UK-London: Professional services for the oil industry.

UK-London: Professional services for the oil industry.
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 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./5XCSX3MM3J
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
Other type:: 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 T345/0000 Professional Services Framework
Reference Number: OPA T345/0000
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: The requirement of this Procurement is to procure a NEC3 Framework of Professional Service provide to provide services to the various activities associated with the Operation and Maintenance at the locations listed in the Instructions to Tenderers and supporting documents. This framework is to provide Ad-Hoc Design / Competent Staff / Process Support / Consultancy services to the Oil and Pipelines Agency (OPA) on a per project basis, in order to allow OPA to fulfil its requirements as a COMAH Operator for Oil Fuel Depots (OFDs) on behalf of the MoD. The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.
II.1.5) Estimated total value:
Value excluding VAT: 4,000,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: Yes
Tenders may be submitted for: All lots
Maximum number of lots that may be awarded to one tenderer: Not provided
The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Not provided

II.2) Description
II.2) Description Lot No. 1

II.2.1) Title: Technical & Professional Ability
Lot No: 1
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Appendix 4 - Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in. Irrespective of the Lot or Lots you wish to submit a bid for, ALL Tenderers are required to answer questions 1 to 5 as shown in Lot 1. Failure to answer these questions will result in your submission being rejected.
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: 333,333.33
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: The framework will operate for 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/5H483C27DD

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 2

II.2.1) Title: Electrical, Control & Instrumetation Engineering (EC&I)
Lot No: 2
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Appendix 4. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous examples will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/5542W4H886

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 3

II.2.1) Title: Mechanical Engineering
Lot No: 3
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 3 within Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous examples will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/48J5288Q3S

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 4

II.2.1) Title: Project Management
Lot No: 4
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 4 Appendix 4 - Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous examples will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/9358464786

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 5

II.2.1) Title: Cost Management
Lot No: 5
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 5, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly Construction or MoD experience or similar.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/847P538T28

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 6

II.2.1) Title: Building Surveying & Architecture
Lot No: 6
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 6, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous examples will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/W2ANU2E3J3

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 7

II.2.1) Title: Marine Design/Inspection
Lot No: 7
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 7, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and experience in Jetty inspection and construction taking into account the environments they will be delivered in. (Previous COMAH experience or similar for fuel storage operators). The submission of previous projects will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/55G63BU45D

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 8

II.2.1) Title: Construction (including temporary construction works)
Lot No: 8
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 8, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous works will be used during the tender evaluation process to demonstrate competence to undertake future works on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/H34R2568ZU

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 9

II.2.1) Title: Civil (Including Landscape & Arboriculture) & Structural Engineers
Lot No: 9
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 9, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects taking into account the environments they will be delivered in. The submission of previous examples will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/473445J9V5

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 10

II.2.1) Title: Caverns
Lot No: 10
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 10, Appendix 4 Scope of Services. Tenderers should possess experience of Cavern and underground Surveying (including experience or storing fuel underground). The submission of previous projects will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/GNJ256KY99

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 11

II.2.1) Title: Process Engineering & Design Safety
Lot No: 11
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 11, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous projects will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/A2XRZ5AE85

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.
II.2) Description Lot No. 12

II.2.1) Title: Functional Safety
Lot No: 12
II.2.2) Additional CPV codes:
76200000 - Professional services for the oil industry.

II.2.3) Place of performance:
UK UNITED KINGDOM

II.2.4) Description of procurement: The OPA is seeking a range of professional services as set out in Lot 12, Appendix 4 Scope of Services. Tenderers should possess experience of the type of projects and the environments they will be delivered in, particularly COMAH experience or similar for fuel storage operators. This submission of previous project works will be used during the tender evaluation process to demonstrate competence to undertake future requirements on behalf of OPA.
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: 333,333.33
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: The framework contract term will operate for an initial 2 years with an option for the OPA to extend the agreement by up to an additional 2 years, entirely at the discretion of the OPA.

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: To respond to this opportunity, please click here: https://opa.delta-esourcing.com/respond/8585Y3CE3T

If you experience any technical difficulties from accessing the above url, then please contact the OPA eSourcing Helpdesk on call 0800 923 9236 or email helpdesk@opa.delta-esourcing.com.


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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 30/11/2020 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 30/11/2020
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.
To view this notice, please click here:
https://opa.delta-esourcing.com/delta/viewNotice.html?noticeId=535360300
VI.4) Procedures for review
VI.4.1) Review body:
Oil and Pipelines Agency
OPA, 1st Floor, Vulcan Building, Fort Blockhouse, Haslar Road, Gosport, PO12 2AB, United Kingdom
Tel. +44 7891710312
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: 22/10/2020

Annex A