M/R-station Kongens Tisted
The Contracting Authority wants to purchase an M/R station (Measuring & Regulating Station). The station is to be used for pressure reduction of natural gas between the transmission pipeline and the distribution pipeline. The M/R station will reduce pressure from 80 (transmission) to 55 bar (Distribution), supplying th...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Contracting Authority wants to purchase an M/R station (Measuring & Regulating Station). The station is to be used for pressure reduction of natural gas between the transmission pipeline and the distribution pipeline. The M/R station will reduce pressure from 80 (transmission) to 55 bar (Distribution), supplying the northern part o...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Energinet Gastransmission A/S
- Veröffentlicht: 09. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
The Contracting Authority wants to purchase an M/R station (Measuring & Regulating Station). The station is to be used for pressure reduction of natural gas between the transmission pipeline and the distribution pipeline. The M/R station will reduce pressure from 80 (transmission) to 55 bar (Distribution), supplying the northern part of Jutland. This is necessary to cover an increasing demand for supply of natural gas during the winter. Furthermore, the transmission line with reduced pressure will also function to balance all the northern distribution grids by providing an additional line pack and thereby using the increasing biogas potential in the region throughout the year. The M/R station will have a flow capacity in the range 0-100,000 Nm3/h range. The M/R station is part of the larger FTB (Fast track Biogas) project. The aim of the FTB project is to establish compressor stations between the distribution and transmission grid. This will enable flow of natural gas and biogas in both directions, making it possible to distribute gas nationally through Denmark, utilizing the biogas produced locally. The compressor station exist of compressor, deodorization and measuring units. For further details regarding the purchase, reference is made to the tender documents. The value of the contract is expected to amount to 3,000,000 EURO. Offers can be submitted for one agreement.
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- SYKEHUSINNKJØP HFVADSØFrist: 24. Apr.
Cleaning services for the University Hospital of North Norway HF ́s ambulance stations.
The contracting authority for this competition is Sykehusinnkjøp HF, which is implementing the procurement on behalf of the University Hospital of North Norway Health Trust (UNN HF). The aim of the procurement is to enter into a service agreement with one or several tenderers for cleaning of good quality at UNN HF ́s ambulance stations, which shall keep the premises with further visually appealing and hygienically satisfactory. The estimated annual procurement value is NOK 1,800,000, per annum excluding VAT. The maximum value of the procurement is NOK 8,500,000, excluding VAT. The estimated values and volumes in the tender documents are not binding for the contracting authority and the customers are not obliged to procure a specific volume/number of services within the individual areas in the contract period. The procurement is divided into sub-contracts, which are in the competition provisions. Tenders can be submitted for one, several or all sub-contracts. The contracting authority reserves the right to award a combined contract to a tenderer, where a tenderer has offered all sub-contracts and the total tender has the best relationship between price and quality in general, cf. the procurement regulations § 19-4 (5). See the tender documentation for more information.
- British Trust For OrnithologyThetford
AFBI03-ITT02 - Supply of Seabird Tracking Equipment
The British Trust for Ornithology (BTO) is looking for suitably qualified and experienced companies/organisations to tender for the supply of seabird tracking and biologging tags, including associated base stations and software, for use in Northern Ireland and the Republic of Ireland as part of the ACCLIMATISE project. The work will support seabird tracking activities and will contribute to a transboundary seabird conservation strategy and action plans for priority threatened seabird species. BTO is a project partner in the ACCLIMATISE project, supported by PEACEPLUS, a programme managed by the Special EU Programmes Body (SEUPB). ACCLIMATISE is led by the Agri-Food and Biosciences Institute (AFBI). Within this project, BTO is leading Work Package 2: ‘Transboundary Conservation Strategies and Sustainable Management of Marine Predators’. As part of this work, BTO (co-leading with the RSPB) will carry out extensive seabird tracking and ecological studies across Northern Ireland and the Republic of Ireland. This specifically includes tracking to investigate the at-sea distribution, foraging ecology, and flight height in breeding Black-legged Kittiwake Rissa tridactyla (hereafter Kittiwake), Northern Fulmar Fulmarus glacialis (hereafter Fulmar), Common Guillemot Uria aalge (hereafter Guillemot), and Razorbill Alca torda. This tender relates specifically to the supply of seabird tracking and biologging tags to support this work. The appointment of a Tenderer will be by a process of open tender. The requirement is set out in the Specification herein. General information on the British Trust for Ornithology is also available at www.bto.org
- Centre for development of the South-East planning regionStrumicaFrist: 14. Apr.
Supply of equipment – EV Chargers
The contract concerns the supply, delivery, installation, connection, testing and commissioning of six fast electric vehicle (EV) charging stations in the SouthEast of North Macedonia, to be installed in the municipalities of Strumica, Gevgelija, Valandovo, Radovish, Dojran and Novo Selo. The charging stations shall be supplied in accordance with the technical specifications defined in the tender documentation and shall fully comply with all applicable EU safety, technical and performance standards. Each charging station will be mounted on an appropriate concrete foundation and connected to the electrical grid, including all necessary civil, electrical and auxiliary works required for full operational readiness. The scope of the contract includes, but is not limited to: • Supply, delivery and installation of the EV charging stations with the technical characteristics defined in the tender specifications; • construction of foundation bases for each charging station; • electrical connection works, including cable lines, disconnection boxes and all required protective elements; • installation of vehicle stop elements and vertical and horizontal traffic signage and markings related to the charging points; • testing and commissioning of the installed equipment to ensure safe and proper operation. The contractor shall also provide training for designated local personnel on the operation and routine maintenance of the charging stations, as well as warranty coverage and aftersales support throughout the warranty period. All required documentation, certificates of conformity, technical manuals and asbuilt documentation must be delivered to ensure correct use, maintenance and longterm functionality of the equipment. Delivery, installation, testing and commissioning of the charging stations must be completed within the timelines defined in the project implementation schedule. The charging infrastructure is intended to promote sustainable transport, encourage lowcarbon mobility and contribute to the development of regional electric vehicle infrastructure.
- 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.
- Causeway Coast and Glens Borough CouncilColeraineFrist: 03. Mai
PEACEPLUS Tender - LGBTQIA+ Programme - PEACEPLUS Funded
Causeway Coast and Glens Borough Council seeks to appoint suitably qualified organisation(s) / individual(s) to develop opportunities to raise awareness within the LGBTQIA+ community of the support and services available within the Borough and to ensure that these support systems are viewed as being accessible. The programme will ensure that a platform is given to the LGBTQIA+ community to ensure that their voices can be articulated and heard. The project aims to support the education of the wider Borough about the valuable contribution the LGBTQIA+ community has made and continues to make within the Borough. The tender response must address the following key issues: • Intolerance. • Lack of awareness. • Challenges and Obstacles faced by the LGBTQIA+ Community. • The history of the LGBTQIA+ Community. • The perception of who is part of the LGBTQIA+ Community. • Challenging the level of intolerance towards the LGBTQIA+ Community. • Encourage the wider community to learn for themselves, drawing their own conclusions and remembering that the wellbeing of all can be influenced by acting on some of our views. • Promoting and supporting visibility and inclusion. Targets • Recruit minimum 245 participants (CNR: 20%: PUL 20%: Other 60%) • Co-design a programme which tackles both isolation and vulnerability within the LGBTQIA+ community. • Deliver an exhibition which explores legacy of local LGBTQIA+ icons. • Deliver 7 public talks across the Borough to explore lived experiences. Counselling or other appropriate infrastructure support services also need to be available. • Delivery of a showcase event. • A minimum of 26 hours (total) of meaningful engagement must be provided per participant. Outputs • Increased levels of tolerance throughout and between the communities. • Increased levels of knowledge and information shared in relation to the LGBTQIA+ community. • Increased levels of awareness about the issues facing the LGBTQIA+ community. • Increase in confidence within the LGBTQIA+ community. • Opportunity to connect LGBTQIA+ members through a more localised network. Programme Activities • Stage 1: Recruit 245 participants to the programme (Approx 35 from each DEA area). • Stage 2: Co design a programme with the 245 participants which helps support both younger people and especially older people and young people from a rural background who need to access the support services of LGBTQIA community. The programme needs to tackle both isolation and vulnerability, whilst increasing visibility from the community. • Stage 3 An exhibition and talks which explores the opportunity to look the wide range of people in the legacy CCGBC area, who hailed from the LGBTQIA+ community who have contributed to our society (this could manifest in an exhibition or publication). • Stage 4: Deliver 7 Public Talks/discussions/Panels to explore the lived experience of local people in the area, as a way of increasing awareness, but encouraging the public to look at their practices, attitudes, how they could make improvements or support systems. This could provide an opportunity for the public to look at education, awareness raising and an event to consider the aspect of compassion as a key principle from which to operate from. This will require a tight structure, experience facilitators and support services (befriending and/ or counselling). • Stage 5: Delivery of a special event to showcase the LGBTQIA+ community and build relationships within the community. Additional guidance to be taken around the correct and planned delivery of PRIDE event that has been consulted on, planned for, and delivered in an atmosphere of acceptance (perhaps look at the Enniskillen example). BUDGET: 147998 EURO Timeline: 18 months This list of activities is not 100% exhaustive. As part of the Tender Quality Assessment, bidders are asked to deliver a profile that reflects these areas as well as allowing for their own knowledge, innovation, and experience. Causeway Coast and Glens Borough Council would welcome a partnership or collaborative approach from several organisations / individuals that between them have the necessary expertise and experience. Individual submissions are also welcomed. 2.3 Project Budget The project has a maximum budget of 147998 EURO (excl. VAT) All tender submissions should be submitted exclusive of VAT, to design and deliver the above activities and achieve the anticipated results by January 2028 Please carefully note that up to 20% of project funds will be released on award of contract and thereafter on a staged basis, your tender should align costs to the delivery of stages or outputs. 2.4 Project Timescale It is anticipated that the successful bidder will be contracted to begin project delivery within 6 weeks of contract award All project activity must be completed by January 2028 All project related financial invoicing must be submitted within 1 month of the completion of the final report. 2.5 Project Management The successful applicant will be required to develop a sustainable delivery mechanism and be responsible for the overall management of the project activities. Throughout process work agree on areas and consultation methods. The successful applicant will be required to work with the Council Officer charged with the management of PEACEPLUS and will meet with them at the following stages: • On appointment, to agree a forward work plan, the proposed schedule for implementation and the reporting requirements. • A formal meeting on a regular basis to review progress against agreed timeframes and milestones, to identify emerging issues and risks and plan for mitigation strategies, and to agree targets for the next quarter or stage. • It should be noted that the Causeway Coast and Glens Borough Council maintains the copyright of the project and the materials produced.
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?
- Für diese Bekanntmachung ist aktuell keine konkrete Angebotsfrist angegeben.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Energinet Gastransmission A/S.
- 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.