ATEX inspections and Engineering consultancy
Gassco LRF have a legal obligation to inspect electrical equipment operating in a hazardous area on a 3 yearly cycle. Under the 2014/34/EU ATEX Directive, Gassco must conduct ATEX inspections on mechanical equipment. We are seeking a company experienced in this process to help us develop an inspection regime. In additi...
Angebotsfrist:26. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Gassco LRF have a legal obligation to inspect electrical equipment operating in a hazardous area on a 3 yearly cycle. Under the 2014/34/EU ATEX Directive, Gassco must conduct ATEX inspections on mechanical equipment. We are seeking a company experienced in this process to help us develop an inspection regime. In addition to ATEX Inspec...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Gassco AS UK
- Veröffentlicht: 27. April 2026
- Frist: 26. Mai 2026
Ausschreibungsbeschreibung
Gassco LRF have a legal obligation to inspect electrical equipment operating in a hazardous area on a 3 yearly cycle. Under the 2014/34/EU ATEX Directive, Gassco must conduct ATEX inspections on mechanical equipment. We are seeking a company experienced in this process to help us develop an inspection regime. In addition to ATEX Inspections, we also require Engineering support to ensure Gassco are compliant with ATEX regulations Cable testing is not covered by this tender, but we would like this be provided as an option The Gassco LRF site is rated IIB T3
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- Iarnród Eireann-Irish RailDublinFrist: 07. Mai
9661 Qualification System for Bridge and Riverbed Inspections
IÉ invites applications to participate in the pre-qualification process to appoint suitably qualified companies to a qualification system for Bridge and Riverbed Inspection Services that may arise on an ad-hoc basis. Those companies successfully appointed to the Qualification System will receive all future tender enquiries. Iarnród Éireann has over 450 bridges (structures greater than 2m) over water. All these bridges and riverbeds require periodic inspections. Some inspections are carried out yearly, other are every 3 years and more are on a 6 yearly cycle. Iarnród Éireann is looking to appoint specialist expertise to undertake inspection of railway bridges that traverse water courses as well as carry out bridge and river surveys. The applicants are to provide expertise in the following areas: • Provide Health and Safety and Risk Assessment plans for the specific work • Provide qualified divers/surveyors for a bridge and riverbed inspections/surveys • Record the topography using surveying techniques • Using the previous base line surveys (supplied by IÉ) identify changes in the structure and/or the river channel. • Provide factual report on findings. • Provide for Engineers review (review undertaken by a Chartered Civil Engineer) of the factual report before the reports are issued to Irish Rail. The Qualification System is also to include for inspection of any structure following a major flood event. In the period after a flood event, structures throughout the IÉ network may need to be inspected to determine the extent, if any, of damage caused by the event.
- EnBW Energie Baden-Württemberg AG
Subsea Inspection
Lot 1: Periodic Subsea Inspections - Offshore Wind Farms in the Baltic Sea Lot 1 covers the periodic subsea inspections for the Offshore Wind Farms Baltic 1 (B1) and Baltic 2 (B2). The scope includes visual and functional inspections of underwater support structures of the wind turbine generators (WTG) and offshore substations (OSS). All inspections shall be performed in accordance with the applicable standards of the Bundesamt für Seeschifffahrt und Hydrographie (BSH) and the respective wind farm-specific inspection plans. In B1, all 21 WTGs and the OSS shall be inspected every four years. The next scheduled campaign is planned for 2027. In B2, 20 WTGs shall be inspected annually (25% scope), with both jacket and monopile foundations to be covered. The OSS in B2 is subject to a four-year inspection cycle. The inspections may involve either full visual and functional checks or reduced general visual inspections (GVI). Bidders shall submit fixed lump sum prices for both options. The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as remotely operated vehicles (ROV). All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections. A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes. Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works. In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs. Lot 2: Periodic Subsea Inspections - Offshore Wind Farms in the North Sea Lot 2 covers the periodic subsea inspections for the offshore wind farms Hohe See (HS), Albatros (ALB), and He Dreiht (HD). The scope includes visual and functional inspections of underwater support structures of WTGs and OSSs. All inspections shall be performed in accordance with the applicable standards of the BSH and the respective wind farm-specific inspection plans. In HS and ALB, 21 to 22 WTGs shall be inspected annually (25% scope). The OSS in each wind farm is subject to a four-year inspection cycle. In HD, which is currently under construction, 16 WTGs shall be inspected annually (25% scope). The inspection scope is based on applicable standards and is expected to be updated as the project progresses. The inspections may involve either full visual and functional checks or reduced GVI. Bidders shall submit fixed lump sum prices for both options. The contractor shall conduct the inspections between April and September. The full organization of the offshore campaign is the contractor’s responsibility, including selection and provision of a suitable DP2 vessel, logistics planning, crew transfers, and inspection equipment such as ROVs. All personnel must hold valid offshore wind certifications and have documented experience in subsea inspections. A logistics concept must be submitted as part of the bid and shall include information on the base port, operational weather limits, contingency planning, and crew transfer processes. Inspection activities must be thoroughly documented. This includes daily reports outlining completed work, deviations, weather conditions, and safety-related events, as well as technical inspection reports. All photo and video recordings must be time- and location-stamped. Final documentation must be submitted no later than six weeks after completion of the offshore works. In addition to the base scope, bidders shall provide daily rates for optional services such as re-inspections, spot checks, or minor recovery works using ROVs.
- Attvin ASÅlesundFrist: 18. Mai
Procurement - Transport and treatment of hazardous building waste Attvin, 2026 (2)
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authority ́s need for transport and treatment of hazardous building waste, from Attvin to final treatment at a certified treatment facility, in accordance with the requirement specifications. The aim is also to ensure that hazardous waste is taken care of in such a way that it does not create pollution or damage to humans or animals, or danger to it, and to contribute to an appropriate and reliable system for handling hazardous waste, cf. The Waste Regulations chapter 11. The contract is for: Waste with phthalates (e.g. floor coverings), waste that contains bronched flame retardants, waste containing chlorinated paraffins and for the options waste that includes PUR foam insulation and pressure impregnated and creosoted wood. Comments on the contract: Responsibility for the waste is to be taken over by a tenderer when the waste is charged in the tenderer ́s vehicles. The procurement is for the treatment of various types of hazardous building waste and building waste that cannot be handled together with normal household and commercial waste due to chemical, physical and/or biological qualities. Waste types included in this agreement are in accordance with the price form. Everything that is collected as hazardous waste shall be treated at a certified treatment facility. Emphasis is put on the fact that the hazardous waste in accordance with this agreement shall be directly to the final treatment facility and not the reception facility. Tenderers shall, thus, offer final treatment of the hazardous waste at one/several treatment facilities in accordance with requirements. Fractions other than what is stated may be included in this agreement. The volume of NOK shall not, nevertheless, exceed the maximum amount set for the contract. New waste types in the contract period: If new waste types are added in the contract period, it shall be possible for the customer to enter into this agreement if they do not make up a significant part of the contract. In such cases the same price calculations shall be used for new waste types as for other waste types in this contract. The contracting authority reserves the right, however, to hold a new competition for new waste types during the contract period. Options: Options in the contract are described in the point "options" in the requirement specification.
- Norsk rikskringkasting ASOSLOFrist: 24. Mai
NRK 2026/397 - RFI Security Advice and risk assessments for work in areas with increased risk.
NRK hereby invites potential tenderers to provide input for a possible procurement of security consultancy services and risk assessments for work in areas with increased risk. NRK currently has a partnership agreement for such consultancy, but is now considering a new contract to ensure that we are up-to-date on what is offered in the market. As a part of this work, we would like to explore the possibility room and obtain knowledge that can highlight how such services can best be organised to support our needs. The objective is to gain insight into the market's development and capacity.
- Troms fylkeskommuneTromsøFrist: 22. Mai
Painting and covering services, framework agreement Troms County - RFI
Troms County (henceforth referred to as the contracting authority) shall enter into a new framework agreement for painting and covering services and associated equipment. Material will also be considered for assignments that the contracting authority shall use for its own activities and shall also be included in the contract. The contracting authority would like to enter into an agreement that covers the need we may have for this type of service in the entire county. This includes, for example, sixth form colleges, official residences and dental clinics. The contract shall ensure that we achieve cost effective and rational procurements of painting and covering services in accordance with the current laws and regulations. The framework agreement will mainly be used for the procurement of ongoing and operational related services, but it can also be used for some investment projects where it is deemed appropriate. We are currently in a preparatory phase of the procurement process. As part of the preparation phase, the contracting authority would like to invite all relevant tenderers to comment on the provisional drafts for the requirement specifications, price form and contract terms. The documents are attached to this market dialogue. Emphasis is put on the fact that tenderers shall not fill in the attached tender documents, but give feedback on the questions included in the document "Information on RFI - Framework agreement on painting and covering services" under point 3.Deadline for feedback is 30 April 2026 at 12.00. At the expiry of the hearing deadline, the contracting authority will review received input. The contract will then assess which input could be appropriate to include in the final documents. The Contracting Authority is not obliged to comply with the input, and emphasises that the attached documents are to be seen as provisional drafts. Any questions or needs for an extended deadline shall be sent to the contracting authority via Mercell. Tenderers who register their interest can be contacted by the contracting authority in the preparation phase if there is a need for further clarification. The contracting authority will not reimburse costs incurred for the participation of the hearing.
- European Parliament, COMM - Directorate-General for CommunicationBrusselsFrist: 11. Mai
Monitoring and analysis services of the Czech media
The European Parliament launches this procedure aiming to award a framework contract for daily monitoring of written press (national/regional), audio-visual media (radio, TV) and the main online media (internet) in Czechia. The purpose is to provide a timely, up-to-date compendium of daily information, in the form of press reviews, about the way in which topics of relevance to the European Parliament and the European Union are reported in the media. The European Parliament’s Directorate- General for Communication is seeking to ensure it has the best possible knowledge of the media coverage across the EU on topics related to the European Union, the European Parliament and the activities of its President and Members. Media analysis will ultimately help the EP to better communicate EU policies to EU citizens and specific target audiences. In order to achieve this, the EP relies partly on external expertise and assistance. The services will be delivered by the external team via the global media monitoring and analysis platform of the EP directly to the recipients.
- ARBEIDS- OG VELFERDSETATENMo i RanaFrist: 28. Apr.
Procurement of mail reception and scanning of documents for Nav's academic archive
The purpose of this acquisition is to ensure that Nav has a reliable and efficient scanning solution for the subject archive, which communicates with the underlying systems in Nav. The scanning solution will ensure that received documentation can be archived and made available for case processing as soon as possible. Scanning of subject mail is considered mission-critical because errors and delays will affect case processing and payments to users. Therefore, high demands are placed on production capacity, daily deliveries, efficiency, security and quality in the solution. Currently, approximately 1.3 million documents are scanned annually. We expect this number to be reduced in the coming years. Nav has ongoing measures that we expect will reduce scanned documents in subject areas that currently still have a high volume of scanning. These are subject areas that currently do not have digital channels for collaborators, e.g. in the field of assistive devices and follow-up. In the field of assistive devices, around 430,000 documents are currently scanned, while in the follow-up area just under a million documents are scanned. When digital channels are opened here in the coming years, we expect that scanning can be reduced by up to 500,000 documents in a short time in these two areas alone. The actors here are professional and digitally mature. The agreement will have a duration of 6 years from signing. The client has the option to extend the agreement for an additional 1 + 1 year.
- Education Procurement Service (EPS)Limerick
LA3535F-RFT for the Provision of Services for the Collection and Disposal of Hazardous Waste for Laboratory and Research
The Education Procurement Service (EPS) is issuing this request for tenders (“RFT”) as a central purchasing body for use by Framework Clients. EPS invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the Provision of Services for the Collection and Disposal of Hazardous Waste for Laboratory and Research. The Education Procurement Service is the contracting authority for this Framework Agreement (“the Contracting Authority”). In summary, the services/goods comprise of Collection and Disposal of Hazardous Waste for Laboratory and Research for the Irish Public Sector Bodies outlined below: 1. Framework Clients which are Third Level Educational Institutions. 2. Framework Clients which are Education and Training Boards (ETBs) and ETB schools, primary, post-primary, special and secondary schools as well as ETBs acting on behalf of schools. 3. Central Government Departments, Offices and non-commercial Agencies and Organisations.
- Coillte CGAWicklowFrist: 30. Apr.
The provision of Services at Coillte Nurseries in Killygordon, Clone and Mucklagh
The Contracting Authority invites expressions of interest from suitably qualified service providers for the provision of seasonal services for labour, equipment and material resources at Killygordon/ Mucklagh (Bareroot Tree nursery) Clone (poly-tunnel nursery) nurseries, which are bare root forest tree nurseries with a combined area of c. 95ha. To access the tender documentation for this competition please log on to Coillte’s Supplier Management System (SMS) Proactis by going to (http://www.coillte.ie/), click on ‘What we do’ – ‘Suppliers’ - ‘SMS Portal, or use the link below: Proactis - https://supplierlive.proactisp2p.com/Account/Login Reference No: RFX 1004426
- Norsk Helsenett SFTRONDHEIMFrist: 15. Juni
26/00274 Framework agreement for the procurement of services in sound and engineering - The Norwegian Health Network
The Norwegian Health Network SF (the contracting authority) needs to enter into a framework agreement for services within Sound and Engineering. The contracting authority plans for gatherings, meetings and conferences with several participants and of high quality. The events will be held in different places in the country, mainly in Oslo, Trondheim and Tromsø. Some gatherings will be carried out in our own premises where the technical framework is in place, but where we can, however, need personnel or equipment supplements. In other cases the events will be held in external premises, e.g. hotel/conference/course premises, where in some cases there will be a need for full delivery of sound, lighting technique and personnel. This will depend on the chosen location and which facilities are available for the contracting authority. A framework agreement shall be signed with two tenderers, see Annex 2 for Procedures for awarding contracts within the framework agreement.
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 26. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Gassco AS UK.
- 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.