Property and Conveyancing Legal Services for Kildare County Council
Provision of Property and Conveyancing legal services. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Provision of Property and Conveyancing legal services. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Kildare County Council_385
- Veröffentlicht: 21. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
Provision of Property and Conveyancing legal services. Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
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- Kildare County Council_385Naas
Provision of a public self-service printing, photocopying, scanning, and payment system for Kildare Library Service
Provision of a public self-service printing, photocopying, scanning, and payment system for Kildare Library Service (Concession Service). Please ensure you ASSOCIATE your company with this competition in order to seek and receive clarifications. Tenderers must upload their submissions in a zipped file format.
- Department of DefenceNewbridgeFrist: 14. Mai
Aviation Advisory Services to support completion of Military Implementing Rules and associated Acceptable Means of Compliance and Guidance Material documents for Department of Defence
This is a Call for Tender in respect of Aviation Advisory Services. Please note that: • tenderers must associate themselves with this Competition in order to access the tender documents, ask and receive clarifications and submit a tender response. This can only be done via login. • all responses must be submitted in a zipped file format. • the Contracting Authority are not in a position to answer queries marked confidential “
- Mayo County Council_1127Castlebar
Supply of a new Fire Service water tanker for Mayo County Council Fire Service
This contract is for the Construction, supply and delivery of 1 number new Fire Service Water Tanker. Tenderers must associate themselves with this competition in order for them to access the tender documents, ask and receive queries and submit a tender response. All responses must be submitted in a ZIP FILE format.
- Department of DefenceNewbridgeFrist: 26. März
Refurbishment and Upgrade of Old Comms Block-Cadet Accommodation and Naval Service Cadets Mess Internal Alteration/Refurbishment
This is a Call for Tender in respect of Construction Works/Services. Tenderers must associate themselves with this Competition in order to access the tender documents, ask and receive clarifications and submit a tender response. To do so you must ensure you click “Proceed with Association”. This can only be done via login. All responses must be submitted in a zipped file format and must be accurately named. The Contracting Authority are not in a position to answer queries marked “confidential “. Late tenders will not be accepted. Tenderers experiencing any difficulties should contact the e-tenders helpdesk at irish-eproc-helpdesk@eurodyn.com or by phone on +353 818001459.
- Landkreis Märkisch-Oderland / Amt für Digitalisierung, Organisation und Personal
2025/006 Establishment of a multi-party framework agreement for the provision of legal services relating to Enterprise Ireland’s investment in Irish and international private equity and venture funds
Enterprise Ireland (EI), with funding from Government, has invested in five Seed and Venture Capital (SVC) Schemes since 1994 to help ensure that there is both an available and effective overall funding ecosystem for high growth companies and to address market failures in this area. The investment provided by these SVC Funds has supported a significant number of indigenous Irish companies over the years with more than €1.4bn invested in over 600 Enterprise Ireland supported companies to the end of 2024. On the 15th August 2024 the Minister for Enterprise, Trade and Employment announced a sixth Seed and Venture Capital Scheme. The new Scheme has an increased allocation of €250m to be committed over the lifetime of the Seed and Venture Capital Scheme (2025-29) (the “Scheme”). In addition to these, other similar Schemes may be launched by Enterprise Ireland during the life of this Framework. The framework agreement will be established principally to provide legal services with respect to two areas: (i) Enterprise Ireland’s commitment to funds under the Seed and Venture Capital (“SVC”) Schemes and Advice in relation to venture capital and private equity entities and instruments. The full list of requirements are outlined in the tender documents. Tenderers must associate themselves with the competition in order to access the tender documents, ask and receive queries and submit a response.
- Office of Public Works (OPW)TrimFrist: 18. Mai
Audio Visual and Interactive Content and Hardware for Roscrea Castle and Damer House, Tipperary
Imagemakers and the Office of Public Works (OPW) seeks to appoint a supplier for the provision of Audio Visual and Interactive Content and Hardware Specification and Supply at Roscrea Castle and Damer House in Co. Tipperary, Ireland. The contract is for the complete creation of the required AV and digital interactive content, and specification and supply of hardware and accessories including (in no particular order): Deliverables: • Pre-production, production, post-production and installation of all AVs, audio soundscapes and interactives as outlined below (See 3.4 – Summary of Requirements) • Provision of programme, invoice schedule and associated project management documentation and monthly reporting on budget and progress. The programme should outline the various stages of production i.e. storyboarding, wireframing, scripting, filming, sourcing of archive material, off-line edit, final edit, installation etc, as well as identifying milestones for client sign-off for each stage of the process. In addition, the tenderer will be expected to liaise with the fit-out contractor, designer and client as required to ensure co-ordination of information • If subsequent changes are made to the programme, these changes will need to be approved by both Imagemakers and the client team. • Supply of master files for client archive with schedule of all finalised content • Filming, audio recording and editing and sound studio time as required to deliver brief. • All post- production and preparation and supply of final files in agreed format. • Archive of master files within content producer’s archive. • Animation and onscreen motion graphics and typography. • Installation and snagging of all material on-site. • Specification and supply of all relevant hardware and accessories relating to all AV and interactive items. • The client is responsible for installation of power and data cabling and sockets to within the vicinity of the AV locations. The AV contractor will be responsible for any remaining cabling and accessories to make final connections. • There is no internet available on site, if any of the AV elements require an internet connection the AV supplier must allow for this in their proposal. Full list of requirements are outlined in the tender documents.
- Dublin Port Company_411Dublin
Provision of Vehicle Leasing and Fleet Management Services for Dublin Port
Dublin Port wishes to establish a single party framework agreement for the provision of vehicle leasing and fleet management services. In order to achieve commitments to operational continuity, safe and sustainable port-city relations and compliance with the requirements of the Clean Vehicle Directive, Directive (EU) 2019/1161, Dublin Port Company require the services of a suitably qualified and experienced fleet management company. Requirements will include disposal/recycling of the existing light commercial and passenger car vehicle fleet within the next 2 years and replace with an energy efficient EV, or alternative clean vehicle, LCV/passenger car equivalent. In addition, future management, replacement and disposal of the retained vehicle fleet is a requirement. The replacement interval/timings will be based on the priorities as per table below. The Contracting Entity currently operates a fleet of 24 vehicles which include passenger vehicles and light commercial vehicles which are currently owned and management in-house. The current vehicle fleet operates between 07.00 hours and 19.00 hours, within the confines of the Dublin Port estate the majority of the time, however on occasion may be required to travel outside of the port boundaries to facilitate working requirements (Dublin Inland Port, etc.). The full list of requirements is contained within the procurement document. All responses must be submitted in a zip file format.
- Aalto University Foundation srAALTOFrist: 15. Mai
REQUEST FOR INFORMATION – Software solution containing tools for curriculum planning and schedule planning for Aalto University
This is a request for information of a system that includes tools for both curriculum and schedule planning work in a university context. With this RFI Aalto University is seeking information on suppliers interested in delivering the services described. Aalto University is a foundation university as provided in the Universities Act (558/2009) and started operations at the beginning of 2010. Aalto has six schools and approximately 20 000 students, 4800 staff of which over 400 are professors. Aalto’s curriculum planning process involves our 3,100 academic staff members including 120 programme directors, supported by 100 curriculum planners in the learning services. The work covers over 80 degree programmes, 700 study modules and 3500 study units. Curriculum data is updated based on the length of the curriculum period, which is currently two academic years. Aalto’s scheduling process involves the aforementioned 3,100 academic staff members, 66 timetable planners, and 3 room booking system admins. The planning encompasses classes for 16 184 students in 250 spaces. With the forthcoming procurement and contract our goal is to establish a long-term partnership with a supplier who can cater to our evolving curriculum and schedule planning needs in alignment with our strategy in an agile manner. REQUIREMENT FOR THE SYSTEM CONTAINING CURRICULUM AND SCHEDULE PLANNING TOOLS Aalto University needs a system primarily for schedule planners, curriculum planners, and teachers to efficiently draft and publish curricula and timetables collaboratively. The desired system should also provide comprehensive analytics and reporting tools to support management with strategic activities on all levels of the university, such as programme directors and department heads for degree programme -level planning, deans for school-level planning, and various members of steering groups for Aalto-level planning. The system should provide advanced contemporary solutions for curriculum mapping and automatic scheduling. The system should be a finished product that has been in active use for several years in the higher education sector. Please see attached Appendix 1 for providing a general description about the procurement and our aims towards the procured service. TERMS OF THIS RFI Contracting authority may use the information it receives during the RFI process for the planning and preparation of the actual invitation to tender. Note! This is NOT a prior information notice, a procurement notice, a contract notice nor an invitation to tender. This notification and/or answering to it do not create any obligations for the contracting authority or for those who choose to answer it. The contracting authority does not pay any compensation for taking answers to this RFI. The information provided by the contracting authority is preliminary at this point and it is subject to change. Taking or not taking part in the RFI does not change the standing or status of a supplier in the procurement process. INSTRUCTIONS ON HOW TO RESPOND TO THIS RFI With this RFI Aalto is requesting system suppliers to announce their interest in participating in a market dialogue. We request you to inform us about your interest to participate in this RFI by 28 April 2026 at 2 pm CET / 3 pm EEST via email to anna-liisa.auramo@aalto.fi, riikka.rissanen@aalto.fi and heli.jarvela@aalto.fi (please use all names as recipients). Mark "Request for information: Curriculum and Schedule planning system" as the subject of the message. Please send the following information in your response: • Appendix 1. General presentation of your company and the system you could provide • Appendix 2. Q&A template filled in with your responses - Supplier information - Answers to the “Questions from Aalto” - Comments on how you could provide solutions to our user stories - References - Investment planning - Questions from the Supplier, if you wish to pose any NOTE! In case your answers contain trade secrets or other classified information, please mark the sensitive information clearly into the materials provided. NEXT STEPS Upon receiving answers, Aalto University may contact the interested participants. Aalto University reserves the right to invite suppliers for further discussions regarding this RFI to obtain information to the necessary extent on market and suppliers providing relevant services, give out information regarding the needs of Aalto University and to clarify any issues related to the object of the procurement. Discussions may also be held with suppliers other than those who responded to the request for information. REQUEST FOR INFORMATION APPENDICES Appendix 1. Object of procurement Appendix 2. Q&A template
- Harstad kommuneHarstad
Intention notice - procurement of clinical veterinary duty services and day practice for production animals and horses.
In accordance with the Animal Health Personnel Act § 3a, the municipalities have a requirement to ensure satisfactory access to services from animal health personnel, as well as responsibility for organising clinical veterinary duty outside ordinary working hours. The scheme shall ensure that clinical guard services are established for veterinary surgeons in all parts of the country so that the necessary veterinary help can be provided outside ordinary working hours. The duty scheme applies from 16.00-08.00 on weekdays and on weekends and on public holidays. The veterinary duty is a necessary part of the stand-by against serious infectious animal diseases and it is important for maintaining good animal welfare. Emphasis is put on the fact that the veterinary surgeons included in the duty scheme have overall responsibility for the coordination of the veterinary duty that involves small animals and production animals. Harstad municipality intends to enter into a contract for veterinary duty services in the duty district, which includes Harstad, Kvæfjord, Tjeldsund and Evenes municipalities. Harstad municipality intends, thus, to enter into a contract with the veterinary company Meike and Kent AS, c/o veterinary surgeon Meike,, as well as the company Vet i Nord AS c/o Nina Munch Lerke (org. no. 931 369 978) applicable veterinary duty scheme for large animals. The contracts will cover 50% of the duty scheme outside ordinary opening hours and 100% of day practice. The contract will be signed without a competition and a voluntary notice of intent. Several conversations and meetings with the market have been held to map out possible competition. As the market appears today, there is a lack of competition in the current area. Based on supplier mapping, we know at the current time who will submit a tender. In order to ensure veterinary duty, tenderers cooperate on covering the guards. It will therefore not be effective use of time and resources if a competition is held for the current area, cf. the objective provisions in the Public Procurement Regulations § 1. The value of the contract is estimated to be just under NOK 1 million per annum. The contract will be valid for 5 years, with an option for 1+1 year, with a mutual notice of 3 months.
- Gewobag Wohnungsbau-Aktiengesellschaft BerlinFrist: 26. Mai
Provision of TAVI and Cardiac Procedures for HSE Mid West
The Health Service Executive hereby invites suitably qualified and experienced Service Providers to submit tenders for the Provision of TAVI and Cardiac Procedures for HSE Mid-West. These services are required on an ongoing basis. However, there is no guarantee of any definite level of business. The estimated value of the tender is €3.4 million over a possible five [5] year period. The HSE intends to appoint up to four service providers. Any Contract that results from this Competition shall be for an initial period of 24 months (the “Term”). The HSE reserves the right to extend the Term for three periods of up to 12 months each on the same terms and conditions, subject to the Contracting Authority’s obligations. The Contracting Authority does not make any guarantee in relation to the volume or value of Services to be procured over the Term. The HSE therefore reserves the right, after the award of contract, to negotiate with the successful tenderer the level of services to be provided to match the available budget. For full details, please see the clinical and service specification outlined in the Specification of Requirement below. Note: Service Providers are requested to only submit a tender if they are confident that they have the requisite capacity, suitably qualified staff, experience and expertise within their organisation to deliver on the service as outlined in the project documentation and commencing as soon as practicable after award of contract. All submissions will be reviewed for compliance with the specifications as outlined in this document. This tender is primarily for the HSE Mid West. Please note that up to five [5] additional drawdowns by other Regional Health Authorities (RHAs) within the HSE will be allowed under any contracts resulting from this tender competition. Such drawdowns will be similar in scope to the services required in this competition. In the event of such drawdowns, the successful tenderer for this competition will be required to deliver the services under the same terms and conditions resulting from this competition. The HSE does not make any guarantee in relation to the volume or value of such services that may be procured from any resulting contracts. This tender process is being conducted as an Annex XIV procedure utilising an open style tender, with all terms of the competition specified in the tender documents, under Part 3 Chapter 1 of the European Union (Award of Public Authority Contracts) Regulations 2016 (S.I. 284 of 2016) (the “Regulations”) - Social and other specific services. The required services are listed as Annex XIV services of Directive 2014/24/EU (the “Directive”) and, accordingly, only Regulations 74-77 of the Regulations apply. Tenderers should note that if the HSE identifies a requirement for additional supplies or services, it may exercise its rights under Article 32(3) and 32(5) of Directive 2014/24/EU.
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 Kildare County Council_385.
- 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.