RFI – Digital Radiography (DR) systems and Fluoroscopy systems for NLSH
The New Landspitali (NLSH) project organization is seeking information from qualified suppliers regarding the provision of Digital Radiography (DR) systems and Fluoroscopy systems for three types of rooms: chest imaging X-ray room, general X-ray room and diagnostic fluoroscopy. Mobile DR systems are not within the scop...
Angebotsfrist:13. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The New Landspitali (NLSH) project organization is seeking information from qualified suppliers regarding the provision of Digital Radiography (DR) systems and Fluoroscopy systems for three types of rooms: chest imaging X-ray room, general X-ray room and diagnostic fluoroscopy. Mobile DR systems are not within the scope of this RFI.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: NLSH ohf.
- Veröffentlicht: 12. April 2026
- Frist: 13. Mai 2026
Ausschreibungsbeschreibung
The New Landspitali (NLSH) project organization is seeking information from qualified suppliers regarding the provision of Digital Radiography (DR) systems and Fluoroscopy systems for three types of rooms: chest imaging X-ray room, general X-ray room and diagnostic fluoroscopy. Mobile DR systems are not within the scope of this RFI.
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
3- NLSH ohf.ReykjavíkFrist: 27. Apr.
Hospital Modular Room System (MRS) for NLSH
The New National Hospital (NLSH) project reg.nr. 500810-0410 in Iceland hereby invites interested tenderer's to participate in this invitation to tender (ITT) for The New National Hospital regarding the purchase of a hospital modular room system (MRS) for four areas in two of the new hospital buildings. The following project description, terms, and conditions of this tender process provide information on the project, the procurement process and the rules that apply in the execution of the procurement process. The Tenderer shall be the main manufacturer of the products requested (the modular room systems), but the use of subcontractor(s) by the Tenderer will be accepted in the implementation of the total systems if the subcontractor also fulfils the participation criteria where specified, and the subcontractor(s) is/are approved by NLSH. Please note that the tender process and the contract period will be governed by the international standard FIDIC Conditions of Contract Contract for Plant and Design-Build, specifically the 2nd Edition (2017, reprinted with amendments in 2022), along with the NLSH Particular Conditions of Contract. A contract will be made with one (1) supplier. A contract in writing with a successful Tenderer will be prepared by the Purchaser. Transfer of contractual rights and obligations to Landspitali from NLSH will take place upon handover of the building. This ITT is made by the Purchaser. Every attachment/appendix referred to is a part of this ITT and by submitting a tender, Tenderer confirms to have read this Invitation to Tender and agrees to all terms. The Tenderer shall give a response to all requirements and state where the Purchaser can verify its compliance with the Tender. Tenders are only submitted electronically on TendSign.is. The Tender shall encompass a comprehensive solution, leaving no deficiencies for the Tendered solution to be fully functional without any additional costs or additions. NLSH in Reykjavik, Iceland, is the owner of this project and the Purchaser in this tender process. Further information on the New Hospital project can be found on our project website here.
- STATSBYGGOSLOFrist: 30. Apr.
RFI/Market survey - System for value and risk assessments of information systems.
The Directorate of Public Construction and Property is considering to implement the procurement and wishes to map the market as well as cost pictures before this decision is taken. This is a probe (RFI) where the purpose is to identify which products, systems or services tenderers can offer within tool support for value and risk assessments of information systems. We would like tenderers to inform about and describe possibilities that they believe best see to the needs described in this probe.
- 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.
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 13. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist NLSH ohf..
- 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.