WOC-07-26 Supply and Installation of Casala Lynx Linking II chairs The Printworks, Dublin Castle, Dublin 2, D02 V8R2
The purchase, supply and installation of 770 No. Casala Lynx II Linking chairs must match existing chair on site at The Printworks, Dublin Castle, Dublin 2, D02 V8R2
Angebotsfrist:25. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The purchase, supply and installation of 770 No. Casala Lynx II Linking chairs must match existing chair on site at The Printworks, Dublin Castle, Dublin 2, D02 V8R2
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Office of Public Works (OPW)
- Veröffentlicht: 27. April 2026
- Frist: 25. Mai 2026
Ausschreibungsbeschreibung
The purchase, supply and installation of 770 No. Casala Lynx II Linking chairs must match existing chair on site at The Printworks, Dublin Castle, Dublin 2, D02 V8R2
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
8- Office of Public Works (OPW)TrimFrist: 31. März
Supply of audio visual equipment, cases and stands for use within the Dublin Castle complex
In summary, the Goods comprise: the supply of audio visual equipment, cases and stands for use within the Dublin Castle complex. The requirement is for supply only- no installation services are required from the vendor.
- 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.
- Trinity Comprehensive SchoolDublinFrist: 05. Mai
Cft Call for Tenders for the Supply,Delivery and Installation of PE Equipment to Trinity Comprehensive School,Ballymun Road Ballymun, Dublin
The Board of Management of Trinity 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 Trinity Comprehensive School, Ballymun Dublin before end of August 2026.All goods must meet the specifications as outlined by the Department of Education
- Education Procurement Service (EPS)Limerick
LA3541C - RFT for the Supply, Delivery, Installation, Commissioning and Calibration of a Bioreactor Suite for Bioprocess Optimisation and Digestion Fermentation Modelling for University College Dublin
University College Dublin request Tenders for the supply, delivery and installation of a bioreactor platform for small-scale fermentation. The bioreactor platform must be capable of running parallel experiments in all the benchtop bioreactors with independent process control. The platform should consist of 3 x 3000 ml and 7 x 500 ml vessels. Each vessel should have the following accessories/measurements: ● Rushton impeller ● pH ● Dissolved Oxygen ● Heating - Heating Jacket ● Porous sparger ● Coo
- Education Procurement Service (EPS)LimerickFrist: 19. Mai
CL3642F - RFT to Establish a Multi-Supplier Framework Agreement for the Supply, Delivery, Installation and Commissioning of Pipefitting Apprenticeship Equipment for Cork Education and Training Board
The Supply, Delivery, Installation and Commissioning of Pipefitting Apprenticeship Equipment for Cork Education and Training Board (CETB), Waterford and Wexford Education and Training Board (WWETB) and Louth and Meath Education and Training Board (LMETB). Equipment includes pipework and mechanical equipment, Orbitalum equipment and cutting and bending equipment. This is to service the requirements of the curriculum for the pipefitting apprenticeship course. Over 90 percent of pipefitting apprentices work in the pharmaceutical, food or semi-conductor industry. The ETB sector want to ensure that while training in our facilities, apprentices use industry-leading technology that matches the accuracy and precision required on these production sites once employed
- Education Procurement Service (EPS)Limerick
LA3455F DAFM – RFT to Establish a Single Supplier Framework Agreement for the Supply, Delivery, Installation, Commissioning and Calibration of a Temperature Monitoring System
Supply, Delivery, Installation, Commissioning, Calibration, staff training and maintenance of a temperature monitoring system for laboratory equipment. The 2 locations required are, 1. DAFM Laboratories Backweston, Celbridge, Co. Kildare. 2. DAFM Cork Laboratory, BTL, Model Farm Road, Cork, Co. Cork. The proposed Temperature Monitoring System is intended to be used for the temperature monitoring of laboratory equipment for: Incubators, Chill Cabinets, Freezers and Ovens. The Temperature Monitoring system will ideally have the capability to monitor equipment temperatures from -80C to 150C, the laboratory may also require liquid nitrogen monitoring. The temperature monitoring system must be easily accessed on multiple Desktops/Laptops. All of the temperature monitoring probes require calibration; the supplier must be ISO 17025 accredited for specified temperature range. In addition to the initial purchase by DAFM, The State Laboratory reserves the right to purchase one (1) additional Temperature Monitoring System, if required, during the term of the framework, up to the value of the published framework agreement.
- 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.
- Education Procurement Service (EPS)LimerickFrist: 21. Mai
LA3668F - RFT - EPA - Multi-Supplier Framework Agreement for the Supply, Delivery, Installation, Servicing and Maintenance of Ambient Air Monitoring Equipment 4 Lots
In summary, the Goods comprise: The Goods are structured across four (4) Lots as follows: • Lot 1: Continuous Certified Inorganic Gas Analyser for the monitoring of Nitrogen Oxides (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Ozone (2 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Carbon Monoxide (3 instruments) • Continuous Certified Inorganic Gas Analyser for the monitoring of Sulphur Dioxide (2 instruments) • Lot 2: Ultra Fine Particle Monitoring Instruments (2 instruments) • Lot 3: Benzene Monitoring Instruments (2 instruments) Mercury Monitoring Instruments (1 instrument) Ammonia Monitoring Instruments (1 instrument) Black Carbon Monitoring Instruments (2 instruments) • Lot 4: Particulate Matter Gravimetric Monitoring Instruments (3 instruments ) The EPA requires automatic, real time ambient air monitoring instrumentation, which is capable of operating in the field, simultaneously measuring a range of parameters specified by the legislation (inorganic gases, particulate matter, black carbon, ultrafine particles, ammonia, PAHs, mercury, metals and benzene). The instruments must be equivalent to the reference method as detailed in CEN standards and the new Ambient Air Directive (2024/2881) and have current valid EU certification. The instruments shall require minimum interaction with field staff and must be capable of remote communication with the EPA Air Quality IT systems. The Education Procurement Service (EPS) on behalf of Environmental Protection Agency (EPA) invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement (the “Framework Agreement”) for the supply, delivery, installation, servicing and maintenance of ambient air monitoring equipment required at two (2) Supersites and at a minimum of five (5) Hotspots for the EPA mandated by the Ambient Air Directive, up to twenty-nine (29) instruments to be supplied and installed over the duration of the framework.
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 25. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Office of Public Works (OPW).
- 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.