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 C...
Angebotsfrist:30. April 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
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...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Westinghouse Electric Poland Sp.z.o.o
- Veröffentlicht: 08. April 2026
- Frist: 30. April 2026
Ausschreibungsbeschreibung
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.
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
8- 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: 25. März
Manufacture of Instrumentation Valves, ASME Boiler and Pressure Vessel Code, Section III, Class 2 and 3, (Commodity Code PV17) for Poland AP1000® Project
Westinghouse sucht qualifizierte Lieferanten für die Fertigung, Montage, Dokumentation, Prüfung und Qualitätskontrolle von Instrumentenventilen für AP1000-Sicherheitsanlagen (ASME B&PV Code, Section III, Class 2 und 3). Interessenten müssen sich per E-Mail/Telefon melden, einen Qualifikationsfragebogen anfordern und ausfüllen. Kriterien: Erfahrung mit ähnlichen Aufträgen, NQA-1-konformes Qualitätsprogramm, finanzielle Stabilität, Zertifizierung. Die Einreichung garantiert keine Qualifikation. Qualifizierte Lieferanten müssen eine Geheimhaltungsvereinbarung (PIA) unterzeichnen.
- 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.
- KSS Energia OyKouvolaFrist: 27. Apr.
Hinkismäki Electrode boiler procurement
KSS Energia Oy (later "KSS" or "Procurement Unit") is planning the purchase of an electrode boiler to produce district heat. It is initially estimated that the electrode boiler plant will produce district heating with an output of approx. 40 MW. The procurement will cover also any relevant equipment, systems and procurements needed for fully functional and operational electrode boiler. Candidates should also note that, if higher quality water treatment system is needed by the electrode boiler, this water treatment system, including make-up water tank, pumps and all other necessary equipment to produce make-up water for the boiler is included in the scope of the Supplier . Any party participating in the procurement must note that the KSS 's electricity grid is subject to the following constraints: Supply voltage 10 kV IT, no neutral point available. The electrode boiler must withstand, at minimum, a short circuit current of 28 kA for 1 second (Ith). Fimpec Engineering Oy, a part of Sweco, is a consulting engineering company that provides qualified consulting services with a high knowledge content in Finland. Fimpec is working together with KSS to advance the project to a maturity level where investment decision can be made. PRELIMINARY PROJECT SCHEDULE Submission of Applications, April 2026 Selection of Tenderers, April 2026 Submission of Preliminary Request for Quotation, May 2026 Negotiations, May to July 2026 Submission of Final Request for Quotation, August 2026 Contract award, September 2026 The delivery must be ready for commissioning no later than the 2027–2028 heating season. The procurement is subject to an approved investment decision. The candidate shall ensure that the design, supply and erection of the electrode boiler shall fulfil the mandatory laws, regulations, norms and authority requirements which are applicable in Finland at the time of the delivery. In particular, the candidate should note that the electrode boiler must meet the requirements of the grid code specifications for demand connections (KJV2026), which are estimated to be in force at the time of delivery. The electrode boiler must be capable of participating in the Frequency Containment Reserves (FCR). The technical specifications for FCR and KJV2026 are available on the website of Finland’s transmission system operator (www.fingrid.fi/en)
- 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.
- 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.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
81322845-MAV+: Technical assistance for selected companies in the pharmaceutical sector in South Africa for the SAVax project
SAVax conducted a landscape assessment of South Africa's biopharmaceutical industry, covering the pharmaceutical, biotechnological, and biomanufacturing sectors as well as a call for applica-tions for companies to self-identify their technical assistance needs. The objective of this assignment is to engage a service provider to provide tailored technical assistance for the selected companies in the biopharmaceutical sector. This technical assistance aims at enhancing the capacities of companies to gain market access with their products. The goal is to equip these companies with the knowledge and skills necessary to advance their products to market access. The selected companies will receive targeted, non-financial support addressing the technical, regulatory, organizational, and strategic challenges they face in advancing biopharmaceutical products to market. Support areas may include, but are not limited to, the following: 1. Technology Platforms and Innovation Readiness o mRNA Technology Transfer Support: Assistance in understanding, adapting, or implementing mRNA-based platforms, including guidance on formulation, delivery systems, process design, cold-chain logistics, and regulatory considerations for mRNA therapeutics or vaccines. o Digitisation of cGMP Systems: Support in planning and implementing digital systems for Good Manufacturing Practice (GMP) compliance. This includes electronic batch records, quality management systems (QMS), equipment calibration tracking, and data integrity solutions aligned with international norms. 2. Regulatory and Quality Systems Strengthening o Navigating Regulatory Pathways: Tailored guidance for interacting with SAHPRA and other relevant authorities (e.g. WHO Prequalification), including dossier preparation, clinical trial applications, reliance mechanisms, and fast-track pathways. Also includes strategic regulatory planning for biosimilars and advanced therapies. o Quality Management Process Strengthening: Support in designing, upgrading, or implementing fit-for-purpose Quality Management Systems (QMS) based on ICH Q10 principles. This includes standard operating procedures (SOPs), change control, deviation management, and risk-based approaches to quality oversight. o ISO Certification Readiness: Technical support to prepare for ISO 9001, 13485 or other relevant certifications, including gap assessments, internal audits, documentation guidance, and quality culture development. o GMP Training and Compliance Advisory: Provision of technical training in GMP principles, inspection readiness, and facility hygiene requirements, adapted to different staff levels (operators, QA/QC, management). May include site-specific support for corrective/preventive actions (CAPA). 3. Intellectual Property and Commercial Strategy o Intellectual Property (IP) Strategies: Support in designing or refining IP strategies including freedom-to-operate analyses, IP landscaping, filing strategies (local and international), and licensing terms. Emphasis on protection in the context of part-nerships and technology transfer. o Optimising Commercialisation Pathways: Advisory services to develop and refine commercial strategies, including go-to-market models, pricing approaches, and health economic value propositions. May include support in understanding procurement systems (e.g. NHI, pooled African mechanisms). o Market Assessment and Market Access Support: Tailored market research to eval-uate demand, pricing, competition, and policy environments in local and regional markets. Support may include alignment with public procurement frameworks and donor-funded demand sources. 4. Organisational Resilience and Investment Readiness o Financial Restructuring and Strategy Advisory: Guidance on cost structures, business modelling, and capital allocation to improve organisational sustainability. Support may include preparing for audits, understanding grant or equity implications, or structuring financials for growth. o Managing Investor Relations: Capacity-building on investor engagement, including pitch deck refinement, term sheet review, investor reporting frameworks, and relationship management practices that align with sector expectations. o Mentorship Programmes: Pairing of companies with seasoned executives, technical experts, or entrepreneurs who can provide continuous coaching in technical, strategic, and commercial areas. Structured mentorship plans with KPIs will be encouraged. 5. Human Capital and Collaboration o Strategies for Talent Development and Retention: Development of internal work-force strategies including upskilling plans, career progression models, and organisational culture interventions to reduce talent attrition in critical areas like QC, regulatory affairs, and bioprocessing. o Managing Strategic Partnerships: Support in structuring and managing public-private partnerships, consortia, and technology transfer agreements. This includes due diligence, contractual frameworks, IP considerations, and governance models to ensure mutual value. o Facilitation of International Training Exchanges: Design and support of outbound and inbound staff exchange opportunities with regional or international centres of excellence, including identification of partner institutions, logistics coordination, and documentation of learning outcomes.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
10004174 - Engineering support for the development of up to three PtL pilot plants in up to three countries
The International Power-to-X Hub supports the transition to climate-neutral industries and economies by advancing sustainable Power-to-X solutions in sectors where direct electrification is not yet feasible, especially aviation, maritime transport and energy-intensive industries. The project is implemented by Deutsche Gesellschaft fuer Internationale Zusammenarbeit (GIZ) GmbH on behalf of the German Federal Ministry for the Environment, Climate Action, Nature Conservation and Nuclear Safety (BMUKN). It is financed through the International Climate Initiative as part of Germany"s hydrogen and Power-to-X policy framework. Power-to-X enables the production of fuels and chemical feedstocks from renewable electricity and sustainable carbon or nitrogen sources and therefore helps replace fossil-based inputs while supporting climate protection, industrial transformation and sustainable economic development. The subject of this tender is providing technical support for the development of up to three Power-to-Liquid pilot plants in up to three countries. The assignment provides up to three industrial partner companies with customised engineering documents and advisory services to advance PtL pilot plant projects to FEED/EPC tendering stage. The requested services cover the full project development pathway from concept definition and selection through comparative techno-economic feasibility assessment and conceptual engineering to advice on procurement and tender strategy and, where required, support for the preparation of functional FEED/EPC tender documents. The contract is structured into four work packages in two implementation steps. In Work Packages A and B, the contractor shall review existing concepts and documentation, consult each partner, refine or propose PtL plant concepts, advise on feedstock and utility sourcing, process technologies, offtake markets, regulation and certification, conduct kick-off meetings and site visits, and prepare Concept and Site Analysis Reports with comparative assessments and recommendations. The contractor shall also deliver partner trainings and prepare comparative techno-economic feasibility studies for up to two plant concepts per partner, including a book of assumptions, process simulation, technical descriptions, preliminary process flow diagrams, equipment sizing, interface definitions, certification compliance assessment, CAPEX and OPEX estimates, economic modelling, risk analysis and concept recommendations. Preliminary results shall be discussed with each partner in an interactive workshop to validate assumptions, review trade-offs and support concept selection. Subject to confirmation by the partner and GIZ, Work Package C covers FEL-2 conceptual engineering for the selected concept and a refined Class 4 AACE cost estimate. This includes advisory support on site development, permitting and certification, preparation of an integrated project execution plan, partner trainings on PtL process simulation and plant engineering, and an FEL-2 engineering package comprising Basis of Design specifications, process descriptions, drawings, equipment lists, preliminary equipment specifications, interface and battery limit definitions, input and output specifications, and QA/QC and HSE requirements. The engineering work shall be carried out in close coordination with the partner and GIZ and shall include advice on technology and licensor options as well as updated CAPEX estimates, economic models and key project indicators. Where sustainable CO2 supply is not readily available, the services may also include, for one project, the screening of potential sustainable carbon sources and the design of a CCU system including FEL-1 engineering package and CAPEX assessment. In a subsequent stage, the contractor shall advise on FEED/EPC procurement and tender strategy and, where required, prepare the functional tender specifications, including design basis, technical and performance specifications, scope of supply and services, site and utility information, HSE and QA/QC requirements and project schedule elements in line with the partner"s procurement framework and international standards. The contractor shall also provide advice on commercial and legal terms during tender preparation. For one partner, the services may further include support during the FEED/EPC tendering process, including bidder communication, clarification support, qualification and bid evaluation assistance, preparation of evaluation notes and support during negotiations. Throughout implementation, the contractor shall also provide cross-cutting knowledge exchange, monitoring, reporting, backstopping and coordination services.
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.