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: Mo...
Angebotsfrist:30. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
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 a...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: City of Požarevac
- Veröffentlicht: 03. Mai 2026
- Frist: 30. Juni 2026
- Thema: Personenbeförderung
Ausschreibungsbeschreibung
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.
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- Kladovo municipal administrationКладовоFrist: 25. Mai
Entrustment of performing the municipal activity of public bus urban and suburban passenger transport in the territory of the municipality of Kladovo according to the public-private partnership model with elements of a concession
Entrustment of performing the municipal activity of public bus urban and suburban passenger transport in the territory of the municipality of Kladovo according to the public-private partnership model with elements of a concession
- Trstenik MunicipalityTrstenikFrist: 30. Apr.
Granting of a concession for the provision of municipal activity of urban and suburban passenger transportation service within Trstenik municipal limits
Granting of a concession for the provision of municipal activity of urban and suburban passenger transportation service within Trstenik municipal limits
- 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.
- Møre og Romsdal FylkeskommuneMOLDEFrist: 15. Apr.
Procurement of transport services - passenger boat - Hamnsundruta (prekval.)
The Contracting Authority for this procurement is Møre og Romsdal County, for transport, department FRAM. The contract is for the procurement of transport services for the operation of the ålesund-hamnsund connection via Valderøy and Store Kalvøy - hereafter called Hamnsundruta.The contract period is from when the contract is signed until 31.12.2029.The operational period is 01.01.2027 - 31.12.2029.The contracting authority has a unilateral option to extend the contract for 2 years. one year at a time (1+1). The competition will be held as a competition with negotiations. The contract between the Contracting Authority and the Operator will be based on the main principles of a gross contract, which i.a. means that all ticket revenue belongs to the Contracting Authority. The operator will receive a fixed contractual allowance for the execution of the Assignment.
- Bus Eireann/Irish BusDublinFrist: 31. Mai
Annual Readvertisement of Qualification System for the Purchase and or Leasing of Buses and Coaches for Bus Éireann/Irish Bus - (Annual Readvertisement Publication Number 2/8)
Bus Éireann intends to procure low emission coaches and schools buses, and where possible zero-emission coaches with low environmental impact in compliance with the latest EURO VI Regulation. The vehicles will comply, as appropriate, with the EPA’s guidelines on road transport vehicles and the European Communities (Clean and Energy Efficient Road Transport Vehicles) (Amendment) Regulations 2021. To be considered for inclusion on a Qualification Panel(s), applicants must complete the Pre-Qualification Questionnaire (PQQ) providing relevant details in relation to the criteria set out below for assessment. It is envisaged that this qualification system will be used to either purchase and or lease during the five-year term of the Qualification System. Economic operators apply once to qualify onto the panel by providing details of their financial and technical capacity against predefined published Selection Criteria within a PQQ. The Qualification Panel for the Purchase and or Lease of Buses and Coaches will be broken down in to sub categories called Lot 1 – Purchase of Buses and Coaches, and Lot 2 – Lease of Buses and Coaches. Economic operators can apply for the Lot(s) that best reflect their commercial operations. Economic operators must complete a PQQ for the Lot(s) that they wish to qualify to. Only economic operators who satisfy the selection criteria of each individual Lot will qualify on to that Lot. After the initial advertisement, the panel must be advertised annually for the duration of the panel (5 years) to continually inform the market place of its existence. Economic Operators can apply to qualify on to the panel, throughout the duration of the panel. Economic Operators who are already qualified to the panel can also amend their application at any interval should their financial or technical capacity or capability change. Qualifying onto a panel does not guarantee any work and/or contracts to a supplier. There is no obligation to use the Qualification Panel and contracts can be advertised on an individual basis using the Negotiated Procedure. (Annual Republication Number 2/8)
- Opština Stara PazovaStara PazovaFrist: 27. Mai
Public-private partnership with elements of a concession for entrusting the provision of urban and suburban passenger transport services within the territory of the municipality of Stara Pazova
Die Gemeinde Stara Pazova schreibt im Rahmen einer öffentlich-privaten Partnerschaft mit Konzessionselementen den städtischen und vorstädtischen Personennahverkehr aus. Die Vertragslaufzeit beträgt 15 Jahre (180 Monate). Erbringungsort ist das Gemeindegebiet Stara Pazova. Zuschlagskriterium ist das wirtschaftlich günstigste Angebot (Preis 60 Punkte, Qualität 40 Punkte). Die Preisbewertung erfolgt basierend auf den Kosten pro km für Solo- und Minibusse.
- Statens vegvesenMoss
Establishment, operation and maintenance of a 24 hour resting place for heavy transport along the E18 stretch Asker-Sande.
The contracting authority invites tenderers to a competition for the establishment, operation and maintenance of 24 hour resting place(s) along the E18 stretch Asker-Sande. The driving distance from the E18 to the entrance for the actual 24 hour resting place shall be a maximum of 2 km. The contracting authority needs approx. 100 placement places on the stretch. It may be necessary to enter into a contract with several tenderers and/or divide the procurement into different sub-contracts. Each individual 24 hour resting place shall as a minimum have parking places for 15 wagon trains and shall include a service facility with toilets, showers, living rooms and charging stations. Otherwise, the 24 hour resting place shall fulfil the shall-requirements listed in point 3.2. The Contracting Authority prefers large 24 hour resting places and 24 hour resting places that are located on the stretch between Asker-Drammen. The 24 hour resting place shall be ready for opening by 01.09.2027 at the latest and the contract will be valid for ten years from the opening hours. The contracting authority has the option to extend the contract for 1+1 year, so that the total possible lease period is 12 years. The contracting authority will set up a scheme with payment for annual rent, which shall include establishment, as well as operation and maintenance of the 24 hour resting place.
- Port of Helsinki Ltd / Helsingin Satama OyHelsinkiFrist: 29. Mai
Market Dialogue on Ramps and Passenger Boarding Bridges
DESCRIPTION OF THE MARKET DIALOGUE NOTICE This notice is an invitation to a market dialogue concerning the Port of Helsinki Ltd’s (hereinafter the client) upcoming contract works procurements. The purpose of the market dialogue is to survey the market in relation to these contract works procurements. This notice does not initiate any procurement procedure, and therefore it does not constitute a contract notice, a call for competition, or a call for tenders. By means of this notice, the client is only seeking interested economic operators to participate in a market dialogue concerning the content of its upcoming contract works procurements. This market dialogue does not oblige the client to carry out the said procurements, nor are the details described in this market dialogue binding on the client or on any candidates/tenderers in any possible contract notices or calls for competition/tenders that may be published at a later stage. The market dialogue concerns contract works procurements related to the client's development programme. Upcoming procurements in West Harbour (the West Project): A. Berth LJ6 Passenger boarding bridge - a nominated subcontract under the berth LJ6 quay construction contract (main contract), including engineering, procurement and construction Preliminary measurements: - total weight approx. 100 t - passenger gallery in two levels (10,3 & 14,7 N2000) - distance between rails 23m - inclination +-12,50 % B. Berth LJ6 Lower ramp - a nominated subcontract under the berth LJ6 quay construction contract (main contract), including engineering, procurement and construction Preliminary measurements: - total weight approx. 210 t - main dimensions 16,5m x 32 m Upcoming procurement in Vuosaari Harbour: VF3 Berth C. Upper ramp (hydraulically operated linkspan with hinged flap) + lower ramp (hydraulically operated) + fixed elevated ramp section - Engineering, Procurement and Construction type Contract Preliminary measurements - total weight approx. 680 t - 30,5m x 20m (Lower ramp) - 8m x 42m (Upper ramp / linkspan with flap) - 8m x 58m (Fixed elevated ramp section). OBJECTIVES OF THE MARKET DIALOGUE The client’s objectives for the market dialogue are to a) share information about upcoming procurements b) obtain information for preparing the selection and award criteria for the tendering procedures so that they correspond to market conditions and ensure sufficient competition c) obtain information on construction schedules and construction resource availability d) obtain information on issues to be taken into account in design and procurement e) receive comments and ideas related to the implementation of the contracts. DESCRIPTION OF THE MARKET DIALOGUE The client will arrange a market dialogue, in which all economic operators who have expressed their willingness to participate will be invited to a general briefing. The briefing will be held remotely via Microsoft Teams. The briefing lasts about 1.5 hours. The attendees will be provided with the material from the briefing and a voluntary electronic questionnaire to be completed. The electronic questionnaire is described in more detail below under “ELECTRONIC QUESTIONNAIRE”. The client will arrange one-to-one dialogues related to the passenger boarding bridge contract (A) with up to six (6) economic operators, and one-to-one dialogues related to the ramp contracts (B+C) with up to six (6) economic operators. The duration of an individual one-to-one dialogue is a maximum of 1.5 hours. The client will select the economic operators for the one-to-one dialogues in accordance with the following selection criteria: a) sufficient turnover to carry out the respective contracts; and b) sufficient technical competence corresponding to the implementation of the respective contracts (to be demonstrated with reference information by responding to the electronic questionnaire). One-to-one dialogues will be organised at the client’s premises in Helsinki (remote participation is possible where necessary). The recommended maximum number of participants in the one-to-one dialogues is five (5) persons per economic operator. The one-to-one dialogues are divided into two rounds, of which the second round will be held if necessary. The client will decide unilaterally on the need for the second round, but there will be no elimination between the rounds. Timeline of the market dialogue: - public market dialogue notice (Hilma: https://www.hankintailmoitukset.fi/en/), 27 April 2026 - market dialogue briefing (contracts A–C), 12 May 2026 at 13:00 (UTC+3) - one-to-one dialogues, 1st round (contract A), preliminarily in weeks 21–22/2026 - one-to-one dialogues, 1st round (contracts B+C), preliminarily in weeks 21–22/2026 - one-to-one dialogues, 2nd round (contract A), preliminarily in Q4/2026 (if necessary) - one-to-one dialogues, 2nd round (contracts B+C), preliminarily in Q4/2026 (if necessary).
- Dublin Port Company_411Dublin
Provision of Vehicle Leasing and Fleet Management Services for Dublin Port
Dublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve commitments to operational continuity, safe and sustainable port-city relations and compliance with the requirements of the Clean Vehicle Directive, Directive (EU) 2019/1161, Dublin Port Company require the services of a suitably qualified and experienced fleet management company. Requirements will include disposal/recycling of the existing light commercial and passenger car vehicle fleet within the next 2 years and replace with an energy efficient EV, or alternative clean vehicle, LCV/passenger car equivalent. In addition, future management, replacement and disposal of the retained vehicle fleet is a requirement. The replacement interval/timings will be based on the priorities as per table below. The Contracting Entity currently operates a fleet of 24 vehicles which include passenger vehicles and light commercial vehicles which are currently owned and management in-house. The current vehicle fleet operates between 07.00 hours and 19.00 hours, within the confines of the Dublin Port estate the majority of the time, however on occasion may be required to travel outside of the port boundaries to facilitate working requirements (Dublin Inland Port, etc.). The full list of requirements is contained within the procurement document. All responses must be submitted in a zip file format.
- Waterford and Wexford Education and Training Board_110494WexfordFrist: 27. Mai
Single Supplier Framework Agreement for the Supply of Automotive Technician Apprenticeship Equipment and Associated Services for Waterford and Wexford Education and Training Board
This public procurement competition relates to the establishment of a Single Supplier Party Framework ("Framework") for the Supply of Automotive Technican Apprenticeship Equipment and Associated Services to Waterford and Wexford Education and Training Board The tender is divided into 12 Lots. Tenderers may submit proposals for one or more lots and must be clear on which lots they are tendering for in their response. The minimum contract awarded will be one Lot. The quantities may also be varied depending on the funding available. Tenderers may tender for one or several lots.
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 30. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist City of Požarevac.
- 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.