A Benchtop Nuclear Magnetic Resonance (NMR) spectrometer (80-100 MHz) for undergraduate and postgraduate teaching laboratories
The supply, delivery, installation, testing, and commissioning of a complete and fully operational benchtop Nuclear Magnetic Resonance (NMR) spectrometer system (80-100 MHz) suitable for routine acquisition of multinuclear NMR spectra and suitable for analytical and teaching laboratory applications (structure determina...
Angebotsfrist:19. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The supply, delivery, installation, testing, and commissioning of a complete and fully operational benchtop Nuclear Magnetic Resonance (NMR) spectrometer system (80-100 MHz) suitable for routine acquisition of multinuclear NMR spectra and suitable for analytical and teaching laboratory applications (structure determination). The supply...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Dundalk Institute of Technology_1155
- Veröffentlicht: 21. April 2026
- Frist: 19. Juni 2026
Ausschreibungsbeschreibung
The supply, delivery, installation, testing, and commissioning of a complete and fully operational benchtop Nuclear Magnetic Resonance (NMR) spectrometer system (80-100 MHz) suitable for routine acquisition of multinuclear NMR spectra and suitable for analytical and teaching laboratory applications (structure determination). The supply shall include, but not be limited to, the permanent magnet benchtop NMR unit operating in the range 80-100 MHz, supporting the following nuclei 1H 13C, 19F and 31P, integrated spectrometer console, probe and sample handling components; control workstation or interface; operating and data acquisition/processing software with all required licences; and all associated accessories, cabling and ancillary equipment necessary for the proper functioning of the system. The Goods shall further include all manufacturer documentation, operating manuals, safety documentation and any additional components required to ensure that the system is delivered, installed, tested and commissioned as a fully integrated and operational solution in accordance with the contract requirements, technical specifications, and applicable EU legislation, standards, and health and safety requirements.
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- Melhus KommuneMELHUSFrist: 21. Mai
Procurement of a system for municipal fees and property taxes.
ITMidt shall procure a trade system for municipal duties. The professional system shall be a total system and it shall include systems and modules for handling the invoice basis for municipal services and types of duties. The system shall support tax types such as property taxes, sanitation, sweeping and water and sewage. The system must be integrated with the municipal financial systems that the contracting authority has. Tenderers shall deliver the same, but not common, system for all municipalities.
- Pairc Feirme Leamhchoill Teo T/A Loughwell Farm ParkMoycullenFrist: 30. Apr.
Pairc Feirme Leamhchoill Teo T/A Loughwell Farm Park
Loughwell Farm Park invites tenders for the supply, delivery, installation and commissioning of a commercial-grade outdoor/indoor inflatable park measuring approximately 100ft x 50ft. The equipment is required for use within an established family visitor attraction and must be specifically designed for repeated public use in a commercial setting. Safety is the overriding priority of this contract. The proposed inflatable park must demonstrate the highest standards of safe design, structural integrity, durability, stability and operational reliability, and must be fully suitable for intensive commercial use by children and families. The contract must include the complete inflatable unit, all blowers and associated equipment, anchoring or restraint systems as required, delivery, installation, commissioning, operating instructions, staff handover or training, warranty, and all relevant technical, safety and compliance documentation. The equipment must be suitable for both outdoor and indoor use, subject always to the manufacturer’s operating limits and safety instructions. Tenderers must demonstrate that the proposed inflatable park complies with the recognised safety standards and inspection requirements applicable to commercial inflatable play equipment. In particular, equipment should comply with BS EN 14960, which HSE identifies as the relevant standard for this type of inflatable play equipment. HSE also states that commercial play inflatables should display either a numbered PIPA tag or an ADiPs Declaration of Compliance to show compliance with BS EN 14960, together with written instructions for safe operation. Tenderers must therefore provide full details of compliance with BS EN 14960, together with all relevant inspection and safety documentation, including certification, operating manuals, maintenance requirements, supervision guidance, maximum user numbers, age/height restrictions where applicable, anchoring requirements, and emergency procedures. Full written instructions must be supplied for safe setup, operation, inspection, maintenance and shutdown. HSE guidance also notes that inflatables should not be used in winds above 24 mph / 38 km/h unless the manufacturer sets a lower limit, and safe use depends on proper anchoring, blower checks, pressure checks and written operating procedures. The successful tenderer must also demonstrate relevant experience in the manufacture and/or supply of commercial inflatable play equipment for public use and must provide details of warranty, aftersales support, spare parts availability, delivery timelines and installation arrangements. Award will be based on the most economically advantageous tender, with particular regard to safety compliance, technical suitability, delivery and installation, warranty and aftersales support, and price.
- Trinity College Dublin the University of Dublin_336DublinFrist: 29. Apr.
Integrated Measurement System for 2D/3D Fluid/Particle Velocity and Surface Deformation (2D/3D-PIV-DIC) for Trinity College Dublin (TCD)
The Department of Mechanical, Manufacturing and Biomedical Engineering in Trinity College Dublin requires the supply, delivery, installation, and commissioning of an advanced 2D/3D Particle Image Velocimetry (PIV) and Digital Image Correlation (DIC) system to support cutting-edge experimental research in fluid dynamics and solid mechanics. The system shall comprise a high-energy pulsed laser, synchronised high-resolution cameras, precision timing and control units, and fully integrated acquisition and analysis software. The solution must be capable of capturing high-accuracy, time-resolved measurements of velocity fields, particle motion, and surface deformation, enabling two-dimensional (2D) and ideally also three-dimensional (3D) analysis. It should support applications involving complex flow regimes, multiphase flows, and structural behaviour under varying conditions. Flexibility for future upgrades is essential, including the potential to incorporate temperature and scalar concentration measurements. The equipment must demonstrate proven reliability, accuracy, and repeatability, and be suitable for intensive research use. Full installation, calibration, commissioning, and user training are required, along with comprehensive documentation and ongoing technical support. The system must integrate seamlessly with existing laboratory infrastructure and contribute to enhancing the Department’s research capabilities and output.
- Centre for development of the South-East planning regionStrumicaFrist: 14. Apr.
Supply of equipment – EV Chargers
The contract concerns the supply, delivery, installation, connection, testing and commissioning of six fast electric vehicle (EV) charging stations in the SouthEast of North Macedonia, to be installed in the municipalities of Strumica, Gevgelija, Valandovo, Radovish, Dojran and Novo Selo. The charging stations shall be supplied in accordance with the technical specifications defined in the tender documentation and shall fully comply with all applicable EU safety, technical and performance standards. Each charging station will be mounted on an appropriate concrete foundation and connected to the electrical grid, including all necessary civil, electrical and auxiliary works required for full operational readiness. The scope of the contract includes, but is not limited to: • Supply, delivery and installation of the EV charging stations with the technical characteristics defined in the tender specifications; • construction of foundation bases for each charging station; • electrical connection works, including cable lines, disconnection boxes and all required protective elements; • installation of vehicle stop elements and vertical and horizontal traffic signage and markings related to the charging points; • testing and commissioning of the installed equipment to ensure safe and proper operation. The contractor shall also provide training for designated local personnel on the operation and routine maintenance of the charging stations, as well as warranty coverage and aftersales support throughout the warranty period. All required documentation, certificates of conformity, technical manuals and asbuilt documentation must be delivered to ensure correct use, maintenance and longterm functionality of the equipment. Delivery, installation, testing and commissioning of the charging stations must be completed within the timelines defined in the project implementation schedule. The charging infrastructure is intended to promote sustainable transport, encourage lowcarbon mobility and contribute to the development of regional electric vehicle infrastructure.
- Office of Public Works (OPW)TrimFrist: 12. Mai
The provision of Interpretation and Exhibition Design for a proposed new visitor facility building adjacent to the Casino at Marino, Cherrymount Crescent (off Malahide Road), Marino, Dublin.
Office of Public Works (OPW) wishes to appoint an Integrated Interpretation Team that shall be responsible for providing all the necessary consultancy services for Stage (I) Preliminary Design to Stage (V) Handover of Works. The following disciplines are relevant to this project: • Interpretive Design Services • Interpretive Research services • Project Management Services • Graphic Design Services • AV / Film Technical Design Services • Procurement services • Quantity Surveying/Cost Management Services • PSDP Services • Script Writing The Integrated Interpretative Team will be responsible for providing all interpretive and associated construction/fitout-related technical advice and design services to the OPW Client for the Project. The Consultant will be required to provide all necessary services including the Stage Services, described below and elsewhere in the contract. The Integrated Interpretation Team shall be required to consult and liaise with all affected stakeholders to facilitate timely design and construction/fitout of the works and to minimise impacts on those affected. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. As noted in 4.3.9.1, It is expected that within the team there will be a Specialist AV / Film Advisor available to provide advice to the team during all stages of the design and fit out process. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. The Team shall be led by an Interpretative designer with a track record of successfully carrying out similar works. Interpretive Research services need to include (a named) suitably qualified person able to collate/and or undertake subject matter research feeding into interpretative design, narrative development and Script Writing. The Team may be formed by a single consultant with in-house specialists or may be a group of consultants who have combined to form a team. In the latter case the Team Leader shall be an Interpretative designer who shall be clearly identified in their Tender Submission as the Lead Tenderer and shall be the entity that enters into a contract with OPW for the delivery of the Services. Other Team members shall be sub-consultants to the Lead Tenderer. Note - The cost of the works will be required to align with the available budgets. The consultant shall refine / revise designs as necessary during the lifetime of the project to achieve this, in consultation with OPW. Full list of requirements are contained within the tender documents.
- Simas IksKAUPANGER
Procurement of a wheeled excavator
Procurement of a wheeled excavator - SIMAS IKS SIMAS IKS shall enter into a contract for the delivery of a complete wheel excavator for operation at SIMAS ́ facility in Festingdalen, Kaupanger. The machine shall be prepared for use when delivering, including naudsynt documentation in Norwegian, training operators, function tests and acceptance tests. The procurement comprises a wheeled excavator in weight class approx. 18-20 tonnes, with functions, specifications and equipment as stated in Annex 1 - Requirement Specifications (Excel). This includes between the second engine Step V, hydraulics and control requirements, a safe lift system, driving comfort, light equipment, operational ownership, HSE requirements and options. All the technical and functional requirements in Annex 1 are binding minimum requirements. Tenderers shall offer a complete machine ready for operation, including training on the SIMAS basis, annual inspections and service during the guarantee period and a guaranteed response time for error handling and service, cf. the requirements in Annex 1. The delivery shall be carried out in DDP (Incoterms 2010) SIMAS Kaupanger. The competition was held as an open tender contest for negotiations in accordance with the Public Procurement Act (LOA) and the Public Procurement Regulations (FOA) part III (above the EEA threshold). All communication and submission shall occur via KGV (Artifik). The qualification requirement shall be documented by ESPD in kgv, and it comprises legal establishment, economic and financial capacity, as well as technical and professional capacity, including relevant references and documented works ́stadnett in Vestland. The contract will be awarded based on the financially most advantageous tender based on the following criteria: Price (50%), Environment (20%), Quality and provision (20%) and Service and uptime (10%). The contract will benefit DFØ standard contract terms for the procurement of goods with or without assembly/installation, with the accompanying annexes. Annex 5 - Ethical requirements (DFØ) debts for the supplier chain and requirements in accordance with the OpenHeit Act. For this procurement, it is not a framework agreement. Delivery time: The machine shall be delivered 5 months after the contract has been signed. SIMAS requests all interested suppliers to ask questions via KGV, within the stated deadline.
- Education Procurement Service (EPS)LimerickFrist: 11. Mai
LA3634C-DCC-CFT for the Supply of a Gas Chromatography system with a Triple Quadrupole Mass Spectrometer (GC-QQQ), Helium Saver Autosamplers for Purge and Trap and Solid Phase Micro Extraction
Dublin City Council (DCC) Central Laboratory wishes to procure a new gas chromatography mass spectrometry system for water quality analysis based on SI99 of 2023. Dublin City Council’s Central Laboratory conducts and provides INAB accredited testing of public and private drinking water supplies, as well as testing Uisce Eireann water samples from processing and the supply network as required. In future, DCC expects to focus increasingly on private supplies, and the applicable legislation requires the same range of tests as at present. Many of these tests are currently outsourced by DCC, meanwhile limits and enforcement are expected to tighten over time. The main focus of the current procurement specification is to bring analyses back in-house and onto DCC’s INAB ISO17025 scope, to maximise 1. Practicable reduction in the costs of outsourced analyses by the Central Laboratory 2. DCC’s ability to implement its current and future statutory testing 3. DCC testing capability to serve Local Authorities around Ireland 4. Provision of impartial means for DCC to verify the effectiveness of water management initiatives for Climate and Urban Resilience. Analytical parameters of interest are based on Statutory Instrument 99-2023 and include core suites of Volatile Organic Compounds (VOCs including THMs), Pesticides, and Per- and polyfluoroalkyl substances (PFAS). Potential future additions to the scope include the endocrine disruptors and (micro)plastic residues. To address this Dublin City Council request tender’s equipment supply, delivery, installation, setup, service and maintenance, warranty, software licences and upgrades, and a stock of consumable equipment parts, and training: for a Gas Chromatography system with a Triple Quadrupole Mass Spectrometer (GC-QQQ), Helium saver, and autosamplers for Purge and Trap and Solid Phase Micro Extraction.
- Harstad kommuneHarstadFrist: 04. Mai
Framework agreement for advertisement services - job advertisements and notices.
Background Harstad municipality and the collaborating municipalities shall enter into a new framework agreement for advertising services as a result of the existing framework agreement for job advertisements expiring. The municipalities have a continual need for effective recruitment advertising, as well as the execution of statutory notices in the press and/or public registers. The objective of the procurement is to ensure an overall, predictable and cost efficient advertising process with good traceability, from ordering and production to publication and documentation. The supplier market also requests that the municipalities need to use more channels and formats (digital surfaces and print) and that the ordering and follow-up process shall support the municipalities ́ internal work flow. Harstad municipality is the contracting authority on behalf of the municipalities covered by the procurement. Emphasis is put on the fact that the participating municipalities each bear responsibility for their obligations in the execution of the framework agreement. The requirements cannot be applied to the municipalities together, but only against the municipality that has resulted in any contract deviation. Other municipal entities, including all public law bodies and organisations established by Harstad municipality, shall have the right, but are not obliged, to enter into this agreement. Description of the assignment The procurement comprises a framework agreement for the purchase, production and publication of job advertisements, announcements and equivalent announcements in relevant channels. The agreement shall cover announcements in both digital and printed areas, including relevant trade and trade media, newspapers, job portals, social media and public registers when required. The delivery shall include the necessary production support connected to the design and adaptation of advertising material, as well as the delivery of documentation of publication and available statistics/reporting for completed campaigns and indentations. Furthermore, the tenderer shall offer a web-based ordering and management system that supports ordering, approval and follow-up and which provides a total overview of status and history. The system shall also be able to support integration with the municipality ́s recruitment/HR system.
- 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
- Gas Networks IrelandCorkFrist: 09. Apr.
25/064 - Qualification System for for the provision of Polyethylene (PE) Pipe, Fittings and Valves
The objective of this QSQ is to qualify Applicants onto the Qualifications System for the manufacturing and supply of Polyethylene (PE) Pipe, Fittings and Valves for Gas Networks Ireland. The proposed supply requirements are to be divided into four (4) separate lots as detailed below: • Lot 1 (PE Pipe 90mm - 400mm) – Manufacture and supply of PE pipe for gas. • Lot 2 (PE Pipe 20mm - 63mm) – Manufacture and supply of PE pipe for gas. • Lot 3 (PE Fittings) Manufacture and/or supply of PE Fittings for gas. These include but are not limited to PE; caps, couplings, elbows, equal tees, flange adaptors, reducers, tee branch saddles, tees, tapping tees, G clamp adaptors, multi tap tees, branch saddles, bends, unequal tees and end caps. • Lot 4 (PE ball valves) – Manufacture and/or supply of PE Valves for gas. These include but not limited to valves ranging in size from small diameter 20mm to larger diameters up to 315 mm. Please note: Lots 1 and 2 relate to manufacture and supply requirements. Lots 3 and 4 relate to manufacture and/or supply requirements. The requirements for the manufacture and/or supply of pipes, fittings and valves under this Qualification System will include arrangements for delivery to various stipulated depot destinations on the island of Ireland and the ability to operate a national distribution network. Applicants should note that from time to time over the term of the Qualification System, the Contracting Entity, at its sole discretion but without altering the overall nature of the Qualification System, may modify the Qualification System to reflect changes in its requirements. Such modifications may include changes to the pipe diameter and pressure rating which may result in an increase to the pipe size, wall thickness and pipe properties or specification and the provision of services or additional supplies associated with such changes. The Contracting Entity will also seek similar changes to pipe fittings and valves. The conditions under which such an option may be exercised by the Contracting Entity will be outlined in the relevant call off competition document. The Contracting Entity also reserves the right to add additional lots to the Qualification System. Applicants may apply for qualification in one or more lots. At the discretion of the Contracting Entity a full site visit and audit of the prospective Qualified applicants supply chain manufacturing facility(s) will be carried out to validate and support their pre-qualification submission. In the event of a site visit and audit being carried out to pre-qualify the Supplier must successfully pass this site inspection audit. It is envisaged that the scope of products and services of the initial Call for Competition to be drawn-down under the Qualification System will be, but not limited to; PE pipes, fittings and valves and will cover the following: 1. Standards: • Gas - as per I.S. EN 1555 or equivalent. 2. Indicative Diameter Range: • PE pipe, fittings and valves ranging in size from small diameter 20mm to large diameter 400 mm pipe and fittings. 3. Indicative Pipe Specification/Types: • Solid wall pipe; • Coextruded pipe; • Peelable pipe; and 4. Indicative Pressure Range and Pipe Materials : Pipe Material/Description Pressure Range (Barg) PE 100 (SDR 11) 7 PE 80 (SDR 11) 4 PE 100 (SDR 17) 4 PE 80 (SDR 17) 2 5. Colour • PE80: solid wall PE pipe in yellow colour • PE80: c-extruded wall PE pipe with outer layer in yellow colour • PE100: solid wall PE pipe in orange colour (sizes 180mm and above) • PE100: PE 100 PE pipe with peelable outer layer in yellow colour (with stripes) • Pipes for proof-of-concept hydrogen projects shall be yellow with blue axial stripes.
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. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Dundalk Institute of Technology_1155.
- 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.