25/031F Framework Agreement for the Provision of Contact Centre Services
The estimated value of the contract is inclusive of indexation of €18,462,429 ex. VAT over the maximum term of the framework agreement. Regulation 97(1)(a) of the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI 286/2016) (the Utilities Regulations 2016) will apply to any further uplifts...
Angebotsfrist:08. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The estimated value of the contract is inclusive of indexation of €18,462,429 ex. VAT over the maximum term of the framework agreement. Regulation 97(1)(a) of the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI 286/2016) (the Utilities Regulations 2016) will apply to any further uplifts required to take...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Uisce Éireann
- Veröffentlicht: 19. April 2026
- Frist: 08. Juni 2026
Ausschreibungsbeschreibung
The estimated value of the contract is inclusive of indexation of €18,462,429 ex. VAT over the maximum term of the framework agreement. Regulation 97(1)(a) of the European Union (Award of Contracts by Utility Undertakings) Regulations 2016 (SI 286/2016) (the Utilities Regulations 2016) will apply to any further uplifts required to take account of further inflation. You must submit through the etenders system before the deadline. The submission deadline is strict and no submissions will be possible after the date and time specified in the PQQ documents. Please note that all tenders are electronic, as such NO paper copies will be accepted or read. Please submit via the etenders system not later than 12:00 hrs local time Monday 8th June 2026 . The estimated values in this eForm are dependent on needs and budgetary resources, only indicative and are not binding on the Contracting Entity. If the estimated values are equal to or greater than EUR 250 million, any economic operators participating in this public procurement procedure shall notify the contracting entity of all foreign financial contributions as defined in Article 28(1), point (b) of Regulation (Eu) 2022/2560 on foreign subsidies distorting the internal market.
Weiterführende Details
Nach Registrierung stehen Unterlagen, Fristen und Hinweise zur Einreichung strukturiert bereit.
- Kernanforderungen der Ausschreibung priorisiert aufbereitet
- Fristen, Eignungskriterien und Unterlagen in einem Ablauf
- Hinweise zur strukturierten Angebotsvorbereitung
- Passende Folgeausschreibungen automatisch entdecken
Dokumente und Anhänge
49 Dateien erfasst- PDF Notice (BUL)
- PDF Notice (SPA)
- PDF Notice (CES)
- PDF Notice (DAN)
- PDF Notice (DEU)
- PDF Notice (EST)
Ähnliche Bekanntmachungen
10- Department of Children Disability and EqualityDublinFrist: 08. Mai
The provision of Legal Services to the Guardian ad litem National Service (Regulation 10 Excluded)
The provision of Legal Services to the Guardian ad litem National Service - The Framework will provide access to external legal service providers capable of delivering legal services to Guardian ad litem “GAL”s authorised by the Guardian ad litem National Service under section 35L of the Child Care (Amendment) Act 2022 on a fee-per-task model. Use of eTenders and Procurement Procedure: The Contracting Authority is utilising the eTenders platform and has selected the “Open” procurement procedure for administrative and system purposes only, to facilitate access to competition documentation and submission of tenders. This selection does not alter the excluded status of this competition under Regulation 10 of the 2016 Regulations, nor does it require the competition to be conducted in accordance with the procedures or requirements of those Regulations.
- Gewobag Wohnungsbau-Aktiengesellschaft BerlinFrist: 26. Mai
Provision of TAVI and Cardiac Procedures for HSE Mid West
The Health Service Executive hereby invites suitably qualified and experienced Service Providers to submit tenders for the Provision of TAVI and Cardiac Procedures for HSE Mid-West. These services are required on an ongoing basis. However, there is no guarantee of any definite level of business. The estimated value of the tender is €3.4 million over a possible five [5] year period. The HSE intends to appoint up to four service providers. Any Contract that results from this Competition shall be for an initial period of 24 months (the “Term”). The HSE reserves the right to extend the Term for three periods of up to 12 months each on the same terms and conditions, subject to the Contracting Authority’s obligations. The Contracting Authority does not make any guarantee in relation to the volume or value of Services to be procured over the Term. The HSE therefore reserves the right, after the award of contract, to negotiate with the successful tenderer the level of services to be provided to match the available budget. For full details, please see the clinical and service specification outlined in the Specification of Requirement below. Note: Service Providers are requested to only submit a tender if they are confident that they have the requisite capacity, suitably qualified staff, experience and expertise within their organisation to deliver on the service as outlined in the project documentation and commencing as soon as practicable after award of contract. All submissions will be reviewed for compliance with the specifications as outlined in this document. This tender is primarily for the HSE Mid West. Please note that up to five [5] additional drawdowns by other Regional Health Authorities (RHAs) within the HSE will be allowed under any contracts resulting from this tender competition. Such drawdowns will be similar in scope to the services required in this competition. In the event of such drawdowns, the successful tenderer for this competition will be required to deliver the services under the same terms and conditions resulting from this competition. The HSE does not make any guarantee in relation to the volume or value of such services that may be procured from any resulting contracts. This tender process is being conducted as an Annex XIV procedure utilising an open style tender, with all terms of the competition specified in the tender documents, under Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (S.I. 284 of 2016) (the “Regulations”) - Social and other specific services. The required services are listed as Annex XIV services of Directive 2014/24/EU (the “Directive”) and, accordingly, only Regulations 74-77 of the Regulations apply. Tenderers should note that if the HSE identifies a requirement for additional supplies or services, it may exercise its rights under Article 32(3) and 32(5) of Directive 2014/24/EU.
- Louth and Meath Education and Training Board 1384Navan
Multi Supplier Framework Agreement for the Supply and Delivery of Art Class Materials in 2 Lots Lot 1 General Art Class Materials Lot 2 Ceramics
Accelerated Procedure The tender relates to ID 5748345 Due to a discrepancy with the deadline time on the document and the etenders platform all submissions should be uploaded to this Call for Tender with a deadline of Wednesday 09th July 2025 12 noon The framework agreement for each Lot will be established on foot of this tender competition for: outlined in the Appendix 2 Pricing Schedule. • Lot 1 General Art Class Materials • Lot 2 Ceramics
- SYKEHUSINNKJØP HFVADSØFrist: 24. Apr.
Cleaning services for the University Hospital of North Norway HF ́s ambulance stations.
The contracting authority for this competition is Sykehusinnkjøp HF, which is implementing the procurement on behalf of the University Hospital of North Norway Health Trust (UNN HF). The aim of the procurement is to enter into a service agreement with one or several tenderers for cleaning of good quality at UNN HF ́s ambulance stations, which shall keep the premises with further visually appealing and hygienically satisfactory. The estimated annual procurement value is NOK 1,800,000, per annum excluding VAT. The maximum value of the procurement is NOK 8,500,000, excluding VAT. The estimated values and volumes in the tender documents are not binding for the contracting authority and the customers are not obliged to procure a specific volume/number of services within the individual areas in the contract period. The procurement is divided into sub-contracts, which are in the competition provisions. Tenders can be submitted for one, several or all sub-contracts. The contracting authority reserves the right to award a combined contract to a tenderer, where a tenderer has offered all sub-contracts and the total tender has the best relationship between price and quality in general, cf. the procurement regulations § 19-4 (5). See the tender documentation for more information.
- Norwegian Ministry of Foreign AffairsOslo
Framework agreement for the purchase of security products
The Ministry of Foreign Affairs is responsible for physically securing the foreign stations. The procurement shall cover the foreign stations ́needs for complete solutions for lock doors and expedition fields, as well as security doors (referred to as security products). The procurement shall ensure robust, standardised and reliable systems that safeguard both operation and safety requirements in the entrance and exit areas as well as zone divisions. Bulletproof sluices and expeditionary fields are used in the perimeter between public areas and offices. Emergency exits are to be secured with steel safety doors with fire classification. In addition the office premises are divided into security zones that are separated by solid security doors. In addition there can be a need to supplement and replace parts for the existing security products. The Ministry of Foreign Affairs intends to enter into a framework agreement for security products that cover this need. One framework agreement shall be signed with one tenderer. The framework agreement will be valid for 2 years, with an option for an extension for a further 1+1 year. The framework agreement will be non-exclusive. The procurement ́s value is estimated to NOK 6 million excluding VAT per annum, in addition there will be freight costs estimated to NOK 600,000 per annum. Emphasis is put on the fact that this is only an estimate based on previous years and it can vary depending on need. The maximum value of the framework agreement is NOK 35 million excluding VAT.
- St John of God Community Services clgStillorganFrist: 30. Apr.
Prior Information notice (PIN) as a call for competition for the provision of Personal Outcome Measures Training Services for Saint John of God Community Services clg
THIS IS A CALL FOR COMPETITION and the Contracting Authority is requesting interested suppliers to contact Procurement@sjog.ie no later than March 30, 2026 at 5pm. The Contracting Authority will request interested suppliers to complete a short Request for Information. The contract will be awarded based on a Request for Quotes (RFQ) process to suppliers that expressed interest by the PIN deadline. There will not be publication of a further call for competition.
- Transport Infrastructure Ireland (TII)DublinFrist: 01. Mai
Prior Information Notice for the Provision of Minor Works Framework for MetroLink
This notice serves as a Prior Information Notice (PIN) and is not a call for competition. A call for competition may be issued in Q3 2026. Transport Infrastructure Ireland (TII) is planning to invite submissions from companies and organisations possessing the necessary expertise and capacity to deliver Minor Works for Transport Infrastructure Ireland. This process represents a preliminary step toward the potential initiation of a formal tendering procedure, with the aim of establishing a Multi‑Supplier Framework Agreement for Minor Works. The anticipated scope of the Framework may include the supply and installation of associated materials and delivery of general minor building, repair, maintenance, upgrade works and various mitigation related works. These may encompass activities such as building fabric repairs, carpentry and joinery, painting and making‑good, minor structural repairs, insulation improvements, electrical and plumbing works, accessibility upgrades; temporary works design (by the Contractor where required) to support the safe execution of the works; supply and installation of branded hoarding and signage (subject to TII branding requirements to be specified in any future documentation); supply and installation of temporary or permanent fencing and netting, noise barriers with acoustic properties, replacement glazing, glazing upgrades, whole window replacements including frames and minor external works including remediations to boundary walls, fences, railing and hard landscape activities. Full details will be provided in any future call‑for‑competition documentation. It should be noted that this notice does not signify a commitment to procurement. Any specific procurements stemming from this notice will be duly advertised in accordance with applicable public procurement rules. Transport Infrastructure Ireland does not require a response to this Prior Information Notice. In advance of any potential competitive procurement process, TII is intending to conduct a market sounding exercise. TII would like to invite the market to complete an initial Market Sounding Questionnaire (MSQ) which will be used to seek insights and feedback from the market with experience or interest in the potential opportunity. This engagement is purely exploratory to inform the proposed procurement approach and not does not form part of a formal procurement process. For further information on the MSQ, please direct Expressions of Interest to supplychainmetrolink@tii.ie with the subject heading “Minor Works MSQ”. The deadline for submitting MSQ responses is 17:00 GMT on the 16th of April 2026.
- Københavns Lufthavne A/SKastrupFrist: 20. Apr.
Tender for lease agreements within the food & beverage segment in Copenhagen Airport
This tender concerns 6 individual lease agreements (lots) within the food and beverage segment in Copenhagen Airport. The lease agreements subjects are as follows: Lot No. 1: Nordic cafe, Lot No. 2: Coffee and bakery, Lot No. 3: Coffee & Sandwich, Lot No. 4: Coffee & Sandwich, Lot No. 5: Modern Asian restaurant and Lot No. 6: Coffee shop - To go. The tenderers may submit up to three separate tenders with different brands per lease agreement. The estimated contract values have been calculated on
- Sarpsborg kommuneSarpsborg
(26/8) Taxi services, framework agreement
The competition is for a framework agreement for the delivery of taxi services for passenger transport that are not carried out by itself. The contracting authority also has an option for transporting infections. The framework agreement does not apply for school transport managed by the county, patient journeys managed by the health authorities, buses over 16 seats and facilitated transport under the auspices of the county. The procurement ́s value is estimated to: NOK 6,500,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price rise: NOK 50,000,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. Apprentices: The contracting authority has assessed the procurement against the apprentice regulations, cf. the Procurement Act § 7 and concluded that apprentices are not required in this procurement, as there is not much need for apprenticeships for the courses that are relevant for this procurement, cf. the apprentice regulations § 6 (2), and the contract ́s main element does not include work where it is relevant to use labour with trade or craft certificates. Cf. the apprentice regulations § 6 (3).
- Atlantic Technological UniversityLetterkennyFrist: 18. Mai
268/26 ATU Multi Party Framework Agreement for the Provision of Quality and Regulation Consultancy Services for Medical Technologies
The Contracting Authority proposes to engage in a competitive process for the establishment of a Multi-Operator Framework Agreement for the provision of Quality and Regulatory Consultancy Services focused on medical device prototypes. These services will support device development across clinical, regulatory, and commercial planning pathways in accordance with applicable EU and international regulatory requirements. All participants on the framework when established will be required to sign a NDA. Please refer to attached documentation for further information.
Häufige Fragen zu dieser Ausschreibung
- Wie kann ich mich auf diese Ausschreibung bewerben?
- Erstellen Sie ein kostenloses Konto auf auftrag.ai. Danach sehen Sie alle Unterlagen, Fristen und Hinweise zur Einreichung in einem strukturierten Ablauf.
- Bis wann läuft die Angebotsfrist?
- Die Angebotsfrist endet am 08. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Uisce Éireann.
- Welche Unterlagen sind für den Start relevant?
- In der Regel benötigen Sie Leistungsbeschreibung, Eignungsnachweise, Fristenhinweise und ggf. Formblätter. Auf auftrag.ai werden diese Punkte priorisiert dargestellt.