The provision of a national in-fill survey of gravity measurements
The acquisition of ca. 2,000 field gravity measurements, to infill data gaps in the national gravity dataset. Data gaps have been identified in 8 zones. New measurements are to be merged and levelled to the existing 'DIAS' regional dataset. Repeated measurements of existing DIAS regional gravity values will be also und...
Angebotsfrist:03. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The acquisition of ca. 2,000 field gravity measurements, to infill data gaps in the national gravity dataset. Data gaps have been identified in 8 zones. New measurements are to be merged and levelled to the existing 'DIAS' regional dataset. Repeated measurements of existing DIAS regional gravity values will be also undertaken, with a m...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Department of the Environment Climate and Communications
- Veröffentlicht: 29. April 2026
- Frist: 03. Juni 2026
Ausschreibungsbeschreibung
The acquisition of ca. 2,000 field gravity measurements, to infill data gaps in the national gravity dataset. Data gaps have been identified in 8 zones. New measurements are to be merged and levelled to the existing 'DIAS' regional dataset. Repeated measurements of existing DIAS regional gravity values will be also undertaken, with a minimum of 2 from each zone.
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
6- Danmarks Tekniske Universitet - DTUKgs. Lyngby
Acquisition of a GC-QTOF-MS with PAL3
Our laboratory requires the capacity for gas chromatography coupled to high-resolution quadrupole time-of-flight mass spectrometry (GC-QTOF) to support advanced untargeted metabolomics of microbial systems, with a central objective of building a curated, high-confidence database of microbial strain-specific metabolic and volatile profiles that can be systematically mined as new biological questions arise. Achieving this goal requires an analytical platform capable of comprehensive, reproducible, and informationrich data acquisition that extends beyond the limitations of conventional GC-MS approaches. Microbial metabolomes are chemically diverse and highly strain dependent, encompassing volatile, semi-volatile, and derivatized metabolites produced across a wide dynamic range. Analyses of microbial extracts frequently yield complex chromatograms with extensive co-elution, while SPME headspace sampling of cultures captures transient and low-abundance microbial volatile organic compounds (mVOCs) that are central to microbial communication, competition, and environmental adaptation. High-resolution MS coupled to GC separation is uniquely suited to resolve this complexity. A GC-QTOF provides accurate-mass full-spectrum acquisition across the entire GC-elutable mass range, enabling elemental composition assignment and confident differentiation of isobaric compounds via fragmentation. This level of mass accuracy and resolving power is essential for untargeted metabolomics and is a prerequisite for generating strain profiles that remain interoperable over time, even as databases expand and analytical questions evolve. In order to combine our existing datasets of secondary metabolites and strain extracts, we require a system that can produce high abundances of molecular ions in the source. This will allow us to investigate the fragmentation of specific ions in very complex samples without the need for baseline separation. This is needed for higher throughput analysis of strains, and integrating our current fragmentation libraries into the new system. Unlike typical single-quadrupole GC-MS systems, which rely primarily on nominal-mass spectra, a QTOF enables precursor-specific, accurate-mass fragmentation experiments. Incorporating MS/MS information directly into strain profiles significantly increases their long-term value for downstream data mining, comparative analyses, and cross-study validation. The system’s ability to acquire complete, untargeted datasets with stable mass accuracy and wide dynamic range is critical for database-driven research. Full-spectrum acquisition ensures that all detectable metabolites are recorded in each analysis, allowing retrospective interrogation of historical data as new microbial metabolites are discovered or as additional strains are introduced into the database. This capability eliminates the need for re-analysis of archived samples and maximizes the scientific return from each experiment. Equally important is the platform’s compatibility with advanced spectral deconvolution, retention index alignment, and metabolomics software workflows, which enables consistent feature extraction and annotation across large sample sets. These capabilities are essential for constructing a robust, searchable strain metabolomics database that supports longitudinal studies, comparative strain analysis, and hypothesis-driven data mining. In summary, acquisition of a high-resolution GC-QTOF with accurate-mass MS/MS functionality is essential for establishing a scalable, reusable microbial metabolomics infrastructure. This instrument will enable our laboratory to gener-ate durable, high-confidence strain profiles that support discovery-driven research today while serving as a foundational resource for future data mining and systems-level microbial analysis. Capabilities Required for Building a Searchable Microbial Strain Database and incorporation of current data: • Accurate-mass, full-spectrum acquisition of GC-eluting metabolites, ensuring long-term interpretability of un-targeted datasets • High-resolution MS/MS fragmentation, enabling confident structural annotation and validation of strain-specific metabolites • Fast acquisition rates that are independent of resolution, compatible with SPME headspace and narrow GC peaks, preserving reproducibility across strains • Wide dynamic range and high sensitivity, capturing both dominant metabolic features and low-abundance strain markers • Retrospective data mining of archived datasets, allowing new metabolites or patterns to be identified without re-analysis • A robust data acquisition technique creating data the is interoperable with public and in-house datasets • High abundance molecular ion spectra from an EI source to allow CID fragmentation for in-house spectral library comparisons
- Statens innkjøpssenter v/DFØOsloFrist: 29. Mai
Procurement of a service contract for the hire of 3 computer rooms.
DFØ would like to enter into a service agreement for the hire of three separate computer rooms in a colocation computer centre. There is a need for two primary computer rooms in the Oslo area and one computer room outside of Oslo that shall function as DRsite. 1. Primarily computer room – the Oslo area. Moving in: February 2027 Location: The Oslo area Maximum distance from Økern: 40 km in aerial line 2. Primarily computer room – the Oslo area. Moving in: February 2028 Location: The Oslo area Maximum distance from Økern: 40 km in aerial line 3. DR-site (Disaster Recovery) – outside Oslo Moving in: 2027–2028 Location: Up to 4 hours driving from Økern Estimated area requirement: The primary computer rooms ought to each be a minimum of 50 m2 gross, with flexibility for establishing a storage/technical zone of 20-30 m2, as well as a separate office space. The DR computer room should each be a minimum of 20 m2 gross, with flexibility for establishing a storage/technical zone of 20 m2, as well as a separate office space. Contract period: 8 years with an option for 2+2+2 years. Technical requirements: The computer centres shall be operated in accordance with NEK EN 50600 standard, minimum Class 3. There must be an available dedicated and scaleable power capacity for each of the computer rooms in the area 25-100 kW. Further process: Relevant tenderers are asked to fill in the attached key information form. The deadline for submitting the form is 29.05.2026. Attachment: Key information form – Colocation data centres (X) .xlsx
- Limerick City and County Council_103432Limerick.
Provision of Data Analysis, Governance and Visualisation - Limerick City and County Council
Dashboard development and support using Qlik Sense (and Power BI for Dynamics 365/Dataverse as required), including maintenance/enhancements, collaborative delivery with Council staff, and reusable templates/components tailored to local government. Data integration and APIs: combining internal/external datasets with real time or near real time IoT sensor data (e.g., Smart Micro microradar, air quality, noise, water and gully sensors) via robust API connectivity, with future capability for unstructured data analytics. Governance and open data: proportionate data governance, cataloguing and metadata management (supporting future AI/ML), data provenance and data quality improvements, responsible data sharing frameworks, and support for publication via the Council’s CKAN platform together with an open data strategy. Capacity and strategy: a mentoring led programme of knowledge transfer, targeted training, on the job learning and documentation to build self sufficiency; and strategic advisory services to deliver a data utilisation roadmap, prioritise high impact work, leverage existing data assets, plan for future data needs and service delivery, provide insights for councillors and citizens, integrate generative AI and other emerging technologies, and guide implementation of innovative data solutions that enhance efficiency and position the Council at the forefront of data driven local government The framework agreement will enable the Contracting Authority to commission services as required over time. The volume and value of services procured will be subject to evolving organisational priorities, available funding, and strategic direction. Tenderers should note that inclusion in the framework does not guarantee any minimum level of expenditure
- 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.
- Frist: 04. Mai
81323050-Transforming agribusinesses to improve the employment situation in the Kurdistan Region of Iraq
EPSI seeks to commission external technical expertise to contribute to Output 3 ("Fit for Business") of the project: "The technical and financial capacities of refugees, IDPs and people from the host communities to set up, expand or reactivate MSMEs have been enhanced." Output 3 focuses on strengthening the technical, managerial, and financial capacities of MSMEs through structured training, coaching and mentoring, access to financial support, and market linkages. Entrepreneurs are supported to establish or expand their businesses, improve productivity and incomes, and create employment opportunities. In parallel, local Business Development Service (BDS) providers are capacitated to sustainably deliver high-quality services to MSMEs. In all measures under Output 3, the different realities of IDPs, refugees and returnees-particularly women and persons with disabilities-are taken into account. In addition, the acquisition of professional skills relevant to environmental protection, climate action and climate-smart agriculture is prioritised in the output. Objective and Scope of the Assignment The objective of this assignment is to build the capacity of 70 existing agribusiness SMEs to expand their operations, improve working conditions and incomes, and contribute to employment creation in underserved areas of the Kurdistan Region of Iraq (KRI). The contractor shall plan and implement one full SME Loop cycle (GIZ methodology) for 70 agribusiness SMEs, in close cooperation with one competitively selected local BDS provider, which will be capacitated to independently deliver training and coaching services. The assignment will be implemented in Soran Administration (Erbil Governorate) and Garmyan Independent Administration (Sulaimaniyah Governorate). Scope of Services and Work Packages The assignment consists of four interlinked Work Packages (WP1-WP4), all under the responsibility of the contractor and contributing to the achievement of EPSI"s Output 3. WP1: Selection and Capacity Building of Local BDS Provider The contractor shall competitively select and capacitate one local BDS provider to deliver the SME Loop methodology. This includes the development of a transparent selection process, support to establish an implementation team, and delivery of Training of Trainers and Training of Coaches, ensuring readiness to implement WP2 and WP3. WP2: Training and Coaching of Agribusiness SMEs The contractor shall support the BDS provider to deliver SME Loop classroom trainings and structured coaching to 70 selected agribusiness SMEs. This includes adaptation of training modules to the agribusiness and climate-smart context, inclusive SME selection, delivery of trainings and coaching cycles, and systematic monitoring of SME progress and performance. WP3: Financial Support to Agribusiness SMEs The contractor shall provide technical support for the provision of financial support to 34 high-performing agribusiness SMEs that successfully complete WP2 and demonstrate competitive, market-relevant business models. This includes technical support during the grant application and selection process, as well as monitoring of grant utilisation and business investment outcomes in line with project requirements. WP4: Peer Learning, Youth Linkages and Market Networking The contractor shall facilitate peer learning, employment linkages, and market access to translate capacity development and financial support into sustainable outcomes. This includes cross-governorate peer learning among agribusiness SMEs, linking youth (students and graduates of agriculture-related disciplines) to SMEs for internships and employment, strengthening private-sector and market linkages, and documenting lessons learned and good practices. For the implementation fo these work packages, fo these work packages, the tenderer shall provide: - Two key experts responsible for overall technical leadership, coordination, and quality assurance; - One expert pool with international expertise providing specialised technical expertise; and - One expert pool with national expertise providing coaching and field-level support. Travel to and within KRI will be required for the implementation of the assignment by the key experts as well as the expert pool members.
- Education Procurement Service (EPS)LimerickFrist: 29. Mai
IT3779F - RFT to Establish a Single-Supplier Framework Agreement for the Provision of a Plagiarism Detection Software for Atlantic Technological University (ATU)
A single-party framework agreement will be established on foot of this tender. Atlantic Technological University (ATU) are requesting submissions for the provision of a cloud-based SaaS plagiarism detection solution, that is suitable for checking submitted student work for potential plagiarism in a user-friendly way via an LTI/IMA Learning Tools Interoperability integration with the “Virtual Learning Environment”. Academic integrity has always been a priority for ATU and therefore it performs plagiarism checks on all submitted student work, including Bachelor and Master Theses. In addition, other writing assignments within various programmes are checked for plagiarism, whether or not as part of the education relating to academic skills. The solution must be capable of analysing submitted student work against multiple source types, including: • Public internet content • Generative artificial intelligence outputs (text, images, and video) • Academic materials (both open-access and subscription-based) • Previously submitted student work within the University and across other institutions. Plagiarism detection is activated; a scored/ rated text matching report is created for each file submitted by a student. The system must also enable students to access and review their similarity report prior to final submission to learn obvious cases where they are submitting plagiarised text to help them identify when a reference is required/missing. Following student final submission, academic staff must be able to use the generated report as a decision supported tool in assessing whether plagiarism has occurred. The successful tenderer will be required to provide a solution that fulfils the following Core requirements: • Mandatory Functional and Technical Requirements – tenderers should refer to Appendix 1 for detailed requirements • System Security and Governance; • Data Protection; • Licensing; • Project Implementation and Delivery; • Support and Maintenance; and • Contract Management. Virtual Learning Environment (VLE) Integration The proposed solution must provide fully supported, production-ready integration with the following VLE platforms: • Moodle • Blackboard • Canvas • Brightspace • PebblePad The initial contract will require integration with three separate Virtual Learning Sites currently in use by Atlantic Technological University: 1. ATU Sligo – VLE Sligo (Moodle – Version 4.5) 2. ATU Galway – VLE Galway Mayo (Moodle – Version 4.5) 3. ATU Donegal – VLE Donegal (Blackboard) ATU expects to transition to a single VLE on a phased basis in 2026-2027 and the transition to this may form part of this 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 03. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Department of the Environment Climate and Communications.
- 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.