Corona Tender Results
Landkreis W Rzburg Tender Result
Result Stage: Awarded (AOC Available)
Germany
Wachsende Aufgabenfelder und damit verbunden mehr Mitarbeiter*innen sorgen für eine akute Raumnot im Landratsamt Würzburg. Gerade die personelle Verstärkung des Gesundheitsamtes im Zuge der derzeitigen Corona-Pandemie zeigt auf, dass es an dringend benötigten Büro-, Grün und Parkierungsflächen fehlt. Darüber hinaus will der Landkreis Dienstleister für die Menschen und die Gemeinden sein. Dafür braucht es motiviertes Personal, Ideen für das Arbeiten der Zukunft und eben Räume zum Verwirklichen dieser Aufgaben. Ein gutes,auch räumlich gutes Arbeitsumfeld, ist gerade in der Zeit der immer schwierigeren Personalgewinnung ein wichtiger Baustein, um die personelle Zukunftsfähigkeit des Landratsamtes langfristig zu sichern. Der Erweiterungsneubau mit ca. 220 zusätzlichen Arbeitsplätzen soll am Standort Zeppelinstraße 15 in Würzburg neben dem Denkmalgebäude errichtet werden. Der Kreistag hat mit großer Mehrheit die Errichtung eines Ergänzungsbaus mit Grünflächen, Aufenthaltsqualität und Tiefgarage am Standort Zeppelinstraße 15 beschlossen. Zudem stellte der Kreistag die notwendigen Haushaltsmittel in den Jahren 2021 bis 2026 zur Verfügung. Der Wettbewerb wurde als Nicht offener Realisierungswettbewerb gemäß den RPW 2013 ausgelobt. Dem Wettbewerb wurde ein Bewerbungsverfahren vorgeschaltet. Zum Wettbewerb wurden max. 15 Teilnehmende zugelassen. Davon wurden 6 Teilnehmer vom Auslober vorab benannt. Die Verfasser*innen blieben bis zum Abschluss der Preisgerichtssitzung anonym. Nach Abschluss des RPW-Planungswettbewerbs wurde im Wege eines VgV-Verhandlungsverfahrens ohne Teilnahmewettbewerb eine Generalplanendenvergabe (GP-Vergabe) durchgeführt. Bestandteil der Vergabe waren: 1. Objektplanung, §34 HOAI 2. TGA, §55 HOAI, Alg 1-8 3. Tragwerksplanung incl. Spezialtiefbau, §51 HOAI 4. Freianlagenplanung, §39 HOAI 5. Bauphysik, Anlage 1 HOAI 6. Brandschutzplanung gem. AHO Heft 17 Die Eignung im Hinblick auf die im VgV-Verhandlungsverfahren ausgeschriebenen Generalplanerleistung wurde unter Berücksichtigung sämtlicher erforderlicher Planungsdisziplinen gemäß § 122 GWB i. V. m. §§ 42 ff., 75 VgV geprüft.
Contract Date14 Feb 2023
Contract AmountEUR 4 Million (USD 4.2 Million)
JUDETEAN CLINIC HOSPITAL DE URGENTA BRASOV - Romania Tender Result
Result Stage: Awarded (AOC Available)
Romania
Produsul care face obiectul acestei achizitii este Ecocardiograf de înaltă performanță cu traductor pentru ecografie transesofagiană. Existența unui Ecocardiograf de înaltă performanță cu traductor pentru ecografie transesofagiană este necesar în cadrul departamentului de Terapie Intensivă Coronarieni deoarece în acest moment nu există în spital posibilitatea efectuării unei ecocardiografii de înaltă performanță și contribuie la creșterea acurateții diagnosticului, creșterea eficienței să a calității actului medical, la creșterea performanței actului medical, precum și posibilitatea participării la studii și comunicări de cazuri impuse de Societatea Europeană de Cardiologie. Spitalul Clinic Județean de Urgență Brașov, este o unitate sanitară publică cu personalitate juridică, în subordinea Consiliului Județean Brașov, având ca ca obiect de activitate furnizarea de servicii medicale de urgență și își desfășoară activitatea în conformitate cu prevederile Legii 95/2006 privind reforma în domeniul sănătății, cu modificările și completările ulterioare. Cerinţele impuse sunt minimale si obligatorii. Oferta care nu respectă cerințele obligatorii prevăzute în caietul de sarcini va fi considerată neconformă şi va fi respinsă. Specificațiile tehnice care indică un anumit producător, o anumită origine sau un anumit procedeu ori care se referă la mărci, brevete, tipuri, la o origine sau la o producție specifică sau la standarde sunt menționate doar pentru identificarea cu ușurință a caracteristicilor produselor ce urmează a fi achiziționate și NU au ca efect favorizarea sau eliminarea anumitor operatori economici. Aceste specificații vor fi întotdeauna considerate ca având mențiunea « sau echivalent ».
Contract Date6 Jul 2023
Contract AmountRON 1.3 Million (USD 288.1 K)
Sports Authority Of India - SAI Tender Result
Goods
Agriculture or Forestry Works...+1Housekeeping Services
GEM
Result Stage: Awarded (AOC Available)
India
CATEGORY: Complete maintenance of the entire garden features having
as per yard stick in the garden area , Complete
maintenance of shrubs , Cutting of hedge Edge , Topary
cutting shaping of plants , Maintenance of Potted Plants at
Nursery in Earthen Pot , Maintenance of potted plant
Earthen pot in displayed at ground floor , Supplying and
stacking at site including royalty and carriage , Providing
and planting Bougainvillea , Providing and planting Hamelia
patens , Providing and planting Calliandra hybrid , Providing
and planting Tabernaemontana coronaria , Providing and
planting Hibiscus variegated , Providing and planting
Tecoma gaudichaudi , Providing and displaying of Araucaria
cookie plant , Providing of Areca Palm plant , Providing of
Croton petra Bangalore variety plant , Providing and
displaying of Money Broad Leaves mounted on moss stick ,
Providing and displaying of Dahila double Kenya varieties in
different color well developed , Providing and displaying of
Chrysanthemums double variety well developed , Providing
and displaying of poinsettia dwarf multi hea , Providing and
displaying of Dianthus dwarf in different color healthy bloom
, Providing and displaying of marigold jaffri , Providing and
displaying of marigold , Providing and displaying of pansy
hybrid sakata , Providing and displaying of petunia hybrid ,
Providing and displaying of salvia , Providing and displaying
of salvia red hybrid dwarf variety , Providing and displaying
of stock double white color dwarf , Providing and displaying
of tapioca variegated , Providing and displaying of kochia
well developed with fresh , Providing and displaying of vinca
different color , Providing and displaying of portulaca hybrid
, Providing and displaying of different hybrid seasonal plants
, Removal of Horticulture waste outside the stadium
premises
Contract Date29 Feb 2024
This is an estimated contract date, exact date may vary.
Contract AmountINR 1.9 Million (USD 23.8 K)
Landkreis Gifhorn Tender Result
Result Stage: Awarded (AOC Available)
Germany
Die Stadt Wittingen wird die ehemaligen Liegestelle des WSA Mittellandkanal/Elbe-Seitenkanal (ehem. WSA Uelzen) im Hafen Wittingen erwerben und in den Umschlagshafen einbeziehen. Die ehem. Liegestelle befindet sich nördlich des eigentlichen Hafens am Elbe-Seitenkanal zwischen den ESK-km 38,700 und 38,900. Der Umschlag im Hafen wird durch die Port Logistics Wittingen vorgenommen, die aufgrund einer vertraglichen Vereinbarung das alleinige Umschlagsrecht besitzt. An der PLW ist die Stadt zu 50 % beteiligt. Im Hafen werden jährlich zwischen 250.000 - 350.000 t. umgeschlagen (hauptsächlich Massengüter). An der bestehenden Liegestelle (ca. 200 m Länge) wurde diverse Beschädigungen festgestellt. Diese umfassen Korrosionsschäden der Spundwand, die bei einer Tauchuntersuchung vorgefunden wurden sowie eine Vielzahl von Beschädigungen am Holmgurt. Mit einer späteren Nutzung als Umschlagsbereich sind weitaus höhere Belastungen der Spundwandkonstruktion verbunden, die es erforderlich machen, die Spundwand einschl. der vorgelagerten Bereiche grundlegend einer Sanierung zu unterziehen. Ziel der Sanierung ist die Herstellung der Standsicherheit und der Gebrauchstauglichkeit der Anlage, um eine langfristige Funktionalität herzustellen. Zudem wird die Sanierung in der Weise erfolgen, dass im gesamten Bereich später Schwergut umgeschlagen werden kann. Ein weiterer Projektschwerpunkt ist die Oberflächenentwässerung und die Geländeanpassung. Der zu sanierende Teilbereich liegt gegenwärtig ca. 1,20 m unterhalb des östlich angrenzenden Geländes. Es ist vorgesehen, die Oberkante des Geländes und somit auch die der Spundwand um einen Meter auf 67,00 m NHN anzuheben. In diesem Zusammenhang sind die Voraussetzungen für eine Überfahrung der östlich gelegenen Gleisanlage, die von der Osthannoverschen Eisenbahnen AG, Celle betrieben wird, zu schaffen. Das Projekt wird nach gegenwärtigem Stand mit Mitteln des Landes Niedersachsen nach der Richtlinie über die Gewährung von Zuwendungen zur Förderung von Infrastrukturmaßnahmen und Ausbaggerungen in See- und Binnenhäfen zur Abmilderung der Folgen der Corona-Pandemie (RL Sonderprogramm Häfen) vom 14.08.2020 gefördert.
Contract Date10 Jan 2022
Contract AmountEUR 188.5 K (USD 200.6 K)
Higher Education Department Tender Result
Goods
GEM
Result Stage: Awarded (AOC Available)
India
BOQ ITEMS: As per item number 1 under Head PAINTING SETS in Annexure 7 of specification document, As per item number 2 under Head PAINTING SETS in Annexure 7 of specification document, As per item number 1 under Head CATH SET in Annexure 7 of specification document, As per item number 2 under Head CATH SET in Annexure 7 of specification document, As per item number 3 under Head CATH SET in Annexure 7 of specification document, As per item number 1 under Head STERNAL SAW SET in Annexure 7 of specification document, As per item number 2 under Head STERNAL SAW SET in Annexure 7 of specification document, As per item number 3 under Head STERNAL SAW SET in Annexure 7 of specification document, As per item number 1 under Head MICRO SET in Annexure 7 of specification document, As per item number 2 under Head MICRO SET in Annexure 7 of specification document, As per item number 3 under Head MICRO SET in Annexure 7 of specification document, As per item number 4 under Head MICRO SET in Annexure 7 of specification document, As per item number 5 under Head MICRO SET in Annexure 7 of specification document, As per item number 6 under Head MICRO SET in Annexure 7 of specification document, As per item number 1 under Head CORONARY SET in Annexure 7 of specification document, As per item number 2 under Head CORONARY SET in Annexure 7 of specification document, As per item number 3 under Head CORONARY SET in Annexure 7 of specification document, As per item number 4 under Head CORONARY SET in Annexure 7 of specification document, As per item number 5 under Head CORONARY SET in Annexure 7 of specification document, As per item number 6 under Head CORONARY SET in Annexure 7 of specification document, As per item number 7 under Head CORONARY SET in Annexure 7 of specification document, As per item number 8 under Head CORONARY SET in Annexure 7 of specification document, As per item number 9 under Head CORONARY SET in Annexure 7 of specification document, As per item number 10 under Head CORONARY SET in Annexure 7 of specification document, As per item number 11 under Head CORONARY SET in Annexure 7 of specification document, As per item number 1 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 2 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 3 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 4 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 5 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 6 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 7 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 8 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 9 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 10 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 11 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 12 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 13 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 14 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 15 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 16 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 17 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 18 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 19 under Head FINE INSTRUMENT SET in Annexure 7 of specification document, As per item number 1 under Head LEG SET in Annexure 7 of specification document, As per item number 2 under Head LEG SET in Annexure 7 of specification document, As per item number 3 under Head LEG SET in Annexure 7 of specification document, As per item number 4 under Head LEG SET in Annexure 7 of specification document, As per item number 5 under Head LEG SET in Annexure 7 of specification document, As per item number 6 under Head LEG SET in Annexure 7 of specification document, As per item number 7 under Head LEG SET in Annexure 7 of specification document, As per item number 8 under Head LEG SET in Annexure 7 of specification document, As per item number 9 under Head LEG SET in Annexure 7 of specification document, As per item number 10 under Head LEG SET in Annexure 7 of specification document, As per item number 11 under Head LEG SET in Annexure 7 of specification document, As per item number 12 under Head LEG SET in Annexure 7 of specification document, As per item number 13 under Head LEG SET in Annexure 7 of specification document, As per item number 14 under Head LEG SET in Annexure 7 of specification document, As per item number 15 under Head LEG SET in Annexure 7 of specification document, As per item number 16 under Head LEG SET in Annexure 7 of specification document, As per item number 17 under Head LEG SET in Annexure 7 of specification document, As per item number 18 under Head LEG SET in Annexure 7 of specification document, As per item number 1 under Head VALVE SET in Annexure 7 of specification document, As per item number 2 under Head VALVE SET in Annexure 7 of specification document, As per item number 3 under Head VALVE SET in Annexure 7 of specification document, As per item number 4 under Head VALVE SET in Annexure 7 of specification document, As per item number 5 under Head VALVE SET in Annexure 7 of specification document, As per item number 6 under Head VALVE SET in Annexure 7 of specification document, As per item number 7 under Head VALVE SET in Annexure 7 of specification document, As per item number 8 under Head VALVE SET in Annexure 7 of specification document, As per item number 9 under Head VALVE SET in Annexure 7 of specification document, As per item number 10 under Head VALVE SET in Annexure 7 of specification document, As per item number 11 under Head VALVE SET in Annexure 7 of specification document, As per item number 12 under Head VALVE SET in Annexure 7 of specification document, As per item number 13 under Head VALVE SET in Annexure 7 of specification document, As per item number 14 under Head VALVE SET in Annexure 7 of specification document, As per item number 15 under Head VALVE SET in Annexure 7 of specification document, As per item number 16 under Head VALVE SET in Annexure 7 of specification document, As per item number 17 under Head VALVE SET in Annexure 7 of specification document, As per item number 18 under Head VALVE SET in Annexure 7 of specification document, As per item number 19 under Head VALVE SET in Annexure 7 of specification document, As per item number 20 under Head VALVE SET in Annexure 7 of specification document, As per item number 21 under Head VALVE SET in Annexure 7 of specification document, As per item number 22 under Head VALVE SET in Annexure 7 of specification document, As per item number 23 under Head VALVE SET in Annexure 7 of specification document, As per item number 24 under Head VALVE SET in Annexure 7 of specification document, As per item number 25 under Head VALVE SET in Annexure 7 of specification document, As per item number 26 under Head VALVE SET in Annexure 7 of specification document, As per item number 27 under Head VALVE SET in Annexure 7 of specification document, As per item number 28 under Head VALVE SET in Annexure 7 of specification document, As per item number 1 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 2 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 3 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 4 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 5 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 6 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 7 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 8 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 9 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 10 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 11 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 12 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 14 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 15 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 16 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 17 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 18 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 19 under Head PEDIATRIC SET in Annexure 7 of specification document, As per item number 21 under Head CROSS CLAMP SIZES in Annexure 7 of specification document, As per item number 22 under Head CROSS CLAMP SIZES in Annexure 7 of specification document, As per item number 23 under Head CROSS CLAMP SIZES in Annexure 7 of specification document, As per item number 24 under Head CROSS CLAMP SIZES in Annexure 7 of specification document, As per item number 26 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 27 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 28 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 29 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 30 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 31 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 32 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 33 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 34 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 35 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 36 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 37 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 38 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 39 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 40 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 41 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 42 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 43 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 44 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 45 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 46 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 47 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 48 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 49 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 50 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 51 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 52 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 53 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 54 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 55 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 56 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 57 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 58 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 59 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 60 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 61 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 62 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document, As per item number 63 under Head SATINSKY DEBAKEY TANGENTIAL OCCLUSION CLAMPS in Annexure 7 of specification document
Contract Date28 Nov 2022
This is an estimated contract date, exact date may vary.
Contract AmountINR 2.6 Million (USD 31.2 K)
YANCA CITY - Romania Tender Result
Result Stage: Awarded (AOC Available)
Romania
Obiectul contractului îl reprezintă achizitionarea de echipamente IT pentru institutiile de învatamant preuniversitar din Orasul Ianca în vederea desfasurarii in conditii de preventie a activitatilor didactice aferente anului scolar 2020-2021, în contextul riscului de infectie cu coronavirus SARS-CoV2. Dotarea a 2 institutii de invatamant preuniversitar din Orasul Ianca in vederea desfasurarii activitatilor didactice online prin achizitionarea a 1605 echipamente IT. 1.183 buc. tablete 112 buc. laptop-uri 61 buc. sisteme all in one 67 buc. camere web video conferinþa 9 buc. proiectoare 9 buc. ecrane de proiecție de perete 59 buc. table interactive 50 buc. routere wireless 55 buc. tablete grafice Numar zile pana la care se pot solicita clarificari inainte de data limita de depunere a ofertelor/candidaturilor – 18 Raspunsul consolidat al autoritatii contractante la aceste solicitari va fi transmis în ziua a 11 înainte de termenul stabilit in anuntul de participare pentru depunerea ofertelor.
Contract Date4 Jan 2022
Contract AmountRON 1.6 Million (USD 345.7 K)
GGD Regio Utrecht Tender Result
Result Stage: Awarded (AOC Available)
Netherlands
Gezien de onvoorspelbaarheid van het coronavirus, mogelijke andere pandemieën en crisissituaties wil de GGDrU voorbereid zijn. Een belangrijke pijler hierin is het beschikken over voldoende tijdelijk personeel wat ingezet kan worden. Door de grote vraag en benodigde flexibiliteit in de inzet kan de GGDrU het benodigde personeel niet zelf werven en in dienst nemen. Om deze reden is deze aanbesteding uitgeschreven. De GGD wenst met meerdere partijen een raamovereenkomst af te sluiten voor het leveren van het benodigde tijdelijke personeel. De GGDrU kiest ervoor de aanbesteding in drie percelen te verdelen. De reden hiervoor is dat de GGDrU behoefte heeft aan gespecialiseerde partijen zodat de GGDrU de best mogelijk kwaliteit ontvangt. Vandaar dat de GGDrU kiest voor de volgende verdeling: • Uitzendkrachten t/m schaal 8 t.b.v. crisisbestrijding; • Medisch personeel t.b.v. crisisbestrijding; • Detacheringen schaal 9 en hoger t.b.v. crisisbestrijding.
Contract Date1 Feb 2023
Contract AmountEUR 20 Million (USD 21 Million)
MOLDOVA NOVA (Primaria de la ciudad de Moldavia Nova) - Romania Tender Result
Result Stage: Awarded (AOC Available)
Romania
Obiectul contractului îl reprezintă achiziționarea de echipamente IT pentru instituțiile de învățămant preuniversitar din Orașul Moldova Noua în vederea desfășurarii în condiții de prevenție a activităților didactice aferente anului școlar 2020-2021, în contextul riscului de infecție cu coronavirus SARS-CoV2. Dotarea a 3 instituții de învățământ preuniversitar din Orașul Moldova Noua în vederea desfășurării activităților didactice online prin achiziționarea a 1597 echipamente IT. Număr zile până la care se pot solicita clarificări înainte de data limită de depunere a ofertelor – 18 Răspunsul consolidat al autorității contractante la aceste solicitari va fi transmis în ziua a 11 înainte de termenul stabilit în anunțul de participare pentru depunerea ofertelor. Astfel, prin intermediul acestei proceduri se vor achiziționa Echipamentele IT, iar valoarea estimată a contractului este de 2.262.190,40 lei (fără TVA). Contractul se va derula de la data semnării de către ambele părți pe o perioada de 3 luni.
Contract Date25 Jan 2022
Contract AmountRON 1.7 Million (USD 376.4 K)
Eastern Railway - ER Tender Result
Goods
Healthcare and Medicine
Ireps
Result Stage: Awarded (AOC Available)
India
Combo -device (crt-d) With Quadripolar Lv Lead & Accessories 1 .pacing Mode-
dddr, Ddd, Ddir, Ddi, Ddt, Door, Vdd, Vvir, Vvi, Vvt, Voo, Ovo, Voor, Aai,
aair, Aat, Aoo,oao, Aoor. 2. Should Be Capable To Have Anti Trachycardia Pacing
(atp). 3 . Should Deliver Shock With > Or = 35 Joules. 4 .endocardial Electrodes;a)
right Ventricular With Shock Coils. (1).steroid Eluting Or Coated Electrode.(2).
polyurethane & (3).must Be Negotiated With 7f Or Less Pli In Size. B) Atrial: 1 Steroid
eluting Or Coated Electrode. 2.screw In. & 3. Thin Enough To Negotiate With 9f Pli Or
less Ion Size. C) Left Ventricular Electrode With Delivery System: (1) Over The Wire
with Both Stylet And Guide Wire Deliver And (2.) Very Thin Around 4f In Size To Be
lodged In Post-lateral Vein In Coronary Sinus 5. Epicardial Electrode : To Be Given If
endocardial Lv Is Not Possible 06. Delivery System Should Include A Hemostatis
valve B. Peel Away Guiding Catheter And Wire With An Option To Choose From Different
curves Caths And Venogram Apparatus.7. Must Be Supplied With All Necessary
compatible Plis Along With Fluoroscopy Tube Covers. 8. . Must Have At Least 5 Yrs. Of
full Warranty Provided By The Parent Company. And Extended Limited Warranty Fot
03 Years.(international Warranty) 9..the Oem Must Have Registered Office With
service Personal Available Round Clock.
Contract Date21 Feb 2025
Contract AmountINR 1.5 Million (USD 17.8 K)
5231-5240 of 5296 active Tender Results