Fabrication of Steam Turbine Generator (Commodity Code MG01) for Bulgaria AP1000® Project
Description: 1. Experienced suppliers capable of design, fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related Turbine Generator Packages...
Angebotsfrist:08. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Description: 1. Experienced suppliers capable of design, fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related Turbine Generator Packages as defined per t...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Westinghouse Energy Systems LLC - Bulgaria Branch
- Veröffentlicht: 15. April 2026
- Frist: 08. Mai 2026
Ausschreibungsbeschreibung
Description: 1. Experienced suppliers capable of design, fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related Turbine Generator Packages as defined per the requirements of Westinghouse Electric Company LLC specifications, 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) The Supplier shall maintain a written Quality Assurance Program compliant with Purchase Order and Design Specification requirements (e.g. program that conforms to the applicable requirements of ISO 9001), including controls to prevent counterfeit or fraudulent items (CFSI); the program and its implementation are subject to review and verification before and during work execution; (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 a 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 two (2) unit project. 6. The scope of work for the subject RFP will include: • Overall project management, planning, scheduling, and reporting. • Design of equipment. • 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 plans (including lifting lug design, drawings, calculations, and testing if needed), transportation plan, testing plan, welding documentation, personnel and process qualifications, and schedules. • Preparation of the necessary documentation to support site lifting, handling, and movement plans, including any special instructions or requirements for unloading, hauling, and storage. • Process qualification procedure and demonstration plans for critical processes, including qualification mockups for the selected critical processes. • Cleaning, marking, painting, packaging. • Non-Destructive Examination (NDE) and other testing (i.e. Rotor Balancing) 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 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. 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.
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- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 30. Apr.
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, 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.
- 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.
- 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.
- Municipal Enterprise “MEDICAL CENTER FOR REHABILITATION OF PARTICIPANTS OF COMBAT ACTIONS HOSTILITIES OF LUTSK CITY TERRITORIAL COMMUNITY”Lutsk
Interactive gait laboratory (code DK 021:2015: 33150000-6 — Equipment for radiotherapy, mechanotherapy, electrotherapy and physical therapy)
INFORMATION ON THE NECESSARY TECHNICAL, QUALITATIVE AND QUANTITATIVE CHARACTERISTICS OF THE SUBJECT OF PROCUREMENT: № Name of the characteristic or parameter Presence or value of the parameter or characteristic Compliance (yes/no) and name of the document confirming compliance, with a link to the page of the relevant document 1. Presence of interactive research/training and virtual reality Yes 2. Objective assessment of movement and exercise with biofeedback (screen not less than 55") Available
- Finavia OyjVantaaFrist: 17. Mai
Finavia - Request For Information (RFI) - Airport Resource Management System (RMS)
This is a request for information (RFI) regarding airport resource management systems (RMS) available in the market. Target of this RFI is to identify the available options in the market for renewing Finavia's current resource management system. Please refer to the enclosed file "RFI - Finavia Oyj Airport RMS" for further instructions and details on participating in this RFI. For the sake of clarify it is stated, that this is not a prior information notice, a procurement notice, a contract notice nor an invitation to tender. This notification and/or answering to it do not create any obligations for Finavia or for those who choose to answer to it. Finavia does not pay any compensation for answering to this RFI. The information provided by Finavia is preliminary at this point and is subject to change. Taking or not taking part in the RFI does not change the standing or status of a supplier in the possible eventual procurement process. Finavia may use the information it receives during the RFI process for planning and preparation of the possible invitation to tender. Finavia is not obligated to launch any tender as a result of this RFI process.
- Direktoratet for samfunnssikkerhet og beredskap (DSB)TØNSBERG
Procurement of forest fire extinguishing service by helicopter
The aim of the procurement is to enter into a contract with one supplier of forest fire extinguishing service by helicopter. The service includes: • Fixed forest fire preparedness and efforts in the period from 15 April to 15 August each year. • Expanded forest fire preparedness and commitment with extra helicopters if a situation arises with a high risk of forest fires and/or many forest fires • Assistance with extraordinary events that have resulted in or can lead to a loss of life or damage to health, critical community functions or critical infrastructure, when other national helicopter resources are not sufficient. See the attached procurement documents for further details on the purpose of the contract, as well as for the contracting authority ́s requirements connected to the service.
- 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.
- South East Technological University (SETU)WATERFORD
Tender for Provision of International Tax services
The purpose of this tender is to appoint an appropriate and suitably qualified supplier for the provision of international tax services for the University with a specific focus on China and all applicable tax legislation relating to this region.
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 08. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Westinghouse Energy Systems LLC - Bulgaria Branch.
- 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.