Website Tenders
Department Of Health, Disability And Ageing Australia Tender
Others
Australia
Details: The Department Of Health, Disability And Ageing Requires The Services Of An Organisation To Provide Support To Thalidomide Survivors To Ensure They Are Assisted To Access Health And Disability Support Services, Including The Australian Thalidomide Survivors Support Program, Ndis And Other Government Services. The Thalidomide Support Service (tss) Will Provide Nationwide Support To Thalidomide Survivors Through A Single Organisation. This Will Include Assisting Recognised Survivors In Their Applications For Existing Government Support, Applications For The Health Care Assistance Fund (hcaf) And Extraordinary Assistance Fund (eaf), The National Disability Insurance Scheme (ndis) And Aged Care. The Planned Procurement Will Require Tss To Work In A Timely Manner To Provide Support Via Phone And Email And Provide Information On A Website.
Closing Soon11 Aug 2025
Tender AmountRefer Documents
Royal Canadian Mounted Police - RCMP Tender
Civil And Construction...+1Civil Works Others
Canada
Details: The Royal Canadian Mounted Police (rcmp) Intends To Retain A Contractor To Provide Construction Services To Build A New Detachment On Newly Purchased Land. The New Land Is Located At 216 David Brown Way, Princeton, Bc V0x 1w0. The New Building Will Be 1185 M2 And Have Various Levels Of Security Requirements Integrated Into The Design. These Requirements Will Require Specific Security Expertise And Collaboration With The Client Subject Matter Experts. Upon Completion And Occupancy Of The New Building, The Existing Detachment Located At 200 Highway 3 E, Princeton, Bc, V0x 1w0, Will Be Demolished And The Surrounding Property Will Be Restored For Future Use By The Province Of Bc. The Contractor Must Perform And Complete The Work By December 18, 2026 From The Date Of Contract Award. Basis Of Selection: This Is A Two Phase Selection Process. Bidders Responding To This Itt Are To Submit A Bid In Two Phases. Phase One Bids Cover Only The Qualifications And Experience Of The Bidders, Refer To Si05 ‘submission Of Bid’. Following Evaluation Of Phase One Bids, Bidders Are Advised Of Their Competitive Standing And Responsive Phase One Bidders Will Be Invited To Submit A Phase Two Bid. Phase Two Bids Cover The Pricing. A Combination Of The Phase One And Phase Two Submissions Constitutes The Final Bid. Tenders Must Be Submitted To The Rcmp Bid Receiving Unit By Email To: E_pacific_bids@rcmp-grc.gc.ca Refer To The Attached Tender Documents To Obtain Further Information. Canada Retains The Right To Negotiate With Any Supplier On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada. Procuring Office: Alice Weng Procurement & Contracting Unit E Division Rcmp 909-14200 Green Timbers Way, Surrey, Bc V3t 6p3 Ph: 236-334-1449 Email: Alice.weng@rcmp-grc.gc.ca Canada Will Make Available Notices Of Proposed Procurement (npp), Bid Solicitations And Related Documents For Download Through The Government Electronic Tendering Service (gets) At Https://canadabuys.canada.ca/en/tender-opportunities . Canada Is Not Responsible And Will Not Assume Any Liabilities Whatsoever For The Information Found On Websites Of Third Parties. In The Event An Npp, Bid Solicitation Or Related Documentation Would Be Amended, Canada Will Not Be Sending Notifications. Canada Will Post All Amendments, Including Significant Enquiries Received And Their Replies, Using Gets. It Is The Sole Responsibility Of The Bidder To Regularly Consult Gets For The Most Up-to-date Information. Canada Will Not Be Liable For Any Oversight On The Bidder's Part Nor For Notification Services Offered By A Third Party. The Rcmp Has Adopted The Ineligibility And Suspension Policy Administered By Public Services And Procurement Canada. As A Result, The Supplier Integrity And Compliance Provisions Are Being Applied In Rcmp Contracting Activities As Outlined In This Solicitation. Indigenous Procurement: The Federal Indigenous Business Directory (ibd) Is An Online Resource For All Levels Of Government And The Private Sector To Identify Indigenous Business Capacity. Having A Business Profile In The Ibd Will Increase Your Company’s Visibility And May Provide Additional Business. A Profile In The Ibd Can Also Allow You To Compete For Federal Government Contracts That Are Set-aside For Indigenous Businesses Through The Procurement Strategy For Indigenous Businesses. For More Information And To Review Eligibility Criteria And Register, Visit: Www.canada.ca/indigenousbusinessdirectory.
Closing Soon6 Aug 2025
Tender AmountRefer Documents
Bc Timber Sales Timber Auctions Tender
Others
Canada
Description: Summary Details Tsl Ta2671, Tpl - Dc, Boot Lake Bonus Offer/cruise-based Take Notice That, Pursuant To Section 20 Of The Forest Act, Timber Sale Licence Ta2671 Is Being Offered For Sale By The Bc Timber Sales Peace-liard Business Area. Tenders Will Only Be Accepted From Individuals Or Corporations Registered As A Bc Timber Sales Enterprise In Category Category 1 (market) & Category 4 (value-added) Under The Bc Timber Sales Regulation. Questions & Answers Official Contact Name: Jason Smith All Questions Related To This Timber Sale Licence Must Be Submitted In Writing Only To The Official Contact At The Following Email Address: Tpl.timberauctions@gov.bc.ca. The Deadline For Receiving Questions Is 9:30 Am (pst) On July 29, 2025. If Questions Are Received, A Question & Answer Document Will Be Posted To Bc Bid By 1:30 Pm (pst) On August 5, 2025. Closing Date: August 12, 2025 At 9:30 Am (pst) No Public Attendance At Tender Opening. Closing Location: Applications Will Be Accepted By The Timber Sales Manager, Peace-liard Timber Sales Office, At: 9000 – 17th St., Dawson Creek, Bc, V1g 4a4. Geographic Location: Boot Lake Total Estimated Timber Sale Volume: 29,648m3, More Or Less Estimated Area: 210.90 Ha. Estimated Species: Spruce (sp) 17,546m³(59%), Lodgepole Pine (lo) 10,562m³(36%), Balsam (ba) 142m³(<1%), Aspen (at) 1,398m³(5%), More Or Less. The Preceding Volume And Species Estimates Are Based On Samples From A Full Cruise. Please See Tender Package For Additional Detail. Bidders Are Strongly Advised To Conduct A Thorough Field Review Of The Licence Area To Verify Timber Volume And Grade Estimates. Licence Term: 22 Months Total Stumpage Value: $7,412.00. The Total Stumpage Value Was Determined In Accordance With The Interior Appraisal Manual. This Is A Cruise-based Tsl Pursuant To Section 106 Of The Forest Act. Scaling Of Logs Is Not Required For Billing Purposes. The Total Amount Of Stumpage And The Bonus Offer Will Be Payable In Periodic Increments Upon Commencement Of Harvesting. If, After Reviewing The Tender Package, You Are Still Unsure Of The Differences Between A Bonus Offer And Bonus Bid, Or Of The Differences Between A Cruise Based And Scale Based Tsl, Please Contact The Timber Sales Office Identified Above. The Successful Applicant Will Be Required To Implement And Conform To The Bc. Timber Sales Environmental Management System And This Tsl Also Conforms To The Standards Of The Following Forest Management Certification System: Sustainable Forestry Initiative. Be Aware That Bcts Has Made Changes To Its Ems And Sfm Programs To Meet The Updated 2022 Sustainable Forestry Initiative (sfi) Forest Management Standard. Changes Impacting Bcts Clients Include New Training Requirements (table 008-1, 0008-1a, Tailgate Training, Sfi Awareness Documents, And New Indigenous Rights Awareness Information). In Addition, Note Changes To Ems/sfm Environmental Field Procedures And Incident Reporting Procedures Which Occurred June 1, 2022. Supervisors And Workers Will Need To Get Familiar With These Changes Prior To Commencement Of Operations. These Documents Are Posted On Our External Ems/sfm Website At Bc Timber Sales - Business Area Environmental Management System (ems) And Sustainable Forest Management (sfm) - Province Of British Columbia (gov.bc.ca). More Information On Sfi Available At Https://forests.org/. All Individuals, Corporations Or Partnerships Who Provide Direction To Workers Or Contractors Who Work Or Operate On Tsl Area(s) Will Be Required To Be Certified As Safe Companies, Endorsed By The Bc Forest Safety Council As New Entrants, Or Certified Under A Safety Certification Scheme Recognized By The Bc Forest Safety Council Or Bc Timber Sales, Or Work For An Employer That Is So Certified Or Endorsed. Please Also Refer To The Following Website For More Information: Https://www2.gov.bc.ca/gov/content/industry/forestry/bc-timber-sales/safety. On July 8, 2022 The Provincial Public Health Officer (pho) Signed An Order Under The Public Health Act (update To Earlier Orders) Regarding The Management Of Industrial Camps To Prevent And Control The Risk Of Transmission Of Communicable Diseases, Including Sars-cov-2. The Ministry Of Health Has Prepared A Guidance Document For Employers And Operators Of Natural Resource Sector Work Camps, Titled: Industrial Camps And Communicable Diseases Guidelines - Guidance For Workers, Contractors, And Employers In The Agricultural, Forestry, And Natural Resource Sectors On Implementing The Provincial Health Officer Industrial Camps Order- July 8, 2022.. A Copy Of This Guidance Is Available At The Following Weblink: Https://www2.gov.bc.ca/assets/gov/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/covid-19/guidance_all_sector_work_camps.pdf Additional Information Is Available On The Office Of The Provincial Health Officer Weblink: Https://www2.gov.bc.ca/gov/content/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/current-health-issues/covid-19-novel-coronavirus Applicants Are Encouraged To Confirm The Status Of Their Bcts Enterprise Registration To Ensure They Are Eligible To Apply For This Timber Sale Licence Prior To Submitting A Tender. Please Contact The Bc Timber Sales Peace-liard Business Area If You Are Unsure Of Your Eligibility To Submit A Tender. All Tender Information Provided For This Tsl Is Subject To Change. Any Changes Will Be Posted On This Site Before The Closing Date Of The Auction. It Is The Applicant’s Responsibility To Revisit This Site To Stay Abreast Of Any Changes That May Affect Their Bid.
Closing Soon12 Aug 2025
Tender AmountRefer Documents
Bc Timber Sales Timber Auctions Tender
Others
Canada
Description: Tsl Ta2375, Tpl - Dc, Red Willow Bonus Bid/scale-based Take Notice That, Pursuant To Section 20 Of The Forest Act, Timber Sale Licence Ta2375 Is Being Offered For Sale By The Bc Timber Sales Peace-liard Business Area. Tenders Will Only Be Accepted From Individuals Or Corporations Registered As A Bc Timber Sales Enterprise In Category Category 1 (market) & Category 4 (value-added) Under The Bc Timber Sales Regulation. Questions & Answers Official Contact Name: Jason Smith All Questions Related To This Timber Sale Licence Must Be Submitted In Writing Only To The Official Contact At The Following Email Address: Tpl.timberauctions@gov.bc.ca. The Deadline For Receiving Questions Is 9:30 Am (pst) On July 23, 2025. If Questions Are Received, A Question & Answer Document Will Be Posted To Bc Bid By 1:30 Pm (pst) On July 30, 2025. Closing Date: August 6, 2025 At 9:30 Am (pst) No Public Attendance At Tender Opening. Closing Location: Applications Will Be Accepted By The Timber Sales Manager, Peace-liard Timber Sales Office, At: 9000 – 17th St., Dawson Creek, Bc, V1g 4a4 Geographic Location: Red Willow Total Estimated Timber Sale Volume: 22,765m3, More Or Less Estimated Area: 98.10 Ha. Estimated Species: Lodgepole Pine (lo) 21,130m³(93%), Spruce (sp) 1,358m³(6%), Aspen (at) 277m³(1%), More Or Less. The Preceding Volume And Species Estimates Are Based On Samples From A Full Cruise. Please See Tender Package For Additional Detail. Bidders Are Strongly Advised To Conduct A Thorough Field Review Of The Licence Area To Verify Timber Volume And Grade Estimates. Licence Term: 22 Months Upset Stumpage Rate: $32.28/m³. The Upset Stumpage Rate Was Determined In Accordance With The Interior Appraisal Manual And Applicable To Coniferous Sawlog Grades. The Successful Applicant Will Be Required To Implement And Conform To The Bc Timber Sales Environmental Management System And This Tsl Also Conforms To The Standards Of The Following Forest Management Certification System: Sustainable Forestry Initiative. Be Aware That Bcts Has Made Changes To Its Ems And Sfm Programs To Meet The Updated 2022 Sustainable Forestry Initiative (sfi) Forest Management Standard. Changes Impacting Bcts Clients Include New Training Requirements (table 008-1, 0008-1a, Tailgate Training, Sfi Awareness Documents, And New Indigenous Rights Awareness Information). In Addition, Note Changes To Ems/sfm Environmental Field Procedures And Incident Reporting Procedures Which Occurred June 1, 2022. Supervisors And Workers Will Need To Get Familiar With These Changes Prior To Commencement Of Operations. These Documents Are Posted On Our External Ems/sfm Website At Bc Timber Sales - Business Area Environmental Management System (ems) And Sustainable Forest Management (sfm) - Province Of British Columbia (gov.bc.ca). More Information On Sfi Available At Https://forests.org/. All Individuals, Corporations Or Partnerships Who Provide Direction To Workers Or Contractors Who Work Or Operate On Tsl Area(s) Will Be Required To Be Certified As Safe Companies, Endorsed By The Bc Forest Safety Council As New Entrants, Or Certified Under A Safety Certification Scheme Recognized By The Bc Forest Safety Council Or Bc Timber Sales, Or Work For An Employer That Is So Certified Or Endorsed. Please Also Refer To The Following Website For More Information: Https://www2.gov.bc.ca/gov/content/industry/forestry/bc-timber-sales/safety. On July 8, 2022 The Provincial Public Health Officer (pho) Signed An Order Under The Public Health Act (update To Earlier Orders) Regarding The Management Of Industrial Camps To Prevent And Control The Risk Of Transmission Of Communicable Diseases, Including Sars-cov-2. The Ministry Of Health Has Prepared A Guidance Document For Employers And Operators Of Natural Resource Sector Work Camps, Titled: Industrial Camps And Communicable Diseases Guidelines - Guidance For Workers, Contractors, And Employers In The Agricultural, Forestry, And Natural Resource Sectors On Implementing The Provincial Health Officer Industrial Camps Order- July 8, 2022.. A Copy Of This Guidance Is Available At The Following Weblink: Https://www2.gov.bc.ca/assets/gov/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/covid-19/guidance_all_sector_work_camps.pdf Additional Information Is Available On The Office Of The Provincial Health Officer Weblink: Https://www2.gov.bc.ca/gov/content/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/current-health-issues/covid-19-novel-coronavirus Applicants Are Encouraged To Confirm The Status Of Their Bcts Enterprise Registration To Ensure They Are Eligible To Apply For This Timber Sale Licence Prior To Submitting A Tender. Please Contact The Bc Timber Sales Peace-liard Business Area If You Are Unsure Of Your Eligibility To Submit A Tender. All Tender Information Provided For This Tsl Is Subject To Change. Any Changes Will Be Posted On This Site Before The Closing Date Of The Auction. It Is The Applicant’s Responsibility To Revisit This Site To Stay Abreast Of Any Changes That May Affect Their Bid.
Closing Soon6 Aug 2025
Tender AmountRefer Documents
Washington Metropolitan Area Transit Authority - WMATA Tender
Civil And Construction...+1Civil Works Others
United States
Details: Request For Proposals (rfp), Solicitation No.: Cssrp255215/wjg, K99 West Falls Church (wfc Or K99) Yard Rehabilitation.
this Solicitation Requests Design-build Contractors To Submit Separate Technical And Price Proposals, Along With Contractual Documents, For The K99 West Falls Church (wfc) Yard Rehabilitation.
the Completed Project Will Result In Comprehensive Design, Installation, Testing, And Commissioning Of The Automatic Train Control Elements In West Falls Church Yard (k99).
notice To Potential Proposers
to Obtain The Solicitation Documents For Cssrp255215wjg, Interested Parties Must Send An Email To The Attention Of William Geroux, Contract Administrator, At Wgeroux@wmata.com.
please Use The Following Subject Line In Your Email:
subject: Request For Solicitation Documents, Cssrp255215wjg
in The Body Of Your Email, Include The Following Information:
your Full Name
company Name
company Address
company Website
the Solicitation Documents Will Be Provided Via Wmata¿s Project Management System (procore).
Closing Soon8 Aug 2025
Tender AmountRefer Documents
Department Of Public Works And Government Services PSPC Tender
Software and IT Solutions
Canada
Details: Please Note That The Isc Website Will Be Available On July 3, 2025 At 10:30am Edt/est.* This Challenge Notice Is Issued Under The Innovative Solutions Canada Program (isc) Call For Proposals 004 (en578-24isc4). For General Isc Information, Offerors Can Visit The Isc Website At: Http://www.ic.gc.ca/eic/site/101.nsf/eng/home Please Refer To The Solicitation Documents Innovative Solutions Canada Program Call For Proposals – 004 - Tender Notice | Canadabuys Https://canadabuys.canada.ca/en/tender-opportunities/tender-notice/cb-331-17030872 Which Contains The Process For Submitting A Proposal. Steps To Apply: Step 1: Read This Challenge Step 2: Read The Call For Proposals : Https://canadabuys.canada.ca/en/tender-opportunities/tender-notice/cb-331-17030872 Step 3: Propose Your Solution Here : Https://ised-isde.canada.ca/site/innovative-solutions-canada/en/advanced-technologies-open-source-intelligence-due-diligence Challenge Title: Advanced Technologies For Open-source Intelligence Due Diligence Challenge Sponsor: National Research Council Of Canada (nrc) Funding Mechanism: Contract Maximum Contract Value: Multiple Contracts Could Result From This Challenge. Phase 1: • There Are No Phase 1 Contracts For This Challenge. Phase 2: • The Maximum Funding Available For Any Phase 2 Contract Resulting From This Challenge Is : $1,500,000.00 Cad Excluding Applicable Taxes, Shipping, Travel And Living Expenses, As Required. • The Maximum Duration For Any Phase 2 Contract Resulting From This Challenge Is Up To 12 Months (excluding Submission Of The Final Report). • Estimated Number Of Phase 2 Contracts: 1 This Disclosure Is Made In Good Faith And Does Not Commit Canada To Award Any Contract For The Total Approximate Funding. Final Decisions On The Number Of Phase 2 Awards Will Be Made By Canada On The Basis Of Factors Such As Evaluation Results, Departmental Priorities And Availability Of Funds. Canada Reserves The Right To Make Partial Awards And To Negotiate Project Scope Changes. Note: Selected Companies Are Eligible To Receive One Contract Per Phase Per Challenge. Travel Travel May Be Required For Phase 2. Location: M55, 1200 Montreal Road, Ottawa, Ontario Problem Statement: Challenge Statement Summary As Canada’s Largest Federal R&d Organization, The Nrc Is Committed To Promoting Openness And Collaboration To Advance Innovation And Discovery. While These Partnerships Present Significant Opportunities, They Also Pose Risks Such As Foreign Interference, Intellectual Property (ip) Theft, And Insider Threats. To Address These Challenges, The Nrc Sees An Opportunity To Enhance Its Due Diligence Processes. By Building On Existing Practices That Rely Heavily On Manual Searches And Data Processing, The Nrc Aims To Adopt Advanced Solutions That Align With Today’s Fast-paced And Complex Digital Landscape. The Nrc Is Focused On Boosting Its Capabilities In Processing Large Volumes Of Diverse, Unstructured, And Multilingual Data. By Embracing New Technologies, The Nrc Seeks To Leverage Powerful Analytics To Uncover Hidden Or Complex Connections. This Proactive Approach Will Equip Decision-makers With Timely, Actionable Insights Crucial For Safeguarding Canada’s Research Ecosystem. To Achieve This, The Nrc Is Launching An Isc Challenge With The Specific Purpose Of Developing An Ai-driven, First-level Due Diligence Platform. This Innovative Solution Will Streamline The Analysis Of Diverse Public Data Sources And Enhance Real-time Detection Of Suspicious Affiliations, Thereby Supporting Comprehensive Contextual Risk Assessments. The Platform Will Be Designed To Adhere To Canadian Legal, Ethical, And Privacy Standards, Ensuring Security And Accessibility Through A Browser-based Interface Across The Canadian Research Ecosystem. Details: Essential Outcomes The Proposed Solution Must: 1- Integrate And Provide Relationship Mapping Using Public Data From A Wide Range Of Sources. All Data Sources Must Be Accessed Via Authorized Enterprise Application Programming Interfaces (apis) Or Re-seller Agreements. Scraping That Contravenes Platform Terms Of Service (tos) Is Prohibited. The Proponent May Be Asked To Submit Licence Agreements Or Re-seller Attestations, And Automated Crawler Logs May Be Inspected For Tos Compliance. Sources To Be Considered Should Include At Minimum: I. Social Platforms: Linkedin, Twitter (x), Facebook, Reddit, Discord, And Telegram Ii. Financial Disclosure And Regulatory Systems: Sedar+ (canada), Edgar (u.s.) Iii. Corporate Registries: Corporations Canada, Québec Business Registrar, And Opencorporates Iv. Funding Institutional V. Patent Databases: European Patent Office (espacenet) Vi. Legal Databases: Canadian Legal Information Institute (canlii), World Legal Information Institute (worldlii) Vii. Sanctions And Foreign Affiliation Trackers: Canada’s Consolidated Sanctions List, C4ads Sanctions Explorer, China Defence Universities Tracker, Named Research Organizations. Viii. Corporate Structure Data: Statistics Canada's Inter-corporate Ownership Database Ix. Media And Corporate Websites: Major News Outlets And Publicly Available Corporate Websites 2- Provide Real-time Monitoring Capabilities To Detect Emerging Associations Or Indicators Of Risk For Individuals Or Organizations Of Interest. 3- Generate A Dynamic Knowledge Graph For Each User Prompt, Automatically Mapping Connections Between Researchers, Institutions, Co-authors, Funders, Corporate Affiliations, And Foreign Entities Such As State-owned Enterprises Or Military-industrial Bodies (see Essential Outcome 1, Vii.). 4- Assess Potential Security Risks Associated With The Prompt Of: And/or Within The Context Of Canada's Research And Development Sector. Risk Assessment Results Must Be Represented In A “traffic Light Format” Using Red-yellow-blue, And Users Must Be Able To Define And Adjust Risk Indicators And Thresholds. 5- Have Multilingual Detection And Translation Capabilities To Analyze Information Across Different Languages, Including French, English And One (or More) Non-latin Script (example: Chinese Including Mandarin Pinyin, And Traditional And Simplified Characters) With The Ability To Add Other Languages In The Future. 6- Include The Following System Design Features: I. Ethical Ai Governance And Bias Mitigation Strategies In Solution Development That Aligns With Government Of Canada Initiatives For Responsible Ai; Ii. Capability To Operate In Near-real Time At Scale (estimated Volume Of At Least 25,000 Organizations And 250,000 Individuals Of Interest And Up To 30 Users Querying The System At One Time); Iii. System To Resolve Queries Of Search Names Of Entities Using Different Spellings, Returning All Instances Of The Entity; And Iv. Provide An Api For Export To Other Platforms, Such As In-house Nrc Platforms. 7- User Account Creation And Management: The Application Must Support Secure User Accounts With Email Verification, Strong Passwords, Hashed Storage, Multi-factor Authentication (mfa), Login Monitoring, And Administrative Tools For Account Creation And Management. 8- Infrastructure And Hosting: I. The Application Must Be Accessible Through Standard Web Browsers Without Requiring Installation On Local Servers/devices; Ii. The Application Must Reside On Servers Located In Canada; And Iii. There Must Be An Ability To Export Search Results (i.e., Downloadable Pdf Document) Without Storing The Search Query Results In The Application (i.e. No Digital Footprint Of The User Session Retained). Additional Outcomes The Proposed Solution Should: 1. Provide International Intelligence And Relationship Mapping (associations), Across Diverse Domains, Including But Not Limited To: Academic Publications, Us Department Of Commerce Bureau Of Industry And Security Entity List (www.bis.doc.gov/index.php/policy-guidance/lists-of-parties-of-concern/entity-list), Us National Institute Of Health's Pubmed (pubmed.ncbi.nlm.nih.gov), Lobbyist Registers, Conference And Event Participant Lists, And Foreign Direct Investments. Background & Context Organizations And Individuals Are Increasingly Exploited By Malicious Actors Aiming To Disrupt Research Ecosystems, Destabilize Corporate Operations, And Compromise Organizational Integrity. These Threats Can Result In Extensive Economic, Social, And Reputational Damage. Examples Of Real-world Risks: • Enterprise Risk: Organizations Often Interact With Thousands Of Third Parties, Each Of Which Could Pose Risks To Operational Stability And Security; And • Sensitive Technology Research: Some Partnerships Or Affiliations Can Expose Critical Research To Actors Seeking To Exploit Intellectual Property. Indicators Of Risk: • Direct Or Indirect Connections With Foreign Military, National Defence And State Security Entities; • Indications That An Individual Or Organization Could Be Subject To Potential Foreign Government Interference Or Control; • Lack Of Transparency In Organizational Structures Or Unethical Behaviour From An Individual Or Organization That Could Cause Reputational Harm To Canada; And • Connections To Entities Associated With Intellectual Property Theft Or Conflicts Of Interest That Could Lead To Unauthorized Knowledge Transfer. Desired Impact: This Initiative Aims To Enhance Canada's Research Security And Operational Resilience By Equipping Stakeholders With Advanced Tools To Detect, Analyze, And Mitigate Risks Effectively. It Will Position Canadian Innovators At The Forefront Of Osint-driven Due Diligence Methodologies While Safeguarding National Interests. The National Research Council (nrc) Is Seeking Innovative Solutions That Collect And Analyze Public Information To Support Decision-making, Enhancing National Security Through The Reduction Of Risks To Canadian Research Partnerships And Corporate Operations. References: • Statement On Research Security – Nrc Canada (https://nrc.canada.ca/en/corporate/values-ethics/statement-research-security) • Artificial Intelligence And Data Act (aida) – Companion Document (https://ised-isde.canada.ca/site/innovation-better-canada/en/artificial-intelligence-and-data-act-aida-companion-document) • Canadian Centre For Cyber Security: Passphrases And Passwords (itsap.30.032) (https://www.cyber.gc.ca/en/guidance/best-practices-passphrases-and-passwords-itsap30032) • Government Of Canada White Paper: Data Sovereignty And Public Cloud (https://canada.ca/) • Sedar+ (https://sedarplus.ca) • Edgar (https://sec.gov) • Corporations Canada (https://ised-isde.canada.ca) • Opencorporates (https://opencorporates.com) • Funding Institutional (https://www.fundinginstitutional.com) • Espacenet (https://worldwide.espacenet.com) • Canlii (https://www.canlii.org) • Worldlii (http://www.worldlii.org) • Canadian Autonomous Sanctions List (https://www.international.gc.ca) • C4ads Sanctions Explorer (https://sanctionsexplorer.org) • China Defence Universities Tracker (https://unitracker.aspi.org.au) • Inter-corporate Ownership (statistics Canada) • Named Research Organizations (https://science.gc.ca) • Le Registraire Des Entreprises (https://www.registreentreprises.gouv.qc.ca)
Closing Date14 Aug 2025
Tender AmountRefer Documents
Correctional Service Of Canada - CSC Tender
Solid Waste Management
Canada
Description: Regional Waste Management Contract This Requirement Is For: The Correctional Service Of Canada. Trade Agreement: Canadian Free Trade Agreement (cfta), World Trade Organisation-agreement On Government Procurement (wto-agp), Canada Ukraine Free-trade Agreement (cufta), Canada Korea Trade Agreement (ckta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement, Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca), Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp) Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid Set-aside Under The Procurement Strategy For Indigenous Business: This Procurement Is Not Subject To Any Set-asides For Indigenous Suppliers. Comprehensive Land Claim Agreement: This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. Security Requirements: This Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Of Canada Pacific Region Is Composed Of Eight Institutions, One Community Correctional Centre And One Regional Supply Depot Located In The Fraser Valley Of British Columbia. These 10 Separate Locations Collectively Generate An Annual Estimated Amount Of 773 Metric Tons Of Garbage, 332 Metric Tons Of Organic Food Waste, 109 Metric Tons Of Recyclable Materials (excluding Cardboard) And 72 Metric Tons Of Cardboard. Objectives: 1. The Contractor Must Supply On A Rental Basis, All Identified Types, Sizes And Quantities Of Waste Disposal Containers Including But Not Limited To Front Load Bins, Roll Offs, Compactors As Shown In The Basis Of Payment Table Annex B For All Three Streams Of Waste At Each Location That The Contractor Must Service During The Period Of The Contract. 2. The Contractor Must Identify And Label All Bins, Containers, Compactors In Some Way That Clearly Indicates Which Stream Of Waste Each Bin Is To Be Utilized For In This Contract. 3. All Three Waste Streams’ Disposal Containers Must Be Equipped To Allow Csc To Securely Lock Them Closed With The Use Of Industry Standard Size Padlocks. Csc Will Supply All Padlocks And Keys. Csc Will Retain The Keys. 4. The Contractor Must Remove From And Dispose Of All Non-organic (garbage) Waste, Organic Waste And Mixed Recycle Streams Collected From Each Institution And Facility In Accordance With The Environmental Management Act In The Province Of Bc And All Municipal, Provincial And Federal Bylaws And Regulations That May Apply. The Contractor Must Take All Waste Streams For Disposal To Only Authorized Waste Disposal Facilities. The Contractor Must Adhere To All Rules And Procedures In Effect At All Disposal Facilities. 5. For The Purposes Of This Contract, “clean Wood” Is Defined As Solid Wood, Lumber Or Pallets: - That Do Not Contain Any Glues Or Resins I.e. Plywood Or Osb - That Are Unpainted, Unstained And Untreated - That May Or May Not Be Pierced With Nails Or Other Metal Fasteners - That Are Not Laminate Or Furniture 6. All Organic Compactors, Bins And Containers The Contractor Supplies By On A Rental Basis Must Be Sealed And Or Specifically Designed For Handling Organic Food Waste As Per Industry Standards. Note: The Chilliwack Community Correctional Centre Is The Only Location That Uses Compostable Bags In Their Organics Waste Stream. Contractor To Supply Compostable Bags. The Contractor Must Perform The Following Tasks; 1. The Contractor Must Provide Scheduled And On Call Removal And Disposal Of Three Distinct Streams Of Waste For The Correctional Service Canada As Outlined Herein. The Contractor Must Provide All Labour, Vehicles And Trucks, Fuel, Maintenance And Rental Bins And Containers All Other Supplies And Equipment Required To Provide Removal, Transport And Disposal Of All Non-organic (garbage), Mixed Recycles And Organic Waste When And Where Required As Outlined For Each Institution And Location Identified In Appendix A. 2. All The Contractor's Drivers Must Adhere To Security Procedures As Outlined At Each Institution, As A Mandatory Requirement For Entry. The Waste Removal Truck Must Undergo A Security Inspection Upon Every Entry And Exit From Each Institution. 3. Csc Will Lock The Containers And Bins At All Institutions With Csc Supplied Padlocks. Institutional Staff Will Escort The Contractor’s Waste Removal Trucks And Unlock And Re-lock The Bins. 4. After Emptying The Containers And Bins From Inside The Secure Fenced Areas And Prior To Exiting The Institution, The Waste Removal Truck Must Compact Each Load Of Waste (from Each Stream) While Sitting Inside The Vehicle Security Well At The Principal Entrance. 5. All Waste Removal Vehicles The Contractor Uses In The Execution Of This Contract Must Contain Spill Kits For Hydraulic Leaks And The Contractor Must Attend To And Immediately Clean Up Any Such Leaks. 6. The Contractor Must Maintain All Rental Compactors, Front Load Bins, Gallon Containers And Roll Off Containers In Good Condition. The Contractor Must Clean And Paint Exteriors And Interiors When Required. The Contractor Must Leave All Work Areas Clean And Tidy At The Completion Of Every Pick-up. The Contractor Must Remove All Debris And Waste Materials From The Site. 7. The Contractor Must Maintain And Repair The Supplied Rental Bins. The Contractor Must Exchange Damaged Bins In A Timely Fashion When Notified By The Institution Or Facility. 8. All Institutions And Facilities As Detailed In Appendix A Reserve The Right To Increase Or Decrease The Number Of Lifts On An “as And When Requested” Basis. 9. Csc May Require Some Emergency Lifts In Special Circumstances, Due To Unforeseen Circumstances Such As Institutional Disturbances. Frequency Of Emergency Lifts Will Be On A Case-by-case Basis. Institutions Or Sites Will Notify The Contractor Of Any Cancellation Of A Regular Scheduled Lift Or A Required Unscheduled Emergency Lift, A Minimum 24-hours In Advance On Business Days. The Institution Or Site And The Contractor Will Mutually Agree On Pick-up Times For Any Special Non-scheduled Lifts. 10. When An Institution Has Requested A Lift For A Call-up Bin, The Contractor Must Respond Back To That Institution Within 2 Business Days To Schedule That Specific Lift As Soon As Reasonably Practical To Do So. 11. For Those Bins That Are On A Multiple Lift Schedule Per Week, The Contractor Must Lift Those Bins At Regular Intervals. 12. The Contractor Must Provide All Institutions And Facilities With A Full List Of Items That Will Be Accepted In Mixed Recycle Stream Bins And Provide The Necessary Preparation Steps For The Institutions And Facilities Must Follow For Those Recyclable Items (including, But Not Limited To Removing Labels, Flattening Tins). 13. The Contractor Must Perform All Other Tasks Required For The Waste Collection And Disposal Services Described In This Statement Of Work To Adhere To Environmental Management Act In The Province Of Bc And All Municipal, Provincial And Federal Bylaws And Regulations That May Apply. Deliverables: 1. The Contractor Must Provide For Both Scheduled Lifts And Unscheduled On-call Lifts And Appropriately Dispose Or Recycle Of All Three Distinct Streams Of Waste For The Correctional Service Canada Pacific Region In Accordance With The Environmental Management Act In The Province Of Bc And All Municipal, Provincial And Federal Bylaws And Regulations That May Apply. The Contractor Must Provide All Labour, Materials, Equipment And Trucks, Fuel, Maintenance, Bin Rentals And Exchanges, Transportation, Lifts And Disposal For All Garbage, Recyclables And Organic Streams Of Waste For All Institutions And Facilities. U 2. The Contract Must Maintain G The Bins, Organic Containers, Compactors In A Reasonable State Of Sanitary Cleanliness And Functionality Throughout The Contract To Always Ensure Smooth Operation At All Sites. The Contractor Must Work In Conjunction With Csc To Identify When Waste Containers Require Repairs, Cleaning, Painting, Or Any Other Maintenance. The Contractor Must Remove And Replace Any Container That Must Undergo Maintenance In A Timely Manner. 3. Weighing Of Organic Waste, Garbage And Recyclables At Time Of Tipping The Contractor Must Provide The Weight Information From Each Weigh Slip Taken At The Time Of Tipping For Each Separate Stream Of Waste That Has Been Collected From Each Institution. The Contractor Must Provide This Information Every Month By Adding This Weight Information To Each Monthly Invoice For Each Separate Institution And Facility. Transition Plan 1. The Contractor Must Provide A Transition Plan For Contract Start-up, To The Departmental Authority, No Less Than 15 Days Prior To Date The Contractor Must Begin Providing Waste Collection And Removal. 2. The Transition Plan Must Incorporate A Detailed Method To Put In Place All Components Required Under The Contract Prior To This Date. 3. The Contractor Must Not, At Any Time During The Period Of The Contract The Waste Collection Services. 4. The Contractor Must Remove From Each Facility Their Own Waste Collection Equipment (including, But Not Limited To Bins, Compactors) At The End Of The Contract And Cooperate Fully In Order To Facilitate A Smooth Transition To The Next Waste Disposal Service Provider. Any Conditions For Participation Of Suppliers Not Specified In Solicitation Documentation: None. Estimated Quantity Of Commodity: See Solicitation Document Statement Of Work And Basis Of Payment. Duration Of Contract And Time Frame For Delivery: Period Of The Contract: The Work Is To Be Performed During The Period Of October 1 2025 To September 30, 2028, With The Option To Renew For Two (2) Additional One-year Periods. File Number: 21807-25-0030 Contracting Authority: Katie Mckeever Telephone Number: 236-380-2294 E-mail: Katie.mckeever@csc-scc.gc.ca Note To Bidders: Bidders Can Obtain The Complete Statement Of Work And Evaluation Criteria By Downloading The Solicitation Document And Associated Documents From The Canada Buys / Tender Opportunities Website. The Crown Reserves The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada (english Or French). After Contract Award, Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days Of Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Procurement Assistance Canada (pac) Offers Seminars To Businesses Interested In Learning How To Sell Goods And Services To The Government Of Canada. The Seminars Are Free. Topics Include: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).
Closing Soon12 Aug 2025
Tender AmountRefer Documents
National Informatics Centre Services Incorporated - NICSI Tender
Services
Software and IT Solutions
Eprocure
Corrigendum : Corrigendum Added
India
Details: Request For Empanelment For Empanelment Of Agencies For Design, Development, Implementation And Maintenance Of Application Software And Websites (category-startup)
Closing Soon7 Aug 2025
Tender AmountRefer Documents
Government Of New Brunswick Tender
Civil And Construction...+1Civil Works Others
Corrigendum : Closing Date Modified
Canada
Details: *** Amendment #1 *** Please See Attached Amendment No. 1. All Other Information Remains The Same. This Is A Tender Notice Only. In Order To Submit A Bid, You Must Obtain Official Tender Documents From The New Brunswick Opportunities Network, Another Authorized Tendering Service Or As Indicated In The Tender Notice. Instructions For Bid Submission 1. Bids Will Only Be Accepted By Electronic Transmission As Follows: A. By E-bidding Through Nbon (when E-bidding Is Possible); Or B. By Fax To: (506) 444-4200 (fax To Dedicated Mailbox). Note: Proposals In Response To A Request For Proposals (rfp) Will Not Be Accepted By Fax; Or C. By Email To Nbbids@snb.ca Or Soumissionsnb@snb.ca (do Not Submit Bids To Any Other Email). Click Here Instructions For Bid Submission By Email For Important Instructions On How To Submit Bids By Email. D. Please Refrain From Submitting Your Bid Through Multiple Electronic Channels To Avoid Duplicate Bids. 2. All Bids Must Be Properly Signed By An Authorized Person. A. For Bids Submitted By Email Or Fax: Typed Signatures (in Any Font) That Are Not On The Bid Itself (i.e. In The Body Of The Email Or On The Fax Cover Sheet) Will Not Be Accepted. 3. All Bids Must Be Legible, Properly Completed And Contain The Proper Solicitation Number. 4. The Proponent Is Solely Responsible For Ensuring That The Bid Submission In Its Entirety, Including All Attachments, Is Received Before Closing Date And Time As Indicated On The Solicitation Documents. A. The Proponent Bears All Risk Associated With Delivering Its Bid By Electronic Submission, Including But Not Limited To Delays In Transmission Between The Proponent's Computer And The Province's Electronic Mail System, Nbon Or Fax. B. The Date And Time Of Official Receipt Of The Bid Will Be The Time Of Receipt Recorded In The Nbon System (for E-bids) Or The Time Of Receipt In The Province's Electronic Mail System (for Fax And Email Bid Submissions). 5. All Bids Must Be Stated In Canadian Funds. Sales Taxes Should Not Be Included In The Unit, Extended Or Total Prices. 6. All Tenders Must Be Ddp (delivery Duty Paid), Per Incoterms 2020 Ddp. The Seller Bears All Costs And Risks Until The Goods Are Delivered To The Buyer At The Named Place Of Destination, Ready For Unloading, And Cleared For Import, Including All Duties And Taxes. 7. This Invitation Is Being Conducted Under The Provisions Of The Procurement Act And Regulation 2014-93 As Of The Date Of The Issuance Of The Invitation. Questions: Written Questions Relating To This Opportunity May Be Submitted To The Address Provided Below Via Email By Clicking On Questions. Please Be Sure To Include The Solicitation/tender Number In The Subject Line. Email Address: Bidquestionssoumissions@snb.ca Note: This Email Account Is Strictly For The Receipt Of Questions On Open Opportunities. This Email Is Not For The Submission Of Bids. Excluded Jurisdictions 1. In Accordance With Section 162.1 Of Regulation 2014-93 Under The Procurement Act, Us Bids For This Solicitation May Be Refused At The Sole Discretion Of The Government Of New Brunswick. Refused Bids Will Not Be Returned And There Will Be No Further Notification To Refused Bidders. 2. For The Purpose Of This Section: 2.1 "us Bid" Means A Bid Submission From: A) A Us Entity, Or B) A Joint Venture, Syndicate, Partnership Or Other Business Combination Or Cooperative Arrangement In Combination With A Us Entity That Is Submitted From A Place Of Business Within The United States Of America. 2.2 "us Entity" Means A) A Business Or Professional Organization, Including Without Limitation A Corporation, Partnership, Joint Venture, Professional Corporation, Limited Liability Company, Sole Proprietorship, Trust Or Association Or Other Commercial Organization, That Is Created, Established, Formed Or Incorporated In Any Jurisdiction In The United States Of America; And B) Any Entity That Is Owned Or Controlled By An Entity Listed In Paragraph 2.2(a); And 2.3 "place Of Business" Means An Establishment Where A Vendor Or Manufacturer Conducts Activities On A Permanent Basis, Is Clearly Identified By Name And Is Accessible During Normal Business Hours. Tariffs Price Adjustments Suppliers Should Prepare Bid Submissions Based On Information And Costs Known At The Time Of Submission. If The Price Of Any Goods Included Within This Solicitation Is Affected By New, Previously Undisclosed Tariffs Or Duties Implemented After The Bid Submission Period Has Closed, The Awarded Supplier(s) May Request A Price Increase From The Government Of New Brunswick (gnb) To Offset The Increased Costs (a "tariff Price Adjustment") As Outlined In This Section. Before Requesting A Tariff Price Adjustment From Gnb, Suppliers Should First Seek Refund Or Relief From Applicable Federal And Provincial/territorial Government Applicable Tariff Relief Programs. If The Supplier Is Unable To Obtain Financial Relief Or Support From Federal And/or Provincial/territorial Governments, Suppliers May Request A Tariff Price Adjustment From Gnb For The Affected Goods, After Providing Sufficient Evidence That Financial Relief Or Support Was Denied. Suppliers Must Substantiate Any Tariff Price Adjustment Request With Supporting Information And Documentation Satisfactory To Gnb In Its Sole Discretion, Including But Not Limited To: 1) A Detailed Description Of The Goods On Which A Price Increase Is Sought, The Associated Hs Codes, And The Applicable Tariffs; 2) Detailed Breakdown Of How Tariffs Have Impacted The Supplier's Operations And/or Supply Chain, Including Raw Materials, Production, And Shipping; 3) A Cost Comparison Before And After The Tariffs, Showing How They Directly Impact The Supplier's Pricing, And The Supplier's Plans To Mitigate Cost Pressures; 4) Evidence Demonstrating The Supplier's Inability To Source The Goods Or Substitutes From Non-us Suppliers, Or Other Factors Preventing The Sourcing Of The Goods Or Substitutes From Non-us Suppliers (e.g., Contractual Obligations); And 5) Any Supportive Or Corroborative Information, Such As Communications From The Supplier's Supply Chain Or Logistics Partners, Which Confirms The Impact Of Tariffs On The Supplier's Costs. Requests For Tariff Price Adjustments Should Be Sent To The Contact Person On The Purchase Order Or Contract. Acceptance Of Any Price Increase Is Solely At The Government Of New Brunswick's Discretion, And Subject To Any Conditions Imposed At The Time Of Approval. All Bids Will Be Deemed To Have Been Submitted In Contemplation Of The Above Noted Potential Adjustments To Price. By Submitting A Bid, Each Supplier Acknowledges That The Other Suppliers Who Have Submitted Bids May Obtain A Tariff Price Adjustment In Accordance With The Requirements Noted Above, And Waives Any Claim, Action Or Proceeding Against Gnb Relating To A Tariff Price Adjustment To Any Contract Arising From This Solicitation. A Bidder Must Obtain Official Solicitation Documents From A Distribution Service, Authorized By The Minister Of Service New Brunswick, In Order To Submit A Bid. The Current Authorized Distribution Services Are The New Brunswick Opportunities Network (nbon) (operated By Service New Brunswick, Province Of Nb), Bidsalert (operated By Tendering Publications Ltd.) And Merx (operated By Mediagrif Interactive Technologies). Bids Should Be Submitted On The Official Bid Documents Obtained From These Authorized Distribution Services. The Atlantic Provinces Standard Terms & Conditions For Goods And Services Apply To This Procurement And Are Considered To Be Incorporated Into This Document. By Submitting A Bid, You Agree And Accept These Terms And Conditions. Current "atlantic Provinces Standard Terms And Conditions" Are Available On The New Brunswick Opportunities Network, The Council Of Atlantic Premiers' Website Or From An Authorized Service Provider. Solicitation Documents Will Be Provided In Either Of The Province Of New Brunswick's Two Official Languages; English Or French Upon Request. The Province Of New Brunswick Reserves The Right To Negotiate Pricing, Value Added And Other Savings Opportunities With The Successful Proponent At Time Of Award And Throughout The Contract. All Suppliers Engaged To Deliver Services On Behalf Of The Government Of New Brunswick Must Ensure Compliance With The Official Languages Act In The Delivery Of Those Services. For More Information, Please Refer To The Official Languages Act. All Discounts Quoted Will Be Considered To Be Without Limitations. Under Canadian Law (and International Agreements), Your Bid Must Arrive Separately And Independently, Without Conspiracy, Collusion Or Fraud; See Http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home For Further Information. Award Of Contracts: No Contract Shall Be Awarded And No Payment Shall Be Made To A Vendor Unless Authorized By The Minister Or His Delegates. The Minister May Make An Award To The Preferred Vendor Conditional On The Negotiation And Acceptance Of A Detailed Contract Between The Province And The Vendor. In Such Cases, Should The Detailed Contract Negotiations Not Be Completed In A Reasonable Period Of Time, The Province Reserves The Right To Discontinue Negotiations With The Vendor And Subsequently Enter Into Negotiations With The Second Preferred Vendor. Pay Equity Does Your Organization Have 50 Or More Employees? The Government Of New Brunswick Is Committed To Encouraging And Incentivizing The Adoption Of Pay Equity By Employers Doing Business With Government. Prior To The Award Of Procurements For Goods And Services Valued Over $1,000,000, Suppliers, With Fifty (50) Or More Employees Will Be Required To Complete The Pay Equity Learning Module Developed By The Women's Equality Branch. Suppliers Should Provide A Copy Of Their Certificate Of Completion With Their Bid Submission. To Complete The Online Module And Obtain Your Certificate, Please Visit Www.gnb.ca/payequity. For Questions, Please Contact The Pay Equity Bureau Toll Free: (877) 253-0266 Or By Email: Peb-bes@gnb.ca. No Right Or Duty, In Whole Or In Part, Of The Vendor Under A Contract Issued May Be Assigned Or Delegated Without The Prior Consent Of The Strategic Procurement Branch. Unless Indicated Otherwise In This Tender Notice Or Attached Documents, All Prices Must Be Extended And Totalled. All Suppliers Engaged To Deliver Goods Or Services To The Government Of New Brunswick Must Ensure Compliance With The Designated Materials Regulation In The Provision Or Delivery Of Those Goods Obligated Under That Regulation. Please Refer To Recycle Nb's Website And The Designated Materials Regulation For Specifics. Direct Deposit The Province Of New Brunswick Uses Direct Deposit As The Standard Method Of Issuing Payments. Suppliers Are Required To Provide Bank Account Information And An Email Address For The Notice Of Remittance. Please Send The Completed Direct Deposit Form To Service New Brunswick (e-mail Address And Mailing Address Are Indicated On The Form). Please Click On The Link Below To View The Direct Deposit Form. Https://www2.snb.ca/content/dam/snb/procurement/directdepositvirementdirect.pdf Payment Of Invoices Payment Of Invoices Is The Responsibility Of The Department Or Organization To Whom The Goods Are Shipped Or Services Are Supplied. Where The Estimated Value Of The Goods Or Services To Be Procured Is Below The Lowest Applicable Threshold Value Of Any Relevant Trade Agreement, Service New Brunswick Reserves The Right To Give Preferential Treatment To A Prospective Supplier From New Brunswick. Should This Right Be Exercised, The Following Order Of Priority Will Apply: A) Firstly, New Brunswick Manufacturers If The Goods To Be Procured Are Manufactured In New Brunswick; And B) Secondly, New Brunswick Vendors. When Bid Submissions Are Evaluated On Price: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Lowest-priced Acceptable Bid And The Bid Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Lowest-priced Acceptable Bid Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Making The Award To The Nb Supplier. When Bid Submissions Are Evaluated On A Point System: - Applicability Of The Preferences Will Be Determined Based On The Price Differential Between The Pricing Component Of The Highest Scoring Acceptable Bid Submission And The Pricing Component Of The Bid(s) Receiving The Preferential Treatment. - The Price Differential Under Which A Nb Supplier Preference May Be Applied Will Be Limited To 10%. When The Highest Scoring Acceptable Bid Submission Before Preferential Treatment Is Applied Is A New Brunswick Vendor, The Price Differential Under Which A Nb Manufacturer Preference Will Be Applied Will Be Limited To 5%. - The Preferential Treatment Will Be Applied By Allotting A Maximum Of An Additional 5% Of The Total Possible Points To New Brunswick Manufacturers' Total Scores And 4% To Nb Vendors' Total Scores. If No Bid From A New Brunswick Manufacturer Has Been Retained For Preferential Treatment, New Brunswick Vendors May Receive A Maximum Of An Additional 5% Of The Total Possible Points Rather Than 4%. The Decision To Apply A Preference Will Be At The Sole Discretion Of Service New Brunswick. To Be Eligible, Suppliers Must Meet The Definition Of Nb Supplier As Identified By The Regulation Under The Procurement Act. Nb Manufacturers Should Indicate In Their Bid That They Are A Nb Manufacturer To Be Considered For The Nb Manufacturer Preference. This Procurement Is Subject To The Provisions Of The Canadian Free Trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement, The Agreement On Government Procurement Under The World Trade Organization And The Comprehensive And Progressive Agreement For Trans-pacific Partnership. No Totals Required.
Closing Soon5 Aug 2025
Tender AmountRefer Documents
Texas Comptroller Of Public Accounts - TCPA Tender
Energy, Oil and Gas
Corrigendum : Closing Date Modified
United States
Description: The University Of Texas At El Paso Is Soliciting Request For Proposal For The Selection Of A Vendor To Provide A Campus Energy Master Plan. Deadline For Questions Is July 16, 2025 At 2:00 Mst. The Proposal Submittal Deadline Is July 25, 2025 At 3:00 Pm Mst. Electronic Submittal Requirements Of The Rfp Must Be Completed On Or Before The Submittal Deadline . Additional Information Can Be Found On Rfp Document. The Document May Be Reviewed At Miner Mall Sourcing Manager Website Located At Https://adminapps.utep.edu/sourcing/. You Must Register On The Website To Access The Solicitation Documents
Closing Date14 Aug 2025
Tender AmountNA
171-180 of 454 active Tenders