Notice Information
Notice Title
PROVISION OF TIER 2 OIL RESPONSE COVER FOR THE DOCKYARD PORT OF PORTSMOUTH (PIN)
Notice Description
This is a Prior-Information Notice at no Commitment. Please read the below and email your interest to DESShips-Comrcl-Portsm@mod.gov.uk The MOD intention is to Award the Contract by mid December 2022 (TBA). PROVISION OF TIER 2 OIL RESPONSE COVER FOR THE DOCKYARD PORT OF PORTSMOUTH DRAFT STATEMENT OF REQUIREMENT (Subject to update). BACKGROUND: This statutory requirement is for a contract to be placed with an oil spill response service provider to ensure rapid access to response capability in the event of a Tier 2 incident at the Dockyard Port of Portsmouth, as required by the Maritime Coastguard Agency. GENERAL 1. Provision of Tier 2 Oil Spill response cover for the Dockyard Port of Portsmouth. SCOPE 2. The service covers the Dockyard Port of Portsmouth; limits as detailed in SI 2005 No 1470 - Dockyard Port of Portsmouth Order and as depicted on Admiralty Chart 2045. 3. The Service is to be in accordance with the requirements detailed in the Merchant Shipping (Oil Pollution Preparedness Response and Co-operation Convention) Regulation 1998 and 2015 amendments. 4. The services under schedule of Requirements Items 1-3 are to include: a) On-Call expert advisor at immediate notice following contact by any one of the Authority Representatives as detailed in Paragraph 6 below on a 24-hour, 365 day a year basis. b) Requests to attend can be made on 24-hour, 365 day a year basis with a response time from call-out to arrival at the incident within 6 hours. c) The requirement is ad-hoc and for unlimited callouts per annum. No volume of work can be guaranteed. d) Provision of an expert advisor to attend the port on request for a period of at least 48 hours. e) Provision of sufficient stocks of Tier 2 Oil Spill equipment to be able to guarantee attendance and supplies to an incident: with initial equipment arriving at the scene of incident within 6 hours of request. f) Attendance for at least one full Tier 2 exercise in the 3-year period, with attendance at other joint training with MOD and the Tier 1 provider as mutually available. The type of exercise will be as agreed between parties. The cost for this to be included in the contract and not at additional cost. g) An immediate action required to resolve the Tier 2 incident. 5. The services under Schedule of Requirements Item 4 are to be in accordance with the contractor's scale of fees for the standby and / or in-use rates of oil spill response equipment, should it be required for dealing with a Tier 2 incident. INITIATION OF RESPONSE REQUEST 6. For the purpose of callouts under Schedule Item 1-3 the following Authority personnel are authorised to initiate an immediate response under the contract. *Contact Numbers for para 6 will be provided at a later stage (Contract Award). Please note all Government sourcing activity are undertaken by the Defence Sourcing portal (DSP). If you are interested, please register on the DSP Supplier Portal.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-9dfa4a87-6246-4faa-8812-0ab72f074757
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/b016a617-542f-4da8-b71e-ddc4465d3edc
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Not specified
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
76 - Services related to the oil and gas industry
90 - Sewage, refuse, cleaning and environmental services
-
- CPV Codes
76000000 - Services related to the oil and gas industry
90000000 - Sewage, refuse, cleaning and environmental services
90715000 - Pollution investigation services
90715100 - Chemicals and oil pollution investigation services
90730000 - Pollution tracking and monitoring and rehabilitation
90733500 - Surface water pollution drainage services
90741200 - Oil spillage control services
90741300 - Oil spillage rehabilitation services
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 15 Aug 20223 years ago
- Submission Deadline
- Not specified
- Future Notice Date
- 13 Sep 2022Expired
- Award Date
- Not specified
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Not Specified
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- MINISTRY OF DEFENCE
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- PORTSMOUTH
- Postcode
- PO1 3LT
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- TLJ South East (England)
-
- Local Authority
- Portsmouth
- Electoral Ward
- Charles Dickens
- Westminster Constituency
- Portsmouth South
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/b016a617-542f-4da8-b71e-ddc4465d3edc
15th August 2022 - Early engagement notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-9dfa4a87-6246-4faa-8812-0ab72f074757-2022-08-15T14:11:57+01:00",
"date": "2022-08-15T14:11:57+01:00",
"ocid": "ocds-b5fd17-9dfa4a87-6246-4faa-8812-0ab72f074757",
"language": "en",
"initiationType": "tender",
"title": "PROVISION OF TIER 2 OIL RESPONSE COVER FOR THE DOCKYARD PORT OF PORTSMOUTH (PIN)",
"planning": {
"milestones": [
{
"id": "1",
"title": "Engagement end date",
"type": "engagement",
"dueDate": "2022-09-13T23:59:59+01:00"
}
],
"documents": [
{
"id": "1",
"documentType": "marketEngagementNotice",
"description": "Early engagement notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/b016a617-542f-4da8-b71e-ddc4465d3edc",
"datePublished": "2022-08-15T14:11:57+01:00",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "tender_313991/1097814",
"title": "PROVISION OF TIER 2 OIL RESPONSE COVER FOR THE DOCKYARD PORT OF PORTSMOUTH (PIN)",
"description": "This is a Prior-Information Notice at no Commitment. Please read the below and email your interest to DESShips-Comrcl-Portsm@mod.gov.uk The MOD intention is to Award the Contract by mid December 2022 (TBA). PROVISION OF TIER 2 OIL RESPONSE COVER FOR THE DOCKYARD PORT OF PORTSMOUTH DRAFT STATEMENT OF REQUIREMENT (Subject to update). BACKGROUND: This statutory requirement is for a contract to be placed with an oil spill response service provider to ensure rapid access to response capability in the event of a Tier 2 incident at the Dockyard Port of Portsmouth, as required by the Maritime Coastguard Agency. GENERAL 1. Provision of Tier 2 Oil Spill response cover for the Dockyard Port of Portsmouth. SCOPE 2. The service covers the Dockyard Port of Portsmouth; limits as detailed in SI 2005 No 1470 - Dockyard Port of Portsmouth Order and as depicted on Admiralty Chart 2045. 3. The Service is to be in accordance with the requirements detailed in the Merchant Shipping (Oil Pollution Preparedness Response and Co-operation Convention) Regulation 1998 and 2015 amendments. 4. The services under schedule of Requirements Items 1-3 are to include: a) On-Call expert advisor at immediate notice following contact by any one of the Authority Representatives as detailed in Paragraph 6 below on a 24-hour, 365 day a year basis. b) Requests to attend can be made on 24-hour, 365 day a year basis with a response time from call-out to arrival at the incident within 6 hours. c) The requirement is ad-hoc and for unlimited callouts per annum. No volume of work can be guaranteed. d) Provision of an expert advisor to attend the port on request for a period of at least 48 hours. e) Provision of sufficient stocks of Tier 2 Oil Spill equipment to be able to guarantee attendance and supplies to an incident: with initial equipment arriving at the scene of incident within 6 hours of request. f) Attendance for at least one full Tier 2 exercise in the 3-year period, with attendance at other joint training with MOD and the Tier 1 provider as mutually available. The type of exercise will be as agreed between parties. The cost for this to be included in the contract and not at additional cost. g) An immediate action required to resolve the Tier 2 incident. 5. The services under Schedule of Requirements Item 4 are to be in accordance with the contractor's scale of fees for the standby and / or in-use rates of oil spill response equipment, should it be required for dealing with a Tier 2 incident. INITIATION OF RESPONSE REQUEST 6. For the purpose of callouts under Schedule Item 1-3 the following Authority personnel are authorised to initiate an immediate response under the contract. *Contact Numbers for para 6 will be provided at a later stage (Contract Award). Please note all Government sourcing activity are undertaken by the Defence Sourcing portal (DSP). If you are interested, please register on the DSP Supplier Portal.",
"status": "planning",
"classification": {
"scheme": "CPV",
"id": "76000000",
"description": "Services related to the oil and gas industry"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "90000000",
"description": "Sewage, refuse, cleaning and environmental services"
},
{
"scheme": "CPV",
"id": "90715000",
"description": "Pollution investigation services"
},
{
"scheme": "CPV",
"id": "90715100",
"description": "Chemicals and oil pollution investigation services"
},
{
"scheme": "CPV",
"id": "90730000",
"description": "Pollution tracking and monitoring and rehabilitation"
},
{
"scheme": "CPV",
"id": "90733500",
"description": "Surface water pollution drainage services"
},
{
"scheme": "CPV",
"id": "90741200",
"description": "Oil spillage control services"
},
{
"scheme": "CPV",
"id": "90741300",
"description": "Oil spillage rehabilitation services"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "PO1 3LT"
},
{
"region": "South East",
"countryName": "United Kingdom"
}
]
}
],
"suitability": {
"sme": true,
"vcse": false
}
},
"parties": [
{
"id": "GB-CFS-216414",
"name": "Ministry of Defence",
"identifier": {
"legalName": "Ministry of Defence"
},
"address": {
"streetAddress": "HMNB Portsmouth, Victory Building",
"locality": "Portsmouth",
"postalCode": "PO1 3LT",
"countryName": "England"
},
"contactPoint": {
"name": "DE&S Ships Commercial Portsmouth",
"email": "DESShips-Comrcl-Portsm@mod.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-216414",
"name": "Ministry of Defence"
}
}