Procurement of compact shelving for a new archive magazine.
Inter-municipal Arkiv Troms Iks (hereafter called Arkiv Troms) shall furnish new archive premises and require engineering design, procurement and assembly of the compact shelving in the archive magazine. The contract also includes a service agreement and an order for spare parts.
Angebotsfrist:03. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Inter-municipal Arkiv Troms Iks (hereafter called Arkiv Troms) shall furnish new archive premises and require engineering design, procurement and assembly of the compact shelving in the archive magazine. The contract also includes a service agreement and an order for spare parts.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Interkommunalt Arkiv Troms Iks
- Veröffentlicht: 04. Mai 2026
- Frist: 03. Juni 2026
- Thema: Lagertechnik
Ausschreibungsbeschreibung
Inter-municipal Arkiv Troms Iks (hereafter called Arkiv Troms) shall furnish new archive premises and require engineering design, procurement and assembly of the compact shelving in the archive magazine. The contract also includes a service agreement and an order for spare parts.
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
9- Helse Sør-Øst RHFHAMAR
Contract Contract 4601 Disruption free emergency power supply DRUPS - New Rikshospitalet
The aim of the procurement is to engage a contractor for contract 4601 Uninterruptable emergency power supply DRUPS for the project New Rikshospital at Gaustad, which will be responsible for the services that shall be provided. The procurement includes engineering design, delivery, assembly, testing and commissioning of 6 units. new DRUPS installations with the accompanying auxiliary installations that shall be installed as part of the emergency power system A and B. The facility shall be prepared for, and equipped with, technology and infrastructure that increases the building's future value for users, owners and communities.
- Haugesund KommuneHAUGESUNDFrist: 13. Mai
Framework agreement for the procurement and maintenance of welfare technology (a new notice).
The contracting authority shall procure technological welfare systems, primarily for six of the municipality ́s nursing home. It may, however, also be relevant to include other municipal institutions in the procurement. The procurement will include a welfare technological system, consisting of a platform, equipment and accompanying services.
- Helse Sør-Øst RHFHAMAR
Contract Contract 4201 High voltage supply internal installations - New Rikshospitalet.
The aim of the procurement is to engage a tenderer who will be responsible for the services that shall be provided in contract 4201 High voltage supply internal facility at the New Rikshospitalet project. The procurement includes engineering design, delivery, assembly, testing and commissioning of new internal high voltage installations 6 switching rooms in buildings F2 and 8 network stations with high voltage transformers in buildings F2, J2, -J3, -J4 and -N2 with the accompanying auxiliary installations that shall be installed as part of the emergency power system A and B. The facility shall be prepared for, and equipped with, technology and infrastructure that increases the building's future value for users, owners and communities.
- Helse Sør-Øst RHFHAMAR
Contract 5402 Fire alarms and speech notifications - New Rikshospitalet
The aim of the procurement is to engage a contractor for contract 5402 Fire alarms and speech notification for the project New Rikshospital at Gaustad, which will be responsible for the services that will be provided. The procurement includes engineering design, delivery, testing and commissioning of new fire alarms and speech alarm systems with the accompanying presentation system. All assembly shall be carried out by the electro contracts at:2042 Sealed house, inv. works and basic engineering buildings F24011 Electric power installations Building J4021 Electric power installations Building MNOIt shall be sought to use innovative solutions without this affecting the quality and robustness of the system. The facility shall be prepared for, and equipped with, technology and infrastructure that increases the building's future value for users, owners and communities. The builder ́s description of the delivery is in annex A to G in the tender documentation part II. Tenderers are requested to read the entire tender documentation together for the preparation of tender offers.
- 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.
- Dublin City CouncilDublin
Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)
Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles, to meet current and emerging operational needs associated with cycle lane cleaning and winter road maintenance across the Council’s administrative area. The framework will operate for a period of four years from the date of award, with an indicative total value of €2.5 million (ex VAT) across all lots. The initial phase value is €800,000 in the first year, with options to extend or issue further allocations as funding becomes available. This value is provided strictly for indicative purposes and does not represent a commitment to purchase any specific quantity or to exhaust the full amount. Actual drawdown will depend on operational requirements, available funding and performance of the awarded suppliers. The tender is divided into three lots to reflect both operational needs and environmental priorities. Lot 1 covers diesel sub compact sweepers, with approximately up to four (4) units expected to be procured and provision for future expansion. Lot 2 covers electric compact sweepers, with between two (2) and six (6) units expected to be procured and provision for future expansion. Lot 3 covers diesel winter maintenance sub compact vehicles, with between two (2) and four (4) units expected to be procured and provision for future expansion. For Lot 1 and Lot 3, the maximum permitted vehicle width is 1100 mm, while for Lot 2 the maximum permitted width is 1200 mm. Vehicles proposed under Lot 3 must be capable of winter treatment functions such as salt spreading on narrow cycle lanes and restricted routes. They must also be adaptable to a brine system in the future, as the methodology for winter road treatment is currently under review. An adjustable salt spreading width, ideally ranging from 1.1 metres to 4 metres, is required. Contractual requirements include a minimum one year full warranty from the vehicle or sweeper manufacturer. The framework does not include the supply of non warranty spare parts or diagnostics. Tenderers must deliver the vehicles within 22 weeks from contract award, with up to two additional weeks allowed for on site operator training where required. All vehicles will have to be delivered to Dublin City Council’s North City Operations Depot (NCOD), St. Margaret’s Road, Ballymun, Dublin 11. Evaluation will include provisional scoring at the evaluation meeting, followed by an on-site trial and inspection of the highest-ranked tenderer to verify compliance. Scores may be adjusted if specifications are not met, and inspections will continue in rank order until complete. Once final evaluations are confirmed, letters will issue, and after the standstill period, the contract may be awarded. The inspection process is integral to the overall evaluation. A full list of technical and performance requirements is provided in Appendix A – Fitness for Purpose. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding.
- 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
- National Transport Authority_1149Dublin
Single Supplier Framework for the Provision of Multi- Disciplinary Design Services for Bus Depots- PQQ stage
The National Transport Authority (the “Authority”) is seeking an experienced MultiDisciplinary Design Services Partner (“MDDSP”) to provide Multi Disciplinary Design Services for Bus Depots under a single supplier Framework Agreement. The services shall cover all the phases of the delivery of new and/or enhanced bus depot facilities, to support the operation of public bus services in Ireland from concept design/site selection/due diligence/planning all the way through to oversight of construction works. National policies and strategies for the decarbonisation of the transport system includes plans to significantly expand bus services and transition the bus and coach fleet away from diesel fuelled buses to zero emission technologies. In order to support both the expansion and transition to zero emission buses, it is necessary for the Authority to consider the supporting bus depot facilities that are required to deliver an efficient and effective bus system. The current level of bus depot provision will require significant expansion. It will be necessary to ensure adequate provision of electric charging infrastructure at depot locations while also considering the appropriate location of depots to reduce the impact of out of service mileage on the operation of electric bus fleets. It is intended that the Framework Agreement shall be in place for an initial period of four (4) years with the option for the Authority to extend on an annual basis for up to two (2) additional years. The estimated value of this Framework Agreement is €45,000,000. The maximum value of this Framework Agreement is €60,000,000. All interested parties are invited to submit a PreQualification submission in response to this tender competition and full details of this tender competition are provided within the procurement documentation.
- 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.
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 03. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Interkommunalt Arkiv Troms Iks.
- 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.