Provision of Wax Underseal Services
Dublin Bus seek tender submissions from suitably qualified tenderers for the Provision of Wax Underseal Services. Regular underbody waxing is essential to protect Dublin Bus vehicles from the harsh environmental conditions they operate in. Consistent inspection and maintenance of these coatings prevent corrosion and fl...
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Dublin Bus seek tender submissions from suitably qualified tenderers for the Provision of Wax Underseal Services. Regular underbody waxing is essential to protect Dublin Bus vehicles from the harsh environmental conditions they operate in. Consistent inspection and maintenance of these coatings prevent corrosion and floorboard deterior...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Dublin Bus / Bus Atha Cliath
- Veröffentlicht: 13. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
Dublin Bus seek tender submissions from suitably qualified tenderers for the Provision of Wax Underseal Services. Regular underbody waxing is essential to protect Dublin Bus vehicles from the harsh environmental conditions they operate in. Consistent inspection and maintenance of these coatings prevent corrosion and floorboard deterioration, ensuring vehicle safety and longevity. The contract will run for 3 years with 2 x 12 Month extension options available.
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 Ausschreibungen
8- Dublin Bus / Bus Atha CliathDublinFrist: 19. März
Maintenance of fire fighting equipment
Dublin Bus seeks proposals from suitably qualified parties for the provision of fire fighting equipment maintenance for our Dublin city and county locations. The contract will operate as a single party framework agreement for a period of three years with the option of two twelve month extensions.
- Education Procurement Service (EPS)Limerick
TR3225F RFT to establish a Multi Supplier Framework Agreement for the provision of Bus Hire Services for University of Limerick (UL)
This public procurement competition relates to the establishment of a Multi Supplier Framework ("Framework") for the Provision of Bus Hire Services for the University of Limerick for students/participants and staff travelling to and from University Departments for various individual trips as detailed under Department Requirements in the Tender Response document (TRD).
- National Transport Authority_1149Dublin
Single Supplier Framework for the Provision of Multi- Disciplinary Design Services for Bus Depots- PQQ stage
The National Transport Authority (the “Authority”) is seeking an experienced MultiDisciplinary Design Services Partner (“MDDSP”) to provide Multi Disciplinary Design Services for Bus Depots under a single supplier Framework Agreement. The services shall cover all the phases of the delivery of new and/or enhanced bus depot facilities, to support the operation of public bus services in Ireland from concept design/site selection/due diligence/planning all the way through to oversight of construction works. National policies and strategies for the decarbonisation of the transport system includes plans to significantly expand bus services and transition the bus and coach fleet away from diesel fuelled buses to zero emission technologies. In order to support both the expansion and transition to zero emission buses, it is necessary for the Authority to consider the supporting bus depot facilities that are required to deliver an efficient and effective bus system. The current level of bus depot provision will require significant expansion. It will be necessary to ensure adequate provision of electric charging infrastructure at depot locations while also considering the appropriate location of depots to reduce the impact of out of service mileage on the operation of electric bus fleets. It is intended that the Framework Agreement shall be in place for an initial period of four (4) years with the option for the Authority to extend on an annual basis for up to two (2) additional years. The estimated value of this Framework Agreement is €45,000,000. The maximum value of this Framework Agreement is €60,000,000. All interested parties are invited to submit a PreQualification submission in response to this tender competition and full details of this tender competition are provided within the procurement documentation.
- The Office of Government ProcurementDublinFrist: 30. Apr.
PLI143F - PMC for the Provision of Legal Services to the Irish Public Sector
As per the Prior Information Notice (PIN) published in March 2026, the Office of Government Procurement (OGP) intends to run a competitive procurement process for the provision of Legal Services in 2026. As part of the procurement process, the OGP is issuing this Preliminary Market Consultation (PMC) document and invites responses from Legal Practitioners* and Economic Operators in the legal services market. This is a market sounding exercise to obtain market information on the provision of lega
- Department of Housing Local Government and HeritageWexfordFrist: 12. Mai
Provision of ecological services to Tóchar Midlands Wetland Restoration
Tóchar Midlands Wetland Restoration seeks proposals for the provision of ecological services to support the delivery of project outputs for the restoration of wetland habitats within the EU Just Transition Territory in Ireland. The Department of Housing, Local Government and Heritage (DHLGH) was awarded funding of €12m from the EU Just Transition Fund 2021-2027 for a wetlands restoration scheme in Ireland’s Just Transition Fund (JTF) territory. Named the Tóchar Midlands Wetland Restoration Scheme, it is supporting a set of actions for wetlands restoration in a distinct area comprising all of counties Westmeath, Longford, Roscommon, Laois, and Offaly and parts of Galway, Kildare and Tipperary. The geographical area has a rich wetlands and peatlands heritage, notably of raised bogs, fens and callows. Tóchar will run until June 2027. It is managed by a small multi-disciplinary Project Team, under the direction of the National Parks and Wildlife Service, with offices in Birr, Co. Offaly. Tóchar is working across a large number of wetland sites, including fens, callows, blanket bogs, alluvial woodland, state-owned and privately owned. This particular contract will support the overall project in general, with a particular focus on wetland sites that come into the project via expressions of interest calls or via regional NPWS staff.
- 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.
- Enable Ireland Disability Services LtdDublin
Provision of a Governance, Risk and Compliance System and associated services
Enable Ireland Disability Services is seeking a cloud-based Governance, Risk and Compliance (GRC) solution and managed service provider (MSP) to implement, operate and support the system on a SaaS/subscription basis. Enable Ireland is tendering for an integrated platform that combines board governance and management, strategy management, policy and procedure management, risk management, incident and feedback management, and compliance and audit management. It will serve both board members and operational risk and compliance teams to improve transparency, collaboration, and accountability. The requirements include the provision of the following modules and functionalities which will be implemented in three phases or groupings in order of priority- (1) Board Governance and Management, (2) Risk Management, Compliance and Audit Management, Incident and Feedback Management, (3) Strategy Management, Policy and Procedure Management. Enable Ireland is seeking a comprehensive Governance, Risk, and Compliance (GRC) solution that includes all core modules and functionality. While our preference is to procure a fully integrated, end-to-end GRC platform from a single provider, we recognise that some vendors may specialise in certain areas or offer best-in-class capabilities in specific modules. We therefore welcome tenders that address the full scope, as well as tenders that cover selected modules or functionalities, provided that the proposed solution can integrate effectively with other systems or modules and that the vendor demonstrates strong experience and value in the areas they propose. Vendors submitting partial tenders are encouraged to clearly indicate the scope of their offering, how it fits within a modular or phased implementation strategy and any third-party integration capabilities.
- 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
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 Dublin Bus / Bus Atha Cliath.
- 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.