24/038 - Provision of Physical Security Installs and Upgrades
The scope of the works will cover all UÉ sites nationally including but not limited to Water Treatment Plants (WTPs), Wastewater Treatment Plants (WWTPs), Laboratories, Offices, Control/SCADA Properties, Residential Properties, Stores/Operation Centres, Welfare Facilities. UÉ is seeking to engage contractors experience...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The scope of the works will cover all UÉ sites nationally including but not limited to Water Treatment Plants (WTPs), Wastewater Treatment Plants (WWTPs), Laboratories, Offices, Control/SCADA Properties, Residential Properties, Stores/Operation Centres, Welfare Facilities. UÉ is seeking to engage contractors experienced in physical sec...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Uisce Éireann
- Veröffentlicht: 04. Mai 2026
- Frist: Nicht angegeben
- Thema: Erdarbeiten
Ausschreibungsbeschreibung
The scope of the works will cover all UÉ sites nationally including but not limited to Water Treatment Plants (WTPs), Wastewater Treatment Plants (WWTPs), Laboratories, Offices, Control/SCADA Properties, Residential Properties, Stores/Operation Centres, Welfare Facilities. UÉ is seeking to engage contractors experienced in physical security upgrades/installments. The Contractor will undertake professional services in the following sequence: • Undertake assessments across UÉ Sites. • Preparation of detailed works proposals for each site. • Preparation of design for each site in accordance with the Uisce Éireann Specification and British Standards • Installation of boundary fencing and gates • Fencing and gate upgrades • Removal of site rubbish and debris • Removal of trees and hedgerows • Planting of tree and hedgerows • Repair of boundary fencing • Disused assets fencing and gate installs • Bespoke fencing as required • Access / Egress gates as required • Site clearance activities as required "
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
7- Limerick City and County Council_103432Limerick.Frist: 22. Mai
Single Party Framework for the provision of Maintenance of Powered Security Barriers, Electric Gates and Powered Roller Shutters for Limerick City and County Council - 2026
The Works involve the servicing and inspection and testing, by a suitably qualified and experienced specialist firm, of existing powered security barriers, electric gates and powered roller shutters in full compliance with the relevant standards for a Thirty Six {36} month period. In addition to a programme of planned visits to each location the following will be carried out: The provision of a maintenance call out service, to be paid for on the basis of a fee per call out as quoted in this tender for all locations. Two (2) services every six (6) months, six (6) times during term of the 36 month contract. See documents attached for additional details.
- Transport Infrastructure Ireland (TII)DublinFrist: 01. Mai
Prior Information Notice for the Provision of Minor Works Framework for MetroLink
This notice serves as a Prior Information Notice (PIN) and is not a call for competition. A call for competition may be issued in Q3 2026. Transport Infrastructure Ireland (TII) is planning to invite submissions from companies and organisations possessing the necessary expertise and capacity to deliver Minor Works for Transport Infrastructure Ireland. This process represents a preliminary step toward the potential initiation of a formal tendering procedure, with the aim of establishing a Multi‑Supplier Framework Agreement for Minor Works. The anticipated scope of the Framework may include the supply and installation of associated materials and delivery of general minor building, repair, maintenance, upgrade works and various mitigation related works. These may encompass activities such as building fabric repairs, carpentry and joinery, painting and making‑good, minor structural repairs, insulation improvements, electrical and plumbing works, accessibility upgrades; temporary works design (by the Contractor where required) to support the safe execution of the works; supply and installation of branded hoarding and signage (subject to TII branding requirements to be specified in any future documentation); supply and installation of temporary or permanent fencing and netting, noise barriers with acoustic properties, replacement glazing, glazing upgrades, whole window replacements including frames and minor external works including remediations to boundary walls, fences, railing and hard landscape activities. Full details will be provided in any future call‑for‑competition documentation. It should be noted that this notice does not signify a commitment to procurement. Any specific procurements stemming from this notice will be duly advertised in accordance with applicable public procurement rules. Transport Infrastructure Ireland does not require a response to this Prior Information Notice. In advance of any potential competitive procurement process, TII is intending to conduct a market sounding exercise. TII would like to invite the market to complete an initial Market Sounding Questionnaire (MSQ) which will be used to seek insights and feedback from the market with experience or interest in the potential opportunity. This engagement is purely exploratory to inform the proposed procurement approach and not does not form part of a formal procurement process. For further information on the MSQ, please direct Expressions of Interest to supplychainmetrolink@tii.ie with the subject heading “Minor Works MSQ”. The deadline for submitting MSQ responses is 17:00 GMT on the 16th of April 2026.
- Dublin City CouncilDublinFrist: 22. Mai
Contract for the execution of the Building Works designed by the Employer relating to Dublin City Council's redevelopment of Dalymount Park, Phibsborough
The project comprises the redevelopment of the existing Dalymount Stadium and its associated ancillary accommodation into a UEFA Category 3 stadium with capacity to accommodate 8,039 spectators (6,245 seated and 1,794 standing spaces). The Works include the demolition and removal of all existing stadium structures and associated infrastructure, site investigation and testing, and the execution of the new construction works in accordance with the Employer’s Requirements. The project is sponsored by DCC’s Community, Culture, Leisure and Area Services (CCLAS) Department and overseen by the Corporate Project Governance Board (CPGB). The project has completed Gate 1 and Part 8 approval (as amended April 2026). The redevelopment will deliver a modern, compliant sporting venue incorporating spectator stands, player and match official facilities, media and broadcasting infrastructure, hospitality and community spaces, building services installations, and all associated external and site development works. The scope further includes the coordination and delivery of structural, architectural, civil, mechanical, electrical, and specialist systems necessary to achieve regulatory compliance and operational functionality. All works are to be undertaken in accordance with the Employer’s Requirements, statutory approvals, applicable standards, and the obligations set out in the Contract documentation. This is the first stage of the competitive procedure, whereby any interested party may submit a response to the Suitability Assessment Questionnaire (SAQ) in order to be considered for inclusion on the tender list. The SAQ must be completed in full and returned with all required supplementary information and completed Appendices. Following the receipt and evaluation of completed SAQs, it is envisaged that the top five (5) scoring Applicants (subject to the quality and number of SAQs received) who also meet the minimum criteria and rules for selection will be invited to tender for the Dalymount Park Main Works Contract. In the event of a tie, the Contracting Authority reserves the right to shortlist more than five (5) Applicants to Stage 2 For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 7831568 – Input when notice created . Please note that this project is subject to funding.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
10004174 - Engineering support for the development of up to three PtL pilot plants in up to three countries
The International Power-to-X Hub supports the transition to climate-neutral industries and economies by advancing sustainable Power-to-X solutions in sectors where direct electrification is not yet feasible, especially aviation, maritime transport and energy-intensive industries. The project is implemented by Deutsche Gesellschaft fuer Internationale Zusammenarbeit (GIZ) GmbH on behalf of the German Federal Ministry for the Environment, Climate Action, Nature Conservation and Nuclear Safety (BMUKN). It is financed through the International Climate Initiative as part of Germany"s hydrogen and Power-to-X policy framework. Power-to-X enables the production of fuels and chemical feedstocks from renewable electricity and sustainable carbon or nitrogen sources and therefore helps replace fossil-based inputs while supporting climate protection, industrial transformation and sustainable economic development. The subject of this tender is providing technical support for the development of up to three Power-to-Liquid pilot plants in up to three countries. The assignment provides up to three industrial partner companies with customised engineering documents and advisory services to advance PtL pilot plant projects to FEED/EPC tendering stage. The requested services cover the full project development pathway from concept definition and selection through comparative techno-economic feasibility assessment and conceptual engineering to advice on procurement and tender strategy and, where required, support for the preparation of functional FEED/EPC tender documents. The contract is structured into four work packages in two implementation steps. In Work Packages A and B, the contractor shall review existing concepts and documentation, consult each partner, refine or propose PtL plant concepts, advise on feedstock and utility sourcing, process technologies, offtake markets, regulation and certification, conduct kick-off meetings and site visits, and prepare Concept and Site Analysis Reports with comparative assessments and recommendations. The contractor shall also deliver partner trainings and prepare comparative techno-economic feasibility studies for up to two plant concepts per partner, including a book of assumptions, process simulation, technical descriptions, preliminary process flow diagrams, equipment sizing, interface definitions, certification compliance assessment, CAPEX and OPEX estimates, economic modelling, risk analysis and concept recommendations. Preliminary results shall be discussed with each partner in an interactive workshop to validate assumptions, review trade-offs and support concept selection. Subject to confirmation by the partner and GIZ, Work Package C covers FEL-2 conceptual engineering for the selected concept and a refined Class 4 AACE cost estimate. This includes advisory support on site development, permitting and certification, preparation of an integrated project execution plan, partner trainings on PtL process simulation and plant engineering, and an FEL-2 engineering package comprising Basis of Design specifications, process descriptions, drawings, equipment lists, preliminary equipment specifications, interface and battery limit definitions, input and output specifications, and QA/QC and HSE requirements. The engineering work shall be carried out in close coordination with the partner and GIZ and shall include advice on technology and licensor options as well as updated CAPEX estimates, economic models and key project indicators. Where sustainable CO2 supply is not readily available, the services may also include, for one project, the screening of potential sustainable carbon sources and the design of a CCU system including FEL-1 engineering package and CAPEX assessment. In a subsequent stage, the contractor shall advise on FEED/EPC procurement and tender strategy and, where required, prepare the functional tender specifications, including design basis, technical and performance specifications, scope of supply and services, site and utility information, HSE and QA/QC requirements and project schedule elements in line with the partner"s procurement framework and international standards. The contractor shall also provide advice on commercial and legal terms during tender preparation. For one partner, the services may further include support during the FEED/EPC tendering process, including bidder communication, clarification support, qualification and bid evaluation assistance, preparation of evaluation notes and support during negotiations. Throughout implementation, the contractor shall also provide cross-cutting knowledge exchange, monitoring, reporting, backstopping and coordination services.
- 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.
- Westinghouse Electric Poland Sp.z.o.oKrakówFrist: 30. Apr.
Fabrication of Reactor Vessel Flow Skirt (RVFS) (Commodity Code MI01) for Poland AP1000® Project
1. Experienced manufacturers / Fabricators capable of fabricating and furnishing the AP1000® RVFS (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. If there are any questions or clarifications needed, please reach out to the contact person listed above. 2. The qualification criteria shall be included in the AP1000 supplier qualification questionnaire, examples thereof include demonstration of: (i) demonstrated experience in furnishing similar components of around 3.4m outer diameter and 0.4m height; (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 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. 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 and we will provide feedback. 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) / (Non-Disclosure Agreement (NDA)). 5. Companies meeting the qualification criteria and who have executed the PIA will be invited to submit a proposal. 6. The Request for Proposal (RFP) shall include the information about award criteria, scope of work, specifications, drawings, datasheets, terms and condition, and schedule data. 7. The Request for Proposal (RFP) document will be for unit one (1) of the three (3) unit project. 8. 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 fabrication drawings and procedures (welding, coating, etc.), work packages (travelers), manufacturing and assembly plans, quality and inspection plan(s), shop lifting and handling plan (including lifting lug design, drawings, calculations, and testing), transportation plan, testing plan, weld documentation, personnel and process qualifications, and schedule. • Preparation of the necessary documentation to support site lifting, handling, and movement plans, including any special instructions or requirements for unloading, hauling, and storage. • Preparation of the necessary documentation to support site assembly. • Details of the joint configuration between the field welded steel components • Process qualification procedure and demonstration plans for critical processes including stud welding, automatic welding, long-seam butt welding, dimensional control, weld repairs, etc. • Fabrication based on the existing Westinghouse fleet design (not based on specific fabricator preferences). • Temporary attachments as required per the fabrication process selected. • Cleaning, marking, painting, packaging. • Non-Destructive Examination (NDE) and other Testing requirements as required by Fabrication Specification. 9. The RFP document will require furnishing of a Parent Company Guarantee if the prequalified Supplier is an affiliate of Parent Company. 10. 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). 11. 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. 12. Any companies that do not meet mandatory compliance requirements in section 3 will be excluded. 13. 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. 14. 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. 15. 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. 16. 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.
- Republic of Türkiye Istanbul Governorship İstanbul Project Coordination UnitÜsküdarFrist: 05. Juni
CEB5-CB1.1 Consultancy Services for Construction Supervision of Two Hospital Building (Prof Dr. Cemil Taşçıoğlu City Hospital - Phase II and Kartal Dr. Lütfi Kırdar City Hospital - Phase II (Kartal Oncology))
Consultancy Services for Construction Supervision of Two Hospital Building (Prof Dr. Cemil Taşçıoğlu City Hospital - Phase II and Kartal Dr. Lütfi Kırdar City Hospital - Phase II (Kartal Oncology) The Republic of Türkiye will receive a loan from Council of Europe Development Bank (CEB) to finance Istanbul Seismic Risk Mitigation and Emergency Preparedness (ISMEP) Project and and intends to apply a portion of the proceeds of this loan to eligible payments under Consultancy Services for Construction Supervision of Two Hospital Building (CEB5-CB1.1) contract which will be implemented by Istanbul Project Coordination Unit (IPCU). Place of execution/performance of the works, for delivery of products or of the provision of services; Prof Dr. Cemil Taşçıoğlu City Hospital - Phase II and Kartal Dr. Lütfi Kırdar City Hospital - Phase II (Kartal Oncology) are located in İstanbul. Both hospitals are one of the largest healthcare service providers in terms of bed capacities and provided treatment for inpatients. Besides, they also provide services for a highly significant number of outpatients. Okmeydanı Prof.Dr.Cemil Taşcıoğlu City Hospital is a general hospital but it also has a major function as oncology. The new buildings are planned to be constructed adjacent to the existing new hospital complex having a closed area of approximately 75.000 m2 (Okmeydanı Prof.Dr.Cemil Taşcıoğlu City Hospital ) and 47.734 m2 (Kartal Onchology Hospital). Consultants shall be responsible for: • On-site construction supervision throughout the construction period. • Supervising the Works including defects liability period • Acting as the Engineer under the contracts Consultancy Services for Construction Supervision of Two Hospital Building (CEB5-CB1.1) will be tendered under one lot. One shortlist group will be formed within the interested consultants in accordance with their qualifications and experience. The estimated timetable for completion of the services including supervision services is approximately 40 months. Expressions of interest must be delivered to the address below by June 05th, 2026 at 16:00 (local time, İstanbul) by surface mail, courier or hand delivery. Applications by e-mail shall not be accepted. IPCU reserves the right to reject the applications received after the above-referenced date. Address for submitting expressions of interest: Istanbul Project Coordination Unit (IPCU) Kısıklı Mahallesi Alemdağ Yan Yolu No: 6 Üsküdar/Istanbul/ Türkiye Tel : +90 216 505 55 00 Fax : +90 216 225 04 85 E-mail : info@ipkb.gov.tr Interested consultants may obtain further information at the address above, from 10:00 a.m. to 16:00 p.m. local time. Language of proposals: English Submitting Expression of Interest: - Expression of interest shall be accompanied by a Statement of intention to participate in the selection process; - Expression of interest must be signed on each page; - Expression of interest dossier shall be submitted in both hardcopy & softcopy(digital) formats and must be delivered in a written form to the address below by surface mail, courier or hand delivery. - Consultants are required to include the name and reference number of the task CEB5-CB1.1 in their Expression of Interests. For further information please see the link; https://www.ipkb.gov.tr/ihale/ceb5-cb1-1/
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 Uisce Éireann.
- 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.