HM0144 Stock Condition Survery Framework
Procurement of qualified suppliers to carry out surveys of the condition of Cork City Council housing stock (11,000 - 12,000 units approx.). Initial contract will not exceed 2 years. Details of optional extensions are included in the tender documents.
Angebotsfrist:23. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Procurement of qualified suppliers to carry out surveys of the condition of Cork City Council housing stock (11,000 - 12,000 units approx.). Initial contract will not exceed 2 years. Details of optional extensions are included in the tender documents.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Cork City Council
- Veröffentlicht: 22. April 2026
- Frist: 23. Mai 2026
Ausschreibungsbeschreibung
Procurement of qualified suppliers to carry out surveys of the condition of Cork City Council housing stock (11,000 - 12,000 units approx.). Initial contract will not exceed 2 years. Details of optional extensions are included in the tender documents.
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- Dublin City CouncilDublin
DCC Single Party Framework Agreement for the Control of Weeds on Roads in Dublin City Council 2026-2029
Dublin City Council proposes to award a Single Party Framework Agreement for four years, for the provision of weed control service. The successful tenderer must treat visible growth as specified within the Framework. Dublin City Council are seeking tenders for alternative methods for the control of weeds other than the use of glyphosate on hard surfaces. ie footways (where Glyphosate is referred to in these tender documents this implies glyphosate in use as a herbicides or pesticides) Dublin City Council wishes to establish a Single-Party Framework agreement for the provision of a service for the control of weeds on footways, medians and other areas taken in charge by Dublin City Council for four years. An initial contract will be awarded for one year, subject to demand and availability and this may be extended at the sole discretion of Dublin City Council for a period of 3 years. . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created.
- Tuath Housing Association LtdDublinFrist: 05. Mai
Multi-Party Framework Agreement for the provision of Periodic Electrical Inspections (PIRs) and Domestic Life Safety System (DLSS) Inspections and associated repairs
Tuath Housing Association invites tenders from suitably qualified and experienced electrical contractors for inclusion on a multi-supplier framework agreement for the provision of Periodic Electrical Inspections, Domestic Life Safety System Inspections, and associated upgrade and/or repair works across designated residential properties within its housing stock. The framework agreement will comprise two initial lots. The first two lots will be awarded to the two tenderers submitting the top two Most Economically Advantageous Tenders (MEAT), as evaluated in accordance with the criteria set out in the tender documentation. Any third and subsequent call-off contracts under the framework will be awarded by way of mini-competition among all appointed framework members, in accordance with the terms and conditions of the framework agreement. Tenderers are requested to consult the accompanying tender documentation for full details of the requirements, scope of services, and evaluation methodology.
- Forsvarets forskningsinstituttKJELLERFrist: 11. Mai
25/01196 prequalification framework agreement management development and organisation development.
The Norwegian Defence Research Establishment (FFI) is a civil research institution directly under the Ministry of Defence. The company has more than 900 employees, of which approx. 600 are researchers and engineers who develop technology and knowledge to enable the Norway to have a modern and efficient defence. The institute is multi-disciplinary and covers subjects such as mathematics, physics, information technology, chemistry, biology, medicine, psychology, political science and economics. The institute is located in Kjeller near Lillestrøm and has a smaller work unit at Karljohansvern in Horten. The procurement is for a framework agreement for consultancy services within management development and organisation development. The procurement will be carried out in accordance with the procedure 'restricted tender competition' in accordance with FOSA § 5-1 first section. This is a procedure in two phases that begins with this qualification phase. All interested suppliers have the option to submit a request for participation in the competition. Of the qualified tenderers, a given number will be invited to submit tenders in the next phase of the procedure (the tender phase), cf. the tender documentation point 5.
- Dublin City CouncilDublin
Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)
Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles, to meet current and emerging operational needs associated with cycle lane cleaning and winter road maintenance across the Council’s administrative area. The framework will operate for a period of four years from the date of award, with an indicative total value of €2.5 million (ex VAT) across all lots. The initial phase value is €800,000 in the first year, with options to extend or issue further allocations as funding becomes available. This value is provided strictly for indicative purposes and does not represent a commitment to purchase any specific quantity or to exhaust the full amount. Actual drawdown will depend on operational requirements, available funding and performance of the awarded suppliers. The tender is divided into three lots to reflect both operational needs and environmental priorities. Lot 1 covers diesel sub compact sweepers, with approximately up to four (4) units expected to be procured and provision for future expansion. Lot 2 covers electric compact sweepers, with between two (2) and six (6) units expected to be procured and provision for future expansion. Lot 3 covers diesel winter maintenance sub compact vehicles, with between two (2) and four (4) units expected to be procured and provision for future expansion. For Lot 1 and Lot 3, the maximum permitted vehicle width is 1100 mm, while for Lot 2 the maximum permitted width is 1200 mm. Vehicles proposed under Lot 3 must be capable of winter treatment functions such as salt spreading on narrow cycle lanes and restricted routes. They must also be adaptable to a brine system in the future, as the methodology for winter road treatment is currently under review. An adjustable salt spreading width, ideally ranging from 1.1 metres to 4 metres, is required. Contractual requirements include a minimum one year full warranty from the vehicle or sweeper manufacturer. The framework does not include the supply of non warranty spare parts or diagnostics. Tenderers must deliver the vehicles within 22 weeks from contract award, with up to two additional weeks allowed for on site operator training where required. All vehicles will have to be delivered to Dublin City Council’s North City Operations Depot (NCOD), St. Margaret’s Road, Ballymun, Dublin 11. Evaluation will include provisional scoring at the evaluation meeting, followed by an on-site trial and inspection of the highest-ranked tenderer to verify compliance. Scores may be adjusted if specifications are not met, and inspections will continue in rank order until complete. Once final evaluations are confirmed, letters will issue, and after the standstill period, the contract may be awarded. The inspection process is integral to the overall evaluation. A full list of technical and performance requirements is provided in Appendix A – Fitness for Purpose. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding.
- 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.
- Dublin Port Company_411DublinFrist: 01. Mai
Provision of Fuel Oil Supplies at Dublin Port Ireland
Dublin Port Company (DPC) The Contracting Entity proposes to engage in a competitive process for the establishment of single party framework agreement to provide Fuel Oil Supplies to the Dublin Port Estate. The requirements cover the following: Deliveries of Marine Gas Oil (Gas Oil – Low Sulphur) for Vessels; Buildings and Miscellaneous Back Up Generators; Deliveries of Kerosene for Buildings; Other fuels may be required. To promote responsible and sustainable www.dublinport.ie. supply chain practices in line with industry best practice, DPC has partnered with Achilles, a leading global provider of supply chain risk management services. Achilles Supply Line has operated in Ireland for over 25 years and will be used as a qualification system for this competition. DPC is conducting its qualification stage for this competition via the Achilles Supply-Line Platform. Dublin Port may invite all qualified firms to tender, or reserves the right to carry out a further qualification stage to reduce the number of firms to be invited. To express interest and participate, please register, subscribe and complete your questionnaire as detailed below. Organisations that are not currently registered on Achilles Supply-Line are invited to express their interest by contacting via email zoe.eccleson@achilles.com or tom.barrett@achilles.com directly via phone at +44 (0) 1235 861118 and to register for the Supply-Line Silver Plus membership via the following link - https://my.achilles.com/join-community?communitycode=SUP&lang=en-gb&buyerid=00013760&minimumpackage=SLP. Organisations already registered on Achilles Supply-Line must ensure that: (i) their registration is valid; (ii) the relevant codes listed below are included in their profile, and (iii) their questionnaire information is complete and up to date. The relevant Supply-Line codes are: 1.10.18.0 Fuel Oil; 1.10.18.2 Heavy Oil; 1.10.18.3 Kerosene; 1.10.18.4 Light Oil; 1.10.18.4 Low Sulphur Diesel; 1.10.18.7 Road Diesel; 1.10.11.1 Petrol; 1.10.11.5 Petrol – Unleaded;
- 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.
- 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.
- 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.
- Westinghouse Energy Systems LLC - Bulgaria BranchSofiaFrist: 08. Mai
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 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.
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 23. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Cork City Council.
- 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.