Supply of 155mm artillery ammunition (All Up Rounds (AUR), and individual components of AUR) Internal identifier: CPoA B PRJ.CAP.1269 2026
Supply of 155 mm artillery ammunition in the configuration of All Up Rounds (AUR), and also individual components thereof. The scope is divided into 24 Lots for two weapon platforms—CAESAR (12 Lots) and PzH2000 (12 Lots). Each lot covers a specific AUR configuration, or Fuze type, or Projectile type, or Modular Charge ...
Angebotsfrist:01. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Supply of 155 mm artillery ammunition in the configuration of All Up Rounds (AUR), and also individual components thereof. The scope is divided into 24 Lots for two weapon platforms—CAESAR (12 Lots) and PzH2000 (12 Lots). Each lot covers a specific AUR configuration, or Fuze type, or Projectile type, or Modular Charge System type, or P...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: European Defence Agency
- Veröffentlicht: 03. Mai 2026
- Frist: 01. Juni 2026
- Thema: Chemikalien
Ausschreibungsbeschreibung
Supply of 155 mm artillery ammunition in the configuration of All Up Rounds (AUR), and also individual components thereof. The scope is divided into 24 Lots for two weapon platforms—CAESAR (12 Lots) and PzH2000 (12 Lots). Each lot covers a specific AUR configuration, or Fuze type, or Projectile type, or Modular Charge System type, or Primer for the CAESAR and PzH2000 platforms. Additional Information: This procurement procedure is conducted in two stages. In the first stage, economic operators interested in the framework contract(s) are invited to submit a request to participate, drafted in one of the official languages of the European Union. In the second stage, only candidates selected following the evaluation of the requests to participate will be invited to submit a tender. Any tender submitted by a natural or legal person that has not been invited to tender will be rejected. Economic operators that possess the requisite financial capacity to perform the framework contract(s) in accordance with the applicable EU and/or national legislation, and as further specified under the Tendering Terms of the relevant Lot, may request to be invited to tender by submitting a request to participate in accordance with the following cumulative requirements: The request to participate template must be requested by email from EDA Procurement at JP@eda.europa.eu. The request shall clearly state in the subject the Internal identifier: CPoA B PRJ.CAP.1269 2026. The duly completed and signed request to participate must be submitted by email to EDA Procurement at JP@eda.europa.eu no later than 01 June 2026 at 15:00 (Brussels time). The request must be accompanied by a duly completed and signed Legal Entity Form (available at: https://commission.europa.eu/publications/businesspartnerslegalentitiesandbankaccounts_ en). The submission of a request to participate does not constitute a guarantee of selection. All criteria, requirements, and conditions applicable to this procurement procedure will be set out in the procurement documents made available to invited candidates as part of the invitation to tender. The Contracting Authority reserves the right to cancel the procedure at any time prior to the signature of the contract, without any obligation to compensate the candidates or tenderers.
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- European Defence AgencyRue des Drapiers, 17-23Frist: 01. Juni
Supply of Small Arms Ammunition and Auto Canon Ammunition Internal identifier: CPoA B PRJ.CAP.1269 2026
Supply of NATO calibre Small Arms ammunition and Auto Canon ammunition, structured in 19 lots covering various NATO calibres (5.56mm×45; 7.62mm×51; 9mm×19; 12.7mm×99; and 30mm x 173) and types (inter alia Ball; Tracer; Armour Piercing; High Explosive Incendiary etc.). Each lot covers a specific calibre and type in either linked or unlinked formats, as specified hereunder. Additional Information: This procurement procedure is conducted in two stages. In the first stage, economic operators interested in the framework contract(s) are invited to submit a request to participate, drafted in one of the official languages of the European Union. In the second stage, only candidates selected following the evaluation of the requests to participate will be invited to submit a tender. Any tender submitted by a natural or legal person that has not been invited to tender will be rejected. Economic operators that possess the requisite financial capacity to perform the framework contract(s) in accordance with the applicable EU and/or national legislation, and as further specified under the Tendering Terms of the relevant Lot, may request to be invited to tender by submitting a request to participate in accordance with the following cumulative requirements: The request to participate template must be requested by email from EDA Procurement at JP@eda.europa.eu. The request shall clearly state in the subject the Internal identifier: CPoA B PRJ.CAP.1269 2026. The duly completed and signed request to participate must be submitted by email to EDA Procurement at JP@eda.europa.eu no later than 01 June 2026 at 15:00 (Brussels time). The request must be accompanied by a duly completed and signed Legal Entity Form (available at: https://commission.europa.eu/publications/business-partners-legal-entities-and-bank-accounts_en). The submission of a request to participate does not constitute a guarantee of selection. All criteria, requirements, and conditions applicable to this procurement procedure will be set out in the procurement documents made available to invited candidates as part of the invitation to tender. The Contracting Authority reserves the right to cancel the procedure at any time prior to the signature of the contract, without any obligation to compensate the candidates or tenderers.
- European Court of AuditorsLuxembourgFrist: 23. Juni
Procurement of dictionaries, specialised databases on linguistic and terminological issues and encyclopaedias in electronic format
The objective of this call for expressions of interest is to set up a list of pre-selected candidates capable to provide to the European Court of Auditors subscriptions to dictionaries, specialised databases on linguistic and terminological issues and encyclopaedias in electronic format published in any of the EU Member States and outside the EU. Candidates may submit an expression of interest at any time within four years of the publication of this notice, except during the final three months. However, following the publication of this CEI, the ECA plans to issue its first request for price offers (invitation to tender) in October 2026. Preselected candidates included on the CEI list will be invited to submit price offers accordingly. Therefore, to be considered for the October tender, candidates must submit their application no later than June 23, 2026. Expressions of interest are to be submitted in one of the official languages of the European Union by electronic mail to the functional mailbox: eca-procurement.service@eca.europa.eu
- LuftfartsverketNORRKÖPINGFrist: 05. Mai
Public procurement - VOR systems
LFV, The Swedish State Air Navigations Services provider invites suppliers (hereinafter referred to as "Candidates") with this call for competition to submit a request to participate in this pre qualification. The purpose of this "call for competition" is for LFV to pre qualify suitable potential tenderers that in the next stage of this procurement procedure be invited to submit a tender for a contract to supply LFV with operational VOR stations including service, support and optionally installation.
- 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.
- Waterford and Wexford Education and Training Board_110494WexfordFrist: 27. Mai
Single Supplier Framework Agreement for the Supply of Automotive Technician Apprenticeship Equipment and Associated Services for Waterford and Wexford Education and Training Board
This public procurement competition relates to the establishment of a Single Supplier Party Framework ("Framework") for the Supply of Automotive Technican Apprenticeship Equipment and Associated Services to Waterford and Wexford Education and Training Board The tender is divided into 12 Lots. Tenderers may submit proposals for one or more lots and must be clear on which lots they are tendering for in their response. The minimum contract awarded will be one Lot. The quantities may also be varied depending on the funding available. Tenderers may tender for one or several lots.
- Bank of FinlandHelsinkiFrist: 25. Mai
INVITATION TO PARTICIPATE - Time series data analytics service
Bank of Finland (also ”Contracting Entity”, “BoF” or ”Customer”) is inviting candidates to leave a request to participate for a procurement of Time series data analytics service. The object of the procurement is the renewal or partial replacement of the Bank of Finland's internally developed data and analytics service, the time series system. Please see in more detail in the Preliminary Call for Tenders and its appendices. AT THE MOMENT No tender nor preliminary tender is expected from the candidates. The purpose of the procurement is to select one (1) supplier with an overall responsibility, with whom the Contracting Entity will enter into an agreement valid until further notice. The selected supplier may also be a consortium formed by the candidates. Please note! The mandatory requirements for the object of the procurement described in the documents or the criteria set out for most economically advantageous tender are NOT negotiated during the procurement process and their content is not subject to change, but their specification is possible. In other respects, the Preliminary Call for Tenders and its appendices are preliminary views of the Contracting Entity and the documents will be amended and specified in the course of the procurement and negotiation process. The preliminary timetable for the procurement is presented in the Preliminary Invitation to Negotiate. The schedule may be subject to change during the procedure.
- INL - INTERNATIONAL IBERIAN NANOTECHNOLOGY LABORATORYBragaFrist: 07. Mai
APECS/INL16 (JN) - CONTRACT FOR THE SUPPLY AND INSTALLATION OF EQUIPMENT AND COMPONENTS WITHIN APECS (ADVANCED PACKAGING AND HETEROGENEOUS INTEGRATION FOR ELECTRONICS COMPONENTS AND SYSTEMS) PILOT LINE
The subject matter of this contract is the supply and installation of scientific equipment and components to INL, listed below and detailed in Schedule V attached to these Standard Specifications (from now on referred to as ‘Specifications’). The equipment listed in Schedule V are the lots that the tender comprises. Tenderers may bid for one or more lots. The subject matter of the contract, in all cases, does not include so-called refurbished scientific instruments and equipment. The single lot comprising the tender is as follows: 1. Cryostat for low temperature confocal photoluminescence (PL) and magnetotransport measurements (without PL excitation sources or photodetectors) The project is funded by ANI - Agencia Nacional de Inovação under the Joint Procurement Agreement signed between INL and Chips JU.
- 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.
- Bus Eireann/Irish BusDublinFrist: 31. Mai
Annual Readvertisement of Qualification System for the Purchase and or Leasing of Buses and Coaches for Bus Éireann/Irish Bus - (Annual Readvertisement Publication Number 2/8)
Bus Éireann intends to procure low emission coaches and schools buses, and where possible zero-emission coaches with low environmental impact in compliance with the latest EURO VI Regulation. The vehicles will comply, as appropriate, with the EPA’s guidelines on road transport vehicles and the European Communities (Clean and Energy Efficient Road Transport Vehicles) (Amendment) Regulations 2021. To be considered for inclusion on a Qualification Panel(s), applicants must complete the Pre-Qualification Questionnaire (PQQ) providing relevant details in relation to the criteria set out below for assessment. It is envisaged that this qualification system will be used to either purchase and or lease during the five-year term of the Qualification System. Economic operators apply once to qualify onto the panel by providing details of their financial and technical capacity against predefined published Selection Criteria within a PQQ. The Qualification Panel for the Purchase and or Lease of Buses and Coaches will be broken down in to sub categories called Lot 1 – Purchase of Buses and Coaches, and Lot 2 – Lease of Buses and Coaches. Economic operators can apply for the Lot(s) that best reflect their commercial operations. Economic operators must complete a PQQ for the Lot(s) that they wish to qualify to. Only economic operators who satisfy the selection criteria of each individual Lot will qualify on to that Lot. After the initial advertisement, the panel must be advertised annually for the duration of the panel (5 years) to continually inform the market place of its existence. Economic Operators can apply to qualify on to the panel, throughout the duration of the panel. Economic Operators who are already qualified to the panel can also amend their application at any interval should their financial or technical capacity or capability change. Qualifying onto a panel does not guarantee any work and/or contracts to a supplier. There is no obligation to use the Qualification Panel and contracts can be advertised on an individual basis using the Negotiated Procedure. (Annual Republication Number 2/8)
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 European Defence Agency.
- 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.