Audit of the Primary Health Care Support Programme FY25/26 and FY26/27
The Royal Danish Embassy, Kenya, has entered into a contract regarding the following services: 1. Conduct financial audits of the Danida PHC programme in accordance with International Standards of Auditing (ISA) and Appendix 1 2. Plan and perform procedures related to compliance audits 3. Plan and perform procedures re...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Royal Danish Embassy, Kenya, has entered into a contract regarding the following services: 1. Conduct financial audits of the Danida PHC programme in accordance with International Standards of Auditing (ISA) and Appendix 1 2. Plan and perform procedures related to compliance audits 3. Plan and perform procedures related to performa...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Ministry of Foreign Affairs
- Veröffentlicht: 12. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
The Royal Danish Embassy, Kenya, has entered into a contract regarding the following services: 1. Conduct financial audits of the Danida PHC programme in accordance with International Standards of Auditing (ISA) and Appendix 1 2. Plan and perform procedures related to compliance audits 3. Plan and perform procedures related to performance audits The Consultant is expected to perform audits on PHC for financial year 25/26, including spill over from 24/25 and financial year 26/27. The purpose of the audits is to confirm that Danida PHC programme funds have been used for the intended purposes, and in an efficient and economical manner in line with the financing covenants between Danida and GOK and relevant financial regulations and guidelines. The Consultant shall review and report on whether the financial statements of the funded activities present fairly, in all material respects, revenues received, costs incurred, and commodities and technical assistance directly procured under the programme for the period audited in conformity with the terms of the agreements and generally accepted accounting principles or other comprehensive basis of accounting. As such, the objective of the financial audits and performed procedures related to compliance and performance audits are: 1. To form an opinion on whether the annual financial statements are prepared, in all material respects, in accordance with established financial guidelines for reporting. 2. To enable the RDE to determine whether funds disbursed have been used in compliance with, and in all material respects with, all applicable laws and agreements covering the Danida PHC programme. 3. To enable the RDE to determine whether funds disbursed have been spent in an economical way, in all material respects, and to obtain reasonable assurance whether the systems, processes and transactions examined support the exercise of sound, transparent and accountable financial management in the administration of the funds granted by the RDE. 4. In respect of the compliance and performance audits, it is not a requirement that these be performed against any specific international standards, but Kenyan accounting principles for government expenditures must be followed, as well as International Standards for Auditing.
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 Ausschreibungen
10- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 23. März
Audit services for Financial Instruments
DG BUDG Directorate F manages several financial instruments for which separate financial statements are kept. External auditors are requested to provide audit certification annually, in order to give an assurance that the financial statements of the various instruments give a true and fair view of their financial position, financial performance and the cash flow and have been drawn up in accordance with the European Union Accounting Rules.
- Leading Healthcare Providers SkillnetDublinFrist: 05. Mai
Design and Development of Non-Clinical Triage CPD Programme for Primary Care
LHP Skillnet seeks to commission the design and development of a professionally accredited CPD programme to support non-clinical triage in primary care settings. The proposed aim of the programme is to provide administrative, medical secretaries and management staff in primary care with the knowledge, judgement frameworks and practical skills required to support non-clinical triage processes safely, confidently and consistently, within clearly defined protocols and escalation pathways. The programme must be designed for online delivery to ensure national accessibility.
- Department of Agriculture Food and the MarineDublinFrist: 18. Mai
The Provision of services in the developing and delivering a Small Ruminant Health Programme Co-funded by National Exchequer and stakeholder sector
The Department of Agriculture, Food and the Marine (DAFM) intends to procure by competitive process certain services provided for under the National Exchequer and co-founded by stakeholder sector entitled “Small Ruminant Health Programme”. The Measure proposes 3 key elements: 1. Development of the Small Ruminant Health Programme. The project manager to develop the programme with focus on but not limited to improve flock/herd productivity and enhance animal health management. The programme manager to procure match DAFM funds with stakeholder funds. 2. Training of Advisors to deliver the programme to farmers. The specialist training of professional advisors (veterinarians) to deliver the Small Ruminant Health Programme to herds/flocks (sheep/goats); and, 3. On farm programme delivery. The delivery of the Small Ruminant Health Programme to farmers at individual herds/flocks (sheep/goats) level by trained professional advisors (veterinarians).
- European Climate, Infrastructure and Environment Executive Agency (CINEA), CINEA - European Climate, Infrastructure and Environment Executive AgencyBrusselsFrist: 09. Mai
Services to Communities to support the achievement of the objectives of the Mission Ocean and Waters
2. Services to Communities to support the achievement of the objectives of the Mission Ocean and Waters. The specific objective of this contract is to organize and manage the identification and selection process, aiming at selecting a minimum of 50 applicants from targeted communities of regional, local and other competent authorities, which are managing programmes and activities related to the Mission objectives, and provide services to them. The services provided consist of technical assistance and support for the preparation of transition agendas for their planned projects, programmes or initiatives that will support the achievement of the objectives of the Mission Ocean and Waters. In particular, the targeted authorities include: i) regions ii) cities, including small municipalities iii) rivers and water management authorities and iv) port authorities. These services should ultimately facilitate synergies with regional/local authorities to facilitate and speed up the achievement of the Mission’s objectives at local level, with the involvement of local communities and possible leverage of funds.
- National Transport Authority_1149DublinFrist: 10. Mai
Notice of a forthcoming Competition to establish a Contract for the Provision of Programme Oversight and Assurance team services in relation to the MetroLink Programme
The National Transport Authority (the “NTA”) wishes to advise the market of its intent to commence a competition to establish a Contract for the Provision of Programme Oversight and Assurance team services in relation to the MetroLink Programme. The NTA intends to commence this procurement procedure within the next two (2) months. The estimated value of the contract is likely to be €55,000,000 over a ten year period. The value of the Contract may be higher or lower than this value stated. The services are primarily intended for the provision of programme management services, inclusive of a full-time core Programme Oversight and Assurance Team based in the Authority’s offices, in relation to the MetroLink Programme Dublin. The services may also include other Metro and Sustainable Transport services related work. The details set out above are indicative only and are fully subject to change at the NTA’s discretion. Full details shall be provided within the relevant procurement documents once published. The NTA does not require a response to this PIN.
- Andøy kommuneANDENESFrist: 14. Mai
Audit Services
The competition is for a new audit contract for Andøy municipality and Andøy Havn KF. The contract is for auditing accounts, performance audits and ownership control. The value of the procurement is estimated to be above the EEA threshold. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. The contracting authority reserves the right to cancel the competition, i.a. in connection with budgetary coverage and political approval. The choice of auditor shall be approved by the municipal council. This procurement is considered to have an immaterial impact on climate and the environment, cf. the Regulations §7-9, fifth paragraph. The justification for this is that the procurement is for consultancy services/consultancy services where the contracting authority has been cut off from affecting climate and environmental impact, as the requirements and criteria that are aimed at these elements will not have sufficient connection to the delivery, cf. DFØ's environmental supervisor. The contracting authority has assessed the procurement against the apprentice regulations, cf. the Procurement Act § 7, and concluded that there is no requirement for apprentices in this procurement as it is considered disproportionately, because there is a need for specialised competence that an apprentice cannot be expected to hold, cf. the apprentice regulation § 6 (4).
- ØVRE EIKER KOMMUNALE EIENDOM KFHOKKSUNDFrist: 30. Apr.
Alterations of the Technical Centre to the Department Roads/Park and the Ambulance Service, as well as a new vehicle hall for the Fire Brigade.
The assignment is for a turnkey contract with interaction for the engineering design services and execution of the following work Skotselvveien 29, in Øvre Eiker municipality; Alterations to the existing technical centre, approx. 1940m2 Expansion of the building/addition of a new fire station, approx. 537 m2 Alteration and development of outdoor areas. Plan drawings and a situation plan have been prepared that show the wanted solutions and are being worked through in cooperation with users. The
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 30. Apr.
Manufacture of Safety Related 3” and Larger Manually Operated Gate, Stop Check, and Check Valves, ASME Boiler and Pressure Vessel Code, Section III, Class 1, 2, and 3 (Commodity Code PV03) for Poland AP1000® Project
1. Experienced suppliers capable of fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, QME-1 and IEEE testing, and fulfillment of all responsibilities defined in ASME B&PV Code, Section III for the NPT Certificate Holder for AP1000 Safety Related PV03, 3” and Larger Manually Operated Gate, Stop Check, and Check Valves, ASME Boiler and Pressure Vessel Code, Section III, Class 1, 2, and 3 (described below), must (i) contact (email and/or phone call) the Westinghouse contact person identified in section 1 to express interest and request an AP1000 supplier qualification questionnaire, and (ii) upon receipt, complete the AP1000 supplier qualification questionnaire with sufficient detail for Westinghouse evaluation and return it via email to the Westinghouse contact person. 2. The qualification criteria shall include but is not necessarily limited to (i) demonstrated experience in furnishing similar scopes; (ii) meeting the quality requirements for such equipment in a nuclear power plant, including having a Westinghouse or NIAC audited nuclear quality program complying with NQA-1 and 10CFR50 Appendix B; (iii) certification of compliance with all applicable governmental policies, requirements, laws and regulations, applicable international treaties or agreements, and other regulatory requirements; (iv) financial standing (solvency) and (v) verification of capabilities as further described in the AP1000 supplier qualification questionnaire. 3. Upon evaluation of your response to the AP1000 supplier qualification questionnaire, Westinghouse will determine if your company meets or does not meet the qualification requirements. Submission of the AP1000 supplier qualification questionnaire does not automatically qualify your company to be supplier for the project. 4. Each qualified Supplier will be required to execute a Proprietary Information Agreement (PIA). Companies meeting the qualification criteria and who have executed the PIA will be invited to submit a proposal. 5. The Request for Proposal (RFP) document will be for a three (3) unit project. 6. The scope of work for the subject RFP will include: • Overall project management, planning, scheduling, and reporting. • Procurement of material. • Material receipt • Preparation of necessary manufacturing drawings and procedures (welding, cleaning, marking, coating, packaging, etc.), work packages (travelers), internal manufacturing and assembly procedures, quality and inspection plan(s), factory acceptance testing procedure, quality documentation packages, personnel and process qualifications, and handling/storage instructions. • Non-Destructive Examination (NDE) and other Testing and Qualification requirements as required by Design Specification. 7. The RFP document will require furnishing of a Parent Company Guarantee if the prequalified Supplier is an affiliate of Parent Company. 8. Proposal may be requested in EURO, PLN (Polish Zloty), and/or USD. Furthermore, the proposals may be requested in a combination of Fixed Price (not subject to any price adjustment) and Firm Price (subject to adjustment per mutually agreed upon indices). 9. The final supplier evaluation and selection criteria will include price, compliance with technical, quality, and commercial requirements, experience in furnishing similar equipment, past performance, and compliance with the terms and conditions of purchase. 10. Any companies that do not meet mandatory compliance requirements in section 3 will be excluded. 11. The procedure for companies to gain access to proprietary information, if required, will be subject to compliance with the executed PIA/NDA, Applicable Export Laws, Applicable Laws, and Applicable Safeguards Laws which will be included in the RFP document. 12. If a large number of companies express interest and submit a completed AP1000 Supplier Questionnaire, the Contracting Authority reserves the right to conduct a preliminary down-selection of companies that demonstrate the highest qualification, capacity, and capability to perform the required scope of work. 13. The Contracting Authority also reserves the right to exclude any of the following from this Competitive Bidding process: A. any economic operator that is directly or indirectly owned or controlled by an entity from a country not covered by the Government Procurement Agreement ("GPA") with the EU; or B. economic operators who rely in the Competitive bidding process on capacities of any entities from countries not covered by the GPA with the EU. All such decisions by the Contracting Authority are final and shall not be subject to complaint or dispute. 14. The Customer shall be responsible for monitoring of the Contractor’s compliance with the competitive procedure. Thus, the Contractor shall transmit any complaint received to the Customer. The Customer reserves the right to audit of the Contractor’s selection of subcontractors under the competitive procedure, in line with the requirements of the Prime Contract.
- Coillte CGAWicklowFrist: 14. Apr.
The provision of Project Management Services for Site Audit and Signage Content Creation Nationwide
Coillte seeks a service provider for an end-to-end Project Management programme covering onsite audits, GIS-based asset recording, Irish language compliance assessments, and bilingual signage content development for recreation sites across Ireland. The appointment spans the full project lifecycle from initial audit and field data collection through analysis, translation, graphic design coordination, to final reporting and handover. Access tender documents via Coillte's Supplier Management System (SMS) Proactis at https://supplierlive.proactisp2p.com/Account/Login (Reference No: RFX1004393).
- European Defence AgencyRue des Drapiers, 17-23Frist: 10. Apr.
Framework Service Contracts for the provision of “Support to the implementation of the EU Capability Development Priorities in the Land Domain and for Strategic Enablers” (26.CAP.OP.025)
The EU Capability Development Priorities endorsed by the EU Ministers of Defence in November 2023 contain three (3) priorities related to the land domain, one (1) priority related to logistics, including AM, and one (1) priority related to CBRN defence: - Ground Combat Capabilities (GCC); - Future Soldier Systems (FSS); - Land Based Precision Engagement (LBPE); - Sustainable and Agile Logistics (SAL); - CBRN Defence. The present call for tenders aims to ensure contractual support for the impleme
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?
- Für diese Bekanntmachung ist aktuell keine konkrete Angebotsfrist angegeben.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Ministry of Foreign Affairs.
- 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.