtischen It-infrastruktur Unterstützen.

Defence Tender

Others
South Africa
Closing Date18 Feb 2025
Tender AmountRefer Documents 
Details: Details Tender Number Spsc-b-034-2024 Department Defence Tender Type Request For Bid(open-tender) Province Western Cape Date Published 24 January 2025 Closing Date 18 February 2025 11 00 Place Where Goods, Works Or Services Are Required Louisvale, Vioolsdrift-uppington-northern Cape- Special Conditions Technical Enquiries Staff Sergeant N. Jantjies 021-787-5207 Enquiries Contact Person Flight Sergeant Lizelle Crous Email Spdcbidinvitation@dod.mil.za Telephone Number 021-787-5034 Fax Number N/a Briefing Session Is There A Briefing Session? No Is It Compulsory? No Briefing Date And Time N/a Briefing Venue N/a Tender Documents Spsc-b-034-2024.pdf

BUREAU OF LAND MANAGEMENT USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date5 Feb 2025
Tender AmountRefer Documents 
Details: The Bureau Of Land Management (blm) Idaho State Office Is Conducting Acquisition Planning For The Requirement To Construct A New Field Office. The Existing Site Is Government Owned. The Government Is Preparing The 100% For Construction Documents And Is Currently Planning To Phase The Construction. The Government Is Considering Whether To Separate Each Phase Into A Separate Contract Or To Issue As A Single Contract With Phase Ii As An Option Item. Notice Of Intent To Exercise The Option May Not Come From The Government Until Late 2025. The Estimated Disclosure Of Magnitude To Complete Both Phase I And Phase Ii Is Between $1,000,000 And $5,000,000 In Accordance With Far 36.204(f). Phase I Would Include Site Preparation Activities Including Clearing/grubbing, Grading, Asphalt, Sidewalk, Utility Connections, Lighting, Utility Distribution, Fencing, And Preparation For Future Landscaping, Etc. Phase Ii Would Include Site Work Within The Building Footprint Including Structural Fill, Foundation, Structure Placement, Final Utility Connections, Final Landscaping, Etc. The Government Is Considering The Convenience Of Utilizing A Factory-built Building (fbb) Style Facility Instead Of Standard Construction Methods. The Attached Drawing Shows The Draft Site Layout Of The Proposed Project. The Blm Is Seeking Information From Interested Parties With Specialized Capabilities To Provide Such Services. This Rfi Is Intended As A Means Of Conducting Market Research Which Will Help Determine The Best Method For The Anticipated Solicitation And Subsequent Procurement. The Proposed North American Industry Classification System (naics) Codes Assigned To This Requirement Is 236220 Commercial And Institutional Building Construction. Interested Sources Must Be Registered/active In Sam And Capable Of Receiving Government Contracts. Interested Sources Must Be Legally Authorized To Provide Proposed Service. Disclaimer: There Is No Solicitation At This Time. This Rfi Does Not Constitute A Solicitation. Submission Of Any Information In Response To This Market Survey Is Purely Voluntary. The Government Assumes No Financial Responsibility For Any Costs Incurred In Your Firm’s Response To This Rfi. Additionally, All Submissions Become Government Property And Will Not Be Returned. No Basis For A Claim Against The Government Shall Arise As A Result From A Response To This Rfi. Interested Parties Who Consider Themselves Qualified To Perform The Services Are Invited To Submit A Response By Completing This Form: Https://forms.office.com/g/p6mda92uvw Provided Information Will Assist The Co In Determining Set-aside For Forthcoming Solicitation And Overall Structure Of The Solicitation. Interested Sources May Choose To Email The Contract Specialist Heather Mcbride At Hmcbride@blm.gov With A Capability Statement, As Well As Company Information (uei/duns, Business Size Status, Etc); However, Filling Out The Form Identified In This Notice Would Provide Us More Streamlined Details. Request Your Response By Cob Mountain Time Tuesday, February 4, 2025.

VETERANS AFFAIRS, DEPARTMENT OF USA Tender

Civil And Construction...+1Building Construction
United States
Closing Date8 Jan 2025
Tender AmountRefer Documents 
Details: Introduction network Contracting Office 20 (nco20), Supporting White City Va Medical Center, Is Seeking Potential Sources For An Upcoming Requirement For A Construction Contractor That Shall Provide Services Needed To Complete The Alteration, Modification, And Partial Renovation Of Buildings 217a And 218a For Outpatient Mental Health Services At The White City Va Medical Center (wcvamc) As Described Below. This Notice Is A Market Research Tool And Has Not Been Set-aside For Any Small Business Category, However The Notice Is Issued To Determine Appropriate Set-aside Categories. Responses To This Notice, In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Applicable Socio-economic Set-aside For The Procurement. failure To Respond To This Notice Will Not Impact Consideration Of Construction Services Companies (or Joint Ventures) Which Otherwise Meet Set-aside Requirements And Submit Responses To The Follow-up Public Announcement. Once The Appropriate Set-aside Is Determined, A Separate Public Announcement Requesting Offers/proposals Will Be Publicized On Contract Opportunities In Accordance With Far 36.213-2. general Project Description And Naics the Contractor Shall Provide All Construction Services Needed To Complete The Alteration, Modification, And Partial Renovation Of Buildings 217a And 218a For Outpatient Mental Health Services To Address Infrastructure Deficiencies And Improve The Resiliency And Capacity Of Utility Infrastructure. The Scope Of Work Includes Architectural, Mechanical, Electrical, Plumbing, Life Safety, And Structural Renovations For These Buildings, Covering An Area Of Approximately 11,500 Square Feet. The Goal Of The Project Is To Renovate The Space For Outpatient Mental Health To Comply With New Design Guidelines And Accommodate Expansion Needs. the Work Will Entail General Construction, Alterations, Site Improvements Such As Roads And Walks, Grading, Drainage, The Removal Of Existing Structures, And Other Necessary Tasks As Detailed In The Project Drawings, Specifications, And Reports. the Contractor Is Responsible For Fully Preparing The Site For Building Operations. This Includes The Demolition And Removal Of Existing Structures, Furnishing Labor And Materials, And Performing All Work Required For The White City Va Medical Center Renovation Of Spaces B217a And B218a For Mental Health Services, As Specified In The Drawings And Specifications In Accordance With The Buy American Act Far 52.225-2 And If Covered Under Any Authorized Trade Agreements Per Far 52.225-5. it Is Important To Note That The Medical Center Operates 24 Hours A Day, 7 Days A Week. Therefore, Any Service Interruptions Or Disruptions To Normal Operations Must Be Planned And Coordinated With The Contracting Officer S Representative (cor) Through Separate Action Plans To Ensure Uninterrupted Operation. before Beginning Construction, The Contractor Must Install A Construction Fence Around The Specified Construction Area. This Fence Should Be A Minimum Of Six Feet In Height. If Detailed Drawings Are Unavailable, The Contractor Should Assume A Fully Fenced Project Site. The Fence Should Include Vehicle Gates And Man Gates As Needed For Access, With Appropriate Hardware, Including Hasps And Padlocks. There Must Be A Minimum Of One Vehicle Gate That Is 12 Feet Wide And One-man Gate That Is 3 Feet Wide. All Man Gates Must Be Self-closing And Self-latching, Equipped With A Programmable Keypad. The Fence Fabric Should Be Securely Fastened To Terminal Posts With Tension Bands And To Line Posts, As Well As Top And Bottom Rails With Tie Wires, Spaced No More Than 15 Inches Apart. The Bottom Of The Fence Must Extend One Inch Above Grade, And The Fence Should Be Removed When Directed By The Cor. any Removal, Cutting, Alteration, Replacement, Patching, And Repair Of Existing Work Necessary For The Installation Of New Work Must Be Conducted As Required. Unless Otherwise Specified, Do Not Cut, Alter, Or Remove Any Structural Elements, And Seek Approval Before Disturbing Ducts, Plumbing, Steam, Gas, Or Electrical Work. Any Existing Work Identified As Defective Prior To Alteration Or Extension Must Be Reported To The Contracting Officer Before Any Disturbance Occurs. this Requirement Is Being Sought Under North American Industry Classification System Code 236220. Any Interested Party Who Believe They Can Complete This Requirement Under These Or Any Other Naics Codes Are Invited To Respond And Provide Detail As To The Naics They Can Compete This Project Under And A Brief Description As To The Reasoning. Responses Will Be Used To Research Which Code In Conjunction With Other Government Market Research Resources, Will Be Used By The Contracting Officer To Determine The Naics Code Under Which This Project Will Be Procured. information Sought The Government Requests A Letter Of Interest (or Similar Document) With Responses To The Following: 1. State Your Business Name (as It Appears In Sam.gov ), Office Location Where These Services Will Be Performed From, Sam Uei Number, Naics Code Under Which You Will Perform And Socio-economic Status Of The Firm (i.e. Verified Sdvosb, Wosb, Sb, Large Business). 2. Provide A Brief Narrative And List Sample Projects/references Completed On Your Company S Experience Providing Services Similar To Those Described. 3. What Would Be The Expected Make-up Of The Company S Team In Terms Of Socio-economic Categories And Estimated Percentage Of Work To Be Completed By Your Company And Each Subcontractor? if The Procurement Is Set-aside For Any Category Of Small Business, Generally Fifty Percent Of More Of The Work Would Need To Be Performed By The Contractor Or A Similarly Situated Subcontractor In Terms Of Percentage Of Cost. For Instance, If Set-aside For Service-disabled Veteran-owned Small Business (sdvosb), 85% Or More Of The Contract Would Need To Be Performed By Verified Sdvosbs No Other Small Business Categories Would Count Towards The Percentage. If Set-aside For Small Business, 85% Of The Contract Would Be Required To Be Performed By Small Businesses Which Would Include Performance By A Verified Sdvosb Because They Are Also A Small Business. If The Procurement Is Not Set-aside And Reaches Certain Dollar Thresholds, The Government Would Negotiate An Acceptable Subcontracting Plan To Utilize Small Business Concerns. 4. A Brief Statement Of Overall Interest In The Project If In Conjunction With Ongoing Projects. 5. Any Additional Capabilities Statements Or Other Documentation That You Feel Will Assist The Government In Performing Market Research And Determining The Appropriate Set-aside. Submission Instructions Interested Parties Are Requested To Submit The Requested Information Not Later Than January 8, 2025 To Alan Perez Via Email To Alan.perez@va.gov. Please Include Project 692-22-105 - Sources Sought Response In The Title Of The Email. The Response Burden To This Notice Is Expected To Be Light; Lengthy Responses Are Not Expected But No Maximum Page Count Is Assigned. If Sending Larger Responses And The Need To Send Multiple Emails Appending To The Email Subject 1 Of N As Appropriate. Please Contact Alan Perez At The Email Above With Any Questions.

Department Of National Defence Tender

Electrical Goods and Equipments...+2Machinery and Tools, Electrical and Electronics
Canada
Closing Date17 Feb 2025
Tender AmountRefer Documents 
Details: The Department Of National Defence Has A Requirement For The Items Detailed Below. The Delivery Is Requested At Cfb Esquimalt And Cfb Halifax. Item 001, Gsin: 6105, Nsn: 99-7321493, Motor,direct Current Part No.: Ssk/p/550/20/8001, Ncage: K6451 Part No.: P/550/20/8001, Ncage: K6451 Part No.: 001 282 167, Ncage: K2516 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 002, Gsin: 6105, Nsn: 99-7321493, Motor,direct Current Part No.: Ssk/p/550/20/8001, Ncage: K6451 Part No.: P/550/20/8001, Ncage: K6451 Part No.: 001 282 167, Ncage: K2516 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Item 003, Gsin: 4940, Nsn: 01-5369157, Blast Cleaning Machine Part No.: O.m.06158, Ncage: Kc6k3 Quantity: 2, Unit Of Issue: Ea, To Be Delivered To Cfb Esquimalt. Item 004, Gsin: 4940, Nsn: 01-5369157, Blast Cleaning Machine Part No.: O.m.06158, Ncage: 86192 Quantity: 1, Unit Of Issue: Ea, To Be Delivered To Cfb Halifax. Bidders Proposing An Equivalent Or A Substitute Product Must Indicate The Brand Name And Model And/or Part Number And The Ncage They Are Offering. This Procurement Is Subject To The Controlled Goods Program. The Defence Production Act Defines Canadian Controlled Goods As Certain Goods Listed In Canada’s Export Control List, A Regulation Made Pursuant To The Export And Import Permits Act (eipa). The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada.
6491-6500 of 6869 archived Tenders