National Fuels 3

A Tender Notice
by THE MINISTER FOR THE CABINET OFFICE ACTING THROUGH CROWN COMMERCIAL SERVICE

Source
Find a Tender
Type
Framework (Supply)
Duration
4 year
Value
£2B
Sector
INDUSTRIAL
Published
22 Mar 2024
Delivery
To 23 Apr 2028 (est.)
Deadline
23 Apr 2024 15:00

Concepts

Location

Liverpool

Geochart for 2 buyers and 0 suppliers

Description

Crown Commercial Service (CCS) is seeking to establish a Framework Agreement for the provision of national fuels and associated products and services. The duration of the Framework Agreement is for a four (4) year period. The Framework Agreement will be available for use by UK public sector bodies as described in the customer list. The framework consists of the following lots: Lot 1 - Liquid Fuel (14 Regional Sub Lots and 1 National Sub Lot) Lot 1a Scotland North Lot 1b Scotland West Lot 1c Scotland Central Lot 1d Scotland South Lot 1e England North West Lot 1f England North East Lot 1g England Midlands Lot 1h England East Anglia Lot 1i England London and South East Lot 1j England South Lot 1k England South West Lot 1l South Wales Lot 1m North Wales Lot 1n Northern Ireland Lot 1o National Lot Lot 2 - Liquid Petroleum Gas Lot 3 - Biomass Fuels (wood chips/pellets) Lot 4 - Associated Services Lot 5 - Energy Bureau Services Suppliers will be required to provide the deliverables (goods and services) set out in the specification, the full specification is set out in the invitation to tender (ITT). We are running this competition using the open procedure.

Lot Division

1 Liquid Fuels (14 Regional Lots and 1 National Lot in Lot 1)
  • Value: £979M

Lot 1 consists of 14 Regional Lots and 1 National Lot: - Lot 1a Scotland North - Lot 1b Scotland West - Lot 1c Scotland Central - Lot 1d Scotland South - Lot 1e England North West - Lot 1f England North East - Lot 1g England Midlands - Lot 1h England East Anglia - Lot 1i England London and South East - Lot 1j England South - Lot 1k England South West - Lot 1l South Wales - Lot 1m North Wales - Lot 1n Northern Ireland - Lot 1o National Lot The supplier shall supply liquid fuels for heating, automotive, marine and aviation purposes to buyers throughout the Framework Agreement and any call-off contracts. The supplier shall ensure that the fuels comply with the types requested by the buyers and be of the required quality in accordance with the relevant European Standards and British Standards (or equivalent). The full deliverables required are set out in the specification, the full specification is set out in the invitation to tender (ITT). An eAuction may be used at call-off stage for lot 1.

Award Criteria
Quality 80.0
PRICE 20.0
2 Liquid Petroleum Gas (LPG)
  • Value: £19M

The Supplier shall supply liquefied gases to existing customer sites and any new sites to join the arrangement during the life of the Framework Agreement at the Buyers request. The Supplier shall supply and deliver all types of liquefied gas in all areas and may also be required to supply and install bulk storage tanks to various Buyers across the whole of the UK throughout the Framework Agreement and any call-off contracts. The full deliverables required are set out in the specification, the full specification is set out in the invitation to tender (ITT). An eAuction may be used at call-off stage for lot 2.

Award Criteria
Quality 80.0
PRICE 20.0
3 Solid Fuel & Biomass
  • Value: £471K

The Supplier shall supply and deliver solid fuel and biomass fuel Deliverables to various Buyers across the UK throughout the Framework Agreement and any call-off contracts. The Supplier shall ensure that the fuels will comply with the types requested by the buyers and be of required quality in accordance with the relevant European Standards and British Standards (or equivalent). The full deliverables required are set out in the specification, the full specification is set out in the invitation to tender (ITT).

Award Criteria
Quality 80.0
PRICE 20.0
4 Associated Services
  • Value: £288M

The Supplier shall supply and deliver all types of additional services directly associated to the Deliverables to be delivered under Lots 1-4 under this Framework Agreement to various Buyers across the whole of the UK. The Supplier shall provide any of the Deliverables which they have the capability to deliver and may offer additional Deliverables which are directly associated to the use of the Deliverables covered in Lot 1, 2, 3 and 4 of this Framework Agreement not included in the Lots above in all areas to Buyers throughout the Framework Agreement and any call-off contracts. The Supplier shall ensure that all deliverables are of the required quality in accordance with the relevant European Standards and British Standards (or equivalent) and must comply with all good industry practice and all applicable legislative and regulatory requirements. The full deliverables required are set out in the specification, the full specification is set out in the invitation to tender (ITT).

Award Criteria
Quality 80.0
PRICE 20.0
5 Energy Bureau Services
  • Value: £5M

The Supplier shall provide Bureau Services to deliver Energy Management Services. The Supplier shall work collaboratively with the Buyers to assist in the delivery of their Energy Management Strategy to identify areas for energy consumption reduction, efficiencies, and potential savings, and shall collaboratively support the Buyer in the delivery of the identified areas. The Supplier shall monitor the effectiveness and performance of the Bureau Services provision throughout each Call Off Contract. The Supplier shall communicate regularly with the Buyer in order to collaboratively review, update and improve the Buyer’s Energy Management Strategy. The full deliverables required are set out in the specification, the full specification is set out in the invitation to tender (ITT).

Award Criteria
Quality 60.0
PRICE 40.0

CPV Codes

  • 09100000 - Fuels
  • 09111400 - Wood fuels
  • 09120000 - Gaseous fuels
  • 09122110 - Liquefied propane gas
  • 09122200 - Butane gas
  • 09122210 - Liquefied butane gas
  • 09130000 - Petroleum and distillates
  • 09131000 - Aviation kerosene
  • 09131100 - Kerosene jet type fuels
  • 09132000 - Petrol
  • 09132100 - Unleaded petrol
  • 09132200 - Leaded petrol
  • 09132300 - Petrol with ethanol
  • 09133000 - Liquefied Petroleum Gas (LPG)
  • 09134000 - Gas oils
  • 09134100 - Diesel oil
  • 09134200 - Diesel fuel
  • 09134210 - Diesel fuel (0,2)
  • 09134220 - Diesel fuel (EN 590)
  • 09134230 - Biodiesel
  • 09134231 - Biodiesel (B20)
  • 09134232 - Biodiesel (B100)
  • 09135000 - Fuel oils
  • 09135100 - Heating oil
  • 09135110 - Low-sulphur combustible oils
  • 09210000 - Lubricating preparations
  • 09211000 - Lubricating oils and lubricating agents
  • 09211100 - Motor oils
  • 09211200 - Compressor lube oils
  • 09211300 - Turbine lube oils
  • 09211400 - Gear oils
  • 09211500 - Reductor oils
  • 09211600 - Oils for use in hydraulic systems and other purposes
  • 09211610 - Liquids for hydraulic purposes
  • 09211620 - Mould release oils
  • 09211630 - Anti-corrosion oils
  • 09211650 - Brake fluids
  • 09211800 - Petroleum oils and preparations
  • 09211810 - Light oils
  • 09211820 - Petroleum oils
  • 09211900 - Lubricating traction oils
  • 09240000 - Oil and coal-related products
  • 24111600 - Hydrogen
  • 24322220 - Ethanol
  • 24951000 - Greases and lubricants
  • 24951200 - Additives for oils
  • 24951310 - De-icing agents
  • 24951311 - Anti-freezing preparations
  • 44611410 - Oil-storage tanks
  • 44612000 - Liquefied-gas containers
  • 44612100 - Gas cylinders
  • 44612200 - Gas tanks
  • 50500000 - Repair and maintenance services for pumps, valves, taps and metal containers and machinery
  • 50510000 - Repair and maintenance services of pumps, valves, taps and metal containers
  • 50511000 - Repair and maintenance services of pumps
  • 50511100 - Repair and maintenance services of liquid pumps
  • 50514100 - Repair and maintenance services of tanks
  • 51810000 - Installation services of tanks
  • 60100000 - Road transport services
  • 71610000 - Composition and purity testing and analysis services
  • 90913000 - Tank and reservoir cleaning services
  • 90913100 - Tank-cleaning services
  • 38551000 - Energy meters
  • 48444100 - Billing system
  • 71314000 - Energy and related services
  • 71314200 - Energy-management services
  • 71314300 - Energy-efficiency consultancy services
  • 72300000 - Data services
  • 72314000 - Data collection and collation services
  • 72316000 - Data analysis services

Indicators

  • Bids should cover one or more lots.
  • Bids should cover the whole contract.
  • Renewals are not available.
  • Professional qualifications are sought.
  • Award on basis of price.

Other Information

The value provided in section II.2.6 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement. As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2627d5d0-eb4e-45d1-89cc-767ae6... 1) Contract notice transparency information for the agreement; 2) Contract notice authorised customer list; 3) Rights reserved for CCS framework. The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business. Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement. Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information. Some purchases under this Framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs. Registering for access: This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal. Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.

Reference

Domains