https://achizitii.md/ro/public/tender/21595742/
Procurement of vehicles under the project ROMD00074– FLOOD RESCUE - Joint preparation for saving lives from floods, Cooperation Program "(Interreg VI–A) NEXT Romania-Republic of Moldova" 2021-2027
Angebotsfrist:29. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Procurement of vehicles under the project ROMD00074– FLOOD RESCUE - Joint preparation for saving lives from floods, Cooperation Program "(Interreg VI–A) NEXT Romania-Republic of Moldova" 2021-2027
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: REGIONAL SEARCH AND RESCUE DIRECTORATE NO.2
- Veröffentlicht: 08. April 2026
- Frist: 29. Mai 2026
Ausschreibungsbeschreibung
Procurement of vehicles under the project ROMD00074– FLOOD RESCUE - Joint preparation for saving lives from floods, Cooperation Program "(Interreg VI–A) NEXT Romania-Republic of Moldova" 2021-2027
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 Ausschreibungen
5- Ministry of Interior of the Republic of SerbiaNovi BeogradFrist: 30. Apr.
Procurement of Fire and rescue truck for project STOP FIRES
Purpose of this contract is supply, delivery, unloading, siting, installation and testing of Fire and rescue fire truck - multi-purpose vehicle, intended for extinguishing fires at inaccessible areas, as well as for other types of interventions, for project "StrengThening Organizations in the Protection against FIRES - STOP FIRES" with financial assistance from the INTERREG VI-A IPA HUNGARY-SERBIA PROGRAMME.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
81322354-Promoting digital solutions in Technical and Vocational Education and training delivery in Benin
Benin has a young population of 13.4 million, with an annual demographic growth rate of 2.7% (2022). 42% of the population is under 15 years old, and every year, approximately 200,000 young people join the labour market. Despite economic growth of around 6% per year (2017-2022), the labour market cannot offer qualified employment to all young people. 84% of the workforce is employed in precarious conditions in the informal sector, and 72% (92% of young people aged 15 to 24) is underemployed in terms of income or working hours, leading to a high poverty rate of 49.6% and a Gini coefficient of 0.48 (World Bank 2022). The Technical and Vocational Education and Training (TVET) system in Benin is insufficiently preparing young people for the labour market. Currently, 30,000 young people, of whom 31% are women, are enrolled in formal TVET, which represents only 3.8% of all secondary school students. Low enrolment in TVET can be attributed to poor quality training, high entry requirements, lack of information about labour market needs, and high fees for trainees' families. Recognising these constraints, the government of Benin has adopted a National Strategy for TVET 2020-2030, aiming to enhance the quality of technical and vocational skills and qualifications in priority sectors of the economy. The government is committed to improving governance, modernising curricula, and certifying apprenticeships to contribute to the structural transformation of the economy as outlined in the Government Action Programme PAG2 (2021-2024). The German Federal Ministry for Economic Cooperation and Development (BMZ) is supporting Benin in reforming its vocational training system through the Promotion of Vocational Training Project (ProFoP). This project aims to improve the institutional framework for vocational training aligned with the local economy's needs. It encourages systematic cooperative relationships between state structures responsible for vocational training and the private sector, and pilots cooperative training approaches in selected sectors. The project measures support practical, inclusive vocational training to increase opportunities for decent employment and secure income, particularly for women. The project, initially implemented from 06/2021-05/2024, has been extended until December 2027 with co-financing from the European Union. The objective remains improving the institutional framework for formal vocational training geared to private sector needs. The project is structured around four main outputs: Output 1: Strengthen the steering and implementation capacities of public vocational training institutions by involving private sector structures. Improved governance and steering capacities will enable the Ministry of Secondary, Vocational and Technical Education (MESTFP) to design frameworks to promote demand-driven vocational training in dialogue with the business sector and other ministries. Output 2: Improve cooperation mechanisms between state and private-sector players in dual vocational training. Output 3: Pilot dual vocational training in sectors such as renewable energy, agriculture, and IT, with parts of the training conducted in companies. Output 4: Enhance career guidance, training support, and integration measures for young people, particularly women and disadvantaged groups. Digitalisation is integrated across all the project"s outputs, notably through: - Strengthening the digital skills of players at the macro, meso, and micro levels . - Integrating digital solutions into career guidance, vocational training delivery, and labour-market integration services. - Promoting innovative approaches to support partner countries in shaping structural change and adapting the TVET systems to the future of work. - Providing self-paced e-learning courses on inclusive teaching skills for TVET teachers, focusing on digital accessibility in education and creating accessible digital products and online learning sessions. Description of Services Objective and indicators The contractor will support the development and integration of digital contents and solutions in designing and delivering vocational training courses across all four outputs of the project. The contractor will contribute to achieving the following indicators: Module Indicator 2: 555 companies supported by the module will take on the training function in their own company. Module Indicator 3: 2,100 apprentices out of 3,000 (70%), including 630 women (40%), will find a job within six months of completing their training. Output Indicator 1.2: 100 representatives, including 30 women, from MESTFP and the private sector, will confirm they are very good or good at applying the knowledge acquired to implement the vocational training reform. Output Indicator 2.2: 750 companies, including 225 women-led companies, will improve their capacity to train apprentices in-house.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbHFrist: 09. Mai
81322354-Promoting digital solutions in Technical and Vocational Education and training delivery in Benin
Benin has a young population of 13.4 million, with an annual demographic growth rate of 2.7% (2022). 42% of the population is under 15 years old, and every year, approximately 200,000 young people join the labour market. Despite economic growth of around 6% per year (2017-2022), the labour market cannot offer qualified employment to all young people. 84% of the workforce is employed in precarious conditions in the informal sector, and 72% (92% of young people aged 15 to 24) is underemployed in terms of income or working hours, leading to a high poverty rate of 49.6% and a Gini coefficient of 0.48 (World Bank 2022). The Technical and Vocational Education and Training (TVET) system in Benin is insufficiently preparing young people for the labour market. Currently, 30,000 young people, of whom 31% are women, are enrolled in formal TVET, which represents only 3.8% of all secondary school students. Low enrolment in TVET can be attributed to poor quality training, high entry requirements, lack of information about labour market needs, and high fees for trainees' families. Recognising these constraints, the government of Benin has adopted a National Strategy for TVET 2020-2030, aiming to enhance the quality of technical and vocational skills and qualifications in priority sectors of the economy. The government is committed to improving governance, modernising curricula, and certifying apprenticeships to contribute to the structural transformation of the economy as outlined in the Government Action Programme PAG2 (2021-2024). The German Federal Ministry for Economic Cooperation and Development (BMZ) is supporting Benin in reforming its vocational training system through the Promotion of Vocational Training Project (ProFoP). This project aims to improve the institutional framework for vocational training aligned with the local economy's needs. It encourages systematic cooperative relationships between state structures responsible for vocational training and the private sector, and pilots cooperative training approaches in selected sectors. The project measures support practical, inclusive vocational training to increase opportunities for decent employment and secure income, particularly for women. The project, initially implemented from 06/2021-05/2024, has been extended until December 2027 with co-financing from the European Union. The objective remains improving the institutional framework for formal vocational training geared to private sector needs. The project is structured around four main outputs: Output 1: Strengthen the steering and implementation capacities of public vocational training institutions by involving private sector structures. Improved governance and steering capacities will enable the Ministry of Secondary, Vocational and Technical Education (MESTFP) to design frameworks to promote demand-driven vocational training in dialogue with the business sector and other ministries. Output 2: Improve cooperation mechanisms between state and private-sector players in dual vocational training. Output 3: Pilot dual vocational training in sectors such as renewable energy, agriculture, and IT, with parts of the training conducted in companies. Output 4: Enhance career guidance, training support, and integration measures for young people, particularly women and disadvantaged groups. Digitalisation is integrated across all the project"s outputs, notably through: - Strengthening the digital skills of players at the macro, meso, and micro levels . - Integrating digital solutions into career guidance, vocational training delivery, and labour-market integration services. - Promoting innovative approaches to support partner countries in shaping structural change and adapting the TVET systems to the future of work. - Providing self-paced e-learning courses on inclusive teaching skills for TVET teachers, focusing on digital accessibility in education and creating accessible digital products and online learning sessions. Description of Services Objective and indicators The contractor will support the development and integration of digital contents and solutions in designing and delivering vocational training courses across all four outputs of the project. The contractor will contribute to achieving the following indicators: Module Indicator 2: 555 companies supported by the module will take on the training function in their own company. Module Indicator 3: 2,100 apprentices out of 3,000 (70%), including 630 women (40%), will find a job within six months of completing their training. Output Indicator 1.2: 100 representatives, including 30 women, from MESTFP and the private sector, will confirm they are very good or good at applying the knowledge acquired to implement the vocational training reform. Output Indicator 2.2: 750 companies, including 225 women-led companies, will improve their capacity to train apprentices in-house.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 30. Apr.
Fabrication of Reactor Vessel Flow Skirt (RVFS) (Commodity Code MI01) for Poland AP1000® Project
1. Experienced manufacturers / Fabricators capable of fabricating and furnishing the AP1000® RVFS (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. If there are any questions or clarifications needed, please reach out to the contact person listed above. 2. The qualification criteria shall be included in the AP1000 supplier qualification questionnaire, examples thereof include demonstration of: (i) demonstrated experience in furnishing similar components of around 3.4m outer diameter and 0.4m height; (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 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. 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 and we will provide feedback. 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) / (Non-Disclosure Agreement (NDA)). 5. Companies meeting the qualification criteria and who have executed the PIA will be invited to submit a proposal. 6. The Request for Proposal (RFP) shall include the information about award criteria, scope of work, specifications, drawings, datasheets, terms and condition, and schedule data. 7. The Request for Proposal (RFP) document will be for unit one (1) of the three (3) unit project. 8. 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 fabrication drawings and procedures (welding, coating, etc.), work packages (travelers), manufacturing and assembly plans, quality and inspection plan(s), shop lifting and handling plan (including lifting lug design, drawings, calculations, and testing), transportation plan, testing plan, weld documentation, personnel and process qualifications, and schedule. • Preparation of the necessary documentation to support site lifting, handling, and movement plans, including any special instructions or requirements for unloading, hauling, and storage. • Preparation of the necessary documentation to support site assembly. • Details of the joint configuration between the field welded steel components • Process qualification procedure and demonstration plans for critical processes including stud welding, automatic welding, long-seam butt welding, dimensional control, weld repairs, etc. • Fabrication based on the existing Westinghouse fleet design (not based on specific fabricator preferences). • Temporary attachments as required per the fabrication process selected. • Cleaning, marking, painting, packaging. • Non-Destructive Examination (NDE) and other Testing requirements as required by Fabrication Specification. 9. The RFP document will require furnishing of a Parent Company Guarantee if the prequalified Supplier is an affiliate of Parent Company. 10. 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). 11. 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. 12. Any companies that do not meet mandatory compliance requirements in section 3 will be excluded. 13. 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. 14. 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. 15. 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. 16. 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.
- 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.
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 29. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist REGIONAL SEARCH AND RESCUE DIRECTORATE NO.2.
- 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.