Pairc Feirme Leamhchoill Teo T/A Loughwell Farm Park
Loughwell Farm Park invites tenders for the supply, delivery, installation and commissioning of a commercial-grade outdoor/indoor inflatable park measuring approximately 100ft x 50ft. The equipment is required for use within an established family visitor attraction and must be specifically designed for repeated public ...
Angebotsfrist:30. April 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Loughwell Farm Park invites tenders for the supply, delivery, installation and commissioning of a commercial-grade outdoor/indoor inflatable park measuring approximately 100ft x 50ft. The equipment is required for use within an established family visitor attraction and must be specifically designed for repeated public use in a commerci...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Pairc Feirme Leamhchoill Teo T/A Loughwell Farm Park
- Veröffentlicht: 12. April 2026
- Frist: 30. April 2026
Ausschreibungsbeschreibung
Loughwell Farm Park invites tenders for the supply, delivery, installation and commissioning of a commercial-grade outdoor/indoor inflatable park measuring approximately 100ft x 50ft. The equipment is required for use within an established family visitor attraction and must be specifically designed for repeated public use in a commercial setting. Safety is the overriding priority of this contract. The proposed inflatable park must demonstrate the highest standards of safe design, structural integrity, durability, stability and operational reliability, and must be fully suitable for intensive commercial use by children and families. The contract must include the complete inflatable unit, all blowers and associated equipment, anchoring or restraint systems as required, delivery, installation, commissioning, operating instructions, staff handover or training, warranty, and all relevant technical, safety and compliance documentation. The equipment must be suitable for both outdoor and indoor use, subject always to the manufacturer’s operating limits and safety instructions. Tenderers must demonstrate that the proposed inflatable park complies with the recognised safety standards and inspection requirements applicable to commercial inflatable play equipment. In particular, equipment should comply with BS EN 14960, which HSE identifies as the relevant standard for this type of inflatable play equipment. HSE also states that commercial play inflatables should display either a numbered PIPA tag or an ADiPs Declaration of Compliance to show compliance with BS EN 14960, together with written instructions for safe operation. Tenderers must therefore provide full details of compliance with BS EN 14960, together with all relevant inspection and safety documentation, including certification, operating manuals, maintenance requirements, supervision guidance, maximum user numbers, age/height restrictions where applicable, anchoring requirements, and emergency procedures. Full written instructions must be supplied for safe setup, operation, inspection, maintenance and shutdown. HSE guidance also notes that inflatables should not be used in winds above 24 mph / 38 km/h unless the manufacturer sets a lower limit, and safe use depends on proper anchoring, blower checks, pressure checks and written operating procedures. The successful tenderer must also demonstrate relevant experience in the manufacture and/or supply of commercial inflatable play equipment for public use and must provide details of warranty, aftersales support, spare parts availability, delivery timelines and installation arrangements. Award will be based on the most economically advantageous tender, with particular regard to safety compliance, technical suitability, delivery and installation, warranty and aftersales support, and price.
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
10- SETESDAL MILJØ & GJENVINNING IKSEvje
Procurement of a press for waste management
The contracting authority intends to enter into a contract for the procurement of a press with automatic binding for use in waste management. The press can be offered with or without feeding band, as the feed band is a voluntary option. The press shall as a minimum be able to be used for compressing and bundling paper, cardboard and plastic packaging. It is desirable that the offered press can also press hard plastic and agricultural plastic. Other fractions can also be relevant based on what the offered equipment is suitable for. The press shall have a minimum of 60 tonnes of press power. Tenderers must describe their assessments and state the reference facilities in their tender offer.
- Municipality of JaroslawJarosławFrist: 18. Mai
Purchase of a low-emission bus
REQUIREMENTS, TECHNICAL PARAMETERS AND EQUIPMENT TO BE MET AND PROVIDED BY THE OFFERED ELECTRIC BUS (1 UNIT) INCLUDING A PORTABLE CHARGER The bus must be powered exclusively by an electric motor installed in the chassis and cooperating, via a driveshaft, with the drive axle, or by electric motors installed directly in the hubs of the drive axle, or within the drive axle itself. The electric drive system installed in the bus must enable driving performance comparable to that of a bus equipped with a conventional diesel powertrain, so as to ensure operation of transport routes in accordance with the timetable of the Contracting Authority. The electric propulsion system of the bus must be powered by an onboard energy storage system installed in the vehicle. The entire electric drive system must be managed by an electronic control system ensuring optimal use of electrical energy, thereby guaranteeing the maximum possible driving range of the bus.
- Simas IksKAUPANGER
Procurement of a wheeled excavator
Procurement of a wheeled excavator - SIMAS IKS SIMAS IKS shall enter into a contract for the delivery of a complete wheel excavator for operation at SIMAS ́ facility in Festingdalen, Kaupanger. The machine shall be prepared for use when delivering, including naudsynt documentation in Norwegian, training operators, function tests and acceptance tests. The procurement comprises a wheeled excavator in weight class approx. 18-20 tonnes, with functions, specifications and equipment as stated in Annex 1 - Requirement Specifications (Excel). This includes between the second engine Step V, hydraulics and control requirements, a safe lift system, driving comfort, light equipment, operational ownership, HSE requirements and options. All the technical and functional requirements in Annex 1 are binding minimum requirements. Tenderers shall offer a complete machine ready for operation, including training on the SIMAS basis, annual inspections and service during the guarantee period and a guaranteed response time for error handling and service, cf. the requirements in Annex 1. The delivery shall be carried out in DDP (Incoterms 2010) SIMAS Kaupanger. The competition was held as an open tender contest for negotiations in accordance with the Public Procurement Act (LOA) and the Public Procurement Regulations (FOA) part III (above the EEA threshold). All communication and submission shall occur via KGV (Artifik). The qualification requirement shall be documented by ESPD in kgv, and it comprises legal establishment, economic and financial capacity, as well as technical and professional capacity, including relevant references and documented works ́stadnett in Vestland. The contract will be awarded based on the financially most advantageous tender based on the following criteria: Price (50%), Environment (20%), Quality and provision (20%) and Service and uptime (10%). The contract will benefit DFØ standard contract terms for the procurement of goods with or without assembly/installation, with the accompanying annexes. Annex 5 - Ethical requirements (DFØ) debts for the supplier chain and requirements in accordance with the OpenHeit Act. For this procurement, it is not a framework agreement. Delivery time: The machine shall be delivered 5 months after the contract has been signed. SIMAS requests all interested suppliers to ask questions via KGV, within the stated deadline.
- Centre for development of the South-East planning regionStrumicaFrist: 14. Apr.
Supply of equipment – EV Chargers
The contract concerns the supply, delivery, installation, connection, testing and commissioning of six fast electric vehicle (EV) charging stations in the SouthEast of North Macedonia, to be installed in the municipalities of Strumica, Gevgelija, Valandovo, Radovish, Dojran and Novo Selo. The charging stations shall be supplied in accordance with the technical specifications defined in the tender documentation and shall fully comply with all applicable EU safety, technical and performance standards. Each charging station will be mounted on an appropriate concrete foundation and connected to the electrical grid, including all necessary civil, electrical and auxiliary works required for full operational readiness. The scope of the contract includes, but is not limited to: • Supply, delivery and installation of the EV charging stations with the technical characteristics defined in the tender specifications; • construction of foundation bases for each charging station; • electrical connection works, including cable lines, disconnection boxes and all required protective elements; • installation of vehicle stop elements and vertical and horizontal traffic signage and markings related to the charging points; • testing and commissioning of the installed equipment to ensure safe and proper operation. The contractor shall also provide training for designated local personnel on the operation and routine maintenance of the charging stations, as well as warranty coverage and aftersales support throughout the warranty period. All required documentation, certificates of conformity, technical manuals and asbuilt documentation must be delivered to ensure correct use, maintenance and longterm functionality of the equipment. Delivery, installation, testing and commissioning of the charging stations must be completed within the timelines defined in the project implementation schedule. The charging infrastructure is intended to promote sustainable transport, encourage lowcarbon mobility and contribute to the development of regional electric vehicle infrastructure.
- 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.
- The Land Development AgencyDublinFrist: 02. Mai
Establishment of a Multi Party Framework Agreement for the Provision of Urban Design & Infrastructure Planning (UDIP)
The LDA has recently established a Land Activation Team (LAT) within the wider LDA Property Function. The role of the LAT is to support the unlocking and enablement of large, complex regeneration and/or urban expansion sites. The LDA will seek to conduct extensive due diligence, feasibility analysis, capacity testing, and preparation of appropriate plans (Framework Plans, Masterplans, detailed planning schemes etc.) on these sites together with the provision of infrastructure planning, phasing and delivery and economic modelling. Delivery of new high-quality communities and places to live, work and play with an emphasis on high quality urban design and placemaking will be a central consideration. Equally, ensuring financial sustainability, viability and deliverability will be critical considerations in all schemes. The first award of the new established Framework will be for the Lands owned by the LDA at Lissenhall, Swords, Co. Dublin. The LDA proposes to appoint a multidisciplinary, urban‑design‑led consultancy team to prepare a comprehensive baseline assessment, preliminary capacity/framework plan and a detailed Masterplan and Infrastructure Delivery Framework for approximately 96 hectares of land at Lissenhall, Swords, Co. Dublin. The overall aim will be to produce a deliverable, infrastructure‑led Masterplan and statutory‑grade Infrastructure Delivery Plan that supports large‑scale, mixed‑use and/or residential development, integrated infrastructure provision, sustainability outcomes, and long‑term stewardship with the identification of a potential Phase 1 development area. This shall be based on evidence, statutory and infrastructure constraints, and programme logic to be validated through the relevant statutory and LDA governance processes. It is currently anticipated that applicants would be required to form a team to include, the Core Disciplines will comprise of the following: • Urban Design and supporting architectural design services • Civil & Structural Engineering with an emphasis on infrastructure planning, phasing, utilities and delivery. • Planning Consultancy Services to include the following where possible: o Housing Needs Analysis o Socio-demographic analysis o Planning Strategy Advice o Environmental & Technical Assessments o Stakeholder Engagement Strategies o Phasing & Land Activation Strategies • Traffic and Transport & Mobility
- Trinity College Dublin the University of Dublin_336DublinFrist: 29. Apr.
Integrated Measurement System for 2D/3D Fluid/Particle Velocity and Surface Deformation (2D/3D-PIV-DIC) for Trinity College Dublin (TCD)
The Department of Mechanical, Manufacturing and Biomedical Engineering in Trinity College Dublin requires the supply, delivery, installation, and commissioning of an advanced 2D/3D Particle Image Velocimetry (PIV) and Digital Image Correlation (DIC) system to support cutting-edge experimental research in fluid dynamics and solid mechanics. The system shall comprise a high-energy pulsed laser, synchronised high-resolution cameras, precision timing and control units, and fully integrated acquisition and analysis software. The solution must be capable of capturing high-accuracy, time-resolved measurements of velocity fields, particle motion, and surface deformation, enabling two-dimensional (2D) and ideally also three-dimensional (3D) analysis. It should support applications involving complex flow regimes, multiphase flows, and structural behaviour under varying conditions. Flexibility for future upgrades is essential, including the potential to incorporate temperature and scalar concentration measurements. The equipment must demonstrate proven reliability, accuracy, and repeatability, and be suitable for intensive research use. Full installation, calibration, commissioning, and user training are required, along with comprehensive documentation and ongoing technical support. The system must integrate seamlessly with existing laboratory infrastructure and contribute to enhancing the Department’s research capabilities and output.
- 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
- Fraunhofer-Gesellschaft - Einkauf B12
300mm fully automated high resolution in-line CD and overlay (IZM-133.1) - PR1191754-3460-P
1 piece: 300mm fully automated high resolution in-line CD and overlay (IZM-133.1) The following equipment specification defines the requirements for a fully automated metrology tool to measure overlay and critical dimension (CD) structures on 300 mm and 200 mm wafers, produced using laser direct imaging (LDI) and i-line lithography. This investment expands the metrology capability for automated measurement of smaller feature sizes. The tool is essential for non-destructive characterization of highly integrated, chiplet-based 2.5D/3D and quasi-monolithic package architectures with sub-micrometer feature sizes. The equipment is compatible with 3D wafer stacks exhibiting high warp/bow. Wafer substrates are silicon and/or glass, with thicknesses up to 2.5 mm. Before processing, wafers are delivered to the tool in front-opening unified pods (FOUPs), which the operator manually places on the respective load ports. The new tool must be able to perform the following sequence of steps fully automatically: - Load designated wafers from the FOUP(s) - Execute metrology tasks - Return wafers to their original positions in the FOUP(s) Recipe programming must support a sufficiently wide range of options and parameters to meet research and development (R&D) needs. It is required that the equipment continuously performs the intended functions without interruptions or failures, in accordance with all requirements specified in this document. Furthermore, the equipment must be supplied with all items described below that are necessary for it to deliver the intended functions and capabilities in compliance with all requirements set out in this document.
- 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.
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 30. April 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Pairc Feirme Leamhchoill Teo T/A Loughwell Farm Park.
- 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.