Remote controlled underwater vessels (ROV)
Remote controlled underwater vehicle (ROV) Small to medium ROV classified down to 500 metres for use in carrying out various underwater operations. Shall be able to be handled by two persons.
Angebotsfrist:05. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Remote controlled underwater vehicle (ROV) Small to medium ROV classified down to 500 metres for use in carrying out various underwater operations. Shall be able to be handled by two persons.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: NTNU
- Veröffentlicht: 04. Mai 2026
- Frist: 05. Juni 2026
- Thema: Baumaschinen
Ausschreibungsbeschreibung
Remote controlled underwater vehicle (ROV) Small to medium ROV classified down to 500 metres for use in carrying out various underwater operations. Shall be able to be handled by two persons.
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- Universität Stuttgart
Prozessorboard für den Bordrechner des ROMEO-Satelliten
The ROMEO (Research and Operation in Medium Earth Orbit) satellite is currently being developed and built by the Institute of Space Systems at the University of Stuttgart. This satellite is to use a water electrolysis propulsion system to travel from LEO to MEO, where it will carry out scientific Earth observation and technology demonstrations. Two, redundant processor board are being searched for to be used in the satellite's on-board computer, and this procurement is intended to acquire it.
- Universität Stuttgart
Prozessorboard für den Bordrechner des ROMEO-Satelliten
The ROMEO (Research and Operation in Medium Earth Orbit) satellite is currently being developed and built by the Institute of Space Systems at the University of Stuttgart. This satellite is to use a water electrolysis propulsion system to travel from LEO to MEO, where it will carry out scientific Earth observation and technology demonstrations. Two, redundant processor board are being searched for to be used in the satellite's on-board computer, and this procurement is intended to acquire it.
- SYKEHUSINNKJØP HFVADSØFrist: 08. Juni
STO_2025_AH_28_51656 - Scanner for digital pathology
The objective of the procurement is to procure one high capacity scanner for digital pathology for routine scanning of histological tissue section at the Pathology Department, St. Olavs Hospital HF. The procured scanner system shall support effective and secure digitalisation of tissue glass for use in clinical routine diagnostics, including primary diagnostics carried out by pathology, as well as for image analysis, research, development projects and work with artificial intelligence (KI). The scanner system shall be suitable for continual operation in a high volume laboratory and it shall be able to carry out automated and unmanned batch scanning during nights and weekends. The system shall contribute to a low operational load for laboratory personnel through a high degree of automation, stability and efficient work flow, at the same time that manual and semi-automatic scanning is required. The scanner system shall be able to be integrated with the Contracting Authority ́s existing digital pathology system (Philips IntelliSite Pathology Solution – PIPS), as well as support relevant open standards for further use of image data in an analysis and research context. The system shall also enable flexible handling and storing of image files suitable for different purposes, including clinical operation and project/research use. There is no need for fluorescent scanning or scanning glass with particularly large formats beyond standard histological object glass. The scanner system shall be designed for practical and intuitive use in a routine laboratory, with an efficient and predictable work flow. See the Requirement Specifications and the Price Form for further details.
- FMVStockholmFrist: 24. Mai
Framework Agreement - Tracked Multi Purpose All-Terrain Vehicle (MPATV)
You are hereby invited by the Swedish Defence Material Administration to submit an application to participate in the procurement of a framework agreement regarding a tracked Multi Purpose All-Terrain Vehicle (MPATV). MPATV consists of a tracked Multi Purpose All Terrain Vehicle in multiple variants and configurations. MPATV shall fulfill the role as an unarmoured Multi-Purpose All Terrain Vehicle for the Swedish Armed Forces. It should be a robust, versatile and high mobility vehicle with a flexible load carrying capacity depending on mission. The vehicle needs to be able to operate independently, transporting cargo and personnel in roadless terrain and subarctic environments at all times, throughout the entire year, without seasonal limitation. The vehicle is expected to have similar or better mobility compared to the BV206. Initial requirement is up to approximately 500 vehicles.
- 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
- FMVStockholmFrist: 02. Juni
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
- Office of Public Works (OPW)TrimFrist: 12. Mai
The provision of Interpretation and Exhibition Design for a proposed new visitor facility building adjacent to the Casino at Marino, Cherrymount Crescent (off Malahide Road), Marino, Dublin.
Office of Public Works (OPW) wishes to appoint an Integrated Interpretation Team that shall be responsible for providing all the necessary consultancy services for Stage (I) Preliminary Design to Stage (V) Handover of Works. The following disciplines are relevant to this project: • Interpretive Design Services • Interpretive Research services • Project Management Services • Graphic Design Services • AV / Film Technical Design Services • Procurement services • Quantity Surveying/Cost Management Services • PSDP Services • Script Writing The Integrated Interpretative Team will be responsible for providing all interpretive and associated construction/fitout-related technical advice and design services to the OPW Client for the Project. The Consultant will be required to provide all necessary services including the Stage Services, described below and elsewhere in the contract. The Integrated Interpretation Team shall be required to consult and liaise with all affected stakeholders to facilitate timely design and construction/fitout of the works and to minimise impacts on those affected. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. As noted in 4.3.9.1, It is expected that within the team there will be a Specialist AV / Film Advisor available to provide advice to the team during all stages of the design and fit out process. The Integrated Interpretative Design Team shall comprise of all the disciplines necessary to achieve this objective. The Team shall be led by an Interpretative designer with a track record of successfully carrying out similar works. Interpretive Research services need to include (a named) suitably qualified person able to collate/and or undertake subject matter research feeding into interpretative design, narrative development and Script Writing. The Team may be formed by a single consultant with in-house specialists or may be a group of consultants who have combined to form a team. In the latter case the Team Leader shall be an Interpretative designer who shall be clearly identified in their Tender Submission as the Lead Tenderer and shall be the entity that enters into a contract with OPW for the delivery of the Services. Other Team members shall be sub-consultants to the Lead Tenderer. Note - The cost of the works will be required to align with the available budgets. The consultant shall refine / revise designs as necessary during the lifetime of the project to achieve this, in consultation with OPW. Full list of requirements are contained within the tender documents.
- Oslo kommune v/ Bydel GrünerløkkaOsloFrist: 13. Mai
Day centre transport by minibus of persons with dementia and disabilities.
PURPOSE AND SCOPE The aim of the procurement is to cover the need for transport services, including drivers and auxiliary zones, to and from day activities and senior centre offers in the district. There are 19 people with normal driving who need daily transport. This can be changed over time and changes will be reported once per ocean year. The maximum number of persons will not exceed 25. All transport shall be carried out by vehicles that are powered with electricity or hydrogen in order to reduce CO2 emissions and contribute to Oslo municipality ́s green profile. From 01.01.2025, all deliveries/assignments for Oslo municipality where transport is a part of the service, shall be undertaken by using zero emission (i.e. battery electric or hydrogen) or biogas technology that as a minimum fulfils euro class 6/ VI. The contract has an annual estimated value of NOK 1,500,000. The contracting authority draws attention to the fact that the estimate is based on previous consumption, historical data and the expected future need. This contract is valid for up to a maximum value of NOK 6,000,000, including any option for a 2 year extension. The estimate is only a guideline and is without obligation for the Contracting Authority. Transport of up to 19 people with up to 4 wheelchair users is required. The number can be changed with each new order made every six months. The change can be both a reduction of persons with a need for changing the number of wheelchair users, changing the number that shall be transported in the form of reduction and increase. An increase will normally not be more than 2 - 3 persons. The contracting authority envisages that two vehicles will be used for the assignment. According to the oslo municipality's rules, none of the vehicles can use fuel that is used. In addition to the drivers, the tenderer must offer a permanent person/helper who shall assist in transporting the users. An attendant from the day centre will also assist with the transport. The urban district orders day centre places every half year according to the district ́s need, and the district will notify the carrier of any changes when the order is made. The district has a maximum need of 12 places at Sofienberg day centre plus an attendant from the day centre and 7 at Økern day centre plus an attendant from the day centre. However, this may change over time. See the description of changes to the number of persons with a need for transport in point one. In total, Økern day centre has day places for 7 users with dementia, and Sofienberg day centre has day places for 12 users. The users shall be picked up and delivered all business days outside of Saturday and Sunday. Tenderers shall ensure daily transport of elderly persons between their residence and the following two day centres: Økern Day Centre (Kingosgate Residential and Rehabilitation Centre), Kingosgate 14-16 Sofienberg day centre (sofienberg centre), Helgesensgate 62. To and from Økern Day Centre: · 08:30 with 1 bus that picks up day centre users at their homes and drives them to the day centre within approx. 09:00. They will not be picked up at home until 08:30. · At 14:00, one bus will be picked up for the same people at the day centre and drive them home. To and from Sofienberg day centre · 09:00 with 1 bus that picks up day centre users at their homes and drive them to the day centre within approx. 10.00. · At 14:45 a.m., one bus will pick up the same people at the day centre and drive them home. There are up to 19 persons each day who shall be picked up and driven to the day centre. The number of persons going to Økern day centre and Sofienberg day centre will vary. The parties to the contract can reach agreement on other times. If the opening hours are changed, the date of transport to and from can be changed accordingly. Both centres are closed on weekends, public holidays, Christmas Eve and New Year's Eve. Before the assignment, employees at the day centres will make the tenderer aware of the needs of each user so that the transport can be adapted to this. It can, for example, be whether the user uses a wheelchair, type of wheelchair, any need for stair climbers, a need to be followed to the entrance door etc. Tenderers will get lists from the day centres with an overview of each user, addresses, any changes to lists and other necessary information about users. There will be some waiting time for the collection, as users may not always be ready on time. The users who use the tender will vary, and for this reason there will be some variation in which addresses the drivers shall collect and deliver users from. Not all users are able to walk by their own help with the vehicles. It is therefore necessary that the users are picked up as close to the entrance door as possible. Some users also have dementia and must be followed to/from a vehicle and their own home.
- MiljødirektoratetTrondheimFrist: 25. Mai
Re-mapping of eel grass locations in Ytre Oslofjord.
Marine underwater beds dominated by ordinary ålegrasZosteramarina was mapped in the Oslo Fjord under the National Programme for Mapping Biological Diversity & ndash; coast, in the period 2007-2010.In recent times several of these have been re-mapped, but there are still a number of locations where no status and development have been known since then. The aim of this notice is to increase the knowledge basis for the development and condition of habitual weeds and contribute to further knowledge on variation in the quality of localiteteri Ytre Oslofjord (the Swedish border to Agder and outside the Dream Threshold). There shall also be a basis for future assessments of the development based on the use of new methodology. The starting point is the premises thatallers are registered in the Nature Base and have not been examined since 2012.Within the nature type of breeding communities there are different designs, in this work it is the formulation "Ordinary breeds" that shall be examined. Locations within the value categories are very important and important shall be included in the surveys. In Naturbase approx. 270 locations are registered with normal breeding in these two value categories. Some meadows may be too small to be able to condition classification, or may have disappeared. Some locations can be excluded because the area is dismodeled. Previously mapped eel grass scaling survey fields and mapping and condition classification sets methodology monitoring and calculation of the breed index described in Guidelines 02:2018 (The Directorate Group Water Directive 2018). In addition the locality ́s distribution shall be registered and any changes in the size of the school grass locations shall be assessed. A selection of 20% of the examined locations shall, in addition, be mapped in accordance with the Environment Agency ́s instructions for mapping types of marine nature in accordance with nature in Norway (NiN). Changes/development shall be documented and described and the locality condition classification is given in accordance with the Water Regulations. The estimated budget for the surveys in 2026 is NOK 100,000,000. 2 300 000,-
- Norsk Tipping ASHamarFrist: 05. Juni
Central Internet reception and Ddos protection
PURPOSE AND NEED PURPOSE Norsk Tipping would like to enter into a contract with a tenderer for the provision of high performance internet reception and security services connected to this. NEEDS THAT SHALL BE MET Norsk Tipping currently has a high-performance internet reception with infrastructure provided by both Telia and Telenor. The contract with Telenor expires in 2026 and the procurement is therefore re-announced. Norsk Tipping shall continue to have a minimum of two independent suppliers with independent infrastructure. Telenor ́s lines and infrastructure will be subject to competitive tendering in this competition. This means that the agreement with Telia/Eidsiva Digital is planned for competitive tendering in 2027. Norsk Tipping AS (AS202230) currently has the status of LIR (Local Internet Registry) and has its own official IP addresses for both IPv4 and IPv6. The primary need is for the delivery of internet transit with close to 100% uptime, with two accesses in two conducive paths and capacity of up to 100 Gbps per access. Flexibility connected to capacity needs and full control of the entire delivery chain – especially in the backbone – is a central requirement. Professional DDoS protection shall be included as a part of the service in order to ensure stability and operational security. Migration must be able to be carried out upstream in the supplier ́s network, before traffic reaches Norsk Tipping ́s access lines, in order to ensure almost 100% availability and sufficient capacity during attack. Close cooperation between the tenderer's SOC and Norsk Tipping's SCO/operations centre is important in order to ensure good control over both automatic and manual security measures. The contract will be valid for four (4) years, with an option for an extension for a further 1+1+1+1 year. The total possible contract period is therefore eight (8) years. All documents in this competition are only available in Norwegian.
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 05. Juni 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.