Copenhagen Airports - Purchase and installation of up to 100 Selv Service Bag Drop Machines
With this invitation to tender, the Contracting Entity invites tenders for the delivery and installation of up to 100 SSBD units (Dispatcher Belts included) within the next 5 years with an option to extend for 3 years. CPH is conducting the construction of a new bag drop area in Terminal 2, which is scheduled to open f...
Angebotsfrist:02. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
With this invitation to tender, the Contracting Entity invites tenders for the delivery and installation of up to 100 SSBD units (Dispatcher Belts included) within the next 5 years with an option to extend for 3 years. CPH is conducting the construction of a new bag drop area in Terminal 2, which is scheduled to open for passengers ear...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Københavns Lufthavne A/S
- Veröffentlicht: 04. Mai 2026
- Frist: 02. Juni 2026
- Thema: Logistik
Ausschreibungsbeschreibung
With this invitation to tender, the Contracting Entity invites tenders for the delivery and installation of up to 100 SSBD units (Dispatcher Belts included) within the next 5 years with an option to extend for 3 years. CPH is conducting the construction of a new bag drop area in Terminal 2, which is scheduled to open for passengers early Summer 2027.
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
8- Københavns Lufthavne A/SKastrupFrist: 01. Mai
Procurement of electric apron buses for Copenhagen Airport
Copenhagen Airport (CPH) is experiencing passenger growth and increasing demand for more departures from the airlines, and in 2025 Copenhagen Airport had a record total of 32.4 million passengers. Due to the growth, Copenhagen Airport is expanding and will be opening additional remote aprons in 2027 and 2029 with a subsequent demand for bus operations to transport passengers to and from airplanes at the remote aprons. The flights handled at remote aprons are often short-haul flights within Europe, and some long-haul flights are also handled using buses. This results in bus operations being characterized by a peak-driven demand with major peaks between 7:00 and 9:00 and in the afternoon between 17:00 and 19:00. Copenhagen Airport has an existing bus fleet for airside operations of 22 diesel buses. The buses are of various age between 6 and 20 years, and many are end-of-life (EOL), resulting in increasing risk for downtime. The buses are maintained primarily at the internal auto repair workshop. With this invitation to tender, the Contracting Entity intends to invite tenders for electric apron buses for airside operations, transporting passengers between the remote aprons and gates. The airside buses will replace the complete existing bus fleet of 22 buses in an initial order, and the tender further has options to procure up to 18 additional buses.
- Louth and Meath Education and Training Board 1384NavanFrist: 02. Juni
2026/19 CFT for the provision of Hospitality and Catering Services to St. Oliver’s Community College, Drogheda, Co. Louth
The Contracting Authority is looking to award a contract to a single supplier to operate a concessionary catering service. Only those tenderers who demonstrate the required professional capability to meet the necessary qualitative criteria will be considered. The contract will be awarded to the successful service provider for 2 years with an option to extend for 2 years subject to a maximum of 1 such extension, subject to satisfactory performance and business needs.
- ARBEIDS- OG VELFERDSETATENMo i RanaFrist: 30. Mai
Consultancy services technical modernisation of the payment area in the Nav
Nav manages large amounts in society, and the payment of benefits is decisive for the welfare community functioning. The payment of services is a socially critical task for, among other things, ensuring subsistence and is a crucial part of the value chain for all services that nav provides. A technical modernisation of the systems in payment area has been identified in order to support this part of Nav's social mission. Nav shall, thus, establish a project that will be responsible for the modernisation, but it has not yet been clarified whether the project will receive the necessary financing. The project will be carried out in accordance with the government ́s project model and any financing decision is expected late 2026.In order to carry out the modernisation work, Nav will need to gather competence and capacity from the market. Nav is therefore planning to procure a contract for consultancy services for the technical modernisation of the payment area. Nav ́s existing framework agreement portfolio will be a supplement to the contract that shall be signed. The procurement is in the early planning phase and there is still uncertainty around both competence areas and need for resources. However, Nav would like to notify the market about the coming procurement at the current time, partly as a result of a potentially significant need for resources from January 2027.The modernisation project ́s competence need includes developer competence in testing, finance and accounting. In addition assistance is expected in categories such as, among other things, project management, design and specialised legal competence, as well as competence within new and future technology, can be relevant. Domain competence within finances and wages, as well as competence within older technology and programming languages, are included in the project ́s needs. Provisional calculations indicate that the annual need for resources in the project period covered by the procurement of external assistance will be up to approx. 50 FTE for 2027 up to and including 2029, with the highest resource instalments in the first few years. In 2030, the need for resources is expected to be considerably lower. Note that the above mentioned estimates are based on a number of prerequisites and that there is still a high degree of uncertainty around the need for resources and competence. The competition for the agreement is planned to be announced in summer 2026
- Harstad kommuneHarstad
Intention notice - procurement of clinical veterinary duty services and day practice for production animals and horses.
In accordance with the Animal Health Personnel Act § 3a, the municipalities have a requirement to ensure satisfactory access to services from animal health personnel, as well as responsibility for organising clinical veterinary duty outside ordinary working hours. The scheme shall ensure that clinical guard services are established for veterinary surgeons in all parts of the country so that the necessary veterinary help can be provided outside ordinary working hours. The duty scheme applies from 16.00-08.00 on weekdays and on weekends and on public holidays. The veterinary duty is a necessary part of the stand-by against serious infectious animal diseases and it is important for maintaining good animal welfare. Emphasis is put on the fact that the veterinary surgeons included in the duty scheme have overall responsibility for the coordination of the veterinary duty that involves small animals and production animals. Harstad municipality intends to enter into a contract for veterinary duty services in the duty district, which includes Harstad, Kvæfjord, Tjeldsund and Evenes municipalities. Harstad municipality intends, thus, to enter into a contract with the veterinary company Meike and Kent AS, c/o veterinary surgeon Meike,, as well as the company Vet i Nord AS c/o Nina Munch Lerke (org. no. 931 369 978) applicable veterinary duty scheme for large animals. The contracts will cover 50% of the duty scheme outside ordinary opening hours and 100% of day practice. The contract will be signed without a competition and a voluntary notice of intent. Several conversations and meetings with the market have been held to map out possible competition. As the market appears today, there is a lack of competition in the current area. Based on supplier mapping, we know at the current time who will submit a tender. In order to ensure veterinary duty, tenderers cooperate on covering the guards. It will therefore not be effective use of time and resources if a competition is held for the current area, cf. the objective provisions in the Public Procurement Regulations § 1. The value of the contract is estimated to be just under NOK 1 million per annum. The contract will be valid for 5 years, with an option for 1+1 year, with a mutual notice of 3 months.
- Dublin Port Company_411Dublin
Provision of Vehicle Leasing and Fleet Management Services for Dublin Port
Dublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve commitments to operational continuity, safe and sustainable port-city relations and compliance with the requirements of the Clean Vehicle Directive, Directive (EU) 2019/1161, Dublin Port Company require the services of a suitably qualified and experienced fleet management company. Requirements will include disposal/recycling of the existing light commercial and passenger car vehicle fleet within the next 2 years and replace with an energy efficient EV, or alternative clean vehicle, LCV/passenger car equivalent. In addition, future management, replacement and disposal of the retained vehicle fleet is a requirement. The replacement interval/timings will be based on the priorities as per table below. The Contracting Entity currently operates a fleet of 24 vehicles which include passenger vehicles and light commercial vehicles which are currently owned and management in-house. The current vehicle fleet operates between 07.00 hours and 19.00 hours, within the confines of the Dublin Port estate the majority of the time, however on occasion may be required to travel outside of the port boundaries to facilitate working requirements (Dublin Inland Port, etc.). The full list of requirements is contained within the procurement document. All responses must be submitted in a zip file format.
- Landkreis Märkisch-Oderland / Amt für Digitalisierung, Organisation und Personal
2025/006 Establishment of a multi-party framework agreement for the provision of legal services relating to Enterprise Ireland’s investment in Irish and international private equity and venture funds
Enterprise Ireland (EI), with funding from Government, has invested in five Seed and Venture Capital (SVC) Schemes since 1994 to help ensure that there is both an available and effective overall funding ecosystem for high growth companies and to address market failures in this area. The investment provided by these SVC Funds has supported a significant number of indigenous Irish companies over the years with more than €1.4bn invested in over 600 Enterprise Ireland supported companies to the end of 2024. On the 15th August 2024 the Minister for Enterprise, Trade and Employment announced a sixth Seed and Venture Capital Scheme. The new Scheme has an increased allocation of €250m to be committed over the lifetime of the Seed and Venture Capital Scheme (2025-29) (the “Scheme”). In addition to these, other similar Schemes may be launched by Enterprise Ireland during the life of this Framework. The framework agreement will be established principally to provide legal services with respect to two areas: (i) Enterprise Ireland’s commitment to funds under the Seed and Venture Capital (“SVC”) Schemes and Advice in relation to venture capital and private equity entities and instruments. The full list of requirements are outlined in the tender documents. Tenderers must associate themselves with the competition in order to access the tender documents, ask and receive queries and submit a response.
- Department of Housing Local Government and HeritageWexfordFrist: 24. Apr.
Provision of research and evaluation services for the delivery of the Creative Climate Action Fund III (2026-2029) to the Creative Ireland Programme
Creative Ireland is holding an open grant call for funding of approximately 10-15 Creative Climate Action projects lasting three years (36-month period) from 2026 to 2029. The successful grantees will likely include institutions and organisations with capacity to deliver large-scale projects, such as national cultural, climate and community organisations, NGOs, businesses, local authorities, networks and academic institutions working in the intersection of climate action, adaptation and creativity. There will be a focus on inter-disciplinary teams that include community partners, climate scientists, evaluators, and creative practitioners. The total value of grant funding is €6.5 million. A comprehensive, independent evaluation of the Creative Climate Action Fund III (2026-2029) initiative will provide an invaluable evidence-base to demonstrate to policymakers and funding Departments the impact and value of the initiative and its scalability. There is growing acknowledgement amongst policymakers that narrow macroeconomic measures like GDP do not capture the full range of citizens’ lived experiences. A sole focus on indicators like GDP can lead to other aspects of life – particularly those that cannot be easily assigned a monetary value, such as wellbeing, social inclusion and just transition – being undervalued. It is important that the final research equally balances both elements. It is envisaged that the process of the research will include, but not be limited to: * Coordination of 10-15 embedded evaluators at project level. The grantees are required to have an embedded evaluator in place at the beginning of the project. The successful tenderer is expected to develop a community of practice of the embedded evaluators group via 3-4 meetings per year to ensure a consistent approach to evaluation at project level. * Leading a workshop around evaluation methodologies and support in clarifying project outputs and outcomes for the embedded evaluators in 2026. * Regular update meetings between the Creative Ireland team and the successful tenderer, approximately 4 meetings per year, will be scheduled throughout the life of the contract * Focus Groups with participants across all projects. These focus group may be made up of different disciplines, difference themes, geographical relevance etc. 5-6 different focus groups are anticipated. * One-to-One interviews with a broad cross section of stakeholders. This stakeholder group will be selected in collaboration with the Creative Ireland team, and it is anticipated that approximately 20-30 interviews will be undertaken. * Coordination with other Creative Ireland evaluations (e.g. Shared Island) to ensure that participants in projects are not being evaluated by multiple different sources
- Transport Infrastructure Ireland (TII)DublinFrist: 25. Juni
MetroLink M500 Service Delivery Partner
MetroLink is planned as a new metro railway to be built and operated in an integrated manner to provide a high speed, high capacity, high frequency, modern and efficient public transport service for people travelling along the Swords/Airport route to the city centre corridor in Dublin. Further information on MetroLink is available at www.metrolink.ie. MetroLink will be procured through three major public contracts as well as a number of advance and enabling works contracts (the “M100 Contracts”). The three major contracts comprise: a) two civil infrastructure contracts (the “M400 Contracts”) will provide the civil engineering and infrastructure works for the MetroLink project, with each contract including the track alignment preparation, stations, and structures including bridges and tunnels and b) the “M500 Contract” which is an availability based DBFOM contract pursuant to which successful Tenderer (“Project Co”) will undertake certain works (“M500 Works”) and provide the integrated operation and maintenance of the public passenger transport service (“M500 Services”) for a period of 25 years. No demand risk will be transferred to Project Co under the M500 Contract. The M500 Contract scope will include: • the design, supply, construction, operation, maintenance and financing of the metro rolling stock, signalling system (at Grade of Operation 4 Automation railway (‘GoA4’)), a railway depot and maintenance facility, park and ride facility, metro control centre building(s) together with the installation of all linewide trackwork, overhead contact system, power and communication systems, mechanical and electrical systems including tunnel and station ventilation, people movement systems, construction of internal walls and secondary civil and building works within the shell and core structures of the underground stations (built by others), the fit out of finishes in sixteen (16) stations (above and below ground) and design and construction of urban realm; • operation and maintenance of all assets comprising MetroLink; • TII also proposes to award an Early Services Agreement to the Preferred Tenderer for the performance of the early services during the Preferred Tenderer Stage. A more detailed description of the scope of the M500 Contract is given in Part 3 of the PreQualification Pack (PQP). The full scope of works and services required will be set out in the Invitation to Tender documentation which will be issued to the Applicants who are shortlisted following the selection stage of the procurement process. The M500 Contract is anticipated to comprise a works period of 7 years for completion of the M500 Works and a services period of 25 years for provision of the M500 Services. The M500 Contract is being awarded in accordance with the procedural requirements for the competitive tendering of a public services contract under Regulation 1370/2007/EC (as amended) and the Dublin Transport Authority Act 2008. The provision of project financing for the M500 Contract will be a key requirement, however, the Contracting Authority reserves the right, at its absolute discretion, during this procurement procedure to consider alternative funding measures in the event that the progression of the procedure is not being achieved in a satisfactory and timely manner. Details of the procedure will be set out in the Invitation to Tender documentation. The Contracting Authority’s requirements under the M500 Contract are a key component of the overall delivery programme for MetroLink. The M500 Contract will have a number of interfaces with the main construction contracts (the M400 Contracts) as well as the advance and enabling works contracts (the M100 Contracts) and other contracts. Any delay to any contract package and to the award of the M500 Contract may result in significant delays to the other core contracts and to the delivery of MetroLink. The Contracting Authority reserves the right at its absolute discretion to omit, vary, reduce, extend or repackage its requirements or to do a combination of these so as to enable the delivery of its requirements under the M500 Contract in a timely manner and to obtain best value for money. This includes, without limitation, the right to procure directly from individual or groups of members from pre-qualified consortia, reducing or extending the duration of repackaged contracts and permitting changes to pre-qualified consortia and to take such steps as it considers appropriate in respect of the procurement process in compliance with applicable law. All organisations wishing to participate in this procurement should register at Metrolink eSourcing Portal https://metrolink.app.jaggaer.com/. Upon the completion of the registration, please navigate to PQQs/ ITTs Open to All Suppliers tab on the Main Dashboard, locate "MetroLink M500 Service Delivery Partner" PQQ, express an interest and submit a response. It is anticipated that the three (3) highest ranked eligible Applicants will be shortlisted and selected to proceed to the next stage of the competition.
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 02. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Københavns Lufthavne A/S.
- 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.