Contract notice - utilities

Information

Published

Date of dispatch of this notice: 20/06/2022

Expire date: 22/07/2022

External Reference: 2022-209462

TED Reference: 2022/S 120-342401

Contract notice - utilities

Contract notice – utilities

Services

Directive 2014/25/EU

Section I: Contracting entity

I.1)

Name and addresses

Electricity Supply Board ( ESB )
N/A
27 Fitzwilliam Street Lower
Dublin
Dublin
IE
Contact person: Sattiki Chaudhuri
Telephone: +353 17027384
NUTS code:  IE -  IRELAND
Internet address(es):
Main address: http://www.esb.ie

I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=216827&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
I.6)

Main activity

Electricity

Section II: Object

II.1)

Scope of the procurement

II.1.1)

Title

Hazardous Waste Framework Agreement
Reference number:  GWM13712
II.1.2)

Main CPV code

90520000  -  Radioactive-, toxic-, medical- and hazardous waste services
II.1.3)

Type of contract

Services
II.1.4)

Short description

ESB intend to procure a single party framework for each of the two lots for GWM13712 Hazardous Waste Services contract. Applicants may apply for one or both lots. Lots are based on location. ESB intend to have framework agreement for the Hazardous Waste Services at ESB Generation & Trading sites in Republic of Ireland and Northern Ireland. ESB G & T now requires service provision for the compliant storage, collection, transportation, recycling, recovery, final end processing and disposal of Hazardous Waste, Biohazardous Waste, Batteries and Waste Electrical and Electronic Equipment from its Generation stations, wind farms, battery sites, other renewable sites and temporary Construction Sites in ROI and Northern Ireland. In addition, annually, will involve peak waste volumes and the successful contractor will be required to work with ESB local management in each location to ensure that this work is managed in an efficient and effective manner. More information provided in the PQQ.
II.1.5)

Estimated total value

Value excluding VAT: 1.00  EUR
II.1.6)

Information about lots

This contract is divided into lots: yes
Tenders may be submitted for  all lots
Maximum number of lots that may be awarded to one tenderer:  2
II.2)

Description

II.2.1)

Title

ESB Generation & Trading sites in Republic of Ireland.
Lot No:  1
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
44616200  -  Waste drums
90500000  -  Refuse and waste related services
90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
90533000  -  Waste-tip management services
II.2.3)

Place of performance

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Republic of Ireland
II.2.4)

Description of the procurement

ESB Generation & Trading now requires service provision for the compliant storage, collection, transportation, recycling, recovery, final end processing and disposal of Hazardous Waste, Biohazardous Waste, Batteries and Waste Electrical and Electronic Equipment from its Generation stations, wind farms, battery sites, other renewable sites and temporary Construction Sites in Republic of Ireland and Northern Ireland. In addition, each year overhaul work at various locations will involve peak waste volumes and the successful contractor will be required to work with ESB local management in each location to ensure that this work is managed in an efficient and effective manner in Republic or Ireland.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1.00  EUR
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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: 5
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There is a three year extension option at the discretion of ESB
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)

Description

II.2.1)

Title

ESB Generation & Trading sites in Northern Ireland
Lot No:  2
II.2.2)

Additional CPV code(s)

34928480  -  Waste and rubbish containers and bins
44613800  -  Containers for waste material
44616200  -  Waste drums
90500000  -  Refuse and waste related services
90523000  -  Toxic waste disposal services except radioactive waste and contaminated soil
90533000  -  Waste-tip management services
II.2.3)

Place of performance

NUTS code:  UKN -  NORTHERN IRELAND
Main site or place of performance:  
Northern Ireland
II.2.4)

Description of the procurement

ESB Generation & Trading now requires service provision for the compliant storage, collection, transportation, recycling, recovery, final end processing and disposal of Hazardous Waste, Biohazardous Waste, Batteries and Waste Electrical and Electronic Equipment from its Generation stations, wind farms, battery sites, other renewable sites and temporary Construction Sites in Republic of Ireland and Northern Ireland. In addition, each year overhaul work at various locations will involve peak waste volumes and the successful contractor will be required to work with ESB local management in each location to ensure that this work is managed in an efficient and effective manner in Northern Ireland.
II.2.5)

Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)

Estimated value

Value excluding VAT: 1.00  GBP
II.2.7)

Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 60
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: 5
Objective criteria for choosing the limited number of candidates:
Applicants will be assessed on the quality of their responses to the criteria and rules outlined in the qualification questionnaire and at least the top scoring 5 firms will be invited to tender, subject to that number qualifying.
II.2.10)

Information about variants

Variants will be accepted: no
II.2.11)

Information about options

Options: yes
Description of options:
There is a three year extension option at ESB's discretion.
II.2.13)

Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

Section III: Legal, economic, financial and technical information

III.1)

Conditions for participation

III.1.1)

Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:  As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 216630
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 216630
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
As stated in Procurement Qualification Questionnaire (PQQ) available to download from www.etenders.gov.ie using RFT ID 216630
III.2)

Conditions related to the contract

Section IV: Procedure

IV.1)

Description

IV.1.1)

Type of procedure

Negotiated procedure with prior call for competition
IV.1.3)

Information about a framework agreement or a dynamic purchasing system

Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:  5
IV.1.8)

Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement : yes
IV.2)

Administrative information

IV.2.2)

Time limit for receipt of tenders or requests to participate

Date:  20/07/2022
Local time:  14:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.6)

Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until:  31/12/2022

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  no
VI.2)

Information about electronic workflows

Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)

Additional information

1) It is our intention to use the Irish Government Procurement portal (www.etenders.gov.ie) for this competition. Access to this Portal is free of charge. Interested parties must formally register their expression of interest for this competition on eTenders before they can gain access to the PQQ documentation. All information relating to and including the pre-qualification documents, any clarifications and changes will be issued/published via this portal. The contracting entity will not accept responsibility for information relayed (or not relayed) via third parties
2) This is the sole call for competition for this service.
3) The contracting entity will not be responsible for any costs, charges or expenses incurred by candidates or tenderers.
4) Contract award will be subject to the approval of the competent authorities.
5) It will be a condition of award that candidates are tax compliant.
6) If for any reason it is not possible to admit to the framework agreement one or more of the tenderers invited following the conclusion of this competitive process, or having awarded a contract under the framework agreement, the contracting entity reserves the right to invite the next highest scoring tenderer to join the framework agreement and/or deliver the contract as appropriate to the circumstances pertaining to the framework.
7) At its absolute discretion, the contracting entity may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
8) Please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended.
9) Without prejudice to the principle of equal treatment, the contracting entity is not obliged to engage in a clarification process in respect of questionnaires with missing or incomplete information. Therefore, candidates are advised to ensure that they return fully completed questionnaires in order to avoid the risk of elimination from the competition
10) At Section II.2.9 we have indicated that 5 will be invited to tender, please note that the contracting entity reserves the right to invite at least 5 subject to that number qualifying.
VI.4)

Procedures for review

VI.4.1)

Review body

Chief Registrar
Four Courts, Inns Quay
Dublin 7
IE
Telephone: +353 18886000
Internet address: http://www.courts.ie

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Precise information on deadline(s) for review procedures:
The Contracting Entity will not conclude this framework agreement until after the expiry of the standstill period which commences on the day following the date of notification of concerned tenderers. Review procedures are available in the High Court to a person who has or has had an interest in obtaining the framework agreement and alleges that he or she has been harmed or is at risk of being harmed by an infringement of the law in relation to that framework agreement.