Waste Management Services - Department of Finance
The Department of Finance (DFIN) is seeking a new service provider to collect and remove all waste from its offices in Merrion Square and Finglas. DFIN is an office-based organisation located within the Government Buildings complex. The Department also has an off-site storage warehouse in Finglas that also requires was...
Angebotsfrist:26. Mai 2026
Typ:Ausschreibung
Ohne Kreditkarte · Sofortiger Zugang
Inhalt auf einen Blick
The Department of Finance (DFIN) is seeking a new service provider to collect and remove all waste from its offices in Merrion Square and Finglas. DFIN is an office-based organisation located within the Government Buildings complex. The Department also has an off-site storage warehouse in Finglas that also requires waste collection on ...
- Ausschreibungstyp: Ausschreibung
- Auftraggeber: Department of Finance
- Veröffentlicht: 22. April 2026
- Frist: 26. Mai 2026
Ausschreibungsbeschreibung
The Department of Finance (DFIN) is seeking a new service provider to collect and remove all waste from its offices in Merrion Square and Finglas. DFIN is an office-based organisation located within the Government Buildings complex. The Department also has an off-site storage warehouse in Finglas that also requires waste collection on an ad-hoc basis. Our mission is to lead in the achievement of the Government’s economic, fiscal and financial policy goals, having regard to the commitments set out in the Programme for Government – Securing Ireland’s Future. Please note that the Government Buildings complex is only open to the public/contractors/service providers at certain hours. Bins to be collected strictly between 0700 and 1930 Monday to Friday (excluding bank and public holidays when access to the complex is not available). A derogation exists between the Department and Dublin City Council for waste collections to take place at Government Buildings on Merrion Street for the days and times specified above. Collections at the Finglas address can be made at any time. Particular note is made in relation to general and/or recycling waste collections falling on a public/bank holiday. If no collections can be made on such a day, then collection must be made on the immediately preceding or following working day. A dedicated Account Manager must be available for ongoing and regular engagement with the Department.
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- Attvin ASÅlesundFrist: 18. Mai
Procurement - Transport and treatment of hazardous building waste Attvin, 2026 (2)
The contracting authority would like to use this procurement to enter into a framework agreement with one tenderer. The aim of the contract is to cover the contracting authority ́s need for transport and treatment of hazardous building waste, from Attvin to final treatment at a certified treatment facility, in accordance with the requirement specifications. The aim is also to ensure that hazardous waste is taken care of in such a way that it does not create pollution or damage to humans or animals, or danger to it, and to contribute to an appropriate and reliable system for handling hazardous waste, cf. The Waste Regulations chapter 11. The contract is for: Waste with phthalates (e.g. floor coverings), waste that contains bronched flame retardants, waste containing chlorinated paraffins and for the options waste that includes PUR foam insulation and pressure impregnated and creosoted wood. Comments on the contract: Responsibility for the waste is to be taken over by a tenderer when the waste is charged in the tenderer ́s vehicles. The procurement is for the treatment of various types of hazardous building waste and building waste that cannot be handled together with normal household and commercial waste due to chemical, physical and/or biological qualities. Waste types included in this agreement are in accordance with the price form. Everything that is collected as hazardous waste shall be treated at a certified treatment facility. Emphasis is put on the fact that the hazardous waste in accordance with this agreement shall be directly to the final treatment facility and not the reception facility. Tenderers shall, thus, offer final treatment of the hazardous waste at one/several treatment facilities in accordance with requirements. Fractions other than what is stated may be included in this agreement. The volume of NOK shall not, nevertheless, exceed the maximum amount set for the contract. New waste types in the contract period: If new waste types are added in the contract period, it shall be possible for the customer to enter into this agreement if they do not make up a significant part of the contract. In such cases the same price calculations shall be used for new waste types as for other waste types in this contract. The contracting authority reserves the right, however, to hold a new competition for new waste types during the contract period. Options: Options in the contract are described in the point "options" in the requirement specification.
- Oslo kommune v/ Renovasjons- og gjenvinningsetatenOsloFrist: 11. Mai
Procurement of consultancy services for the execution of waste analyses.
PURPOSE AND SCOPE The contracting authority shall enter into a framework agreement with a tenderer for consultancy services for planning, implementing and preparing a report for waste analyses. In accordance with the Waste Regulation chapter 10a, REG is obligated to ensure the sorting and material recovery of several waste types. In order to document the sorting requirements, as well as quality requirements and the necessary costs for the collection and waste management in the manufacturer responsibility schemes, it is decisive to have an overview of the composition of the waste in REG ́s different waste streams. There can also be a need for waste analyses or other surveys in order to increase knowledge on the composition of bulky waste, household like business waste or to measure the effect of campaigns etc. The agreement has an annual expected consumption of NOK 1.5 million. The contracting authority draws attention to the fact that the estimate is based on previous consumption and the expected future need. The framework agreement has a maximum value of NOK 12 million. The estimates are only a guideline and are without obligation for the Contracting Authority.
- SETESDAL MILJØ & GJENVINNING IKSEvje
Procurement of a press for waste management
The contracting authority intends to enter into a contract for the procurement of a press with automatic binding for use in waste management. The press can be offered with or without feeding band, as the feed band is a voluntary option. The press shall as a minimum be able to be used for compressing and bundling paper, cardboard and plastic packaging. It is desirable that the offered press can also press hard plastic and agricultural plastic. Other fractions can also be relevant based on what the offered equipment is suitable for. The press shall have a minimum of 60 tonnes of press power. Tenderers must describe their assessments and state the reference facilities in their tender offer.
- Education Procurement Service (EPS)Limerick
LA3535F-RFT for the Provision of Services for the Collection and Disposal of Hazardous Waste for Laboratory and Research
The Education Procurement Service (EPS) is issuing this request for tenders (“RFT”) as a central purchasing body for use by Framework Clients. EPS invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the Provision of Services for the Collection and Disposal of Hazardous Waste for Laboratory and Research. The Education Procurement Service is the contracting authority for this Framework Agreement (“the Contracting Authority”). In summary, the services/goods comprise of Collection and Disposal of Hazardous Waste for Laboratory and Research for the Irish Public Sector Bodies outlined below: 1. Framework Clients which are Third Level Educational Institutions. 2. Framework Clients which are Education and Training Boards (ETBs) and ETB schools, primary, post-primary, special and secondary schools as well as ETBs acting on behalf of schools. 3. Central Government Departments, Offices and non-commercial Agencies and Organisations.
- Sunnhordland Innkjøpsforum v/Bømlo kommuneBremnesFrist: 29. Mai
Procurement of a patient signalling system
The aim of the procurement is to procure a patient signalling system for Bømlo hospital and health centre (BBH), and possibly seinars at Teiglandshagen (TLH). Initially, the new patient signalling system shall be installed on BBH and then at the current departments for short-term and long-term patients. This will be the main delivery. Two options shall also be included. This is TLH and a wing on BBH that is currently not in use for patients.
- Oslo kommune v/ Bydel GrünerløkkaOsloFrist: 13. Mai
Day centre transport by minibus of persons with dementia and disabilities.
PURPOSE AND SCOPE The aim of the procurement is to cover the need for transport services, including drivers and auxiliary zones, to and from day activities and senior centre offers in the district. There are 19 people with normal driving who need daily transport. This can be changed over time and changes will be reported once per ocean year. The maximum number of persons will not exceed 25. All transport shall be carried out by vehicles that are powered with electricity or hydrogen in order to reduce CO2 emissions and contribute to Oslo municipality ́s green profile. From 01.01.2025, all deliveries/assignments for Oslo municipality where transport is a part of the service, shall be undertaken by using zero emission (i.e. battery electric or hydrogen) or biogas technology that as a minimum fulfils euro class 6/ VI. The contract has an annual estimated value of NOK 1,500,000. The contracting authority draws attention to the fact that the estimate is based on previous consumption, historical data and the expected future need. This contract is valid for up to a maximum value of NOK 6,000,000, including any option for a 2 year extension. The estimate is only a guideline and is without obligation for the Contracting Authority. Transport of up to 19 people with up to 4 wheelchair users is required. The number can be changed with each new order made every six months. The change can be both a reduction of persons with a need for changing the number of wheelchair users, changing the number that shall be transported in the form of reduction and increase. An increase will normally not be more than 2 - 3 persons. The contracting authority envisages that two vehicles will be used for the assignment. According to the oslo municipality's rules, none of the vehicles can use fuel that is used. In addition to the drivers, the tenderer must offer a permanent person/helper who shall assist in transporting the users. An attendant from the day centre will also assist with the transport. The urban district orders day centre places every half year according to the district ́s need, and the district will notify the carrier of any changes when the order is made. The district has a maximum need of 12 places at Sofienberg day centre plus an attendant from the day centre and 7 at Økern day centre plus an attendant from the day centre. However, this may change over time. See the description of changes to the number of persons with a need for transport in point one. In total, Økern day centre has day places for 7 users with dementia, and Sofienberg day centre has day places for 12 users. The users shall be picked up and delivered all business days outside of Saturday and Sunday. Tenderers shall ensure daily transport of elderly persons between their residence and the following two day centres: Økern Day Centre (Kingosgate Residential and Rehabilitation Centre), Kingosgate 14-16 Sofienberg day centre (sofienberg centre), Helgesensgate 62. To and from Økern Day Centre: · 08:30 with 1 bus that picks up day centre users at their homes and drives them to the day centre within approx. 09:00. They will not be picked up at home until 08:30. · At 14:00, one bus will be picked up for the same people at the day centre and drive them home. To and from Sofienberg day centre · 09:00 with 1 bus that picks up day centre users at their homes and drive them to the day centre within approx. 10.00. · At 14:45 a.m., one bus will pick up the same people at the day centre and drive them home. There are up to 19 persons each day who shall be picked up and driven to the day centre. The number of persons going to Økern day centre and Sofienberg day centre will vary. The parties to the contract can reach agreement on other times. If the opening hours are changed, the date of transport to and from can be changed accordingly. Both centres are closed on weekends, public holidays, Christmas Eve and New Year's Eve. Before the assignment, employees at the day centres will make the tenderer aware of the needs of each user so that the transport can be adapted to this. It can, for example, be whether the user uses a wheelchair, type of wheelchair, any need for stair climbers, a need to be followed to the entrance door etc. Tenderers will get lists from the day centres with an overview of each user, addresses, any changes to lists and other necessary information about users. There will be some waiting time for the collection, as users may not always be ready on time. The users who use the tender will vary, and for this reason there will be some variation in which addresses the drivers shall collect and deliver users from. Not all users are able to walk by their own help with the vehicles. It is therefore necessary that the users are picked up as close to the entrance door as possible. Some users also have dementia and must be followed to/from a vehicle and their own home.
- Hallingdal Renovasjon IKSÅL
Waste management machine
The competition is for the delivery of a waste management machine. The procurement ́s value is estimated to: approx. NOK 3,500,000 excluding VAT. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. Apprentices: The contracting authority has assessed the procurement against the apprenticeship regulations, cf. the Procurement Act § 7 and concluded that apprentices are not required in this procurement as the procurement is an procurement, cf. the apprentice regulation § 4.
- Nesodden kommuneNesoddtangen
Collection of industrial waste
The competition is for the collection of commercial waste. The procurement ́s value is estimated to: NOK 4,000,000 excluding VAT per annum. The volume is an estimate and is not binding for the contracting authority. See the procurement documents for further information. The contracting authority reserves the right to cancel the competition, i.a. in connection with budgetary coverage. APPRENTICE: The obligation to set requirements for apprentices is considered to apply for this procurement, cf. the Procurement Act §7.
- Department of Social Protection_349Dublin 1
Provision of Waste Management Services
The principal services that the Contractor will be required to provide are as follows: • Wheelie bins waste management services. • Skips waste management services. • Miscellaneous waste management services, including; WEEE. Supplementary RFT under the OGP Multi Supplier Framework Agreement for the Provision of Waste Management Services (FWF034F)
- Department of Social Protection_349Dublin 1
Provision of Waste Management Services
The principal services that the Contractor will be required to provide are as follows: • Wheelie bins waste management services. • Skips waste management services. • Miscellaneous waste management services, including; WEEE. Supplementary RFT under the OGP Multi Supplier Framework Agreement for the Provision of Waste Management Services (FWF034F)
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 26. Mai 2026.
- Wer ist der Auftraggeber?
- Der Auftraggeber ist Department of Finance.
- 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.