EuroQCI 1st Generation: System Concept and Preliminary System Definition (Phase A/B1) plus Security Assessment of EU27 Terrestrial QKD Solutions
The objective of the activity is to define a preliminary EuroQCI 1st Generation system design compliant with the mission goals, objectives and requirements (proposed by ESA and approved by the EC) within the technical and schedule constraints, including those imposed by SAGA and especially NatQCIs trading-off different...
Angebotsfrist:21. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The objective of the activity is to define a preliminary EuroQCI 1st Generation system design compliant with the mission goals, objectives and requirements (proposed by ESA and approved by the EC) within the technical and schedule constraints, including those imposed by SAGA and especially NatQCIs trading-off different options based on...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Antidiskrtiminierungsstelle des Bundes
- Veröffentlicht: 20. April 2026
- Frist: 21. Mai 2026
Ausschreibungsbeschreibung
The objective of the activity is to define a preliminary EuroQCI 1st Generation system design compliant with the mission goals, objectives and requirements (proposed by ESA and approved by the EC) within the technical and schedule constraints, including those imposed by SAGA and especially NatQCIs trading-off different options based on a cost-benefit analysis. In terms of level of detail and maturity of the design, the activity will provide consolidated system and system’s components technical and security specifications—with special focus on the orchestrator and the interface and integration with the terrestrial component, while relying on ESA’s SAGA mission as the baseline space component—and will baseline the design specification and interfaces of the components’ constituent elements (excluding SAGA’s) such as trusted nodes of the terrestrial component or software modules of theorchestrator. The activity will also design and implement a reference and validation environment with the necessary tools to validate and verify the feasibility and suitability of the specifications and compliance of the design(s). As per ECSS, the activity will conclude with EuroQCI 1st Generation’s System Requirements Review (SRR) where critical technologies shall be at TRL5 or above. It is also an objective of the activity to establish the security readiness of EU27 QKD industry and terrestrial products to engage in governmental applications involving CLASSIFIED information.
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- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 01. Mai
NL-Petten: Engineering-, design- and consultancy services, including provision of support and performance of studies during various phases of construction and/or refurbishment projects.
The JRC Petten is aiming to conclude a contract for engineering and consultancy services. It concerns the development of designs and studies for the procurement and future implementation of various construction and/or renovation projects of buildings and facilities of varying size and complexity. It also includes consultancy services on various matters related to different topics such as installation maintenance, environmental and energy aspects, licensing, project development, and so on. Furthermore, it entails supervision of the construction phase of technical works executed by contractors on the Petten site.
- Fiosrú - Office of the Police OmbudsmanDublin 1Frist: 14. Mai
Provision of a Case Management System and Reporting Solution for Fiosrú
Fiosrú requires a modern platform that not only supports the management of cases but also strengthens the organisation's ability to meet its strategic priorities of dealing with complaints in a timely, efficient and effective manner as well as promoting confidence in the process for resolving complaints and in investigations. The procurement of a new CMS is a foundational part of Fiosrú’s Digital Roadmap whereby it is intended that digital and data systems will be used to drive secure, efficient and innovative delivery with the goal of being digital by default. The CMS will serve as the main platform for the Complaints and Investigations Directorate which currently comprises of circa 100 staff. However, other business units which form part of the Administration Directorate such as the Statutory Review Unit, the Legal Services Unit and the Data Protection Unit will also access and use the CMS and will require separate and distinct workflows. Fiosrú has adopted a hybrid working model with the majority of staff based in Dublin with offices also in Cork and Longford. Investigative staff, due to the nature of their work, frequently work in the field conducting enquiries.
- Municipality of JaroslawJarosławFrist: 18. Mai
Purchase of a low-emission bus
REQUIREMENTS, TECHNICAL PARAMETERS AND EQUIPMENT TO BE MET AND PROVIDED BY THE OFFERED ELECTRIC BUS (1 UNIT) INCLUDING A PORTABLE CHARGER The bus must be powered exclusively by an electric motor installed in the chassis and cooperating, via a driveshaft, with the drive axle, or by electric motors installed directly in the hubs of the drive axle, or within the drive axle itself. The electric drive system installed in the bus must enable driving performance comparable to that of a bus equipped with a conventional diesel powertrain, so as to ensure operation of transport routes in accordance with the timetable of the Contracting Authority. The electric propulsion system of the bus must be powered by an onboard energy storage system installed in the vehicle. The entire electric drive system must be managed by an electronic control system ensuring optimal use of electrical energy, thereby guaranteeing the maximum possible driving range of the bus.
- Office of Public Works (OPW)TrimFrist: 12. Mai
The provision of Interpretation and Exhibition Design for a proposed new visitor facility building adjacent to the Casino at Marino, Cherrymount Crescent (off Malahide Road), Marino, Dublin.
Office of Public Works (OPW) wishes to appoint an Integrated Interpretation Team that shall be responsible for providing all the necessary consultancy services for Stage (I) Preliminary Design to Stage (V) Handover of Works. The following disciplines are relevant to this project: • Interpretive Design Services • Interpretive Research services • Project Management Services • Graphic Design Services • AV / Film Technical Design Services • Procurement services • Quantity Surveying/Cost Management Services • PSDP Services • Script Writing The Integrated Interpretative Team will be responsible for providing all interpretive and associated construction/fitout-related technical advice and design services to the OPW Client for the Project. The Consultant will be required to provide all necessary services including the Stage Services, described below and elsewhere in the contract. The Integrated Interpretation Team shall be required to consult and liaise with all affected stakeholders to facilitate timely design and construction/fitout of the works and to minimise impacts on those affected. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. As noted in 4.3.9.1, It is expected that within the team there will be a Specialist AV / Film Advisor available to provide advice to the team during all stages of the design and fit out process. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. The Team shall be led by an Interpretative designer with a track record of successfully carrying out similar works. Interpretive Research services need to include (a named) suitably qualified person able to collate/and or undertake subject matter research feeding into interpretative design, narrative development and Script Writing. The Team may be formed by a single consultant with in-house specialists or may be a group of consultants who have combined to form a team. In the latter case the Team Leader shall be an Interpretative designer who shall be clearly identified in their Tender Submission as the Lead Tenderer and shall be the entity that enters into a contract with OPW for the delivery of the Services. Other Team members shall be sub-consultants to the Lead Tenderer. Note - The cost of the works will be required to align with the available budgets. The consultant shall refine / revise designs as necessary during the lifetime of the project to achieve this, in consultation with OPW. Full list of requirements are contained within the tender documents.
- MANİSA SU VE KANALİZASYON İDARESİ GENEL MÜDÜRLÜĞÜŞEHZADELERFrist: 15. Juni
Supply and Installation of Pyrolysis Equipment
The chosen Contractor shall be responsible for the turnkey delivery of the Project, including but not limited to: • Design, supply, installation, commissioning and testing a Pyrolysis Unit (min 75 kg/hr) under the Sludge2Energy Project; • Provision of software and hardware for the automation system. • Preparation of As-Built drawings; • Provision of training, documentation; • warranty and after-sales supervisor support for 24 months; • Data management and monitoring; • Compliance with all Technical Specifications and national/international standards.
- European Investment BankLuxembourgFrist: 08. Juni
AA-012926-001 Technical support for the implementation of strategic procurement for the acquisition of medical equipment
The overall objective of the project of which this contract will be a part is to strengthen Montenegro’s health system by enabling efficient, transparent and timely procurement of modern medical equipment across public facilities, thereby improving access, quality, and resilience of essential healthcare services. The purposes of this Technical Assistance are as follows: • Design and implement a strategic procurement approach for medical equipment aligned with the EIB Guide to Procurement and EU principles. • Enhance MoH institutional capacity in planning, drafting technical specifications, lot structuring, evaluation and contract management. • Deliver realistic, market informed tender packages that attract high added value manufacturers while safeguarding robust competition and best value (MEAT).
- Education Procurement Service (EPS)LimerickFrist: 11. Mai
LA3634C-DCC-CFT for the Supply of a Gas Chromatography system with a Triple Quadrupole Mass Spectrometer (GC-QQQ), Helium Saver Autosamplers for Purge and Trap and Solid Phase Micro Extraction
Dublin City Council (DCC) Central Laboratory wishes to procure a new gas chromatography mass spectrometry system for water quality analysis based on SI99 of 2023. Dublin City Council’s Central Laboratory conducts and provides INAB accredited testing of public and private drinking water supplies, as well as testing Uisce Eireann water samples from processing and the supply network as required. In future, DCC expects to focus increasingly on private supplies, and the applicable legislation requires the same range of tests as at present. Many of these tests are currently outsourced by DCC, meanwhile limits and enforcement are expected to tighten over time. The main focus of the current procurement specification is to bring analyses back in-house and onto DCC’s INAB ISO17025 scope, to maximise 1. Practicable reduction in the costs of outsourced analyses by the Central Laboratory 2. DCC’s ability to implement its current and future statutory testing 3. DCC testing capability to serve Local Authorities around Ireland 4. Provision of impartial means for DCC to verify the effectiveness of water management initiatives for Climate and Urban Resilience. Analytical parameters of interest are based on Statutory Instrument 99-2023 and include core suites of Volatile Organic Compounds (VOCs including THMs), Pesticides, and Per- and polyfluoroalkyl substances (PFAS). Potential future additions to the scope include the endocrine disruptors and (micro)plastic residues. To address this Dublin City Council request tender’s equipment supply, delivery, installation, setup, service and maintenance, warranty, software licences and upgrades, and a stock of consumable equipment parts, and training: for a Gas Chromatography system with a Triple Quadrupole Mass Spectrometer (GC-QQQ), Helium saver, and autosamplers for Purge and Trap and Solid Phase Micro Extraction.
- Ålesund kommuneÅlesundFrist: 11. Mai
Procurement - Competition implementation tool (KGV) and contract follow-up tool (KAV), 2026
The objective of the procurement is to establish a cloud based system for a tender implementation tool (KGV) and a contract administration system (KAV) delivered as multi-tenant SaaS, which supports the entire procurement and contract lifetime for the participants, in accordance with the attached requirement specification and annexes. The procurement comprises several procurement cooperations, as well as individual municipalities and companies. Each of the procurement cooperations consists of several participating municipalities. In addition several of the municipalities have participating KF. Some procurement cooperation also carries out procurements for other external actors, as well as individual procurements for the participating municipalities. It will vary who participates in a procurement and who the procurement is carried out by. The system must support different participants in the procurement processes, for example: a procurement cooperation is implementing the procurement for all or some of its municipalities and companies. a procurement cooperation carries out procurements for several of the procurement cooperations, but not necessarily all the cooperations and/or the municipalities/companies that belong to the cooperations participate. individual municipalities/companies will carry out the procurement themselves one municipality and/or company is carrying out the procurement on behalf of another municipality/company/procurement cooperation. In each municipality, the implementation of procurements will vary whether the procurements are centralised or decentralised, or partially centralised, i.e. to what degree procurements are carried out by entities in the municipality or by a procurement department etc. Draft requirement specifications: The draft of the requirement specifications with accompanying annexes is attached. Minor adjustments can be made to this before it is given to qualified tenderers. Contract period: The contract will come into force on the date it is signed by the parties. The contract will be valid for 3 (three) years from signing. The contract and the Standard Terms will then be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Customer before the renewal date. The contract has a maximum duration of 10 (ten) years.
- Statsforvalterens fellestjenesterARENDAL
Framework agreements for the preparation of care plans and the professional basis for terrestrial nature.
The government managers have, as the management authority for protected areas and threatened nature, a need for professional reports on occurrences of species and types of nature and conditions that affect them. Government managers also have a need for the preparation and revision of care plans for terrestrial nature types, in accordance with established templates and standards. The assignments ́s size will vary a lot, from simple care plans, to comprehensive reports. The procurement is divided into the following two disciplines: A. Care Plans: Preparation and revision of care plans for terrestrial nature types, in accordance with established templates and standards. B. Professional basis: Mapping and preparation of professional basis/professional reports/preservation targets for protected areas, species and nature types, including the red-list. Each discipline is further divided into the following geographical areas: 1. South: Agder + Rogaland 2. East: Oslo, Akershus, Østfold and Buskerud + Vestfold and Telemark 3. West: Vestland + Møre og Romsdal 4. Mid: Inland + Trøndelag 5. North: Nordland + Troms and Finnmark Tenderers can choose to submit tenders for one or both disciplines and one or several of the geographical areas. The procurement is divided into a total of ten sub-contracts. The contracting authorities under the framework agreements are the Government Manager's joint services (STAF) and the Government Managers. All national parks and protected areas can also enter into the agreement at any time. Such national park and protected areas are/can be governed by the Ministry of Climate and Environment. See the overview of the contracting authorities in Annex F-1 Framework Agreement. The framework agreements ́ total estimated value is NOK 30-50 million excluding VAT. The value is only an estimate based on grants in recent years and is without obligations for the contracting authority ́s future procurements. There is great uncertainty connected to the value of the contract as there are large variations in the sizes of the annual awards government managers receive for this work.
- The Land Development AgencyDublinFrist: 02. Mai
Establishment of a Multi Party Framework Agreement for the Provision of Urban Design & Infrastructure Planning (UDIP)
The LDA has recently established a Land Activation Team (LAT) within the wider LDA Property Function. The role of the LAT is to support the unlocking and enablement of large, complex regeneration and/or urban expansion sites. The LDA will seek to conduct extensive due diligence, feasibility analysis, capacity testing, and preparation of appropriate plans (Framework Plans, Masterplans, detailed planning schemes etc.) on these sites together with the provision of infrastructure planning, phasing and delivery and economic modelling. Delivery of new high-quality communities and places to live, work and play with an emphasis on high quality urban design and placemaking will be a central consideration. Equally, ensuring financial sustainability, viability and deliverability will be critical considerations in all schemes. The first award of the new established Framework will be for the Lands owned by the LDA at Lissenhall, Swords, Co. Dublin. The LDA proposes to appoint a multidisciplinary, urban‑design‑led consultancy team to prepare a comprehensive baseline assessment, preliminary capacity/framework plan and a detailed Masterplan and Infrastructure Delivery Framework for approximately 96 hectares of land at Lissenhall, Swords, Co. Dublin. The overall aim will be to produce a deliverable, infrastructure‑led Masterplan and statutory‑grade Infrastructure Delivery Plan that supports large‑scale, mixed‑use and/or residential development, integrated infrastructure provision, sustainability outcomes, and long‑term stewardship with the identification of a potential Phase 1 development area. This shall be based on evidence, statutory and infrastructure constraints, and programme logic to be validated through the relevant statutory and LDA governance processes. It is currently anticipated that applicants would be required to form a team to include, the Core Disciplines will comprise of the following: • Urban Design and supporting architectural design services • Civil & Structural Engineering with an emphasis on infrastructure planning, phasing, utilities and delivery. • Planning Consultancy Services to include the following where possible: o Housing Needs Analysis o Socio-demographic analysis o Planning Strategy Advice o Environmental & Technical Assessments o Stakeholder Engagement Strategies o Phasing & Land Activation Strategies • Traffic and Transport & Mobility
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 21. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Antidiskrtiminierungsstelle des Bundes.
- 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.