Website Tenders
Construction De Defense Canada Tender
Others
Canada
Closing Date28 Jul 2025
Tender AmountRefer Documents
Details: Defence Construction Canada – Request For Proposals (rfp) For Technical Translation Services, Nunavut Defence Construction Canada (dcc) Is Calling For Abbreviated Proposals From Consulting Firms To Establish A Standing Offer (so) To Provide “as And When Required” Linguistic Translation Services For Technical Documents Specific To Department Of National Defence (dnd) Requirements In Nunavut. This Procurement Is Subject To The Agreement Between The Inuit Of The Nunavut Settlement Area And His Majesty The King In Right Of Canada (the Nunavut Agreement), And The Treasury Board Of Canada Secretariat’s Directive On Government Contracts (including Real Property Leases) In The Nunavut Settlement Area. Information Provided By The Proponents Will Be Evaluated Using The Established Criteria In The Rfp. The Objective Of This Rfap Is To Select The Proponent With The Highest Total Score. The So Will Be For A Period Of One (1) Year With A Maximum Estimated Value Of $ 45,000.00. If Mutually Agreeable Between The Consultant And Dcc, The So May Be Extended For Up To One (1) Additional Year Period And Increased In The Order Of $45,000.00 At Any Time. Call-ups Under The So Are Expected To Be Valued Between $ 1,000.00 And $ 40,000.00. Refer To The Rfp Document For Additional Information. Firms That Consider Themselves Qualified To Provide These Services Are Invited To Submit Their Abbreviated Proposals Through The Merx Electronic Bidding System On Or Before The Closing Date And Time Indicated On The Electronic Bidding System. Questions Regarding This Solicitation Are To Be Directed Only To The Point Of Contact Identified In This Advertisement. Proponents Who Address Their Questions To Anyone Other Than The Point Of Contact During The Solicitation Period May, For That Reason Alone, Be Disqualified. Proponents Can Obtain Contract Award Results From The Dcc Website At Contract Activity - Defence Construction Canada (dcc-cdc.gc.ca)
Correctional Service Of Canada - CSC Tender
Healthcare and Medicine
Canada
Closing Soon3 Jul 2025
Tender AmountRefer Documents
Details: Primary Care Physician Services Primary Care Physician Services, Willow Cree – Saskatchewan, Prairie Region This Requirement Is For: The Correctional Service Of Canada, Saskatchewan, Prairie Region Trade Agreement: This Procurement Is Not Subject To Any Trade Agreement. Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Compliant Bid With The Highest Technical Score. Set-aside Under The Procurement Strategy For Indigenous Business: This Procurement Is Open To Both Indigenous And Non-indigenous Businesses. All Interested Suppliers May Participate. However, Suppliers Are To Note That This Requirement Is Subject To A Preference For Indigenous Suppliers And Will Be Set-aside Under The Federal Government Procurement Strategy For Indigenous Business (psib) If Canada Receives Two Or More Responsive Bids From Indigenous Businesses Who Meet The Requirements Of The Psib. Indigenous Businesses That Have Not Already Registered In The Indigenous Services Canada (isc) Indigenous Business Directory Should Do So. Additional Information On The Indigenous Business Directory Is Available At The Following Link: Https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c3. Comprehensive Land Claim Agreement: This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. Security Requirements: This Contract Includes Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. Correctional Service Canada (csc) Health Services Require Services From Primary Care Physicians For The Willow Cree Healing Lodge In Prairie Region (pra): The Contractor (primary Care Physician) Must Provide Integrated Patient Centred Medical Services To Patients In Collaboration With The Institution's Inter-disciplinary Health Care Team That Includes, But Is Not Limited To Nurses (nurse Practitioners, Registered Nurses, Registered Psychiatric Nurses, Licensed Practical Nurses, Registered Practical Nurses), Primary Care Physicians, Social Workers, Dentists, Denturists, Infectious Disease Physician Specialist, Pharmacists, Pharmacy Technicians, Psychologists, Psychiatrists, Behavioural Science Technicians, Mental Health Providers, Psychoeducators, Personal Support Workers, Client Care Attendants, Optometrist, Physiotherapists, X-ray Technologists, Foot Care Specialists, Occupational Therapists, Administrative Personnel And Other Healthcare Professionals. Objectives: The Contractor Must Provide Essential Health Services To Patients And Actively Participate In The Coordination Of Care In The Willow Cree Healing Lodge In Pra. Deliverables: The Contractor (pcp) Must Provide Integrated, Trauma Informed, Culturally Appropriate Primary Care Health Services To Patients, As Requested By The Project Authority, Consistent With The Performance Standards Outlined In This Statement Of Work And Changes To Policy, Guidelines And Performance Standards The Health Services Executive Team (hset) Approves During The Contract Period. 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 August 1, 2025, To July 31, 2028. File Number: 21120-25-5012269/b Contracting Authority: Sylvie Gallant Telephone Number: (506) 378-8724 E-mail: Sylvie.gallant@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: ? Understanding 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).
Royal Canadian Mounted Police - RCMP Tender
Civil And Construction...+1Civil Works Others
Canada
Closing Date30 Jul 2025
Tender AmountRefer Documents
Details: The Royal Canadian Mounted Police (rcmp) Training Academy In Saskatchewan Has A Requirement For Annual Maintenance, Cleaning And Repair Of Multiple Facilities And Structures With Masonry Exteriors. Services Are To Be Provided Annually And On An “as And When” Required Basis. The Contract Period Will Be For One Year From The Date Of Contract Award With An Irrevocable Two (2), One (1) Year Option Periods. Security: This Requirement Contains A Security Requirement. Basis Of Selection: A Bid Must Comply With All Requirements Of The Bid Solicitation And Meet All Mandatory Technical Evaluation Criteria To Be Declared Responsive. The Responsive Bid With The Lowest Evaluated Price Will Be Recommended For Award Of A Contract. Tenders Must Be Submitted To The Rcmp Bid Receiving Unit: Nwr_procurement_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: Procurement Officer: Qyitayo Ziwa Royal Canadian Mounted Police Nwr – Procurement 5600-11th Ave, Regina, Sk. S4p 3j7 (639) 625-4151 The Rcmp Has Adopted The Integrity Regime Administered By Public Services And Procurement Canada. As A Result, The Integrity Provisions Are Being Applied In Rcmp Contracting Activities As Outlined In This Solicitation. 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. 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. Debriefings: Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within 15 Working Days From Receipt Of The Results Of The Bid Solicitation Process
District Of North Vancouver Tender
Automobiles and Auto Parts
Canada
Closing Date14 Jul 2025
Tender AmountRefer Documents
Description: The District Of North Vancouver (the “district”) Is Issuing This Invitation To Quote (the “itq”) To Invite Quotations From Vehicle Suppliers (the “bidder”) To Supply And Deliver The Following Vehicles (the “vehicle”) As Specified In This Itq. 2 Each – Ev Passenger Vehicles (hyundai Kona Or Similar) Bidders Interested In This Opportunity Are Invited To Submit A Quote (the “quotation”). This Bid Opportunity Is Being Advertised On Bc Bid Website.
Department Of Fisheries And Oceans - DFO Tender
Other Consultancy Services...+1Consultancy Services
Canada
Closing Soon7 Jul 2025
Tender AmountRefer Documents
Details: Notice Of Proposed Procurement (npp) For Task Based Professional Services (tsps) Requirement This Requirement Is For: Fisheries And Oceans Canada This Requirement Is Open Only To Those Supply Arrangement Holders Under E60zt-18tsps Who Qualified Under Tier 1 And Under The National Capital Region (ncr) Level Of Expertise And For The Following Categories: 2.1 Business Analyst – Senior 2.7 Needs Analysis And Research Consultants - Senior The Requirement Is Intended To Result In The Award Of One (1) Contract. The Following Sa Holders Have Been Invited To Submit A Proposal. 1. Accenture Inc. 2. Adecco Employment Services Limited/ Services De Placement Adecco Limited 3. Bdo Canada Llp 4. Calian Ltd. 5. Csi Consulting Inc., J&m Group Inc. In Joint Venture 6. Deloitte Inc. 7. Forum Research Inc. 8. Gartner Canada Co. 9. Makwa Resourcing Inc., Tpg Technology Consulting Ltd. In Joint Venture 10. Malarsoft Technology Corporation And Cistel Technology Inc. Joint Venture 11. Maplesoft Consulting Inc. 12. Mgis Inc. 13. Mobile Resource Group Inc 14. Risk Sciences International Inc. 15. Sierra Systems Group Inc. Description Of The Requirement: The Conservation And Protection (c&p), Branch Of Fisheries And Oceans Canada (dfo) Has A Requirement For Senior (level 3) Needs Analysis And Research Consultants Resources To Perform Analysis Of Business Processes And Training Programs To Recommend The Best Options To Address Any Concerns, Gaps, Etc., Including The Potential Risks And Benefits, To Provide Input For The Development Of New Processes, And To Carry Out Analysis Related To The Development Of Business Cases Including The Collection And Analysis Of Cost Data Across C&p On An As And When Required Basis. The C&p Branch Of Dfo Has A Requirement For Senior (level 3) Business Analyst Resources To Document Business Requirements, Develop And/or Implement An Organizational Improvement Plan, Business Plan, Policies And Standards, Lead And Manage Various Business Systems And Process Improvements, Translate Business Requirements Into System/functional Requirements, And To Analyze, Advise On, And Implement Business Processes, Strategies And Functions Across C&p On An As And When Required Basis. By Acquiring Qualified Resources, C&p Will Be Able To Ensure Its Systems, Processes, And Training Support The Constantly Changing Operational Environment And Improve Its Capacity And Effectiveness In Enforcing Fisheries Regulations And Promoting Sustainable Aquatic Resource Use. Multiple Tas May Be In Process At Any Given Time; As Such, Resources May Be Working On Several Concurrent Projects And/or Activities. Security: There Are Security Requirements Associated With This Requirement. Please Note That Sa Holders Do Not Need To Have The Required Clearance To Submit A Bid. For Additional Information, Consult Part 6 - Security, Financial And Other Requirements, And Part 7 – Resulting Contract Clauses. For More Information On Personnel And Organization Security Screening Or Security Clauses, Bidders Should Refer To The Contract Security Program Of Public Works And Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) Website. Level Of Security Requirement: Security Requirement: Common Ps Srcl #19 Applies Minimum Corporate Security Required: Secret Minimum Resource Security Required: Secret Applicable Trade Agreements: World Trade Organization Agreement On Government Procurement (wto-agp), The Canada-chile Free Trade Agreement (ccfta), The Canada-peru Free Trade Agreement (cpfta), The Canada-colombia Free Trade Agreement (ccolfta), The Canada-panama Free Trade Agreement (cpanfta), The Canada-honduras Free-trade Agreement, The Canada-european Union Comprehensive Economic And Trade Agreement (ceta), The Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp), The Canadian Free Trade Agreement (cfta), The Canada-ukraine Free Trade Agreement (cufta), The Agreement On Trade Continuity Between Canada And The United Kingdom Of Great Britain And Northern Ireland And The Canada-korea Free Trade Agreement (ckfta). Proposed Period Of Contract: The Proposed Period Contract Shall Be From Contract Award For Three (3) Years With Two (2) Additional One (1) Year Irrevocable Options Allowing Canada To Extend The Term Of The Contract. Estimated Level Of Effort: The Estimated Level Of Effort Of The Contract Will Be For: 2.1 Business Analyst – Senior 2.7 Needs Analysis And Research Consultants - Senior Resource N° 1: 2.1 Business Analyst – Senior: 275 Days Resource N° 2: 2.1 Business Analyst – Senior: 275 Days Resource N° 3: 2.1 Business Analyst – Senior: 275 Days Resource N° 4: 2.1 Business Analyst – Senior: 275 Days Resource N° 5: 2.7 Needs Analysis And Research Consultants – Senior: 250 Days Resource N° 6: 2.7 Needs Analysis And Research Consultants – Senior: 250 Days Resource N° 7: 2.7 Needs Analysis And Research Consultants – Senior: 250 Days Resource N° 8: 2.7 Needs Analysis And Research Consultants – Senior: 250 Days File Number: 30006143 Contracting Authority: Manon Paulin Phone Number: 438-468-3247 E-mail: Manon.paulin@dfo-mpo.gc.ca Inquiries: Inquiries Regarding This Request For Proposal (rfp) Requirement Must Be Submitted To The Contracting Authority Named Above. Rfp Documents Will Be E-mailed Directly By The Contracting Authority To The Qualified Supply Arrangement Holders Who Are Being Invited To Bid On This Requirement. Bidders Are Advised That “canadabuys.canada.ca” ” Is Not Responsible For The Distribution Of Solicitation Documents. The Crown Retains The Right To Negotiate With Any Supplier On Any Procurement. Documents May Be Submitted In Either Official Language. Debriefings: Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within 15 Working Days From Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Note: The Task And Solutions Professional Services (tsps) Method Of Supply Is Subject To Quarterly Refresh Cycles. If You Wish To Find Out How You Can Be A “qualified Sa Holder”, Please Contact Spts.tsps@tpsgc-pwgsc.gc.ca
Correctional Service Of Canada - CSC Tender
Others
Canada
Closing Soon4 Jul 2025
Tender AmountRefer Documents
Details: This Bid Solicitation Cancels And Supersedes Previous Bid Solicitation Number 21470-28-4773513-c Dated May 16, 2025 That Closed June 2, 2025 At 14:00 Est. A Debriefing Or Feedback Session Will Be Provided Upon Request To Bidders/offerors/suppliers Who Bid On The Previous Solicitation. This Requirement Is For: The Correctional Service Of Canada, Kingston Parole Office. Trade Agreement: This Procurement Is Not Subject To Any Trade Agreement. 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 Includes Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Of Canada Has A Requirement To Provide Urinalysis Collection Services For Both Male And Female Offenders In Kingston And The Surrounding Area. The Work Will Involve The Following: 1.1 Objectives: Consistent With The Mission Statement And Strategic Objectives Of The Correctional Service Of Canada (csc), The Contractor Must Provide A Urinalysis Collection Program For The Kingston Area. 1.2 Tasks: 1.2.1 The Contractor Must: 1. Upon Referral, Collect Urine Samples From Federally Released Male And Female Offenders. 2. Provide A Collector That Must Be Of The Same Gender As The Offender Providing The Sample. 3. Accurately Label, Store And Package Samples To Prevent Contamination Or Tampering. 4. Record Necessary Information, Including Time Of Collection, Collector Identification, And Other Required Documentation. 5. Explain The Urinalysis Process Clearly To Participants, Maintaining A Calm And Respectful Demeanor. 6. Handle Potentially Sensitive Or Uncomfortable Situations With Discretion And Empathy. 7. Ensure The Integrity Of The Sample By Placing The Required Seals On The Container, Obtain Signatures On The Container, And Prepare The Container For Shipment To The Specified Laboratory For Testing. 8. Ship The Samples With A Bill Of Lading To The Approved Laboratory For Testing. 9. Collect Samples In Compliance With Section 66(1) Of The Ccra Regulations, And Cd 566/566-11. The Contractor Must Provide The Protective Gloves To The Collectors. 10. Present The Offender With Form 1064-1 (community Notification To Provide A Urine Sample) Prior To The Initial Test Or At The Beginning Of A New Frequency Of Urine Collection If Csc Requests One, Obtain The Offender’s Signature, Complete The Chain Of Custody Form 1065 For Every Sample Collected And Distribute Copies Of The Form As Directed. 11. Complete The Urinalysis Log Sheets Monthly, Or Provide A Detailed Invoice, Or Both, And Forward Them To The Respective Office Responsible For The Supervision Of The Offender. 12. Attend Court Hearings, Meetings With Auditors, Or Meet With Csc Managers As Requested. 13. For All Cases Assessed By Csc To Meet The Tandem Supervision Policy, Ensure The Collector Has Tandem Partner Accompaniment Whenever A Urine Sample Is Collected In The Offender’s Private Residence Or In An Isolated Community Location (cd 715). 14. Immediately Notify The Csc Supervising Parole Office In The Event Of An Offender’s Refusal Or Inability To Provide A Sample, Or Any Suspicious Behaviour, Or Both Are Noted. If This Occurs Outside The Established Working Schedule, The Contractor Must Follow The National Monitoring Centre Protocol. 1.2.2 Collection Schedule: 1. Normally, The Contractor Must Perform Collections During Regular Working Hours, Monday To Friday, Between 0700 Hours And 1800 Hours. 2. Csc May Request That The Contractor Collect Urine Samples, From Time To Time, On Weekends And After Normal Working Hours. 3. Csc May Request That The Contractor Collect Urine Samples On An Emergency Basis. The Contractor Must Respond Within 3 To 4 Hours Of Being Notified Of An Emergency Requirement. 4. The Contractor Must Respond Within 24 Hours’ Notice For Any Non Urgent Requests To Schedule Collection. 1.2.3 Continuity Of Services 1. The Collector Must Provide 24 Hours’ Notice For Cancellation Of Collections. The Contractor Must Provide This Notice To The Office Urinalysis Coordinator. 2. The Contractor Must Provide A Back-up For Urinalysis Collection, In Case Of Illness, Vacation, Leave, Or The Inability To Provide Urinalysis Collection Services For At Least 5 Days. The Contractor Must Obtain The Departmental Representative’s Or Project Authority’s Prior Approval Before The Back-up Performs Any Work. The Back-up Must Also Complete The Csc Urinalysis Collectors Orientation Program (at The Contractor’s Expense) Before The Back-up Begins Providing Any Urine Collection Services. 1.2.4 Support The Contractor Csc Will: 1. Ensure That The Contractor Is Provided With All Necessary Documentation Including Regulations, Directives, And Guidelines For Compliance To Be Maintained. 2. Provide Procedural Instruction In The Surveillance, Procurement And Shipment Of Samples. 3. Refer Offenders For Urinalysis Testing. 4. Establish Procedures For Shipment Of Samples To The Csc Specified Laboratory For Testing. 5. Facilitate The Process Of Securing Reliability Status Security Clearance For The Contractor And Subcontractor Providing The Services. 6. Provide The Required Paperwork, Sample Containers, Courier Bags, Courier Bills Of Lading, Cooler To Store The Collections And An Appropriate Security Storage Container For Paperwork And Referrals. 7. Provide A Complete Csc Urinalysis Collectors Orientation Program Prior To The Collector Commencing Any Urine Collection Services. The Orientation Includes Safety Procedures Related To Reporting Negative Offender Behaviour To The Csc Supervising Parole Office, And The National Monitoring Centre Protocol. 1.2.5 Cancellations The Contractor Must Not Charge Csc When Csc Provides At Least 24 Hours Of Notice Of Cancellation Of Collections. The Parole Officer Supervisor, Ccc Manager, Or Office Urinalysis Coordinator Will Provide This Notice. When Csc Provides Less Than 24 Hours Notice Of Cancellation Of Collection, The Contractor May Charge One-half The Collection Rate. The Parole Officer Supervisor, Ccc Manager Or Office Urinalysis Coordinator Will Provide The Cancellation Notice By Telephone Notification Or Telephone Message To The Contractor. 1.3 Location Of Work: The Contractor Must Perform The Work At The Kingston Parole Office And Surrounding Area Parole Offices, Reporting Centre, Community-based Residential Facility (cbrf), Community Correctional Centres (ccc), Offenders’ Private Residences And Surrounding Areas. Kingston Parole Office 552 Princess Street, 2nd Floor Kingston, Ontario, K1y2b6 1.3.1 Travel Csc Will Reimburse The Contractor’s Travel Expenses Incurred For The Collection Of Urine Samples According To The Current Approved National Joint Council (njc) Travel Directive. Csc Will Pay Travel Expenses Only For Collections Outside The 17 Km Radius Of The Kingston Parole Office. 1.4 Language Of Work: The Contractor Must Perform All Work In English. 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 July 2, 2025 To June 30, 2028. File Number: 21470-28-4773513 Contracting Authority: Monika Alexander Telephone Number: 647.234.2934 E-mail: Bidreceiving.gen-ont-401@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).
Texas Comptroller Of Public Accounts - TCPA Tender
Security and Emergency Services
United States
Closing Date10 Jul 2025
Tender AmountNA
Details: This Solicitation Is To Establish A Contract For Vehicle Detection Cameras And Monitors For The Texas Department Of Transportation Paris District. Note: All Information Or Changes Related To This Solicitation Will Be Posted On This Website. Respondents Should Monitor This Website For Any Addendums, Additional Documents, Questions And Answers, Or Changes. The Response Due Date And Time Specified On This Posting Is The Due Date And Time For Submittal Of Responses. Response Submittals Will Not Be Accepted After This Date And Time.
School District 36 Surrey Tender
Machinery and Tools
Canada
Closing Date11 Jul 2025
Tender AmountRefer Documents
Details: This Request For Quotations (the “rfq”) Is An Invitation By The Board Of Education Of School District No. 36 - Surrey (“sd36”) To Prospective Respondents To Submit Quotations For Supply And Delivery Of Commercial Kitchen Equipment, As Further Described In Section A Of The Rfq Particulars (appendix B) (the “deliverables”). The Purpose Of This Rfq Is To Identify And Select The Vendor(s) With The Lowest Bid For Individual Items Who Has Successfully Passed The Non-price Rated Criteria. The Surrey School District Operates And Maintains Over 140 Facilities Including District Offices, Elementary Schools, Secondary Schools, Learning Centres Alternate Schools, Adult Education Centres, Distributed (online) Learning Programs And A Variety Of Satellite And Inter-agency Programs Serving A Wide Range Of Specific Student Needs. Approximately 80,000 Students Are Currently Enrolled In District Schools. More Information Regarding The District Can Be Viewed On The School District’s Website At Www.surreyschools.ca.
51-60 of 2202 active Tenders