Supply of 2 electric vehicles - mini combi with 8+1 seats and wheelchair access ramp for persons with disabilities
The contract concerns the supply, delivery, unloading, commissioning, after-sales service of two (2) new electric mini combi vehicles (1+8 seats) equipped with wheelchair access ramps for persons with disabilities. The vehicles shall be pure electric vehicles and must meet the required specification given in the tender...
Angebotsfrist:26. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The contract concerns the supply, delivery, unloading, commissioning, after-sales service of two (2) new electric mini combi vehicles (1+8 seats) equipped with wheelchair access ramps for persons with disabilities. The vehicles shall be pure electric vehicles and must meet the required specification given in the tender dossier and min....
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Municipality of Resen
- Veröffentlicht: 23. April 2026
- Frist: 26. Mai 2026
Ausschreibungsbeschreibung
The contract concerns the supply, delivery, unloading, commissioning, after-sales service of two (2) new electric mini combi vehicles (1+8 seats) equipped with wheelchair access ramps for persons with disabilities. The vehicles shall be pure electric vehicles and must meet the required specification given in the tender dossier and min. two year warranty. The delivery must be completed within 210 days.
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
8- GFA Consulting Group GmbHHamburg
Procurement of Electric Vehicles with Adaptation for Transporting Persons with Disabilities (including Wheelchair Users)
The Swiss-Ukrainian project “Reducing Risk Factors for Non-Communicable Diseases (NCDs) in Ukraine” (Act4Health) aims to reduce the burden of disease and prevent premature mortality caused by non-communicable diseases. The project is supported by the Swiss Confederation through the Swiss Agency for Development and Cooperation (SDC). The Act4Health Project hereby invites interested bidders to submit a proposal for the supply of project vehicles. These vehicles will strengthen the operational capacity of Primary Health Care (PHC) Centers, which serve as the foundation for establishing Advanced Continuum Care Centers (ACCCs). ACCCs are integrated service hubs that provide continuous, people-centered care for patients with NCDs and other chronic conditions. Although based at the primary-care level, they work in close coordination with local social service providers to ensure a seamless continuum of medical and social support at the community level.
- GFA Consulting Group GmbHHamburgFrist: 29. Mai
Procurement of Electric Vehicles with Adaptation for Transporting Persons with Disabilities (including Wheelchair Users)
The Swiss-Ukrainian project “Reducing Risk Factors for Non-Communicable Diseases (NCDs) in Ukraine” (Act4Health) aims to reduce the burden of disease and prevent premature mortality caused by non-communicable diseases. The project is supported by the Swiss Confederation through the Swiss Agency for Development and Cooperation (SDC). The Act4Health Project hereby invites interested bidders to submit a proposal for the supply of project vehicles. These vehicles will strengthen the operational capacity of Primary Health Care (PHC) Centers, which serve as the foundation for establishing Advanced Continuum Care Centers (ACCCs). ACCCs are integrated service hubs that provide continuous, people-centered care for patients with NCDs and other chronic conditions. Although based at the primary-care level, they work in close coordination with local social service providers to ensure a seamless continuum of medical and social support at the community level.
- Laois County CouncilPortlaoiseFrist: 24. März
Provision of Services for Site Assessment Supply Installation Commissioning and Maintenance of Electric Vehicle Charging Points with Back Office capabilities for Laois County Council
Provision of Services for Site Assessment Supply Installation Commissioning and Maintenance of Electric Vehicle Charging Points with Back Office capabilities for Laois County Council
- Oslo kommune v/ Bydel GrünerløkkaOsloFrist: 13. Mai
Day centre transport by minibus of persons with dementia and disabilities.
PURPOSE AND SCOPE The aim of the procurement is to cover the need for transport services, including drivers and auxiliary zones, to and from day activities and senior centre offers in the district. There are 19 people with normal driving who need daily transport. This can be changed over time and changes will be reported once per ocean year. The maximum number of persons will not exceed 25. All transport shall be carried out by vehicles that are powered with electricity or hydrogen in order to reduce CO2 emissions and contribute to Oslo municipality ́s green profile. From 01.01.2025, all deliveries/assignments for Oslo municipality where transport is a part of the service, shall be undertaken by using zero emission (i.e. battery electric or hydrogen) or biogas technology that as a minimum fulfils euro class 6/ VI. The contract has an annual estimated value of NOK 1,500,000. The contracting authority draws attention to the fact that the estimate is based on previous consumption, historical data and the expected future need. This contract is valid for up to a maximum value of NOK 6,000,000, including any option for a 2 year extension. The estimate is only a guideline and is without obligation for the Contracting Authority. Transport of up to 19 people with up to 4 wheelchair users is required. The number can be changed with each new order made every six months. The change can be both a reduction of persons with a need for changing the number of wheelchair users, changing the number that shall be transported in the form of reduction and increase. An increase will normally not be more than 2 - 3 persons. The contracting authority envisages that two vehicles will be used for the assignment. According to the oslo municipality's rules, none of the vehicles can use fuel that is used. In addition to the drivers, the tenderer must offer a permanent person/helper who shall assist in transporting the users. An attendant from the day centre will also assist with the transport. The urban district orders day centre places every half year according to the district ́s need, and the district will notify the carrier of any changes when the order is made. The district has a maximum need of 12 places at Sofienberg day centre plus an attendant from the day centre and 7 at Økern day centre plus an attendant from the day centre. However, this may change over time. See the description of changes to the number of persons with a need for transport in point one. In total, Økern day centre has day places for 7 users with dementia, and Sofienberg day centre has day places for 12 users. The users shall be picked up and delivered all business days outside of Saturday and Sunday. Tenderers shall ensure daily transport of elderly persons between their residence and the following two day centres: Økern Day Centre (Kingosgate Residential and Rehabilitation Centre), Kingosgate 14-16 Sofienberg day centre (sofienberg centre), Helgesensgate 62. To and from Økern Day Centre: · 08:30 with 1 bus that picks up day centre users at their homes and drives them to the day centre within approx. 09:00. They will not be picked up at home until 08:30. · At 14:00, one bus will be picked up for the same people at the day centre and drive them home. To and from Sofienberg day centre · 09:00 with 1 bus that picks up day centre users at their homes and drive them to the day centre within approx. 10.00. · At 14:45 a.m., one bus will pick up the same people at the day centre and drive them home. There are up to 19 persons each day who shall be picked up and driven to the day centre. The number of persons going to Økern day centre and Sofienberg day centre will vary. The parties to the contract can reach agreement on other times. If the opening hours are changed, the date of transport to and from can be changed accordingly. Both centres are closed on weekends, public holidays, Christmas Eve and New Year's Eve. Before the assignment, employees at the day centres will make the tenderer aware of the needs of each user so that the transport can be adapted to this. It can, for example, be whether the user uses a wheelchair, type of wheelchair, any need for stair climbers, a need to be followed to the entrance door etc. Tenderers will get lists from the day centres with an overview of each user, addresses, any changes to lists and other necessary information about users. There will be some waiting time for the collection, as users may not always be ready on time. The users who use the tender will vary, and for this reason there will be some variation in which addresses the drivers shall collect and deliver users from. Not all users are able to walk by their own help with the vehicles. It is therefore necessary that the users are picked up as close to the entrance door as possible. Some users also have dementia and must be followed to/from a vehicle and their own home.
- Centre for development of the South-East planning regionStrumicaFrist: 14. Apr.
Supply of equipment – EV Chargers
The contract concerns the supply, delivery, installation, connection, testing and commissioning of six fast electric vehicle (EV) charging stations in the SouthEast of North Macedonia, to be installed in the municipalities of Strumica, Gevgelija, Valandovo, Radovish, Dojran and Novo Selo. The charging stations shall be supplied in accordance with the technical specifications defined in the tender documentation and shall fully comply with all applicable EU safety, technical and performance standards. Each charging station will be mounted on an appropriate concrete foundation and connected to the electrical grid, including all necessary civil, electrical and auxiliary works required for full operational readiness. The scope of the contract includes, but is not limited to: • Supply, delivery and installation of the EV charging stations with the technical characteristics defined in the tender specifications; • construction of foundation bases for each charging station; • electrical connection works, including cable lines, disconnection boxes and all required protective elements; • installation of vehicle stop elements and vertical and horizontal traffic signage and markings related to the charging points; • testing and commissioning of the installed equipment to ensure safe and proper operation. The contractor shall also provide training for designated local personnel on the operation and routine maintenance of the charging stations, as well as warranty coverage and aftersales support throughout the warranty period. All required documentation, certificates of conformity, technical manuals and asbuilt documentation must be delivered to ensure correct use, maintenance and longterm functionality of the equipment. Delivery, installation, testing and commissioning of the charging stations must be completed within the timelines defined in the project implementation schedule. The charging infrastructure is intended to promote sustainable transport, encourage lowcarbon mobility and contribute to the development of regional electric vehicle infrastructure.
- Birzebbuga Local CouncilBIRZEBBUGAFrist: 17. Apr.
Tender for the Supply and Delivery of a Five (5) Seater Hybrid Low-Emission Vehicle for the Birżebbuġa Local Council
The subject of this tender is the supply and delivery of a five (5) seater hybrid low-emission vehicle for the Birżebbuġa Local Council. The place of acceptance of the supplies shall be at Birżebbuġa, the time-limits for the execution of the contract shall be six (6) months.
- 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.
- 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 26. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Municipality of Resen.
- 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.