Water Infrastructure Upgrade Works - IDA Business and Technology Park, Colooney, Co. Sligo
Installation of new water infrastructure to upgrade the fire fighting watermain. Installation of fittings such as hydrants, sluice valves, watert meters etc. Making good of any surfaces damaged or excavated during the works.
Angebotsfrist:04. Juni 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
Installation of new water infrastructure to upgrade the fire fighting watermain. Installation of fittings such as hydrants, sluice valves, watert meters etc. Making good of any surfaces damaged or excavated during the works.
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: IDA Ireland
- Veröffentlicht: 07. Mai 2026
- Frist: 04. Juni 2026
- Thema: Leitungsbau
- Bauobjekt: Trinkwasserleitung / Versorgungsnetz
Bauobjekt-Klassifikation
- Trinkwasserleitung / VersorgungsnetzHauptobjekt
Ausschreibungsbeschreibung
Installation of new water infrastructure to upgrade the fire fighting watermain. Installation of fittings such as hydrants, sluice valves, watert meters etc. Making good of any surfaces damaged or excavated during the works.
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- Belmont Park Housing AssociationWaterfordFrist: 12. Juni
Greenpark Community Dwelling, Sixmilebridge, Co. Clare – Refurbishment, Energy Upgrade and Associated Site Works
The works comprise the refurbishment, alteration and energy upgrade of an existing community dwelling located at Greenpark, Sixmilebridge, Co. Clare, including all associated site works and ancillary development. The project involves a comprehensive retrofit of the existing building to improve thermal performance, accessibility and fire safety standards. Works include the removal of selected internal elements, reconfiguration of internal layouts, and installation of new partitions, doors and finishes throughout. Energy upgrade works include the installation of an external wall insulation (ETICS) system, upgraded attic insulation, new high-performance windows and doors, improved airtightness measures, installation of a new air-to-water heat pump system with associated pipework and controls, mechanical ventilation upgrades, and the provision of a roof-mounted solar photovoltaic (PV) system. Mechanical and electrical works include a full rewire, upgrades to heating and hot water systems, installation and modification of fire detection and alarm systems, emergency lighting, and associated building services. The works also include the conversion and upgrade of an existing detached garage structure to provide ancillary office accommodation (PIC Office), including insulation, new windows and doors, roofing works, and associated mechanical and electrical installations. External works comprise new and upgraded pathways, ramps and hardstanding areas, drainage improvements, installation of soakaways and sustainable drainage features, and all associated site development works. All works are to be carried out in accordance with the Building Surveyor’s drawings and specification, and in compliance with current Building Regulations and relevant standards.
- St Oliver Plunkett NS NewcastleAthenryFrist: 27. Mai
St. Oliver Plunkett National School, Newcastle, Athenry, Co. Galway - Mechanical and Electrical Upgrade Works
The existing original school building was constructed in 1977, with a classroom extension added between 2010 and 2013, including an additional classroom extension in 2025, with a total floor area of approx. 732 sq. metres and comprises of 7 number mainstream classrooms, General Purpose room, staff room, kitchen, toilets, office, store, boiler house and circulation areas. The remedial works that require to be carried out consist of the stripping out, removal and proper disposal of the redundant LPHW Space heating installation in the original 1977 building, including the existing cold water storage facility and the existing boiler house installation. The project also includes the provision of general power associated with the proposed LPHW Space heating upgrade works, the provision of a new emergency lighting and fire alarm installations. The remainder existing electrical installation shall be retained, including the existing Solar PV system.
- Transport Infrastructure Ireland (TII)DublinFrist: 01. Mai
Prior Information Notice for the Provision of Minor Works Framework for MetroLink
This notice serves as a Prior Information Notice (PIN) and is not a call for competition. A call for competition may be issued in Q3 2026. Transport Infrastructure Ireland (TII) is planning to invite submissions from companies and organisations possessing the necessary expertise and capacity to deliver Minor Works for Transport Infrastructure Ireland. This process represents a preliminary step toward the potential initiation of a formal tendering procedure, with the aim of establishing a Multi‑Supplier Framework Agreement for Minor Works. The anticipated scope of the Framework may include the supply and installation of associated materials and delivery of general minor building, repair, maintenance, upgrade works and various mitigation related works. These may encompass activities such as building fabric repairs, carpentry and joinery, painting and making‑good, minor structural repairs, insulation improvements, electrical and plumbing works, accessibility upgrades; temporary works design (by the Contractor where required) to support the safe execution of the works; supply and installation of branded hoarding and signage (subject to TII branding requirements to be specified in any future documentation); supply and installation of temporary or permanent fencing and netting, noise barriers with acoustic properties, replacement glazing, glazing upgrades, whole window replacements including frames and minor external works including remediations to boundary walls, fences, railing and hard landscape activities. Full details will be provided in any future call‑for‑competition documentation. It should be noted that this notice does not signify a commitment to procurement. Any specific procurements stemming from this notice will be duly advertised in accordance with applicable public procurement rules. Transport Infrastructure Ireland does not require a response to this Prior Information Notice. In advance of any potential competitive procurement process, TII is intending to conduct a market sounding exercise. TII would like to invite the market to complete an initial Market Sounding Questionnaire (MSQ) which will be used to seek insights and feedback from the market with experience or interest in the potential opportunity. This engagement is purely exploratory to inform the proposed procurement approach and not does not form part of a formal procurement process. For further information on the MSQ, please direct Expressions of Interest to supplychainmetrolink@tii.ie with the subject heading “Minor Works MSQ”. The deadline for submitting MSQ responses is 17:00 GMT on the 16th of April 2026.
- Oberstown Children Detention CampusOberstown, Lusk, Co. DublinFrist: 18. Mai
Oberstown Small Capital Works Framework
This is a two stage tender competition which intends to establish a multi provider Framework Agreement between Oberstown Children Detention Campus and the successful Candidates for procuring Minor Capital Works. The first stage is a Suitability Assessment Questionnaire (SAQ) to shortlist ten (10) Candidates who will be invited to tender (provided ten Applicants submit compliant PQQ Responses that meet the minimum requirements). If there is more than one Applicant ranked at tenth place, all the tenth placed Applicants will be invited to tender. The second stage will be a tender competition to appoint a maximum of six (6) Tenderers to the Framework (provided six Tenders are compliant and meet the minimum requirements). If there is more than one Tenderer ranked at sixth place, all the sixth placed Tenderers will be appointed to the framework. The scope of the Capital Works Framework will cover a wide variety of minor projects relating to all Mechanical, Electrical, Building Fabrics, Infrastructure, Fire Safety and other assets on the campus. A non-exhaustive list of possible works: • Minor building extensions • Demolition works • Refurbishment / Renovations / Upgrades of existing buildings (exterior and interior works) • Office fit out projects including but not limited to Architectural works, Mechanical services, Electrical services and Communication backbone infrastructure establishment • Control Room fit out projects including but not limited to Architectural works, Mechanical services, Electrical services and Communication backbone infrastructure establishment • Upgrade / replacement of critical Mechanical and Electrical systems that serve our office buildings and our critical assets such as Data Centres, Control Room and Disaster Recovery Sites • Building fabric upgrade and replacement (facades and roofs) • Life Safety Systems i.e., emergency lightening and fire safety • Electrical Systems i.e Specialist Security System • Energy Systems installations and upgrades (LED upgrades, solar panel and heat pump installations) • Site infrastructure works such as retaining walls, underground utilities, roads, pavements, compounds and security fencing • Hard and soft Landscaping • The role of Project Supervisor Construction Stage and Contractor, as described in the Safety, Health and Welfare at Work (Construction) Regulations 2013, will form part of this scope • In some cases, role of Designer, as described in the Safety, Health and Welfare at Work (Construction) Regulations 2013, will form part of this scope. For example, where: (a)Specialist permanent works design may be required in the case of electrical, mechanical, structural or architectural; and (b) Where temporary works design may be required such as shuttering, traffic management, temporary electrical systems, propping, supporting, specialist scaffolding etc. The term of the framework will be 3 years, with options to renew with 1 + 1 years, if deemed appropriate.
- Westmeath County CouncilMullingarFrist: 26. Apr.
Improvement Works to Properties 9,10 and 11 St Mary's Terrace and Old Council Depot, Athlone, Co.Westmeath
Westmeath County Council (WCC) is progressing external improvement works to houses 9, 10 and 11 St Mary’s Terrace, Athlone County Westmeath with the intention of making these buildings safe and improve the aesthetic impact of the houses on the surrounding streetscape. The works will involve the removal of fire damaged roofs of houses 9 and 10 including asbestos slates and roof timbers. The damaged sections of the roof of house no. 11 are to be reinstated to make it weatherproof and prevent further deterioration of the house in the medium term. All windows and doors of the 3 no houses to be blocked up as detailed. All rubbish is to be removed from the external lower ground level areas front, back and side of the three houses. Consideration is to be given to the presence of Japanese Knotweed to the back of the properties and while not part of these works an exclusion zone will be required to be set up to exclude access to this area. As these houses are in a residential area safe access is to be maintained to neighboring properties throughout the duration of the works. WCC is also progressing the fitting of a new palisade gate and fence section to the yard of the old Council Depot at Loughanaskin, Athlone, Co. Westmeath and the general cleanup of the yard to the front of the building. The gate and fence section will be required to match the existing palisade gate. Some remedial work is required to the locking bolt of the existing gate to leave it in good working order. The front yard is to be cleaned of all debris and vegetation to leave in a condition suitable for follow on works. This invitation to tender is only applicable to the removal of asbestos, remedial works and general clean up to houses 9 to 11 St Mary’s Terrace and provision of gate and clean up to the Old Council Depot, Loughanaskin, Athlone, County Westmeath as detailed in this scope of works document , shown on the drawings and itemized within the accompanying pricing document.
- Kyivpastrans Municipal Enterprise of Kyiv City CouncilKyivFrist: 30. Juni
Procurement of 2 New Funicular Cable Railway Cabins for Carriage of Passengers, Associated Goods and Related Services
Supply of 2 new funicular cable railway cabins for carriage of passengers, associated goods (The funicular cabin must be equipped with fast rechargeable batteries mounted in a swing-out or pull-out box for access and maintenance, with adequate protection against corrosion. Batteries shall be compliant with Directive 2006/66/EC of European council) and related services: - Supply of set of wearing and consumable spare parts for 2 years maintenance; - Supply of a set of main spare parts; - Supply of maintenance, repair and diagnostic tools; - Delivery of technical documentation; - Supply of related services (commissioning of funicular cable railway cabins and associated goods, personnel training etc.); Incoterms delivery conditions: EXW (Ex Works) for Goods supplied from within the Contracting Authority’s Country, CIP (border or port) for Goods supplied from outside the Contracting Authority’s, including, for both delivery conditions, all expenses related to the supply, delivery, handling and insurance of goods to the final destination place: Petra Sagaidachnoho street 3, in the Podilskyi district of Kyiv city2, Naberezhne Shose Str., Kyiv, Ukraine, final destination at place to be defined by Kyivpastrans [the address will be confirmed during signing of the Contract]. The funding institutions are the European Investment Bank and the Kyiv City Council. The amount of the EIB funding share of the contract will not include VAT or, if applicable, customs duties and other taxes on the purchase of the Goods under this tender. Any such VAT, duties or taxes will be paid by the Contracting Authority from its own budget The required date of arrival of the first delivery (on the Project Site is no later than: 18 months from the date of the advance payment receipt by the Supplier. The required completion date is no later than: 79 weeks from the date of the advance payment receipt by the Supplier. Tender Document is available for free and will be sent to the prospective tenderers electronically in pdf format via Tenderer’s request. Tenderer’s request shall be issued on the letterhead of the Tenderer and obligatory contain the name of Tenderer, name of the project, name of the tender, and identification number of tender, country of origin of the tenderer, e-mail address, phone number, and name of the responsible person(s). All prospective tenderers shall ensure smooth receiving of the tender document via specified e-mail in request without any documents size restrictions for receiving. A register of potential tenderers who have purchased the tender documents may be inspected at the address indicated below. In line with cl. 19 of the section 1 “Instruction to Tenders” and cl. 19 of the “Tender Data Sheet” in the tender documents, all tenders must be accompanied by a tender security of EUR 100,000.00 (one hundred thousand euros) or the equivalent amount in another freely convertible currency or in the Ukrainian Hryvnia, determined at the official rate(s) of the Ukrainian Hryvnia against foreign currencies established by the National Bank of Ukraine as of the date of the tender security is issued and must be submitted at the address indicated below no later than the time and date of the deadline for tender submission. All Tenders must be delivered in closed envelopes bearing the mention “Supply of 2 new funicular cable railway cabins for carriage of passengers, associated goods and related services” to Municipal Company Kyivpastrans, to the attention of Ms.Tatiana Tarasko – General Director, Naberezhne Shose 2 Floor 2, room 205, Kyiv, 04070; Telephone number: +38 044 254 65 53 on or before the 30.06.2026 at 10:00 (local time). Tenders will be opened at 11:00 (local time) in the presence of the Tenderers’ representatives who choose to attend.
- Dublin City CouncilDublinFrist: 05. Juni
DCC - Expression of Interest for Multi-Party Framework Agreement for Works Contractors on foot of an initial call-off contract for Pearse House
The Contracting Authority proposes to engage in a competitive process to establish a multi party framework agreement for Works Contractors to carry out investigations, repairs, retrofit and renewal works to Dublin City Councils properties, and adaptive reuse of suitable buildings as housing. DCC have a project pipeline for refurbishment of c. 750 homes in a range of building types including multi-unit buildings i.e. 4 and 5 storey flat blocks, protected structures and own door properties. It is also envisaged that stand alone precinct improvements works will be carried out to a number of flat complexes, and for adaptive re-use of existing buildings to provide quality homes. Standalone enabling and building investigation works maybe also required to be carried out on projects. Projects will be tendered and Contractor will be appointed as per CWMF guidelines. Construction contracts maybe delivered in-phases as set out in specific tender documents. Project requirements will be specific to each project with primary requirements including: - Carry out all duties outlined within the Building Control (Amendment) Regulations S.I.9 of 2014. The Contractor will comply with the Building Control Regulations 1997 - 2014 and with the Code of Practice for Inspecting and Certifying Buildings and Works, issued by the Department of Environment, Community and Local Government in 2014. For clarity the Builder is described as the Contractor as it is within the RIAI building contracts. - Comply with Safety, Health and Welfare at Work Act 2005 and Safety, Health and Welfare at Work (Construction) Regulations 2013 - Clearing and stripping out of existing services, fixtures and fittings - Removing Hazardous Materials identified in Works requirements - Demolitions and Alterations demolition of annex and outbuildings, modifications to dwelling layouts as identified in Works requirements forming or widening of existing opes - Substructures and Superstructure - underpinning, foundations and rising walls for any new above ground construction, extensions, interventions etc. - Conservation Repairs (where applicable) external wall repairs – existing brick, lime render repairs to external walls internally and externally, repairs and reglazing to existing sliding sash windows where possible, new windows to match existing where required. All historic features to be retained and made good or replaced like for like according to best conservation practices - Roofs – to include flat roof repairs, new roof over new constructions, re-slating of pitched roofs and general repairs. - Upgrade and repairs to external and internal fabric to achieve improved thermal, fire and acoustic standards. - Installation of new services – electrical, mechanical and plumbing, ancillary plant storage facilities - Installation of new fixtures and fittings - Construction of new works. - Site development works e.g. landscaping, installation of new services and drainage upgrades. - Public Realm upgrades, precinct improvements e.g. new bin stores, bike sheds, SuDs, landscaping. - Essential repair and stabilisation work required to limit further deterioration of the building. The period of the framework agreement will be four (4) years with a maximum value of €165,000,000 ex VAT. It is emphasised, however, that this figure is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. For the avoidance of doubt, the period for delivery of any contracts awarded under the framework may extend beyond the date of expiry of the framework agreement. The establishment of the framework agreement is subject to the provisions of Directive 2014/24/EC and is being awarded using the Competitive Procedure with Negotiation. For further information please refer to documentation available to download from www.etenders.gov.ie Resource ID 8015731. Please note that this project is subject to funding.
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 04. Juni 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist IDA Ireland.
- 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.