CONNECTING THE DEFENCE COMMUNITY WITH INSIGHT, INTELLIGENCE & OPPORTUNITIES

Officially Supported By:   Supply2Defence

Official Media Partners for:

Type of document: Contract Notice
Country: United Kingdom

1. Title: PROVISION OF TIER 2 OIL RESPONSE COVER FOR THE DOCKYARD PORT OF PORTSMOUTH (PIN)
2. Awarding Authority:
Ministry of Defence
HMNB Portsmouth, Victory Building

Portsmouth
England
PO1 3LT
Contact: DE&S Ships Commercial Portsmouth
Email: DESShips-Comrcl-Portsm@mod.gov.uk
Phone:
URL:
3. Contract Type:
4. 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.
5. CPV Codes:
90000000 – Sewage, refuse, cleaning and environmental services
90741200 – Oil spillage control services
90733500 – Surface water pollution drainage services
90741300 – Oil spillage rehabilitation services
76000000 – Services related to the oil and gas industry
90715100 – Chemicals and oil pollution investigation services
90730000 – Pollution tracking and monitoring and rehabilitation
90715000 – Pollution investigation services
6. NUTS Codes: UKJ31
7. Main Site or Location of Works, Main Place of Delivery or Main Place of Performance: South East
8. Reference Attributed by the Awarding Authority:
tender_313991/1097814
9. Estimated Value of Requirement: Not Provided
10. Start Date:
11. End Date:
12. Closing Date:
13. Other Information:
Additional Text

For further information/documentation please visit:

RELATED ARTICLES

May 17, 2026

Fountain Lake Jetty - Main works contract

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044885/S 000-2026 Nature of contract: Public works contract Procedure: Not specified Regulation of procurement: Not

May 15, 2026

715862482-Complex Geometry Body Armour - UK1

Type of document: Contract Notice Country: United Kingdom Publication Ref: 044342/S 000-2026 Nature of contract: Supply contract Procedure: Not specified Regulation of procurement: Not applicable Type