Disposal of anti-tank HE blast (Barmine)
Weapons and ammunition disposal services. Defence General Munitions Project Team. UK-Bristol: weapons and ammunition disposal services
2012/S 53-086986
Contract notice
Services
Directive 2009/81/EC
Section I: Contracting authority/entity
Defence General Munitions Project Team, DE&S
DE&S #4115 Fir 1b Abbey Wood
For the attention of: Mrs Sophie Thomson
BS34 8JH Bristol
UNITED KINGDOM
Telephone: +44 3067983947
E-mail: DESWpnsDGM-Comrcl1b@mod.uk
Fax: +44 1179139949
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
Section II: Object of the contract
Service category No 3: Defence services, military defence services and civil defence services
Each of the HD class 1.1 munition contains 8.1kg of RDX/TNT.
Interested parties should note that the disposal of the munitions must be conducted strictly in accordance with the environmental policies of the country within which the disposal is taking place.
Certification of complete disposal will be required including any arisings.
The selected Service Provider will arrange collection of the munitions from the DM depot, allocated by the Authority, for onward transport, by licensed explosives transport, to the nominated disposal site.
All licensing and required permissions will be arranged by the Service Provider.
Barmine munitions are packaged for logistic handling and storage in an ACA comprising 72 mines per ACA. The dimensions are:
— Height 838mm,
— Length 1.2m,
— Width 1.02m.
The mass of the ACA is 853 kg and the NEQ 615 kg.
There is also a 4 munition pack which measures:
— Height 184mm,
— Length 1.2m,
— Width 244mm,
— Mass 51 kg.
Interested parties should note that the disposal process offered should be at a suitable level of maturity to enable the Authority to assess the process offered within a very demanding exploitation window.
90523100
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
Section III: Legal, economic, financial and technical information
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.
A full list of the Regulation 23(1) and 23(2) criteria are at http://project.contracts.mod.uk/businessExchange/project/reasonsForExclusion.html#dspr.
Candidates will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.
Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.
Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: 1. Operator to provide evidence of any environmental management measures where necessary to the undertaking of this requirement. This must include an Environmental Impact Statement plus any further relevant certification from an appropriately qualified body attesting conformity to environmental standards based on the EU Eco-Management and Audit Scheme or relevant European or international standards, and any other evident of environmental management measures equivalent to these.
2. Operator to detail the disposal method and the process involved.
3. Operator shall confirm that certification shall be provided to confirm disposal has taken place.
4. Operator shall confirm all licencing and required permissions shall be arranged by supplier.
5. Operator shall confirm they will arrange collection of the munitions from the DM depot, allocated by the department, for onward transport, by licenced explosive transport, to the nominated disposal site.
Section VI: Complementary information
Suppliers interested in working with the Ministry of Defence should register on the MOD Supplier Information Database (SID) Register, available at www.contracts.mod.uk. The MOD SID is a database of active and potential suppliers available to all MOD and UK Defence procurement personnel, and is the main supplier database of MOD Procurement organisations. Please note: the registration and publication of a company profile on the MOD SID does not mean or imply that the supplier has in any way been vetted or approved by the MOD. Suppliers wishing to compete for advertised MOD contracts must respond to any specific call for competition by submitting a separate expression of interest in accordance with the instructions of the purchasing organisation.
Advertising Regime OJEU:- This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2012314-DCB-3784475.
Defence General Munitions (DGM), DE&S
#4115, Fir 1b, DE&S Abbey Wood
BS34 8JH Bristol
UNITED KINGDOM
E-mail: DESWpnsDGM-Comrcl1b@mod.uk
Telephone: +44 3067983947
VI.5)Date of dispatch of this notice:14.3.2012