Supply of Modular Accessible Glamping Pod Achill, Co Mayo
Beyond The Waters Edge Collection invites tenders for the supply, delivery and installation of one modular accessible glamping pod at Achill Island, Co. Mayo. Full details are provided in the tender documents.
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Beyond The Waters Edge Collection invites tenders for the supply, delivery and installation of one modular accessible glamping pod at Achill Island, Co. Mayo. Full details are provided in the tender documents.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Michael OGorman
- Veröffentlicht: 20. April 2026
- Frist: Nicht angegeben
Ausschreibungsbeschreibung
Beyond The Waters Edge Collection invites tenders for the supply, delivery and installation of one modular accessible glamping pod at Achill Island, Co. Mayo. Full details are provided in the tender documents.
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- Ely Haven LimitedTemplemoreFrist: 23. Apr.
Proposed development of a glamping facility to inclue 6 number glamping pods, an administration unit and associated site works including parking at Barnane Rectory, Barnane, Templemore, Co. Tipperary
Invitation to tender for the proposed development of a glamping facility to incorporate 6 number glamping pods, an administration unit and associated site development including parking at Barnane Rectory, Barnane, Templemore, Co. Tipperary. For the purpose of tendering, it is paramount that the tendering Contractor is in a position to commence works on site immediately following appointment and moreover have such resources available to meet the pertinent handover dates. However, given the public nature of the funding, it is important to note that final funding approval will ultimately be a prerequisite to proceeding with the subject works.
- Heywood Community SchoolBallinakillFrist: 11. März
Cft Call for Tender for the Supply,Delivery and Installation of PE Equipment at Heywood Community School,Ballinakill,Co Laois
The Board of Management of Keywood Community School (the contracting Authority)invites tenders("Tenders") to this call for tenders(CFT) from economic operators ("Tenderers") for the supply of goods as described in this CFT.The goods are to required to be delivered and installed at Heywood Community School,Ballinakill, Co Laois before end of August 2026 All goods must meet the specifications as outlined by the Department of Education
- Gort Community SchoolGALWAYFrist: 11. März
CFT Call for Tenders for the Supply,Delivery and Installation of Tools,Machines and Equipment for T4 Subjects at Gort Community School,Gort, Co Galway
The Board of Management of Gort Community School (the contracting Authority)invites tenders("Tenders") to this call for tenders(CFT) from economic operators ("Tenderers") for the supply of goods as described in this CFT.The goods are to required to be delivered and installed at Gort Community School,Gort Co Galway before end of August 2026 .All goods must meet the specifications as outlined by the Department of Education
- St. Patrick's Comprehensive SchoolShannonFrist: 06. Mai
CFT Call for Tender for the supply, delivery and installation of Engineering tools and equipment at St Patrick's Comprehensive School, Shannon,Co Clare
The Board of Management of St Patrick's Comprehensive School (the contracting Authority)invites tenders("Tenders") to this call for tenders(CFT) from economic operators ("Tenderers") for the supply of goods as described in this CFT.The goods are to required to be delivered and installed at St Patrick's Comprehensive School,Shannon,Co Clare before end of August 2026.All goods must meet the specifications as outlined by the Department of Education
- Scoil Chuimsitheach ChiaráinAn Cheathrú RuaFrist: 12. März
Cft Call for Tenders for the Supply,Delivery and Installation of Tools and Equipment for Engineering,Graphics and Art at Scoil Chuimsitheach Chiar,ain,An Cheathrú,Co Na Gallimhe
The Board of Management of Scoil Chuimsitheach Chiaráin (the contracting Authority)invites tenders("Tenders") to this call for tenders(CFT) from economic operators ("Tenderers") for the supply of goods as described in this CFT.The goods are to required to be delivered and installed at Scoil Chuimsitheach Chiaráin,An Cheathrú Rua,Co Na Gallimhe before end of August 2026 All goods must meet the specifications as outlined by the Department of Education
- Munster Technological University.Tralee
Tender for the Supply, Delivery, Installation and Commissioning of Re-Saw, 5-Sided Planer Moulder, Tilting Spindle Moulder, Crosscut Saw, Shredder, Bandsaw and Briquetting Machinery to MTU Kerry
MTU has a tender requirement for the Supply, Delivery, Installation and Commissioning of Re-Saw, 5-Sided Planer Moulder, Tilting Spindle Moulder, Crosscut Saw, Shredder, Bandsaw and Briquetting Machinery to the Carpentry and Joinery Workshop at MTU Kerry Campus. Each lot will be evaluated separately. Interested suppliers may apply for 1 or more Lots. Full details are in the tender documentation attached to this Contract Notice.
- 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.
- 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.
- Gas Networks IrelandCorkFrist: 09. Apr.
25/064 - Qualification System for for the provision of Polyethylene (PE) Pipe, Fittings and Valves
The objective of this QSQ is to qualify Applicants onto the Qualifications System for the manufacturing and supply of Polyethylene (PE) Pipe, Fittings and Valves for Gas Networks Ireland. The proposed supply requirements are to be divided into four (4) separate lots as detailed below: • Lot 1 (PE Pipe 90mm - 400mm) – Manufacture and supply of PE pipe for gas. • Lot 2 (PE Pipe 20mm - 63mm) – Manufacture and supply of PE pipe for gas. • Lot 3 (PE Fittings) Manufacture and/or supply of PE Fittings for gas. These include but are not limited to PE; caps, couplings, elbows, equal tees, flange adaptors, reducers, tee branch saddles, tees, tapping tees, G clamp adaptors, multi tap tees, branch saddles, bends, unequal tees and end caps. • Lot 4 (PE ball valves) – Manufacture and/or supply of PE Valves for gas. These include but not limited to valves ranging in size from small diameter 20mm to larger diameters up to 315 mm. Please note: Lots 1 and 2 relate to manufacture and supply requirements. Lots 3 and 4 relate to manufacture and/or supply requirements. The requirements for the manufacture and/or supply of pipes, fittings and valves under this Qualification System will include arrangements for delivery to various stipulated depot destinations on the island of Ireland and the ability to operate a national distribution network. Applicants should note that from time to time over the term of the Qualification System, the Contracting Entity, at its sole discretion but without altering the overall nature of the Qualification System, may modify the Qualification System to reflect changes in its requirements. Such modifications may include changes to the pipe diameter and pressure rating which may result in an increase to the pipe size, wall thickness and pipe properties or specification and the provision of services or additional supplies associated with such changes. The Contracting Entity will also seek similar changes to pipe fittings and valves. The conditions under which such an option may be exercised by the Contracting Entity will be outlined in the relevant call off competition document. The Contracting Entity also reserves the right to add additional lots to the Qualification System. Applicants may apply for qualification in one or more lots. At the discretion of the Contracting Entity a full site visit and audit of the prospective Qualified applicants supply chain manufacturing facility(s) will be carried out to validate and support their pre-qualification submission. In the event of a site visit and audit being carried out to pre-qualify the Supplier must successfully pass this site inspection audit. It is envisaged that the scope of products and services of the initial Call for Competition to be drawn-down under the Qualification System will be, but not limited to; PE pipes, fittings and valves and will cover the following: 1. Standards: • Gas - as per I.S. EN 1555 or equivalent. 2. Indicative Diameter Range: • PE pipe, fittings and valves ranging in size from small diameter 20mm to large diameter 400 mm pipe and fittings. 3. Indicative Pipe Specification/Types: • Solid wall pipe; • Coextruded pipe; • Peelable pipe; and 4. Indicative Pressure Range and Pipe Materials : Pipe Material/Description Pressure Range (Barg) PE 100 (SDR 11) 7 PE 80 (SDR 11) 4 PE 100 (SDR 17) 4 PE 80 (SDR 17) 2 5. Colour • PE80: solid wall PE pipe in yellow colour • PE80: c-extruded wall PE pipe with outer layer in yellow colour • PE100: solid wall PE pipe in orange colour (sizes 180mm and above) • PE100: PE 100 PE pipe with peelable outer layer in yellow colour (with stripes) • Pipes for proof-of-concept hydrogen projects shall be yellow with blue axial stripes.
- IDA IrelandDublin
Project Management Led Multi-Disciplinary Team for Construction Consultancy Services
The IDA Raheen Business Park is located on the southern fringe of Limerick City approx. 5kms from the City Centre. The Park is accessible from the nearby M20 Motorway and has two main access routes which include the predominant access from the Ballycummin Road off the M20 while the R526 road provides secondary access to its northwestern entrance. In recent years with the continued growth and development of the IDA Raheen Business Park, issues with traffic and congestion have become more pronounced and it is a significant concern for many of the tenants in the park. The daily staff volumes and freight movements are significant, leading to pressures on transport infrastructure and parking facilities as continually highlighted by current tenants. The Raheen area faces challenges related to car dependency, limited public transport options, and growing traffic congestion and those effects are felt within the IDA Park. In May 2024, a Transport Strategy for the park was commenced. The aim of the Transport Strategy was to provide IDA with a robust, evidence-based framework for advancing sustainable transport solutions that support both IDA objectives and the growth ambitions of tenant companies. From consultation with tenants, the Local Authority and stakeholders, combined with the findings of the ABTA, and to allow for continued expansion of the Park a Mobility Management Plan Framework is now being established and its implementation will be coordinated on the Park over the next 5 years. In addition to the MPPF, the Transport Strategy (informed by the ABTA) provided several preferred options which included a long list of infrastructural interventions which could be broken down into 3 categories. 1. Active Travel Options 2. Public Transport Options 3. Access and Capacity Option This Call for Tenders concerns 4 separate key priority items from the Access and Capacity Options recommendations to be delivered; they include the following: 1. Part Time Signalisation of Roches Avenue Roundabout in the PM Peak 2. Bypass Lane on Southern Arm of Roches Avenue Roundabout 3. Provision of Pedestrian Crossing and Lighting at Roches Avenue Roundabout 4. Provision of 2 x Pedestrian Crossing and Junction Upgrade at National Learning Centre. IDA Strategic Property Department is now seeking to appoint a Project Management Led Integrated Multi-Disciplinary Team to deliver all of the above and services outlined in this document. The Project Management led Multi-Disciplinary Team will manage and provide all relevant consultancy services with respect to the design and delivery of the project at IDA Raheen Business Park, Co. Limerick. The Project Management led Multi-Disciplinary Team should consist of suitably qualified and experienced resources including a Project Manager, Civil Engineer, QS, Transport Engineer, M and E Engineer, Health and Safety Consultant, Assigned Certifier, PSDP and any specialist advisors to provide design, planning and implementation of all subsequent contracts for the provision of the project. The scope of services for the Project Management Led Multi-Disciplinary Design Team will include (1) Preliminary Stage (2) Detailed Design and Planning Stage (3) Tender, Evaluation and Award (4) Construction and (5) Handover.
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 Michael OGorman.
- 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.