BA-26-006-GK-Pipe inspection vehicle
Gjøvik municipality shall procure a complete, turnkey pipe inspection vehicle. The delivery shall include the factory new vehicle with the necessary equipment, software, training and documentation. The pipe inspection vehicle shall be delivered fully operative in accordance with the requirement specifications.
Angebotsfrist:09. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Gjøvik municipality shall procure a complete, turnkey pipe inspection vehicle. The delivery shall include the factory new vehicle with the necessary equipment, software, training and documentation. The pipe inspection vehicle shall be delivered fully operative in accordance with the requirement specifications.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Gjøvikregionen - Anskaffelser
- Veröffentlicht: 12. April 2026
- Frist: 09. Mai 2026
Ausschreibungsbeschreibung
Gjøvik municipality shall procure a complete, turnkey pipe inspection vehicle. The delivery shall include the factory new vehicle with the necessary equipment, software, training and documentation. The pipe inspection vehicle shall be delivered fully operative in accordance with the requirement specifications.
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- Gjøvikregionen - AnskaffelserGJØVIKFrist: 18. Mai
EA-26-014-GK Truck
The objective of the procurement is to procure a new lorry class C with lifting beggi, in accordance with NS 8407. attached requirement specification/price form for municipal engineering operations in Gjøvik municipality. The contracting authority has a load vehicle in trade-in that the municipal engineering operations in Gjøvik municipality want a trade-in price on.
- Simas IksKAUPANGER
Procurement of a wheeled excavator
Procurement of a wheeled excavator - SIMAS IKS SIMAS IKS shall enter into a contract for the delivery of a complete wheel excavator for operation at SIMAS ́ facility in Festingdalen, Kaupanger. The machine shall be prepared for use when delivering, including naudsynt documentation in Norwegian, training operators, function tests and acceptance tests. The procurement comprises a wheeled excavator in weight class approx. 18-20 tonnes, with functions, specifications and equipment as stated in Annex 1 - Requirement Specifications (Excel). This includes between the second engine Step V, hydraulics and control requirements, a safe lift system, driving comfort, light equipment, operational ownership, HSE requirements and options. All the technical and functional requirements in Annex 1 are binding minimum requirements. Tenderers shall offer a complete machine ready for operation, including training on the SIMAS basis, annual inspections and service during the guarantee period and a guaranteed response time for error handling and service, cf. the requirements in Annex 1. The delivery shall be carried out in DDP (Incoterms 2010) SIMAS Kaupanger. The competition was held as an open tender contest for negotiations in accordance with the Public Procurement Act (LOA) and the Public Procurement Regulations (FOA) part III (above the EEA threshold). All communication and submission shall occur via KGV (Artifik). The qualification requirement shall be documented by ESPD in kgv, and it comprises legal establishment, economic and financial capacity, as well as technical and professional capacity, including relevant references and documented works ́stadnett in Vestland. The contract will be awarded based on the financially most advantageous tender based on the following criteria: Price (50%), Environment (20%), Quality and provision (20%) and Service and uptime (10%). The contract will benefit DFØ standard contract terms for the procurement of goods with or without assembly/installation, with the accompanying annexes. Annex 5 - Ethical requirements (DFØ) debts for the supplier chain and requirements in accordance with the OpenHeit Act. For this procurement, it is not a framework agreement. Delivery time: The machine shall be delivered 5 months after the contract has been signed. SIMAS requests all interested suppliers to ask questions via KGV, within the stated deadline.
- ULLENSVANG KOMMUNEODDAFrist: 27. Apr.
Procurement of new used vehicles for Ullensvang municipality
Ullensvang municipality shall procure a total of 9 new used cars. Lot 1: 3 passenger carsDelkontrakt 2: 3 passenger carsDelkontrakt 3: 1 small goods van (type pizza vehicle)Lot 4: 1 large goods van Parts contract 5: 1 large passenger vehicle with large cargo space, type ID.Buzz or similar. Tenders can be submitted for several sub-contracts, but it is important to notice that all the required documents in the competition must be uploaded per sub-contract. such as e.g. documentation of qualificati
- Gas Networks IrelandCorkFrist: 09. Apr.
25/064 - Qualification System for for the provision of Polyethylene (PE) Pipe, Fittings and Valves
The objective of this QSQ is to qualify Applicants onto the Qualifications System for the manufacturing and supply of Polyethylene (PE) Pipe, Fittings and Valves for Gas Networks Ireland. The proposed supply requirements are to be divided into four (4) separate lots as detailed below: • Lot 1 (PE Pipe 90mm - 400mm) – Manufacture and supply of PE pipe for gas. • Lot 2 (PE Pipe 20mm - 63mm) – Manufacture and supply of PE pipe for gas. • Lot 3 (PE Fittings) Manufacture and/or supply of PE Fittings for gas. These include but are not limited to PE; caps, couplings, elbows, equal tees, flange adaptors, reducers, tee branch saddles, tees, tapping tees, G clamp adaptors, multi tap tees, branch saddles, bends, unequal tees and end caps. • Lot 4 (PE ball valves) – Manufacture and/or supply of PE Valves for gas. These include but not limited to valves ranging in size from small diameter 20mm to larger diameters up to 315 mm. Please note: Lots 1 and 2 relate to manufacture and supply requirements. Lots 3 and 4 relate to manufacture and/or supply requirements. The requirements for the manufacture and/or supply of pipes, fittings and valves under this Qualification System will include arrangements for delivery to various stipulated depot destinations on the island of Ireland and the ability to operate a national distribution network. Applicants should note that from time to time over the term of the Qualification System, the Contracting Entity, at its sole discretion but without altering the overall nature of the Qualification System, may modify the Qualification System to reflect changes in its requirements. Such modifications may include changes to the pipe diameter and pressure rating which may result in an increase to the pipe size, wall thickness and pipe properties or specification and the provision of services or additional supplies associated with such changes. The Contracting Entity will also seek similar changes to pipe fittings and valves. The conditions under which such an option may be exercised by the Contracting Entity will be outlined in the relevant call off competition document. The Contracting Entity also reserves the right to add additional lots to the Qualification System. Applicants may apply for qualification in one or more lots. At the discretion of the Contracting Entity a full site visit and audit of the prospective Qualified applicants supply chain manufacturing facility(s) will be carried out to validate and support their pre-qualification submission. In the event of a site visit and audit being carried out to pre-qualify the Supplier must successfully pass this site inspection audit. It is envisaged that the scope of products and services of the initial Call for Competition to be drawn-down under the Qualification System will be, but not limited to; PE pipes, fittings and valves and will cover the following: 1. Standards: • Gas - as per I.S. EN 1555 or equivalent. 2. Indicative Diameter Range: • PE pipe, fittings and valves ranging in size from small diameter 20mm to large diameter 400 mm pipe and fittings. 3. Indicative Pipe Specification/Types: • Solid wall pipe; • Coextruded pipe; • Peelable pipe; and 4. Indicative Pressure Range and Pipe Materials : Pipe Material/Description Pressure Range (Barg) PE 100 (SDR 11) 7 PE 80 (SDR 11) 4 PE 100 (SDR 17) 4 PE 80 (SDR 17) 2 5. Colour • PE80: solid wall PE pipe in yellow colour • PE80: c-extruded wall PE pipe with outer layer in yellow colour • PE100: solid wall PE pipe in orange colour (sizes 180mm and above) • PE100: PE 100 PE pipe with peelable outer layer in yellow colour (with stripes) • Pipes for proof-of-concept hydrogen projects shall be yellow with blue axial stripes.
- Centre for development of the South-East planning regionStrumicaFrist: 14. Apr.
Supply of equipment – EV Chargers
The contract concerns the supply, delivery, installation, connection, testing and commissioning of six fast electric vehicle (EV) charging stations in the SouthEast of North Macedonia, to be installed in the municipalities of Strumica, Gevgelija, Valandovo, Radovish, Dojran and Novo Selo. The charging stations shall be supplied in accordance with the technical specifications defined in the tender documentation and shall fully comply with all applicable EU safety, technical and performance standards. Each charging station will be mounted on an appropriate concrete foundation and connected to the electrical grid, including all necessary civil, electrical and auxiliary works required for full operational readiness. The scope of the contract includes, but is not limited to: • Supply, delivery and installation of the EV charging stations with the technical characteristics defined in the tender specifications; • construction of foundation bases for each charging station; • electrical connection works, including cable lines, disconnection boxes and all required protective elements; • installation of vehicle stop elements and vertical and horizontal traffic signage and markings related to the charging points; • testing and commissioning of the installed equipment to ensure safe and proper operation. The contractor shall also provide training for designated local personnel on the operation and routine maintenance of the charging stations, as well as warranty coverage and aftersales support throughout the warranty period. All required documentation, certificates of conformity, technical manuals and asbuilt documentation must be delivered to ensure correct use, maintenance and longterm functionality of the equipment. Delivery, installation, testing and commissioning of the charging stations must be completed within the timelines defined in the project implementation schedule. The charging infrastructure is intended to promote sustainable transport, encourage lowcarbon mobility and contribute to the development of regional electric vehicle infrastructure.
- Fraunhofer-Gesellschaft - Einkauf B12
300mm fully automated high resolution in-line CD and overlay (IZM-133.1) - PR1191754-3460-P
1 piece: 300mm fully automated high resolution in-line CD and overlay (IZM-133.1) The following equipment specification defines the requirements for a fully automated metrology tool to measure overlay and critical dimension (CD) structures on 300 mm and 200 mm wafers, produced using laser direct imaging (LDI) and i-line lithography. This investment expands the metrology capability for automated measurement of smaller feature sizes. The tool is essential for non-destructive characterization of highly integrated, chiplet-based 2.5D/3D and quasi-monolithic package architectures with sub-micrometer feature sizes. The equipment is compatible with 3D wafer stacks exhibiting high warp/bow. Wafer substrates are silicon and/or glass, with thicknesses up to 2.5 mm. Before processing, wafers are delivered to the tool in front-opening unified pods (FOUPs), which the operator manually places on the respective load ports. The new tool must be able to perform the following sequence of steps fully automatically: - Load designated wafers from the FOUP(s) - Execute metrology tasks - Return wafers to their original positions in the FOUP(s) Recipe programming must support a sufficiently wide range of options and parameters to meet research and development (R&D) needs. It is required that the equipment continuously performs the intended functions without interruptions or failures, in accordance with all requirements specified in this document. Furthermore, the equipment must be supplied with all items described below that are necessary for it to deliver the intended functions and capabilities in compliance with all requirements set out in this document.
- Municipality of the City of KrosnoKrosnoFrist: 19. Mai
Purchase of 8 electric buses
1. Delivery of 8 brand-new electric buses (Battery Electric Vehicles – BEV) for public urban transport, low-floor, as well as the delivery, installation, and commissioning of 8 mobile chargers enabling the charging of energy storage systems in the delivered electric buses, as described in detail in Annex No. 1 to the Terms of Reference (ToR) – Description of the Subject of the Contract; 2. The provision of training for 32 designated employees of the public transport Operator in the operation of the buses and charging infrastructure. The term “public transport Operator”, hereinafter referred to as the “Operator”, shall mean Miejska Komunikacja Samochodowa Sp. z o.o. in Krosno; 3. The delivery of documentation. 4. The provision of necessary tools, including a diagnostic device together with the required interfaces and software with licenses, in a quantity and scope enabling full use of all functionalities of the BEV buses; granting internal authorization for servicing and maintenance of the BEV buses (authorized service station – ASO).
- Dublin City CouncilDublin
Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)
Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles, to meet current and emerging operational needs associated with cycle lane cleaning and winter road maintenance across the Council’s administrative area. The framework will operate for a period of four years from the date of award, with an indicative total value of €2.5 million (ex VAT) across all lots. The initial phase value is €800,000 in the first year, with options to extend or issue further allocations as funding becomes available. This value is provided strictly for indicative purposes and does not represent a commitment to purchase any specific quantity or to exhaust the full amount. Actual drawdown will depend on operational requirements, available funding and performance of the awarded suppliers. The tender is divided into three lots to reflect both operational needs and environmental priorities. Lot 1 covers diesel sub compact sweepers, with approximately up to four (4) units expected to be procured and provision for future expansion. Lot 2 covers electric compact sweepers, with between two (2) and six (6) units expected to be procured and provision for future expansion. Lot 3 covers diesel winter maintenance sub compact vehicles, with between two (2) and four (4) units expected to be procured and provision for future expansion. For Lot 1 and Lot 3, the maximum permitted vehicle width is 1100 mm, while for Lot 2 the maximum permitted width is 1200 mm. Vehicles proposed under Lot 3 must be capable of winter treatment functions such as salt spreading on narrow cycle lanes and restricted routes. They must also be adaptable to a brine system in the future, as the methodology for winter road treatment is currently under review. An adjustable salt spreading width, ideally ranging from 1.1 metres to 4 metres, is required. Contractual requirements include a minimum one year full warranty from the vehicle or sweeper manufacturer. The framework does not include the supply of non warranty spare parts or diagnostics. Tenderers must deliver the vehicles within 22 weeks from contract award, with up to two additional weeks allowed for on site operator training where required. All vehicles will have to be delivered to Dublin City Council’s North City Operations Depot (NCOD), St. Margaret’s Road, Ballymun, Dublin 11. Evaluation will include provisional scoring at the evaluation meeting, followed by an on-site trial and inspection of the highest-ranked tenderer to verify compliance. Scores may be adjusted if specifications are not met, and inspections will continue in rank order until complete. Once final evaluations are confirmed, letters will issue, and after the standstill period, the contract may be awarded. The inspection process is integral to the overall evaluation. A full list of technical and performance requirements is provided in Appendix A – Fitness for Purpose. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding.
- Pairc Feirme Leamhchoill Teo T/A Loughwell Farm ParkMoycullenFrist: 30. Apr.
Pairc Feirme Leamhchoill Teo T/A Loughwell Farm Park
Loughwell Farm Park invites tenders for the supply, delivery, installation and commissioning of a commercial-grade outdoor/indoor inflatable park measuring approximately 100ft x 50ft. The equipment is required for use within an established family visitor attraction and must be specifically designed for repeated public use in a commercial setting. Safety is the overriding priority of this contract. The proposed inflatable park must demonstrate the highest standards of safe design, structural integrity, durability, stability and operational reliability, and must be fully suitable for intensive commercial use by children and families. The contract must include the complete inflatable unit, all blowers and associated equipment, anchoring or restraint systems as required, delivery, installation, commissioning, operating instructions, staff handover or training, warranty, and all relevant technical, safety and compliance documentation. The equipment must be suitable for both outdoor and indoor use, subject always to the manufacturer’s operating limits and safety instructions. Tenderers must demonstrate that the proposed inflatable park complies with the recognised safety standards and inspection requirements applicable to commercial inflatable play equipment. In particular, equipment should comply with BS EN 14960, which HSE identifies as the relevant standard for this type of inflatable play equipment. HSE also states that commercial play inflatables should display either a numbered PIPA tag or an ADiPs Declaration of Compliance to show compliance with BS EN 14960, together with written instructions for safe operation. Tenderers must therefore provide full details of compliance with BS EN 14960, together with all relevant inspection and safety documentation, including certification, operating manuals, maintenance requirements, supervision guidance, maximum user numbers, age/height restrictions where applicable, anchoring requirements, and emergency procedures. Full written instructions must be supplied for safe setup, operation, inspection, maintenance and shutdown. HSE guidance also notes that inflatables should not be used in winds above 24 mph / 38 km/h unless the manufacturer sets a lower limit, and safe use depends on proper anchoring, blower checks, pressure checks and written operating procedures. The successful tenderer must also demonstrate relevant experience in the manufacture and/or supply of commercial inflatable play equipment for public use and must provide details of warranty, aftersales support, spare parts availability, delivery timelines and installation arrangements. Award will be based on the most economically advantageous tender, with particular regard to safety compliance, technical suitability, delivery and installation, warranty and aftersales support, and price.
- Harstad kommuneHarstadFrist: 04. Mai
Framework agreement for advertisement services - job advertisements and notices.
Background Harstad municipality and the collaborating municipalities shall enter into a new framework agreement for advertising services as a result of the existing framework agreement for job advertisements expiring. The municipalities have a continual need for effective recruitment advertising, as well as the execution of statutory notices in the press and/or public registers. The objective of the procurement is to ensure an overall, predictable and cost efficient advertising process with good traceability, from ordering and production to publication and documentation. The supplier market also requests that the municipalities need to use more channels and formats (digital surfaces and print) and that the ordering and follow-up process shall support the municipalities ́ internal work flow. Harstad municipality is the contracting authority on behalf of the municipalities covered by the procurement. Emphasis is put on the fact that the participating municipalities each bear responsibility for their obligations in the execution of the framework agreement. The requirements cannot be applied to the municipalities together, but only against the municipality that has resulted in any contract deviation. Other municipal entities, including all public law bodies and organisations established by Harstad municipality, shall have the right, but are not obliged, to enter into this agreement. Description of the assignment The procurement comprises a framework agreement for the purchase, production and publication of job advertisements, announcements and equivalent announcements in relevant channels. The agreement shall cover announcements in both digital and printed areas, including relevant trade and trade media, newspapers, job portals, social media and public registers when required. The delivery shall include the necessary production support connected to the design and adaptation of advertising material, as well as the delivery of documentation of publication and available statistics/reporting for completed campaigns and indentations. Furthermore, the tenderer shall offer a web-based ordering and management system that supports ordering, approval and follow-up and which provides a total overview of status and history. The system shall also be able to support integration with the municipality ́s recruitment/HR system.
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 09. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Gjøvikregionen - Anskaffelser.
- 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.