26013 CABLE PLOUGHING - STRENGLÖGN - Jökuldalur 2 - Austurland
RARIK ohf., ID No. 520269-2669, Dvergshöfði 2, 110 Reykjavík, invites tenders to submit a tender for Tender No. 26013, Jökuldalur 2, Austurland. The project consists of ploughing works, including the installation of ground-mounted substations and cable distribution cabinets, from Gauksstaðir (opposite Skjöldólfsstaðir)...
Angebotsfrist:08. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
RARIK ohf., ID No. 520269-2669, Dvergshöfði 2, 110 Reykjavík, invites tenders to submit a tender for Tender No. 26013, Jökuldalur 2, Austurland. The project consists of ploughing works, including the installation of ground-mounted substations and cable distribution cabinets, from Gauksstaðir (opposite Skjöldólfsstaðir) to Grund in Jöku...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: RARIK ohf.
- Veröffentlicht: 07. Mai 2026
- Frist: 08. Juni 2026
- Thema: Elektroinstallation
- Bauobjekt: Stromnetz / Hochspannungsleitung
Bauobjekt-Klassifikation
- Stromnetz / HochspannungsleitungHauptobjekt
- Umspannwerk / Trafostation
Ausschreibungsbeschreibung
RARIK ohf., ID No. 520269-2669, Dvergshöfði 2, 110 Reykjavík, invites tenders to submit a tender for Tender No. 26013, Jökuldalur 2, Austurland. The project consists of ploughing works, including the installation of ground-mounted substations and cable distribution cabinets, from Gauksstaðir (opposite Skjöldólfsstaðir) to Grund in Jökuldalur. The works shall be carried out during the period from 23 June to 30 September 2026. High-voltage cables for the project will be delivered at Mjóeyri in Reyðarfjörður, near the Mjóeyri harbor area. Ground-mounted substations, foundations, low-voltage cables, and other materials will be delivered to the Þverklettar warehouse and/or the storage area at Eyvindará, just east of Egilsstaðir. Cable pulling for the crossing of Jökulsá á Dal river was included in Tender No. 26012, Jökuldalur 1. The interface between these two contracts is therefore located on the eastern bank of Jökulsá in the Gauksstaðir area. Crossings through cultivated land must be coordinated with the landowner regarding scheduling and execution timing.
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- RARIK ohf.ReykjavíkFrist: 16. Apr.
CABLE PLOUGHING - STRENGLÖGN - LAUGARBAKKI - VÍÐIGERÐI
Rarik ohf. invites tenders for the project Cable Ploughing - Strenglögn - Laugarbakki - Víðigerði no. 26010. The project involves the installation of a 36 kV high-voltage cable together with a 20 mm fibre-optic duct along an approximately 16 km route. Of this total distance, about 2 km is expected to require trench excavation, where four additional cables will be installed along the same section. The works shall commence on 22 June and be completed by 31 August 2026.
- Landsnet hfReykjavikFrist: 01. Mai
TO2-01: Þorlákshafnarlína 2, 132 kV underground cable Earthworks and installation of underground cable
The project involves excavating for and installing a 132 kV underground cable, Þorlákshafnar Line 2 (TO2), from a new terminal tower to be constructed on Sogslína 2 near Hveragerði to the substation at Þorlákshöfn (TOR). The cable route is approximately 21.2 km in length. A trench will be excavated for the cable, and three single-core cables forming the TO2 circuit will be laid in a triangular configuration in cable sand at a depth of about one meter. An access track will be constructed along the cable route where necessary. The work also includes installation of foundations and guy anchors for the terminal tower, as well as site reinstatement.
- Kyivpastrans Municipal Enterprise of Kyiv City CouncilKyivFrist: 30. Juni
Procurement of 2 New Funicular Cable Railway Cabins for Carriage of Passengers, Associated Goods and Related Services
Supply of 2 new funicular cable railway cabins for carriage of passengers, associated goods (The funicular cabin must be equipped with fast rechargeable batteries mounted in a swing-out or pull-out box for access and maintenance, with adequate protection against corrosion. Batteries shall be compliant with Directive 2006/66/EC of European council) and related services: - Supply of set of wearing and consumable spare parts for 2 years maintenance; - Supply of a set of main spare parts; - Supply of maintenance, repair and diagnostic tools; - Delivery of technical documentation; - Supply of related services (commissioning of funicular cable railway cabins and associated goods, personnel training etc.); Incoterms delivery conditions: EXW (Ex Works) for Goods supplied from within the Contracting Authority’s Country, CIP (border or port) for Goods supplied from outside the Contracting Authority’s, including, for both delivery conditions, all expenses related to the supply, delivery, handling and insurance of goods to the final destination place: Petra Sagaidachnoho street 3, in the Podilskyi district of Kyiv city2, Naberezhne Shose Str., Kyiv, Ukraine, final destination at place to be defined by Kyivpastrans [the address will be confirmed during signing of the Contract]. The funding institutions are the European Investment Bank and the Kyiv City Council. The amount of the EIB funding share of the contract will not include VAT or, if applicable, customs duties and other taxes on the purchase of the Goods under this tender. Any such VAT, duties or taxes will be paid by the Contracting Authority from its own budget The required date of arrival of the first delivery (on the Project Site is no later than: 18 months from the date of the advance payment receipt by the Supplier. The required completion date is no later than: 79 weeks from the date of the advance payment receipt by the Supplier. Tender Document is available for free and will be sent to the prospective tenderers electronically in pdf format via Tenderer’s request. Tenderer’s request shall be issued on the letterhead of the Tenderer and obligatory contain the name of Tenderer, name of the project, name of the tender, and identification number of tender, country of origin of the tenderer, e-mail address, phone number, and name of the responsible person(s). All prospective tenderers shall ensure smooth receiving of the tender document via specified e-mail in request without any documents size restrictions for receiving. A register of potential tenderers who have purchased the tender documents may be inspected at the address indicated below. In line with cl. 19 of the section 1 “Instruction to Tenders” and cl. 19 of the “Tender Data Sheet” in the tender documents, all tenders must be accompanied by a tender security of EUR 100,000.00 (one hundred thousand euros) or the equivalent amount in another freely convertible currency or in the Ukrainian Hryvnia, determined at the official rate(s) of the Ukrainian Hryvnia against foreign currencies established by the National Bank of Ukraine as of the date of the tender security is issued and must be submitted at the address indicated below no later than the time and date of the deadline for tender submission. All Tenders must be delivered in closed envelopes bearing the mention “Supply of 2 new funicular cable railway cabins for carriage of passengers, associated goods and related services” to Municipal Company Kyivpastrans, to the attention of Ms.Tatiana Tarasko – General Director, Naberezhne Shose 2 Floor 2, room 205, Kyiv, 04070; Telephone number: +38 044 254 65 53 on or before the 30.06.2026 at 10:00 (local time). Tenders will be opened at 11:00 (local time) in the presence of the Tenderers’ representatives who choose to attend.
- Landsnet hfReykjavikFrist: 27. Apr.
Hryggstekkur Substation – Structures and Earthworks
The client requests bids for works related to the substation at Hryggstekkur as described in the tender documents. The works consist of earthworks, construction of an access road, buildings, site finishing, and final completion of the substation buildings at Hryggstekkur.
- Alliander N.V.Arnhem
EU-tender MV+ cables 2024
The general objective of the tendering procedure is to conclude a master framework agreement with a selection of multiple contractors per lot for medium- or low-voltage cables. Further framework agreements with A and B contract parties per lot will be awarded for a specific volume of cables.
- Energinet Eltransmission A/SFredericia
Cable Burial and Protection to Konti-Skan Connect
As part of the current project development phase, Energinet and Svenska kraftnät (the Clients) are jointly undertaking the Konti-Skan Connect HVDC Interconnector project to renew and modernize the electricity transmission link between Denmark and Sweden. The Consultant is requested to provide engineering services that support the development of a comprehensive cable protection strategy. This includes evaluating seabed conditions, human activity (e.g., anchoring, fishing), and geotechnical risks to ensure the cables are safeguarded against foreseeable hazards throughout their operational lifespan. In addition, the Consultant shall incorporate a Security by Design assessment as a complementary layer to the Cable Protection and Burial Study, specifically addressing risks related to Hybrid Warfare at Sea. This assessment should enhance the overall protection strategy by ensuring resilience against emerging and unconventional threats beyond conventional activity risks. The tender is divided into the following: • Work Package A – Part One – Preliminary Risk Based Cable Protection Design Study • Work Package A – Part Two – Shoreline Morphology and Cable Burial Assessment at Sæby Beach Landfall • Work Package B – Revised threat and risk assessment • Work Package C – Assessment of cable installation methods • Option - Work Package D – Client´s engineer, cable tender phase • Option – Work Package E – Client´s engineer, cable installation phase For further details regarding the purchase, reference is made to the tender documents. The tendered contract has a duration of 9 years until 1. December 2034. The contract is task-based, and it will be possible to extend the duration of the contract until the task has been completed satisfactorily for the Client. The value of the contract is expected to amount to 500,000 EURO.
- RTE Réseau de Transport d'ElectricitéParis la Défense CedexFrist: 23. Mai
Curative maintenance of submarine cable links – Marine operations
RTE, the French electricity transmission system operator, is responsible for developing, building and operating high-voltage submarine cable links for interconnection with neighboring countries, or for connecting offshore wind farms to the terrestrial transmission grid. RTE currently operates a wide range of submarine cable links on the Manche Channel, Atlantic and Mediterranean facades. In the future, the number of submarine cable links shall further increase with the development of HVDC long distance submarine cable links to offshore wind farms. These submarine cable links can be floating or laid on the sea floor. In this context, RTE is preparing for curative maintenance of several submarine cable links of its current and future networks on both Channel/Atlantic and Mediterranean facades. Curative maintenance of RTE networks is to be planned on HVAC (including floating technology) and HVDC bundle submarine cable links. In case of HVDC, maintenance operation shall cover handling of bundled cables (Two power cables and one fiber optic cable). This curative maintenance shall encompass the means and personnel necessary to perform the Marine Operations scope which comprises: 1) Fault location along full cable length, i.e. from landfall to OSS hang-off; 2) Spread deployment to ensure cable repair, i.e. a) Vessel and equipment mobilization; b) Cable system spare load out at storage facility located in French harbors, RTE being responsible for cable system availability up to the quay edge; c) Deburial of faulty section; d) Cable cutting and preparation onboard for repair; e) Pull-in at OSS or landfall if required; f) Joint deployment; g) Cable system repaired section reprotection. The jointing operation is excluded from this scope of work. RTE would like to investigate ways to perform the above-mentioned Marine Operations scope and particularly on ways to limit the return-to-service time after a default and maintain a cost-effective approach. In order to achieve these two main objectives; this periodic indicative notice is designed to permit RTE to exchange both with marine operators and intermediaries (brokers). Hence, this periodic indicative notice aims to encourage the market to have its various actors emerge and help RTE identify them. It shall also allow the market to clarify its capacity of service with respect to RTE periodic indicative notice and propose adapted and robust solutions.
- Energinet Eltransmission A/SFredericiaFrist: 22. Mai
25/14408 - Purchase 2026 for 145/170 kV AC Cables
Through the establishment of four (4) Agreements (4 lots), the Contracting Authority intends to procure complete and fully functional supplies of several 145 and 170 kV AC cable systems, as further specified in Appendix 4, Time schedule - Purchase 2026 for 145&170 kV AC Cables (Doc. 25/14408-55). Each Agreement (lot) covers specified supplies intended for multiple projects. For each individual project, a specified contract will be made according to the Contract agreement. The scope for each of the four lots is described in detail in the tender documents. Further details concern-ing the procurement are provided in the appendices to the tender documents. Prequalification: It is possible to apply for prequalification for all four lots. The application should clearly state for which lot it concerns. If an applicant applies for more than one lot but does not have the capacity for all such lots, this must be clearly stated in the application. Case: As part of the technical description, the Supplier must submit a proposal for an example case solution. The example case solution must be based on the elements described therein as well as the case docu-ments 26/05333 (1-9). Award: The Agreements will be awarded per Lot directly to the tenderer who has submitted the most economically advantageous tender for each Contract, see section 4.1. A tenderer may be awarded one or more lots as described: The Contracts are divided into four (4) lots, with the expected scope and award conditions set out below: 1.Lot 1 (NEA project (app. 820 km)): Lot 1 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. The evaluation of Lot 1 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 122.100.000 inclusive option for 10% additional volume to cover unforeseen demand and/or changes in the project. 2.Lot 2 (3N project (app. 585 km)): Lot 2 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. All tenderers are eligible to submit bids for this lot. The evaluation of Lot 2 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 88,000,000, inclusive option for 10% additional volume to cover unforeseen demand and/or changes in the project. 3.Lot 3 (various 145kV projects Northwest Seeland (DK2) (app. 780 km)): Lot 3 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. However, the tender submitted by the winner of Lot 1 will be excluded from the evaluation of this lot. The evaluation of Lot 3 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 112.200.000 inclusive option for 10 % additional volume to cover unforeseen demand and/or changes in the project. 4.Lot 4 (various projects Jutland (DK1) (app. 595 km)): Lot 4 will be awarded to the tenderer submitting the most economically advantageous tender based on the best price-quality ratio. However, the tender submitted by the winner of Lot 2 will be excluded from the evaluation of this lot. The evaluation of Lot 1 will be conducted independently and will not be affected by tenders sub-mitted for other lots. Estimated value: EUR 90.200.000 inclusive option for 10% additional volume to cover unforeseen demand and/or changes in the project. Based on continuous improvements in fx. optimized manufacturing, project management, procurement etc. in the duration of the Agreement, Supplier shall implement an annual cost reduction of 2% on the baseline price list (doc. 25/14408-54) included in Supplier’s final tender (Appendix 5), excluding any agreed price regulation. The baseline price list shall be adjusted annually by applying the 2% reduction to the most recently updated baseline price list (see also Contract Agreement doc. 25/14408-17 Clause 5.3).
- Department of Agriculture Food and the MarineDublinFrist: 28. Mai
Improvement to Boat Repair Area at Dunmore East Fishery Harbour Centre
The Marine Engineering Division (MED) within the Department of Agriculture, Food and the Marine (DAFM) wishes to appoint a consultant to provide consultancy services for the design and delivery of improvement works to the Boat Repair Facility (Skids) and adjacent area at Dunmore East Fishery Harbour Centre. Professional services are required for the five stages of the project and includes performance of the PSDP role for all stages, and the role of Employers Representative.
- Statens vegvesenMoss
E134 the Oslo fjord connection - construction stage 2
The contract work includes engineering design services for and the construction of the Oslo fjord connection, construction stage 2, total approx. 14 km of road. The project is an expansion of the current road from 2 to 4 lanes. The works include i.a. new tunnels in the Oslofjord tunnel, Frogn tunnel and vassum tunnel, new tunnel portals, several large bridges and alterations to crossing areas. The contract shall be implemented with model based engineering design services.
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 RARIK ohf..
- 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.