MBR-CFQ004-2026 CfQ for the Supply of Office A4 Xerographic Paper based on virgin fibre stemming from legally and /or sustainably harvested sources (also potentially containing a percentage of recovered fibres) for the Malta Business Registry (MBR)
Provision of A4 Xerographic Printing Paper for a period of twelve (12) months from date of signing of contract without the possibility of further extension.
Angebotsfrist:15. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Provision of A4 Xerographic Printing Paper for a period of twelve (12) months from date of signing of contract without the possibility of further extension.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Malta Business Registry
- Veröffentlicht: 26. April 2026
- Frist: 15. Mai 2026
Ausschreibungsbeschreibung
Provision of A4 Xerographic Printing Paper for a period of twelve (12) months from date of signing of contract without the possibility of further extension.
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
4- IDA IrelandDublin
Call for Quotations - Services of a low-loader for the transportation of machinery to various sites
The purpose of this Call for Quotation (CfQ) is the provision for Services of a low-loader for the transportation of machinery to various sites, up to approximately 4.5 tons. Services will be required for a maximum of 100 hours over a period of 2 years from signing of the contract, with the possibility of extending same contract for another year.
- Cork County CouncilCork
Provision of a public self-service printing, photocopying and scanning system for Cork County Council Library (Concessions Service)
Tender for the provision of a public self-service printing, photocopying, and scanning system for Cork County Council Library. This will involve the contracting of the service, commissioning, installation of kiosks and copiers plus a three-year contract extendable by 2 periods of 12 months each of a service contract to include provision and maintenance of all equipment and consumables, collection of cash at each location, training of staff, recycling of consumables and support for all equipment and services. It is not the intention of Cork County Council Library to purchase the equipment. This will be a concession arrangement with a percentage of the service revenue accruing to the library service. Current printing revenue from the existing service is in excess of €90,000 p.a.
- Riihimäen kaupunkiRiihimäki
Implementation of DEFINE defence accelerator for the City of Riihimäki
The City of Riihimäki (hereinafter referred to as the "Customer" or "Contracting Entity") requests your offer for the implementation of a DEFINE defence accelerator for the City of Riihimäki (hereinafter referred to as the "Service") in accordance with this offer request and its attachments. A more detailed specification of the service is provided in Annex 1. The subject of the procurement is the service production for the DEFINE defence business accelerator. The accelerator is part of the DEFINE Scaling Programme and it is partly funded by the Finnish Innovation Fund Sitra. The programme will be running 1/26 – 12/27 and four accelerator batches shall be conducted during that period including proper and professional monitoring, evaluation and learning activities. The goal of the accelerator is to strengthen the Finnish defence and dual-use ecosystem and especially enhance companies’ capacity to grow fast. Other participating cities and regions besides Riihimäki are Espoo, Oulu, Joensuu, Hämeenlinna, Forssa and Tampere. Also, Häme University of Applied Sciences and Metropolia University of Applied Sciences are partners in the programme. The DEFINE defence business accelerator refers to a comprehensive business competence development, training, and advisory service aimed at enabling rapid growth for client companies by facilitating access to financing and defence market entry. The accelerator is targeted to the needs of high-tech enterprises that can operate in both defence and civilian sectors (dual-use). Purely single use defence startups are also warmly welcomed. A strong focus and experience on the field of defence shall be shown by the potential service providers. The key chronological stages of the defence business accelerator are: the initiation phase (content planning, marketing and communication), operative phase (operating four accelerator programs mostly the same content including handling of incoming project flow, organizing applications, organizing the selection of companies and conducting the training), and the evaluation and monitoring phase. The DEFINE accelerator programs are intended to be implemented as customer and partner-oriented training programs, each lasting approximately three months (the supplier of the service may suggest other justifiable timeframes for the duration of each programme), with changing content addressing the needs of programme partners as well as the needs of the market. The programmes will be conducted during the period from spring 2026 to autumn 2027. The training programmes will be held mostly in Riihimäki DEFINE Innovation Hub. This document outlines the framework for the overall bid, which will be further detailed with the selected Service Provider according to the Customer’s (City of Riihimäki) instructions. Moreover, the City of Riihimäki carries out the DEFINE network activities in partnership with the Häme University of Applied Sciences (HAMK). Due to this, student trainees from HAMK as part of their degree contribute to the work tasks of the DEFINE Innovation Hub. Thus, the Service Provider of the DEFINE Accelerator shall note that the HAMK student trainees may contribute to DEFINE Accelerator operations (such as support and assist the selected accelerator companies, event organizing activities in Riihimäki and other supportive tasks) where seen as appropriate and when agreed with the City of Riihimäki. The City of Riihimäki values the Service Provider’s ideas, input and commitment as part of tender for connecting the HAMK student trainees with the companies selected to the DEFINE Accelerator programme. The procurement procedure is an open procedure, and one (1) Tenderer will be selected as the Contract Supplier. The Customer is not committed to buy any quantity of the services. The contract shall not include exclusive rights to supply the service described in the Annex 1. The procurement shall be conducted as a reverse procurement procedure, commonly referred to as a “French contract model,” in which the contracting authority has set a maximum price for the procurement and the comparison of tenders shall be based on qualitative criteria rather than price. The criterion for overall economic advantage in this procurement is based on quality, which has a weight of 100%. The maximum value of the procurement is 240 000€ (VAT 0). The duration of the Agreement period will be 2 years. The offer is binding and must be prepared in English. All requirements concerning the procurement are presented in the offer request and its attachments.
- 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.
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 15. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Malta Business Registry.
- 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.