Led Tenders
Led Tenders
Ministry Of Europe And Foreign Affairs Tender
France
Closing Date15 Dec 2025
Tender AmountRefer Documents
Description: France – Storage And Warehousing Services – Accord-cadre Relatif Aux Prestations D'enlèvement, De Livraison, De Restitution, De Réception, De Conditionnement, D?emballage Et De Stockage Pour Le Ministère De L'europe Et Des Affaires Étrangères.
DRUG ENFORCEMENT ADMINISTRATION USA Tender
United States
Closing Soon17 Apr 2025
Tender AmountRefer Documents
Description: Provide Laser Aiming Devices (lad) To Attach To Firearms In Order To Aid In Target Acquisition And/or Determining The Point Of Impact Without The Use Of Traditional Sights Or Optics. The Dea Intends To Award A Firm-fixed Price Sole Source Purchase Order To B.e. Myers & Co., Inc. 9461 Willows Rd Ne, Ste 100, Redmond, Wa 98052 For The Purpose Of Acquiring Lads. This Acquisition Is Being Pursued On A Sole Source Basis In Accordance With 13.106-1(b)(l)(i) Only One Source Reasonably Available. The Naics Code For This Acquisition Is 332994. A Determination By The Government Not To Open The Requirement To Competition Based On The Response To This Notice Is Solely Within The Discretion Of The Government. Information Received Will Be Considered Solely For The Purpose Of Determining Whether To Conduct A Competitive Procurement. This Notice Is Not A Request For Proposal. However, All Capability Statements Received By April 17, 2025 At 2:00 Pm Est Will Be Considered By The Government. Any Source Capable Of Providing The Lads And Is Interested In Submitting A Capabilities Statement May Do So Electronically To Ms. Angel Barkley At Angel.d.barkley@dea.gov.
Eskom Holdings SOC Ltd Tender
Others
South Africa
Closing Date14 May 2025
Tender AmountRefer Documents
Details: Details Tender Number E1160gxmwp Department Eskom Tender Type Request For Bid(open-tender) Province Gauteng Date Published 9 April 2025 Closing Date 14 May 2025 10 00 Place Where Goods, Works Or Services Are Required Tenders Are To Be Submitted Electronically Via Eskom E- Tendering Site-tenders Are To Be Submitted Electronically Via Eskom E- Tendering Site-tenders Are To Be Submitted Electronically Via Eskom E- Tendering Site- Special Conditions Tenders Are To Be Submitted Electronically Via Eskom E- Tendering Site By The Stipulated Closing Date And Time. Please Note It Is The Responsibility Of The Supplier To Ensure That The Tender Submission Is Submitted Before The Closing Time New E-tendering System Training Videos Https //www.eskom.co.za/tenders/ Or E-tendering Help Manual For Supplier (annexure L) Enquiries Contact Person Bongiwe Mgijima Email Mgijimb@eskom.co.za Telephone Number 011-800-6737 Fax Number N/a Briefing Session Is There A Briefing Session? Yes Is It Compulsory? No Briefing Date And Time 16 April 2025 13 00 Briefing Venue Ms Teams (refer To Annexure W) Tender Documents Annexure L- E-tendering Help Manual For Supplier.pdf Annexure R 240-126469599_method Statement Template Rev 2.pdf Annexure Q Sdl&i Strategy Setting Template.pdf Annexure U 240-77471499 Annexure B Acknowledgement Of Ohs Requirements.pdf Annexure O-pricing Schedule Fleet Cards . Tender.xlsx Annexure V Eskom_standard_conditions_of_tender_ 30 Jan 2025.pdf Annexure N -nec3 Term Service Contract (tsc3) 9 April.pdf Annexure S 240-68099512 Form A_cat 4_ Rev 9.pdf Invitation To Tender (itt) Or Request For Proposal (rfp) Template Rev. 24.pdf Annexure M Scope Of Work.pdf Annexure K- Etendering Training Acknowledgement Form 27 January 2025.pdf Annexure W- Clarification Meeting Link.docx Annexure P Technical Evaluation Criteria (re-issue).pdf Annexure T 240-105658000 Supplier Quality Management Specification.pdf
Judgment of Galati - Romania Tender
Romania
Closing Date2 Jun 2025
Tender AmountRON 77.9 Million (USD 17.7 Million)
Details: Title: Execuţie Lucrări Pentru Obiectivul De Investiții ”reabilitarea Și Modernizarea Infrastructurii De Transport Regional Pe Tronsonul Funcțional E581 – Dj241 – Dj241a – Dj241 G”
description: ”reabilitarea Și Modernizarea Infrastructurii De Transport Regional Pe Tronsonul Funcțional E581 – Dj241 – Dj241a – Dj241 G”: În Cadrul Documentației S-a Prevăzut Realizarea Următoarelor Lucrări Principale De Modernizare Drumuri Județene: - Protejare Conducte De Transport Gaze Naturale; - Frezarea Mixturilor Asfaltice Degradate Existente, Scarificarea, Reprofilarea Și Nivelarea Platformei Existente; - Aducerea Părții Carosabile La Lățimea Și Capacitatea Portantă Corespunzătoare Prin Execuție De Casete De Supralărgire Sau Execuție De Infrastructură Nouă Pe Toată Lățimea Drumului, Inclusiv Supralărgiri Și Supraînălțări În Curbe; - Realizare Suprastructură Rutieră Nouă Din Mixturi Asfaltice Cu Grosime Fixă; - Reabilitare De Poduri Pe Traseul Studiat Si Amenajarea Albiei Amonte Si Aval; - Reabilitare/execuție De Podețe Transversale Și Logitudinale Pe Traseul Studiat; - Realizare De Șanțuri Betonate Și Rigole Carosabile Pe Anumite Tronsoane Din Cadrul Proiectului; - Trotuare Pietonale Și Piste Pentru Bicicliști Pe Zone Din Intravilanul Localităților; - Podețe De Acces Cu Placă Armată Peste Șanțuri Pentru Asigurarea Accesului Auto Și Pietonal La Propretățile Adiacente Proiectului; - Amenajări Ale Drumurilor Laterale Întâlnite Pe Traseu Până La Limita Cadastrală Sau Pe 10,0 M Lungime; - Aducerea La Cotă A Căminelor De Rețele Suprapuse Cu Lucrările Proiectate; - Realizare De Semnalizare Rutieră Pentru Siguranța Și Confortul Rutier: Treceri De Pietoni Cu Led, Marcaj Rutier Transversal Și Longitudinal, Marcaje Rezonatoare, Parapeti Metalici Directionali Prevăzuti Cu Elemente Reflectorizante, Semnalizare Poduri Si Podețe; - Amenajare Statii Pentru Transport Public; - Montare Borne Kilometrice Si Hectometrice. O Atenție Deosebită Se Va Acorda Rosturilor Între Beton Și Mixtura Asfaltică De Pe Suprafața Carosabilă (de Exemplu Rost Între Bordură Și Strat De Uzură, Rost Între Dispozitiv Preluare Ape Pluviale Și Strat Uzură), Acestea Urmând A Se Colmata Cu Mastic Bituminos. Astfel, Se Impune Achiziționarea Execuției De Lucrări Pentru Execuția Tronsoanelor De Drum Județean, Cu Scopul De A Mări Viteza De Deplasare, Creșterea Capacității Portante A Plaftormei Drumurilor Județene, Creșterea Gradului De Siguranță Rutieră, Creșterea Conectivității La Rețeaua Ten-t. Operatorii Economici Pot Solicita Clarificari Intr-un Termen Ce Nu Va Depasi 20 Zile Pana La Data Limita Stabilita Pentru Depunerea Ofertelor. - Autoritatea Contractanta Va Raspunde O Singura Data La Toate Solicitarile De Clarificari Cu 11 Zile Inainte De Data Limita Stabilita Pentru Depunerea Ofertelor .
Aunis South Community Of Communes Tender
France
Closing Date19 May 2025
Tender AmountRefer Documents
Description: France – Advisory And Consultative Engineering Services – Suivi Et Animation Pour L'accompagnement Du Dispositif D'amélioration De L'habitat Intercommunal De La Communauté De Communes Aunis Sud Sur Le Parc Privé Pour La Période 2025-2030
DEPT OF THE ARMY USA Tender
United States
Closing Date25 Apr 2025
Tender AmountRefer Documents
Details: This Is A Combined Synopsis/solicitation For Commercial Items Prepared In Accordance With The Format In Far Subpart 12.6, Far 13 And Supplemented With Additional Information Included In This Notice. This Announcement Constitutes The Only Solicitation; Proposals Are Being Requested And A Written Solicitation Will Not Be Issued. 1.0 Request For Quote 1.1 The Solicitation Document And Incorporated Provisions And Clauses Are Those In Effect Through Federal Acquisition Circular 2025-02. 1.2 Set Aside Is 100% Small Business. 1.3 Applicable Size Standard Is 750 Employees. 1.4 Place Of Delivery: Michigan National Guard, Uspfo S&s Receiving, 3405 N Mlk Jr Blvd, Lansing Michigan 48906. 1.4.1 Delivery Shall Be No Later Than 31 July 2025. No Extensions (52.211-11 Included) 1.5 Clin Structure 1.5.1 10,000 Military Green Cotton/polyester Blend T-shirts (sizes: S, M, L, Xl, Xxl) 1.5.1.1 Black Screen Print Logo On Front And Back 1.5.2 5,000 Gray Heather Hoodie (sizes: S, M, L, Xl) 1.5.2.1 White Screen Print Logo On Front And Left Sleeve 1.5.3 The Berry Amendment Is Applicable. Provide The Manufacturer Country Of Source. 1.5.4 First Article Of Approval Of Each Size Of The T-shirt And Hoodie Is To Be Sent To The Contract Administrator Prior To Production. 1.6 Requirement Details Are On Attachment A – Product Description. 1.7 Applicable Provisions And Clauses Are Provided On Attachment B. 2.0 Quote Format 2.1 Refer To Clause 52.212-1 Instructions To Offerors For Preparation Of The Quote. An Sf1449 Is Not Required In Accordance With Far 12.603(b). 2.2 Offers Should Include The Solicitation Number, Contractor Name And Address, Point Of Contact Name, Phone And Email Address, Cage Code, Unique Entity Identifier, Tax Identification Number, Product Images/descriptions, And Expiration Date Of Pricing (minimum Of 60 Days). 2.3 The Proposal Shall Not Contain Citations Or Active Links To Internet Pages. Any Linked Information Will Not Be Accepted And Removed From The Proposal. 2.4 Questions Due: 20 April 2025, 12:30 Pm Eastern Standard Time (est). questions Must Be Submitted Via Email To Bonnie.l.reineer.civ@army.mil. Questions Will Not Be Answered Via Telephone. 2.5 Quotes Due: 25 April 2025 – 12:30 P.m. Eastern Standard Time (est) the Government Reserves The Right To Require Minor Clarifications Or To Hold Discussions. However, The Government May Award Without Requesting Clarification For Ambiguity. 3.0 Technical Capability 3.1 The Proposal Shall Present Relevant Information Articulating The Offeror’s Proposed To Meeting The Requirements. This Section Shall Clearly Demonstrate The Offeror’s Understanding By Providing A Clear Description Of The Proposed Items Which Meet All Requirements. Offerors Shall Provide Descriptions And Images If Possible. Technical Capability Will Be Evaluated As Acceptable Or Unacceptable As Compared To The Product Specifications Requirements. 3.2 The Proposal Shall Identify The Country Of Origin. Countries Found Unacceptable With Buy American Act Will Deem The Quote To Be Unacceptable. 4.0 Evaluation 4.1 The Government Intends To Award To The Small Business That Provides The Best Value To The Government Which Will Be Determined By Evaluating Price, Past Performance, Technical Approach, And Delivery No Later Than July 31, 2025. All Factors Are Rated Approximately Equal. 4.2 The Government May Award To Other Than The Lowest Priced Quote If The Factors Of Technical Capability Provide The Best Value And Exhibit Betterments Above The Minimum Requirements Identified In The Rfq. 4.3 Negative Or Adverse Information On Fapiis Or Sprs In The Last Three Years May Render Your Quote Unacceptable. 5.0 Sam Registration/joint Venture in Accordance With Class Deviation 2023-o0001 Effective October 28, 2022, A Small Business Joint Venture Offeror Must Submit, With Its Offer, The Representation Required In Paragraph (c) Of Far Solicitation Provision 52.212-3, Offeror Representations And Certifications-commercial Products And Commercial Services, And Paragraph (c) Of Far Solicitation Provision 52.219-1, Small Business Program Representations, In Accordance With 52.204-8(d) And 52.212-3(b) For The Following Categories: A) Small Business; (b) Service-disabled Veteran-owned Small Business; (c) Women-owned Small Business (wosb) Under The Wosb Program; (d) Economically Disadvantaged Women-owned Small Business Under The Wosb Program; Or (e) Historically Underutilized Business Zone Small Business. 6.0 Nist Compliance 6.1 In Accordance With Dfars 252.204-7020, The Contractor Shall Submit A Self-assessment On Safeguarding Covered Defense Information That Resides In Or Transits Through Covered Contractor Information Systems By Applying Network Security Requirements. 6.2 National Institute Of Standards And Technology (nist) Special Publication (sp) 800-171 Provides 110 Controls That The Contractor Shall Self-evaluate To Determine Compliance. 6.3 Assessment To Be Submitted On Procurement Integrated Enterprise Environment (piee) To Login To The Supplier Performance Risk System (sprs) Module Prior To Submitting A Quote. 6.4 The Assessment Shall Be No More Than Three Years Since Reporting. 7.0 Award 7.1 In Accordance With Far 12.207, A Firm-fixed Contract Shall Be Issued. 7.2 Delivery Date Shall Be No Later Than July 31, 2025. 7.3 Delivery Will Be To The Uspfo S&s Warehouse, 3405 N Mlk Jr. Blvd, Lansing Mi 48906. 7.3.1 Multi-bay Loading Dock Easily Accessible To Semi-trucks Or Commercial Equipment Haulers 7.3.2 Normal Hours Of Operation Are 8:00 A.m. To 4:30 P.m. Weekdays Unless A Federal Holiday. Alternate Delivery Hours May Be Available Upon Request. 7.4 Fob Is Destination. 8.0 Billing Instructions 8.1 Invoice Terms Are Net 30 Days. 8.2 Invoices Must Be For Delivery Of Items Received. Invoices Will Not Be Accepted For Billing Future Deliveries. 8.2.1 Partial Shipments Are Acceptable, But Only One Invoice Can Be Submitted Once Delivery Has Been Received Of The Total Number Of Supplies (5% Variance Is Acceptable). 8.3 Inspection And Acceptance Will Be At Lansing, Michigan. 8.4 Invoices Must Be Submitted Through Wide Area Work Flow (https://piee.eb.mil). 8.4.1 Instructions Are On Clause 252.232-7006. 8.4.2 The Invoiced Amount For The Clin Shall Not Exceed The Unit Of Issue Amount. 8.4.3 The Government Point Of Contact Has Seven Days To Inspect The Submitted Invoice, And Seven Days To Accept Or Reject The Invoice. Once Accepted, The Request Is Submitted To The Uspfo Pay Office For Processing; When Approved, The Request Is Sent To Dfas For Edi Transmission To The Contractor.
DEFENSE INFORMATION SYSTEMS AGENCY DISA USA Tender
United States
Closing Date29 Apr 2025
Tender AmountRefer Documents
Details: Notice Of Intent To Award Sole Source the Defense Information Systems Agency (disa)/defense Information Technology Contracting Organization Intends To Negotiate A Sole Source Contract With Synergetic Information Systems, Inc. (synergetic) For Defense Information Systems Network (disn) Mission Support Office (mso) Application Services And Ancillary Support. a Sole Source Justification & Approval (j&a) Document Has Been Completed And Approved In Accordance With Federal Acquisition Regulation (far) 6.302-1. A Copy Of The Redacted J&a Will Be Posted On Sam.gov To Comply With The Public Display Requirements Of Far 6.305. the Proposed Contract Action Is For The Procurement Of Services To Provide Direct Support For Programs And Projects Within The Disa Transport Program Executive Office Transport Services Directorate (ie) That Reflect On Real Time Global Enterprise Network Service Capabilities To Department Of Defense (dod) Agencies And Military Departments. The Government Has A Need For Services Which Support Dod Information Technology (it) Policy Analysis And Development; It Product Support And Costing; Tracking Of Customer And Disn It Network Projects; Customer Meeting Support; Developing Recommendations And Processes In Support Of Disn Policies And Processes; Conducting Analyses Of Requests For Change; Enterprise Architecture (ea) Acquisition Planning And Strategies; Budget And Exhibit Development; Quality Assurance; It Issue Papers And White Papers; And Ea Business Case And Cost Benefit Analyses. as A Result Of A Protest Received For The Award Of Transport Services Strategic Advisory Support (tssas), Relevant Tasks From This Requirement Need To Be Extended. This Proposed Bridge Contract Action Will Extend Current Support For The Disn Mso Support Requirement To Allow Time For The Government Accountability Office To Make A Determination On The Protest And To Allow Transition To The Tssas New Contract/order Without A Loss Or Delay Of Support Ensuring The Continuity Of Mission Critical Disn Mso Support Services To Disa And The Dod Community. at This Time, The Incumbent Contractor, Synergetic, Is The Only Source Capable Of Fulfilling This Requirement Within The Necessary Time Frame And Without Risk Of A Substantial Break In Service/support To Disa And Its Mission Partners. Synergetic Is Uniquely Postured To Support The Current Disn Mso Application Services And Ancillary Support Task Order Without A Significant Duplication Of Cost Or Delays In Support While The Follow-on Is Awarded And Transitioned. Synergetic Understands The Requirements And Currently Possess The Requisite Expertise And Relevant Experience. The Support Requires Meticulous And Highly Technical Skillsets Which Are Not Readily Available In The Marketplace In The Timeframe Necessary. the Statutory Authority For Other Than Full And Open Competition Is 10 Usc 2304 (c) (1), As Implemented By Far 6.302-1(a)(2)(iii), Only One Responsible Source And No Other Supplies Or Services Will Satisfy Agency Requirements. Companies Who Believe They Can Provide This Service Must Indicate Their Interest In Writing Within 15 Days Of This Notification And Include A Detailed Capability Statement. No Reimbursement For Any Cost Connected With Providing Capability Information Will Be Provided. All Responsible Sources Will Be Considered In Evaluating The Determination To Issue A Sole-source Contract. Quotations Or Proposals Received In Response To This Notice Cannot Be Accepted Since This Synopsis Cannot Be Considered A Request For Quote Or A Request For Proposal. A Solicitation Will Not Be Posted To Sam.gov Due To The Sole Source Nature Of The Requirement. the North American Classification System (naics) Code 541512 Will Be Used For Determining Company Size Status. contract/program Background: contract Number: Hc102824c0004 contract Type: Cost Plus Fixed Fee And Cost Reimbursable Travel incumbent And Their Size And Cage: Synergetic Information Systems, Inc. (synergetic), 531d9 method Of Previous Acquisition: Other Than Full And Open Competition In Accordance With Far 603-1. period Of Performance: February 3, 2024 – May 2, 2025 contract Number: Gs06f0599z/hc102818f1388 contract Type: Cost Plus Fixed Fee And Cost Reimbursable Travel incumbent And Their Size And Cage: Alliant Enterprise Joint Venture, Llc, 4l5l3 method Of Previous Acquisition: Competitively Awarded As A Small Business Set Aside Against The Gsa Alliant Small Business Governmentwide Acquisition Contracts. period Of Performance: September 24, 2018 – February 2, 2024 special Requirements: All Personnel Performing On Or Supporting A Disa Contract In Any Way Shall Be U.s. Citizens. Work Performed Under This Contract/order Is Up To The Top-secret Level For Some Personnel. Therefore, The Company Must Have A Final Top Secret Facility Clearance From The Defense Counterintelligence And Security Agency Facility Clearance Branch. points Of Contact: contracting Officer: Shamra Y. Joiner, Shamra.y.joiner.civ@mail.mil contract Specialist: Jason Day, Jason.j.day.civ@mail.mil
11-20 of 10000 active Tenders