Tender for Transportation and Disposal of Pyrotechnics
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.
UK-Southampton: Pyrotechnics
2013/S 088-149992
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
Maritime and Coastguard Agency
Spring Place, 105 Commercial Road
For the attention of: Richard Skeats
SO15 1EG Southampton
UNITED KINGDOM
Telephone: +44 2380329275
E-mail: contracts@mcga.gov.uk
Fax: +44 2380329388
Internet address(es):
General address of the contracting authority: http://www.dft.gov.uk/mca/
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)
The contracting authority is purchasing on behalf of other contracting authorities: yes
RNLI
West Quay Road
BH15 1HZ Poole
UNITED KINGDOM
Section II: Object of the contract
Service category No 27: Other services
NUTS code UK
39225500, 90523000, 90512000
Estimated value excluding VAT:
Range: between 400 000 and 450 000 GBP
Section III: Legal, economic, financial and technical information
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.
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.
(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.
(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.
Section IV: Procedure
Objective criteria for choosing the limited number of candidates: Evaluation criteria for both PPQ and Tender stage will be contained within those documents.
Payable documents: no
Section VI: Complementary information
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=58655453
GO Reference: GO-201353-PRO-4779933
Maritime and Coastguard Agency
Spring Place
SO15 1EG Southampton
UNITED KINGDOM
Telephone: +44 2380329471