Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
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.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) has established 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 is 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
II.1.6) Information about lots
This contract is divided into lots:
Yes
II.1.7) Total value of the procurement
Value excluding VAT:
2 000 000 000.00
GBP
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 will supply liquid fuels for heating, automotive, marine and aviation purposes to buyers throughout the Framework Agreement and any call-off contracts.
The supplier will 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).
An eAuction may be used at call-off stage for lot 1.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.1.7 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 will 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 will 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.
An eAuction may be used at call-off stage for lot 2.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.1.7 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
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 will 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 will 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).
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.1.7 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
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 will 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 will 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.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 80
Price
/ Weighting:
20
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.1.7 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 will provide Bureau Services to deliver Energy Management Services.
The Supplier will 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 will monitor the effectiveness and performance of the Bureau Services provision throughout each Call Off Contract. The Supplier will communicate regularly with the Buyer in order to collaboratively review, update and improve the Buyer’s Energy Management Strategy.
II.2.5) Award criteria
Quality criterion: Quality
/ Weighting: 60
Price
/ Weighting:
40
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.1.7 is only an estimate. Crown Commercial Service cannot guarantee any business through the Framework Agreement.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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:
2024/S 000-009341
Section V: Award of contract
Lot No: 1
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
01/10/2024
V.2.2) Information about tenders
Number of tenders received: 27
Number of tenders received from SMEs: 13
Number of tenders received by electronic means: 27
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
See Contracts Finder Notice for full supplier list
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
NUTS: UK
The contractor is an SME:
No
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 2 000 000 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.
As part of this contract award notice the following can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/e0b72865-3aea-4ebd-8b0a-e6d1ab29f8b8
1) Redacted Commercial Agreement
2) List of Successful Suppliers
3) Approved Customer list
4) Transparency Agenda
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders were required to make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
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 3450103503
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.4.2) Body responsible for mediation procedures
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
VI.5) Date of dispatch of this notice
30/10/2024