Wartungsvertrag Atomic Probe Tomography 2026-2028
This contract is required to keep the APT system operational and to ensure its performance, reliability, and safety. The APT was procured as a technically exclusive system. Cameca-Ametek is the only company capable of providing the required service and maintenance due to the high complexity of the instrument and the pr...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
This contract is required to keep the APT system operational and to ensure its performance, reliability, and safety. The APT was procured as a technically exclusive system. Cameca-Ametek is the only company capable of providing the required service and maintenance due to the high complexity of the instrument and the proprietary technol...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Institute of Science and Technology Austria (ISTA)
- Veröffentlicht: 06. Mai 2026
- Frist: Nicht angegeben
- Thema: Laborinstrumente
Ausschreibungsbeschreibung
This contract is required to keep the APT system operational and to ensure its performance, reliability, and safety. The APT was procured as a technically exclusive system. Cameca-Ametek is the only company capable of providing the required service and maintenance due to the high complexity of the instrument and the proprietary technologies involved.
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- Institute of Science and Technology Austria
Wartungsvertrag Atomic Probe Tomography 2026-2028
Wartungsvertrag für das bestehende Atomic Probe Tomography (APT)-System für den Zeitraum 2026 bis 2028. Ziel ist die Sicherstellung des Betriebs sowie die Gewährleistung der Leistungsfähigkeit, Zuverlässigkeit und Sicherheit der Anlage.
- Åbo Akademi UniversityÅbo/TurkuFrist: 24. Apr.
Two analytical flow cytometry systems
The Contracting Authority invites tenders for the supply, delivery, installation, commissioning, validation, and initial technical support of two (2) analytical flow cytometry systems to support research laboratory activities. The proposed system(s) will replace the currently installed flow cytometers, which are equipped with four (4) lasers and seventeen (17) fluorescence detection channels. The new equipment is expected to meet or exceed the analytical performance and configuration of the existing system, while ensuring enhanced reliability, operational stability, and long-term serviceability. The instruments will be used for advanced multi-parameter single-cell analysis and must be capable of addressing both current research needs and foreseeable future developments. The objective of this procurement is to acquire robust, high-performance analytical flow cytometry system(s), including all required hardware, software licenses, accessories, installation, user training, warranty coverage, and comprehensive service and maintenance support. The primary applications conducted by the research groups include, but are not limited to, multicolor cellular phenotyping, functional cellular assays, release assays, and related immunological and cell biology applications. The systems will be operated by experienced flow cytometry specialists as well as by a broad user community with varying levels of prior expertise. Accordingly, the instruments must combine high analytical sensitivity and resolution with operational simplicity, intuitive software interface, and streamlined assay setup to ensure accessibility, reproducibility, and efficient workflow management.
- 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
- Bechtel Polska Sp. z o.o.WarsawFrist: 20. Mai
Construction Water Services (Procure and Install) [Potable Water/Sanitary Sewage/Raw Water]
Experienced and qualified Companies are invited to provide procurement and construction of temporary sanitary networks (commodity code UB00). This works are required to support the construction of the Poland Nuclear Power Plant. The scope of work covers the procurement and construction of temporary networks to support the construction of the nuclear power plant located on the Baltic Sea coast. As a result, temporary solutions will be developed for water and sewage networks, which will supply utilities to temporary buildings and installations requiring service during the construction period. Detailed design will be provided. Interested Companies must register/update their Contractor's information in Bechtel's iSupplier portal at https://supplier.becpsn.com link and select commodity code UB00 as their specialty. If Contractor has any questions or intends to express interest in bidding this requirement, the Company shall notify Bechtel’s Contact Person. At that point, Bechtel shall provide the interested party the Poland Prequalification Questionnaire which Company would complete with response to Bechtel for review. Bechtel notes that previous proven experience with works of similar scale and complexity will be mandatory and providing additional documentation / evidence of previous experience may be required. The prequalification questionnaire includes a list of questions required to be considered as prequalified, and examples to include demonstration of (i) experience in providing the works in the past or current projects, (ii) safety record and compliance to quality requirements (see section 7),(iii) compliance to certification of legally mandatory requirements (including anti-corruption and sanctions), (iv) financial standing (solvency), and (v) organizational capabilities. In the event of high competitiveness of the proceedings (a large number of companies expressing interest), Bechtel reserves the right to conduct a preliminary preselection of companies for further proceedings, which demonstrate the greatest potential for performing the scope of work. Upon Bechtel’s evaluation of a response to the Poland Prequalification Questionnaire, Bechtel will notify if the Company meets, conditionally meets, or does not meet the prequalification requirements that closely match the requirements. A Company's submission of Prequalification Questionnaire does not automatically qualify the Company to be a pre-qualified Company. Bechtel reserves the right to exclude any of the following from this Competitive Bidding process: 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 economic operators who rely in the Competitive Bidding process on capacities of any entities from countries not covered by the GPA with the EU. Such decision of Bechtel shall not be subject to complaint. Each prequalified Company will be required to execute a Non-Disclosure Agreement (NDA). Companies meeting the prequalification criteria and who have executed the NDA will be invited to submit the proposals for execution of works at Jobsite. The Request for Quotation (RFQ) shall include the award criteria, scope of work, specifications, drawings, datasheets, terms and conditions, and schedule data. The RFQ shall be issued via Bechtel’s Digital Supply Chain System automation tool. The RFQ document will include the scope of works at Jobsite on the Poland AP1000 Project. The Company is responsible for providing fully qualified personnel to perform works. The Company is required to have: ISO 9001 or equivalent ISO 45001 and ISO 14001 Seller’s activities will need to comply with Polish Law and National Standards. Proposals may be provided in either EURO or PLN or USD. Furthermore, the proposals will be requested as a combination of lump sum items and fixed unit rate items. Award criteria shall be based on a combination of the highest evaluated scored bidder with consideration of the following key criteria in order of relevance, together with cost, which will determine the final decision for award which will be detailed further in the Bid Document(s) and during the RFQ phase. Previous Proven Relevant Experience Organizational Capability Environmental Health and Safety Performance Mobilization Schedule Compliance The Customer shall be responsible for monitoring 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.
- Dublin City CouncilDublin
Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)
Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles, to meet current and emerging operational needs associated with cycle lane cleaning and winter road maintenance across the Council’s administrative area. The framework will operate for a period of four years from the date of award, with an indicative total value of €2.5 million (ex VAT) across all lots. The initial phase value is €800,000 in the first year, with options to extend or issue further allocations as funding becomes available. This value is provided strictly for indicative purposes and does not represent a commitment to purchase any specific quantity or to exhaust the full amount. Actual drawdown will depend on operational requirements, available funding and performance of the awarded suppliers. The tender is divided into three lots to reflect both operational needs and environmental priorities. Lot 1 covers diesel sub compact sweepers, with approximately up to four (4) units expected to be procured and provision for future expansion. Lot 2 covers electric compact sweepers, with between two (2) and six (6) units expected to be procured and provision for future expansion. Lot 3 covers diesel winter maintenance sub compact vehicles, with between two (2) and four (4) units expected to be procured and provision for future expansion. For Lot 1 and Lot 3, the maximum permitted vehicle width is 1100 mm, while for Lot 2 the maximum permitted width is 1200 mm. Vehicles proposed under Lot 3 must be capable of winter treatment functions such as salt spreading on narrow cycle lanes and restricted routes. They must also be adaptable to a brine system in the future, as the methodology for winter road treatment is currently under review. An adjustable salt spreading width, ideally ranging from 1.1 metres to 4 metres, is required. Contractual requirements include a minimum one year full warranty from the vehicle or sweeper manufacturer. The framework does not include the supply of non warranty spare parts or diagnostics. Tenderers must deliver the vehicles within 22 weeks from contract award, with up to two additional weeks allowed for on site operator training where required. All vehicles will have to be delivered to Dublin City Council’s North City Operations Depot (NCOD), St. Margaret’s Road, Ballymun, Dublin 11. Evaluation will include provisional scoring at the evaluation meeting, followed by an on-site trial and inspection of the highest-ranked tenderer to verify compliance. Scores may be adjusted if specifications are not met, and inspections will continue in rank order until complete. Once final evaluations are confirmed, letters will issue, and after the standstill period, the contract may be awarded. The inspection process is integral to the overall evaluation. A full list of technical and performance requirements is provided in Appendix A – Fitness for Purpose. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 20. Mai
AP1000 Non-Safety Related 3” & Larger Manually Operated Gate, Globe, & Check Valves, ASME B16.34 (Commodity Code PV33) for Poland AP1000® Project
Description: 1. Experienced suppliers capable of fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related, ASME B16.34, 3” and Larger Manually Operated Gate, Globe, and Check Valves as defined per the requirements of Westinghouse Electric Company LLC specifications, 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) The Supplier shall maintain a written Quality Assurance Program compliant with Purchase Order and Design Specification requirements (e.g. program that conforms to the applicable requirements of ISO 9001), including controls to prevent counterfeit or fraudulent items (CFSI); the program and its implementation are subject to review and verification before and during work execution; (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 pre-qualified 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 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.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 20. Mai
AP1000® Non-Safety Related 1" & 2" Manually Operated Globe and Check Valves, ASME B16.34 (Commodity Code PV32) 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, and fulfillment of all responsibilities to supply Non-Safety Related, ASME B16.34 1” and 2” Manually Operated Globe and Check Valves as defined per the requirements of Westinghouse Electric Company LLC specifications, 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) The Supplier shall maintain a written Quality Assurance Program compliant with Purchase Order and Design Specification requirements (e.g. program that conforms to the applicable requirements of ISO 9001), including controls to prevent counterfeit or fraudulent items (CFSI); the program and its implementation are subject to review and verification before and during work execution; (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 pre-qualified 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 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.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 20. Mai
AP1000 Non-Safety Related Ball and Plug Valves ASME B16.34 (Commodity Code PV40) for Poland AP1000® Project
Description: 1. 1. Experienced suppliers capable of fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related, ASME B16.34 Ball and Plug Valves as defined per the requirements of Westinghouse Electric Company LLC specifications, 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) The Supplier shall maintain a written Quality Assurance Program compliant with Purchase Order and Design Specification requirements (e.g. program that conforms to the applicable requirements of ISO 9001), including controls to prevent counterfeit or fraudulent items (CFSI); the program and its implementation are subject to review and verification before and during work execution; (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 pre-qualified 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 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.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 20. Mai
AP1000 Non-Safety Related Three Way Valves, ASME B16.34 (Commodity Code PV54) for Poland AP1000® Project
Description: 1. Experienced suppliers capable of fabrication, procurement of materials, assembly, documentation, inspection, factory acceptance testing, packaging, quality assurance/quality controls, special tooling, and fulfillment of all responsibilities to supply Non-Safety Related, ASME B16.34 Three Way Valves as defined per the requirements of Westinghouse Electric Company LLC specifications, 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) The Supplier shall maintain a written Quality Assurance Program compliant with Purchase Order and Design Specification requirements (e.g. program that conforms to the applicable requirements of ISO 9001), including controls to prevent counterfeit or fraudulent items (CFSI); the program and its implementation are subject to review and verification before and during work execution; (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 pre-qualified 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 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?
- Für diese Bekanntmachung ist aktuell keine konkrete Angebotsfrist angegeben.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Institute of Science and Technology Austria (ISTA).
- 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.