9645 Land Surveyors for Dublin Divisions 2026
The Contract will cover surveying works across multiple railway divisions and line sections within the IÉ network. The nature and scope of surveys required under this Contract will vary depending on project needs. However, the majority of surveys are expected to comprise engineering surveys and topographical surveys, s...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Contract will cover surveying works across multiple railway divisions and line sections within the IÉ network. The nature and scope of surveys required under this Contract will vary depending on project needs. However, the majority of surveys are expected to comprise engineering surveys and topographical surveys, supporting a range...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Iarnród Eireann-Irish Rail
- Veröffentlicht: 28. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
The Contract will cover surveying works across multiple railway divisions and line sections within the IÉ network. The nature and scope of surveys required under this Contract will vary depending on project needs. However, the majority of surveys are expected to comprise engineering surveys and topographical surveys, supporting a range of civil engineering, maintenance, renewal, and enhancement projects across the Rail Network.
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- MiljødirektoratetTrondheim
Division of water sources in accordance with the Water Regulations
Completion of the division into water bodies in coastal water in accordance with new typology, and review and correction of errors in the division into fresh water sources. The Norwegian Environment Agency intends to expand the contract with Marbio AS 10 July 2024 for an updated division of water sources in coastal water in the Water Network. The division shall be based on new typology for coastal water and the existing division into the Water Network. The contract was signed after the project was announced in 2024 and Marbio AS was the only tenderer. A new tender contest will not be held because updating of the water resources division in coastal water has been far more time consuming than initially anticipated, and as the supplier has developed a method of execution of high professional quality and that provides an equivalent framework for division across water regions. It is crucial to have the same professional basis for division across regions, continuity of the work shall therefore form the basis for the assignment. The work has been almost completed, with only a few remaining water regions. A review and correction of errors must also be carried out in the division into fresh water instances. This work has started on the supplier for the northern part of the country and the supplier has seen that there are also several errors and shortcomings in the rest of the country that must be corrected. For the Norwegian Environment Agency it is important that the work in both fresh water and coastal areas is carried out in accordance with the same template and on the same terms throughout the entire country. This is best ensured by the tenderer continuing and finalising the started work.
- Dublin City CouncilDublinFrist: 25. Mai
Dublin City Council - Contract for Finglas Village Improvement Scheme
Dublin City Council is seeking to award a Contract for the Finglas Village Improvement Scheme Dublin City Council aims to enhance the quality of life for its residents by developing an integrated Active Travel Network. This comprehensive network is designed to foster connections among individuals via pedestrian pathways, segregated cycle provision, and other environmentally friendly transportation alternatives. The enhancement of accessibility and interconnectivity for people walking, wheeling and cycling within this network is anticipated to play a pivotal role in mitigating carbon emissions originating from transport activities. The council’s objective is to augment the existing 40km network into a seamlessly connected 314km network spanning the entire city. The Finglas Village Improvement Scheme is one of the projects identified under this initiative. The Finglas Village Improvement Scheme (FVIS) proposes to provide public amenity improvements along with high quality walking, cycling and public transport facilities within Finglas Village and along Seamus Ennis Road (between the junction of North Road and Clune Road). The area is currently dominated by traffic and generally unfriendly to users of sustainable transport. The scheme seeks to improve the sense of place in the village centre and safety and access for all users across the entire length of the scheme. The changes to the bus network as part of BusConnects will see additional services operating along McKee Avenue and Seamus Ennis Road and passing through the ‘five-arm’ junction which need to be accommodated The Scheme comprises: - Re-configuration of existing carriageway for inclusion of cycle provision - Site Clearance - Pavement works - Kerbs and Footways - Traffic Islands - Public lighting - Traffic signs and road markings - Drainage works - Traffic signalling, Fibre Ducting and Cabling - Utilities - Landscaping and Urban Realm Works - Bus Shelters - Bike Stands - Temporary Traffic Management . Please note that this project is subject to funding. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 7963045
- Iarnród Eireann-Irish RailDublinFrist: 07. Mai
9661 Qualification System for Bridge and Riverbed Inspections
IÉ invites applications to participate in the pre-qualification process to appoint suitably qualified companies to a qualification system for Bridge and Riverbed Inspection Services that may arise on an ad-hoc basis. Those companies successfully appointed to the Qualification System will receive all future tender enquiries. Iarnród Éireann has over 450 bridges (structures greater than 2m) over water. All these bridges and riverbeds require periodic inspections. Some inspections are carried out yearly, other are every 3 years and more are on a 6 yearly cycle. Iarnród Éireann is looking to appoint specialist expertise to undertake inspection of railway bridges that traverse water courses as well as carry out bridge and river surveys. The applicants are to provide expertise in the following areas: • Provide Health and Safety and Risk Assessment plans for the specific work • Provide qualified divers/surveyors for a bridge and riverbed inspections/surveys • Record the topography using surveying techniques • Using the previous base line surveys (supplied by IÉ) identify changes in the structure and/or the river channel. • Provide factual report on findings. • Provide for Engineers review (review undertaken by a Chartered Civil Engineer) of the factual report before the reports are issued to Irish Rail. The Qualification System is also to include for inspection of any structure following a major flood event. In the period after a flood event, structures throughout the IÉ network may need to be inspected to determine the extent, if any, of damage caused by the event.
- A/S ØresundKøbenhavn VFrist: 06. Mai
Tender for a Construction Agreement regarding Passing Tracks Kalvebod (Sub-project 2) Track and Catenary
On 4 April 2024, the Danish Parliament adopted the Act on the Upgrade of the Øresund Rail-way, which provides that two passing tracks shall be constructed at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to carry out the project 'Passing Track Kalvebod’. Several preliminary studies have been conducted to date, and material relating thereto is available at: https://sundogbaelt.dk/forbindelser/overhalingsspor/. The project thus comprises the establishment of two new tracks parallel to the two existing tracks. The project also includes a reconstruction of the Hammelstrupvej Bridge to accommodate four tracks instead of the current two tracks, and the replacement of two footbridges over the railway. The two new tracks shall have new catenary systems installed consisting of cantilever masts covering both tracks. The current neutral section shall also be relocated and pumping station 2 shall undergo certain modifications to make room for the new tracks. Sheet piling shall be installed along the entire stretch to retain the embankment and provide space for the two new tracks. The Passing Tracks Kalvebod project is being implemented in two sub-projects: Sub-project 1 “Structures and Civil Works” (“SP1”) and Sub-project 2 ”Track and Catenary” (“SP2”). SP1 comprises earthworks, drainage, structures and high-voltage installations (civil and construction works). SP2 comprises track and catenary (railway infrastructure). The execution of SP1 has been tendered as a separate design and build contract. The Contracting Entity has entered into a contract with the design and build contractor, and the works under that con-tract are ongoing. This tender concerns the contract regarding SP2, which comprises track and catenary (rail-way infrastructure). The activities in SP2 build upon the works carried out by the contractor for SP1. The project's safety objective is to maintain the existing safety level. A/S Øresund is the project owner and entity in charge of maintenance, whilst Banedanmark is the infrastructure manager. The tender procedure will be conducted as the competitive procedure with negotiation pursuant to Directive 2014/25/EU (the Utilities Directive).
- A/S ØresundKøbenhavn VFrist: 06. Mai
Tender for a Construction Agreement regarding Passing Tracks Kalvebod (Sub-project 2) Track and Catenary
On 4 April 2024, the Danish Parliament adopted the Act on the Upgrade of the Øresund Rail-way, which provides that two passing tracks shall be constructed at Kalvebod. A/S Øresund has been tasked by the Ministry of Transport to carry out the project 'Passing Track Kalvebod’. Several preliminary studies have been conducted to date, and material relating thereto is available at: https://sundogbaelt.dk/forbindelser/overhalingsspor/. The project thus comprises the establishment of two new tracks parallel to the two existing tracks. The project also includes a reconstruction of the Hammelstrupvej Bridge to accommodate four tracks instead of the current two tracks, and the replacement of two footbridges over the railway. The two new tracks shall have new catenary systems installed consisting of cantilever masts covering both tracks. The current neutral section shall also be relocated and pumping station 2 shall undergo certain modifications to make room for the new tracks. Sheet piling shall be installed along the entire stretch to retain the embankment and provide space for the two new tracks. The Passing Tracks Kalvebod project is being implemented in two sub-projects: Sub-project 1 “Structures and Civil Works” (“SP1”) and Sub-project 2 ”Track and Catenary” (“SP2”). SP1 comprises earthworks, drainage, structures and high-voltage installations (civil and construction works). SP2 comprises track and catenary (railway infrastructure). The execution of SP1 has been tendered as a separate design and build contract. The Contracting Entity has entered into a contract with the design and build contractor, and the works under that con-tract are ongoing. This tender concerns the contract regarding SP2, which comprises track and catenary (rail-way infrastructure). The activities in SP2 build upon the works carried out by the contractor for SP1. The project's safety objective is to maintain the existing safety level. A/S Øresund is the project owner and entity in charge of maintenance, whilst Banedanmark is the infrastructure manager. The tender procedure will be conducted as the competitive procedure with negotiation pursuant to Directive 2014/25/EU (the Utilities Directive).
- Iarnród Eireann-Irish RailDublinFrist: 29. Mai
9778 People-Plant Interface Awareness Courses
Iarnród Éireann (IÉ) requires a suitably qualified contractor/external trainer with suitable Plant and Railway experience to provide Safety Training of its in-house developed - People Plant Awareness Course. Iarnród Éireann requires to train all Irish Rail CCE and SET staff as well as all Plant and Labour Hire external contractors who interact with RRV plant and machinery. Iarnród Éireann requires that all outstanding current staff are trained within approx. 18 months of contract commencement. This could be upwards of 1500 staff to be trained in this period. Following the completion of training to all staff, there will be the need to train circa 750 to 1000 staff per annum over the lifetime of the contract. These figures are estimated and business needs could require more or less. The figures are notional and are not a guarantee of training requirements. • Contractor will be tasked with management of a training matrix and providing records of all training on a quarterly basis and / or as required adhering to General Data protection Regulation (GDPR) (EU) 2016/679 • Investigate and seek to undertake an official accreditation of the course (QQI). • Delivery of this training will be at various locations throughout the Republic of Ireland on the Irish Rail network – with the trainer(s) expected to provide coverage nationwide. Further specific details will be provided to the companies who are pre-qualified to the ITT stage.
- Department of Housing Local Government and HeritageWexfordFrist: 24. Apr.
Provision of research and evaluation services for the delivery of the Creative Climate Action Fund III (2026-2029) to the Creative Ireland Programme
Creative Ireland is holding an open grant call for funding of approximately 10-15 Creative Climate Action projects lasting three years (36-month period) from 2026 to 2029. The successful grantees will likely include institutions and organisations with capacity to deliver large-scale projects, such as national cultural, climate and community organisations, NGOs, businesses, local authorities, networks and academic institutions working in the intersection of climate action, adaptation and creativity. There will be a focus on inter-disciplinary teams that include community partners, climate scientists, evaluators, and creative practitioners. The total value of grant funding is €6.5 million. A comprehensive, independent evaluation of the Creative Climate Action Fund III (2026-2029) initiative will provide an invaluable evidence-base to demonstrate to policymakers and funding Departments the impact and value of the initiative and its scalability. There is growing acknowledgement amongst policymakers that narrow macroeconomic measures like GDP do not capture the full range of citizens’ lived experiences. A sole focus on indicators like GDP can lead to other aspects of life – particularly those that cannot be easily assigned a monetary value, such as wellbeing, social inclusion and just transition – being undervalued. It is important that the final research equally balances both elements. It is envisaged that the process of the research will include, but not be limited to: * Coordination of 10-15 embedded evaluators at project level. The grantees are required to have an embedded evaluator in place at the beginning of the project. The successful tenderer is expected to develop a community of practice of the embedded evaluators group via 3-4 meetings per year to ensure a consistent approach to evaluation at project level. * Leading a workshop around evaluation methodologies and support in clarifying project outputs and outcomes for the embedded evaluators in 2026. * Regular update meetings between the Creative Ireland team and the successful tenderer, approximately 4 meetings per year, will be scheduled throughout the life of the contract * Focus Groups with participants across all projects. These focus group may be made up of different disciplines, difference themes, geographical relevance etc. 5-6 different focus groups are anticipated. * One-to-One interviews with a broad cross section of stakeholders. This stakeholder group will be selected in collaboration with the Creative Ireland team, and it is anticipated that approximately 20-30 interviews will be undertaken. * Coordination with other Creative Ireland evaluations (e.g. Shared Island) to ensure that participants in projects are not being evaluated by multiple different sources
- 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.
- EirGrid plcDublin
ENQEIR916 Planning and Environmental Services Framework
EirGrid requires a framework of planning and environmental specialists to provide specialist surveys and reporting in the areas of Planning, Geographical Information Systems, Archaeology, Ecology and Environmental services to ensure all statutory requirements are met in support of EirGrid meeting its strategic goals. The consulting requirements will typically be delivered at the Consultant’s premises, with visits to EirGrid on an ad-hoc basis. Whilst the majority of EirGrid staff work within an office environment some staff do work off site, primarily on projects and on our large interconnection sites. EirGrid employees circa 650 staff in its primary office in Dublin and has a number of contractors supporting the business. With the development of offshore over the next 3 to 5 years it is anticipated there will be a step change in the organisation. EirGrid is tendering for these services in 6 Lots - see below for overview. Candidates are invited to submit a qualification application for inclusion on the tender list for one or more of the applicable Lots in accordance with this PQQ. Candidates wishing to apply for each multiple Lots must submit a full questionnaire for each Lot: • Lot 1: Planning services • Lot 2: Geographic Information Systems (GIS) Services • Lot 3: Archaeological and Cultural Heritage services • Lot 4: Ecology services • Lot 5: Environmental services • Lot 6: Human and Social Environment and Built/Urban Environmental services. This framework (estimated value excluding VAT €10,000,000) will consist of a mixture of mini-competitions and direct awards via a cascade mechanism, as set out in the procurement documentation. The “Value of the tender” amounts attributed to winning suppliers in Section 6 Results are nominal amounts only.
- Transport Infrastructure Ireland (TII)Dublin
Commercial, Claims Advisor and Professional Services with Local Authorities and Transport Infrastructure Ireland acting as Client
Transport Infrastructure Ireland (the “Contracting Authority”) had a requirement, acting as a central purchasing body, for two framework agreements, comprising one single‑supplier framework agreement (Lot 1) and one multi‑supplier framework agreement (Lot 2) (each a “Framework Agreement”), for the provision of Commercial, Claims Advisor and Professional Services for the development and operation of the national roads network, Greenway, Active Travel and light rail infrastructure throughout Ireland, together with any ancillary services that could be inferred therefrom or were necessary to carry out the services (the “Services”). Both the Lot 1 and Lot 2 Framework Agreements covered the following two main categories of services: Quantity Surveying, Programme, Risk, Project and Value Management Services; and Claims Advisor, Expert Witness, Client Representation and Procurement Assurance Services. The services provided included the review of construction and consultant contract claims, preparation of risk assessments, advice on final accounts and change orders, preparation of expert witness reports, dispute resolution proceedings, conciliation, arbitration, review of contract documents, programme management, risk management, project management, value management, estimates, and any other related services. Tenderers were advised that the competition comprised two lots, and tenderers were required to submit a single tender submission in accordance with the tender documents. The Authority entered into the Framework Agreements with the tenderers that submitted the most economically advantageous tenders, as determined on the basis of quality and price. The top‑ranked tenderer that satisfied the exclusion and selection criteria set out in the ESPD was appointed to both Lot 1 (Single Supplier Framework) and Lot 2 (Multi Supplier Framework). The second, third and fourth ranked tenderers that satisfied the exclusion and selection criteria set out in the ESPD were appointed to Lot 2. The duration of the Framework Agreements for Lots 1 and 2 was four years. The awarded positions on the Framework Agreements, based on rankings, were as follows: Lot 1 (Single Supplier Framework – top‑ranked tenderer) - Amey OW Ireland Ltd Lot 2 (Multi Supplier Framework) - Amey OW Ireland Ltd (1st) - Planbay Ltd, trading as Linesight (2nd) - Turner and Townsend Ltd (3rd) - Aecom Ireland Ltd (4th) The estimated maximum spend across Lots 1 and 2 is €30,000,000 over the four‑year duration of the Framework Agreements.
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 Iarnród Eireann-Irish Rail.
- 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.