Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

National Fuels 3

  • First published: 23 March 2024
  • Last modified: 23 March 2024

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03bd06
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
23 March 2024
Deadline date:
23 April 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
24951200 Additives for oils Greases and lubricants
09211630 Anti-corrosion oils Lubricating oils and lubricating agents
24951311 Anti-freezing preparations Greases and lubricants
09131000 Aviation kerosene Petroleum and distillates
48444100 Billing system Accounting system
09134230 Biodiesel Gas oils
09134232 Biodiesel (B100) Gas oils
09134231 Biodiesel (B20) Gas oils
09211650 Brake fluids Lubricating oils and lubricating agents
09122200 Butane gas Propane and butane
71610000 Composition and purity testing and analysis services Technical testing, analysis and consultancy services
09211200 Compressor lube oils Lubricating oils and lubricating agents
72316000 Data analysis services Data-processing services
72314000 Data collection and collation services Data-processing services
72300000 Data services IT services: consulting, software development, Internet and support
24951310 De-icing agents Greases and lubricants
09134200 Diesel fuel Gas oils
09134210 Diesel fuel (0,2) Gas oils
09134220 Diesel fuel (EN 590) Gas oils
09134100 Diesel oil Gas oils
71314000 Energy and related services Consultative engineering and construction services
38551000 Energy meters Meters
71314300 Energy-efficiency consultancy services Energy and related services
71314200 Energy-management services Energy and related services
24322220 Ethanol Alcohols, phenols, phenol-alcohols and their halogenated, sulphonated, nitrated or nitrosated derivatives; industrial fatty alcohols
09135000 Fuel oils Petroleum and distillates
09100000 Fuels Petroleum products, fuel, electricity and other sources of energy
44612100 Gas cylinders Liquefied-gas containers
09134000 Gas oils Petroleum and distillates
44612200 Gas tanks Liquefied-gas containers
09120000 Gaseous fuels Fuels
09211400 Gear oils Lubricating oils and lubricating agents
24951000 Greases and lubricants Specialised chemical products
09135100 Heating oil Fuel oils
24111600 Hydrogen Hydrogen, argon, rare gases, nitrogen and oxygen
51810000 Installation services of tanks Installation services of metal containers
09131100 Kerosene jet type fuels Aviation kerosene
09132200 Leaded petrol Petrol
09211810 Light oils Lubricating oils and lubricating agents
09122210 Liquefied butane gas Propane and butane
09133000 Liquefied Petroleum Gas (LPG) Petroleum and distillates
09122110 Liquefied propane gas Propane and butane
44612000 Liquefied-gas containers Tanks, reservoirs, containers and pressure vessels
09211610 Liquids for hydraulic purposes Lubricating oils and lubricating agents
09135110 Low-sulphur combustible oils Fuel oils
09211000 Lubricating oils and lubricating agents Lubricating preparations
09210000 Lubricating preparations Petroleum, coal and oil products
09211900 Lubricating traction oils Lubricating oils and lubricating agents
09211100 Motor oils Lubricating oils and lubricating agents
09211620 Mould release oils Lubricating oils and lubricating agents
09240000 Oil and coal-related products Petroleum, coal and oil products
09211600 Oils for use in hydraulic systems and other purposes Lubricating oils and lubricating agents
44611410 Oil-storage tanks Tanks
09132000 Petrol Petroleum and distillates
09132300 Petrol with ethanol Petrol
09130000 Petroleum and distillates Fuels
09211820 Petroleum oils Lubricating oils and lubricating agents
09211800 Petroleum oils and preparations Lubricating oils and lubricating agents
09211500 Reductor oils Lubricating oils and lubricating agents
50500000 Repair and maintenance services for pumps, valves, taps and metal containers and machinery Repair and maintenance services
50511100 Repair and maintenance services of liquid pumps Repair and maintenance services of pumps
50511000 Repair and maintenance services of pumps Repair and maintenance services of pumps, valves, taps and metal containers
50510000 Repair and maintenance services of pumps, valves, taps and metal containers Repair and maintenance services for pumps, valves, taps and metal containers and machinery
50514100 Repair and maintenance services of tanks Repair and maintenance services of metal containers
60100000 Road transport services Transport services (excl. Waste transport)
90913000 Tank and reservoir cleaning services Cleaning services
90913100 Tank-cleaning services Tank and reservoir cleaning services
09211300 Turbine lube oils Lubricating oils and lubricating agents
09132100 Unleaded petrol Petrol
09111400 Wood fuels Coal and coal-based fuels

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.