Technical assistance for conference implementation for Helse Sør-Øst RHF
Helse Sør-Øst RHF needs technical assistance (filming/recording) in connection with the implementation of The Patient Safety Week. The progress plan for filming/recordings shall be prepared in cooperation with the Contracting Authority after the contract has been signed.
Angebotsfrist:19. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Helse Sør-Øst RHF needs technical assistance (filming/recording) in connection with the implementation of The Patient Safety Week. The progress plan for filming/recordings shall be prepared in cooperation with the Contracting Authority after the contract has been signed.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: SYKEHUSINNKJØP HF
- Veröffentlicht: 26. April 2026
- Frist: 19. Mai 2026
Ausschreibungsbeschreibung
Helse Sør-Øst RHF needs technical assistance (filming/recording) in connection with the implementation of The Patient Safety Week. The progress plan for filming/recordings shall be prepared in cooperation with the Contracting Authority after the contract has been signed.
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- SYKEHUSINNKJØP HFVADSØFrist: 21. Mai
2624b Radiopharmaceutical
The contracting authority for this competition is Sykehusinnkjøp HF, on behalf of the four regional health authorities in Norway: Helse Sør-Øst RHF, Helse Vest RHF, Helse Midt-Norway RHF and Helse Nord RHF. The contracting authority shall, on behalf of the four regional health authorities (RHF), implement a procurement within Radiopharmaceutical. This applies to PET, SPECT, radiopharmaceutical for therapeutic use and accessories/consumables. See the tender documentation for detailed information. The tender documentation has been revised after dialogue and input from the tenderers.
- Direktoratet for byggkvalitetOsloFrist: 15. Mai
Technical assistance connected to TEK17.
1. General information on the procurement 1.1 The contracting authority The Directorate of Building Quality (DiBK) is a government directorate. The Directorate shall contribute to the construction of secure, environmentally friendly and available buildings, and that the requirements for buildings are followed. 1.2 The objective of the procurement The contracting authority needs general technical assistance in relation to the building engineering regulations (TEK17), with the exception of provisions regarding climate and energy (chapters 14 and 17). The objective of the procurement is to ensure access to relevant professional competence and capacity for continuous and needs managed assistance within TEK17, including consultancy, professional assessments and quality assurance. 1.3 The extent of the procurement The assignment includes technical assistance within one or several chapters in TEK17, including, but not limited to, the following disciplines: • Safety and construction •Fire • accessibility and usability • humidity, inside climate and health. • other relevant technical requirements in TEK17 The assistance can i.a. include professional assessments and advice, quality assurance and review of documentation, participation in meetings and professional discussions, as well as other technical support in accordance with the contracting authority ́s Needs. The assignment will be carried out as ongoing assistance as needed. A guarantee is not given for the volume. 1.4 Estimated value and maximum value The estimated value of the framework agreement is NOK 1,500,000 excluding VAT. The maximum value is NOK 2,000,000 excluding VAT. When if the maximum value is reached, the framework agreement will cease without special notice. 1.5 Duration of the contract The framework agreement period is 4 years from when the contract is signed. 1.6 Sub-tenders and alternative tenders Sub tenders cannot be submitted. Alternative tenders cannot be submitted.
- SYKEHUSINNKJØP HFVADSØFrist: 20. Mai
Gynecological and obstetric products for the companies in Helse Sør-Øst and Helse Midt-Norway
The objective of the procurement is to enter into contracts for Gynaecological and Obstetric products for the specialist health service in Helse Sør-Øst and Helse Midt-Norway. The consumption of products included in the competition is estimated to approx. NOK 12.3 million excluding VAT/annum. The stated consumption is an estimate for information to the Tenderer and is not binding for the future contract volume. The maximum value of the agreement is approx. NOK 60 million excluding VAT for the entire contract period. The procurement is divided into 30 sub-contracts. Tenders can be submitted for one, several or all sub-contracts. A framework agreement shall be signed with one tenderer per sub-contract. The competition is categorised under Medical procurements. Category: 7001000000 Surgical products Procurement group: 7001100000 Urology and gynaecology Tender packages: 7001100100 Abortion suction, 7001100200 slings and stents gynaecology and 7001100500 Gynecology and obstetrics See the Requirement Specification and Price form for a more detailed description.
- Gjesdal KommuneÅLGÅRDFrist: 22. Mai
Consultancy services for the construction disciplines - framework agreement.
Gjesdal municipality invites tenderers to a competition for a framework agreement for consultancy services in the construction disciplines in accordance with NS8402 (consultant assignment in accordance with hours used). Construction management may also be relevant in accordance with NS8403 (Construction management/project management). The contracting authority would like to use the procurement to have external competence for consultancy and engineering design services. The tenderer who is awarded the framework agreement is expected to be operative to join projects immediately after the contract has been signed. The contracting authority needs assistance with planned projects and minor management assignments. Transfer of knowledge so that the municipality can strengthen its own organisation and increase competence for similar projects in the future, is the desired effect of this framework agreement. Tenderers must have the knowledge and capacity to cover the need within the areas/assignments stated in annex 1.
- ForsvarsbyggOSLOFrist: 01. Juni
The Norwegian Defence Estates Agency invites tenderers to a competitive dialogue - Procurement of a MOM system with the accompanying assistance for implementation.
The Norwegian Defence Estates Agency invites tenderers to submit an application for prequalification for a competitive dialogue (two stage procedure), for the following services/projects: Project number 130011 - Procurement of system support for AOM/EAM processes, including implementation assistance. The qualification phase the competition starts with a qualification phase, where all interested tenderers can submit a request to participate up until the deadline stated in the schedule. The enquiry shall be submitted in accordance with the descriptions in this document and the stated qualification requirements that shall be answered. The contracting authority will assess the tenderers ́ qualifications and check that there are no reasons for rejection. Only qualified tenderers can be invited to participate in the dialogue phase. The dialogue phase only qualified tenderers who are invited by the contracting authority will be able to participate in the dialogue. The objective of the dialogue phase is to identify and define how the contracting authority ́s needs can best be fulfilled. The dialogue can be conducted on all sides of the procurement. The contracting authority will request a solution proposal through the dialogue, based on the contracting authority ́s needs. The Norwegian Defence Estates Agency has attached various documents that will be used as a starting point when, together with the qualified tenderers, the dialogue (the next phase) shall present a complete tender documentation.
- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 08. Mai
Recruitment of Technical Assistance Team for the Safe Seas Africa programme
The Western Indian Ocean (WIO) and the Red Sea/Horn of Africa region is of critical importance, as these waterways serve as vital chokepoints connecting the Indian Ocean to the Mediterranean via the Suez Canal. The region has been particularly exposed to maritime threats with direct repercussions on global trade flows and energy security. Most countries of the region are not appropriately equipped and staffed to properly manage their maritime domain or to ensure the monitoring and the security of their national maritime zone of interest and ports' infrastructure, nor do they have the relevant national legislation finalised and updated jurisdictional clauses in place. The region lacks effective maritime surveillance capacity and relies heavily on outside actors to protect maritime commerce and shipping. As a result, much of the WIO regions’ maritime domain remains vulnerable to numerous maritime crimes and threats to port security. European Union (EU) remains the largest partner in the region that is supporting the Coastal States of the WIO region in the combined effort for peace, stability and maritime security. EU is committed to further support the region to strengthen national maritime coordination mechanisms, port and maritime law enforcement capacities and maritime domain awareness, while promoting regional information-sharing and operational cooperation. Emphasis is placed on addressing trafficking networks, enhancing legal frameworks, ensuring effective “legal finish” and aligning actions with regional and international frameworks such as the Djibouti Code of Conduct and relevant IMO conventions. For the smooth implementation of the programme, it is proposed to recruit a Technical Assistance Team (TAT) with the objective to contribute to enhance maritime security and safety of navigation in the WIO and Red Sea/Horn of Africa regions. Overall objective: To support the effective, coherent and results‑oriented implementation of the Safe Seas for Africa programme (SSA) and the Red Sea/Horn of Africa programme, thereby contributing to enhanced coordination of activities to improve maritime security and safety of navigation in the WIO and the Red Sea/Horn of Africa regions. Specific objectives: 1. Programme coordination and coherence: To ensure effective coordination, supervision and coherence of actions implemented under the SSA programme and Red Sea/Horn of Africa programme, including complementarity and synergies among implementing partners (IOC, UNODC, IMO, INTERPOL and others). 2. Ownership and engagement To strengthen monitoring of implementation at country level and support national stakeholders in addressing challenges and enhancing ownership. 3. Links with the regional maritime security architecture To strengthen coordination and cooperation between regional and national partners and the RCOC and RMIFC and support Red Sea/Horn of Africa partner countries in establishing and strengthening links to the two centres, when and if possible. 4. Results‑based management and reporting To ensure results‑based management and strategic oversight of both programmes through systematic monitoring of the logframe indicators, analysis of progress at country and regional level, and provision of evidence‑based recommendations for decision-making and programme steering. 5. Strategic support to the EU To provide continuous technical and strategic support and guidance to the EU in the implementation of the SSA and Red Sea/Horn of Africa programmes, ensuring coherence with wider EU initiatives and policies in the region. The Contracting Authority will be the EU Delegation in Mauritius. Tentatively, the TA team is expected to comprise of a Regional Coordinator / Team Leader, two Coordinators (Indian Ocean and Red Sea/Horn of Africa regions respectively), an Assistant Coordinator. The core Team will be based in Mauritius while the Coordinator of the Red Sea/Horn of Africa region will be based in Nairobi.
- MiljødirektoratetTrondheim
Quality standard wild reindeer - data basis for Delnorm 1 Population performance
The Norwegian Environment Agency (the contracting authority) intends to enter into a one year individual agreement with Stiftelsen NINA for the collection of data basis for the quality standard for wild reindeer. The contract amount is estimated to NOK 3.0 million. The contract shall cover data collection on Lot 1 Population performance a-c for 2026, i.e. calf counts, structure counts and slaughter scales, in all wild reindeer areas. In 2026 data shall be collected, and this data shall be quality assured and processed to the degree necessary, in order to easily be used for the next classification, which we expect will be carried out in 2027. The division of responsibility for data collection was determined in connection with the first classification of wild reindeer areas in 2020. Work is being done in 2026 to put in place a more permanent organisation of the work on the quality norm where a secretariat is established, which can follow the data collection over time. The decision from 2020 means that the task will be solved by NINA, in cooperation with a number of actors. Consideration to the implementation with a consistent methodology is the reason why the contract will be concluded directly with NINA for 2026. The agreement shall include written documentation of the method. The aim is transparency about methodology, and to ensure relatively consistent methodology for counts over time. There will also be an important basic document for assessments and any testing of new methods for counting and for a future announcement of the secretariat function. The Norwegian Environment Agency plans to announce a procurement for a more long-term agreement for the secretariat function for quality norms for wild reindeer, which can also include following the data acquisition over time. This is an intention notice in accordance with the Public Procurement Regulations § 21-5 with a 10 day deadline calculated from the day after this notice has been published. The contracting authority will not enter into a contract until 11 days after publication at the earliest.
- Riihimäen kaupunkiRiihimäki
Implementation of DEFINE defence accelerator for the City of Riihimäki
The City of Riihimäki (hereinafter referred to as the "Customer" or "Contracting Entity") requests your offer for the implementation of a DEFINE defence accelerator for the City of Riihimäki (hereinafter referred to as the "Service") in accordance with this offer request and its attachments. A more detailed specification of the service is provided in Annex 1. The subject of the procurement is the service production for the DEFINE defence business accelerator. The accelerator is part of the DEFINE Scaling Programme and it is partly funded by the Finnish Innovation Fund Sitra. The programme will be running 1/26 – 12/27 and four accelerator batches shall be conducted during that period including proper and professional monitoring, evaluation and learning activities. The goal of the accelerator is to strengthen the Finnish defence and dual-use ecosystem and especially enhance companies’ capacity to grow fast. Other participating cities and regions besides Riihimäki are Espoo, Oulu, Joensuu, Hämeenlinna, Forssa and Tampere. Also, Häme University of Applied Sciences and Metropolia University of Applied Sciences are partners in the programme. The DEFINE defence business accelerator refers to a comprehensive business competence development, training, and advisory service aimed at enabling rapid growth for client companies by facilitating access to financing and defence market entry. The accelerator is targeted to the needs of high-tech enterprises that can operate in both defence and civilian sectors (dual-use). Purely single use defence startups are also warmly welcomed. A strong focus and experience on the field of defence shall be shown by the potential service providers. The key chronological stages of the defence business accelerator are: the initiation phase (content planning, marketing and communication), operative phase (operating four accelerator programs mostly the same content including handling of incoming project flow, organizing applications, organizing the selection of companies and conducting the training), and the evaluation and monitoring phase. The DEFINE accelerator programs are intended to be implemented as customer and partner-oriented training programs, each lasting approximately three months (the supplier of the service may suggest other justifiable timeframes for the duration of each programme), with changing content addressing the needs of programme partners as well as the needs of the market. The programmes will be conducted during the period from spring 2026 to autumn 2027. The training programmes will be held mostly in Riihimäki DEFINE Innovation Hub. This document outlines the framework for the overall bid, which will be further detailed with the selected Service Provider according to the Customer’s (City of Riihimäki) instructions. Moreover, the City of Riihimäki carries out the DEFINE network activities in partnership with the Häme University of Applied Sciences (HAMK). Due to this, student trainees from HAMK as part of their degree contribute to the work tasks of the DEFINE Innovation Hub. Thus, the Service Provider of the DEFINE Accelerator shall note that the HAMK student trainees may contribute to DEFINE Accelerator operations (such as support and assist the selected accelerator companies, event organizing activities in Riihimäki and other supportive tasks) where seen as appropriate and when agreed with the City of Riihimäki. The City of Riihimäki values the Service Provider’s ideas, input and commitment as part of tender for connecting the HAMK student trainees with the companies selected to the DEFINE Accelerator programme. The procurement procedure is an open procedure, and one (1) Tenderer will be selected as the Contract Supplier. The Customer is not committed to buy any quantity of the services. The contract shall not include exclusive rights to supply the service described in the Annex 1. The procurement shall be conducted as a reverse procurement procedure, commonly referred to as a “French contract model,” in which the contracting authority has set a maximum price for the procurement and the comparison of tenders shall be based on qualitative criteria rather than price. The criterion for overall economic advantage in this procurement is based on quality, which has a weight of 100%. The maximum value of the procurement is 240 000€ (VAT 0). The duration of the Agreement period will be 2 years. The offer is binding and must be prepared in English. All requirements concerning the procurement are presented in the offer request and its attachments.
- FMVStockholmFrist: 03. Mai
Diving system for mine clearance operations
The requested product is a diving system for military use including any necessary accessories, documentation and training. The diving system is a self-contained underwater breathing apparatus designed to support military diving operations where consideration regarding acoustic and electromagnetic signatures needs to be taken into account. Its main purpose is to enable human underwater stay, primarily for military use in mine countermeasures (MCM) and explosive ordnance disposal (EOD) missions in harsh conditions such as rough sea, sub-zero temperatures and low-visibility waters. The system consists of a diving apparatus which provides the diver with the proper breathing gas for the depth, and valid information during the dive. The system also logs information from the dive as support in planning of upcoming dives. The system shall be an electronic closed-circuit rebreather (eCCR). Key features of the diving system: Simplicity and ease of use Robustness and suitability for field operations Modularity to adapt to operational requirements Safety Low acoustic and electromagnetic signature Key performance requirements of the diving system: EN 14143 compliance or equivalent for the rebreather part of the system EN 250 compliance or equivalent for any open-circuit part of the system (bail-out) NATO standard AMP-15 compliance or equivalent for acoustic performance NATO standard AEODP-07 compliance or equivalent for magnetic performance Enable repeated operational diving in water temperatures down to –2°C Enable repeated operational diving in air temperatures down to at least –20°C Enable operational diving deeper than 60 msw Oxygen partial pressure control Some or all of the features and performance requirements listed above may be tested and evaluated by the Contracting authority (FMV) at a later stage of the procurement. The diving system shall also be compatible with a custom decompression algorithm provided by the Contracting authority to the winning tenderer. The tenderer must be able and willing to implement this algorithm into the computer of the diving system. Supply contract The expected volume requirement is 100 systems and another 40 as options delivered over four (4) years and first delivery approximately 30 systems one (1) year after signed contract. Framework agreement The procured system will need to be maintained throughout the lifespan of the system. The agreement will most likely include: - technical support helpdesk (telephone) - technical support on site (repairs) - preventive maintenance - spare parts - software updates - education and training - alteration/modification if needed - configuration management and follow-up
- Vestfold fylkeskommuneTØNSBERGFrist: 20. Mai
Market dialogue company health service
INVITATION TO MARKET DIALOGUE Introduction Vestfold fylkeskommune invites suppliers of company health services to a market dialogue. The Contracting Authority is subject to the Public Procurement Regulations (LOA and FOA). In Vestfold County we are responsible for a number of areas that touch people in all their lives. Our organisation consists of approx. 2400 employees with assignments across different areas. Amongst other things, we are responsible for the ten sixth form colleges in the county with more than 8,000 pupils and 1,450 employees. We are responsible for public transport and the county roads, and if you are going to the dentist it is likely that it is one of our 14 dental clinics you visit. Our role also extends far into social development, where we engage in commitment to climate, business, society and plan, culture and cultural heritage. This is one of the things that illustrates the breadth of our multi-disciplinary development organisation. The county is a politically controlled organisation and every fourth year there is a county election. There are a total of 41 members in vestfold county council. The County Council makes decisions on major and principled cases. Objective of the market dialogue The county plans to procure new framework agreements for company health services Q3 2026 and would like, thus, a dialogue with the market. The aim of the market dialogue is to get an overview of what are available and how these can cover the contracting authority ́s needs, expectations and requirements for company health services. Participation in the market dialogue will not obligate either the supplier or the contracting authorities as regards later procurements. The market dialogue is not to be considered as part of the pending procurement processes. Final decisions and choices for the procurement processes have not been made by the publication of the invitation. Practical information about the market dialogue Tenderers are invited to present their services in one-to-one meetings in Vestfold county ́s premises. The exact time for these meetings will be set up after the registration deadline. Implementation of the market dialogue. The dialogue meetings will be held 7 May and 13 May. The meetings will be held at Svend Foyns gate 9, 3126 Tønsberg. The tenderers will have an equal time of 1.5 hours to present their services. Registration Registration deadline: 4 May, 12:00. Meeting requests with agenda for the market dialogue will be sent to the supplier upon registration. All tenderers will have an equal agenda. Please state the company name, name and email address of participants to the market dialogue upon registration. Suppliers will then receive one meeting invitation by email. Registration is to be sent by email to: kristin.froland@vestfoldfylke.no. Costs The parties will be responsible for their own costs connected to the market dialogue. Use of information and confidentiality Information that has been presented in the market dialogue can/will be used in the further work on designing the requirement specifications. The contracting authority is obliged to prevent others from accessing or knowledge of information about technical devices, procedures or operational and business secrets that it would be of competitive importance to keep secret, cf. The Public Administration Act § 13 and the Public Administration Act § 13.
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 19. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist SYKEHUSINNKJØP HF.
- 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.