System for electronic Certificates of Origin (e-CO)
KVK issues certificates of origin (preferential and non-preferential, legalizations, and certifications. Approximately 700,000 documents are issued (only digitally) annually. KVK enters into an agreement with a single partner for the new e-CO system.
Angebotsfrist:04. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
KVK issues certificates of origin (preferential and non-preferential, legalizations, and certifications. Approximately 700,000 documents are issued (only digitally) annually. KVK enters into an agreement with a single partner for the new e-CO system.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Kamer van Koophandel
- Veröffentlicht: 12. April 2026
- Frist: 04. Juni 2026
Ausschreibungsbeschreibung
KVK issues certificates of origin (preferential and non-preferential, legalizations, and certifications. Approximately 700,000 documents are issued (only digitally) annually. KVK enters into an agreement with a single partner for the new e-CO system.
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 Ausschreibungen
7- Oslo kommune v/ Renovasjons- og gjenvinningsetatenOsloFrist: 11. Mai
Procurement of consultancy services for the execution of waste analyses.
PURPOSE AND SCOPE The contracting authority shall enter into a framework agreement with a tenderer for consultancy services for planning, implementing and preparing a report for waste analyses. In accordance with the Waste Regulation chapter 10a, REG is obligated to ensure the sorting and material recovery of several waste types. In order to document the sorting requirements, as well as quality requirements and the necessary costs for the collection and waste management in the manufacturer responsibility schemes, it is decisive to have an overview of the composition of the waste in REG ́s different waste streams. There can also be a need for waste analyses or other surveys in order to increase knowledge on the composition of bulky waste, household like business waste or to measure the effect of campaigns etc. The agreement has an annual expected consumption of NOK 1.5 million. The contracting authority draws attention to the fact that the estimate is based on previous consumption and the expected future need. The framework agreement has a maximum value of NOK 12 million. The estimates are only a guideline and are without obligation for the Contracting Authority.
- Tuath Housing Association LtdDublinFrist: 11. Mai
Single Party Framework Agreement for the Provision of Cloud-Based Cost Rental Assessment System under the Competitive Procedure with Negotiation
Tuath Housing Association invites requests to participate in a Competitive Procedure with Negotiation for the establishment of a single-party framework agreement for the provision of a Cloud-Based Cost Rental Assessment System. The objective of this procurement is to appoint a suitably qualified service provider to design, develop, implement, and support a secure, scalable, and user-friendly digital solution to manage the full lifecycle of cost rental housing applications. The system will support application intake, eligibility assessment, document management, communication workflows, case management, reporting, and integration with existing systems. The solution is also expected to incorporate automation and AI-assisted capabilities to improve efficiency, consistency, and decision-making. The contract will have an initial duration of four (4) years, with the option to extend for up to three (3) additional one-year periods (4+1+1+1), subject to satisfactory performance and continued business need. The estimated maximum contract value is €700,000 (exclusive of VAT). This competition will be conducted in two stages: (i) Pre-Qualification Questionnaire (PQQ) stage; and (ii) Invitation to Tender (ITT) stage, including negotiation.
- National Transport Authority_1149Dublin
Single Supplier Framework for the Provision of Multi- Disciplinary Design Services for Bus Depots- PQQ stage
The National Transport Authority (the “Authority”) is seeking an experienced MultiDisciplinary Design Services Partner (“MDDSP”) to provide Multi Disciplinary Design Services for Bus Depots under a single supplier Framework Agreement. The services shall cover all the phases of the delivery of new and/or enhanced bus depot facilities, to support the operation of public bus services in Ireland from concept design/site selection/due diligence/planning all the way through to oversight of construction works. National policies and strategies for the decarbonisation of the transport system includes plans to significantly expand bus services and transition the bus and coach fleet away from diesel fuelled buses to zero emission technologies. In order to support both the expansion and transition to zero emission buses, it is necessary for the Authority to consider the supporting bus depot facilities that are required to deliver an efficient and effective bus system. The current level of bus depot provision will require significant expansion. It will be necessary to ensure adequate provision of electric charging infrastructure at depot locations while also considering the appropriate location of depots to reduce the impact of out of service mileage on the operation of electric bus fleets. It is intended that the Framework Agreement shall be in place for an initial period of four (4) years with the option for the Authority to extend on an annual basis for up to two (2) additional years. The estimated value of this Framework Agreement is €45,000,000. The maximum value of this Framework Agreement is €60,000,000. All interested parties are invited to submit a PreQualification submission in response to this tender competition and full details of this tender competition are provided within the procurement documentation.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
81320368-Implementation of field activities to strengthen competitiveness in selected blue economy value chains in Mozambique
The contractor is responsible for providing the following work packages and for achieving the corresponding milestones in English language: General tasks (no specific output): - Prepare annual reports - Collect data for project monitoring following the guidance by the project M&E specialist - Support in the organization of missions and delegation visits (Deutsche Gesellschaft für Internationale Zusammenarbeit, GIZ, BMZ) - Ad-hoc preparation of targeted updates for requests (e.g. from BMZ) - Contribute to the strategic development of the project approach and partnerships - Participation in project management and coordination meetings - List all inventory items immediately after procurement in a shared document on MS-Teams with GIZ project administration. Work package 1: Development partnerships with lead firms for improved competitiveness The contractor will prepare and facilitate "development partnerships with the private sector" (DPP) between private sector companies in the selected blue value chains and GIZ. The objective of the DPPs is to overall strengthen the competitiveness of partner companies and thereby improve sustainability of the value chain. The selection of the DPPs will be subject to review and approval by GIZ. The contractor will implement GIZ"s contribution to the partnerships as well as the supervision and monitoring of the overall partnership activities. The contractor will implement 10 partnerships with improvements in 2 out of 4 criteria: (1) increased production; (2) increased turnover; (3) new customers; (4) new products in the market. In alignment with GIZ"s "Bankability Process Guidance", the contractor is expected to review and assess the bankability levels of the lead firms, prepare and define their bankability/investment plans and, finally, provide the necessary support in their matchmaking preparation with commercial banks, concessional capital funds, investors, and others. Bankability support facilitates particularly the first two criteria and enhances the sustainability of the work package, which includes an improved business plan, organization of financial planning and accounting documents, participation in business coaching and in matchmaking events or bilateral negotiations with financial institutions and impact investors. Work package 2: Smallholder participation in markets is sustainably increased The objective of the work package is to increase the competitiveness of smallholder producers and to sustainably include them into the value chains of tilapia-aquaculture, artisanal salt production, seaweed farming and artisanal shrimp fishing. The contractor will identify regional production clusters for the selected value chains within the geographical scope of the project, namely: Sofala (coastal districts of Beira, Buzi, Dondo, Machanga); Inhambane (coastal districts of Zavala, Inharrime, Jangamo, Inhambane, Murrumbene, Massinga, Vilankulos, Inhassoro, Govuro); Nampula (Mossuril; Ilha de Moçambique) as well as along the Zambeze River Basin in Tete (Cahora Bassa), Zambezia and Sofala. The regional production clusters will be assessed and rated according to their potential to develop into coordination and service hubs for key actors in the region. Overall, a total of 5.000 smallholder producers will benefit from technical and entrepreneurial training and coaching systems. The goal is to successfully establish and / or strengthen 1.500 smallholder producers by the end of the project, achieving improvement in 2 out of the 4 criteria: (1) investments into their production (e.g. purchasing services, quality inputs, diversification of production, implementing record keeping); (2) increased productivity; (3) increased employment of seasonal workers; (4) improved level of formality of the business. Work package 3: Strengthening input and service provision in the selected value chains The objective of the work package is to train 250 MSME and to improve the competitiveness of 50 MSME that impact the selected value chains. The result is expected to be mainly achieved through business coaching and bankability measures. This work package is split into the following phases (partially in parallel): 1. Needs assessment for service provision for each partnership and target region. 2. Participatory concept development for the work package, involving IDEPA, local authorities and value chain actors. 3. Identification of suitable MSME for training. 4. Identification, preparation and implementation of trainings and coachings necessary to strengthen the service network. Work package 4: Market access and market development The objective of the work package is to increase national demand and market access through marketing campaigns. Together with implementing partners and the responsible government entities, the contractor will identify 2 products that can greatly benefit from positive marketing. They will design and implement a marketing campaign to improve the market uptake of the selected products. Work package 5: Certification & quality management The objective of the work package is to increase international market access and access to finance through certification in support of the competitiveness of companies and producers. In collaboration with IDEPA, the National Institute for Fisheries Inspection (INIP) and other relevant actors, the contractor will analyze the certification needs and priorities in each value chain. Direct certification support to private sector can be covered in DPP work packages. For fisheries and aquaculture, only schemes accredited by the Global Sustainable Seafood Initiative (GSSI) will be supported. The work packages are described in more detail on page 9-15 of the ToR.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 30. Apr.
Fabrication of Reactor Vessel Flow Skirt (RVFS) (Commodity Code MI01) for Poland AP1000® Project
1. Experienced manufacturers / Fabricators capable of fabricating and furnishing the AP1000® RVFS (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. If there are any questions or clarifications needed, please reach out to the contact person listed above. 2. The qualification criteria shall be included in the AP1000 supplier qualification questionnaire, examples thereof include demonstration of: (i) demonstrated experience in furnishing similar components of around 3.4m outer diameter and 0.4m height; (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 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. 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 and we will provide feedback. 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) / (Non-Disclosure Agreement (NDA)). 5. Companies meeting the qualification criteria and who have executed the PIA will be invited to submit a proposal. 6. The Request for Proposal (RFP) shall include the information about award criteria, scope of work, specifications, drawings, datasheets, terms and condition, and schedule data. 7. The Request for Proposal (RFP) document will be for unit one (1) of the three (3) unit project. 8. 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 fabrication drawings and procedures (welding, coating, etc.), work packages (travelers), manufacturing and assembly plans, quality and inspection plan(s), shop lifting and handling plan (including lifting lug design, drawings, calculations, and testing), transportation plan, testing plan, weld documentation, personnel and process qualifications, and schedule. • Preparation of the necessary documentation to support site lifting, handling, and movement plans, including any special instructions or requirements for unloading, hauling, and storage. • Preparation of the necessary documentation to support site assembly. • Details of the joint configuration between the field welded steel components • Process qualification procedure and demonstration plans for critical processes including stud welding, automatic welding, long-seam butt welding, dimensional control, weld repairs, etc. • Fabrication based on the existing Westinghouse fleet design (not based on specific fabricator preferences). • Temporary attachments as required per the fabrication process selected. • Cleaning, marking, painting, packaging. • Non-Destructive Examination (NDE) and other Testing requirements as required by Fabrication Specification. 9. The RFP document will require furnishing of a Parent Company Guarantee if the prequalified Supplier is an affiliate of Parent Company. 10. 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). 11. 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. 12. Any companies that do not meet mandatory compliance requirements in section 3 will be excluded. 13. 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. 14. 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. 15. 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. 16. 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.
- 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.
- 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.
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 04. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Kamer van Koophandel.
- 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.