Delivery of Duty free diesel, Obliged diesel and AdBlue.
Delivery of Duty free diesel, Obliged diesel and AdBlue. The tender contest involves a joint notice for two contracting authorities: * SIMAS IKS (Contract 1) – SUM IKS (Contract 2) Separate framework agreements will be entered into for the contracting authority. Tenderers can deliver tenders for both or both contracts.
Angebotsfrist:19. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Delivery of Duty free diesel, Obliged diesel and AdBlue. The tender contest involves a joint notice for two contracting authorities: * SIMAS IKS (Contract 1) – SUM IKS (Contract 2) Separate framework agreements will be entered into for the contracting authority. Tenderers can deliver tenders for both or both contracts.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Simas Iks
- Veröffentlicht: 15. April 2026
- Frist: 19. Mai 2026
Ausschreibungsbeschreibung
Delivery of Duty free diesel, Obliged diesel and AdBlue. The tender contest involves a joint notice for two contracting authorities: * SIMAS IKS (Contract 1) – SUM IKS (Contract 2) Separate framework agreements will be entered into for the contracting authority. Tenderers can deliver tenders for both or both contracts.
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- AVINOR ASOsloFrist: 30. Apr.
Avinor: The rental of premises for Duty Free and Single Price business activities
Avinor AS will conduct a competition for concession contracts for rental of premises for Duty Free and Single Price business activities at Oslo Airport, Bergen Airport, Stavanger Airport, Trondheim Airport, Kristiansand Airport, Tromsø Airport, Bodø Airport, Ålesund Airport, Harstad/Narvik Airport, Molde Airport and Kristiansund Airport. The contracts will be valid for 8 years. The expected start-up is 01.01.2028. See the attached competition documents for further information.
- Bærum kommuneSANDVIKA
Online-based grocery trading
Bærum municipality, hereafter called the contracting authority, invites tenderers to an open tender contest for a contract for the procurement of internet-based grocery trading in Bærum municipality. The aim of the procurement is to enter into a framework agreement with one supplier who shall cover the Contracting Authority's need for internet based grocery trading (consumer packages). The contract will be valid for 2 years, with an option for an extension one or more times up until two years. The total agreement period is 4 years upon release of full option. The potential value of the contract (four years) is approx. NOK 80 million excluding VAT. The maximum total amount for the framework agreement is NOK 120 million (four years). The contracting authority can give compensation free of charge for the contract when the maximum call-offs have been reached.
- 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.
- Tuath Housing Association LtdDublinFrist: 05. Mai
Multi-Party Framework Agreement for the provision of Periodic Electrical Inspections (PIRs) and Domestic Life Safety System (DLSS) Inspections and associated repairs
Tuath Housing Association invites tenders from suitably qualified and experienced electrical contractors for inclusion on a multi-supplier framework agreement for the provision of Periodic Electrical Inspections, Domestic Life Safety System Inspections, and associated upgrade and/or repair works across designated residential properties within its housing stock. The framework agreement will comprise two initial lots. The first two lots will be awarded to the two tenderers submitting the top two Most Economically Advantageous Tenders (MEAT), as evaluated in accordance with the criteria set out in the tender documentation. Any third and subsequent call-off contracts under the framework will be awarded by way of mini-competition among all appointed framework members, in accordance with the terms and conditions of the framework agreement. Tenderers are requested to consult the accompanying tender documentation for full details of the requirements, scope of services, and evaluation methodology.
- 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.
- Department of DefenceNewbridgeFrist: 26. März
Refurbishment and Upgrade of Old Comms Block-Cadet Accommodation and Naval Service Cadets Mess Internal Alteration/Refurbishment
This is a Call for Tender in respect of Construction Works/Services. Tenderers must associate themselves with this Competition in order to access the tender documents, ask and receive clarifications and submit a tender response. To do so you must ensure you click “Proceed with Association”. This can only be done via login. All responses must be submitted in a zipped file format and must be accurately named. The Contracting Authority are not in a position to answer queries marked “confidential “. Late tenders will not be accepted. Tenderers experiencing any difficulties should contact the e-tenders helpdesk at irish-eproc-helpdesk@eurodyn.com or by phone on +353 818001459.
- Landkreis Märkisch-Oderland / Amt für Digitalisierung, Organisation und Personal
2023/035 Establishment of a single-party framework for the Design and Delivery of Enterprise Ireland’s Chief Financial Officer (CFO) Programme for Client Companies
This Competition offers interested service providers the opportunity to participate in a competition for a place on a single-party framework agreement (the “Framework Agreement” or “Framework”) for the design and delivery of Enterprise Ireland’s CFO programme and management of associated advisory and leadership supports. The initial contract is for programme design, the delivery of two (2) cohorts of the CFO Programme; an option to deliver internal training to Enterprise Ireland’s Development Advisors and masterclasses to Enterprise Ireland’s wider client base along with the option to deliver further cohorts over the duration of the framework. The CFO programme aims to provide a world-class leadership programme for CFOs of participating companies to enhance their leadership and strategic finance capability along with ambition and confidence to deliver financial strategies to grow and scale a business globally. The programme will develop a cohort of ambitious, confident and competent CFO’s who are capable of leading finance functions of scalable, innovative companies, that can sustainably scale by up to 10x and grow exports and jobs in Ireland. The full scope of requirements is contained within the procurement documents. All responses must be submitted in a ZIP-FILE format.
- 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.
- Aalto University Foundation srAALTOFrist: 15. Mai
REQUEST FOR INFORMATION – Software solution containing tools for curriculum planning and schedule planning for Aalto University
This is a request for information of a system that includes tools for both curriculum and schedule planning work in a university context. With this RFI Aalto University is seeking information on suppliers interested in delivering the services described. Aalto University is a foundation university as provided in the Universities Act (558/2009) and started operations at the beginning of 2010. Aalto has six schools and approximately 20 000 students, 4800 staff of which over 400 are professors. Aalto’s curriculum planning process involves our 3,100 academic staff members including 120 programme directors, supported by 100 curriculum planners in the learning services. The work covers over 80 degree programmes, 700 study modules and 3500 study units. Curriculum data is updated based on the length of the curriculum period, which is currently two academic years. Aalto’s scheduling process involves the aforementioned 3,100 academic staff members, 66 timetable planners, and 3 room booking system admins. The planning encompasses classes for 16 184 students in 250 spaces. With the forthcoming procurement and contract our goal is to establish a long-term partnership with a supplier who can cater to our evolving curriculum and schedule planning needs in alignment with our strategy in an agile manner. REQUIREMENT FOR THE SYSTEM CONTAINING CURRICULUM AND SCHEDULE PLANNING TOOLS Aalto University needs a system primarily for schedule planners, curriculum planners, and teachers to efficiently draft and publish curricula and timetables collaboratively. The desired system should also provide comprehensive analytics and reporting tools to support management with strategic activities on all levels of the university, such as programme directors and department heads for degree programme -level planning, deans for school-level planning, and various members of steering groups for Aalto-level planning. The system should provide advanced contemporary solutions for curriculum mapping and automatic scheduling. The system should be a finished product that has been in active use for several years in the higher education sector. Please see attached Appendix 1 for providing a general description about the procurement and our aims towards the procured service. TERMS OF THIS RFI Contracting authority may use the information it receives during the RFI process for the planning and preparation of the actual invitation to tender. Note! This is NOT a prior information notice, a procurement notice, a contract notice nor an invitation to tender. This notification and/or answering to it do not create any obligations for the contracting authority or for those who choose to answer it. The contracting authority does not pay any compensation for taking answers to this RFI. The information provided by the contracting authority is preliminary at this point and it is subject to change. Taking or not taking part in the RFI does not change the standing or status of a supplier in the procurement process. INSTRUCTIONS ON HOW TO RESPOND TO THIS RFI With this RFI Aalto is requesting system suppliers to announce their interest in participating in a market dialogue. We request you to inform us about your interest to participate in this RFI by 28 April 2026 at 2 pm CET / 3 pm EEST via email to anna-liisa.auramo@aalto.fi, riikka.rissanen@aalto.fi and heli.jarvela@aalto.fi (please use all names as recipients). Mark "Request for information: Curriculum and Schedule planning system" as the subject of the message. Please send the following information in your response: • Appendix 1. General presentation of your company and the system you could provide • Appendix 2. Q&A template filled in with your responses - Supplier information - Answers to the “Questions from Aalto” - Comments on how you could provide solutions to our user stories - References - Investment planning - Questions from the Supplier, if you wish to pose any NOTE! In case your answers contain trade secrets or other classified information, please mark the sensitive information clearly into the materials provided. NEXT STEPS Upon receiving answers, Aalto University may contact the interested participants. Aalto University reserves the right to invite suppliers for further discussions regarding this RFI to obtain information to the necessary extent on market and suppliers providing relevant services, give out information regarding the needs of Aalto University and to clarify any issues related to the object of the procurement. Discussions may also be held with suppliers other than those who responded to the request for information. REQUEST FOR INFORMATION APPENDICES Appendix 1. Object of procurement Appendix 2. Q&A template
- 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 19. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Simas Iks.
- 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.