X-ray based measurement system (IPMS-MRS10.1)
Beschreibung: 1 Stück - Ultrasonic or X-Ray based measurement system Optionen: Option 1 - LV Pos. 16.2 - Contamination level for non-precious metals (" Al, Ti ≤ 50.0*E10 at/cm², all other metals ≤ 5.0*E10 at/cm²") Option 2 - LV Pos. 16.4 - Contamination level for noble metals (Ag, Au, Pd, Pt, Ru) (Confirmation of preci...
Angebotsfrist:15. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Beschreibung: 1 Stück - Ultrasonic or X-Ray based measurement system Optionen: Option 1 - LV Pos. 16.2 - Contamination level for non-precious metals (" Al, Ti ≤ 50.0*E10 at/cm², all other metals ≤ 5.0*E10 at/cm²") Option 2 - LV Pos. 16.4 - Contamination level for noble metals (Ag, Au, Pd, Pt, Ru) (Confirmation of precious metal concent...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Fraunhofer-Gesellschaft - Einkauf B12
- Veröffentlicht: 12. April 2026
- Frist: 15. Mai 2026
Ausschreibungsbeschreibung
Beschreibung: 1 Stück - Ultrasonic or X-Ray based measurement system Optionen: Option 1 - LV Pos. 16.2 - Contamination level for non-precious metals (" Al, Ti ≤ 50.0*E10 at/cm², all other metals ≤ 5.0*E10 at/cm²") Option 2 - LV Pos. 16.4 - Contamination level for noble metals (Ag, Au, Pd, Pt, Ru) (Confirmation of precious metal concentration < 0.05*E10 at/cm2 (< LOD)) Option 3 - LV Pos. 20.1 - Please offer to extend the warranty by a further 12 months to a total of 24 months. (Please specify as an option. If an extension of the warranty is offered, the full number of points will be awarded, otherwise 0 points will be awarded.) Option 4 - LV Pos. 20.2 - Please offer an Option to handle transparent substrates (like glas wafers) (Please specify as an option. If an option is offered, the full number of points will be awarded, otherwise 0 points will be awarded.)
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
1 Datei erfasst- VERGABE_FRH_documents.zip
Ähnliche Ausschreibungen
5- Fraunhofer-Gesellschaft, Einkauf B12Frist: 28. Apr.
X-ray based measurement system (IPMS-MRS10.1) - PR1114595-2480-P
1 Stück - Ultrasonic or X-Ray based measurement system Optionen: Option 1 - LV Pos. 16.2 - Contamination level for non-precious metals (" Al, Ti ≤ 50.0*E10 at/cm², all other metals ≤ 5.0*E10 at/cm²") Option 2 - LV Pos. 16.4 - Contamination level for noble metals (Ag, Au, Pd, Pt, Ru) (Confirmation of precious metal concentration < 0.05*E10 at/cm2 (< LOD)) Option 3 - LV Pos. 20.1 - Please offer to extend the warranty by a further 12 months to a total of 24 months. (Please specify as an option. If an extension of the warranty is offered, the full number of points will be awarded, otherwise 0 points will be awarded.) Option 4 - LV Pos. 20.2 - Please offer an Option to handle transparent substrates (like glas wafers) (Please specify as an option. If an option is offered, the full number of points will be awarded, otherwise 0 points will be awarded.)
- Fraunhofer-Gesellschaft, Einkauf B12Frist: 12. Mai
Plasma Activation Tool (IPMS-MRS14.3) - PR1091613-2480-P
1 Stück - Plasma Activation Tool (IPMS-MRS14.3) Option 1 (LV Pos. 2.1): Please offer an extended warranty of further 12 months (in total 24 month) Option 2 (LV Pos. 3.2): The tool should handle wafers with the size of Option 3 (LV Pos. 3.6): The equipment provides a chuck for wafer size of 300mm Option 4 (LV Pos. 3.8): The machine can handle a tape mounted wafer with dicing frame for 300mm wafer according to IPMS specification
- Fraunhofer-Gesellschaft - Einkauf B12
CD-SEM Measurement System (IPMS-MRS03.1) - PR884397-2480-P
1 CD-SEM Measurement System Requirements for top-down measurement of critical dimensions of lines/spaces, holes/columns and other fine features, such as elongated hile/pillar patterns formed on semiconductor wafers during wafer fabrication, using a high-throughput CD-SEM. The system is used for processing MEMS wafers in a CMOS-compatible clean-roam class 10 (approx. ISO 4) production environment. Optional service items: 1.15 General requirements The system is equipped with an uninterruptible power supply (UPS). Yes 3.3 Measurement system The traceable certified standard is part of the delivery. The calibrations are not older than 20% of the recommended calibration interval at the time of delivery. Note: A traceable certified standard can be provided by the supplier. Otherwise, Fraunhofer IPMS will provide a VLSI-certified standard. Yes 4.16 Process The system is capable of performing 3D measurements using a tilted beam. Yes 4.17 Process The system can detect and visualize backscattered electrons (BSE). It is possible to perform CD measurements on the BSE image. Yes 8.2 Optional tool features Please provide an offer for a set of consumables (lamps, O-rings, valves, etc.). Yes 8.4 Optional tool features Please provide a separate offer for typical spare parts such as axis encoder, laser interferometer, etc. Yes 11.4 Extended Warranty Should offered extended warranty starting from the date on which the statutory warranty expires. An extended warranty of further 12 months should be offered. During the warranty period all support, repair and parts cost should be covered. 12 months
- 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.
- Gas Networks IrelandCorkFrist: 09. Apr.
25/064 - Qualification System for for the provision of Polyethylene (PE) Pipe, Fittings and Valves
The objective of this QSQ is to qualify Applicants onto the Qualifications System for the manufacturing and supply of Polyethylene (PE) Pipe, Fittings and Valves for Gas Networks Ireland. The proposed supply requirements are to be divided into four (4) separate lots as detailed below: • Lot 1 (PE Pipe 90mm - 400mm) – Manufacture and supply of PE pipe for gas. • Lot 2 (PE Pipe 20mm - 63mm) – Manufacture and supply of PE pipe for gas. • Lot 3 (PE Fittings) Manufacture and/or supply of PE Fittings for gas. These include but are not limited to PE; caps, couplings, elbows, equal tees, flange adaptors, reducers, tee branch saddles, tees, tapping tees, G clamp adaptors, multi tap tees, branch saddles, bends, unequal tees and end caps. • Lot 4 (PE ball valves) – Manufacture and/or supply of PE Valves for gas. These include but not limited to valves ranging in size from small diameter 20mm to larger diameters up to 315 mm. Please note: Lots 1 and 2 relate to manufacture and supply requirements. Lots 3 and 4 relate to manufacture and/or supply requirements. The requirements for the manufacture and/or supply of pipes, fittings and valves under this Qualification System will include arrangements for delivery to various stipulated depot destinations on the island of Ireland and the ability to operate a national distribution network. Applicants should note that from time to time over the term of the Qualification System, the Contracting Entity, at its sole discretion but without altering the overall nature of the Qualification System, may modify the Qualification System to reflect changes in its requirements. Such modifications may include changes to the pipe diameter and pressure rating which may result in an increase to the pipe size, wall thickness and pipe properties or specification and the provision of services or additional supplies associated with such changes. The Contracting Entity will also seek similar changes to pipe fittings and valves. The conditions under which such an option may be exercised by the Contracting Entity will be outlined in the relevant call off competition document. The Contracting Entity also reserves the right to add additional lots to the Qualification System. Applicants may apply for qualification in one or more lots. At the discretion of the Contracting Entity a full site visit and audit of the prospective Qualified applicants supply chain manufacturing facility(s) will be carried out to validate and support their pre-qualification submission. In the event of a site visit and audit being carried out to pre-qualify the Supplier must successfully pass this site inspection audit. It is envisaged that the scope of products and services of the initial Call for Competition to be drawn-down under the Qualification System will be, but not limited to; PE pipes, fittings and valves and will cover the following: 1. Standards: • Gas - as per I.S. EN 1555 or equivalent. 2. Indicative Diameter Range: • PE pipe, fittings and valves ranging in size from small diameter 20mm to large diameter 400 mm pipe and fittings. 3. Indicative Pipe Specification/Types: • Solid wall pipe; • Coextruded pipe; • Peelable pipe; and 4. Indicative Pressure Range and Pipe Materials : Pipe Material/Description Pressure Range (Barg) PE 100 (SDR 11) 7 PE 80 (SDR 11) 4 PE 100 (SDR 17) 4 PE 80 (SDR 17) 2 5. Colour • PE80: solid wall PE pipe in yellow colour • PE80: c-extruded wall PE pipe with outer layer in yellow colour • PE100: solid wall PE pipe in orange colour (sizes 180mm and above) • PE100: PE 100 PE pipe with peelable outer layer in yellow colour (with stripes) • Pipes for proof-of-concept hydrogen projects shall be yellow with blue axial stripes.
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 15. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Fraunhofer-Gesellschaft - Einkauf B12.
- 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.