Mobile Air Traffic Control Tower (MATCT)
The Contract involves the Delivery, Maintenance, Training, make Ready for Use and provision of Spare Parts of two (2) identical Mobile Air Traffic Control Towers (MATCT). The Systems must be capable of quick deployment and be operational within two (2) hours, without the need for extensive preparation. The System shall...
Angebotsfrist:22. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Contract involves the Delivery, Maintenance, Training, make Ready for Use and provision of Spare Parts of two (2) identical Mobile Air Traffic Control Towers (MATCT). The Systems must be capable of quick deployment and be operational within two (2) hours, without the need for extensive preparation. The System shall be operable at v...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Ministerie van Defensie
- Veröffentlicht: 09. April 2026
- Frist: 22. Mai 2026
Ausschreibungsbeschreibung
The Contract involves the Delivery, Maintenance, Training, make Ready for Use and provision of Spare Parts of two (2) identical Mobile Air Traffic Control Towers (MATCT). The Systems must be capable of quick deployment and be operational within two (2) hours, without the need for extensive preparation. The System shall be operable at various heights. The Systems must be suitable for continuous use in common outdoor terrains (e.g., paved) and under typical weather conditions including sun, rain, wind, and snow.
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
4- British Trust For OrnithologyThetford
AFBI03-ITT02 - Supply of Seabird Tracking Equipment
The British Trust for Ornithology (BTO) is looking for suitably qualified and experienced companies/organisations to tender for the supply of seabird tracking and biologging tags, including associated base stations and software, for use in Northern Ireland and the Republic of Ireland as part of the ACCLIMATISE project. The work will support seabird tracking activities and will contribute to a transboundary seabird conservation strategy and action plans for priority threatened seabird species. BTO is a project partner in the ACCLIMATISE project, supported by PEACEPLUS, a programme managed by the Special EU Programmes Body (SEUPB). ACCLIMATISE is led by the Agri-Food and Biosciences Institute (AFBI). Within this project, BTO is leading Work Package 2: ‘Transboundary Conservation Strategies and Sustainable Management of Marine Predators’. As part of this work, BTO (co-leading with the RSPB) will carry out extensive seabird tracking and ecological studies across Northern Ireland and the Republic of Ireland. This specifically includes tracking to investigate the at-sea distribution, foraging ecology, and flight height in breeding Black-legged Kittiwake Rissa tridactyla (hereafter Kittiwake), Northern Fulmar Fulmarus glacialis (hereafter Fulmar), Common Guillemot Uria aalge (hereafter Guillemot), and Razorbill Alca torda. This tender relates specifically to the supply of seabird tracking and biologging tags to support this work. The appointment of a Tenderer will be by a process of open tender. The requirement is set out in the Specification herein. General information on the British Trust for Ornithology is also available at www.bto.org
- 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
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
81320368-Implementation of field activities to strengthen competitiveness in selected blue economy value chains in Mozambique
The contractor is responsible for providing the following work packages and for achieving the corresponding milestones in English language: General tasks (no specific output): - Prepare annual reports - Collect data for project monitoring following the guidance by the project M&E specialist - Support in the organization of missions and delegation visits (Deutsche Gesellschaft für Internationale Zusammenarbeit, GIZ, BMZ) - Ad-hoc preparation of targeted updates for requests (e.g. from BMZ) - Contribute to the strategic development of the project approach and partnerships - Participation in project management and coordination meetings - List all inventory items immediately after procurement in a shared document on MS-Teams with GIZ project administration. Work package 1: Development partnerships with lead firms for improved competitiveness The contractor will prepare and facilitate "development partnerships with the private sector" (DPP) between private sector companies in the selected blue value chains and GIZ. The objective of the DPPs is to overall strengthen the competitiveness of partner companies and thereby improve sustainability of the value chain. The selection of the DPPs will be subject to review and approval by GIZ. The contractor will implement GIZ"s contribution to the partnerships as well as the supervision and monitoring of the overall partnership activities. The contractor will implement 10 partnerships with improvements in 2 out of 4 criteria: (1) increased production; (2) increased turnover; (3) new customers; (4) new products in the market. In alignment with GIZ"s "Bankability Process Guidance", the contractor is expected to review and assess the bankability levels of the lead firms, prepare and define their bankability/investment plans and, finally, provide the necessary support in their matchmaking preparation with commercial banks, concessional capital funds, investors, and others. Bankability support facilitates particularly the first two criteria and enhances the sustainability of the work package, which includes an improved business plan, organization of financial planning and accounting documents, participation in business coaching and in matchmaking events or bilateral negotiations with financial institutions and impact investors. Work package 2: Smallholder participation in markets is sustainably increased The objective of the work package is to increase the competitiveness of smallholder producers and to sustainably include them into the value chains of tilapia-aquaculture, artisanal salt production, seaweed farming and artisanal shrimp fishing. The contractor will identify regional production clusters for the selected value chains within the geographical scope of the project, namely: Sofala (coastal districts of Beira, Buzi, Dondo, Machanga); Inhambane (coastal districts of Zavala, Inharrime, Jangamo, Inhambane, Murrumbene, Massinga, Vilankulos, Inhassoro, Govuro); Nampula (Mossuril; Ilha de Moçambique) as well as along the Zambeze River Basin in Tete (Cahora Bassa), Zambezia and Sofala. The regional production clusters will be assessed and rated according to their potential to develop into coordination and service hubs for key actors in the region. Overall, a total of 5.000 smallholder producers will benefit from technical and entrepreneurial training and coaching systems. The goal is to successfully establish and / or strengthen 1.500 smallholder producers by the end of the project, achieving improvement in 2 out of the 4 criteria: (1) investments into their production (e.g. purchasing services, quality inputs, diversification of production, implementing record keeping); (2) increased productivity; (3) increased employment of seasonal workers; (4) improved level of formality of the business. Work package 3: Strengthening input and service provision in the selected value chains The objective of the work package is to train 250 MSME and to improve the competitiveness of 50 MSME that impact the selected value chains. The result is expected to be mainly achieved through business coaching and bankability measures. This work package is split into the following phases (partially in parallel): 1. Needs assessment for service provision for each partnership and target region. 2. Participatory concept development for the work package, involving IDEPA, local authorities and value chain actors. 3. Identification of suitable MSME for training. 4. Identification, preparation and implementation of trainings and coachings necessary to strengthen the service network. Work package 4: Market access and market development The objective of the work package is to increase national demand and market access through marketing campaigns. Together with implementing partners and the responsible government entities, the contractor will identify 2 products that can greatly benefit from positive marketing. They will design and implement a marketing campaign to improve the market uptake of the selected products. Work package 5: Certification & quality management The objective of the work package is to increase international market access and access to finance through certification in support of the competitiveness of companies and producers. In collaboration with IDEPA, the National Institute for Fisheries Inspection (INIP) and other relevant actors, the contractor will analyze the certification needs and priorities in each value chain. Direct certification support to private sector can be covered in DPP work packages. For fisheries and aquaculture, only schemes accredited by the Global Sustainable Seafood Initiative (GSSI) will be supported. The work packages are described in more detail on page 9-15 of the ToR.
- 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.
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 Ministerie van Defensie.
- 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.