Market consultation Net Position Forecast solution
The Core and CE CCR seek information on Net Position Forecast (NPF) solutions for two-day-ahead capacity calculation. The NPF provides net position forecasts for each bidding zone, including bilateral exchanges on non-Core borders. This Request For Information aims to identify available market solutions and verify if t...
Angebotsfrist:30. April 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Core and CE CCR seek information on Net Position Forecast (NPF) solutions for two-day-ahead capacity calculation. The NPF provides net position forecasts for each bidding zone, including bilateral exchanges on non-Core borders. This Request For Information aims to identify available market solutions and verify if they meet Core CCR...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: TenneT TSO B.V.
- Veröffentlicht: 18. Februar 2026
- Frist: 30. April 2026
Ausschreibungsbeschreibung
The Core and CE CCR seek information on Net Position Forecast (NPF) solutions for two-day-ahead capacity calculation. The NPF provides net position forecasts for each bidding zone, including bilateral exchanges on non-Core borders. This Request For Information aims to identify available market solutions and verify if they meet Core CCR requirements.
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
9- The Courts ServiceDublin 7Frist: 17. Mai
Request for information- Wireless Panic Alarm and Monitoring Solutions
The Contracting Authority is seeking information from qualified suppliers on available wireless security alarm and monitoring solutions capable of integrating with existing intruder alarm systems or operating as standalone units. Solutions must support centralised monitoring, remote testing, notification features, and secure connectivity to the designated Garda station monitoring point. This Request for Information (RFI), Market Sounding is issued to identify technologies currently available that meet or exceed the technical, operational, and environmental requirements described below. This includes suitability for deployment across the Dublin estate comprising 17 buildings, with the potential to expand to additional buildings in the future.
- Fintraffic Railway LtdHelsinkiFrist: 10. Mai
Railway Infrastructure Data Platform - Preliminary Market Consultation
This notice is only a notice of a market dialogue to be carried out. The notice is not a procurement notice, a request for tender, an invitation to negotiate or a preliminary notice to shorten the tendering period. Fintraffic Railway Ltd is developing a digital data platform that combines fragmented rail infrastructure data into a unified, reliable and managed database. The goal is to create a single digital truth for the rail network – a platform that supports automation, optimization and decision-making in a multi-vendor environment. We ask you to express your interest in participating in the market dialogue by email to matias.nurmi@fintraffic.fi no later than May 8, 2026 (2026-05-08). Please indicate "Railway Infrastructure Data Platform" as the subject of the email. The procurement unit will meet with the suppliers it has selected during the registration period and afterwards in April-May to achieve the best possible outcome. The meetings will be arranged as Teams meetings. The procurement unit is not obliged to meet with all suppliers that have expressed interest. This notice and/or the response to it do not create any obligations for the procurement unit or any other parties. The procurement unit will not pay compensation for participating in this request for information. The public request for information material prepared by the procurement unit is available to all interested parties via the link in the notice. The information provided by the procurement unit is preliminary and may change. Participation or non-participation in the market dialogue does not change the company's position or position in the procurement process.
- Oslo kommune v/ Bydel GrünerløkkaOsloFrist: 13. Mai
Day centre transport by minibus of persons with dementia and disabilities.
PURPOSE AND SCOPE The aim of the procurement is to cover the need for transport services, including drivers and auxiliary zones, to and from day activities and senior centre offers in the district. There are 19 people with normal driving who need daily transport. This can be changed over time and changes will be reported once per ocean year. The maximum number of persons will not exceed 25. All transport shall be carried out by vehicles that are powered with electricity or hydrogen in order to reduce CO2 emissions and contribute to Oslo municipality ́s green profile. From 01.01.2025, all deliveries/assignments for Oslo municipality where transport is a part of the service, shall be undertaken by using zero emission (i.e. battery electric or hydrogen) or biogas technology that as a minimum fulfils euro class 6/ VI. The contract has an annual estimated value of NOK 1,500,000. The contracting authority draws attention to the fact that the estimate is based on previous consumption, historical data and the expected future need. This contract is valid for up to a maximum value of NOK 6,000,000, including any option for a 2 year extension. The estimate is only a guideline and is without obligation for the Contracting Authority. Transport of up to 19 people with up to 4 wheelchair users is required. The number can be changed with each new order made every six months. The change can be both a reduction of persons with a need for changing the number of wheelchair users, changing the number that shall be transported in the form of reduction and increase. An increase will normally not be more than 2 - 3 persons. The contracting authority envisages that two vehicles will be used for the assignment. According to the oslo municipality's rules, none of the vehicles can use fuel that is used. In addition to the drivers, the tenderer must offer a permanent person/helper who shall assist in transporting the users. An attendant from the day centre will also assist with the transport. The urban district orders day centre places every half year according to the district ́s need, and the district will notify the carrier of any changes when the order is made. The district has a maximum need of 12 places at Sofienberg day centre plus an attendant from the day centre and 7 at Økern day centre plus an attendant from the day centre. However, this may change over time. See the description of changes to the number of persons with a need for transport in point one. In total, Økern day centre has day places for 7 users with dementia, and Sofienberg day centre has day places for 12 users. The users shall be picked up and delivered all business days outside of Saturday and Sunday. Tenderers shall ensure daily transport of elderly persons between their residence and the following two day centres: Økern Day Centre (Kingosgate Residential and Rehabilitation Centre), Kingosgate 14-16 Sofienberg day centre (sofienberg centre), Helgesensgate 62. To and from Økern Day Centre: · 08:30 with 1 bus that picks up day centre users at their homes and drives them to the day centre within approx. 09:00. They will not be picked up at home until 08:30. · At 14:00, one bus will be picked up for the same people at the day centre and drive them home. To and from Sofienberg day centre · 09:00 with 1 bus that picks up day centre users at their homes and drive them to the day centre within approx. 10.00. · At 14:45 a.m., one bus will pick up the same people at the day centre and drive them home. There are up to 19 persons each day who shall be picked up and driven to the day centre. The number of persons going to Økern day centre and Sofienberg day centre will vary. The parties to the contract can reach agreement on other times. If the opening hours are changed, the date of transport to and from can be changed accordingly. Both centres are closed on weekends, public holidays, Christmas Eve and New Year's Eve. Before the assignment, employees at the day centres will make the tenderer aware of the needs of each user so that the transport can be adapted to this. It can, for example, be whether the user uses a wheelchair, type of wheelchair, any need for stair climbers, a need to be followed to the entrance door etc. Tenderers will get lists from the day centres with an overview of each user, addresses, any changes to lists and other necessary information about users. There will be some waiting time for the collection, as users may not always be ready on time. The users who use the tender will vary, and for this reason there will be some variation in which addresses the drivers shall collect and deliver users from. Not all users are able to walk by their own help with the vehicles. It is therefore necessary that the users are picked up as close to the entrance door as possible. Some users also have dementia and must be followed to/from a vehicle and their own home.
- 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 Energy Systems LLC - Bulgaria BranchSofiaFrist: 08. Mai
Fabrication of Steam Turbine Generator (Commodity Code MG01) for Bulgaria AP1000® Project
Description: 1. Experienced suppliers capable of design, fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related Turbine Generator Packages as defined per the requirements of Westinghouse Electric Company LLC specifications, 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) The Supplier shall maintain a written Quality Assurance Program compliant with Purchase Order and Design Specification requirements (e.g. program that conforms to the applicable requirements of ISO 9001), including controls to prevent counterfeit or fraudulent items (CFSI); the program and its implementation are subject to review and verification before and during work execution; (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 a 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 two (2) unit project. 6. The scope of work for the subject RFP will include: • Overall project management, planning, scheduling, and reporting. • Design of equipment. • 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 plans (including lifting lug design, drawings, calculations, and testing if needed), transportation plan, testing plan, welding documentation, personnel and process qualifications, and schedules. • Preparation of the necessary documentation to support site lifting, handling, and movement plans, including any special instructions or requirements for unloading, hauling, and storage. • Process qualification procedure and demonstration plans for critical processes, including qualification mockups for the selected critical processes. • Cleaning, marking, painting, packaging. • Non-Destructive Examination (NDE) and other testing (i.e. Rotor Balancing) 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 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. 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.
- 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.
- 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.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
81322845-MAV+: Technical assistance for selected companies in the pharmaceutical sector in South Africa for the SAVax project
SAVax conducted a landscape assessment of South Africa's biopharmaceutical industry, covering the pharmaceutical, biotechnological, and biomanufacturing sectors as well as a call for applica-tions for companies to self-identify their technical assistance needs. The objective of this assignment is to engage a service provider to provide tailored technical assistance for the selected companies in the biopharmaceutical sector. This technical assistance aims at enhancing the capacities of companies to gain market access with their products. The goal is to equip these companies with the knowledge and skills necessary to advance their products to market access. The selected companies will receive targeted, non-financial support addressing the technical, regulatory, organizational, and strategic challenges they face in advancing biopharmaceutical products to market. Support areas may include, but are not limited to, the following: 1. Technology Platforms and Innovation Readiness o mRNA Technology Transfer Support: Assistance in understanding, adapting, or implementing mRNA-based platforms, including guidance on formulation, delivery systems, process design, cold-chain logistics, and regulatory considerations for mRNA therapeutics or vaccines. o Digitisation of cGMP Systems: Support in planning and implementing digital systems for Good Manufacturing Practice (GMP) compliance. This includes electronic batch records, quality management systems (QMS), equipment calibration tracking, and data integrity solutions aligned with international norms. 2. Regulatory and Quality Systems Strengthening o Navigating Regulatory Pathways: Tailored guidance for interacting with SAHPRA and other relevant authorities (e.g. WHO Prequalification), including dossier preparation, clinical trial applications, reliance mechanisms, and fast-track pathways. Also includes strategic regulatory planning for biosimilars and advanced therapies. o Quality Management Process Strengthening: Support in designing, upgrading, or implementing fit-for-purpose Quality Management Systems (QMS) based on ICH Q10 principles. This includes standard operating procedures (SOPs), change control, deviation management, and risk-based approaches to quality oversight. o ISO Certification Readiness: Technical support to prepare for ISO 9001, 13485 or other relevant certifications, including gap assessments, internal audits, documentation guidance, and quality culture development. o GMP Training and Compliance Advisory: Provision of technical training in GMP principles, inspection readiness, and facility hygiene requirements, adapted to different staff levels (operators, QA/QC, management). May include site-specific support for corrective/preventive actions (CAPA). 3. Intellectual Property and Commercial Strategy o Intellectual Property (IP) Strategies: Support in designing or refining IP strategies including freedom-to-operate analyses, IP landscaping, filing strategies (local and international), and licensing terms. Emphasis on protection in the context of part-nerships and technology transfer. o Optimising Commercialisation Pathways: Advisory services to develop and refine commercial strategies, including go-to-market models, pricing approaches, and health economic value propositions. May include support in understanding procurement systems (e.g. NHI, pooled African mechanisms). o Market Assessment and Market Access Support: Tailored market research to eval-uate demand, pricing, competition, and policy environments in local and regional markets. Support may include alignment with public procurement frameworks and donor-funded demand sources. 4. Organisational Resilience and Investment Readiness o Financial Restructuring and Strategy Advisory: Guidance on cost structures, business modelling, and capital allocation to improve organisational sustainability. Support may include preparing for audits, understanding grant or equity implications, or structuring financials for growth. o Managing Investor Relations: Capacity-building on investor engagement, including pitch deck refinement, term sheet review, investor reporting frameworks, and relationship management practices that align with sector expectations. o Mentorship Programmes: Pairing of companies with seasoned executives, technical experts, or entrepreneurs who can provide continuous coaching in technical, strategic, and commercial areas. Structured mentorship plans with KPIs will be encouraged. 5. Human Capital and Collaboration o Strategies for Talent Development and Retention: Development of internal work-force strategies including upskilling plans, career progression models, and organisational culture interventions to reduce talent attrition in critical areas like QC, regulatory affairs, and bioprocessing. o Managing Strategic Partnerships: Support in structuring and managing public-private partnerships, consortia, and technology transfer agreements. This includes due diligence, contractual frameworks, IP considerations, and governance models to ensure mutual value. o Facilitation of International Training Exchanges: Design and support of outbound and inbound staff exchange opportunities with regional or international centres of excellence, including identification of partner institutions, logistics coordination, and documentation of learning outcomes.
- EirGrid plcDublinFrist: 20. Mai
ENQEIR980 – Maintenance and Support for Microsoft Dynamics 365
Required Actions (Deadline: 8st May 2026) 1. Review this Information Memorandum. 2. Join/Upgrade Achillles membership to Supply Line Silver+ level before deadline Friday 8st May 2026. Please contact Zoe Eccleson Zoe.Eccleson@achilles.com who will support your registration. Please be aware that this process can take time to register so please contact Achilles as soon as possible. 3. Register to one or more of the Achilles Supply-Line codes associated with the CPV codes below before deadline of 8thst May 2026. For any procurement queries please contact Jeanne de Lagarcie at jeanne.delagarcie@eirgrid.com. For Achilles queries contact the Achilles team on +44 (0)1224 337544 or via https://help.achilles.com/. Please reference the relevant ENQEIR number and the name of your company in all communications. Failure to complete Achilles registration in advance may result in exclusion from the process. Relevant Achilles Supply-Line codes include: 2.41.2.0 Software Maintenance and Support Services, 2.41.3.0 IT Consultancy EirGrid intends to establish a single-Lot Framework Agreement for Dynamics 365 Finance & Operations Framework. EirGrid intends to establish the Framework Agreement for the provision of maintenance, support and development of its instances of Microsoft Dynamics 365, and for future system upgrades, system projects, and change requests as required. This contract will include but not be limited to the provision of: • MS Dynamics 365 Support and Maintenance Services for current and future instances of the product • Support and Maintenance of embedded Power BI • Assist EirGrid in developing Roadmap for future Microsoft Dynamics 365 enhancement in line with best practice. • Future Microsoft Dynamics 365 projects and system upgrades (including One Version Upgrades) • Future system Change Requests and Development Support and Maintenance Services EirGrid require an inclusive support agreement for all instances of Microsoft Dynamics 365, that in addition to standard system/application support recognises the need for user application support, this will include the following related services: Incident Management and Request Fulfilment • 24/7 or Business hours incident response • Adherence to strict SLAs for incident response and resolution • Root Cause Analysis for major Incidents • Access to Customer Portal to log issues • Remote and, when requested, on-site support • Support Hours: 8am to 6pm IST Monday to Friday • Next business-day emergency call-out on-site response service • Stretch facility for 24X7 support for P1/P2 incidents • Perform trend analysis on recurring issues • Perform preventative maintenance actions • Perform ongoing curation of PowerBi and D365 reports • Perform configuration changes (non-code) • Curation of D365 and PowerBi reports • Provide Hypercare post major releases and One Version upgrades Proactive Maintenance Services • Deployment and testing of Microsoft One Version Updates • Perform regression testing • Perform extension code/compatibility checks • Perform sandbox refreshes & align environments code Performance Monitoring/Optimisation/Health Checks/Knowledge Management • Monitor Batch jobs and optimise runtime and output • Monitor integrations and optimise runtime and output • Monitor License consumption and work with customer to optimise investment • Monitor environment capacity and storage • Create document library with all relevant technical and business processes documented • Maintain solution design documentation • Maintain test scripts and configuration logs • Work with EirGrid Support staff and transfer the required technical knowledge for them to provide 1st line and 2nd line IT support. Reporting, Analytics and Data Visualisation Support • Maintain existing reports (SSRS, Power BI, Dynamics embedded reports). • Build new reports and dashboards as required. • Support data modelling and query optimisation. • Ensure reports maintain performance, security roles, row-level security, and data governance. • Propose reporting improvements proactively. Support of Security & Compliance • Assist EirGrid to adhere to relevant security standards (NIS, CIS etc.) • Perform Role-Based Security reviews • Assist with creation of relevant security roles within D365 application • Support both regulatory and internal audit enquiries • Ensure relevant logging is in place for audit trail Business Continuity and Disaster Recovery • Support EirGrid with DR and site failover testing • Ensure backups are in place and perform regular restoration of data and D365 instance testing Vendor Management & Governance • Perform monthly Service Reviews • Report monthly on KPIs/SLAs • Identify Continuous Service Improvement opportunities • Perform regular strategic roadmap exercises User Training & Adoption • Provide end-user training for new modules/releases • Provide knowledge transfer to internal EirGrid teams • Produce user guides, short videos and quick-reference sheets • Provide end-user hypercare post major change Development & Enhancements Provision of additional consultancy and integration services to include; Minor Enhancements • UI Modifications • Modify or create new workflows • Modify or create new fields, forms or basic logic Major Enhancements • Delivery of new modules or capabilities • Delivery of complex integration changes • Custom development using Microsoft approved tools • Data migrations DevOps/Release Management • Azure DevOps pipelines and branching model • Structured release management • Code review and quality gates
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 30. April 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist TenneT TSO B.V..
- 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.