Coriolis Durchflussregelventil und Rückschlagventil
• Für die Gasaufbereitung ist eine coriolis-Durchflussregelung erforderlich, um sicherzustellen, dass ein Durchfluss von etwa 2 Nm3/h zum Wasserstoff-Membranabscheider gelangt. • Ein Gegendruckregelventil ist für die Regelung des Drucks in der Membran erforderlich. Das Gegendruckregelventil befindet sich am Ausgang der...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
• Für die Gasaufbereitung ist eine coriolis-Durchflussregelung erforderlich, um sicherzustellen, dass ein Durchfluss von etwa 2 Nm3/h zum Wasserstoff-Membranabscheider gelangt. • Ein Gegendruckregelventil ist für die Regelung des Drucks in der Membran erforderlich. Das Gegendruckregelventil befindet sich am Ausgang der zweiten Membran....
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Leibniz-Institut für Plasmaforschung & Technologie
- Veröffentlicht: 22. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
• Für die Gasaufbereitung ist eine coriolis-Durchflussregelung erforderlich, um sicherzustellen, dass ein Durchfluss von etwa 2 Nm3/h zum Wasserstoff-Membranabscheider gelangt. • Ein Gegendruckregelventil ist für die Regelung des Drucks in der Membran erforderlich. Das Gegendruckregelventil befindet sich am Ausgang der zweiten Membran. • For gas treatment, coriolis flow control is required to ensure that a flow rate of about 2 Nm3/h reaches the hydrogen membrane separator. • A back pressure control valve is required to regulate the pressure in the diaphragm. The back pressure control valve is located at the exit of the second diaphragm.
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
6- Energinet Gastransmission A/SFredericia
M/R-station Kongens Tisted
The Contracting Authority wants to purchase an M/R station (Measuring & Regulating Station). The station is to be used for pressure reduction of natural gas between the transmission pipeline and the distribution pipeline. The M/R station will reduce pressure from 80 (transmission) to 55 bar (Distribution), supplying the northern part of Jutland. This is necessary to cover an increasing demand for supply of natural gas during the winter. Furthermore, the transmission line with reduced pressure will also function to balance all the northern distribution grids by providing an additional line pack and thereby using the increasing biogas potential in the region throughout the year. The M/R station will have a flow capacity in the range 0-100,000 Nm3/h range. The M/R station is part of the larger FTB (Fast track Biogas) project. The aim of the FTB project is to establish compressor stations between the distribution and transmission grid. This will enable flow of natural gas and biogas in both directions, making it possible to distribute gas nationally through Denmark, utilizing the biogas produced locally. The compressor station exist of compressor, deodorization and measuring units. For further details regarding the purchase, reference is made to the tender documents. The value of the contract is expected to amount to 3,000,000 EURO. Offers can be submitted for one agreement.
- Danmarks Tekniske Universitet - DTUKgs. Lyngby
Purchase of PilotUnit Multi
DTU intends to purchase a PilotUnit Multi from Alfa Laval Nordic A/S. The pilot‑scale membrane filtration system will support research, education, and innovation within water treatment, resource recovery, and sustainable process engineering. The modular unit integrates tanks, pumps, membrane housings, instrumentation, and control systems, and can operate MF, UF, and RO using both spiral‑wound and ceramic membranes. The system provides advanced monitoring of key parameters and allows continuous operation with adjustable process conditions, enabling studies of fouling, cleaning, and long‑term membrane performance under realistic conditions. Its flexible configuration supports multiple filtration setups and meets DTU’s need for pilot‑scale validation beyond existing laboratory equipment. It will serve as shared infrastructure across research groups and strengthen DTU’s capacity for pilot demonstrations and collaboration. A market survey identified several suppliers, including MMS. Most systems lacked required flexibility or supported only one membrane type. MMS offered a compliant solution but at significantly higher cost and with longer delivery time. Only one supplier met all technical and functional requirements while offering competitive pricing, acceptable delivery time, and access to rental equipment during the delivery period. A direct award is therefore justified, as no alternative supplier could provide an equivalent combination of technical performance, flexibility, cost‑efficiency, delivery conditions, and interim equipment availability.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 30. Apr.
Manufacture of Safety Related 3” and Larger Manually Operated Gate, Stop Check, and Check Valves, ASME Boiler and Pressure Vessel Code, Section III, Class 1, 2, and 3 (Commodity Code PV03) for Poland AP1000® Project
1. Experienced suppliers capable of fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, QME-1 and IEEE testing, and fulfillment of all responsibilities defined in ASME B&PV Code, Section III for the NPT Certificate Holder for AP1000 Safety Related PV03, 3” and Larger Manually Operated Gate, Stop Check, and Check Valves, ASME Boiler and Pressure Vessel Code, Section III, Class 1, 2, and 3 (described below), must (i) contact (email and/or phone call) the Westinghouse contact person identified in section 1 to express interest and request an AP1000 supplier qualification questionnaire, and (ii) upon receipt, complete the AP1000 supplier qualification questionnaire with sufficient detail for Westinghouse evaluation and return it via email to the Westinghouse contact person. 2. The qualification criteria shall include but is not necessarily limited to (i) demonstrated experience in furnishing similar scopes; (ii) meeting the quality requirements for such equipment in a nuclear power plant, including having a Westinghouse or NIAC audited nuclear quality program complying with NQA-1 and 10CFR50 Appendix B; (iii) certification of compliance with all applicable governmental policies, requirements, laws and regulations, applicable international treaties or agreements, and other regulatory requirements; (iv) financial standing (solvency) and (v) verification of capabilities as further described in the AP1000 supplier qualification questionnaire. 3. Upon evaluation of your response to the AP1000 supplier qualification questionnaire, Westinghouse will determine if your company meets or does not meet the qualification requirements. Submission of the AP1000 supplier qualification questionnaire does not automatically qualify your company to be supplier for the project. 4. Each qualified Supplier will be required to execute a Proprietary Information Agreement (PIA). Companies meeting the qualification criteria and who have executed the PIA will be invited to submit a proposal. 5. The Request for Proposal (RFP) document will be for a three (3) unit project. 6. The scope of work for the subject RFP will include: • Overall project management, planning, scheduling, and reporting. • Procurement of material. • Material receipt • Preparation of necessary manufacturing drawings and procedures (welding, cleaning, marking, coating, packaging, etc.), work packages (travelers), internal manufacturing and assembly procedures, quality and inspection plan(s), factory acceptance testing procedure, quality documentation packages, personnel and process qualifications, and handling/storage instructions. • Non-Destructive Examination (NDE) and other Testing and Qualification requirements as required by Design Specification. 7. The RFP document will require furnishing of a Parent Company Guarantee if the prequalified Supplier is an affiliate of Parent Company. 8. Proposal may be requested in EURO, PLN (Polish Zloty), and/or USD. Furthermore, the proposals may be requested in a combination of Fixed Price (not subject to any price adjustment) and Firm Price (subject to adjustment per mutually agreed upon indices). 9. The final supplier evaluation and selection criteria will include price, compliance with technical, quality, and commercial requirements, experience in furnishing similar equipment, past performance, and compliance with the terms and conditions of purchase. 10. Any companies that do not meet mandatory compliance requirements in section 3 will be excluded. 11. The procedure for companies to gain access to proprietary information, if required, will be subject to compliance with the executed PIA/NDA, Applicable Export Laws, Applicable Laws, and Applicable Safeguards Laws which will be included in the RFP document. 12. If a large number of companies express interest and submit a completed AP1000 Supplier Questionnaire, the Contracting Authority reserves the right to conduct a preliminary down-selection of companies that demonstrate the highest qualification, capacity, and capability to perform the required scope of work. 13. The Contracting Authority also reserves the right to exclude any of the following from this Competitive Bidding process: A. any economic operator that is directly or indirectly owned or controlled by an entity from a country not covered by the Government Procurement Agreement ("GPA") with the EU; or B. economic operators who rely in the Competitive bidding process on capacities of any entities from countries not covered by the GPA with the EU. All such decisions by the Contracting Authority are final and shall not be subject to complaint or dispute. 14. The Customer shall be responsible for monitoring of the Contractor’s compliance with the competitive procedure. Thus, the Contractor shall transmit any complaint received to the Customer. The Customer reserves the right to audit of the Contractor’s selection of subcontractors under the competitive procedure, in line with the requirements of the Prime Contract.
- STATSBYGGOSLO
1105601 UiO Life Sciences user equipment. K930.29.01 Sequentator
Statsbygg constructs the new Life Sciences Building (LVB) for the University of Oslo and Oslo University Hospital on behalf of the Ministry of Education and Research and South-East Health as the co-contracting authority. The building shall be the workplace for approx. 1,600 employees and 1,600 students. Start up for the excavation and ground work was the second quarter of 2019 and the planned completion is at the end of 2026. Various professional environments shall work multi-disciplinary here to develop new solutions for major challenges within health and sustainability with access to the best and most modern equipment required to carry out world class research, teaching and innovation. FOA § 13-4 letter b. no. 2: The procurement concerns services that only a specific supplier can deliver, for technical reasons, as well as § 13-4 letter b. no. 3. A compact and flexible sequencing instrument shall be procured for use at the Department of Medical Genetics at the University of Oslo, affiliated with NorSeq – the national research infrastructure for sequencing. The instrument shall be used for quality control (QC) of sequencing libraries, small scale genome sequencing and verification sequencing, as well as included in the service offer to researchers with a need for low to moderate data amounts. The instrument shall be able to sequence a broad range of species and applications, as well as function as a QC tool for genome-scale sequencing instruments. To fulfil this purpose, the following required minimum requirements are set for the instrument: Support for a wide range of genomic applications, including 2×500 bp paired-end sequencing with high data quality sequencing capacity up to 30 Gb per run, with flexible adaptation of data quantity Sequencing time of maximum 24 hours for 2×300 bp set-up Flexibility in cycle numbers (minimum 100, 300, 600 and 1000 cycles) Use of ready-produced reagent cassettes and reagents that can be handled and stored at room temperature Support for index-first sequencing and fast generation of index reads for quality control and optimisation of sample pooling Full compatibility with Illumina libraries, so that the instrument can be used as a QC platform for existing large scale sequencing systems Delivery of sequence data with a minimum of Q30 quality at relevant read lengths. The requirements are determined based on the contracting authority ́s actual need for efficient operation, high data quality, quick execution and seamless integration with the existing infrastructure and work flow. Market assessment and alternative solutions The Contracting Authority has carried out a market survey (RFI) via Mercell/Doffin. Only one tenderer registered interest and documented fulfilment of all the minimum requirements. Furthermore, the contracting authority has assessed alternative technologies and suppliers based on the professional environment ́s knowledge of the market. These alternatives do not, however, fulfil the requirement, i.a. because they:do not support 2×300 bp paired-end sequencing of equivalent quality has significantly longer sequencing time than 24 hours for equivalent set-ups not compatible with Illumina libraries and therefore cannot be used for quality control of existing systemsnot offer the necessary flexibility in data capacity up to 30 Gb per running that does not support 'index-first' sequencing or rapid generation of read indexsUse of such alternative solutions will lead to significant disadvantages, including reduced data quality, inefficient use of resources, increased time spent and a lack of integration with existing infrastructure. This is seen as disproportionately against the objective of the procurement. Conclusion: Based on the set requirements and completed market surveys, the contracting authority has no real or reasonable alternatives in the market than MiSeq i100 Plus from Illumina. This is as far as the contracting authority is aware of the only system that fulfils all functionality, performance and compatibility requirements. The terms in PPR § 13-4 letter b no. 2 and are therefore considered fulfilled. If questions are asked, please contact Alf Årdal by email: Alf.Petter.Aardal@statsbygg.no Deadline for objections is 10 days from the date of publication.
- 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.
- 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.
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?
- Für diese Bekanntmachung ist aktuell keine konkrete Angebotsfrist angegeben.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Leibniz-Institut für Plasmaforschung & Technologie.
- 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.