Maritime and Coastguard Agency: Collection , transportation and disposal service for 'Time Expired Pyrotechnics' from MCA designated locations

  Maritime and Coastguard Agency has published this notice through Delta eSourcing

Notice Summary
Title: Collection , transportation and disposal service for 'Time Expired Pyrotechnics' from MCA designated locations
Notice type: Contract Notice
Authority: Maritime and Coastguard Agency
Nature of contract: Services
Procedure: Restricted
Short Description: The Maritime and Coastguard Agency (MCA) is looking for a suitable contractor to provide a compliant transportation and disposal service for time expired pyrotechnics from currently 18 designated locations across the UK, including remote areas and offshore islands.
Published: 03/05/2013 11:29

View Full Notice

UK-Southampton: Pyrotechnics.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Maritime and Coastguard Agency
      Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
      Tel. +44 2380329275, Fax. +44 2380329388, Email: contracts@mcga.gov.uk, URL: http://www.dft.gov.uk/mca/
      Contact: Richard Skeats, Attn: Richard Skeats

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Body governed by public law

   I.3) Main activity:
      Social protection

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: Yes

Section II: Object Of The Contract: SERVICES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Collection , transportation and disposal service for 'Time Expired Pyrotechnics' from MCA designated locations
      II.1.2)Type of contract and location of works, place of delivery or of performance: SERVICES         
         Service Category: 27

         Region Codes: UK - UNITED KINGDOM         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system:The notice involves a public contract                                                       
      
      II.1.5)Short description of the contract or purchase:
      Pyrotechnics. Toxic waste disposal services except radioactive waste and contaminated soil. Refuse transport services. The Maritime and Coastguard Agency (MCA) is looking for a suitable contractor to provide a compliant transportation and disposal service for time expired pyrotechnics from currently 18 designated locations across the UK, including remote areas and offshore islands.
         
      II.1.6)Common Procurement Vocabulary:
         39225500 - Pyrotechnics.
         
         90523000 - Toxic waste disposal services except radioactive waste and contaminated soil.
         
         90512000 - Refuse transport services.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): Yes       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: Yes    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Maritime and Coastguard Agency (MCA) is looking for a suitable contractor to provide a compliant transportation and disposal service for time expired pyrotechnics from currently 18 designated locations across the UK, including remote areas and offshore islands. The existing storage facilities are required to remain licensed to hold up to 74kg’s net explosive content of mixed maritime time expired pyrotechnics. The contractor will be responsible for the maintenance of all components of the service throughout the life of the contract.

The contractors will also be required to provide fully approved replacement transport boxes for the transportation of mixed maritime timed expired pyrotechnics of less than 5kg

The contractor will be required to maintain a manifest of all items removed from MCA locations and proof of destruction of these items.

The contract will be initially for 3 years with the option to extend for a further 1 year

This contract will be let on a call off basis for third parties.

The service offered must be compliant with the UK Manufacture and Storage of Explosives Regulations 2005 and the Carriage of Dangerous Goods and use of the Transportable Pressure Equipment Regulations 2005.                  
         Estimated value excluding VAT:
         Range between: 400,000 and 450,000
         Currency: GBP
               
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 08/12/2013
         Completion: 06/12/2016

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      The service offered must be compliant with the UK Manufacture and Storage of Explosives Regulations 2005 and the Carriage of Dangerous Goods and use of the Transportable Pressure Equipment Regulations 2005.      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.

      Supporting documents will be required at the Pre-Qualifying stage.      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (a) a list of the works carried out over the past five years, accompanied by certificates of satisfactory execution for the most important works. These certificates shall indicate the value, date and site of the works and shall specify whether they were carried out according to the rules of the trade and properly completed. Where appropriate, the competent authority shall submit these certificates to the contracting authority direct;
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
      
      III.2.4)Information about reserved contracts: Not Provided   
   III.3)Conditions Specific To Service Contracts
      III.3.1)Information about a particular profession:
         Execution of the service is reserved to a particular profession: No       
      III.3.2)Staff responsible for the execution of the service:
         Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: No
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Restricted
      
      IV.1.2)Limitations on the number of operators who will be invited to tender or to participate:
                        Envisaged minimum number: 1 and maximum number: 5         
         Objective Criteria for choosing the limited number of candidates:
         Evaluation criteria for both PPQ and Tender stage will be contained within those documents.   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TCA 3/7/896      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 30/05/2013
      Time-limit for receipt of requests for documents or for accessing documents: 14:30
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 03/06/2013
         Time: 11:00      
      IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates: 05/06/2013      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         English
         


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=58655453
GO-201353-PRO-4779933 TKR-201353-PRO-4779932
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      Maritime and Coastguard Agency
      Spring Place, Southampton, SO15 1EG, United Kingdom
      Tel. +44 2380329471

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 03/05/2013

ANNEX A

   IV) Address of the other contracting authority on behalf of which the contracting authority is purchasing
      Purchased on behalf of other contracting authority details:
         1: Contracting Authority
      RNLI
      West Quay Road, Poole, Poole, BH15 1HZ, United Kingdom

View any Notice Addenda

UK-Southampton: Pyrotechnics.

Section I: Contracting Authority
   Title: UK-Southampton: Pyrotechnics.
   I.1)Name, Addresses And Contact Point(s)
      Maritime and Coastguard Agency
      Spring Place, 105 Commercial Road, Southampton, SO15 1EG, United Kingdom
      Tel. +44 2380329275, Fax. +44 2380329388, Email: contracts@mcga.gov.uk, URL: http://www.dft.gov.uk/mca/
      Contact: Richard Skeats, Attn: Richard Skeats
   
   I.2)Type Of Purchasing Body
      Contracting authority       
      
Section II: Object Of The Contract
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority/entity: Collection , transportation and disposal service for 'Time Expired Pyrotechnics' from MCA designated locations
      II.1.2)Short description of the contract or purchase:
      Pyrotechnics. Toxic waste disposal services except radioactive waste and contaminated soil. Refuse transport services. The Maritime and Coastguard Agency (MCA) is looking for a suitable contractor to provide a compliant transportation and disposal service for time expired pyrotechnics from currently 18 designated locations across the UK, including remote areas and offshore islands.
      
      II.1.3)Common procurement vocabulary:
      39225500 - Pyrotechnics.
      
      90523000 - Toxic waste disposal services except radioactive waste and contaminated soil.
      
      90512000 - Refuse transport services.
      
      
Section IV: Procedure
   IV.1) Type of Procedure
      IV.1.1)Type of procedure (as stated in the original notice): Restricted       
   IV.2)Administrative Information
      IV.2.1)File reference number attributed by the contracting authority/entity: TCA 3/7/896      
      IV.2.2)Notice reference for electronically submitted notice
         Original Notice sent via: OJS eSender

         Notice Reference: 2013 - 106280
      IV.2.3)Notice to which this publication refers: Not Provided      
      IV.2.4)Date of dispatch of the original Notice: 03/05/2013
      
Section VI: Complementary Information
   1: Complementary Information
      VI.1)This notice involves: Correction


      VI.3)Information to be corrected or added
         VI.3.1) Modification of original information submitted by the contracting authority
         VI.3.2) In the original Notice

         VI.3.3)Text to be corrected in the original notice:
            
            Place of text to be modified: 1.4 Contract award on behalf of other contracting authorities
            
            Instead of: RNLI
West Quay Road
Poole
BH15 1HZ
United Kingdom
            
            Read: Other Government Departments.

         VI.3.4)Dates to be corrected in the original notice:
            Place of dates to be modified: Date of dispatch of invitation to tender or to particpate to selected candidates            
            Instead of: 05/06/2013 Time: 14:30
            Read: 10/06/2013 Time: 14:30

         VI.3.5)Addresses and contact points to be corrected:
            Not Provided
            
         VI.3.6)Text to be added in the original notice: Not Provided
      VI.4)Other additional information:      
      The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=59626555
GO-201358-PRO-4790033 TKR-201358-PRO-4790032

      VI.5)Date of dispatch: 08/05/2013

View Award Notice