The Oil and Pipelines Agency : OPA T434 Cape of Good Hope (CoGH) Oil Shipment Service Project - OFD Plumley

  The Oil and Pipelines Agency is using Delta eSourcing to run this tender exercise

Notice Summary
Title: OPA T434 Cape of Good Hope (CoGH) Oil Shipment Service Project - OFD Plumley
Notice type: Contract Notice
Authority: The Oil and Pipelines Agency
Nature of contract: Services
Procedure: Open
Short Description: Cape of Good Hope (CoGH) site consists of two caverns (approx. 500,000m3 total volume) situated 1km from the main site. These two caverns T171 & T175 contain around 2500-3000m3 of crude oil and are rented from a local company. There is a requirement to remove the crude oil from CoGH and return the caverns back to the landlords to reduce the financial requirements of the OPA. Whilst CoGH is not a CoMAH establishment due to the volume of product stored, all standards, procedures and safety management processes are to reflect Relevant Good Practice.
Published: 25/08/2021 12:15

View Full Notice

UK-London: Professional services for the oil industry.
Section I: Contracting Authority
      I.1) Name and addresses
             The Oil and Pipelines Agency
             The Oil and Pipelines Agency, Clive House, 6th Floor 70 Petty France Westminster, London, SW1H 9EX, United Kingdom
             Tel. +44 7891710312, Email: karen.robinson@oilandpipelines.com
             Contact: Karen Robinson
             Main Address: https://gov.uk/opa
             NUTS Code: UK
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com/tenders/UK-UK-London:-Professional-services-for-the-oil-industry./A8557WK577
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent to the abovementioned address       
      Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Other activity:

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: OPA T434 Cape of Good Hope (CoGH) Oil Shipment Service Project - OFD Plumley       
      Reference Number: OPA T434
      II.1.2) Main CPV Code:
      76200000 - Professional services for the oil industry.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: Cape of Good Hope (CoGH) site consists of two caverns (approx. 500,000m3 total volume) situated 1km from the main site. These two caverns T171 & T175 contain around 2500-3000m3 of crude oil and are rented from a local company. There is a requirement to remove the crude oil from CoGH and return the caverns back to the landlords to reduce the financial requirements of the OPA. Whilst CoGH is not a CoMAH establishment due to the volume of product stored, all standards, procedures and safety management processes are to reflect Relevant Good Practice.       
      II.1.5) Estimated total value:
      Value excluding VAT: 200,000       
      Currency: GBP
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      76210000 - Services incidental to oil extraction.
      
      II.2.3) Place of performance:
      UK UNITED KINGDOM
      
      II.2.4) Description of procurement: Cape of Good Hope (CoGH) site consists of two caverns (approx. 500,000m3 total volume) situated 1km from the main site. These two caverns T171 & T175 contain around 2500-3000m3 of crude oil and are rented from a local company. There is a requirement to remove the crude oil from CoGH and return the caverns back to the landlords to reduce the financial requirements of the OPA. Whilst CoGH is not a CoMAH establishment due to the volume of product stored, all standards, procedures and safety management processes are to reflect Relevant Good Practice.
      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: 200,000       
      Currency: GBP       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Start: 25/10/2021 / End: 31/12/2021       
      This contract is subject to renewal: No       
      Description of renewals: Not provided
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: Not provided       


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:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Not Provided    
      III.2.2) Contract performance conditions          
      Not Provided          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 30/09/2021 Time: 12:00
            
      IV.2.4) Languages in which tenders or requests to participate may be submitted: English,       
      IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
         Duration in month(s): 6
      
      IV.2.7) Conditions for opening of tenders:
         Date: 30/09/2021
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used No       
   Electronic invoicing will be accepted No       
   Electronic payment will be used 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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://opa.delta-esourcing.com/tenders/UK-UK-London:-Professional-services-for-the-oil-industry./A8557WK577

To respond to this opportunity, please click here:
https://opa.delta-esourcing.com/respond/A8557WK577
   VI.4) Procedures for review
   VI.4.1) Review body:
             Oil and Pipelines Agency
       The Oil and Pipelines Agency, Clive House, 6th Floor 70 Petty France Westminster, London, SW1H 9EX, United Kingdom
       Tel. +44 7891710312, Email: karen.robinson@oilandpipelines.com
   VI.4.2) Body responsible for mediation procedures:
             Oil and Pipelines Agency
          OPA, 1st Floor, Vulcan Building, Fort Blockhouse, Haslar Road, Gosport, PO12 2AB, United Kingdom
          Tel. +44 7891710312
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 25/08/2021

Annex A


View any Notice Addenda

View Award Notice

UK-London: Professional services for the oil industry.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Oil and Pipelines Agency
       The Oil and Pipelines Agency, Clive House, 6th Floor 70 Petty France Westminster, London, SW1H 9EX, United Kingdom
       Tel. +44 7891710312, Email: karen.robinson@oilandpipelines.com
       Contact: Karen Robinson
       Main Address: https://gov.uk/opa
       NUTS Code: UK

   I.2) Joint procurement:
      The contract involves joint procurement: No          
      In the case of joint procurement involving different countries, state applicable national procurement law: Not Provided
      The contract is awarded by a central purchasing body: No

   I.4)Type of the contracting authority:
      Body governed by public law

   I.5) Main activity:
      Other activity: fuel storage and distribution

Section II: Object Of The Contract

   II.1) Scope of the procurement

      II.1.1) Title: OPA T434 Cape of Good Hope (CoGH) Oil Shipment Service Project - OFD Plumley            
      Reference number: OPA T434

      II.1.2) Main CPV code:
         76200000 - Professional services for the oil industry.


      II.1.3) Type of contract: SERVICES

      II.1.4) Short description: Cape of Good Hope (CoGH) site consists of two caverns (approx. 500,000m3 total volume) situated 1km from the main site. These two caverns T171 & T175 contain around 2500-3000m3 of crude oil and are rented from a local company. There is a requirement to remove the crude oil from CoGH and return the caverns back to the landlords to reduce the financial requirements of the OPA. Whilst CoGH is not a CoMAH establishment due to the volume of product stored, all standards, procedures and safety management processes are to reflect Relevant Good Practice.

      II.1.6) Information about lots
         This contract is divided into lots: No
         
            

   II.2) Description

      II.2.2) Additional CPV code(s):
            76210000 - Services incidental to oil extraction.


      II.2.3) Place of performance
      Nuts code:
      UK - UNITED KINGDOM
   
      Main site or place of performance:
      UNITED KINGDOM
             

      II.2.4) Description of the procurement: Cape of Good Hope (CoGH) site consists of two caverns (approx. 500,000m3 total volume) situated 1km from the main site. These two caverns T171 & T175 contain around 2500-3000m3 of crude oil and are rented from a local company. There is a requirement to remove the crude oil from CoGH and return the caverns back to the landlords to reduce the financial requirements of the OPA. Whilst CoGH is not a CoMAH establishment due to the volume of product stored, all standards, procedures and safety management processes are to reflect Relevant Good Practice.

      II.2.5) Award criteria:
       Not Provided

      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.2.14) Additional information: Not Provided


Section IV: Procedure

IV.1) Description

   IV.1.1)Type of procedure: Open


   IV.1.3) Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement: No       
      

   IV.1.6) Information about electronic auction
      An electronic auction has been used: No

   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information

   IV.2.1) Previous publication concerning this procedure
       Notice number in the OJEU: 2021/S 000-021012
      
   

   IV.2.9) Information about termination of call for competition in the form of a prior information notice
      The contracting authority will not award any further contracts based on the above prior information notice: No

Section V: Award of contract

Award Of Contract (No.1)

   Contract No: Not Provided    
   Lot Number: Not Provided    
   Title: Not Provided

   A contract/lot is awarded: No

   V.1) Information on non-award
      The contract/lot is not awarded
            Other reasons (discontinuation of procedure):
            Notice reference (year and document number): 2021 - 021012

Section VI: Complementary information

   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.
To view this notice, please click here:
https://opa.delta-esourcing.com/delta/viewNotice.html?noticeId=735200026

   VI.4) Procedures for review

      VI.4.1) Review body
          Oil and Pipelines Agency
          The Oil and Pipelines Agency, St Georges House, Weevil Lane, Royal Clarence Yard, Gosport, PO12 1AP, United Kingdom
          Tel. +44 7891710312, Email: karen.robinson@oilandpipelines.com

      VI.4.2) Body responsible for mediation procedures
          Oil and Pipelines Agency
          The Oil & Pipelines Agency, St Georges House, Weevil Lane, Royal Clarence Yard, Gosport, PO12 2AB, United Kingdom
          Tel. +44 7891710312

      VI.4.3) Review procedure
         Precise information on deadline(s) for review procedures: Not Provided

      VI.4.4) Service from which information about the review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 11/11/2022