Tank Cards & EV charging passes
The purpose of this tender is to establish one or more framework contracts, valid for five years, for the supply of fuel cards and EV charging passes for both employee vehicles and utility vehicles within Fluxys. The scope includes the provision of fuel (petrol and diesel), EV charging, and related products and service...
Angebotsfrist:10. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The purpose of this tender is to establish one or more framework contracts, valid for five years, for the supply of fuel cards and EV charging passes for both employee vehicles and utility vehicles within Fluxys. The scope includes the provision of fuel (petrol and diesel), EV charging, and related products and services—such as AdBlue—...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Fluxys Belgium n.v.
- Veröffentlicht: 03. Mai 2026
- Frist: 10. Juni 2026
- Thema: Fuhrparkmanagement
Ausschreibungsbeschreibung
The purpose of this tender is to establish one or more framework contracts, valid for five years, for the supply of fuel cards and EV charging passes for both employee vehicles and utility vehicles within Fluxys. The scope includes the provision of fuel (petrol and diesel), EV charging, and related products and services—such as AdBlue—as well as the facilitation of toll payments in Belgium and across Europe for about 600 vehicles.
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
7- Climate Action AuthorityBirkirkara
Procurement of the Service to Install, Onboard, Operate and Maintain additional charging units to the National Public EV Charging Infrastructure Network
negotiated contract for the installation, onboarding, operation and maintenance of additional electric vehicle (EV) charging units for integration into the National Public EV Charging Infrastructure Network via the Government’s Charge My Ride (CMR) platform in line with regulation Regulation 154 (1) (b) (ii) of the Public Procurement Regulations S.L 601.03
- 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.
- 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.
- Arbeids- og inkluderingsdepartementetOslo
Working life privacy
In working conditions, employers will need to process personal information about their employees in a number of connections, including, among other things, in connection with normal personnel administration, such as payroll payments and follow-up of sick reports. If the employer implements control measures against their employees, it will also often involve the processing of personal data. Employers often put digital tools such as PCs and mobile telephones at their disposal, which are used both at work and privately. Increased use of digital work tools and KI at work/work gives both possibilities and challenges. This all raises privacy issues. In the 2024 national digitalisation strategy, one of the measures is that the government will "review and evaluate how privacy is safeguarded for workers." The Ministry of Labour and Inclusion is hereby highlighting a mapping of various problems connected to privacy in working life. The assignment will be valid from signing the contract until the final report was submitted 15 March 2027, with an upper financial limit of NOK 1,500,000 excluding VAT. See annex 1 of the contract for further details on the delivery.
- Dublin Port Company_411DublinFrist: 01. Mai
Provision of Fuel Oil Supplies at Dublin Port Ireland
Dublin Port Company (DPC) The Contracting Entity proposes to engage in a competitive process for the establishment of single party framework agreement to provide Fuel Oil Supplies to the Dublin Port Estate. The requirements cover the following: Deliveries of Marine Gas Oil (Gas Oil – Low Sulphur) for Vessels; Buildings and Miscellaneous Back Up Generators; Deliveries of Kerosene for Buildings; Other fuels may be required. To promote responsible and sustainable www.dublinport.ie. supply chain practices in line with industry best practice, DPC has partnered with Achilles, a leading global provider of supply chain risk management services. Achilles Supply Line has operated in Ireland for over 25 years and will be used as a qualification system for this competition. DPC is conducting its qualification stage for this competition via the Achilles Supply-Line Platform. Dublin Port may invite all qualified firms to tender, or reserves the right to carry out a further qualification stage to reduce the number of firms to be invited. To express interest and participate, please register, subscribe and complete your questionnaire as detailed below. Organisations that are not currently registered on Achilles Supply-Line are invited to express their interest by contacting via email zoe.eccleson@achilles.com or tom.barrett@achilles.com directly via phone at +44 (0) 1235 861118 and to register for the Supply-Line Silver Plus membership via the following link - https://my.achilles.com/join-community?communitycode=SUP&lang=en-gb&buyerid=00013760&minimumpackage=SLP. Organisations already registered on Achilles Supply-Line must ensure that: (i) their registration is valid; (ii) the relevant codes listed below are included in their profile, and (iii) their questionnaire information is complete and up to date. The relevant Supply-Line codes are: 1.10.18.0 Fuel Oil; 1.10.18.2 Heavy Oil; 1.10.18.3 Kerosene; 1.10.18.4 Light Oil; 1.10.18.4 Low Sulphur Diesel; 1.10.18.7 Road Diesel; 1.10.11.1 Petrol; 1.10.11.5 Petrol – Unleaded;
- City of PožarevacCity of PožarevacFrist: 30. Juni
The entrustment of the performance of the activity of urban and suburban passenger transport on the territory of the City of Požarevac through a public-private partnership with elements of concession
The City of Požarevac is announcing an open public call for the entrustment of urban and suburban line passenger transport on its territory through a Public-Private Partnership (PPP) with elements of concession. Concession duration: 10 years. Main CPV code: 60112000 – Public road transport services. Award criterion: Most economically advantageous tender based on the offered price (excluding VAT). Key Requirements for Bidders Bids must be submitted electronically via the Public Procurement Portal of the Republic of Serbia. The bidder (economic operator) must meet the following qualitative selection criteria: Experience Requirement The bidder must have, in the last five years, successfully performed (or is currently performing) public line passenger transport services within a PPP (with or without concession elements) on the territory of at least three local self-government units, of which at least one has more than 50,000 inhabitants. Proof: Reference list with detailed confirmations from contracting authorities (on official forms or equivalent), including contract copies. Human Resources Minimum 2 graduated traffic engineers (at least one in road traffic) 1 person with a certificate of professional competence for managing passenger road transport Minimum 45 bus drivers with valid category D license (held for at least 3 years), CPC qualification card, and valid medical certificates 3 mechanics, 2 locksmiths, 1 auto electrician 1 OSH (occupational safety and health) specialist 1 tachograph workshop technician (or contract with an authorized company) Fleet and Technical Equipment (as of bid opening date) At least 26 vehicles not older than 10 years (based on year of manufacture): 14 buses + 4 reserve buses (minimum 22 seats excluding driver), fully adapted for persons with disabilities 8 minibuses (maximum 22 seats excluding driver) All buses must have air conditioning, illuminated destination boards (front, side, rear), and a GPS-based real-time traffic monitoring system. Vehicles must be uniform in color at the start of operations. Throughout the 10-year contract, the private partner must maintain the fleet with vehicles no older than 10 years by regular replacement. Additional Infrastructure Parking space for at least 26 vehicles in Požarevac (with proper surface, lighting, water/electricity access, and sanitary facilities) Service workshop with minimum 4 hoists (or cooperation contract) Bus station with minimum 5 platforms (ownership, lease, or usage contract) One tow truck and one specialized field service vehicle Quality and Environmental Standards Valid certificates (or equivalent): ISO 9001 (Quality Management) ISO 39001 (Road Traffic Safety) ISO 45001 (Occupational Health & Safety) ISO 14001 (Environmental Management) All certificates must be valid on the day of bid opening. Financial Guarantees Bid security: Bank guarantee of 0.1% of the offered value (valid min. 90 days) Performance guarantee: 0.5% of contract value (delivered within 15 days after contract signing) Tender Documentation is available free of charge at: https://jnportal.ujn.gov.rs/ Submission deadline: 60 days from publication (until 14:00 on the 61st day). Bids must be prepared in Serbian language. The entire procedure is conducted in Serbian. This PPP project offers a long-term opportunity for a qualified private partner to operate and modernize the public passenger transport system in the City of Požarevac.
- 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.
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 10. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Fluxys Belgium n.v..
- 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.