P108 Strengthening the control and analytical capabilities to improve the security of the food chain in the Atlantic African Façade (AAF)
The project aims at strengthening the legal framework, the control and analytical capabilities related to food safety, food defence and food fraud as well as the management of the food safety crisis in all the countries of the Atlantic African Façade (AAF) region
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The project aims at strengthening the legal framework, the control and analytical capabilities related to food safety, food defence and food fraud as well as the management of the food safety crisis in all the countries of the Atlantic African Façade (AAF) region
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEs
- Veröffentlicht: 09. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
The project aims at strengthening the legal framework, the control and analytical capabilities related to food safety, food defence and food fraud as well as the management of the food safety crisis in all the countries of the Atlantic African Façade (AAF) region
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
7- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbHFrist: 04. Mai
81323050-Transforming agribusinesses to improve the employment situation in the Kurdistan Region of Iraq
EPSI seeks to commission external technical expertise to contribute to Output 3 ("Fit for Business") of the project: "The technical and financial capacities of refugees, IDPs and people from the host communities to set up, expand or reactivate MSMEs have been enhanced." Output 3 focuses on strengthening the technical, managerial, and financial capacities of MSMEs through structured training, coaching and mentoring, access to financial support, and market linkages. Entrepreneurs are supported to establish or expand their businesses, improve productivity and incomes, and create employment opportunities. In parallel, local Business Development Service (BDS) providers are capacitated to sustainably deliver high-quality services to MSMEs. In all measures under Output 3, the different realities of IDPs, refugees and returnees-particularly women and persons with disabilities-are taken into account. In addition, the acquisition of professional skills relevant to environmental protection, climate action and climate-smart agriculture is prioritised in the output. Objective and Scope of the Assignment The objective of this assignment is to build the capacity of 70 existing agribusiness SMEs to expand their operations, improve working conditions and incomes, and contribute to employment creation in underserved areas of the Kurdistan Region of Iraq (KRI). The contractor shall plan and implement one full SME Loop cycle (GIZ methodology) for 70 agribusiness SMEs, in close cooperation with one competitively selected local BDS provider, which will be capacitated to independently deliver training and coaching services. The assignment will be implemented in Soran Administration (Erbil Governorate) and Garmyan Independent Administration (Sulaimaniyah Governorate). Scope of Services and Work Packages The assignment consists of four interlinked Work Packages (WP1-WP4), all under the responsibility of the contractor and contributing to the achievement of EPSI"s Output 3. WP1: Selection and Capacity Building of Local BDS Provider The contractor shall competitively select and capacitate one local BDS provider to deliver the SME Loop methodology. This includes the development of a transparent selection process, support to establish an implementation team, and delivery of Training of Trainers and Training of Coaches, ensuring readiness to implement WP2 and WP3. WP2: Training and Coaching of Agribusiness SMEs The contractor shall support the BDS provider to deliver SME Loop classroom trainings and structured coaching to 70 selected agribusiness SMEs. This includes adaptation of training modules to the agribusiness and climate-smart context, inclusive SME selection, delivery of trainings and coaching cycles, and systematic monitoring of SME progress and performance. WP3: Financial Support to Agribusiness SMEs The contractor shall provide technical support for the provision of financial support to 34 high-performing agribusiness SMEs that successfully complete WP2 and demonstrate competitive, market-relevant business models. This includes technical support during the grant application and selection process, as well as monitoring of grant utilisation and business investment outcomes in line with project requirements. WP4: Peer Learning, Youth Linkages and Market Networking The contractor shall facilitate peer learning, employment linkages, and market access to translate capacity development and financial support into sustainable outcomes. This includes cross-governorate peer learning among agribusiness SMEs, linking youth (students and graduates of agriculture-related disciplines) to SMEs for internships and employment, strengthening private-sector and market linkages, and documenting lessons learned and good practices. For the implementation fo these work packages, fo these work packages, the tenderer shall provide: - Two key experts responsible for overall technical leadership, coordination, and quality assurance; - One expert pool with international expertise providing specialised technical expertise; and - One expert pool with national expertise providing coaching and field-level support. Travel to and within KRI will be required for the implementation of the assignment by the key experts as well as the expert pool members.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
Auftragsänderung 1: 81307506-Set-up and management of an Expert Platform for Ukraine's EU alignment in the Rule of Law, with focus on chapters 23 and 24 of the acquis communautaire
The project in the context of which the tender is being held supports Ukraine's EU-alignment in the rule of law and in particular the alignment to the core chapters of the acquis communautaire regarding the fundamentals of the EU Membership compiled in the chapters 23 (Judiciary and Fundamentals) and 24 (Justice, Security and Freedom). To this end, the project aims to provide the necessary expertise and capacity building for relevant key stakeholders in the accession process with focus on the chapters mentioned above. The approach of the project refers to three action areas: "Expertise", "Experience" and "Exchange". The services which are put out to tender belong to the action area "Expertise". An Expert Platform as a flexible and adaptable structure will be established to mobilise the knowledge of EU and Ukrainian renowned legal experts and researchers for the benefit of the Ukrainian key stakeholders responsible for the preparation of an effective EU-alignment and the negotiation process. The subject of the tender represents the core of the Expert Platform: three pools of short-term experts are expected to be established and managed by the contractor. One short-term pool of experts with international experience (STEP) consists of 10-20 international legal short-term experts (350 working days), one STEP of experts with national experience also consists of 10-20 national legal short-term experts (350 working days) and the third STEP includes translators for English-Ukrainian-English (80 working days). As the legal short-term experts shall provide measures for capacity development as well as strategic and legal advice in the following thematic areas of the chapters 23 and 24 with regard to the rule of law, the contractor is committed to identify short-term experts with relevant expertise in anti-corruption, fundamental rights, criminal law and law enforcement with focus on organised crime as well as EU law as such. The experts shall be identified and contracted based on Terms of Reference (ToR) for each expert's assignment which are elaborated by the project with the support of the contractor, following the needs-oriented demand of the Ukrainian partners. The contracting of the appropriate short-term experts is expected to follow a defined number of working days after the submission of the ToR to the contractor. Depending on the concrete support the short-term experts should provide, the contractor is responsible for the creation of tandems, consisting of internationally and nationally experienced short-term experts working together with key stakeholders on defined reform projects incl. strategic documents. The contractor is also monitoring the work results of the expert"s tandems. In addition, the contractor is expected to organize hands-on trainings in different formats to improve the skills of Ukrainian officials, facilitating effective reform implementation with regards to specific topics of chapters 23 and 24. These trainings will be conducted by the short-term experts of the expert pools. Besides the management of the three short term expert pools, it is expected that the contractor facilitates an active exchange and networking among the experts of the STEPs. The information flow among the experts and to the responsible project staff shall be ensured and a smooth cooperation with the project staff as well. Capacity building measures will be organized by the contractor and carried out by the short-term experts of the STEPs. The contractor shall contract a Coordinator of the Expert Platform with responsibility for the overall management of the short-term expert pools (130 working days), supported by an administrative and technical backstopping structure. The Coordinator of the Expert Platform will ensure the smooth cooperation and the fulfilment of all contractual obligations such as monitoring, reporting, etc.
- 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.
- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 01. Mai
NL-Petten: The supply and installation of air handling units, replacing the existing ones in buildings 308 and 309.
The European Commission's Joint Research Centre (JRC) in Petten intends to replace the existing Air Handling Units (AHUs) and associated HVAC infrastructure located in buildings 308 and 309. The current ventilation systems are obsolete and have reached the end of their operational lifespan. Furthermore, preliminary technical assessments have indicated that the existing air renewal capacity is insufficient to maintain optimal indoor air quality for the occupants. To ensure a healthy, safe, and productive working environment, this procurement aims to upgrade the facilities. The primary objective is to improve indoor air quality, while simultaneously improving the overall energy efficiency of the buildings. The scope of this contract encompasses the supply, installation, and comprehensive commissioning of the new air handling systems and related infrastructure to provide a fully functional delivery. This includes the safe removal and disposal of the existing AHUs, roof support frames, humidification systems, and redundant cabling or piping, ensuring continuous operation of the buildings during the transition. The technical project involves replacing the units with new, highly energy-efficient equipment featuring heat recovery systems. Additionally, the contract covers the complete adaptation of the hydraulic system to operate under a new, lower-temperature regime, the installation of humidification systems, installing structural supports on the roofs, and the execution of all necessary electrical works. Finally, it requires the full integration of the new instrumentation and controls with the existing Siemens Building Management System (BMS), alongside essential auxiliary tasks such as ductwork cleaning.
- Causeway Coast and Glens Borough CouncilColeraineFrist: 03. Mai
PEACEPLUS Tender - Multi Cultural Dimensions - (Food, Arts, Music and Dance) - PEACEPLUS Funded
Causeway Coast and Glens Borough Council seek to appoint a suitably qualified organization(s) / individual(s) to offer a fully comprehensive and unique programme to provide an understanding of the rich cultures that reside within the Causeway Coast and Glens Area. Using the medium of music, sports, arts, dance, food & crafts participants will learn about each other and come together in new ways. This programme will bring both indigenous and newcomer communities together to share in each other’s cultures, to educate one another about their traditions and to understand the important role each culture has in creating a thriving economy and a socially diverse community that supports the positive development of the Borough. The tender response must address the following key issues: • Lack of understanding and cohesion between both between both local (indigenous) and newcomer (BME – Black and Minority Ethnic) communities and the importance of sharing cultural expressions. • Poor relationships between both local (indigenous) and newcomer (BME) communities. • Increased division and fear amongst both communities. • Difficulty in integrating and participation in local life for newcomer (BME) communities. • Support participants in being able to understand and share in each other’s culture. • Challenge and support greater understanding around contested views and opinions. • Raise awareness around the issues and misinformation which is preventing local people and newcomer communities from engaging with each other. • People feeling unable to share information about their culture and heritage. • Lack of confidence within newcomer (BME) communities in being able to share their knowledge and learning. Targets • Recruit minimum 280 participants - (CNR: 33%: PUL 33%: OTHER: 33%) • A minimum of 26 hours (total) of meaningful cross-community engagement must be provided per participant. • Delivery of an educational programme which captures, shares and educates participants about the rich culture across the Borough. • Delivery of an event to support participants to promote their way of life, their stories about both urban and rural culture. • Delivery of 7 key events which allows participants to showcase local music, arts, food and dance across the Borough. • Delivery of 2 large public events. • Creation of a vehicle which captures and promotes all of the cultural activities across the Borough. Outputs • Increase in the confidence of participants to explore other cultural traditions. • Increase in the participants to feel safe about demonstrating their cultural traditions. • Improvement in relationships between both the indigenous and newcomer communities. • Increase in knowledge that participants understand about other cultures. • Increase in feeling respected within the local community. • Improvement in the levels of trust between newcomer and indigenous communities. • Increase in confidence amongst newcomer communities to feel they can participate in wider society. Programme Activities • Stage 1: Recruitment of 280 participants across the identified key/ cultural institutions. • Stage 2: Deliver an educational programme which captures, shares and educates participants about the rich culture across the Borough and build the confidence of all participants to participate in wider society. The education and learning should contain workshops on diversity, equality, active citizenships relationship building and conflict management, preferably as an accredited format. The programme also has to be able to build relationships amongst all participants and provide learning which helps challenge the stigma and division between both indigenous and newcomer communities. • Stage 3: Plan and deliver 7 key events which allows participants to showcase local music, arts, food and dance across the Borough. • Stage 4: Delivery of 2 large public event which celebrates all cultures across the 7 DEAs and supports the participants to come together and educate others about their cultural traditions. • Stage 5: Creation of a vehicle which captures and promotes all of the cultural activities across the Borough. BUDGET: 147295 EUROS Timeline: 14 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 147295 EUROS (excl. VAT) All tender submissions should be submitted exclusive of VAT, to design and deliver the above activities and achieve the anticipated results by September 2027. 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 September 2027. All project related financial invoicing must be submitted within 1 month of the completion of the final report.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
10004174 - Engineering support for the development of up to three PtL pilot plants in up to three countries
The International Power-to-X Hub supports the transition to climate-neutral industries and economies by advancing sustainable Power-to-X solutions in sectors where direct electrification is not yet feasible, especially aviation, maritime transport and energy-intensive industries. The project is implemented by Deutsche Gesellschaft fuer Internationale Zusammenarbeit (GIZ) GmbH on behalf of the German Federal Ministry for the Environment, Climate Action, Nature Conservation and Nuclear Safety (BMUKN). It is financed through the International Climate Initiative as part of Germany"s hydrogen and Power-to-X policy framework. Power-to-X enables the production of fuels and chemical feedstocks from renewable electricity and sustainable carbon or nitrogen sources and therefore helps replace fossil-based inputs while supporting climate protection, industrial transformation and sustainable economic development. The subject of this tender is providing technical support for the development of up to three Power-to-Liquid pilot plants in up to three countries. The assignment provides up to three industrial partner companies with customised engineering documents and advisory services to advance PtL pilot plant projects to FEED/EPC tendering stage. The requested services cover the full project development pathway from concept definition and selection through comparative techno-economic feasibility assessment and conceptual engineering to advice on procurement and tender strategy and, where required, support for the preparation of functional FEED/EPC tender documents. The contract is structured into four work packages in two implementation steps. In Work Packages A and B, the contractor shall review existing concepts and documentation, consult each partner, refine or propose PtL plant concepts, advise on feedstock and utility sourcing, process technologies, offtake markets, regulation and certification, conduct kick-off meetings and site visits, and prepare Concept and Site Analysis Reports with comparative assessments and recommendations. The contractor shall also deliver partner trainings and prepare comparative techno-economic feasibility studies for up to two plant concepts per partner, including a book of assumptions, process simulation, technical descriptions, preliminary process flow diagrams, equipment sizing, interface definitions, certification compliance assessment, CAPEX and OPEX estimates, economic modelling, risk analysis and concept recommendations. Preliminary results shall be discussed with each partner in an interactive workshop to validate assumptions, review trade-offs and support concept selection. Subject to confirmation by the partner and GIZ, Work Package C covers FEL-2 conceptual engineering for the selected concept and a refined Class 4 AACE cost estimate. This includes advisory support on site development, permitting and certification, preparation of an integrated project execution plan, partner trainings on PtL process simulation and plant engineering, and an FEL-2 engineering package comprising Basis of Design specifications, process descriptions, drawings, equipment lists, preliminary equipment specifications, interface and battery limit definitions, input and output specifications, and QA/QC and HSE requirements. The engineering work shall be carried out in close coordination with the partner and GIZ and shall include advice on technology and licensor options as well as updated CAPEX estimates, economic models and key project indicators. Where sustainable CO2 supply is not readily available, the services may also include, for one project, the screening of potential sustainable carbon sources and the design of a CCU system including FEL-1 engineering package and CAPEX assessment. In a subsequent stage, the contractor shall advise on FEED/EPC procurement and tender strategy and, where required, prepare the functional tender specifications, including design basis, technical and performance specifications, scope of supply and services, site and utility information, HSE and QA/QC requirements and project schedule elements in line with the partner"s procurement framework and international standards. The contractor shall also provide advice on commercial and legal terms during tender preparation. For one partner, the services may further include support during the FEED/EPC tendering process, including bidder communication, clarification support, qualification and bid evaluation assistance, preparation of evaluation notes and support during negotiations. Throughout implementation, the contractor shall also provide cross-cutting knowledge exchange, monitoring, reporting, backstopping and coordination services.
- 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.
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 European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEs.
- 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.