NSAI - Authorisation to undertake verification for specific instruments
LEGAL METROLOGY - NATIONAL STANDARDS AUTHORITY OF IRELAND Authorisation to undertake verification for specific instrument types granted under: Section 12 of the Metrology Act, 1996 Or Section 48 of the European Union (Non-Automatic Weighing Instruments) Regulations, 2018
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
LEGAL METROLOGY - NATIONAL STANDARDS AUTHORITY OF IRELAND Authorisation to undertake verification for specific instrument types granted under: Section 12 of the Metrology Act, 1996 Or Section 48 of the European Union (Non-Automatic Weighing Instruments) Regulations, 2018
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: National Standards Authority of Ireland (NSAI)
- Veröffentlicht: 21. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
LEGAL METROLOGY - NATIONAL STANDARDS AUTHORITY OF IRELAND Authorisation to undertake verification for specific instrument types granted under: Section 12 of the Metrology Act, 1996 Or Section 48 of the European Union (Non-Automatic Weighing Instruments) Regulations, 2018
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- Department of Children Disability and EqualityDublinFrist: 08. Mai
The provision of Legal Services to the Guardian ad litem National Service (Regulation 10 Excluded)
The provision of Legal Services to the Guardian ad litem National Service - The Framework will provide access to external legal service providers capable of delivering legal services to Guardian ad litem “GAL”s authorised by the Guardian ad litem National Service under section 35L of the Child Care (Amendment) Act 2022 on a fee-per-task model. Use of eTenders and Procurement Procedure: The Contracting Authority is utilising the eTenders platform and has selected the “Open” procurement procedure for administrative and system purposes only, to facilitate access to competition documentation and submission of tenders. This selection does not alter the excluded status of this competition under Regulation 10 of the 2016 Regulations, nor does it require the competition to be conducted in accordance with the procedures or requirements of those Regulations.
- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 15. Mai
Technical Assistance to the Commission for the assessment of harmonised standards and common specifications
This procurement ensures the continuity and strengthening of the Harmonised Standards (HAS) Consultants system, which provides the European Commission with technical and administrative assistance to perform its legal duties under Regulation (EU) No 1025/2012. HAS Consultants verify whether draft and final harmonised standards (or parts thereof) developed by CEN, CENELEC and ETSI under Commission standardisation requests comply with those requests and the relevant Union harmonisation legislation—so that the conditions for citing their references in the Official Journal of the European Union (OJEU) are met in accordance with Article 10(6).
- Government of AlbaniaTirana
Support to improve the legal and regulatory framework and capacities for digital connectivity based on EU acquis
The objective of this contract is to contribute to bring Albania’s policies and legislation in line with the EU policies and the EU acquis in the area of electronic communication and to build administrative capacity to implement sector policies and the adopted legislation fully and effectively in the following areas: 1. Draf sub-legal acts and regulations in application of the new electronic communication law in line with Directive 2018/1972/EU establishing the European Electronic Communications Code. 2. Design of measures for 5G toolbox established including strategic measures and technical measures for secure and resilient 5G networks based on EU 5G toolbox. 3. Support to improve and strengthen the institutional capacities of MIE, the regulatory bodies and local government staff related with the implementation of the National Broadband Plan.
- Gewobag Wohnungsbau-Aktiengesellschaft BerlinFrist: 26. Mai
Provision of TAVI and Cardiac Procedures for HSE Mid West
The Health Service Executive hereby invites suitably qualified and experienced Service Providers to submit tenders for the Provision of TAVI and Cardiac Procedures for HSE Mid-West. These services are required on an ongoing basis. However, there is no guarantee of any definite level of business. The estimated value of the tender is €3.4 million over a possible five [5] year period. The HSE intends to appoint up to four service providers. Any Contract that results from this Competition shall be for an initial period of 24 months (the “Term”). The HSE reserves the right to extend the Term for three periods of up to 12 months each on the same terms and conditions, subject to the Contracting Authority’s obligations. The Contracting Authority does not make any guarantee in relation to the volume or value of Services to be procured over the Term. The HSE therefore reserves the right, after the award of contract, to negotiate with the successful tenderer the level of services to be provided to match the available budget. For full details, please see the clinical and service specification outlined in the Specification of Requirement below. Note: Service Providers are requested to only submit a tender if they are confident that they have the requisite capacity, suitably qualified staff, experience and expertise within their organisation to deliver on the service as outlined in the project documentation and commencing as soon as practicable after award of contract. All submissions will be reviewed for compliance with the specifications as outlined in this document. This tender is primarily for the HSE Mid West. Please note that up to five [5] additional drawdowns by other Regional Health Authorities (RHAs) within the HSE will be allowed under any contracts resulting from this tender competition. Such drawdowns will be similar in scope to the services required in this competition. In the event of such drawdowns, the successful tenderer for this competition will be required to deliver the services under the same terms and conditions resulting from this competition. The HSE does not make any guarantee in relation to the volume or value of such services that may be procured from any resulting contracts. This tender process is being conducted as an Annex XIV procedure utilising an open style tender, with all terms of the competition specified in the tender documents, under Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (S.I. 284 of 2016) (the “Regulations”) - Social and other specific services. The required services are listed as Annex XIV services of Directive 2014/24/EU (the “Directive”) and, accordingly, only Regulations 74-77 of the Regulations apply. Tenderers should note that if the HSE identifies a requirement for additional supplies or services, it may exercise its rights under Article 32(3) and 32(5) of Directive 2014/24/EU.
- Viken Vest Innkjøpssamarbeid (VVI)Hokksund
(2025-9257) Residential and welfare services in rural surroundings (farms), framework agreement
The competition is for a framework agreement for the delivery of residential and welfare offers for users with psychological function failures and/or additional problems in rural surroundings (farms). The aim of the contract is to regulate legal and practical conditions regarding the procurement of places in residential offers on farms or equivalent for persons with mental health failures and/or milder additional problems. The service shall provide a complete tender in the form of a residence with 24 hour care services as well as an option for employment during the day under the auspices of the farm. The resident ́s resources shall, through stays in residential offers on farms or equivalent, be strengthened in a way that reduces the need for more serious intervention at a later date. The objective of the resident is through targeted measures and activities to achieve increased stability related to illness and life conduct. The participants in this framework agreement are the following legal entities (the Customer): - Flesberg municipality - Gran municipality (option) - Jevnaker municipality - Krødsherad municipality (option) Lier municipality. - Lunner municipality (option) - Modum municipality (option) - Nore og Uvdal kommune (Option) - Notodden municipality (option) - Ringerike municipality (option) - Tinn municipality (option) - Øvre Eiker municipality Viken Vest Innkjøpssamarbeid (VVI), c/o Øvre Eiker municipality, announces and administers this framework agreement on behalf of the participants (contract manager). The framework agreement also covers other legal entities such as municipal companies (KF) and other bodies under municipal administration. If participants, during the contract period, separate parts of the operations into separate legal entities or merge entities, these legal subjects and entities can connect with the signed contract on the same terms. The procurement ́s value is estimated to: NOK 11,000,000 excluding VAT per annum. The maximum value for the entire contract period, including any options and expected price rise: NOK 80,000,000 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. The procedure stated in the "Type of Procedure" section 2.1 of the notice is incorrect. The correct procedure shall be an open tender contest. The contracting authority has assessed the procurement against the apprentice regulations, cf. the Procurement Act § 7, and concluded that there is no requirement for apprentices in this procurement as there is not much need for apprenticeships for the training courses that are relevant for this procurement, cf. the apprentice regulation § 6 (2), and it is considered disproportionately, because there is a need for competence that an apprentice cannot be expected to possess. Cf. the apprentice regulations § 6 (4).
- 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.
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.
- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 08. Mai
Recruitment of Technical Assistance Team for the Safe Seas Africa programme
The Western Indian Ocean (WIO) and the Red Sea/Horn of Africa region is of critical importance, as these waterways serve as vital chokepoints connecting the Indian Ocean to the Mediterranean via the Suez Canal. The region has been particularly exposed to maritime threats with direct repercussions on global trade flows and energy security. Most countries of the region are not appropriately equipped and staffed to properly manage their maritime domain or to ensure the monitoring and the security of their national maritime zone of interest and ports' infrastructure, nor do they have the relevant national legislation finalised and updated jurisdictional clauses in place. The region lacks effective maritime surveillance capacity and relies heavily on outside actors to protect maritime commerce and shipping. As a result, much of the WIO regions’ maritime domain remains vulnerable to numerous maritime crimes and threats to port security. European Union (EU) remains the largest partner in the region that is supporting the Coastal States of the WIO region in the combined effort for peace, stability and maritime security. EU is committed to further support the region to strengthen national maritime coordination mechanisms, port and maritime law enforcement capacities and maritime domain awareness, while promoting regional information-sharing and operational cooperation. Emphasis is placed on addressing trafficking networks, enhancing legal frameworks, ensuring effective “legal finish” and aligning actions with regional and international frameworks such as the Djibouti Code of Conduct and relevant IMO conventions. For the smooth implementation of the programme, it is proposed to recruit a Technical Assistance Team (TAT) with the objective to contribute to enhance maritime security and safety of navigation in the WIO and Red Sea/Horn of Africa regions. Overall objective: To support the effective, coherent and results‑oriented implementation of the Safe Seas for Africa programme (SSA) and the Red Sea/Horn of Africa programme, thereby contributing to enhanced coordination of activities to improve maritime security and safety of navigation in the WIO and the Red Sea/Horn of Africa regions. Specific objectives: 1. Programme coordination and coherence: To ensure effective coordination, supervision and coherence of actions implemented under the SSA programme and Red Sea/Horn of Africa programme, including complementarity and synergies among implementing partners (IOC, UNODC, IMO, INTERPOL and others). 2. Ownership and engagement To strengthen monitoring of implementation at country level and support national stakeholders in addressing challenges and enhancing ownership. 3. Links with the regional maritime security architecture To strengthen coordination and cooperation between regional and national partners and the RCOC and RMIFC and support Red Sea/Horn of Africa partner countries in establishing and strengthening links to the two centres, when and if possible. 4. Results‑based management and reporting To ensure results‑based management and strategic oversight of both programmes through systematic monitoring of the logframe indicators, analysis of progress at country and regional level, and provision of evidence‑based recommendations for decision-making and programme steering. 5. Strategic support to the EU To provide continuous technical and strategic support and guidance to the EU in the implementation of the SSA and Red Sea/Horn of Africa programmes, ensuring coherence with wider EU initiatives and policies in the region. The Contracting Authority will be the EU Delegation in Mauritius. Tentatively, the TA team is expected to comprise of a Regional Coordinator / Team Leader, two Coordinators (Indian Ocean and Red Sea/Horn of Africa regions respectively), an Assistant Coordinator. The core Team will be based in Mauritius while the Coordinator of the Red Sea/Horn of Africa region will be based in Nairobi.
- 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.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Technical project support to BioClime
The project BioClime is working towards the implementation of the Paris Agreement and the Global Biodiversity Framework, the thematic focus of the requested services is closely tied to the Agreements and corresponding biodiversity and climate policies. A unique feature of the project is its emphasis on synergistic actions in the context of biodiversity and climate action. This entails a range of topics, including but not limited to ecosystem-based adaptation, nature-based solutions, biodiversity and climate mainstreaming, gender, water, forest and climate financing, deforestation-free supply chains, resource efficiency, circular economy, plastics, transformation of energy systems, and UN negotiations. Specifically, in the framework of technical support delivered to the project"s initiatives and its outputs, the contractor"s work will focus inter alia on the following core topics: - Biodiversity-Climate-(Water-)Nexus o Alignment between biodiversity and climate change policies and plans such as NDCs, NAPs, NBSAPs (e.g. assessments, goal and target setting, identification of strategies, financing and implementation, monitoring, reporting and stocktaking) o Synergies and cooperation among climate change, biodiversity and water relevant conventions and bodies at UN level o Synergies at science-policy level, (e.g. IPBES, IPCC) o Synergies at national and local implementation level (e.g. governance, spatial planning) with a focus on synergistic actions such as Nature-based Solutions (NbS) and ecosystem-based approaches, ecosystem integrity, ecosystem services. - Implementation of the requirements of the international climate negotiations of the UNFCCC o Agriculture, Forestry and other Land use (AFOLU) o Follow up Process on the Global Stocktake of 2023 under the Paris Agreement (GST) o Global Goal on Adaptation (GGA) o Nationally Determined Contributions (NDC), Long-term Strategies (LTS), Low Emission Development Strategies and Carbon Neutrality, National Adaptation Plans (NAP), adaptation communication o Climate Justice and equity o Legal aspects of UNFCCC/Paris Agreement; climate negotiations - Implementation of the requirements of the international biodiversity negotiations of the CBD o National Biodiversity Strategies and Action Plans (NBSAPs) o Biodiversity and Climate Change o Biodiversity Monitoring, Reporting and Review; National Reports o Biodiversity Finance and incentive systems o Biodiversity Mainstreaming into sector policies, strategies and plans o Biodiversity inclusive Spatial Planning o Protected Area Management and other effective conservation measures o Ecosystem governance (e.g. via Indigenous peoples and local communities) o Legal aspects of CBD and UNFCCC; climate negotiations - Forests and Climate Change o International forest-related climate finance (e.g. mechanisms and instruments) and related policy processes, especially at international level (e.g. Forest Climate Leaders Partnership, GN2U, forest-related climate finance commitments under the UNFCCC) o Forest carbon markets (voluntary and compliance) o Deforestation-free supply chains and related legislation (e.g. EU Deforestation Regulation) as well as policy processes, especially at international level (e.g. Amsterdam Declaration Partnership and FACT Dialogue) - Further Climate and Biodiversity related Policies o Sectoral Policies and crosscutting topics: resource efficiency, circular economy, bioeconomy, plastics, sustainable production and consumption, transformation of energy systems as levers for transformational change o Land and soil management, forest landscape and ecosystem restoration o Integrated water resource management - Mainstreaming of biodiversity and climate policies, and coherence with other agendas o NDC and NBSAP governance and implementation o Vertical and horizontal mainstreaming of biodiversity protection, ecosystem services, climate mitigation and adaptation into development planning and public budgets o Climate Finance o Adaptation-Mitigation-Development-Nexus and Coherence - BMUKN supported initiatives: o NDC Partnership o NBSAP Accelerator Partnership o ENACT (Enhancing NbS for an Accelerated Climate Transformation) Partnership o PANORAMA Solutions - Gender, Diversity and Vulnerable Groups o Gender and the Biodiversity-Climate-Nexus o Gender and Climate Linkages o Gender and Biodiversity Linkages The general objective of the requested services is to support BioClime in the processing and implementation of specific tasks and consulting services for the BMUKN and partner countries Indonesia, Brazil, Mexico, and Thailand, within these thematic areas and to assume a service provider function. The contractor is responsible for providing the following work packages: Work package 1: Advisory and technical knowledge services (contributes to Output I, II, III, IV & V) Work package 2: Technical conceptualization and implementation of events, trainings and capacity development formats (contributes to Output III & IV) Work package 3: Editorial Services and Communications (contributes to Output I, II, III, IV & V)
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?
- Für diese Bekanntmachung ist aktuell keine konkrete Angebotsfrist angegeben.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist National Standards Authority of Ireland (NSAI).
- 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.