TII525 - Independent Safety Assessor
An Independent Safety Assessor is required as part of the tram vehicle safety approvals process for the procurement of the new Red Line fleet. This is a mandatory requirement by the Commission for Railway Regulation (i.e. ‘the regulator’). Tenderers are invited to review the ITT documentation and submit their responses...
Angebotsfrist:27. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
An Independent Safety Assessor is required as part of the tram vehicle safety approvals process for the procurement of the new Red Line fleet. This is a mandatory requirement by the Commission for Railway Regulation (i.e. ‘the regulator’). Tenderers are invited to review the ITT documentation and submit their responses via the eTenders...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Transport Infrastructure Ireland (TII)
- Veröffentlicht: 29. April 2026
- Frist: 27. Mai 2026
Ausschreibungsbeschreibung
An Independent Safety Assessor is required as part of the tram vehicle safety approvals process for the procurement of the new Red Line fleet. This is a mandatory requirement by the Commission for Railway Regulation (i.e. ‘the regulator’). Tenderers are invited to review the ITT documentation and submit their responses via the eTenders electronic postbox by the stated deadline. Only responses received through the portal will be accepted. Further updates will be provided as the process moves forward, including clarification handling, evaluation planning and the subsequent stages of assessment.
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- Universitätsklinikum Bonn AöRFrist: 30. Apr.
Toxicology and Safety Pharmacology Studies
The University Hospital Bonn aims to progress the investigational compound E4095372 for treatment of helminth infections in humans. For this, the University Hospital Bonn is looking for a contract research organization (CRO) to conduct GLP safety and toxicology studies in rats. The maximum treatment time will be 28 days. The entire process will be awarded to the CRO as a single-phase contract. A Master Service Agreement (MSA) or framework agreement is preferred to facilitate the commission of the required work packages in form of Statements of Work (SoWs). There will be a commercial agreement and an additional quality assurance agreement.
- Technological University Dublin (TU Dublin)Dublin
Multi Party Supplier Framework for the provision of Fire Safety Consultancy Services for Technological University Dublin.
Multi Party Supplier Framework for the provision of Fire Safety Consultancy Services. Proposed initial project Fire Safety Consultancy Services for Linenhall. Please be advised there is a Mandatory site visit for this competition. See tender documents for details.
- NLSH ohf.ReykjavíkFrist: 27. Apr.
Hospital Modular Room System (MRS) for NLSH
The New National Hospital (NLSH) project reg.nr. 500810-0410 in Iceland hereby invites interested tenderer's to participate in this invitation to tender (ITT) for The New National Hospital regarding the purchase of a hospital modular room system (MRS) for four areas in two of the new hospital buildings. The following project description, terms, and conditions of this tender process provide information on the project, the procurement process and the rules that apply in the execution of the procurement process. The Tenderer shall be the main manufacturer of the products requested (the modular room systems), but the use of subcontractor(s) by the Tenderer will be accepted in the implementation of the total systems if the subcontractor also fulfils the participation criteria where specified, and the subcontractor(s) is/are approved by NLSH. Please note that the tender process and the contract period will be governed by the international standard FIDIC Conditions of Contract Contract for Plant and Design-Build, specifically the 2nd Edition (2017, reprinted with amendments in 2022), along with the NLSH Particular Conditions of Contract. A contract will be made with one (1) supplier. A contract in writing with a successful Tenderer will be prepared by the Purchaser. Transfer of contractual rights and obligations to Landspitali from NLSH will take place upon handover of the building. This ITT is made by the Purchaser. Every attachment/appendix referred to is a part of this ITT and by submitting a tender, Tenderer confirms to have read this Invitation to Tender and agrees to all terms. The Tenderer shall give a response to all requirements and state where the Purchaser can verify its compliance with the Tender. Tenders are only submitted electronically on TendSign.is. The Tender shall encompass a comprehensive solution, leaving no deficiencies for the Tendered solution to be fully functional without any additional costs or additions. NLSH in Reykjavik, Iceland, is the owner of this project and the Purchaser in this tender process. Further information on the New Hospital project can be found on our project website here.
- Ulster WildlifeBelfastFrist: 07. Mai
PP00411 PEAT+ Financial Oversight, EU Compliance and Independent Chair Services
Ulster Wildlife invites tenders for the provision of Financial Oversight, PEACEPLUS Funding Compliance, Financial Claims Review, Procurement Assurance and Independent Chair Services for the PEAT+ Project (PP00411), a cross-border peatland restoration project led by Ulster Wildlife. PEAT+ is a project supported by PEACEPLUS, a programme managed by the Special EU Programmes Body (SEUPB).
- Bærum kommuneSANDVIKAFrist: 02. Juni
Snow clearing and gritting on municipal road areas
There is a need for 24 hour stand-by in the winter season every year for snow clearing, milling and gritting on five routes: lot 8, 20, 33, 41 and 50. The services that are set up on days outside the stand-by period can be required. The requirements for stand-by and set response and execution times apply, however, only for stated periods. See the contract ́s annex 1 Contract provisions part B Special contract provisions for further description of assignments and requirements for execution, as well as the requirements for vehicles, machines and equipment. The areas of the area are scattered in the municipality. The nature of the routes are of different types. See the overview here and annex 4 Route list for details.
- Limerick City and County Council_103432Limerick.Frist: 30. Apr.
Limerick City and County Council Road Safety Audit Services Framework
Limerick City and County Council require Road Safety Audits (RSA) to be carried out on schemes of various sizes and complexities. The RSA requirements are defined within NGS Circular 3 of 2022. LCCC are inviting applicants to tender rates for the provision of these services for projects throughout Limerick City and County generally on Regional and local roads. The purpose of this tender is to prequalify and rank a number of Road Safety Auditors, for the Roads Department and Municipal District Offices of LCCC to select from the qualified tender list in order as and when required.
- Limerick City and County Council_103432Limerick.
Foynes to Limerick Road (including Adare Bypass) Independent PSCS Services
Limerick City and County Council in partnership with Transport Infrastructure Ireland (TII) propose to carry out the procurement, construction and implementation phases of the Foynes to Limerick Road (including Adare Bypass). The Foynes to Limerick Road (including Adare Bypass) comprises the construction of approx. 15.6km dual carriageway and approx. 17.5km motorway (approx. 33km long) and all ancillary works. The Consultant shall be required to carry out and fulfil the duties of Independent Project Supervisor for the Construction Stage (PSCS) in respect of all enabling works and advance contracts being carried out in advance of the main construction contract for the Foynes to Limerick Road (Including Adare Bypass) road Project. The successful Tenderer will be appointed as Independent PSCS in respect of the planned enabling and advanced works.
- SamferdselsdepartementetOSLO
Review of postponement of double track against Hamar and learning across major investment projects
The Ministry of Transport refers to the delay connected to the project Sørli-Åkersvika and any consequences for the development of Hamar station. The Ministry will, as a follow-up of this, carry out an external review with the main aim of identifying learning points. The review consists of two parts, but is delivered together. The first part shall map and evaluate decision processes and information flow connected to the delay of the project Sørli-Åkersvika and any consequences for the development of Hamar station. The review shall: • Assess whether the decision and contract process, as well as information flow have been in accordance with the current guidelines, contracts, agreed processes and management system, both internally in Bane NOR, between Bane NOR and the Norwegian Railway Directorate and internally in the Norwegian Railway Directorate. • Assess whether there is a need to adjust the guidelines and the management system and/or implement measures to ensure better compliance with Bane NOR and the Norwegian Railway Directorate. • Identifying learning points The second part shall evaluate whether Bane NOR ́s internal management systems (including a project model) are sufficient to ensure control of costs, risks and progress in major development projects. The review shall be directed towards the following three cases – the development of the Dovre Line, the Trønder Line and the Vestfold Railway. The review shall also map and assess how the recommendations from relevant reviews in recent years, including the Follobane review from 2023 and the Auditor General's report from 2024 on investment projects, have been followed up, whether the measures implemented are sufficient and whether there is a need for other/new measures to remedy the challenges of delays and increasing costs in major investment projects. The first draft of the report shall be submitted by 14 August 2026, and the final report will be submitted by 4 September 2026. The upper financial limit is NOK 4 million excluding VAT.
- TEKNOLOGIAN TUTKIMUSKESKUS VTT OYVTTFrist: 25. Mai
DUV Stepper 200mm
THE OBJECT OF THE TENDER PROCESS The object of the procurement is DUV Stepper 200 mm. The technical specification of the object of the tender and its minimum requirements is described in more detail in this Annex 1 of the invitation to tender. The tendered Tool must comply with all technical properties and functionalities, performance specifications and acceptance criteria as set out in Annex 1 and Annex 2 (“Facilities, materials and connector types”). A tender which does not meet one or more of the requirements specified in the Annex 1 and Annex 2, may be rejected for failing to comply with the call for tenders. The comparison criterion for the tenders is economic advantageous (see section "Grounds for decision") with 80 % price weighting and 20 % quality weighting. A reference price has to be given for the equipment that meets all the requirements set in the invitation to tender, especially its Annex 1. Partial tenders will not be accepted. NON-MANDATORY OPTIONAL FEATURES Please see Annex 1 section 2.7 of the invitation to tender.
- National Paediatric Hospital Development BoardDublin
HSE DPS National Mini-Competition for the Provision of Surgical Theatre and Ophthalmic Instrument Sets, initial requirements for the New Children’s Hospital (nch), Dublin 8
Mini-competition for all appointed Suppliers at the time of publish. The initial requirement is to purchase Surgical Theatre and Ophthalmic Instrument Sets for Paediatric Surgical Services at the new children’s hospital which is currently under construction at the St. James Hospital campus. For this tender process the HSE is the Contracting Authority for the Equipment and the initial requirements for the new children’s hospital will be drawn down by the National Paediatric Hospital Development Board (NPHDB*). Tenderers may tender for each of the full sets and quantities required in each of the Lots specified. However, Tenderers should only submit responses for Lots where they can meet the full requirements of the sets and quantities specified. It is accepted that Tenderers may need to collaborate with multiple manufacturers to fulfil the requirements within each Lot.
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 27. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Transport Infrastructure Ireland (TII).
- 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.