Security Tenders
Viken Fylkeskommune Tender
Norway
Closing Date9 Dec 2025
Tender AmountRefer Documents
Details: Dynamic purchasing system: dps system ict consultants The contract will cover the contracting authority’s need for competence that is not available in its own business, or where there is a need for an independent external task solution. the contracts can also be used if extra capacity and transfer of competence are needed.The relevant competence areas are as follows:a: consultancyb: architecturec: project managementd: infrastructuree: system developmentf: information securitythe contract will cover the contracting authority’s need for competence that is not available in its own business, or where there is a need for an independent external task solution. the contracts can also be used if extra capacity and transfer of competence are needed.The relevant competence areas are as follows:a: consultancyb: architecturec: project managementd: infrastructuree: system developmentf: information security
Nottinghamshire County Council Tender
United Kingdom
Closing Date12 Dec 2031
Tender AmountRefer Documents
Details: Tenders are invited for domestic abuse safe accommodation support services dynamic provider list Nottinghamshire county council wishes to procure a range of domestic abuse safe accommodation support services using a dynamic purchasing system (dps). suitably experienced organisations will be selected to join the domestic abuse safe accommodation support services dynamic provider list. all services procured under this dps will have a common aim to provide comprehensive specialist support services for survivors of domestic abuse and their children residing in domestic abuse safe accommodation. in particular the services must: • ensure the highest degree of safety and security for survivors residing in the accommodation • survivors must be assessed and offered individual support to meet their needs and aid their recovery • survivors should be supported to access other services to meet their physical and mental health needs. • survivors should be supported and encouraged to make independent decisions about their lives • services should be responsive to the needs of children and young people, ensuring they receive the right support to deal with the trauma they have endured.To be included on the dps organisations must have a minimum of three years’ experience of delivering specialist support services for survivors of domestic abuse. Estimated contract dates: 13/12/2021 end date 12/12/2031
Parks Canada Tender
Canada
Closing Date22 Nov 2099
Tender AmountNA
Details: 5p047-21-0068 Request For Supply Arrangement - Accessibility Assessment Consultants – Parks Canada – Nationally Bids Received By Email Will Be Accepted As Official. Bids Received In-person Or By Fax Or By Courier Will Not Be Accepted. The Only Acceptable Email Address For Responses To Bid Solicitations Is Soumissionsest-bidseast@pc.gc.ca. Bids Submitted By Email Directly To The Contracting Authority Or To Any Email Address Other Than Soumissionsest-bidseast@pc.gc.ca Will Not Be Accepted. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Bidder Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Bid Due To File Size. Emails With Links To Bid Documents Will Not Be Accepted. Bid Documents Must Be Sent As Email Attachments. Requirement Parks Canada Agency (pca) Is Committed To Ensuring That Our Places, Services And Programs Are Inclusive To All Visitors. In Addition, The Recent Adoption Of The Accessible Canada Act (2019) Mandates That Our Places Be Fully Accessible By 2040. The Purpose Of This Supply Arrangement Is To Invite Qualified Accessibility Consultants To Provide A Submission Of Qualification In Order For Parks Canada (pca) To Create A List Of Qualified Firms To Complete Accessibility Assessments In Different Regions Across The Country. Contracts Resulting From The Sa Will Typically Range Anywhere Between $1,000.00 Up To A Maximum Of $500,000.00 (applicable Taxes Included). The Supply Arrangement Has No Defined End-date And Will Remain Valid Until Such Time As Canada No Longer Considers It To Be Advantageous To Use It. Period Of The Supply Arrangement The Supply Arrangement Has No Defined End-date And Will Remain Valid Until Such Time As Canada No Longer Considers It To Be Advantageous To Use It. The Period For Awarding Contracts Under The Supply Arrangements Begins Once A Minimum Of Three (3) Suppliers Have Been Issued A Supply Arrangement. Security Requirement There Is No Security Requirement Applicable To The Supply Arrangement. Enquiries All Enquiries Of A Technical And Contractual Nature Are To Be Submitted To The Contracting Authority. Enquiries Regarding This Bid Must Be Submitted In Writing And Should Be Received No Later Than Five (5) Business/calendar Days Prior To The Date Set For Solicitation Closing To Allow Sufficient Time To Provide A Response. Enquiries Received After That Time May Result In An Answer Not Being Provided. Information: National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Www.buyandsell.gc.ca/tenders . Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.
Parks Canada Tender
Canada
Closing Date31 Mar 2026
Tender AmountNA
Details: The Email Address For Responses To The Request For Supply Arrangement (rfsa) Is Pc.rouge.sa-ama.pc@canada.ca. The Maximum Email File Size That Parks Canada Is Capable Of Receiving Is 15 Megabytes. The Supplier Is Responsible For Any Failure Attributable To The Transmission Or Receipt Of The Emailed Bid Due To File Size. The Supplier Should Be Cognisant Of The Size Of The Email As A Whole, And Not Only The Attachments. Please Take Into Consideration That Some Attachments, When Sent, May Be Resized During The Email Transfer. If The Email Size Is Too Large, The Supplier Should Send The Arrangement In Multiple Emails Properly Labeled With The Solicitation Number, Project Name, And Indicate How Many Emails Are Included (ex. 1 Of 2). Requirement Parks Canada Agency Requires The Services Of General Contractors In Rouge National Urban Park To Provide Services Related To, But Not Limited To, Inspection, Assessment, Maintenance, Repairs, Replacement, Upgrades And/or Demolition Services On Buildings Components, Systems, Grounds And Exterior Structures; Contracts Resulting From This Sa Will Include The Following Streams Of Services: Stream 1 - Hvac Services Stream 2 - Plumbing Services Stream 3 - Electrical Services Stream 4 - Powerline Services Stream 5 - General Carpentry Services Stream 6 - Roofing Services Stream 7 - Masonry Services Stream 8 - Foundation Services Stream 9 - Demolition Services Stream 10 - Insulation Services Stream 11 - Pest Control Services Stream 12 - Fire Safety Equipment Services Stream 13 - Energuide Energy Efficiency Stream 14 - Locksmith Services Stream 15 - General Contracting Services For Architectural Work Stream 16 - General Contracting Services For Civil Work Stream 17 - Laborers Services Stream 18 - Landscaping Services Stream 19 - Arborist Services Stream 20 – Snow Removal Services Stream 21 - Trails Services Stream 22 - Septic Systems Services Stream 23 - Wells Services Stream 24 - Earthworks Services Stream 25 – Junk/debris Removal Services Period Of Agreement The Supply Arrangement Has No Defined End-date And Will Remain Valid Until Such Time As Canada No Longer Considers It To Be Advantageous To Use It. Security Requirement There Is A Security Requirement Associated With This Solicitation For Select Streams Of Service. Indigenous Procurement Pca Reserves The Right To Employ Various Strategies To Enhance Indigenous Opportunities. Under This Agreement, Pca May Employ Strategies Which Include, But Are Not Limited To, The Procurement Strategy For Aboriginal Business (psab), Indigenous Benefits Plans (ibp) And Setting Aside Packages Of Work To Indigenous Supply Arrangement Holders. Enquiries All Enquiries Of A Technical And Contractual Nature Must Be Submitted Only To The Parks Canada Agency (pca) Authority Indicated On Page 1 Of The Request For Supply Arrangements (rfsa). Information: National Parks Regulations Require That All Work Is To Be Performed In Accordance With The Ordinances, Laws, Rules And Regulations Set Out In The National Park Act. Bidders That Consider Themselves Qualified To Provide This Work And Intend To Submit Bids On This Project Should Obtain Documents From The Government Electronic Tendering Service Through The Government Of Canada Tendering Service At Www.buyandsell.gc.ca/tenders . Addenda, When Issued, Will Be Available From The Government Of Canada Tendering Service. Bidders That Elect To Base Their Bids On Documents Obtained From Other Sources Do So At Their Own Risk. Late Submissions Will Not Be Considered. The Crown Retains The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Parks Canada Has Made Every Effort To Provide Equivalent Documents In Both Official Languages, However, If You Find Any Discrepancies Between The English And French Documents, Please Notify The Contract Officer Listed In This Opportunity As Soon As Possible So That We Can Rectify The Situation.
DEFENSE LOGISTICS AGENCY USA Tender
United States
Closing Date13 Jul 2026
Tender AmountRefer Documents
Description: Amendment 01subsistence Network Baa 004-21 Is Hereby Amended For Clarification Regarding Theevaluation Rating Scheme. subnet Will Have A Wide-spread Focus On Solutions To Develop And Promote Manufacturing Improvements In The Subsistence Supply Chain. The Program Goals Are To Leverage The Latest Technologies, Encourage Innovation And Modernization, And To Maximize Capability And Capacity In Subsistence. The Program Engages All Elements Of The Supply Chain Including The Dod Combat Ration Producers, Commercial Food Suppliers, Academia, And Other Industry And Federal Agencies To Research, Leverage, Implement, And Transition Improved Technologies In The Subsistence Supply Chain. The Research Seeks Identification And Test Of Low-risk, High-impact Technology, Quality And Process Improvements Of The Individual And Group Combat Rations, And Improvements In Subsistence Products Or Equipment. The Subnet Short Term Projects Should Result In Such Measures As Reduced Cost, Increased Efficiencies, And Improved Surge Demand Capabilities. These Improvements Will Transition To Industrial Base Suppliers, Military Services, And The Warfighters. Research Projects Shall Involve Current Trends Related To Combat Rations, Field Feeding Solutions, Food Equipment, Food Footprint, Food Innovations, Food Safety And Defense; Garrison Feeding, Nutrition And Health, Storage And Packaging Solutions, Water Security, Subsistence Supplies Condition Monitoring During Shipments, And Additional Topics.
DEPT OF THE AIR FORCE USA Tender
Others
United States
Closing Date30 Sep 2025
Tender AmountRefer Documents
Details: Finding Innovative Solutions For Test (fast) Commercial Solutions Opening (cso) this Commercial Solutions Opening (cso) Solicitation Is Issued In Accordance With Dod Class Deviation 2018-o0016 “dod Commercial Solutions Opening Pilot Program.” federal Agency Name: Air Force Test Center federal Agencies Capable Of Issuing Contracts/agreements: The Fast Cso Is Targeted To The Air Force Test Center (aftc) And Other Associated Partners In Test, Including The Air Force Research Laboratory (afrl) And The Air Force Operational Test And Evaluation Center (afotec). However, Other Organizations Seeking Innovative Solutions To Their Test Needs May Issue Calls And Subsequent Awards/agreements Under This Cso. Organizations Outside Of Aftc, Afrl, And Afotec Can Contact The Contracting Point Of Contact (poc) Identified Within This Document. cso Number: Fa9302-21-s-c001 commercial Solutions Opening (cso) Type: This Is An Open Cso With Calls. Meaning This Cso Will Be “amended” To Issue Calls As Objectives Requiring Innovative Solutions Are Identified By Various Organizations Within The Defense Test Community. These Calls Will Be Issued By Organizations, Posted On Betasam.gov In Separate Instances, And The Calls Will Reference The Fast Cso. The Fast Cso Will Remain Open For The Issuance Of Calls Until 30 Sep 22. All Contract Awards Or Agreements Made Against Calls Under This Cso Must Be Made On Or Before 30 Sep 22. The Cso General Solicitation Method Is A Pilot Program. The Intent Is To Extend Fast Should The Pilot Program Be Extended Or Made Permanent[1]. Contracts And Agreements Issued Against This Cso Are Considered “commercial” Notwithstanding The Definition Of Commercial Item In Far 2.101. This Document Is Not A Request For White Papers Or Proposals. Please Note, Interested Parties Will Not Be Reimbursed For Costs Associated With Responding To This Cso, To Include Responses To Calls Issued Against This Cso. calls: Calls Will Include Areas Of Interest (aoi) Defined By The Organizations Issuing The Calls. Each Call Can Be Designed To Meet The Needs Of The Issuing Organization. Descriptions Of Potential Call Structures Can Be Found Below. Calls Will Include Instructions To Interested Parties, Due Dates For White Papers/proposal Submissions, And Selection Criteria. call Structures: one-step: The One-step Process Is Used To Request Full Technical And Cost Proposals From Each Interested Party. The Proposals Are Evaluated In Accordance With The Solicitation Criteria And All Of A Selected Proposal, Part Of A Selected Proposal, Or None Of The Proposals Are Selected. two-step: The Two-step Process Is Sometimes Used When A Large Number Of Proposals Are Anticipated. Potential Interested Parties Are Invited To Submit Brief Descriptive White Papers In Lieu Of Full Proposals. The Call Must State Whether An Unfavorable White Paper Evaluation Will Bar The Interested Parties From Further Consideration. Full Proposals Are Requested From Those Interested Party Selected In The White Paper Evaluation Process. When Proposals Are Received, They Are Evaluated, And Selection Decisions Are Made. open: This Approach Allows For White Paper And/or Proposal Submission At Any Time Within A Specified Period Or At Any Time During The Call’s Availability. A Call Issued Against The Fast Cso Will Be Available For Maximum Of One Year. With This Approach, White Papers And/or Proposals Are Evaluated As Received. closed: This Approach Allows For White Paper And/or Proposal Submittals At A Specified Date And Time As Set Forth Within The Call. Late Bid And Proposal Provisions (iaw Far 52.215-1(c)(3)) Are Usually Included In The Call. white Paper/proposal Submission: White Papers And/or Proposals Must Be Submitted To The Contracting Point Of Contact (poc) Identified Within Each Call. solicitation Request: White Papers Or Proposals Are Not Requested At This Time. White Papers Or Proposals Will Be Solicited Via Calls. evaluations Factors: The Primary Evaluation Factors For Selecting Proposals For Award Shall Be Technical, Importance To Agency Programs, And Funds Availability. Price Shall Be Considered To The Extent Appropriate, But At A Minimum, To Determine That The Price Is Fair And Reasonable. Calls May Add To These Factors (e.g., Past Performance). debriefings: Debriefings Will Be Handled In Accordance With Far 52.212-1(l). The Cognizant Contracting Officer For Each Call Will Determine The Best Method To Provide Debriefings (i.e., Phone Call, In-person Brief, Or Written). north American Industry Classification System (naics) Code: Naics Codes Will Be Identified Within Each Call Issued Against This Cso. type Of Contract/instrument: The Government Intends To Award Far Part 12, Fixed Price Type Contracts As A Result Of This Solicitation; However, The Government Also Reserves The Right To Award An Other Transaction For Prototype Project Pursuant To 10 Usc 2371b. The Government May Also Award Follow-on Production Contracts Related To Other Transaction For Prototype Projects Issued Under This Cso. The Government Further Reserves The Right To Award All, Part, Or None Of The Proposals Received. estimated Program Cost: There Is No Cumulative Ceiling Estimated For This Cso. However, Individual Awards Are Not Anticipated To Exceed $100m. Should An Offeror Desire To Submit A Solution In Excess Of This Value, The Offeror Shall Contact Both The Cognizant Fast Cso Contracting Officer And The Call Contracting Officer For The Stated Area Of Interest. Detailed Estimated Cost Or Funding Profiles May Be Included In Calls And Amendments For Open Periods. anticipated Number Of Awards: It Is Anticipated That Organizations Will Award Multiple Awards Supporting Efforts Described Within Calls. However, Organizations Issuing Calls Reserve The Right To Award Zero, One, Or More Contracts/agreements For All, Some Or None Of The Solicited Effort Based On The Offeror's Ability To Perform Desired Work And Funding Limitations. brief Program Summary: The Objective Of The Fast Cso Is To Provide A Mechanism By Which The Government Can Partner With Industry. To Do So, The Government Must Broaden Its Horizons – In Order To Bring Innovative Solutions Required To Accelerate The Efficiency And Effectiveness Of Our Nation’s Test Mission. Awards And Agreements Will Be Issued To Industry Partners Offering “innovative Solutions” To The Described Objectives, Desired End States, Or Capability Gaps Defined By Organizations Issuing Calls. To Be Considered, The Solutions Offered Must Meet The Definition Of An Innovative Solution. For The Purposes Of This Cso, Innovative Means Any Technology, Process, Or Method Including Research And Development, That Is New As Of The Date Of The Proposal Submission; Or Any New Application Of An Existing Technology, Process, Or Method As Of The Proposal Date. Additionally, This Cso May Result In The Award Of Research And Development Contracts/agreements Ranging From Basic Research Through Operational Systems Development. communication Between Prospective Offerors And Government Representatives: open Communication Is Encouraged. Questions, Suggestions, Or Feedback Related To The Fast Cso Can Be Provided To The Fast Cso Poc Identified Within This Document. calls: Specific Communications Related To Objectives Within A Call, Will Be Treated In Accordance With Instructions Provided Within That Call. Open Communications Are Encouraged Otherwise. communications With Any Of The Points Of Contact Shall Not Constitute A Commitment By The Government To Subsequently Fund Or Award Any Proposed Effort. Additionally, Only Contracting Officers And Agreements Officers Are Legally Authorized To Commit The Government. technical Pocs: Government Technical Pocs Will Be Identified Within Each Call. contracting Pocs: contracting Officer marc Venzon marc_anthony.venzon@us.af.mil 661-277-3234 contract Specialist carlos A. Barrera carlos.barrera.8@us.af.mil 661-277-8438 cso Primary Pco questions, Suggestions, Or Feedback Pertaining To The Fast Cso Can Be Sent To The Following Email: Aftc.pziec.fastcso@us.af.mil. This Email Will Be Monitored By Aftc/pziec Contracting Officers. This Team Will Be Unable To Answer Specific Questions Related To Calls Issued Against This Cso, And Interested Parties Are To Direct Questions Related To Calls To Those Pocs Identified Within The Call. miscellaneous Information: system For Award Management (sam) Registration: Sam Is The Primary Government Repository For Prospective Federal Awardee Information And The Centralized Government System For Certain Contracting, Agreements, Grants, And Other Assistance Related Processes. By Submission Of An Offer To A Call Under This Cso, The Offeror Acknowledges The Requirement That A Prospective Awardee Shall Be Registered In The Sam Database Prior To Award, During Performance, And Through Final Payment Of Any Contract, Basic Agreement, Basic Ordering Agreement, Or Blanket Purchasing Agreement Resulting From This Solicitation. Contractors May Obtain Information On Registration And Annual Confirmation Requirements Via The Sam Accessed Through Https://www.acquisition.gov Or By Calling 866-606-8220. security: Unless Otherwise Stated In A Call, Interested Parties Should Submit Unclassified White Papers Or Proposals. If An Interested Party Deems A Classified White Paper Or Proposal Is Necessary, Refer To The Contracting Poc Listed Within The Call. Individual Calls Will Identify Whether A Contract Security Classification Specification (dd 254) Is Applicable To The Call. If A Dd 254 Is Required, Offerors Must Possess All Required Personnel Security Clearance, Facility Clearance, And Other Infrastructure Requirements Necessary To Perform Any Proposed Classified Work In Accordance With The Referenced Dd 254. cybersecurity: Offerors Should Be Aware Of The Provision Dfars 252.204-7019 Notice Of Nist Sp 800-171 Dod Assessment Requirements And Clause Dfars 252.204-7020 Nist Sp 800-171 Dod Assessment Requirements. If An Offeror Is Required To Implement Nist Sp 800-171, The Offeror Shall Have A Current Assessment (i.e., Not More Than 3 Years Old) For Each Covered Contractor Information System That Is Relevant To The Offer, Contract, Task Order, Delivery Order, Or Agreement. Dod Assessments Are Described In The Nist Sp 800-171 Dod Assessment Methodology Located Athttps://www.acq.osd.mil/dpap/pdi/cyber/strategically_assessing_contractor_implementation_of_nist_sp_800-171.html. [1] See Dars Tracking Number 2018-o0016 Class Deviation – Defense Commercial Solutions Opening Pilot Program. The Class Deviation Allowing The Use Of A Cso Remains In Effect Until 30 Sep 2022.
5531-5540 of 5580 active Tenders