Bereitstellung von ARI Blended Retail Essentials an den Flughäfen Dublin und Cork (6 Jahre)
Provision of ARI Blended Retail Essentials at Dublin and Cork Airport for a period of 6 years
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Provision of ARI Blended Retail Essentials at Dublin and Cork Airport for a period of 6 years
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: daa plc
- Veröffentlicht: 26. März 2026
- Frist: Nicht angegeben
- Thema: Kantinenbetrieb
Ausschreibungsbeschreibung
Provision of ARI Blended Retail Essentials at Dublin and Cork Airport for a period of 6 years
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- daa plcDublinFrist: 05. März
Hotelbetrieb Maldron Hotel Dublin Airport
daa plc (the ‘Contracting Authority’) has a requirement to engage a hotel provider to run and operate a concession agreement or services agreement for the Maldron Hotel Dublin Airport, based at Dublin Airport, Co Dublin. The new hotel provider shall be required to commence operations and shall ensure continuity of service provision to our customers at Dublin Airport for a period of 3 – 5 years.
- daa plcDublinFrist: 09. März
Lieferung von E-Ladestationen für daa plc mit Lademanagement und Wartung für Dublin und Cork Airport
Supply of EV charger solution for daa plc. As part of daa's ongoing commitment to reduce carbon footprint in line with our sustainability ambitions, daa wishes to establish a single-party framework contract with a third party to supply an EV charger solution. The proposed solution shall include load management charge point management system, the service and maintenance of new and existing chargers at Dublin and Cork Airports.
- Dublin City CouncilDublin
Multi Framework Agreement for the design supply delivery and installation of shelving and furniture in 4 lots, within Dublin City Libraries Branch Network and administrative offices
Dublin City Council, Library Services, proposes to establish a Multi-Party Framework Agreement for 4 years, for the Design, Supply and Delivery of Library Furniture and Shelving, and Office Furniture. Dublin City Council Libraries reserves the right, at its discretion, to extend the Term for a period or periods of up to Twelve (12) months with a maximum of Two (2) such extension or extensions on the same terms and conditions, subject to the Dublin City Council’s obligations at law. The Term will
- Dublin City CouncilDublin
DCC Single Party Framework Agreement for the Control of Weeds on Roads in Dublin City Council 2026-2029
Dublin City Council proposes to award a Single Party Framework Agreement for four years, for the provision of weed control service. The successful tenderer must treat visible growth as specified within the Framework. Dublin City Council are seeking tenders for alternative methods for the control of weeds other than the use of glyphosate on hard surfaces. ie footways (where Glyphosate is referred to in these tender documents this implies glyphosate in use as a herbicides or pesticides) Dublin City Council wishes to establish a Single-Party Framework agreement for the provision of a service for the control of weeds on footways, medians and other areas taken in charge by Dublin City Council for four years. An initial contract will be awarded for one year, subject to demand and availability and this may be extended at the sole discretion of Dublin City Council for a period of 3 years. . 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 xxxxxxx – Input when notice created.
- Cork County CouncilCork
Provision of a public self-service printing, photocopying and scanning system for Cork County Council Library (Concessions Service)
Tender for the provision of a public self-service printing, photocopying, and scanning system for Cork County Council Library. This will involve the contracting of the service, commissioning, installation of kiosks and copiers plus a three-year contract extendable by 2 periods of 12 months each of a service contract to include provision and maintenance of all equipment and consumables, collection of cash at each location, training of staff, recycling of consumables and support for all equipment and services. It is not the intention of Cork County Council Library to purchase the equipment. This will be a concession arrangement with a percentage of the service revenue accruing to the library service. Current printing revenue from the existing service is in excess of €90,000 p.a.
- Dublin City CouncilDublin
Dublin City Council is establishing a single-operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles (3 Lots)
Dublin City Council is establishing a single operator framework agreement for the supply and delivery of sub compact and compact sweepers, as well as winter maintenance vehicles, to meet current and emerging operational needs associated with cycle lane cleaning and winter road maintenance across the Council’s administrative area. The framework will operate for a period of four years from the date of award, with an indicative total value of €2.5 million (ex VAT) across all lots. The initial phase value is €800,000 in the first year, with options to extend or issue further allocations as funding becomes available. This value is provided strictly for indicative purposes and does not represent a commitment to purchase any specific quantity or to exhaust the full amount. Actual drawdown will depend on operational requirements, available funding and performance of the awarded suppliers. The tender is divided into three lots to reflect both operational needs and environmental priorities. Lot 1 covers diesel sub compact sweepers, with approximately up to four (4) units expected to be procured and provision for future expansion. Lot 2 covers electric compact sweepers, with between two (2) and six (6) units expected to be procured and provision for future expansion. Lot 3 covers diesel winter maintenance sub compact vehicles, with between two (2) and four (4) units expected to be procured and provision for future expansion. For Lot 1 and Lot 3, the maximum permitted vehicle width is 1100 mm, while for Lot 2 the maximum permitted width is 1200 mm. Vehicles proposed under Lot 3 must be capable of winter treatment functions such as salt spreading on narrow cycle lanes and restricted routes. They must also be adaptable to a brine system in the future, as the methodology for winter road treatment is currently under review. An adjustable salt spreading width, ideally ranging from 1.1 metres to 4 metres, is required. Contractual requirements include a minimum one year full warranty from the vehicle or sweeper manufacturer. The framework does not include the supply of non warranty spare parts or diagnostics. Tenderers must deliver the vehicles within 22 weeks from contract award, with up to two additional weeks allowed for on site operator training where required. All vehicles will have to be delivered to Dublin City Council’s North City Operations Depot (NCOD), St. Margaret’s Road, Ballymun, Dublin 11. Evaluation will include provisional scoring at the evaluation meeting, followed by an on-site trial and inspection of the highest-ranked tenderer to verify compliance. Scores may be adjusted if specifications are not met, and inspections will continue in rank order until complete. Once final evaluations are confirmed, letters will issue, and after the standstill period, the contract may be awarded. The inspection process is integral to the overall evaluation. A full list of technical and performance requirements is provided in Appendix A – Fitness for Purpose. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID xxxxxxx – Input when notice created . Please note that this project is subject to funding.
- Isavia ohf.KeflavíkFrist: 10. Mai
Gift Shop Opportunity at Keflavik International Airport
Isavia ohf. is seeking a commercial partner to operate a new gift retail unit, located at a premium site on the second floor of the North Building at Keflavik International Airport. The unit occupies a high-visibility position directly within the main passenger flow. The targeted contract start date is 6 August 2026 and expected end of contact is 30 September 2028, with options to extend the contract by mutual agreement up to a maximum total duration of five years. The total area of the unit is approximately 250m2. Following the award of the concession contract, further commercial opportunities may be explored and negotiated with the selected partner. More details of the opportunity are provided in the concession documents. Interested economic operators should note that this procedure will follow an accelerated timeline relative to Isavia's standard concession award processes. Interested economic operators are also advised that initial tenders are to be submitted alongside initial requests to participate. The deadline for submission is 11 May 2026.
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 daa plc.
- 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.