Preparation of the Main Design and Supervision on construction of an elementary school in Karabuško polje
The Borrower (Montenegro, represented by the Minister of Finance on behalf of the Government as the representative of Montenegro) specified has received or has applied for financing from the European Investment Bank in an amount equal to EUR 18.000.000, toward the Montenegro Education Programme. The Borrower intends to...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Borrower (Montenegro, represented by the Minister of Finance on behalf of the Government as the representative of Montenegro) specified has received or has applied for financing from the European Investment Bank in an amount equal to EUR 18.000.000, toward the Montenegro Education Programme. The Borrower intends to apply a portion ...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Ministry of Education, Science and Innovation
- Veröffentlicht: 23. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
The Borrower (Montenegro, represented by the Minister of Finance on behalf of the Government as the representative of Montenegro) specified has received or has applied for financing from the European Investment Bank in an amount equal to EUR 18.000.000, toward the Montenegro Education Programme. The Borrower intends to apply a portion of the funds to eligible payments under the contract(s) for which the Contract Notice is issued. Additional funding is provided by National Budget. The procurement procedure will be carried out in line with EIB Guide to Procurement for projects financed by the EIB (GtP) Accessible at: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib.htm Purpose of this tender process is to provide consultancy services related to the preparation of the Main design and the provision of Supervision services on the construction of an elementary school in Karabuško polje. The Consultant must fulfil certain Qualification Criteria in accordance with requirement to proof: Legal Capability; Financial Capability; Experience and Technical Capacity, further described within tender document. Firms originating from all countries of the world are eligible to tender for service contracts. In addition, individuals or firms may not be eligible to tender in application of GtP section 1.4 on Ethical Conduct. Alternative Proposals shall not be considered. Maximum number of members in the JV shall be: Four (4) In addition to the original of the Proposal, the number of copies is: three (two printed copies and one copy in electronic media, such us USB flash drive or similar) Bidders shall not have the option of submitting their Proposals electronically. Proposal offers received exceeding the stated contract value (without VAT) will be rejected. This also applies to the provision that the estimated maximum lump sum of EUR 100,000—designated for the development of the main design as an integral part of the aforementioned contract value—must not be exceeded (see ToR, Section 4.1.1, 'Project Description, A. Main Design Preparation')."
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- Serbian Railway Infrastructure JSCBelgradeFrist: 01. Mai
Engineer/Supervision of Works contracts (design & build) for Railway Line under the Belgrade – Niš Railway Modernisation Project
Rules The applicable law is the law of the Republic of Serbia. The services are expected to be financed through a loan from the European Investment Bank (EIB, “Bank”), a grant from the European Commission and potentially a loan from the European Bank for Reconstruction & Development. The rules are in conformity with the provisions of the Laws of Serbia, in particular the Law on Public Procurement, Official Gazette of RS, No. 91/2019, the European Investment Bank (EIB) Guide to Procurement, which can be downloaded from: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib ; the EIB's Anti-Fraud Policy which can be downloaded from: http://www.eib.org/infocentre/publications/all/anti-fraud-policy.htm; the EIB’s Exclusion Policy document of 21 February 2018, which can be downloaded from: http://www.eib.org/infocentre/publications/all/exclusion-policy.htm; The Practical Guide for EU External Actions - A Practical Guide — 24 June 2022 (the PRAG), applicable to this procedure, is available at: https://wikis.ec.europa.eu/display/ExactExternalWiki/ePRAG Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. However, tenderers shall not be in conflict of interest or have been declared ineligible by the Bank. Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the UN Security Council on the basis of article 41 of the UN Charter. The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is (i) a designated target of, or otherwise subject to financial sanctions enacted, administered, implemented, imposed or enforced by the EU, UN, US and/or UK (“Sanctions”) and (ii) in connection with the tendering process, or in the execution or supply of any works, goods or services for the Contract, has acted or will act in contravention of relevant Sanctions and/or in any manner that would result in a breach by the EIB of any Sanctions. The EIB also requires that candidates, tenderers, (sub-) contractors participating in a tender procedure or a contract under an EIB financed project shall not violate or have violated any intellectual property rights. A services provider or providers will be selected in accordance with the EIB Guide to Procurement of July 2024.
- Serbian Railway Infrastructure JSCBelgradeFrist: 03. Mai
Works contracts – Section 3 Paraćin – Trupale (design and build) for Railway Line under the Belgrade – Niš Railway Modernisation Project
Rules The applicable law is the law of the Republic of Serbia. The services are expected to be financed through a loan from the European Investment Bank (EIB, “Bank”), a grant from the European Commission and potentially a loan from the European Bank for Reconstruction & Development. The rules are in conformity with the provisions of the Laws of Serbia, in particular the Law on Public Procurement, Official Gazette of RS, No. 91/2019, the European Investment Bank (EIB) Guide to Procurement, which can be downloaded from: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib ; the EIB's Anti-Fraud Policy which can be downloaded from: http://www.eib.org/infocentre/publications/all/anti-fraud-policy.htm; the EIB’s Exclusion Policy document of 21 February 2018, which can be downloaded from: http://www.eib.org/infocentre/publications/all/exclusion-policy.htm; The Practical Guide for EU External Actions - A Practical Guide — 24 June 2022 (the PRAG), applicable to this procedure, is available at: https://wikis.ec.europa.eu/display/ExactExternalWiki/ePRAG Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. However, tenderers shall not be in conflict of interest or have been declared ineligible by the Bank. Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the UN Security Council on the basis of article 41 of the UN Charter. The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is (i) a designated target of, or otherwise subject to financial sanctions enacted, administered, implemented, imposed or enforced by the EU, UN, US and/or UK (“Sanctions”) and (ii) in connection with the tendering process, or in the execution or supply of any works, goods or services for the Contract, has acted or will act in contravention of relevant Sanctions and/or in any manner that would result in a breach by the EIB of any Sanctions. The EIB also requires that candidates, tenderers, (sub-) contractors participating in a tender procedure or a contract under an EIB financed project shall not violate or have violated any intellectual property rights. A services provider or providers will be selected in accordance with the EIB Guide to Procurement of July 2024.
- Ministry of Water and Irrigation Jordan Valley AuthorityAmmanFrist: 07. Mai
Contract Administration and Construction Supervision of the Pipe Conveyor from Telal AlThahab to the downstream location on King Abdallah Canal, at Turnout 95
The Services to be carried out by the Consultant shall entail provision of assistance to the Client in Contract Administration and Construction Supervision for the Works contract: Construction of Main Conveyor from Telal Al Thahab to the Downstream Location on King Abdullah Canal at Turnout 95.
- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 01. Mai
NL-Petten: Engineering-, design- and consultancy services, including provision of support and performance of studies during various phases of construction and/or refurbishment projects.
The JRC Petten is aiming to conclude a contract for engineering and consultancy services. It concerns the development of designs and studies for the procurement and future implementation of various construction and/or renovation projects of buildings and facilities of varying size and complexity. It also includes consultancy services on various matters related to different topics such as installation maintenance, environmental and energy aspects, licensing, project development, and so on. Furthermore, it entails supervision of the construction phase of technical works executed by contractors on the Petten site.
- Beaumont Hospital_403DublinFrist: 13. Apr.
The Design, Construction, Installation and Commissioning of the New National Genomics Laboratory using PW-CF2
Beaumont Hospital intends to award a contract to a suitably qualified and experienced contractor for the design, construction, installation and commissioning of a new National Genomics Laboratory, which shall be a fully compliant modular building integrated into the Beaumont Hospital campus. The Contracting Authority has determined that a modular facility is required. The successful tenderer shall assume responsibility for off-site modular fabrication (either in its own right or through the enga
- Office of Public Works (OPW)TrimFrist: 12. Mai
The provision of Interpretation and Exhibition Design for a proposed new visitor facility building adjacent to the Casino at Marino, Cherrymount Crescent (off Malahide Road), Marino, Dublin.
Office of Public Works (OPW) wishes to appoint an Integrated Interpretation Team that shall be responsible for providing all the necessary consultancy services for Stage (I) Preliminary Design to Stage (V) Handover of Works. The following disciplines are relevant to this project: • Interpretive Design Services • Interpretive Research services • Project Management Services • Graphic Design Services • AV / Film Technical Design Services • Procurement services • Quantity Surveying/Cost Management Services • PSDP Services • Script Writing The Integrated Interpretative Team will be responsible for providing all interpretive and associated construction/fitout-related technical advice and design services to the OPW Client for the Project. The Consultant will be required to provide all necessary services including the Stage Services, described below and elsewhere in the contract. The Integrated Interpretation Team shall be required to consult and liaise with all affected stakeholders to facilitate timely design and construction/fitout of the works and to minimise impacts on those affected. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. As noted in 4.3.9.1, It is expected that within the team there will be a Specialist AV / Film Advisor available to provide advice to the team during all stages of the design and fit out process. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. The Team shall be led by an Interpretative designer with a track record of successfully carrying out similar works. Interpretive Research services need to include (a named) suitably qualified person able to collate/and or undertake subject matter research feeding into interpretative design, narrative development and Script Writing. The Team may be formed by a single consultant with in-house specialists or may be a group of consultants who have combined to form a team. In the latter case the Team Leader shall be an Interpretative designer who shall be clearly identified in their Tender Submission as the Lead Tenderer and shall be the entity that enters into a contract with OPW for the delivery of the Services. Other Team members shall be sub-consultants to the Lead Tenderer. Note - The cost of the works will be required to align with the available budgets. The consultant shall refine / revise designs as necessary during the lifetime of the project to achieve this, in consultation with OPW. Full list of requirements are contained within the tender documents.
- NLSH ohf.ReykjavíkFrist: 27. Apr.
Hospital Modular Room System (MRS) for NLSH
The New National Hospital (NLSH) project reg.nr. 500810-0410 in Iceland hereby invites interested tenderer's to participate in this invitation to tender (ITT) for The New National Hospital regarding the purchase of a hospital modular room system (MRS) for four areas in two of the new hospital buildings. The following project description, terms, and conditions of this tender process provide information on the project, the procurement process and the rules that apply in the execution of the procurement process. The Tenderer shall be the main manufacturer of the products requested (the modular room systems), but the use of subcontractor(s) by the Tenderer will be accepted in the implementation of the total systems if the subcontractor also fulfils the participation criteria where specified, and the subcontractor(s) is/are approved by NLSH. Please note that the tender process and the contract period will be governed by the international standard FIDIC Conditions of Contract Contract for Plant and Design-Build, specifically the 2nd Edition (2017, reprinted with amendments in 2022), along with the NLSH Particular Conditions of Contract. A contract will be made with one (1) supplier. A contract in writing with a successful Tenderer will be prepared by the Purchaser. Transfer of contractual rights and obligations to Landspitali from NLSH will take place upon handover of the building. This ITT is made by the Purchaser. Every attachment/appendix referred to is a part of this ITT and by submitting a tender, Tenderer confirms to have read this Invitation to Tender and agrees to all terms. The Tenderer shall give a response to all requirements and state where the Purchaser can verify its compliance with the Tender. Tenders are only submitted electronically on TendSign.is. The Tender shall encompass a comprehensive solution, leaving no deficiencies for the Tendered solution to be fully functional without any additional costs or additions. NLSH in Reykjavik, Iceland, is the owner of this project and the Purchaser in this tender process. Further information on the New Hospital project can be found on our project website here.
- Loreto Secondary School (Navan)Navan
Mini Competition for the provision of school books to Loreto Secondary School St Michael's Navan 64370T
Proposals from tenderers are being sought for the supply and delivery of school books through the post primary school books scheme funded by the Dept of Education to Loreto Secondary School St Michael's Navan Co. Meath 64370T. It is intended to award a contract to one DPS member. Tenderers must be able to supply each item on the specification list as provided. An incomplete lot will not be considered.
- Norges vassdrags- og energidirektorat (NVE)OSLOFrist: 14. Mai
External control of businesses ́ continuation of electricity support and Norwegian price.
The contracting authority hereby invites tenderers to a competition for a contract for consultancy services in order to carry out control of businesses ́ continuation of electricity support and The Complete description of the assignment is given in the annexes to the tender documentation. The objective of the procurement is to carry out inspections of 30-50 businesses. The authority shall examine the businesses' handling and continuation of the support that they receive on behalf of households. The solution proposal shall contain a good description of how the tenderer intends to proceed in order to solve the assignment. It is possible to approach the problem in different ways, both qualitatively and quantitatively, and it is up to the tenderer to describe how the assignment is envisaged to be solved best within the framework of the project.
- St. Brendan's Community School (Birr)Birr
Mini-Competition for the Provision of Schoolbooks to St. Brendan's Community School, Birr, Co. Offaly 91491L
Proposals for tenderers are being sought for the supply and delivery of schoolbooks through the Post-Primary schoolbook scheme funded by the Department of Education to St. Brendan's Community School, Birr, Co. Offaly 91491L. It is intended to award a contract to one DPS member. Tenderers must be able to supply each item on the specification list as provided. An incomplete lot will not be considered.
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 Ministry of Education, Science and Innovation.
- 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.