Opportunity

CS21134 BEIS Provision of Specialist Environmental and Decommissioning Services

  • The Department for Business, Energy and Industrial Strategy

F02: Contract notice

Notice reference: 2021/S 000-011007

Published 18 May 2021, 5:25pm



Section one: Contracting authority

one.1) Name and addresses

The Department for Business, Energy and Industrial Strategy

1 Victoria Street

London

SW1H 0ET

Contact

Sophie Mumford

Email

ProfessionalServices@uksbs.co.uk

Telephone

+44 1793867005

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

www.uksbs.co.uk

Buyer's address

https://www.gov.uk/government/organisations/offshore-petroleum-regulator-for-environment-and-decommissioning

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.delta-esourcing.com/respond/KSZ2DDX7DH

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.delta-esourcing.com/respond/KSZ2DDX7DH

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Environment


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

CS21134 BEIS Provision of Specialist Environmental and Decommissioning Services

Reference number

CS21134

two.1.2) Main CPV code

  • 71313000 - Environmental engineering consultancy services

two.1.3) Type of contract

Services

two.1.4) Short description

The final date and time for the submission of bids is Thursday 24th June 2021 at 14:00.

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Delta eSourcing Portal.

Brief Description of Requirement

Background:

The Offshore Petroleum Regulator for the Environment and Decommissioning (OPRED) is part of the Department for Business, Energy and Industrial Strategy (BEIS) and responsible for regulating environmental and decommissioning activity for offshore oil and gas operations and offshore carbon capture and storage activities on the UK Continental Shelf.

Further details can be found at

https://www.gov.uk/government/organisations/offshore-petroleum-regulator-for-environment-and-decommissioning.

This programme of expenditure supports OPRED's environmental and decommissioning regulatory responsibilities and includes managing the UK's offshore energy legacy safely, securely and cost effectively in a most environmentally beneficial context (oil & gas decommissioning).

Introduction:

OPRED requires the provision of specialised environmental and decommissioning services to support its regulatory functions relating to offshore oil and gas exploration, production and decommissioning activities, and offshore carbon capture and storage activities on the UK Continental Shelf (UKCS).

Summary of Requirements:

The key function will be to provide specialist environmental and decommissioning services / advice to OPRED so that it can effectively fulfil its regulatory remit of ensuring:

• Assessment of the environmental impact of offshore oil and gas development activities and offshore carbon capture and storage activities.

• Optimum economic and environmental consideration of decommissioning proposals.

All work will take form as standalone projects, outside of IR35 regulations. OPRED are looking to outsource this work via a contract with one supplier who may subcontract the requirements, operating on a call-off basis when a requirement arises. These resources must cover a broad range of environmental specialities, on an ad-hoc basis. For example, resources are required to cover functions such as providing expert engineering support during oil spills, quantification of decommissioning costs, provision of expert ornithological advice and undertaking appropriate assessments.

The programme aims to deliver:

• An improved understanding of the environmental impacts of offshore oil and gas activities, offshore carbon capture and storage activities and the mitigation measures to be adopted.

• Dissemination of specialist knowledge and best practice in offshore oil and gas operations and offshore carbon capture and storage operations in the UKCS and other areas of activity.

• Potential decommissioning cost reductions.

Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal.

This contract will be awarded based on the evaluation criteria as set out in the RFP document.

How to Apply

UK Shared Business Services Ltd (UK SBS) will be using the Delta eSourcing Portal for this procurement.

To register on the Delta eSourcing portal please use the link https://www.delta-esourcing.com/ and follow the instructions to register.

If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://www.delta-esourcing.com/ and the follow the instructions to 'Log in'

Once you are logged into the system you will be able to link yourself into this procurement using the Access Code: KSZ2DDX7DH

two.1.5) Estimated total value

Value excluding VAT: £1,680,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 90700000 - Environmental services
  • 98391000 - Decommissioning services

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

The final date and time for the submission of bids is Thursday 24th June 2021 at 14:00.

DO NOT apply directly to the buyer.

All tender information MUST be submitted through the Delta eSourcing Portal.

Brief Description of Requirement

Background:

The Offshore Petroleum Regulator for the Environment and Decommissioning (OPRED) is part of the Department for Business, Energy and Industrial Strategy (BEIS) and responsible for regulating environmental and decommissioning activity for offshore oil and gas operations and offshore carbon capture and storage activities on the UK Continental Shelf.

Further details can be found at

https://www.gov.uk/government/organisations/offshore-petroleum-regulator-for-environment-and-decommissioning.

This programme of expenditure supports OPRED's environmental and decommissioning regulatory responsibilities and includes managing the UK's offshore energy legacy safely, securely and cost effectively in a most environmentally beneficial context (oil & gas decommissioning).

Introduction:

OPRED requires the provision of specialised environmental and decommissioning services to support its regulatory functions relating to offshore oil and gas exploration, production and decommissioning activities, and offshore carbon capture and storage activities on the UK Continental Shelf (UKCS).

Summary of Requirements:

The key function will be to provide specialist environmental and decommissioning services / advice to OPRED so that it can effectively fulfil its regulatory remit of ensuring:

• Assessment of the environmental impact of offshore oil and gas development activities and offshore carbon capture and storage activities.

• Optimum economic and environmental consideration of decommissioning proposals.

All work will take form as standalone projects, outside of IR35 regulations. OPRED are looking to outsource this work via a contract with one supplier who may subcontract the requirements, operating on a call-off basis when a requirement arises. These resources must cover a broad range of environmental specialities, on an ad-hoc basis. For example, resources are required to cover functions such as providing expert engineering support during oil spills, quantification of decommissioning costs, provision of expert ornithological advice and undertaking appropriate assessments.

The programme aims to deliver:

• An improved understanding of the environmental impacts of offshore oil and gas activities, offshore carbon capture and storage activities and the mitigation measures to be adopted.

• Dissemination of specialist knowledge and best practice in offshore oil and gas operations and offshore carbon capture and storage operations in the UKCS and other areas of activity.

• Potential decommissioning cost reductions.

Contract Period, Budget and Terms and Conditions

This contract is expected to start 1st August 2021 for a period of five (5) years until 31st March 2026.

The estimated maximum value of this contract is expected to be £1,680,000 excluding VAT over a five-year period from 2021 to 2026. This is broken down as follows:

• FY 2021/22 £280,000

• FY 2022/23 £350,000

• FY 2023/24 £350,000

• FY 2024/25 £350,000

• FY 2025/26 £350,000

Outputs Required

OPRED from time to time would require specific studies to be carried out on issues that arise from its evaluation and assessment of regulatory submissions. Examples of such issues are, but not limited to:

Environmental:

• Environmental impact assessment of proposed offshore oil and gas and offshore carbon capture and storage projects;

• Assessment of oil pollution emergency plans;

• Appraisal of emissions and discharges from offshore oil and gas activities and offshore carbon capture and storage activities; and

• Ad hoc environmental work which may cover for example, the provision of expert advice on flora and fauna, independent advice on Environmental Statements and expert advice on environmental data resulting from sea-bed survey work.

Decommissioning:

• Technical and environmental evaluation of decommissioning programmes and associated monitoring;

• Estimating decommissioning costs;

• Evaluating deconstruction procedures;

• Risk analysis of decommissioning options; and

• Comparison of alternative decommissioning options.

Engineering:

• Provision of specialist advice on technical, environmental and decommissioning matters in relation to the following areas:

o Offshore oil and gas exploration;

o Offshore oil and gas drilling and well control;

o Field development, including design concept and front-end engineering design;

o Offshore decommissioning activities; and

o Offshore carbon capture and storage activities.

• Provision of specialist engineering staff to support OPRED during emergency response situations, for example supporting OPRED / Secretary of States representative (SOSREP) as required for the duration of an incident, being located in the Operations Control Unit and / or the Operators' technical teams. This includes provision of specialist engineering support staff at short notice and out-with normal office hours. Call out arrangements must therefore be in place to mobilise the required specialist engineering support at relatively short notice and must include the following areas:

o Well operations;

o Platform / production operations;

o Pipelines & subsea infrastructure; and

o Floating Production Storage and Offload (FPSO) & Mobile Drilling Units (MODUs) / nautical engineering.

• Provision of ad hoc technical training on specialised technical topics such as process engineering.

Modelling:

• Undertaking modelling, using appropriate models to predict behaviour or environmental fate, for example:

o oil spill modelling;

o produced water/chemical discharge modelling;

o sound propagation modelling; and

o emissions to air dispersion modelling.

The Contractor will also be required to assist with non-field specific studies of a generic nature.

The Cabinet Office Mid-Tier Contract Terms and Conditions shall be utilised, this is already widely published here (https://www.gov.uk/government/publications/the-mid-tier-contract-core-terms) as well as being contained within this tender pack.

Please ensure you review all attached information to ensure a full understanding of this requirement. All attachments can be found with the Document Uploads tab within the Delta eSourcing Portal.

This contract will be awarded based on the evaluation criteria as set out in the RFP document.

How to Apply

UK Shared Business Services Ltd (UK SBS) will be using the Delta eSourcing Portal for this procurement.

To register on the Delta eSourcing portal please use the link https://www.delta-esourcing.com/ and follow the instructions to register.

If you are already registered on the Delta eSourcing Portal and wish to participate in this procurement, please use the link: https://www.delta-esourcing.com/ and the follow the instructions to 'Log in'

Once you are logged into the system you will be able to link yourself into this procurement using the Access Code: KSZ2DDX7DH

two.2.5) Award criteria

Quality criterion - Name: Technical Expertise / Weighting: 40

Quality criterion - Name: Contract Management / Weighting: 10

Quality criterion - Name: Contract Implementation / Weighting: 10

Quality criterion - Name: Social Value / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £1,680,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

2 August 2021

End date

31 March 2026

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.14) Additional information

DO NOT APPLY DIRECTLY TO BUYER

All submissions will be assessed in accordance with the Public Contracts Regulations 2015, for procurement values that exceed Regulation 5 (Threshold amounts).

Responses must be received by the date and time in the tender documentation; responses received outside of the deadline or not sent via the Delta eSourcing portal will not be accepted or considered by the Contracting Authority further for this opportunity. Interested organisations should ensure that they allow a sufficiency of time, prior to the deadline to allow all sections to be completed in full and any attachments to be uploaded.

As a user of the Delta eSourcing Portal you will have access to the Delta messaging service which facilitates all messages sent to you and from you, as well as other messages and updates in relation to any specific tender event. Please note that any and all information secured outside of the messaging service, shall have no merit or worth and should not be relied upon by any organisation submitting a tender response.

Please note it is your organisations responsibility to access these messages on a regular basis to ensure you have sight of all relevant information applicable to this opportunity.

The Contracting Authority expressly reserves the right:

i. not to award any contract as a result of the procurement process commenced by publication of this notice; and

ii. to make whatever changes it may see fit to the content and structure of the procurement; and under no circumstances as part of your organisations participation in this opportunity, will the Contracting Authority be liable for any costs incurred by any organisation as a result. If the Contracting Authority decides to enter into a contract with any successful organisation(s), this does not mean that there is any guarantee of subsequent contracts being awarded. Any expenditure, work or effort undertaken prior to contract award is accordingly a matter solely for the commercial judgement of your organisation in doing so.

Closing date and time for Bidder to request RFP documents: 24th June 2021 @ 11:00hrs BST

Closing date and time for Bidder to submit their response ('the deadline'): 24th June 2021 @ 14:00hrs BST

About UK Shared Business Services

UK Shared Business Services Ltd (UK SBS) brings a commercial attitude to the public sector; helping our contracting authorities to improve efficiency, generate savings and modernise.

Where UK SBS is not named as the Contracting Authority within the documentation, UK SBS will be acting as an agent on behalf of the Contracting Authority.

Our broad range of expert services is shared by our customers. This allows our customers the freedom to focus resources on core activities; innovating and transforming their own organisations.

For full details of our partner base please review the following link: http://www.uksbs.co.uk/services/procure/contracts/Pages/default.aspx


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

24 June 2021

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

24 June 2021

Local time

2:01pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.4) Procedures for review

six.4.1) Review body

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

policy@uksbs.co.uk

Telephone

+44 1793867005

Country

United Kingdom

Internet address

www.uksbs.co.uk

six.4.2) Body responsible for mediation procedures

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

policy@uksbs.co.uk

Telephone

+44 1793867005

Country

United Kingdom

Internet address

www.uksbs.co.uk

six.4.4) Service from which information about the review procedure may be obtained

UK Shared Business Services Ltd

Polaris House, North Star Avenue

Swindon

SN2 1FL

Email

policy@uksbs.co.uk

Telephone

+44 1793867005

Country

United Kingdom

Internet address

www.uksbs.co.uk