Development and Operation of a Multifunctional Event Centre in Cork
Development and operation of a multifunctional civic venue in Cork City, intended for cultural, social, and economic benefit. The venue should be of high quality, flexible, robust, and capable of attracting international events, conferences, and performers. Key considerations include whole-life performance, operational...
Angebotsfrist:09. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Development and operation of a multifunctional civic venue in Cork City, intended for cultural, social, and economic benefit. The venue should be of high quality, flexible, robust, and capable of attracting international events, conferences, and performers. Key considerations include whole-life performance, operational efficiency, ener...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Cork City Council
- Veröffentlicht: 11. Mai 2026
- Frist: 09. Juni 2026
- Thema: Darstellende Kunst
Ausschreibungsbeschreibung
Development and operation of a multifunctional civic venue in Cork City, intended for cultural, social, and economic benefit. The venue should be of high quality, flexible, robust, and capable of attracting international events, conferences, and performers. Key considerations include whole-life performance, operational efficiency, energy use, and durability for intensive public use. Concession duration will be determined per EU Directive 2014/23/EU.
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- Cork City CouncilCork
Competitive dialogue for Cork Events Centre
The CEC is envisaged as a high-quality, multifunctional civic venue that is actively used, valued by local communities, and supportive of local employment. It is intended to make a sustained and positive contribution to the cultural, social, and economic life of Cork City and the wider southern region, enhancing the experience of residents and visitors alike. The development of a venue of this scale has been an objective of the Contracting Authority since the 1990s and reflects long-standing strategic planning policy at national and regional levels. The CEC will be marketed at regional, national, and international levels and should demonstrate a standard of quality comparable with leading event and convention facilities elsewhere. The design and specification should be capable of attracting high-profile events, conferences, and performers, ensuring the centre’s competitiveness within the wider market. Flexibility will be a core design principle, with facilities required to be robust, durable, and suitable for intensive public use. Whole-life performance and operational efficiency will be central considerations, including energy use, maintenance, cleaning, and servicing.
- Cork City CouncilCorkFrist: 29. Mai
Competitive dialogue for Cork Events Centre
The CEC is envisaged as a high-quality, multifunctional civic venue that is actively used, valued by local communities, and supportive of local employment. It is intended to make a sustained and positive contribution to the cultural, social, and economic life of Cork City and the wider southern region, enhancing the experience of residents and visitors alike. The development of a venue of this scale has been an objective of the Contracting Authority since the 1990s and reflects long-standing strategic planning policy at national and regional levels. The CEC will be marketed at regional, national, and international levels and should demonstrate a standard of quality comparable with leading event and convention facilities elsewhere. The design and specification should be capable of attracting high-profile events, conferences, and performers, ensuring the centre’s competitiveness within the wider market. Flexibility will be a core design principle, with facilities required to be robust, durable, and suitable for intensive public use. Whole-life performance and operational efficiency will be central considerations, including energy use, maintenance, cleaning, and servicing.
- Cork Education and Training BoardCorkFrist: 01. Juni
The Supply of Special Education Resources and Equipment in Twelve (12) Lots to the Cork Education and Training Board
Cork Education and Training Board proposes to establish a number of multi-party Framework Agreements for the Supply of Special Education Resources and Equipment to the Cork ETB sites as required. Tenderers should note, each lot will be individually evaluated, so specialist firms capable of supplying only an individual lot are welcome to submit a tender response document for that lot, or indeed multiple lots.
- Department of Housing Local Government and HeritageWexford
Annual Total Cost of Development Study
The Annual Total Development Cost Study for 2026 will build on the 2025 Insights into Total Development Costs Study, and will be similarly formatted to the 2024 and 2025 reports. The 2026 study will provide comprehensive analysis of the total cost of residential development across various locations in Ireland, updated with Q1 2026 construction costs. It will focus on five regional areas provisionally: Dublin, Cork, Limerick, Galway and the North West, and five typologies (See methodology) based on the Standardised Design Approaches study. The study will perform a comparative assessment using urban and regional costs across the five selected locations, highlighting differences in land prices, service infrastructure, and labour availability in the regions. These insights will offer a regional view on the factors influencing development costs. The study will further refine its cost analysis findings by modelling alternative scenarios for financing, land acquisition and development firm models. By providing annual updates and a clear regional perspective, the study will establish a benchmark for residential development costs in Ireland that can contribute to policy and industry practices toward more affordable delivery of housing. Further to this, a detailed analysis will be included of materials and finishes, which will evaluate their impact on construction costs, while considering quality and durability. This assessment will compare traditional construction methods with modern methods of construction to identify cost efficiencies and potential savings. Part of this study is the evaluation of Modern Methods of Construction (MMC). The study will carry out a comparison of the cost of construction for one typical house and one apartment building in one location. The comparison will use a typical category 1 panelised system and a selected category 2 volumetric system for each building. The study will also identify the cost reduction opportunities available with bathroom pods. Any other significant cost reduction from standardised components should also be identified. The study will consider costs in regards to four different methods of construction for one house typology. The methods of timber in construction, insulated concrete formwork, light gauge steel and standard concrete must be used in the types of buildings analysed. The report should outline the benefits of using MMC with a specific focus on improving efficiency and increasing scale in the construction of these types of buildings. This study will perform an Economies of Scale Analysis, whereby it will carry out a comparison of the cost of delivery for the 3 Bed Semi D and an apartment when delivered by a Public Limited Company (PLC), a medium size builder and a small builder for one location such as the Greater Dublin Area. As an additional feature, this study will incorporate opportunity costs by examining the economic value of alternative uses of land, capital, labour, and time, including the impacts of delayed delivery and underutilised capital over longer construction periods. This study will also allow for the analysis of opportunity costs associated with Modern Methods of Construction (MMC) by adding a value to the build time and the reduction of time in terms of savings; it will analyse the effect of this on the overall cost and efficiency of housing delivery.
- Education Procurement Service (EPS)LimerickFrist: 05. Juni
LA3668F - RFT - EPA - Multi-Supplier Framework Agreement for the Supply, Delivery, Installation, Servicing and Maintenance of Ambient Air Monitoring Equipment 4 Lots
In summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
- Education Procurement Service (EPS)LimerickFrist: 21. Mai
LA3668F - RFT - EPA - Multi-Supplier Framework Agreement for the Supply, Delivery, Installation, Servicing and Maintenance of Ambient Air Monitoring Equipment 4 Lots
In summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
- Deutsche Gesellschaft für Internationale Zusammenarbeit (GIZ) GmbH
81318145-Supporting Ukraine with data and analytical work to align with Paris Agreement and EU Environment and Climate Change goals
The tendered service is intended to ensure that the described outputs of the project can be implemented quickly, if needed, short-term, and based on scientifically sound analyses, experience and technical expertise. The Terms of Reference (ToR) is divided into five work packages. The specific tasks described under each work package are indicative, and their details will be determined as the project progresses and partner needs evolve. For flexible response, the future contractor must provide standing pools of short-term experts who can be deployed quickly in response to project demands. Work Package 1 is intended to provide flexible, rapid-response support to key stakeholders, primarily within ministries and associated institutions. Services include ongoing analytical support, economic and climate scenario development, briefings, brief assessments, etc. related to carbon or environmental taxes, emission trading, green recovery, EU alignment, just energy transition, electricity market design, CBAM, energy efficiency, and NDC processes. Work Package 2 focuses on supporting the EP facilitating the modernization of Ukraine's energy sector with emphasis on renewable energy. The contractor is expected to contribute new knowledge and policy insights, including but not limited to electricity tariff reforms, compensation mechanisms for vulnerable customers, governance of state-owned energy enterprises, renewable energy auction mechanisms, debt solutions, energy sector recovery options, CBAM, and municipal utility models. Work Package 3 supports MEPR in updating Ukraine's LTS, ensuring it reflects the latest developments, Ukraine"s recovery plan, and aligns with the NDC. The contractor will provide data collection and analysis, modelling, scenario development, and alignment support, in response to changes in context, policy, and technology. The contractor will also support capacity building in MEPR and stakeholder engagement processes. Work Package 4 addresses the challenges industrial emitters face in meeting EU environmental directives, including CBAM and IED. The contractor is expected to support companies to understand the impacts of these policies and implement decarbonization pathways. This WP includes economic modelling, cost-benefit analysis, development of sector-specific GHG reduction roadmaps, roadmaps on Best Available Techniques (BAT), Transposition of BAT Reference Documents (BREFs) into Ukrainian context, conducting training for environmental and energy managers, and awareness raising initiatives. Work Package 5 focuses on the facilitation of the involvement of stakeholders-private and public companies, civil society, think tanks-in policy discussions early in the legislative process. The goal is to foster acceptance and ensure diverse views are incorporated into decision-making. Across all work packages, flexibility, technical expertise, and stakeholder-centric approaches are key to responding effectively to evolving partner needs and the broader context of Ukraine's energy transition and EU integration.
- University College CorkCork
Supply, Delivery and Installation of a Transmission Electron Microscopy (TEM) Suite consisting of 2 TEM tools and 1 Focused Ion Beam–Scanning Electron Microscope (FIB.SEM) for Tyndall Instit, UCC,
Tenders are sought for the Supply, Delivery and Installation of a Transmission Electron Microscopy (TEM) Suite, to Tyndall National Institute, University College Cork (UCC) comprising three complementary instruments: 1. One (1) Aberration-corrected and monochromated TEM 2. One (1) 200 kV high-throughput TEM 3. One (1) Focused Ion Beam–Scanning Electron Microscope (FIB-SEM) This procurement will establish a nationally significant microscopy capability for Ireland, strengthening Tyndall’s leadership in semiconductor, photonic, and quantum materials research and supporting long-term collaboration with academic and industrial stakeholders. The TEM Suite will deliver sustained scientific, technological, and economic impact through enhanced analytical capability, research excellence, and innovation at the nanoscale. This investment will expand and modernise Tyndall’s capability in advanced materials and device characterisation to meet the requirements of its national and international research programmes, including activities under the EU Chips Act and strategic collaborations with academic and industrial partners. The TEM Suite will form a key component of the new Tyndall laboratory facilities currently under development and will support Tyndall’s mission to provide world-leading infrastructure for semiconductor, photonic, and quantum technologies. The Aberration-corrected and monochromated TEM will represent the highest-performance instrument within the suite. It must deliver sub-ångström imaging resolution and high-energy-resolution spectroscopy, providing the capability to study interfaces, defects, and nanostructures at the atomic scale. The system must support advanced analytical and imaging modes, including low-dose operation for beam-sensitive materials, Lorentz and 4D-STEM imaging, and in-situ experimentation (electrical, thermal, and environmental). Automated alignment, optical stability, and full integration with advanced camera, detector, and control software are essential to ensure repeatable and high-quality data generation across multiple users. The 200 kV high-throughput TEM capable of atomic resolution imaging will provide a complementary, multi-user analytical capability to support daily research operations and routine analysis. It must combine high brightness and excellent spatial resolution with rapid operational stability, user-friendly alignment, and automated workflow functionality. This instrument will be optimised for versatility and efficiency, ensuring broad accessibility for internal and collaborative research, training, and industry engagement activities. The FIB-SEM will enable site-specific sample preparation, 3D structural analysis, and nanoscale milling to support both TEM systems. It must achieve high-resolution imaging and precision ion-beam milling for lamella production and cross-sectional analysis. Integration with the TEM workflows is required to ensure seamless specimen transfer and preparation from wafer-scale structures to atomic-scale analysis. This tender is being issued as a single integrated suite rather than as separate tools to ensure technical, operational, and economic coherence across all instruments. Procuring the TEMs and FIB-SEM from a single manufacturer will enable a shared control software platform, providing a consistent user interface and operational framework across the suite. This is important in Tyndall’s multi-user research and training environment, for staff, postgraduate students, and industry partners, as it simplifies training, improves safety, and promotes efficient use of laboratory time. A unified suite will also allow for the interchange of sample holders and accessories, enabling seamless workflow integration from sample preparation to atomic-scale imaging. A single-supplier arrangement provides additional benefits including simplified warranty and maintenance agreements, harmonised service schedules, and a single point of technical contact.
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 09. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Cork City 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.