Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
National Fuels 3
Reference number: RM6305
II.1.2) Main CPV code
09100000
II.1.3) Type of contract
Supplies
II.1.4) Short 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.
II.1.5) Estimated total value
Value excluding VAT:
2 000 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Liquid Fuels (14 Regional Lots and 1 National Lot in Lot 1)
II.2.2) Additional CPV code(s)
09111400
09120000
09122110
09122200
09122210
09130000
09131000
09131100
09132000
09132100
09132200
09132300
09133000
09134000
09134100
09134200
09134210
09134220
09134230
09134231
09134232
09135000
09135100
09135110
09210000
09211000
09211100
09211200
09211300
09211400
09211500
09211600
09211610
09211620
09211630
09211650
09211800
09211810
09211820
09211900
09240000
24111600
24322220
24951000
24951200
24951310
24951311
44611410
44612000
44612100
44612200
50500000
50510000
50511000
50511100
50514100
51810000
60100000
71610000
90913000
90913100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
979 210 303.39
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The value provided in section II.2.6 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement.
Lot No: 2
II.2.1) Title
Liquid Petroleum Gas (LPG)
II.2.2) Additional CPV code(s)
09111400
09120000
09122110
09122200
09122210
09130000
09131000
09131100
09132000
09132100
09132200
09132300
09133000
09134000
09134100
09134200
09134210
09134220
09134230
09134231
09134232
09135000
09135100
09135110
09210000
09211000
09211100
09211200
09211300
09211400
09211500
09211600
09211610
09211620
09211630
09211650
09211800
09211810
09211820
09211900
09240000
24111600
24322220
24951000
24951200
24951310
24951311
44611410
44612000
44612100
44612200
50500000
50510000
50511000
50511100
50514100
51810000
60100000
71610000
90913000
90913100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
18 965 811.59
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The value provided in section II.2.6 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement.
Lot No: 3
II.2.1) Title
Solid Fuel & Biomass
II.2.2) Additional CPV code(s)
09111400
09120000
09122110
09122200
09122210
09130000
09131000
09131100
09132000
09132100
09132200
09132300
09133000
09134000
09134100
09134200
09134210
09134220
09134230
09134231
09134232
09135000
09135100
09135110
09210000
09211000
09211100
09211200
09211300
09211400
09211500
09211600
09211610
09211620
09211630
09211650
09211800
09211810
09211820
09211900
09240000
24111600
24322220
24951000
24951200
24951310
24951311
44612100
44612200
50500000
50510000
50511000
50511100
50514100
51810000
71610000
90913000
90913100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
471 091.60
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The value provided in section II.2.6 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement.
Lot No: 4
II.2.1) Title
Associated Services
II.2.2) Additional CPV code(s)
09111400
09120000
09122110
09122200
09122210
09130000
09131000
09131100
09132000
09132100
09132200
09132300
09133000
09134000
09134100
09134200
09134210
09134220
09134230
09134231
09134232
09135000
09135100
09135110
09210000
09211000
09211100
09211200
09211300
09211400
09211500
09211600
09211610
09211620
09211630
09211650
09211800
09211810
09211820
09211900
09240000
24111600
24322220
24951000
24951200
24951310
24951311
44611410
44612000
44612100
44612200
50500000
50510000
50511000
50511100
50514100
51810000
60100000
71610000
90913000
90913100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
II.2.6) Estimated value
Value excluding VAT:
288 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The value provided in section II.2.6 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement.
Lot No: 5
II.2.1) Title
Energy Bureau Services
II.2.2) Additional CPV code(s)
38551000
48444100
71314000
71314200
71314300
72300000
72314000
72316000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
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).
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
II.2.6) Estimated value
Value excluding VAT:
4 887 500.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: No
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
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
The value provided in section II.2.6 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement.
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:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Information about 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:
2023/S 000-010048
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
23/04/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
23/04/2024
Local time: 15:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/2627d5d0-eb4e-45d1-89cc-767ae6e9f571
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.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
22/03/2024