UK-London: Oil-storage tanks.

UK-London: Oil-storage tanks.
Section I: Contracting Authority
I.1) Name and addresses
The Oil and Pipelines Agency
Clive House, 6th Floor, 70 Petty France, Westminster, London, SW1H 9EX, United Kingdom
Tel. +44 2393876130, Email: karen.robinson@oilanpipelines.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: http://www.delta-esourcing.com/tenders/UK-UK-London:-Oil-storage-tanks./B35NG6MP4K
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 T220 Oil Fuel Depot (OFD) Fuel Stroage Tank Repair Framework
Reference Number: OPA T220
II.1.2) Main CPV Code:
44611410 - Oil-storage tanks.

II.1.3) Type of contract: WORKS
II.1.4) Short description: The general requirements of this Framework are to undertake various tasks relating to the maintenance of buried and surface fuel storage tanks at the various oil and fuel storage depots that are managed by the Oil and Pipelines Agency (OPA).
II.1.5) Estimated total value:
Value excluding VAT: 6,400,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
Not Provided
II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The general requirements of this Framework are to undertake various tasks relating to the maintenance of buried and surface fuel storage tanks at the various oil and fuel storage depots that are managed by "The Oil and Pipelines Agency" (OPA). The tasks will include but not limited to: Internal Welded Patch Repairs to floor; Floor to Shell Welds (Annular); Tank Floor Sheet Replacement; Replace Tank Shell Plates; External repairs to Roof, Steps, Railings, Walkways; Tank Manway Repairs.
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: 6,400,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals: Initial two years with two twelve month extension periods.
II.2.9) Information about the limits on the number of candidates to be invited:
Envisaged minimum number: 6

Objective criteria for choosing the limited number of candidates: The ability to carry out works on UK Oil Fuel Storage Depots subject to COMAH compliance.
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: All works carried out under this framework must be undertaken in compliance with industry best practice and follow all applicable standards and competencies. Framework Contractors must ensure that the highest level of Health & Safety practice and Environmental protection is maintained for every job undertaken.


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.2.2) 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 RESTRICTED
IV.1.1) Type of procedure: Restricted

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 several operators
Envisaged maximum number of participants to the framework agreement: 6
The procurement involves the setting up of a dynamic purchasing system - 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: 07/09/2018 Time: 12:00
IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates: 17/09/2018
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): 4



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.

Please note that as this is a Restricted Procedure the following dates for return of your Stage 1 is 7th September, 2018 by 12:00 hours via the tender site and those successful to Stage 2 the return date is 8 October, 2018 by 12:00 hours via the tender site.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://opa.delta-esourcing.com/tenders/UK-UK-London:-Oil-storage-tanks./B35NG6MP4K

To respond to this opportunity, please click here:
https://opa.delta-esourcing.com/respond/B35NG6MP4K
VI.4) Procedures for review
VI.4.1) Review body:
The Oil and Pipelines Agency
Clive House, 6th Floor, 70 Petty France, Westminster, London, SW1H 9EX, United Kingdom
Tel. +44 7891710312
VI.4.2) Body responsible for mediation procedures:
The Chartered Institute of Arbitrators
12-14 Bloomsbury Square, London, WC1A 2LP, United Kingdom
Tel. +44 2074217444
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: 08/08/2018

Annex A