Procurement of mobile fixtures for Sten-Tærud School
Lillestrøm municipality would like to enter into contracts with experienced suppliers who can deliver mobile fixtures to the new Sten-Tærud school, which shall be completed in December 2026. Furniture shall be delivered for teaching areas, administration/teachers and common areas.
Angebotsfrist:01. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Lillestrøm municipality would like to enter into contracts with experienced suppliers who can deliver mobile fixtures to the new Sten-Tærud school, which shall be completed in December 2026. Furniture shall be delivered for teaching areas, administration/teachers and common areas.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Lillestrøm Kommune
- Veröffentlicht: 03. Mai 2026
- Frist: 01. Juni 2026
- Thema: Büromöbel
Ausschreibungsbeschreibung
Lillestrøm municipality would like to enter into contracts with experienced suppliers who can deliver mobile fixtures to the new Sten-Tærud school, which shall be completed in December 2026. Furniture shall be delivered for teaching areas, administration/teachers and common areas.
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- INNLANDET FYLKESKOMMUNEHAMARFrist: 11. Mai
County Hall 2 at Hamar – Construction/renovation project consisting of a dental clinic and premises for Karriere Innlandet.
Innlandet County shall co-house Hamar dental clinic, Åkershagan dental clinic and Career Inland in County Hall 2 in Parkgata 54.Inspection: Will be held 14.04.2026 at 09:00. Meet at: County Hall 1i Parkgata 64, 2316 Hamar. The site inspection will start with an initial orientation about the project and a site inspection of the building. When the main site inspection is completed, it will be possible to wander freely around the building until 12:00. Those who would only like to walk around the building alone can meet at County Hall 2 in Parkgata 54 at 10:00.
- Norsk Tipping ASHamarFrist: 11. Juni
Mobile development partner
Purpose Norsk Tipping would like mobile partners who shall contribute with the necessary competence and capacity to develop attractive and responsible user journeys in a quality good way. The mobile partners shall also contribute to building the competence Norsk Tipping needs for the future. Mobile is the company's most important customer channel. Norsk Tipping has approx. 2.4 million customers, of which nearly 90 percent use mobile, mainly via apps distributed in the App Store and Google Play. They are, thus, a central prerequisite for Norsk Tipping being able to fulfil his social mission: "... facilitating responsible gambling offers and preventing negative consequences of gambling. Efficient operations shall ensure that as much of the revenues go to good causes". Norsk Tipping's partners must therefore contribute to the company developing in a sustainable direction, through active competence transfer and by strengthening the product model from a mobile perspective. Strengthen the ability to deliver within the product development model Norsk Tipping works smoothly to reduce risk through early learning, continual feedback from users and operations, and the possibility to adjust courses before major investments are made. The work is organised through product development areas with a multi-disciplinary product team who are responsible for both value and risk connected to defined products and user journeys. The product development areas shall have competence and responsibility to define systems for problems, develop them and further develop them so that they deliver value for companies and customers. In order to achieve this, Norsk Tipping has a mix of product development areas consisting of what can be defined as a "value stream team" (e.g. the product development area for sports), and areas with "platform" and "enablement-team" (for example Platform: Whole and Frontend). Multi-disciplinary skills in the areas shall be sufficient to define problems/possibilities and systems, develop and further develop them, in order to raise the value and quality of their product. In order to strengthen the disciplines, practice partnerships are used, and challenges and solutions are encouraged to share trade related questions with others within their profession. This is how Norsk Tipping creates value through cross-discipline and professional competence, and contributes to the professional environment developing over time. In order to ensure a necessary minimum of coordination and coordination between product development areas and other environments, we have common rituals such as; · Joint planning for tertial. It takes place over five days, where the product development areas analysis and understanding of the effects products and services create are connected by the company ́s direction and needs. · Lot and leather. A monthly showcase, where different product development areas share things they've learned in the period. · Target demo. A tertial demo where the product development areas describe goal achievement, sharing knowledge and a selection of the things they have created. · Practice partnerships for different disciplines. · Synchronisation for product development areas. Product development managers share block to goal achievement and clarify who they need to talk to in order to move forward · Rituals on product development area/team level: Sprint planning, sync (stand-up), retrospective and demo/Friday wins. Different frequency in areas based on need The model shall strengthen the areas ́ autonomy to create effects, which are made possible by clear direction, necessary frames and transparency for coordination. Norsk Tipping currently has a strong internal professional environment for mobile development, with competence in development for iOS and Android, with an emphasis on iOS. Experience in the environment spans from one to over 15 years. The contracting authority also has a strong internal UX environment with competence on both web and mobile, of which the web is prominent. In addition the company has testers and test developers. The quality in Norsk Tipping shall be integrated in the work and applies for all phases of product development. The contracting authority must deliver in accordance with different standards. In Platform: Hele og Frontend (P:HF) has Norsk Tipping strategic app competence through the area management, with product development manager, tech lead/team architects. Several product development areas have permanent native developers. Areas that do not have their own native developers will receive assistance from P:HF. The contracting authority will over time develop a balanced division of responsibility between the platform and the different product development areas, in line with increased maturity and greater internal ownership. Areas with separate native user journeys will gradually be able to work more independently, but for the foreseeable future there will be common need connected to testing, release and further development of the platform. Professional development and practice partnerships shall support this across. The following product development areas currently have native user journeys: · Platform: Whole and Frontend (App platform, front page, app framework) *Accountability * Value-added services (some joint services, e.g. Grassroots, notifications) * Customer, ID and payment *Lottery *Sports * Playing together
- Statens vegvesenMoss
Procurement of travel habit survey for national road ferry services.
The contracting authority would like tenders for a travel habit survey for the national road ferry connections. The Norwegian Public Roads Administration is responsible for 16 national ferry services, which make up a central part of the national transport system. In addition to the existing ferry statistics, we have limited knowledge of who travels with the ferries and what needs they have. The last travel habit survey on the ferry was carried out in 2013 and updated insights are therefore required. In order to ensure an efficient, environmentally friendly and user friendly ferry offer, there is a need to supplement the current statistics with data on the ferry users ́ travel habits. The planned travel habit survey shall provide a comprehensive picture of travellers ́ purpose and need, contribute to a better decision basis for future contracts, competitive tendering and development of ferry services.
- Oslo kommune v/UtdanningsetatenOslo
1-UDE-2026 procurement of a technical system for carrying out user surveys in the adult education.
PURPOSE AND SCOPE Oslo municipality would like to procure a digital system for carrying out an annual user survey, which shall be carried out by all participants in the Adult Education Service Oslo municipality. See the award letter from the City Council Department for Education for 2025, in which UDE is assigned to carry out an annual user survey for all participants in adult education. The survey shall supplement the information from the annual survey to IMDI, as well as the pupil survey, as it can be relevant for some participants in the FOV and VOV. The user survey shall be an important means for ensuring quality, legitimacy and user participation in adult education. It will give valuable insight into learning processes, educational practice and the participants ́ experience of the school environment. The measure supports the adults ́ right to participation in accordance with the Education Act § 20-1 and corresponds with the aims in the curriculum system and the Integration Act. Participants' involvement in dialogue on learning and well-being strengthens their role as active citizens. The results of the survey are intended to be part of a future quality development system and will be used in the management dialogue for the adult education at different levels. The contracting authority draws attention to the fact that the estimated value is based on previous consumption. The estimate is only a guideline and is without obligation for the Contracting Authority. The assignment is further described, including the requirement specifications, in SSA-L annex 1.
- Troms fylkeskommuneTromsøFrist: 28. Mai
Broadband services to Troms county - RFI
Troms County (hereafter called the contracting authority) needs to enter into a new contract for broadband services to all of the county ́s locations. The contracting authority would, thus, like to hold a market dialogue. Description of the assignment the Contracting Authority needs to establish and deliver broadband services to all county locations, including, among other things, dental clinics, sixth form colleges and administrative buildings. In order to carry out the assignments imposed on the county, we depend on good and stable infrastructure for all of our locations. This involves a collaboration with a broadband service provider who can offer us the internet and also get our internal traffic to our data centres. A more detailed description of the contracting authority ́s needs is in the attached draft of the requirement specification. Information on the hearing contracting authority is currently in a preparatory phase of the procurement process. As part of the preparations for the coming competition, we would like to hold a hearing round in the market. The contracting authority has prepared a draft of the competition documents, as well as formulated a set of questions in the attached document "Information on RFI - Broadband Services to Troms County", which we hope relevant suppliers have the opportunity to answer. Tenderers are asked to answer the contracting authority ́s questions directly in the document, under each individual question. Further information on how the hearing shall be answered and how any input will be dealt with is also given in the mentioned annex. The deadline for submitting feedback is 08 May 2025 (12:00).
- Kristiansund kommuneKRISTIANSUND NFrist: 10. Juni
KK - Framework agreement carpentry services
Kristiansund municipality would like to enter into a framework agreement with three tenderers for joinery services. The contract shall cover both renovation of existing buildings and minor new buildings, and cover the contracting authority ́s ongoing needs. The estimated contract value is NOK 15,000,000 excluding VAT per annum, with an upper limit of NOK 20,000,000 excluding VAT per annum, depending on the municipality ́s grants. The contracting authority is not obliged to procure services for this sum. A detailed description of the delivery is in 02 (requirement specifications). The contract period is 2 years, with an option for an extension for a further 1+1 years, so that the total length can be up to four years. The option will be automatically taken up unless the contracting authority gives written notification at least two months before the option period starts. In the event of call-offs, assignments will first be offered to the tenderer who has the best relationship between quality, price and environment, based on the award criteria. The tenderer has 24 hours to confirm the assignment. If the assignment is not confirmed, or the tenderer cannot carry out the work, the assignment is offered to the next tenderer on the list. The tenderer who has submitted the most advantageous tender will be responsible for all security guard preparedness. The contracting authority can also choose to hold mini-competitions between the three chosen tenderers. The agreement includes buildings in Kristiansund municipality, including schools, nurseries, sports buildings, residential buildings, technical buildings and administration and office buildings. All the buildings are in use and the work shall be carried out in a way that as far as possible disrupts the daily operation. The contracting authority assumes that rigging areas are not established, as the work is considered so small that one carries with them what the equipment needs at all times. Tenderers cannot reckon on storing equipment in the buildings included in the contract.
- Direktoratet for byggkvalitetOslo
Framework agreement for Microsoft/Adobe licenses, license management and cloud services
Background The Agency for Building Quality (DiBK) shall procure a new framework agreement for the purpose of establishing a more centralised and standardised licence management, as well as strengthened compliance reporting for Microsoft and Adobe licences, including accompanying cloud services. The need is driven by the desire for better control throughout the entire licence life cycle, reduced risk of licence deviations and increased compliance with the current licence terms. Furthermore, the procurement shall contribute to a better overview of actual use, licence coverage and cost development, as well as strengthened documentation and traceability with internal and external audits. DiBK needs licence management and reporting to be based on relevant and updated source systems and that the system supports automated processes connected to onboarding and offboarding, ordering, changes and completions. This shall ensure that the basis for awarding and recalling licences is at all times as correct and updated as possible, and that deviations can be uncovered and handled in an efficient and verifiable manner. Description of the assignment The assignment is for the establishment of a framework agreement for the delivery of Microsoft and Adobe licences, accompanying cloud services, as well as an overall service for licence management and Software Asset Management (SAM). The framework agreement shall cover the administration and operative management of the licence portfolio, including orders, changes, terminations and ongoing follow-up of licence use. The contract shall also include standardised compliance reporting, consumption and costs, so that DiBK has a good decision basis to optimise the licence portfolio. The delivery shall support license management in relevant administration areas and services, including M365, Azure and Adobe Admin Console. Automated processes shall be facilitated for awarding and removing licences based on identity and life cycle data, as well as mechanisms that support control, certification and traceability when required. The service shall be able to collaborate with DiBK ́s central systems for identity, personnel and onboarding, ordering as well as configuration and device data (i.a. Entra ID, HR system, ITSM and relevant unit and fixture sources), so that the licence documentation and reporting are consistent, assembled and verifiable across sources. Tenderers can submit a solution proposal themselves and state which systems are supported. Tenderers shall have full delivery and operational responsibility in the contract period, including user support, error handling and escalation with the software suppliers as needed. The framework agreement shall also ensure security and management requirements for access management, logging and audit tracks, as well as principles for data storage and protection of information in the delivery. André Stjernen is responsible for the contract in the Directorate of Building Quality.
- Causeway Coast and Glens Borough CouncilColeraineFrist: 03. Mai
PEACEPLUS Tender - LGBTQIA+ Programme - PEACEPLUS Funded
Causeway Coast and Glens Borough Council seeks to appoint suitably qualified organisation(s) / individual(s) to develop opportunities to raise awareness within the LGBTQIA+ community of the support and services available within the Borough and to ensure that these support systems are viewed as being accessible. The programme will ensure that a platform is given to the LGBTQIA+ community to ensure that their voices can be articulated and heard. The project aims to support the education of the wider Borough about the valuable contribution the LGBTQIA+ community has made and continues to make within the Borough. The tender response must address the following key issues: • Intolerance. • Lack of awareness. • Challenges and Obstacles faced by the LGBTQIA+ Community. • The history of the LGBTQIA+ Community. • The perception of who is part of the LGBTQIA+ Community. • Challenging the level of intolerance towards the LGBTQIA+ Community. • Encourage the wider community to learn for themselves, drawing their own conclusions and remembering that the wellbeing of all can be influenced by acting on some of our views. • Promoting and supporting visibility and inclusion. Targets • Recruit minimum 245 participants (CNR: 20%: PUL 20%: Other 60%) • Co-design a programme which tackles both isolation and vulnerability within the LGBTQIA+ community. • Deliver an exhibition which explores legacy of local LGBTQIA+ icons. • Deliver 7 public talks across the Borough to explore lived experiences. Counselling or other appropriate infrastructure support services also need to be available. • Delivery of a showcase event. • A minimum of 26 hours (total) of meaningful engagement must be provided per participant. Outputs • Increased levels of tolerance throughout and between the communities. • Increased levels of knowledge and information shared in relation to the LGBTQIA+ community. • Increased levels of awareness about the issues facing the LGBTQIA+ community. • Increase in confidence within the LGBTQIA+ community. • Opportunity to connect LGBTQIA+ members through a more localised network. Programme Activities • Stage 1: Recruit 245 participants to the programme (Approx 35 from each DEA area). • Stage 2: Co design a programme with the 245 participants which helps support both younger people and especially older people and young people from a rural background who need to access the support services of LGBTQIA community. The programme needs to tackle both isolation and vulnerability, whilst increasing visibility from the community. • Stage 3 An exhibition and talks which explores the opportunity to look the wide range of people in the legacy CCGBC area, who hailed from the LGBTQIA+ community who have contributed to our society (this could manifest in an exhibition or publication). • Stage 4: Deliver 7 Public Talks/discussions/Panels to explore the lived experience of local people in the area, as a way of increasing awareness, but encouraging the public to look at their practices, attitudes, how they could make improvements or support systems. This could provide an opportunity for the public to look at education, awareness raising and an event to consider the aspect of compassion as a key principle from which to operate from. This will require a tight structure, experience facilitators and support services (befriending and/ or counselling). • Stage 5: Delivery of a special event to showcase the LGBTQIA+ community and build relationships within the community. Additional guidance to be taken around the correct and planned delivery of PRIDE event that has been consulted on, planned for, and delivered in an atmosphere of acceptance (perhaps look at the Enniskillen example). BUDGET: 147998 EURO Timeline: 18 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 147998 EURO (excl. VAT) All tender submissions should be submitted exclusive of VAT, to design and deliver the above activities and achieve the anticipated results by January 2028 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 January 2028 All project related financial invoicing must be submitted within 1 month of the completion of the final report. 2.5 Project Management The successful applicant will be required to develop a sustainable delivery mechanism and be responsible for the overall management of the project activities. Throughout process work agree on areas and consultation methods. The successful applicant will be required to work with the Council Officer charged with the management of PEACEPLUS and will meet with them at the following stages: • On appointment, to agree a forward work plan, the proposed schedule for implementation and the reporting requirements. • A formal meeting on a regular basis to review progress against agreed timeframes and milestones, to identify emerging issues and risks and plan for mitigation strategies, and to agree targets for the next quarter or stage. • It should be noted that the Causeway Coast and Glens Borough Council maintains the copyright of the project and the materials produced.
- 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?
- Die Angebotsfrist endet am 01. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Lillestrøm Kommune.
- 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.