Call for Quotations for the Services of a Health and Safety Project Supervisor (PS) in terms of L.N. 88/2018 for the restoration of Valletta Palazzo (Structural works stage)
Call for Quotation (CfQ) is for Health and Safety services Project Supervisor (PS) to perform the duties referred to in L.N. 88 of 2018 - Work Place (Minimum Health and Safety Requirements for Work at Construction Sites) Regulations and mentioned in the Code of Practice for the Construction Industry issued by the Occup...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Call for Quotation (CfQ) is for Health and Safety services Project Supervisor (PS) to perform the duties referred to in L.N. 88 of 2018 - Work Place (Minimum Health and Safety Requirements for Work at Construction Sites) Regulations and mentioned in the Code of Practice for the Construction Industry issued by the Occupational Health an...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: National Book Council
- Veröffentlicht: 05. Mai 2026
- Frist: Nicht angegeben
- Thema: SiGeKo
Ausschreibungsbeschreibung
Call for Quotation (CfQ) is for Health and Safety services Project Supervisor (PS) to perform the duties referred to in L.N. 88 of 2018 - Work Place (Minimum Health and Safety Requirements for Work at Construction Sites) Regulations and mentioned in the Code of Practice for the Construction Industry issued by the Occupational Health and Safety Authority.
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
8- Marsa Local CouncilMARSA
Services of an Architect and Works and Projects Manager / Coordinator for the Marsa Local Council
The subject of this tender is the services of an architect and works and projects manager / coordinator for the Marsa Local Council. The place of acceptance of the services shall be at Marsa, the time-limits for the execution of the contract shall be one (1) year, extendable for another three (3) years, up to a maximum of four (4) years.
- Dublin City CouncilDublinFrist: 05. Juni
DCC - Expression of Interest for Multi-Party Framework Agreement for Works Contractors on foot of an initial call-off contract for Pearse House
The Contracting Authority proposes to engage in a competitive process to establish a multi party framework agreement for Works Contractors to carry out investigations, repairs, retrofit and renewal works to Dublin City Councils properties, and adaptive reuse of suitable buildings as housing. DCC have a project pipeline for refurbishment of c. 750 homes in a range of building types including multi-unit buildings i.e. 4 and 5 storey flat blocks, protected structures and own door properties. It is also envisaged that stand alone precinct improvements works will be carried out to a number of flat complexes, and for adaptive re-use of existing buildings to provide quality homes. Standalone enabling and building investigation works maybe also required to be carried out on projects. Projects will be tendered and Contractor will be appointed as per CWMF guidelines. Construction contracts maybe delivered in-phases as set out in specific tender documents. Project requirements will be specific to each project with primary requirements including: - Carry out all duties outlined within the Building Control (Amendment) Regulations S.I.9 of 2014. The Contractor will comply with the Building Control Regulations 1997 - 2014 and with the Code of Practice for Inspecting and Certifying Buildings and Works, issued by the Department of Environment, Community and Local Government in 2014. For clarity the Builder is described as the Contractor as it is within the RIAI building contracts. - Comply with Safety, Health and Welfare at Work Act 2005 and Safety, Health and Welfare at Work (Construction) Regulations 2013 - Clearing and stripping out of existing services, fixtures and fittings - Removing Hazardous Materials identified in Works requirements - Demolitions and Alterations demolition of annex and outbuildings, modifications to dwelling layouts as identified in Works requirements forming or widening of existing opes - Substructures and Superstructure - underpinning, foundations and rising walls for any new above ground construction, extensions, interventions etc. - Conservation Repairs (where applicable) external wall repairs – existing brick, lime render repairs to external walls internally and externally, repairs and reglazing to existing sliding sash windows where possible, new windows to match existing where required. All historic features to be retained and made good or replaced like for like according to best conservation practices - Roofs – to include flat roof repairs, new roof over new constructions, re-slating of pitched roofs and general repairs. - Upgrade and repairs to external and internal fabric to achieve improved thermal, fire and acoustic standards. - Installation of new services – electrical, mechanical and plumbing, ancillary plant storage facilities - Installation of new fixtures and fittings - Construction of new works. - Site development works e.g. landscaping, installation of new services and drainage upgrades. - Public Realm upgrades, precinct improvements e.g. new bin stores, bike sheds, SuDs, landscaping. - Essential repair and stabilisation work required to limit further deterioration of the building. The period of the framework agreement will be four (4) years with a maximum value of €165,000,000 ex VAT. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement. The establishment of the framework agreement is subject to the provisions of Directive 2014/24/EC and is being awarded using the Competitive Procedure with Negotiation. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 8015731. Please note that this project is subject to funding.
- Atlantic Technological UniversityLetterkenny
CFT ID 5960754, Tender Reference 05/25DL Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal- Project Supervisor Design Process Services
This contract was awarded in response to CFT ID: 5960754, Tender Reference: 05/25DL: Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal. In line with the Capital Works Management Framework (CWMF) Guidance Note 1.6 & 1.7 of June 2025 and as advised in the tender documents issued for the competition, ATU appointed each principal service provider with separate individual Conditions of Engagement. The total value of the contracts awarded under the tender competition is €1,589,786.63, broken down as follows: Architectural Design Services (Rhatigan Architects): €802,986.63 Civil and Structural Engineering Design Services (O’Connor Sutton Cronin & Associates): €309,910.00 Mechanical and Electrical Engineering Design Services (Patrick McCaul Environmental Consulting Engineers Ltd): €340,000 Fire Engineering Design Services (ORS): €56,990.00 Project Supervisor Design Process Services (ORS): €54,900.00 Energy Efficient Facilitator Services (Rhatigan Architects): €25,000.00 This notice relates to the contract awarded for Project Supervisor Design Process Services A contract award notice has been issued for the original tender competition (Architectural Design Services). Standalone award notices, such as this one, will be issued for each of the contracts awarded under the original competition.
- Atlantic Technological UniversityLetterkenny
CFT ID 5960754, Tender Reference 05/25DL Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal-Civil & Structural Engineering Design Services
This contract was awarded in response to CFT ID: 5960754, Tender Reference: 05/25DL: Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal. In line with the Capital Works Management Framework (CWMF) Guidance Note 1.6 & 1.7 of June 2025 and as advised in the tender documents issued for the competition, ATU appointed each principal service provider with separate individual Conditions of Engagement. The total value of the contracts awarded under the tender competition is €1,589,786.63, broken down as follows: Architectural Design Services (Rhatigan Architects): €802,986.63 Civil and Structural Engineering Design Services (O’Connor Sutton Cronin & Associates): €309,910.00 Mechanical and Electrical Engineering Design Services (Patrick McCaul Environmental Consulting Engineers Ltd): €340,000 Fire Engineering Design Services (ORS): €56,990.00 Project Supervisor Design Process Services (ORS): €54,900.00 Energy Efficient Facilitator Services (Rhatigan Architects): €25,000.00 This notice relates to the contract awarded for Civil and Structural Engineering Design Services. A contract award notice has been issued for the original tender competition (Architectural Design Services). Standalone award notices, such as this one, will be issued for each of the contracts awarded under the original competition.
- Atlantic Technological UniversityLetterkenny
CFT ID 5960754, Tender Reference 05/25DL Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal-Mechanical and Electrical Engineering Design Services
This contract was awarded in response to CFT ID: 5960754, Tender Reference: 05/25DL: Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal. In line with the Capital Works Management Framework (CWMF) Guidance Note 1.6 & 1.7 of June 2025 and as advised in the tender documents issued for the competition, ATU appointed each principal service provider with separate individual Conditions of Engagement. The total value of the contracts awarded under the tender competition is €1,589,786.63, broken down as follows: Architectural Design Services (Rhatigan Architects): €802,986.63 Civil and Structural Engineering Design Services (O’Connor Sutton Cronin & Associates): €309,910.00 Mechanical and Electrical Engineering Design Services (Patrick McCaul Environmental Consulting Engineers Ltd): €340,000 Fire Engineering Design Services (ORS): €56,990.00 Project Supervisor Design Process Services (ORS): €54,900.00 Energy Efficient Facilitator Services (Rhatigan Architects): €25,000.00 This notice relates to the contract awarded for Mechanical and Electrical Engineering Design Services A contract award notice has been issued for the original tender competition (Architectural Design Services). Standalone award notices, such as this one, will be issued for each of the contracts awarded under the original competition.
- Atlantic Technological UniversityLetterkenny
CFT ID 5960754, Tender Reference 05/25DL Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal- Fire Engineering Design Services
This contract was awarded in response to CFT ID: 5960754, Tender Reference: 05/25DL: Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal. In line with the Capital Works Management Framework (CWMF) Guidance Note 1.6 & 1.7 of June 2025 and as advised in the tender documents issued for the competition, ATU appointed each principal service provider with separate individual Conditions of Engagement. The total value of the contracts awarded under the tender competition is €1,589,786.63, broken down as follows: Architectural Design Services (Rhatigan Architects): €802,986.63 Civil and Structural Engineering Design Services (O’Connor Sutton Cronin & Associates): €309,910.00 Mechanical and Electrical Engineering Design Services (Patrick McCaul Environmental Consulting Engineers Ltd): €340,000 Fire Engineering Design Services (ORS): €56,990.00 Project Supervisor Design Process Services (ORS): €54,900.00 Energy Efficient Facilitator Services (Rhatigan Architects): €25,000.00 This notice relates to the contract awarded for Fire Engineering Design Services A contract award notice has been issued for the original tender competition (Architectural Design Services). Standalone award notices, such as this one, will be issued for each of the contracts awarded under the original competition.
- Atlantic Technological UniversityLetterkenny
CFT ID 5960754, Tender Reference 05/25DL Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal- Energy Efficient Facilitator Services.
This contract was awarded in response to CFT ID: 5960754, Tender Reference: 05/25DL: Request for Tenders for an Architect-led integrated Design Team Services for the Design, Construction and Fit out of a Veterinary Facility at Atlantic Technological University (ATU) Donegal. In line with the Capital Works Management Framework (CWMF) Guidance Note 1.6 & 1.7 of June 2025 and as advised in the tender documents issued for the competition, ATU appointed each principal service provider with separate individual Conditions of Engagement. The total value of the contracts awarded under the tender competition is €1,589,786.63, broken down as follows: Architectural Design Services (Rhatigan Architects): €802,986.63 Civil and Structural Engineering Design Services (O’Connor Sutton Cronin & Associates): €309,910.00 Mechanical and Electrical Engineering Design Services (Patrick McCaul Environmental Consulting Engineers Ltd): €340,000 Fire Engineering Design Services (ORS): €56,990.00 Project Supervisor Design Process Services (ORS): €54,900.00 Energy Efficient Facilitator Services (Rhatigan Architects): €25,000.00 This notice relates to the contract awarded for Energy Efficient Facilitator Services. A contract award notice has been issued for the original tender competition (Architectural Design Services). Standalone award notices, such as this one, will be issued for each of the contracts awarded under the original competition.
- 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.
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 National Book Council.
- 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.