Skip to main content.

The Oil and Pipelines Agency : OPA T220 Oil Fuel Depot (OFD) Fuel Stroage Tank Repair Framework

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

Notice Summary
Title: OPA T220 Oil Fuel Depot (OFD) Fuel Stroage Tank Repair Framework
Notice type: Contract Notice
Authority: The Oil and Pipelines Agency
Nature of contract: Works
Procedure: Restricted
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).
Published: 08/08/2018 17:19
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

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


View any Notice Addenda

View Award Notice

UK-London: Oil-storage tanks.

Section I: Contracting Authority

   I.1) Name, Addresses and Contact Point(s):
       The Oil and Pipelines Agency
       Clive House, 6th Floor, 70 Petty France, Westminster, London, SW1H 9EX, United Kingdom
       Tel. +44 2393876130, 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 T220 Oil Fuel Depot (OFD) Fuel Storage 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.1.6) Information about lots
         This contract is divided into lots: No
            
      II.1.7) Total value of the procurement (excluding VAT)
          Value: 6,400,000
                  
         Currency:GBP            

   II.2) Description

      II.2.2) Additional CPV code(s):
      Not Provided

      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: 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:
      Quality criterion - Name: Criterion 1 - Stage 2 - Quality/Technical & Health & Safety & Environmental / Weighting: 50
                  
      Cost criterion - Name: Stage 2 Commercial / Weighting: 50
            

      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: 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 IV: Procedure

IV.1) Description

   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: Yes       
      A dynamic purchasing system was set up: 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
       Not Provided
   

   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: Yes


   V.2) Award of contract

      V.2.1) Date of conclusion of the contract: 07/11/2018

      V.2.2) Information about tenders
         Number of tenders received: 4
         Number of tenders received from SMEs: Not Provided          
         Number of tenders received from tenderers from other EU Member States: Not Provided          
         Number of tenders received from tenderers from non-EU Member States: Not Provided          
         Number of tenders received by electronic means: Not Provided

      V.2.3) Name and address of the contractor

      The contract has been awarded to a group of economic operators: Yes
         
         Contractor (No.1)
             Cairnhill Structures Ltd
             Sun Works, Waverley Street, Coatbridge, ML5 2BE, United Kingdom
             Tel. +44 1236449393
             Internet address: http://www.cairnhillstructures.co.uk
             NUTS Code: UK
            The contractor is an SME: Yes
         
         Contractor (No.2)
             Cape Engineering Services Ltd
             Drayton Hall, Church Road, West Drayton, UB7 7PS, United Kingdom
             Internet address: WWW.capeplc.com
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.3)
             J Murphy & Sons Limited
             Hiview House, Highgate Road, London, NW5 1TN, United Kingdom
             Tel. +44 7770893130
             Internet address: http://www.murphygroup.co.uk
             NUTS Code: UK
            The contractor is an SME: No
         
         Contractor (No.4)
             Integrity Support Solutions Group Ltd (T/A Storage Solutions UK)
             Windygates, Academy Road, Moffat, DG10 9HW, United Kingdom
             NUTS Code: UK
            The contractor is an SME: Yes

      V.2.4) Information on value of the contract/lot (excluding VAT)
         Initial estimated total value of the contract/lot: 6,400,000          
         Lowest offer: 65,737 / Highest offer: 160,590.94
         Currency: GBP

      V.2.5) Information about subcontracting
         The contract is likely to be subcontracted: No
         
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.

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.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/viewNotice.html?noticeId=361826377

   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 review procedure may be obtained
         Not Provided

   VI.5) Date of dispatch of this notice: 29/11/2018