Fabrication of Reactor Vessel Flow Skirt (RVFS) (Commodity Code MI01) for Poland AP1000® Project
1. Experienced manufacturers / Fabricators capable of fabricating and furnishing the AP1000® RVFS (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, c...
Angebotsfrist:30. April 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
1. Experienced manufacturers / Fabricators capable of fabricating and furnishing the AP1000® RVFS (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 AP100...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Westinghouse Electric Poland Sp.z.o.o
- Veröffentlicht: 08. April 2026
- Frist: 30. April 2026
Ausschreibungsbeschreibung
1. Experienced manufacturers / Fabricators capable of fabricating and furnishing the AP1000® RVFS (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. If there are any questions or clarifications needed, please reach out to the contact person listed above. 2. The qualification criteria shall be included in the AP1000 supplier qualification questionnaire, examples thereof include demonstration of: (i) demonstrated experience in furnishing similar components of around 3.4m outer diameter and 0.4m height; (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 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. 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 and we will provide feedback. 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) / (Non-Disclosure Agreement (NDA)). 5. Companies meeting the qualification criteria and who have executed the PIA will be invited to submit a proposal. 6. The Request for Proposal (RFP) shall include the information about award criteria, scope of work, specifications, drawings, datasheets, terms and condition, and schedule data. 7. The Request for Proposal (RFP) document will be for unit one (1) of the three (3) unit project. 8. 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 fabrication drawings and procedures (welding, coating, etc.), work packages (travelers), manufacturing and assembly plans, quality and inspection plan(s), shop lifting and handling plan (including lifting lug design, drawings, calculations, and testing), transportation plan, testing plan, weld documentation, personnel and process qualifications, and schedule. • Preparation of the necessary documentation to support site lifting, handling, and movement plans, including any special instructions or requirements for unloading, hauling, and storage. • Preparation of the necessary documentation to support site assembly. • Details of the joint configuration between the field welded steel components • Process qualification procedure and demonstration plans for critical processes including stud welding, automatic welding, long-seam butt welding, dimensional control, weld repairs, etc. • Fabrication based on the existing Westinghouse fleet design (not based on specific fabricator preferences). • Temporary attachments as required per the fabrication process selected. • Cleaning, marking, painting, packaging. • Non-Destructive Examination (NDE) and other Testing requirements as required by Fabrication Specification. 9. The RFP document will require furnishing of a Parent Company Guarantee if the prequalified Supplier is an affiliate of Parent Company. 10. 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). 11. 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. 12. Any companies that do not meet mandatory compliance requirements in section 3 will be excluded. 13. 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. 14. 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. 15. 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. 16. 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.
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 Ausschreibungen
10- 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.
- Transport Infrastructure Ireland (TII)DublinFrist: 01. Mai
Prior Information Notice for the Provision of Minor Works Framework for MetroLink
This notice serves as a Prior Information Notice (PIN) and is not a call for competition. A call for competition may be issued in Q3 2026. Transport Infrastructure Ireland (TII) is planning to invite submissions from companies and organisations possessing the necessary expertise and capacity to deliver Minor Works for Transport Infrastructure Ireland. This process represents a preliminary step toward the potential initiation of a formal tendering procedure, with the aim of establishing a Multi‑Supplier Framework Agreement for Minor Works. The anticipated scope of the Framework may include the supply and installation of associated materials and delivery of general minor building, repair, maintenance, upgrade works and various mitigation related works. These may encompass activities such as building fabric repairs, carpentry and joinery, painting and making‑good, minor structural repairs, insulation improvements, electrical and plumbing works, accessibility upgrades; temporary works design (by the Contractor where required) to support the safe execution of the works; supply and installation of branded hoarding and signage (subject to TII branding requirements to be specified in any future documentation); supply and installation of temporary or permanent fencing and netting, noise barriers with acoustic properties, replacement glazing, glazing upgrades, whole window replacements including frames and minor external works including remediations to boundary walls, fences, railing and hard landscape activities. Full details will be provided in any future call‑for‑competition documentation. It should be noted that this notice does not signify a commitment to procurement. Any specific procurements stemming from this notice will be duly advertised in accordance with applicable public procurement rules. Transport Infrastructure Ireland does not require a response to this Prior Information Notice. In advance of any potential competitive procurement process, TII is intending to conduct a market sounding exercise. TII would like to invite the market to complete an initial Market Sounding Questionnaire (MSQ) which will be used to seek insights and feedback from the market with experience or interest in the potential opportunity. This engagement is purely exploratory to inform the proposed procurement approach and not does not form part of a formal procurement process. For further information on the MSQ, please direct Expressions of Interest to supplychainmetrolink@tii.ie with the subject heading “Minor Works MSQ”. The deadline for submitting MSQ responses is 17:00 GMT on the 16th of April 2026.
- Serbian Railway Infrastructure JSCBelgradeFrist: 01. Mai
Engineer/Supervision of Works contracts (design & build) for Railway Line under the Belgrade – Niš Railway Modernisation Project
Rules The applicable law is the law of the Republic of Serbia. The services are expected to be financed through a loan from the European Investment Bank (EIB, “Bank”), a grant from the European Commission and potentially a loan from the European Bank for Reconstruction & Development. The rules are in conformity with the provisions of the Laws of Serbia, in particular the Law on Public Procurement, Official Gazette of RS, No. 91/2019, the European Investment Bank (EIB) Guide to Procurement, which can be downloaded from: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib ; the EIB's Anti-Fraud Policy which can be downloaded from: http://www.eib.org/infocentre/publications/all/anti-fraud-policy.htm; the EIB’s Exclusion Policy document of 21 February 2018, which can be downloaded from: http://www.eib.org/infocentre/publications/all/exclusion-policy.htm; The Practical Guide for EU External Actions - A Practical Guide — 24 June 2022 (the PRAG), applicable to this procedure, is available at: https://wikis.ec.europa.eu/display/ExactExternalWiki/ePRAG Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. However, tenderers shall not be in conflict of interest or have been declared ineligible by the Bank. Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the UN Security Council on the basis of article 41 of the UN Charter. The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is (i) a designated target of, or otherwise subject to financial sanctions enacted, administered, implemented, imposed or enforced by the EU, UN, US and/or UK (“Sanctions”) and (ii) in connection with the tendering process, or in the execution or supply of any works, goods or services for the Contract, has acted or will act in contravention of relevant Sanctions and/or in any manner that would result in a breach by the EIB of any Sanctions. The EIB also requires that candidates, tenderers, (sub-) contractors participating in a tender procedure or a contract under an EIB financed project shall not violate or have violated any intellectual property rights. A services provider or providers will be selected in accordance with the EIB Guide to Procurement of July 2024.
- HUS-yhtymäVantaaFrist: 30. Apr.
REQUEST FOR INFORMATION: ANTIBODIES FOR FLOW CYTOMETRY
With this request for information, The Hospital District of Helsinki and Uusimaa (hereinafter HUS) launches a market consultation to prepare a procurement. The aim of this request for information is to find suppliers operating in this field of business, get information of the solutions available in the market, and inform our plans and requirements for the forthcoming procurement. SUBJECT OF PROCUREMENT HUS is preparing/planning a tendering process for antibodies for flow cytometry and reagents u
- Serbian Railway Infrastructure JSCBelgradeFrist: 03. Mai
Works contracts – Section 3 Paraćin – Trupale (design and build) for Railway Line under the Belgrade – Niš Railway Modernisation Project
Rules The applicable law is the law of the Republic of Serbia. The services are expected to be financed through a loan from the European Investment Bank (EIB, “Bank”), a grant from the European Commission and potentially a loan from the European Bank for Reconstruction & Development. The rules are in conformity with the provisions of the Laws of Serbia, in particular the Law on Public Procurement, Official Gazette of RS, No. 91/2019, the European Investment Bank (EIB) Guide to Procurement, which can be downloaded from: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib ; the EIB's Anti-Fraud Policy which can be downloaded from: http://www.eib.org/infocentre/publications/all/anti-fraud-policy.htm; the EIB’s Exclusion Policy document of 21 February 2018, which can be downloaded from: http://www.eib.org/infocentre/publications/all/exclusion-policy.htm; The Practical Guide for EU External Actions - A Practical Guide — 24 June 2022 (the PRAG), applicable to this procedure, is available at: https://wikis.ec.europa.eu/display/ExactExternalWiki/ePRAG Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. However, tenderers shall not be in conflict of interest or have been declared ineligible by the Bank. Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the EU, either autonomously or pursuant to the financial sanctions decided by the UN Security Council on the basis of article 41 of the UN Charter. The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is (i) a designated target of, or otherwise subject to financial sanctions enacted, administered, implemented, imposed or enforced by the EU, UN, US and/or UK (“Sanctions”) and (ii) in connection with the tendering process, or in the execution or supply of any works, goods or services for the Contract, has acted or will act in contravention of relevant Sanctions and/or in any manner that would result in a breach by the EIB of any Sanctions. The EIB also requires that candidates, tenderers, (sub-) contractors participating in a tender procedure or a contract under an EIB financed project shall not violate or have violated any intellectual property rights. A services provider or providers will be selected in accordance with the EIB Guide to Procurement of July 2024.
- FiskeridirektoratetBERGENFrist: 13. Apr.
Procurement of assistance for handling ICT security events.
The Directorate of Fisheries seeks a contractor to assist with incident handling for ICT security events. This involves identifying and managing security incidents where unauthorized access to information systems has occurred or is suspected, with intent to access sensitive data or compromise system confidentiality, authenticity, integrity, or availability. The contractor will support the Directorate's event handling process. Detailed requirements are in the tender documentation.
- 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.
- Central Remedial ClinicDublinFrist: 09. Apr.
Request for Tender for the Provision of Redesign, Development, and Support Services of the Website for the Central Remedial Clinic (CRC)
The Contracting Authority is engaging in a competitive process for a supplier to develop, write, and implement a rebuild of CRC’s website that is best in class and fully compliant with all legislation and standards. The new site needs to be person-centred, modern, accessible, responsive, and maintainable. It must serve as the primary digital platform for Central Remedial Clinic, supporting people with disabilities, families, carers, professionals, partners, and supporters.
- Central Remedial ClinicDublinFrist: 09. Apr.
Request for Tender for the Provision of Redesign, Development, and Support Services of the Website for the Central Remedial Clinic (CRC)
The Contracting Authority is engaging in a competitive process for a supplier to develop, write, and implement a rebuild of CRC’s website that is best in class and fully compliant with all legislation and standards. The new site needs to be person-centred, modern, accessible, responsive, and maintainable. It must serve as the primary digital platform for Central Remedial Clinic, supporting people with disabilities, families, carers, professionals, partners, and supporters.
- Forest Stewardship CouncilBonnFrist: 17. Apr.
Request for proposals to revise FSC Risk Assessments
Forest Stewardship Council is inviting proposals for the review and revision of existing national and centralized risk assessments related to forest products. The objective is to align these assessments with the FSC-PRO-60-006b Risk Assessment Framework. While existing version of the risk assessments are useful, they need to be reviewed and revised. While existing versions of the risk assessments are useful, they need to be reviewed and revised. The project involves reviewing existing assessments, identifying gaps, conducting independent research, engaging stakeholders, and preparing revised drafts for FSC review. This important work covers 20+ countries/areas across Latin America, Africa, Asia, and Europe, and involves identifying gaps, conducting independent research, engaging stakeholders, and drafting updates for FSC review. If you think that you or your organization may have the required qualification and experience for this type of work, we would like to invite you to submit a proposal in accordance with the requirements set forth in the Request for Proposal (RFP) and Annexes. If you are interested in this assignment, please send an email with subject line ‘’FSC_1654_RFP_Review and Revision of CNRA" to procurement_tenders@fsc.org to request the tender file. Applications are due by 15th June 2026.
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 30. April 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Westinghouse Electric Poland Sp.z.o.o.
- 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.