UK-Gosport: Technical inspection services of engineering structures.
UK-Gosport: Technical inspection services of engineering structures.
Section I: Contracting Authority
I.1) Name and addresses
The Oil and Pipelines Agency
St Georges House, St Georges House, Royal Clarence Yard, Weevil Lane,, Gosport, PO12 1AP, United Kingdom
Tel. +44 7710854360, Email: ian.walker@oilandpipelines.com
Contact: Ian Walker
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
Access to the procurement documents is restricted. Further information can be obtained at: https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Oil-storage-tanks./87M953FTBF
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/T571. OFD Fuel Storage Tank Inspection Framework
Reference Number: OPA/T571/0000
II.1.2) Main CPV Code:
71631400 - Technical inspection services of engineering structures.
II.1.3) Type of contract: SERVICES
II.1.4) Short description: The Oil and Pipelines Agency (OPA) is a public corporation, formed in 1986 by virtue of the Oil and Pipelines Act 1985 to operate and maintain the Government Pipeline and Storage System (GPSS) on behalf of the Ministry of Defence (MOD).
There are 6 Oil Fuel Depots (OFD's) in the UK owned by the MoD but operated and managed by OPA. The OFD's principle role is to receive, store and issue middle distillate fuels to support Naval Command.
The two OFD's located in Southern England at Gosport and Thanckes support the adjacent HM Naval Bases namely Portsmouth and Devonport. The Scottish site at Garelochhead supports Faslane Naval Base, whilst OFD's at Loch Striven, Loch Ewe and Campbeltown provide bulk storage and regional support to visiting Royal Fleet Auxiliary tankers and warships. All sites are supplied by sea.
The requirement of this Procurement exercise is to procure a suitable Contractor to execute works required for bulk fuel tank inspections
Inspection of the OFD storage tanks shall generally be time based at the recommended intervals, inspection of the vessels the primary means of confirming that a tank is for return to service, for a defined period of time. It allows the condition of the tank and its ancillaries to be assessed, measuring how they have performed under service conditions since the previous out of work inspection, and also detail the works necessary to bring the tank back to an acceptable condition to enable return to service.
In summary the works are identified as:
— Review of previous inspection reports/data,
— Internal lining inspection (including visual and spark test),
— Inspection of floor plates (scanned),
— Ultrasonic testing of tank shell,
— Inspection of all visible welds,
— Visual inspection of tank roof and nozzles,
— Provide a detailed report of the inspection.
II.1.5) Estimated total value:
Value excluding VAT: 3,000,000
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: Lot 1: OPA/T571. Out of Service (OOS) Tank Inspection
Lot No: 1
II.2.2) Additional CPV codes:
71631400 - Technical inspection services of engineering structures.
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. The Successful Tenderer will carry out all inspection works in accordance with the OPA ST-5101 Storage Tank Out of Service Inspection Standard, this will include carrying out all inspection works in accordance with the EEMUA 159 Inspection, Maintenance and Repair of Storage Tanks and API 653 Tank Inspection, Repair, Alteration and Reconstruction where applicable.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: 60 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 750,000
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: The four year term of this framework is for an initial one year and three further 12 month extensions. Please also see note in the Instructions to Tenders document.
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/75D7D622KF
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: Lot 2: OPA/T571. - In Service Tank Inspection (IS) – Five Year External Inspection
Lot No: Lot 2: OPA/T571.
II.2.2) Additional CPV codes:
71631400 - Technical inspection services of engineering structures.
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 in Appendix 4. The Successful Tenderer will carry out all inspection works in accordance with the OPA ST-5102 Storage Tank In Service Inspection Standard, EEMUA 159 Inspection, Maintenance and Repair of Storage Tanks Standard and API 653 Tank Inspection, Repair, Alteration and Reconstruction, where applicable.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 750,000
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: The initial terms is one year plus three further 12 month extension periods. Please refer to the notes in the Instruction to Tenderers.
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/5WF3P942W9
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: OPA/T571. - Tank Calibration.
Lot No: Lot 3: OPA/T571.
II.2.2) Additional CPV codes:
71631400 - Technical inspection services of engineering structures.
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 contained within Appendix 4. The Successful Tenderer will carry out all calibration works in accordance with API 2550, 2551, 2552, and/or ISO 7507 where applicable.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 750,000
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: The initial term is for one year followed by three 12 month extension periods. Please refer to the Instructions to Tenderers.
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/ZC882W89F4
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: OPA/T571. - Pressure Vessels Inspection.
Lot No: Lot 4: OPA/T571.
II.2.2) Additional CPV codes:
71631400 - Technical inspection services of engineering structures.
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 contained within Appendix 4. The Successful Tenderer will carry out all inspection works in accordance with API 510 Pressure Vessel Inspection Code: In-service Inspection and Alteration Standard and will submit their RAMS to the OPA with consideration to relevant hazards - COSSH and other legislation prior to works being carried out.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Criterion 1 / Weighting: 60
Cost criterion - Name: Criterion 1 / Weighting: 40
II.2.6) Estimated value:
Value excluding VAT: 750,000
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 year term followed by two further 12 month extension periods, please refer to Instruction to Tenderers.
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/57798689S3
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: No
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: 27/03/2025 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): 3
IV.2.7) Conditions for opening of tenders:
Date: 28/03/2025
Time: 12:00
Place:
UK Gosport
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-Gosport:-Technical-inspection-services-of-engineering-structures./54MGYZYU74
To respond to this opportunity, please click here:
https://opa.delta-esourcing.com/respond/54MGYZYU74
VI.4) Procedures for review
VI.4.1) Review body:
Oil and Pipelines Agency
St Georges House, St Georges House, Royal Clarence Yard, Weevil Lane,, Gosport, PO12 1AP, United Kingdom
Tel. +44 7710854360, Email: ian.walker@oilandpipelines.com
VI.4.2) Body responsible for mediation procedures:
The Oil and Pipelines Agency
St Georges House, St Georges House, Royal Clarence Yard, Weevil Lane,, Gosport, PO12 1AP, United Kingdom
Tel. +44 7710854360, Email: ian.walker@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: 20/02/2025
Annex A