II.1)
Scope of the procurement
ESB Generation and Trading: Non - Hazardous Waste Services
Reference number:
SSCON6444
90513000
-
Non-hazardous refuse and waste treatment and disposal services
Services
II.1.4)
Short description
Provision of national Framework for non hazardous waste services including but not limited waste identification, classification, collection disposal and management in strict accordance with relevant European, Irish and Northern Ireland waste and environmental legislation as well as best industry practice, at all the Thermal/Hydro power stations as well as the renewables sites located in ROI and Northern Ireland. The service also includes monthly and annual waste reporting which feed into both the station’s annual compliance reporting to the EPA/NIEA, as well ESB’s own annual sustainability reporting
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Co. Clare and Co. Limerick
Lot No:
1
II.2.2)
Additional CPV code(s)
90513000
-
Non-hazardous refuse and waste treatment and disposal services
II.2.3)
Place of performance
II.2.4)
Description of the procurement
Provision of non hazardous waste services including but not limited waste identification, classification, collection disposal and management in strict accordance with relevant European, Irish and Northern Ireland waste and environmental legislation as well as best industry practice, at all the Thermal/Hydro power stations as well as the renewables sites located in Co. Clare and Co. Limerick. The service also includes monthly and annual waste reporting which feed into both the station’s annual compliance reporting to the EPA/NIEA, as well ESB’s own annual sustainability reporting.
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
3
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 3 highest-scored Applicants will be short-listed and invited to proceed to the next stage of the Procurement process.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
Option to extend for a further 24 months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 219855.
The rest of the Island of Ireland
Lot No:
2
II.2.2)
Additional CPV code(s)
90513000
-
Non-hazardous refuse and waste treatment and disposal services
II.2.3)
Place of performance
II.2.4)
Description of the procurement
Provision of national Framework for non hazardous waste services including but not limited waste identification, classification, collection disposal and management in strict accordance with relevant European, Irish and Northern Ireland waste and environmental legislation as well as best industry practice, at all the Thermal/Hydro power stations as well as the renewables sites located in Northern Ireland and ROI (with the exception of Co. Clare and Co. Limerick). The service also includes monthly and annual waste reporting which feed into both the station’s annual compliance reporting to the EPA/NIEA, as well ESB’s own annual sustainability reporting.
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
36
This contract is subject to renewal:
no
II.2.9)
Information about the limits on the number of candidates to be invited
Envisaged number of candidates:
3
Objective criteria for choosing the limited number of candidates:
It is anticipated that the 3 highest-scored Applicants will be short-listed and invited to proceed to the next stage of the Procurement process.
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
Option to extend for a further 24 months.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
II.2.14)
Additional information
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 219855.