CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By: Defence Contracts International Supply2Defence

Official Media Partners for:

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2016/S 243-443584/EN)
Nature of contract: Service contract
Procedure: Open procedure
Regulation of procurement: EU
Type of bid required: Partial bid

Contract notice
Services
Directive 2014/24/EU

Section I: Contracting authority
I.1) Name and addresses
Official name: Ministry of Defence, IMOC, Disposal Services Authority (DSA)
Postal address: Room 7, Building H9, Lower Arncott
Town: Bicester
Postal code: OX25 2LD
Country: United Kingdom
Contact Person: Sandra McLevy
Telephone: +44 1869256016
Email: DESLCSLS-DSA-Commercial@mod.uk
Fax: +44 1869256070
Nuts code: UK
Internet address(es):
Main address:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.5) Main activity
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: The Collection and Disposal of Hazardous and General Waste, Clinical Waste & Batteries.

Reference number: DSACOMDD/5040
II.1.2) Main CPV code: 90523000
II.1.3) Type of contract: Services
II.1.4) Short Description: The Disposal of Hazardous and General Waste, Clinical Waste and Batteries in Great Britain and Northern Ireland.
II.1.5) Estimated total value:
Value excluding VAT: 14331925 Currency: GBPII.1.6) Information about lots:
The contract is divided into lots: Yes
Tenders may be submitted for one lot only
II.2) Description
II.2.1) Title: The Collection and Disposal of Hazardous and General Waste in Great Britain

Lot No:1
II.2.2) Additional CPV code(s)
90523000, 90513000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
This will include the collection and disposal of hazardous waste and some miscellaneous waste in Great Britain — examples include asbestos, barbed wire, sludge grease, hydrochloric acid, contaminated rags, solvents, and empty chemical containers. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
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: 2655000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.2.1) Title: The Collection and Disposal of Hazardous and General Waste in Northern Ireland

Lot No:2
II.2.2) Additional CPV code(s)
90523000, 90513000

II.2.3) Place of performance
Nuts code: UKN
Main site or place of performance:
Northern Ireland.

II.2.4) Description of the procurement:
This will include the collection and disposal of hazardous waste and some miscellaneous waste in Northern Ireland — examples include asbestos, barbed wire, sludge grease, hydrochloric acid, contaminated rags, solvents, and empty chemical containers. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
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: 2523000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.2.1) Title: The Collection & Disposal of Clinical Waste in Great Britain

Lot No:3
II.2.2) Additional CPV code(s)
90524000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
This will include the collection and disposal of clinical waste in Great Britain, including amalgam waste, x-ray waste, sharps waste and dog waste. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
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: 444135 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.2.1) Title: The Collection and Disposal of Clinical Waste in Northern Ireland

Lot No:4
II.2.2) Additional CPV code(s)
90524000

II.2.3) Place of performance
Nuts code: UKN
Main site or place of performance:
Northern Ireland.

II.2.4) Description of the procurement:
This will include the collection and disposal of clinical waste, including amalgam waste, x-ray waste, sharps waste and dog waste in Northern Ireland. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
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: 4561790 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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.2.1) Title: The Collection and Disposal of Batteries in Great Britain

Lot No:5
II.2.2) Additional CPV code(s)
90513000

II.2.3) Place of performance
Nuts code: UK
Main site or place of performance:
United Kingdom.

II.2.4) Description of the procurement:
This will include the collection & disposal of lithium, nickel cadmium, alkaline, mercury, lead acid and zinc and zinc carbon batteries in Great Britain. No business whatsoever is guaranteed under any resulting framework agreement or contract, indeed there is no guarantee that any framework agreement or contract will be put in place in relation to this notice. No compensation will be paid if a tender or resulting framework agreement is withdrawn for any reason. Bidders should take part in this process only on the basis that they fully understand and accept this position.
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: 4148000 Currency: GBP
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: no
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 detailed in full in the Supplier Assessment Questionnaire. However, it should be noted that confirmation of a conviction for offences under Regulation 57 is most likely to lead to the supplier being excluded from the tender.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents

III.2.2) Contract performance conditions: There are TUPE obligations arising from the current contract for this requirement, which is with Veolia ES (UK) Ltd, Heol Y Bwich, Bynea, Llanelli, SA14 9ST.

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement

Framework agreement with a single operator
IV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2017-01-31 Local time: 10:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:3(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2017-01-31 Local time: 10:00 Place:Disposal Services Authority, Room 7, Building H9, Ploughley Road, Arncott, Oxfordshire OX25 1LP.

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
IV.2) Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
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. 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. 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. 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.
From 2.4.2014 the Government is introducing its new Government Security Classifications Policy (GSC) to replace the current Government Protective Marking Scheme. A key aspect of this is the reduction in the number of security classifications used. All suppliers to the Department are encouraged to make themselves aware of the changes as it may impact on this Requirement. The link below to the Gov.uk website provides information on the new GSC.

The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g.. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise.
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
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: E8ASW772HW.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-20161213-DCB-9231691.
VI.4) Procedures for review
VI.4.1) Review body
Official name: Ministry of Defence, IMOC, Disposal Services Authority (DSA)
Postal address: Disposal Services Authority, Room 7, Building H9, Ploughley Road, Lower Arncott
Town: Bicester
Postal code: OX25 1LP
Country: United Kingdom
Telephone: +44 1869256016

VI.4.2) Body responsible for mediation procedures
Official name: Ministry of Defence, IMOC, Disposal Services Authority (DSA)
Postal address: Room 7, Building H9, Ploughley Road, Lower Arncott
Town: Bicester
Postal code: OX25 2LD
Country: United Kingdom
Telephone: +44 1869256016
VI.4.4) Service from which information about the review procedure may be obtained
Official name: Ministry of Defence, IMOC, Disposal Services Authority (DSA)
Postal address: Room 7, Building H9, Ploughley Road, Lower Arncott
Town: Bicester
Postal code: OX25 2LD
Country: United Kingdom
Telephone: +44 1869256016
VI.5) Date of dispatch of this notice:2016-12-13

RELATED ARTICLES

May 23, 2025

Pre-Installation Sandown Initial Survey for Sonar Updates

Type of document: Contract Notice Country: United Kingdom 1. Title: Pre-Installation Sandown Initial Survey for Sonar Updates 2. Awarding Authority: Ministry of Defence NCHQ Portsmouth England PO2 8BY Contact: Email:

May 21, 2025

Replacement Secondary Submarine Radar and Support - Early Engagement

Type of document: Contract Notice Country: United Kingdom 1. Title: Replacement Secondary Submarine Radar and Support 2. Awarding Authority: Ministry of Defence Defence Equipment &