Joint transport procurement - Vestland (Hordaland), Møre og Romsdal, Nordland, Troms, Finnmark
The contract is for the delivery and collection (returns) of technical aids to a fixed reception/pick-up place in each of Hordaland's 25 municipalities. The need concerns transport of technical aids such as beds/accessories, manual and electric wheelchairs, rolling walkers, reading TV, scooters, bicycles, wheel post ca...
Angebotsfrist:08. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The contract is for the delivery and collection (returns) of technical aids to a fixed reception/pick-up place in each of Hordaland's 25 municipalities. The need concerns transport of technical aids such as beds/accessories, manual and electric wheelchairs, rolling walkers, reading TV, scooters, bicycles, wheel post cages as well as sm...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: ARBEIDS- OG VELFERDSETATEN
- Veröffentlicht: 08. April 2026
- Frist: 08. Mai 2026
Ausschreibungsbeschreibung
The contract is for the delivery and collection (returns) of technical aids to a fixed reception/pick-up place in each of Hordaland's 25 municipalities. The need concerns transport of technical aids such as beds/accessories, manual and electric wheelchairs, rolling walkers, reading TV, scooters, bicycles, wheel post cages as well as small aids. Some of the aids are ready assembled, so they can be difficult to stack in height in the cars. The largest current aids are beds, whilst the volume items are wheelchairs, walkers etc. Some aids will weigh up to approx. 180 kg (beds/wheelchairs). Beds are most often delivered in a transport position with measurements 135 x 80 cm, but can also be delivered on pallets up to five in height, measuring 100x200x200 (600 kg). Electric wheelchairs have measurements of up to 80x160 cm. Tandems can be large in volume and take up to three (3) podiums.
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- ARBEIDS- OG VELFERDSETATENMo i RanaFrist: 04. Mai
Joint transport procurement - Vestland (Hordaland), Møre og Romsdal, Nordland, Troms, Finnmark
Lieferung und Abholung technischer Hilfsmittel an feste Empfangs-/Abholorte in 25 Gemeinden in Hordaland. Transportiert werden u.a. Betten (bis 180 kg, teils palettiert bis 100x200x200 cm), manuelle/elektrische Rollstühle (bis 80x160 cm), Rollatoren, Lese-TV, Scooter, Fahrräder und Kleinhilfsmittel. Einige Hilfsmittel sind vormontiert und schwer stapelbar. Tandems erfordern bis zu drei Stellplätze. Die Hilfsmittel variieren in Größe und Gewicht.
- Lillestrøm KommuneLillestrømFrist: 17. Apr.
Framework agreement - Transport services for day centres.
The main objective of the procurement is to enter into a framework agreement with a tenderer who can transport persons to and from an activity centre/day centre. There is a need for transport by taxi or maxi-taxi with room for up to 15 seats. The persons who shall be transported are mainly elderly and disabled. See the requirement specifications for further information.
- 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.
- KSS Energia OyKouvolaFrist: 27. Apr.
Hinkismäki Electrode boiler procurement
KSS Energia Oy (later "KSS" or "Procurement Unit") is planning the purchase of an electrode boiler to produce district heat. It is initially estimated that the electrode boiler plant will produce district heating with an output of approx. 40 MW. The procurement will cover also any relevant equipment, systems and procurements needed for fully functional and operational electrode boiler. Candidates should also note that, if higher quality water treatment system is needed by the electrode boiler, this water treatment system, including make-up water tank, pumps and all other necessary equipment to produce make-up water for the boiler is included in the scope of the Supplier . Any party participating in the procurement must note that the KSS 's electricity grid is subject to the following constraints: Supply voltage 10 kV IT, no neutral point available. The electrode boiler must withstand, at minimum, a short circuit current of 28 kA for 1 second (Ith). Fimpec Engineering Oy, a part of Sweco, is a consulting engineering company that provides qualified consulting services with a high knowledge content in Finland. Fimpec is working together with KSS to advance the project to a maturity level where investment decision can be made. PRELIMINARY PROJECT SCHEDULE Submission of Applications, April 2026 Selection of Tenderers, April 2026 Submission of Preliminary Request for Quotation, May 2026 Negotiations, May to July 2026 Submission of Final Request for Quotation, August 2026 Contract award, September 2026 The delivery must be ready for commissioning no later than the 2027–2028 heating season. The procurement is subject to an approved investment decision. The candidate shall ensure that the design, supply and erection of the electrode boiler shall fulfil the mandatory laws, regulations, norms and authority requirements which are applicable in Finland at the time of the delivery. In particular, the candidate should note that the electrode boiler must meet the requirements of the grid code specifications for demand connections (KJV2026), which are estimated to be in force at the time of delivery. The electrode boiler must be capable of participating in the Frequency Containment Reserves (FCR). The technical specifications for FCR and KJV2026 are available on the website of Finland’s transmission system operator (www.fingrid.fi/en)
- Statens vegvesenMoss
Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E18 stretch Asker-Sande.
The contracting authority invites tenderers to a competition for the establishment, operation and maintenance of 24 hour resting place(s) along the E18 stretch Asker-Sande. The driving distance from the E18 to the entrance for the actual 24 hour resting place shall be a maximum of 2 km. The contracting authority needs approx. 100 placement places on the stretch. It may be necessary to enter into a contract with several tenderers and/or divide the procurement into different sub-contracts. Each individual 24 hour resting place shall as a minimum have parking places for 15 wagon trains and shall include a service facility with toilets, showers, living rooms and charging stations. Otherwise, the 24 hour resting place shall fulfil the shall-requirements listed in point 3.2. The Contracting Authority prefers large 24 hour resting places and 24 hour resting places that are located on the stretch between Asker-Drammen. The 24 hour resting place shall be ready for opening by 01.09.2027 at the latest and the contract will be valid for ten years from the opening hours. The contracting authority has the option to extend the contract for 1+1 year, so that the total possible lease period is 12 years. The contracting authority will set up a scheme with payment for annual rent, which shall include establishment, as well as operation and maintenance of the 24 hour resting place.
- Ås kommuneÅS
Procurement and repairs of small machines, framework agreement
The competition is for the delivery and repairs of small machines, framework agreement. The procurement ́s value is estimated to: NOK 600,000 excluding VAT per annum. Maximum value for the entire contract period, including any options and expected price rise: NOK 3,500,000 excluding VAT. The need is uncertain. The volume can vary both up and down and the contract period will depend on, among other things, the contracting authority ́s needs, activities, budgetary situations and other framework factors. See the procurement documents for further information. The contracting authority has assessed the procurement against the apprentice regulations, c.f. the Procurement Act § 7 and concluded that apprentices are not required in this procurement as the procurement is a procurement, cf. the apprentice regulations § 4.
- FMVStockholmFrist: 03. Mai
Diving system for mine clearance operations
The requested product is a diving system for military use including any necessary accessories, documentation and training. The diving system is a self-contained underwater breathing apparatus designed to support military diving operations where consideration regarding acoustic and electromagnetic signatures needs to be taken into account. Its main purpose is to enable human underwater stay, primarily for military use in mine countermeasures (MCM) and explosive ordnance disposal (EOD) missions in harsh conditions such as rough sea, sub-zero temperatures and low-visibility waters. The system consists of a diving apparatus which provides the diver with the proper breathing gas for the depth, and valid information during the dive. The system also logs information from the dive as support in planning of upcoming dives. The system shall be an electronic closed-circuit rebreather (eCCR). Key features of the diving system: Simplicity and ease of use Robustness and suitability for field operations Modularity to adapt to operational requirements Safety Low acoustic and electromagnetic signature Key performance requirements of the diving system: EN 14143 compliance or equivalent for the rebreather part of the system EN 250 compliance or equivalent for any open-circuit part of the system (bail-out) NATO standard AMP-15 compliance or equivalent for acoustic performance NATO standard AEODP-07 compliance or equivalent for magnetic performance Enable repeated operational diving in water temperatures down to –2°C Enable repeated operational diving in air temperatures down to at least –20°C Enable operational diving deeper than 60 msw Oxygen partial pressure control Some or all of the features and performance requirements listed above may be tested and evaluated by the Contracting authority (FMV) at a later stage of the procurement. The diving system shall also be compatible with a custom decompression algorithm provided by the Contracting authority to the winning tenderer. The tenderer must be able and willing to implement this algorithm into the computer of the diving system. Supply contract The expected volume requirement is 100 systems and another 40 as options delivered over four (4) years and first delivery approximately 30 systems one (1) year after signed contract. Framework agreement The procured system will need to be maintained throughout the lifespan of the system. The agreement will most likely include: - technical support helpdesk (telephone) - technical support on site (repairs) - preventive maintenance - spare parts - software updates - education and training - alteration/modification if needed - configuration management and follow-up
- Causeway Coast and Glens Borough CouncilColeraineFrist: 03. Mai
PEACEPLUS Tender - LGBTQIA+ Programme - PEACEPLUS Funded
Causeway Coast and Glens Borough Council seeks to appoint suitably qualified organisation(s) / individual(s) to develop opportunities to raise awareness within the LGBTQIA+ community of the support and services available within the Borough and to ensure that these support systems are viewed as being accessible. The programme will ensure that a platform is given to the LGBTQIA+ community to ensure that their voices can be articulated and heard. The project aims to support the education of the wider Borough about the valuable contribution the LGBTQIA+ community has made and continues to make within the Borough. The tender response must address the following key issues: • Intolerance. • Lack of awareness. • Challenges and Obstacles faced by the LGBTQIA+ Community. • The history of the LGBTQIA+ Community. • The perception of who is part of the LGBTQIA+ Community. • Challenging the level of intolerance towards the LGBTQIA+ Community. • Encourage the wider community to learn for themselves, drawing their own conclusions and remembering that the wellbeing of all can be influenced by acting on some of our views. • Promoting and supporting visibility and inclusion. Targets • Recruit minimum 245 participants (CNR: 20%: PUL 20%: Other 60%) • Co-design a programme which tackles both isolation and vulnerability within the LGBTQIA+ community. • Deliver an exhibition which explores legacy of local LGBTQIA+ icons. • Deliver 7 public talks across the Borough to explore lived experiences. Counselling or other appropriate infrastructure support services also need to be available. • Delivery of a showcase event. • A minimum of 26 hours (total) of meaningful engagement must be provided per participant. Outputs • Increased levels of tolerance throughout and between the communities. • Increased levels of knowledge and information shared in relation to the LGBTQIA+ community. • Increased levels of awareness about the issues facing the LGBTQIA+ community. • Increase in confidence within the LGBTQIA+ community. • Opportunity to connect LGBTQIA+ members through a more localised network. Programme Activities • Stage 1: Recruit 245 participants to the programme (Approx 35 from each DEA area). • Stage 2: Co design a programme with the 245 participants which helps support both younger people and especially older people and young people from a rural background who need to access the support services of LGBTQIA community. The programme needs to tackle both isolation and vulnerability, whilst increasing visibility from the community. • Stage 3 An exhibition and talks which explores the opportunity to look the wide range of people in the legacy CCGBC area, who hailed from the LGBTQIA+ community who have contributed to our society (this could manifest in an exhibition or publication). • Stage 4: Deliver 7 Public Talks/discussions/Panels to explore the lived experience of local people in the area, as a way of increasing awareness, but encouraging the public to look at their practices, attitudes, how they could make improvements or support systems. This could provide an opportunity for the public to look at education, awareness raising and an event to consider the aspect of compassion as a key principle from which to operate from. This will require a tight structure, experience facilitators and support services (befriending and/ or counselling). • Stage 5: Delivery of a special event to showcase the LGBTQIA+ community and build relationships within the community. Additional guidance to be taken around the correct and planned delivery of PRIDE event that has been consulted on, planned for, and delivered in an atmosphere of acceptance (perhaps look at the Enniskillen example). BUDGET: 147998 EURO Timeline: 18 months This list of activities is not 100% exhaustive. As part of the Tender Quality Assessment, bidders are asked to deliver a profile that reflects these areas as well as allowing for their own knowledge, innovation, and experience. Causeway Coast and Glens Borough Council would welcome a partnership or collaborative approach from several organisations / individuals that between them have the necessary expertise and experience. Individual submissions are also welcomed. 2.3 Project Budget The project has a maximum budget of 147998 EURO (excl. VAT) All tender submissions should be submitted exclusive of VAT, to design and deliver the above activities and achieve the anticipated results by January 2028 Please carefully note that up to 20% of project funds will be released on award of contract and thereafter on a staged basis, your tender should align costs to the delivery of stages or outputs. 2.4 Project Timescale It is anticipated that the successful bidder will be contracted to begin project delivery within 6 weeks of contract award All project activity must be completed by January 2028 All project related financial invoicing must be submitted within 1 month of the completion of the final report. 2.5 Project Management The successful applicant will be required to develop a sustainable delivery mechanism and be responsible for the overall management of the project activities. Throughout process work agree on areas and consultation methods. The successful applicant will be required to work with the Council Officer charged with the management of PEACEPLUS and will meet with them at the following stages: • On appointment, to agree a forward work plan, the proposed schedule for implementation and the reporting requirements. • A formal meeting on a regular basis to review progress against agreed timeframes and milestones, to identify emerging issues and risks and plan for mitigation strategies, and to agree targets for the next quarter or stage. • It should be noted that the Causeway Coast and Glens Borough Council maintains the copyright of the project and the materials produced.
- 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
- Causeway Coast and Glens Borough CouncilColeraineFrist: 03. Mai
PEACEPLUS Tender - Multi Cultural Dimensions - (Food, Arts, Music and Dance) - PEACEPLUS Funded
Causeway Coast and Glens Borough Council seek to appoint a suitably qualified organization(s) / individual(s) to offer a fully comprehensive and unique programme to provide an understanding of the rich cultures that reside within the Causeway Coast and Glens Area. Using the medium of music, sports, arts, dance, food & crafts participants will learn about each other and come together in new ways. This programme will bring both indigenous and newcomer communities together to share in each other’s cultures, to educate one another about their traditions and to understand the important role each culture has in creating a thriving economy and a socially diverse community that supports the positive development of the Borough. The tender response must address the following key issues: • Lack of understanding and cohesion between both between both local (indigenous) and newcomer (BME – Black and Minority Ethnic) communities and the importance of sharing cultural expressions. • Poor relationships between both local (indigenous) and newcomer (BME) communities. • Increased division and fear amongst both communities. • Difficulty in integrating and participation in local life for newcomer (BME) communities. • Support participants in being able to understand and share in each other’s culture. • Challenge and support greater understanding around contested views and opinions. • Raise awareness around the issues and misinformation which is preventing local people and newcomer communities from engaging with each other. • People feeling unable to share information about their culture and heritage. • Lack of confidence within newcomer (BME) communities in being able to share their knowledge and learning. Targets • Recruit minimum 280 participants - (CNR: 33%: PUL 33%: OTHER: 33%) • A minimum of 26 hours (total) of meaningful cross-community engagement must be provided per participant. • Delivery of an educational programme which captures, shares and educates participants about the rich culture across the Borough. • Delivery of an event to support participants to promote their way of life, their stories about both urban and rural culture. • Delivery of 7 key events which allows participants to showcase local music, arts, food and dance across the Borough. • Delivery of 2 large public events. • Creation of a vehicle which captures and promotes all of the cultural activities across the Borough. Outputs • Increase in the confidence of participants to explore other cultural traditions. • Increase in the participants to feel safe about demonstrating their cultural traditions. • Improvement in relationships between both the indigenous and newcomer communities. • Increase in knowledge that participants understand about other cultures. • Increase in feeling respected within the local community. • Improvement in the levels of trust between newcomer and indigenous communities. • Increase in confidence amongst newcomer communities to feel they can participate in wider society. Programme Activities • Stage 1: Recruitment of 280 participants across the identified key/ cultural institutions. • Stage 2: Deliver an educational programme which captures, shares and educates participants about the rich culture across the Borough and build the confidence of all participants to participate in wider society. The education and learning should contain workshops on diversity, equality, active citizenships relationship building and conflict management, preferably as an accredited format. The programme also has to be able to build relationships amongst all participants and provide learning which helps challenge the stigma and division between both indigenous and newcomer communities. • Stage 3: Plan and deliver 7 key events which allows participants to showcase local music, arts, food and dance across the Borough. • Stage 4: Delivery of 2 large public event which celebrates all cultures across the 7 DEAs and supports the participants to come together and educate others about their cultural traditions. • Stage 5: Creation of a vehicle which captures and promotes all of the cultural activities across the Borough. BUDGET: 147295 EUROS Timeline: 14 months This list of activities is not 100% exhaustive. As part of the Tender Quality Assessment, bidders are asked to deliver a profile that reflects these areas as well as allowing for their own knowledge, innovation, and experience. Causeway Coast and Glens Borough Council would welcome a partnership or collaborative approach from several organisations / individuals that between them have the necessary expertise and experience. Individual submissions are also welcomed. 2.3 Project Budget The project has a maximum budget of 147295 EUROS (excl. VAT) All tender submissions should be submitted exclusive of VAT, to design and deliver the above activities and achieve the anticipated results by September 2027. Please carefully note that up to 20% of project funds will be released on award of contract and thereafter on a staged basis, your tender should align costs to the delivery of stages or outputs. 2.4 Project Timescale It is anticipated that the successful bidder will be contracted to begin project delivery within 6 weeks of contract award. All project activity must be completed by September 2027. All project related financial invoicing must be submitted within 1 month of the completion of the final report.
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 08. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist ARBEIDS- OG VELFERDSETATEN.
- 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.