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
The Oil and Pipelines Agency, Clive House, 6th Floor, 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./2F366N4EAF
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 T430/0000 HSEQ Assurance Professional Services Framework
Reference Number: OPA T430/0000
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 HSEQ Assurance Professional Services to provide services to the various activities associated with the Operation and Maintenance at the locations listed in the Instructions to Tenderers and supporting tender documents. This framework is to provide Ad-Hoc Process Safety 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.
II.1.5) Estimated total value:
Value excluding VAT: 1,400,000
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: Lot 1 - Process Safety
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 Lot 1 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021

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/2F366N4EAF
II.2) Description Lot No. 2

II.2.1) Title: Lot 2 - Environmental Risk Assessment, Monitoring & Modelling
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 Lot 2 table Appendix 4. These services may form part of the COMAH safety report and as such 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021

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/Q79269J5HZ

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: Lot 3 - Environmental Audits, Investigations & CBA
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 table Appendix 4. The services outlined for this Lot are not required on a regular basis but arise as requirements either from Capital Project work or as requests from the Competent Authority. As such, timelines can often be restrictive, and a turnaround of a month is not unusual when the request has come from the Competent Authority. 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: 140,000
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: Term: Initial Two years + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021.

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/5529996V98

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: Lot 4 - Quality
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021

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/989QCNJ746

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: Lot 5 - Occupational Health & Safety
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021

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/6X9Z7J945E

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: Lot 6 - Human Factors
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021.

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/A4287T79C4

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: Lot 7 - Fire Risk Assessments
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021.

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/QU367T9S62

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: Lot 8 - Legionella Assessments
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021.

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/ETDBYX8895

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: Lot 9 - Asbestos Surveys
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021.

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/QSB58642SK

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: Lot 10 - Hazardous Area Classifications
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 table 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 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: 140,000
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 + two 12 month extension periods - The Framework will operate for two years with an option for the OPA to extend the agreement by up to an additional two years, entirely at the discretion of the OPA. The OPA reserve the right to change the terms of this Framework as a result of the forthcoming White Paper following the announcement in the Queens Speech of a New Procurement Bill due in the last quarter of 2021.

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/TF24FR487H

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: 16/08/2021 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: Not Provided
IV.2.7) Conditions for opening of tenders:
Date: 16/08/2021
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./2F366N4EAF

To respond to this opportunity, please click here:
https://opa.delta-esourcing.com/respond/2F366N4EAF
VI.4) Procedures for review
VI.4.1) Review body:
Oil and Pipelines Agency
The Oil and Pipelines Agency, Clive House, 6th Floor, 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
The Oil and Pipelines Agency, Clive House, 6th Floor, London, SW1H 9EX, United Kingdom
Tel. +44 7891710312, Email: karen.robinson@oilandpipelines.com
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: 05/07/2021

Annex A