Mobile pressure dams
Mobile pressure chamber – a transportable unit for use in diving accidents The purpose of the procurement is to meet safety requirements related to operations and maintenance in the activities of the Norwegian Ocean Technology Center. Both at Tyholt, as well as to enable diving operations carried out by NTNU in accorda...
Angebotsfrist:31. März 2026(abgelaufen)
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Mobile pressure chamber – a transportable unit for use in diving accidents The purpose of the procurement is to meet safety requirements related to operations and maintenance in the activities of the Norwegian Ocean Technology Center. Both at Tyholt, as well as to enable diving operations carried out by NTNU in accordance with updated ...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: NTNU
- Veröffentlicht: 26. Februar 2026
- Frist: 31. März 2026
- Thema: Hilfsmittel
Ausschreibungsbeschreibung
Mobile pressure chamber – a transportable unit for use in diving accidents The purpose of the procurement is to meet safety requirements related to operations and maintenance in the activities of the Norwegian Ocean Technology Center. Both at Tyholt, as well as to enable diving operations carried out by NTNU in accordance with updated diving directives.
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
5- FMVStockholmFrist: 03. Mai
Diving system for mine clearance operations
The requested product is a diving system for military use including any necessary accessories, documentation and training. The diving system is a self-contained underwater breathing apparatus designed to support military diving operations where consideration regarding acoustic and electromagnetic signatures needs to be taken into account. Its main purpose is to enable human underwater stay, primarily for military use in mine countermeasures (MCM) and explosive ordnance disposal (EOD) missions in harsh conditions such as rough sea, sub-zero temperatures and low-visibility waters. The system consists of a diving apparatus which provides the diver with the proper breathing gas for the depth, and valid information during the dive. The system also logs information from the dive as support in planning of upcoming dives. The system shall be an electronic closed-circuit rebreather (eCCR). Key features of the diving system: Simplicity and ease of use Robustness and suitability for field operations Modularity to adapt to operational requirements Safety Low acoustic and electromagnetic signature Key performance requirements of the diving system: EN 14143 compliance or equivalent for the rebreather part of the system EN 250 compliance or equivalent for any open-circuit part of the system (bail-out) NATO standard AMP-15 compliance or equivalent for acoustic performance NATO standard AEODP-07 compliance or equivalent for magnetic performance Enable repeated operational diving in water temperatures down to –2°C Enable repeated operational diving in air temperatures down to at least –20°C Enable operational diving deeper than 60 msw Oxygen partial pressure control Some or all of the features and performance requirements listed above may be tested and evaluated by the Contracting authority (FMV) at a later stage of the procurement. The diving system shall also be compatible with a custom decompression algorithm provided by the Contracting authority to the winning tenderer. The tenderer must be able and willing to implement this algorithm into the computer of the diving system. Supply contract The expected volume requirement is 100 systems and another 40 as options delivered over four (4) years and first delivery approximately 30 systems one (1) year after signed contract. Framework agreement The procured system will need to be maintained throughout the lifespan of the system. The agreement will most likely include: - technical support helpdesk (telephone) - technical support on site (repairs) - preventive maintenance - spare parts - software updates - education and training - alteration/modification if needed - configuration management and follow-up
- European Commission, DG GROW - Internal Market, Industry, Entrepreneurship and SMEsBrusselsFrist: 08. Mai
Recruitment of Technical Assistance Team for the Safe Seas Africa programme
The Western Indian Ocean (WIO) and the Red Sea/Horn of Africa region is of critical importance, as these waterways serve as vital chokepoints connecting the Indian Ocean to the Mediterranean via the Suez Canal. The region has been particularly exposed to maritime threats with direct repercussions on global trade flows and energy security. Most countries of the region are not appropriately equipped and staffed to properly manage their maritime domain or to ensure the monitoring and the security of their national maritime zone of interest and ports' infrastructure, nor do they have the relevant national legislation finalised and updated jurisdictional clauses in place. The region lacks effective maritime surveillance capacity and relies heavily on outside actors to protect maritime commerce and shipping. As a result, much of the WIO regions’ maritime domain remains vulnerable to numerous maritime crimes and threats to port security. European Union (EU) remains the largest partner in the region that is supporting the Coastal States of the WIO region in the combined effort for peace, stability and maritime security. EU is committed to further support the region to strengthen national maritime coordination mechanisms, port and maritime law enforcement capacities and maritime domain awareness, while promoting regional information-sharing and operational cooperation. Emphasis is placed on addressing trafficking networks, enhancing legal frameworks, ensuring effective “legal finish” and aligning actions with regional and international frameworks such as the Djibouti Code of Conduct and relevant IMO conventions. For the smooth implementation of the programme, it is proposed to recruit a Technical Assistance Team (TAT) with the objective to contribute to enhance maritime security and safety of navigation in the WIO and Red Sea/Horn of Africa regions. Overall objective: To support the effective, coherent and results‑oriented implementation of the Safe Seas for Africa programme (SSA) and the Red Sea/Horn of Africa programme, thereby contributing to enhanced coordination of activities to improve maritime security and safety of navigation in the WIO and the Red Sea/Horn of Africa regions. Specific objectives: 1. Programme coordination and coherence: To ensure effective coordination, supervision and coherence of actions implemented under the SSA programme and Red Sea/Horn of Africa programme, including complementarity and synergies among implementing partners (IOC, UNODC, IMO, INTERPOL and others). 2. Ownership and engagement To strengthen monitoring of implementation at country level and support national stakeholders in addressing challenges and enhancing ownership. 3. Links with the regional maritime security architecture To strengthen coordination and cooperation between regional and national partners and the RCOC and RMIFC and support Red Sea/Horn of Africa partner countries in establishing and strengthening links to the two centres, when and if possible. 4. Results‑based management and reporting To ensure results‑based management and strategic oversight of both programmes through systematic monitoring of the logframe indicators, analysis of progress at country and regional level, and provision of evidence‑based recommendations for decision-making and programme steering. 5. Strategic support to the EU To provide continuous technical and strategic support and guidance to the EU in the implementation of the SSA and Red Sea/Horn of Africa programmes, ensuring coherence with wider EU initiatives and policies in the region. The Contracting Authority will be the EU Delegation in Mauritius. Tentatively, the TA team is expected to comprise of a Regional Coordinator / Team Leader, two Coordinators (Indian Ocean and Red Sea/Horn of Africa regions respectively), an Assistant Coordinator. The core Team will be based in Mauritius while the Coordinator of the Red Sea/Horn of Africa region will be based in Nairobi.
- A/S ØresundKøbenhavn VFrist: 06. Mai
Tender for a Construction Agreement regarding Passing Tracks Kalvebod (Sub-project 2) Track and Catenary
On 4 April 2024, the Danish Parliament adopted the Act on the Upgrade of the Øresund Rail-way, which provides that two passing tracks shall be constructed at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to carry out the project 'Passing Track Kalvebod’. Several preliminary studies have been conducted to date, and material relating thereto is available at: https://sundogbaelt.dk/forbindelser/overhalingsspor/. The project thus comprises the establishment of two new tracks parallel to the two existing tracks. The project also includes a reconstruction of the Hammelstrupvej Bridge to accommodate four tracks instead of the current two tracks, and the replacement of two footbridges over the railway. The two new tracks shall have new catenary systems installed consisting of cantilever masts covering both tracks. The current neutral section shall also be relocated and pumping station 2 shall undergo certain modifications to make room for the new tracks. Sheet piling shall be installed along the entire stretch to retain the embankment and provide space for the two new tracks. The Passing Tracks Kalvebod project is being implemented in two sub-projects: Sub-project 1 “Structures and Civil Works” (“SP1”) and Sub-project 2 ”Track and Catenary” (“SP2”). SP1 comprises earthworks, drainage, structures and high-voltage installations (civil and construction works). SP2 comprises track and catenary (railway infrastructure). The execution of SP1 has been tendered as a separate design and build contract. The Contracting Entity has entered into a contract with the design and build contractor, and the works under that con-tract are ongoing. This tender concerns the contract regarding SP2, which comprises track and catenary (rail-way infrastructure). The activities in SP2 build upon the works carried out by the contractor for SP1. The project's safety objective is to maintain the existing safety level. A/S Øresund is the project owner and entity in charge of maintenance, whilst Banedanmark is the infrastructure manager. The tender procedure will be conducted as the competitive procedure with negotiation pursuant to Directive 2014/25/EU (the Utilities Directive).
- 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.
- 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 31. März 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist NTNU.
- 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.