R01960 - Winter maintenance, Northern Region - Hillesøy
Winter maintenance in the Northern Region, Hillesøy.The agreement mainly includes snow ploughing, gritting, responsibility for snow poles, sweeping and costing. The assignment is further described in the tender documentation part III.The contract will be valid for 2 years from 01.09.2026, or from the signing date if th...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Winter maintenance in the Northern Region, Hillesøy.The agreement mainly includes snow ploughing, gritting, responsibility for snow poles, sweeping and costing. The assignment is further described in the tender documentation part III.The contract will be valid for 2 years from 01.09.2026, or from the signing date if this occurs later. ...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Forsvarsbygg
- Veröffentlicht: 14. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
Winter maintenance in the Northern Region, Hillesøy.The agreement mainly includes snow ploughing, gritting, responsibility for snow poles, sweeping and costing. The assignment is further described in the tender documentation part III.The contract will be valid for 2 years from 01.09.2026, or from the signing date if this occurs later. The contract can be extended by the contracting authority for 1+1+1 year. The agreement has a maximum duration of five years from the start date, including extensions.
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- Bybanen ASKOKSTADFrist: 30. März
Maintenance and repair of Light Rail Vehicles
The purpose of the procurement is to enter into a contract with one single supplier for maintenance and repairs of Bybanen ́s light rail vehicle fleet. From the Start-up Date of the services, the Maintenance contract will have a duration of 8 years, until 1 July 2035. The Client has the unilateral option to extend the Maintenance contract for 1+1+1+1+1+1 year on the same terms and conditions.
- SYKEHUSINNKJØP HFVADSØ
Mammography apparatuses for Helse Stavanger HF
An agreement for the procurement of 3 of the same type of mammography apparatuses. The devices shall be delivered to Helse Stavanger HF ́s location at Våland.The apparatus that shall be used clinically shall include functions for tomosynthesis, contrast mammography, 2D and 3D x-ray guided biopsy, preparation photography and contrast guided biopsy. The system also includes an option for the purchase of 1 extra unit for this device. The option shall be valid for 5 years from when the contract is signed. The procurement also includes options for a service contract and a service course.
- Statens vegvesenMoss
Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E18 stretch Asker-Sande.
The contracting authority invites tenderers to a competition for the establishment, operation and maintenance of 24 hour resting place(s) along the E18 stretch Asker-Sande. The driving distance from the E18 to the entrance for the actual 24 hour resting place shall be a maximum of 2 km. The contracting authority needs approx. 100 placement places on the stretch. It may be necessary to enter into a contract with several tenderers and/or divide the procurement into different sub-contracts. Each individual 24 hour resting place shall as a minimum have parking places for 15 wagon trains and shall include a service facility with toilets, showers, living rooms and charging stations. Otherwise, the 24 hour resting place shall fulfil the shall-requirements listed in point 3.2. The Contracting Authority prefers large 24 hour resting places and 24 hour resting places that are located on the stretch between Asker-Drammen. The 24 hour resting place shall be ready for opening by 01.09.2027 at the latest and the contract will be valid for ten years from the opening hours. The contracting authority has the option to extend the contract for 1+1 year, so that the total possible lease period is 12 years. The contracting authority will set up a scheme with payment for annual rent, which shall include establishment, as well as operation and maintenance of the 24 hour resting place.
- Norsk rikskringkasting ASOSLOFrist: 18. Mai
NRK 2026/336 Service contract Smart Hands in NRK ́s computer centres.
The competition has previously been published and cancelled (case 2026/120). This is an updated version of the competition and we would like to make particular attention to the fact that the competition is being held without negotiations - the tenderer must therefore submit their best tender by the tender deadline. The objective of the procurement is to ensure competent 'Smart Hands' services, primarily connected to NRK ́s 2 data centres. The procurement will be made in accordance with the Public Procurement Act of 17 June 2016 (LOA) and the public procurement regulations dated 12 August 2016 no. 974 (FOA) parts I and III, as well as the provisions in the tender documentation. The contract will be awarded in accordance with the open tender contest procedure. The service is ongoing during the agreement period. The contract will be valid for 2 (two) years from when the contract is signed. The contracting authority has an option for an extension for a further 2 (two) years and the contract can then be extended for 1 (one) year at a time. See the competition description for further information.
- EirGrid plcDublin
ENQEIR914 – Administration and actuarial services for the EirGrid Pension Trustees
EirGrid has a requirement for administration, advisory and actuarial services for EirGrid Plc’s Pension Trustees for the Defined Benefit (DB) pension scheme, The EirGrid Pension Fund. This document provides a description of EirGrid’s requirements for this contract as well as details of the services we wish to procure under each Lot. It also provides information about the selection procedure. Candidates are invited to submit a qualification application for inclusion on the tender list for one or more of the applicable Lots in accordance with this PQQ. Candidates wishing to apply for more than 1 Lot must submit a full questionnaire for each Lot. Lot 1 – Administration Services (including Pensioner Payroll) Lot 2 – Scheme Actuarial Services and Risk Management Services Lot 3 – Advisory Services including Investment Management advice The framework agreement period will be for an initial duration of Five(5)years with the option to extend annually for up to an additional Three(3) years The estimated value is: Lot 1 – €1M over the potential 8 years. Lot 2 - €700K over the potential 8 years. Lot 3 - €700K over the potential 8 years. Total - €2.4M
- Ålesund kommuneÅlesundFrist: 11. Mai
Procurement - Competition implementation tool (KGV) and contract follow-up tool (KAV), 2026
The objective of the procurement is to establish a cloud based system for a tender implementation tool (KGV) and a contract administration system (KAV) delivered as multi-tenant SaaS, which supports the entire procurement and contract lifetime for the participants, in accordance with the attached requirement specification and annexes. The procurement comprises several procurement cooperations, as well as individual municipalities and companies. Each of the procurement cooperations consists of several participating municipalities. In addition several of the municipalities have participating KF. Some procurement cooperation also carries out procurements for other external actors, as well as individual procurements for the participating municipalities. It will vary who participates in a procurement and who the procurement is carried out by. The system must support different participants in the procurement processes, for example: a procurement cooperation is implementing the procurement for all or some of its municipalities and companies. a procurement cooperation carries out procurements for several of the procurement cooperations, but not necessarily all the cooperations and/or the municipalities/companies that belong to the cooperations participate. individual municipalities/companies will carry out the procurement themselves one municipality and/or company is carrying out the procurement on behalf of another municipality/company/procurement cooperation. In each municipality, the implementation of procurements will vary whether the procurements are centralised or decentralised, or partially centralised, i.e. to what degree procurements are carried out by entities in the municipality or by a procurement department etc. Draft requirement specifications: The draft of the requirement specifications with accompanying annexes is attached. Minor adjustments can be made to this before it is given to qualified tenderers. Contract period: The contract will come into force on the date it is signed by the parties. The contract will be valid for 3 (three) years from signing. The contract and the Standard Terms will then be renewed automatically for 1 (one) year at a time, unless 3 (three) months notice is given by the Customer before the renewal date. The contract has a maximum duration of 10 (ten) years.
- Isavia ohf.KeflavíkFrist: 10. Mai
Gift Shop Opportunity at Keflavik International Airport
Isavia ohf. is seeking a commercial partner to operate a new gift retail unit, located at a premium site on the second floor of the North Building at Keflavik International Airport. The unit occupies a high-visibility position directly within the main passenger flow. The targeted contract start date is 6 August 2026 and expected end of contact is 30 September 2028, with options to extend the contract by mutual agreement up to a maximum total duration of five years. The total area of the unit is approximately 250m2. Following the award of the concession contract, further commercial opportunities may be explored and negotiated with the selected partner. More details of the opportunity are provided in the concession documents. Interested economic operators should note that this procedure will follow an accelerated timeline relative to Isavia's standard concession award processes. Interested economic operators are also advised that initial tenders are to be submitted alongside initial requests to participate. The deadline for submission is 11 May 2026.
- 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.
- ARBEIDSTILSYNETTRONDHEIM
Service concession - HSE card
All entities that carry out work at construction sites, all approved cleaning companies, certified entities in vehicle care, wheel shifts and wheel storage, as well as entities that transport the goods of others by car (from 1 January 2026) and other entities that possibly be subject to the rules in the future, both Norwegian and foreign, are obliged to equip their employees with HSE cards. The users of the system are these entities as well as other public and private actors with a factual and appropriate need for access to the system (User/Users). The Ministry of Labour and Social Affairs has given the Contracting Authority responsibility for the HSE card. The Contracting Authority is in the starting point responsible for the operation and maintenance of all work connected to the HSE card, including establishment, operation, maintenance, further development of the necessary systems for the HSE card, as well as design, production, personalisation and distribution of the HSE card (the HSE card scheme) and that The HSE card scheme functions as intentional. In connection with entering into this agreement, the contracting authority will transfer the responsibility for the HSE card scheme resulting from this contract to the Tenderer as a service concession. This means that the tenderer ́s remuneration fully consists of the right to offer HSE cards and associated services as defined in the contract for payment from the Users. It also means that the operational risk connected to the service has been transferred to the Tenderer, including the risks connected to the demand for the service and (to the degree relevant) the delivery risk. Beyond that stated in the Agreement, The Tenderer cannot, therefore, demand compensation or change the prices in the Contract for changes in earnings basis or as a result of other conditions that affect the tenderer's turnover or Return. As all work and all obligations connected to the HSE card are transferred to the tenderer, there will also be a responsibility on the Tenderer to develop the HSE card in accordance with changes to the relevant regulations and adapt the delivery to future orientated systems to improve the HSE card system. The contract means that the Users shall order HSE cards from the tenderer. The tenderer, for their part, shall, as a result of the contract, relate to both the Contracting Authority and the Users. One of the purposes of the contract is therefore to facilitate a good cooperation between the Contracting Authority and the Tenderer, and between the Tenderer and the Users. Furthermore, the aim of the Contract is to ensure that the HSE card scheme is user friendly, stable and adapted in accordance with future innovative systems and that the adaptations will not, without further ado, be at the cost of the Users. The contract is for the establishment, development and maintenance of a system for the HSE card scheme, as well as delivery of services connected to the production and distribution of HSE cards, including operation, personalisation, development, design as well as management of register-postings (delivery). The scope, execution and further specification and prerequisites for the delivery are further described in the annexes that are included in the contract.
- Direktoratet for byggkvalitetOsloFrist: 15. Mai
Technical assistance connected to TEK17.
1. General information on the procurement 1.1 The contracting authority The Directorate of Building Quality (DiBK) is a government directorate. The Directorate shall contribute to the construction of secure, environmentally friendly and available buildings, and that the requirements for buildings are followed. 1.2 The objective of the procurement The contracting authority needs general technical assistance in relation to the building engineering regulations (TEK17), with the exception of provisions regarding climate and energy (chapters 14 and 17). The objective of the procurement is to ensure access to relevant professional competence and capacity for continuous and needs managed assistance within TEK17, including consultancy, professional assessments and quality assurance. 1.3 The extent of the procurement The assignment includes technical assistance within one or several chapters in TEK17, including, but not limited to, the following disciplines: • Safety and construction •Fire • accessibility and usability • humidity, inside climate and health. • other relevant technical requirements in TEK17 The assistance can i.a. include professional assessments and advice, quality assurance and review of documentation, participation in meetings and professional discussions, as well as other technical support in accordance with the contracting authority ́s Needs. The assignment will be carried out as ongoing assistance as needed. A guarantee is not given for the volume. 1.4 Estimated value and maximum value The estimated value of the framework agreement is NOK 1,500,000 excluding VAT. The maximum value is NOK 2,000,000 excluding VAT. When if the maximum value is reached, the framework agreement will cease without special notice. 1.5 Duration of the contract The framework agreement period is 4 years from when the contract is signed. 1.6 Sub-tenders and alternative tenders Sub tenders cannot be submitted. Alternative tenders cannot be submitted.
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 Forsvarsbygg.
- 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.