Market survey and hearing of tender documentation - Patient journeys Nordre Sunnmøre to Helse Møre og Romsdal
The contract is for the procurement of patient journeys on the way. Patient travel on roads is a facilitated transport where the patient, in accordance with the current legislation, has the right to covering expenses for travel to and from treatment. Deadline: 27.04.2026
Angebotsfrist:22. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The contract is for the procurement of patient journeys on the way. Patient travel on roads is a facilitated transport where the patient, in accordance with the current legislation, has the right to covering expenses for travel to and from treatment. Deadline: 27.04.2026
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Helse Midt-Norge RHF
- Veröffentlicht: 21. April 2026
- Frist: 22. Mai 2026
Ausschreibungsbeschreibung
The contract is for the procurement of patient journeys on the way. Patient travel on roads is a facilitated transport where the patient, in accordance with the current legislation, has the right to covering expenses for travel to and from treatment. Deadline: 27.04.2026
Weiterführende Details
Nach Registrierung stehen Unterlagen, Fristen und Hinweise zur Einreichung strukturiert bereit.
- Kernanforderungen der Ausschreibung priorisiert aufbereitet
- Fristen, Eignungskriterien und Unterlagen in einem Ablauf
- Hinweise zur strukturierten Angebotsvorbereitung
- Passende Folgeausschreibungen automatisch entdecken
Dokumente und Anhänge
49 Dateien erfasst- PDF Notice (BUL)
- PDF Notice (SPA)
- PDF Notice (CES)
- PDF Notice (DAN)
- PDF Notice (DEU)
- PDF Notice (EST)
Ähnliche Bekanntmachungen
10- SYKEHUSINNKJØP HFVADSØFrist: 17. Apr.
Non-emergency patient transport for Suldal and Etne in Helse Fonna HF.
The objective of the procurement is to enter into a framework agreement for the procurement of non-emergency patient transport on the way for Suldal (except Vanvik) in Helse Fonna HF. Non-emergency patient transport on roads is a facilitated transport where the patient, in accordance with the current legislation, has the right to covering expenses for travel to and from treatment.
- SYKEHUSINNKJØP HFVADSØFrist: 22. Mai
Non-emergency patient transport (day vehicle) for Helse Bergen HF
The objective of the procurement is to enter into framework agreements for the procurement of hourly vehicles for non-emergency patient transport on the way for Helse Bergen HF. Non-emergency patient transport on roads is a facilitated transport where the patient, in accordance with the current legislation, has the right to covering expenses for travel to and from treatment. Hourly cars are vehicles that drive on assignment for Patient journeys in the health company on an hourly basis. The hourly cars will be used on stretches where the service is required. The trips will usually start from the hospital area or in Bergenhus/Årstad district and will be awarded directly to the driver via Nissy or telephone.
- Attvin ASÅlesundFrist: 18. Mai
Procurement - Transport and treatment of hazardous building waste Attvin, 2026 (2)
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authority ́s need for transport and treatment of hazardous building waste, from Attvin to final treatment at a certified treatment facility, in accordance with the requirement specifications. The aim is also to ensure that hazardous waste is taken care of in such a way that it does not create pollution or damage to humans or animals, or danger to it, and to contribute to an appropriate and reliable system for handling hazardous waste, cf. The Waste Regulations chapter 11. The contract is for: Waste with phthalates (e.g. floor coverings), waste that contains bronched flame retardants, waste containing chlorinated paraffins and for the options waste that includes PUR foam insulation and pressure impregnated and creosoted wood. Comments on the contract: Responsibility for the waste is to be taken over by a tenderer when the waste is charged in the tenderer ́s vehicles. The procurement is for the treatment of various types of hazardous building waste and building waste that cannot be handled together with normal household and commercial waste due to chemical, physical and/or biological qualities. Waste types included in this agreement are in accordance with the price form. Everything that is collected as hazardous waste shall be treated at a certified treatment facility. Emphasis is put on the fact that the hazardous waste in accordance with this agreement shall be directly to the final treatment facility and not the reception facility. Tenderers shall, thus, offer final treatment of the hazardous waste at one/several treatment facilities in accordance with requirements. Fractions other than what is stated may be included in this agreement. The volume of NOK shall not, nevertheless, exceed the maximum amount set for the contract. New waste types in the contract period: If new waste types are added in the contract period, it shall be possible for the customer to enter into this agreement if they do not make up a significant part of the contract. In such cases the same price calculations shall be used for new waste types as for other waste types in this contract. The contracting authority reserves the right, however, to hold a new competition for new waste types during the contract period. Options: Options in the contract are described in the point "options" in the requirement specification.
- Sarpsborg kommuneSarpsborg
(26/8) Taxi services, framework agreement
The competition is for a framework agreement for the delivery of taxi services for passenger transport that are not carried out by itself. The contracting authority also has an option for transporting infections. The framework agreement does not apply for school transport managed by the county, patient journeys managed by the health authorities, buses over 16 seats and facilitated transport under the auspices of the county. The procurement ́s value is estimated to: NOK 6,500,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price rise: NOK 50,000,000 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. Apprentices: The contracting authority has assessed the procurement against the apprentice regulations, cf. the Procurement Act § 7 and concluded that apprentices are not required in this procurement, as there is not much need for apprenticeships for the courses that are relevant for this procurement, cf. the apprentice regulations § 6 (2), and the contract ́s main element does not include work where it is relevant to use labour with trade or craft certificates. Cf. the apprentice regulations § 6 (3).
- Norsk Helsenett SFTRONDHEIMFrist: 17. Mai
Market dialogue: Broadband accesses to the health network case 26/00523
The aim of this prior information notice is to invite tenderers to a market dialogue. This prior information notice is not intended to shorten the tender deadline in accordance with the Public Procurement Regulations §20-2 (2). The Norwegian Health Network SF (NHN) is planning a procurement process for broadband access for small and medium sized locations. The accesses are used by members in the health network, service providers and entities in the central health management. The accesses represent an important part of a robust and secure infrastructure for transporting digital services for the entire health and welfare sector. Limitations: Accesses to large locations such as hospitals, computer centres etc. is not a part of this procurement. The aim is to enter into an agreement with one or several tenderers. Furthermore, we see great opportunities in further developing digital interaction systems that make NHNs and the supplier's work processes more efficient for the establishment, operation and termination of accesses. The Contracting Authority intends to sign a contract by the end of 2026, starting the agreement from January 2027.Om The Norwegian Health Network NHN is a government company owned by the Ministry of Health and Care Services. Our task is to develop, administer and operate national e-health systems and infrastructure. We are responsible for national e-health services such as e-prescription, helsenorge.no, core journal and basic data. We also provide services within ICT, procurements and archives for the health administration agencies. NHN operates 80 national ICT systems and has 1,000 capable employees distributed across offices in Trondheim, Oslo, Tromsø, Moss and Svalbard. We have an annual turnover of approx. Read more at the https://www.nhn.no.BeskrivelsePå date of this notice, NHN is planning to implement the procurement in accordance with the Public Procurement Act and Regulations based on the procedure for negotiations after a prior notice over the EU/EEA threshold value (1.49 MNOK) in accordance with PPR part I and III. In order to further strengthen the market ́s prerequisites for participating in the competition, as well as facilitating a good procurement, NHN invites to a market survey and dialogue with suppliers pursuant to the Public Procurement Regulations §§12-1 and 12-2.Vi intend to have a dialogue with the market in order to gain more information and insight connected to our needs, as stated in the attached request for information. To the degree that NHN finds it appropriate, NHN can hold one-to-one meetings with a selection of suppliers who provide written input to this notice.
- Troms fylkeskommuneTromsøFrist: 22. Mai
Painting and covering services, framework agreement Troms County - RFI
Troms County (henceforth referred to as the contracting authority) shall enter into a new framework agreement for painting and covering services and associated equipment. Material will also be considered for assignments that the contracting authority shall use for its own activities and shall also be included in the contract. The contracting authority would like to enter into an agreement that covers the need we may have for this type of service in the entire county. This includes, for example, sixth form colleges, official residences and dental clinics. The contract shall ensure that we achieve cost effective and rational procurements of painting and covering services in accordance with the current laws and regulations. The framework agreement will mainly be used for the procurement of ongoing and operational related services, but it can also be used for some investment projects where it is deemed appropriate. We are currently in a preparatory phase of the procurement process. As part of the preparation phase, the contracting authority would like to invite all relevant tenderers to comment on the provisional drafts for the requirement specifications, price form and contract terms. The documents are attached to this market dialogue. Emphasis is put on the fact that tenderers shall not fill in the attached tender documents, but give feedback on the questions included in the document "Information on RFI - Framework agreement on painting and covering services" under point 3.Deadline for feedback is 30 April 2026 at 12.00. At the expiry of the hearing deadline, the contracting authority will review received input. The contract will then assess which input could be appropriate to include in the final documents. The Contracting Authority is not obliged to comply with the input, and emphasises that the attached documents are to be seen as provisional drafts. Any questions or needs for an extended deadline shall be sent to the contracting authority via Mercell. Tenderers who register their interest can be contacted by the contracting authority in the preparation phase if there is a need for further clarification. The contracting authority will not reimburse costs incurred for the participation of the hearing.
- A/S ØresundKøbenhavn VFrist: 06. Mai
Tender for a Construction Agreement regarding Passing Tracks Kalvebod (Sub-project 2) Track and Catenary
On 4 April 2024, the Danish Parliament adopted the Act on the Upgrade of the Øresund Rail-way, which provides that two passing tracks shall be constructed at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to carry out the project 'Passing Track Kalvebod’. Several preliminary studies have been conducted to date, and material relating thereto is available at: https://sundogbaelt.dk/forbindelser/overhalingsspor/. The project thus comprises the establishment of two new tracks parallel to the two existing tracks. The project also includes a reconstruction of the Hammelstrupvej Bridge to accommodate four tracks instead of the current two tracks, and the replacement of two footbridges over the railway. The two new tracks shall have new catenary systems installed consisting of cantilever masts covering both tracks. The current neutral section shall also be relocated and pumping station 2 shall undergo certain modifications to make room for the new tracks. Sheet piling shall be installed along the entire stretch to retain the embankment and provide space for the two new tracks. The Passing Tracks Kalvebod project is being implemented in two sub-projects: Sub-project 1 “Structures and Civil Works” (“SP1”) and Sub-project 2 ”Track and Catenary” (“SP2”). SP1 comprises earthworks, drainage, structures and high-voltage installations (civil and construction works). SP2 comprises track and catenary (railway infrastructure). The execution of SP1 has been tendered as a separate design and build contract. The Contracting Entity has entered into a contract with the design and build contractor, and the works under that con-tract are ongoing. This tender concerns the contract regarding SP2, which comprises track and catenary (rail-way infrastructure). The activities in SP2 build upon the works carried out by the contractor for SP1. The project's safety objective is to maintain the existing safety level. A/S Øresund is the project owner and entity in charge of maintenance, whilst Banedanmark is the infrastructure manager. The tender procedure will be conducted as the competitive procedure with negotiation pursuant to Directive 2014/25/EU (the Utilities Directive).
- Harstad kommuneHarstad
Intention notice - procurement of clinical veterinary duty services and day practice for production animals and horses.
In accordance with the Animal Health Personnel Act § 3a, the municipalities have a requirement to ensure satisfactory access to services from animal health personnel, as well as responsibility for organising clinical veterinary duty outside ordinary working hours. The scheme shall ensure that clinical guard services are established for veterinary surgeons in all parts of the country so that the necessary veterinary help can be provided outside ordinary working hours. The duty scheme applies from 16.00-08.00 on weekdays and on weekends and on public holidays. The veterinary duty is a necessary part of the stand-by against serious infectious animal diseases and it is important for maintaining good animal welfare. Emphasis is put on the fact that the veterinary surgeons included in the duty scheme have overall responsibility for the coordination of the veterinary duty that involves small animals and production animals. Harstad municipality intends to enter into a contract for veterinary duty services in the duty district, which includes Harstad, Kvæfjord, Tjeldsund and Evenes municipalities. Harstad municipality intends, thus, to enter into a contract with the veterinary company Meike and Kent AS, c/o veterinary surgeon Meike,, as well as the company Vet i Nord AS c/o Nina Munch Lerke (org. no. 931 369 978) applicable veterinary duty scheme for large animals. The contracts will cover 50% of the duty scheme outside ordinary opening hours and 100% of day practice. The contract will be signed without a competition and a voluntary notice of intent. Several conversations and meetings with the market have been held to map out possible competition. As the market appears today, there is a lack of competition in the current area. Based on supplier mapping, we know at the current time who will submit a tender. In order to ensure veterinary duty, tenderers cooperate on covering the guards. It will therefore not be effective use of time and resources if a competition is held for the current area, cf. the objective provisions in the Public Procurement Regulations § 1. The value of the contract is estimated to be just under NOK 1 million per annum. The contract will be valid for 5 years, with an option for 1+1 year, with a mutual notice of 3 months.
- 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.
- Transport Infrastructure Ireland (TII)DublinFrist: 01. Mai
Prior Information Notice for the Provision of Minor Works Framework for MetroLink
This notice serves as a Prior Information Notice (PIN) and is not a call for competition. A call for competition may be issued in Q3 2026. Transport Infrastructure Ireland (TII) is planning to invite submissions from companies and organisations possessing the necessary expertise and capacity to deliver Minor Works for Transport Infrastructure Ireland. This process represents a preliminary step toward the potential initiation of a formal tendering procedure, with the aim of establishing a Multi‑Supplier Framework Agreement for Minor Works. The anticipated scope of the Framework may include the supply and installation of associated materials and delivery of general minor building, repair, maintenance, upgrade works and various mitigation related works. These may encompass activities such as building fabric repairs, carpentry and joinery, painting and making‑good, minor structural repairs, insulation improvements, electrical and plumbing works, accessibility upgrades; temporary works design (by the Contractor where required) to support the safe execution of the works; supply and installation of branded hoarding and signage (subject to TII branding requirements to be specified in any future documentation); supply and installation of temporary or permanent fencing and netting, noise barriers with acoustic properties, replacement glazing, glazing upgrades, whole window replacements including frames and minor external works including remediations to boundary walls, fences, railing and hard landscape activities. Full details will be provided in any future call‑for‑competition documentation. It should be noted that this notice does not signify a commitment to procurement. Any specific procurements stemming from this notice will be duly advertised in accordance with applicable public procurement rules. Transport Infrastructure Ireland does not require a response to this Prior Information Notice. In advance of any potential competitive procurement process, TII is intending to conduct a market sounding exercise. TII would like to invite the market to complete an initial Market Sounding Questionnaire (MSQ) which will be used to seek insights and feedback from the market with experience or interest in the potential opportunity. This engagement is purely exploratory to inform the proposed procurement approach and not does not form part of a formal procurement process. For further information on the MSQ, please direct Expressions of Interest to supplychainmetrolink@tii.ie with the subject heading “Minor Works MSQ”. The deadline for submitting MSQ responses is 17:00 GMT on the 16th of April 2026.
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 22. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Helse Midt-Norge RHF.
- 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.