web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Bristol: Global Bulk Fuels Service (GBFS)

Type of document: Invitation to tender
Country: United Kingdom
OJEU Ref: (2020/S 088-211217/EN)
Nature of contract: Supply contract
Procedure: Restricted procedure

Contract notice
Supplies
Directive 2009/81/EC
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, Defence Fuels Group
Cedar 3a #3360, MOD Abbey Wood
Bristol
Postal code: BS34 8JH
United Kingdom
Contact points(s): Ashlie West
Phone: +44 3067985932
Email: DESCommodities-Comrcl-Fuel@mod.gov.uk
Internet Address(es):
General address of the contracting authority: www.mod.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2) Type of the contracting authority:
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: Yes
Aberdeen County Council
Ground Floor, Marischal College, Broad Street
Aberdeen
Postal code: AB10 1AB
United Kingdom
Avon and Somerset Constabulary
Police Headquarters, PO Box 37, Valley Road
Portishead
Postal code: BS20 8JJ
United Kingdom
Central Scotland Police
Force Headquarters, Randolphfield, St Ninians Rd
Stirling
Postal code: FK8 2HD
United Kingdom
Dumfries and Galloway Police
Police Headquarters, Cornwall Mount
Dumfries
Postal code: DG1 1PZ
United Kingdom
The Highland Council Harbours Authority
Glenurquhart Rd
Inverness
Postal code: IV3 5NX
United Kingdom
Environment Agency
PO Box 544
RotherhamS60 1BY
Postal code: S60 1BY
United Kingdom
Highlands and Islands Fire and Rescue Service
50a Harbour Rd
Inverness
Postal code: IV1 1UF
United Kingdom
Humberside Police Headquarters
Priory Rd
Hull
Postal code: HU5 5SF
United Kingdom
Lothian and Borders Police
113 High
Tranent
Postal code: EH33 1LW
United Kingdom
Maritime and Coastguard Agency
Bay 2/06, Spring Place, 105 Commercial Road
Southampton
Postal code: SO15 1EG
United Kingdom
Metropolitan Police Service
17th Floor (East),Victoria Embankment
London
Postal code: SW1A 2JL
United Kingdom
NI Road Service
Clarence Court, Adelaide Street
Belfast
Postal code: BT2 8GE
United Kingdom
Northern Constabulary
Northern Constabulary
Wick
Postal code: KW1 5LB
United Kingdom
Northamptonshire Police
Force Headquarters, Wootton Hall Park
Northampton
Postal code: NN4 0JQ
United Kingdom
The Northern Ireland Environment Agency
Antrim Road
Lisburn
Postal code: BT28 3AL
United Kingdom
Scottish Water
Castle House, 6 Castle Drive, Carnegie Campus, Dunfermline
Fife
Postal code: KY11 8GG
United Kingdom
Shetland Islands Council
8, North Ness Business Park, Mitchell’s Rd, Lerwick
Shetland
Postal code: ZE1 0LZ
United Kingdom
Strathclyde Police
173 Pitt Street
Glasgow
Postal code: G2 4JS
United Kingdom
Suffolk Constabulary
Portal Ave, Martlesham Heath, Martlesham
Ipswich
Postal code: IP5 3QS
United Kingdom
Sussex Police
Police Headquarters, 1 Malling House, Church Lane
Lewes
Postal code: BN7 2DZ
United Kingdom
Tayside Police
PO Box 59, 4 West Bell Street
Dundee
Postal code: DD1 9JU
United Kingdom
Water Service NI
PO Box 1026
Belfast
Postal code: BT1 9DJ
United Kingdom
West Mercia Constabulary
Hindlip Hall, Hindlip
Worcestershire
Postal code: WR3 8SP
United Kingdom
Western Isles Council
Sandwick Road, Stornoway
Isle of Lewis
Postal code: HS1 2BW
United Kingdom

Section II: Object of the contract:
II.1) Description:
II.1.1) Title attributed to the contract by the contracting authority/entity: Global Bulk Fuels Service (GBFS)
II.1.2) Type of contract and location of works, place of delivery or of performance:
Supplies
Type of supplies contract: Purchase
Main site or location of works, place of delivery or of performance: United Kingdom
Nuts code:
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4) Information on framework agreement
II.1.5) Short description of the specific contract:Fuels. Kerosene jet type fuels. Diesel fuel. Unleaded petrol. The Ministry Of Defence (MOD), as the Contracting Authority, has an ongoing requirement for of bulk fuels; aviation, marine, and marine aviation worldwide and potentially small volumes of ground fuels (outside of the UK) to support its routine and operational activities. (Ground fuels for the UK are NOT part of this requirement). A multi-supplier pan-government Framework Agreement is required to meet the Authority’s requirement. The following fuel types are currently required, (however, additional fuel types may be required during the life of the framework agreement): F-34 (AVTUR-FSII) Turbine Fuel Aviation, Kerosene type with Fuel System Icing Inhibitor; F-35 (AVTUR) Turbine Fuel Aviation, Kerosene Type; F-44 (AVCAT-FSII) Turbine Fuel Aviation, High Flash type with Fuel System icing Inhibitor; F-54 (DIESO MT) Road Diesel; F-67 (ULGAS) Unleaded gasoline; F-76 (Fuel, Naval Distillate) Marine diesel; F-75 (Fuel Naval Distillate) Marine diesel. The duration of the framework agreement is 4 years. Estimated total value is GBP 800m. Estimated annual value is GBP 200M. If you are interested in participating in the competition for this requirement, please complete the Pre Qualification Questionnaire (PQQ) linked to this notice by the PQQ return date. PRIOR TO COMPLETING THE PQQ, PLEASE ENSURE YOU READ THE PQQ GUIDANCE INSTRUCTIONS AND CONDITIONS DOCUMENT WHICH IS ATTACHED IN THE PQQ TOOL. The government departments detailed below are potential users of the framework, however any other UK government department, its Agencies, Trading Funds and Non Departmental Public Bodies, as well as the wider public sector (and any future successors to these organisations) may have a future requirement for use of this framework.
II.1.6) Common procurement vocabulary (CPV): 09100000, 09131100, 09134200, 09132100,
II.1.7) Information about Government Procurement Agreement (GPA):
The contract is covered by the Government Procurement Agreement (GPA):
II.1.8) Lots:
The contract is divided into lots: No
II.1.9) Information about variants:
Variants will be accepted: NO
II.2) Quantity or scope of the contract:
II.2.1) Total quantity or scope:
Supply of bulk fuels in the UK and overseas. The Ministry of Defence (MOD), as the Contracting Authority, has an ongoing requirement for bulk fuels; aviation, marine, and marine aviation fuel in the UK and worldwide and small volumes of ground fuels (outside of the UK) to support its routine and operational activities.
Estimated value excluding VAT:
800 281 000 GBP
II.2.2) Information about options:
Options: no
II.2.3) Information about renewals:
II.3) Duration of the contract or time limit for completion

Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required:
Bank and/or Parent Company Guarantees and/or other guarantees of performance and financial liability may be required.
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Conditions relating to financing and payment will be specified in the contractual documentation.Payment under this Contract will be via the use of Exostar (which connects the the Authority’s Contract, Purchasing and Finance system).
III.1.3) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
If a contract is awarded to a grouping of economic operators, the Contracting Authority may require the grouping to form a legal entity (with appropriate financial guarantee from its parent companies before entering into the contract). The group will be required to nominate a lead partner with whom the Authority can lawfully contract or form themselves into a single entity before the Contract is awarded.
III.1.4) Other particular conditions
The performance of the contract is subject to particular conditions: yes
Description of particular conditions: Specific conditions will be set out in the contract documentation.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
The Authority will apply all the offences listed in Article 39(1) of Directive 2009/81/EC (implemented as Regulation 23(1) of the Defence and Security Public Contract Regulations (DSPCR) 2011 in the UK) and all of the professional misconducts listed at Article 39(2) of Directive 2009/81/EC (see also Regulation 23(2) in the DSPCR 2011) to the decision of whether a Candidate is eligible to be invited to tender.A full list of the Regulation 23(1) and 23(2) criteria are at will be required to sign a declaration confirming whether they do or do not have any of the listed criteria as part of the pre-qualification process.Candidates who have been convicted of any of the offences under Article 39(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest (including defence and security factors) for doing so.Candidates who are guilty of any of the offences, circumstances or misconduct under Article 39(2) may be excluded from being selected to bid at the discretion of the Authority.
III.2.2) Economic and financial ability
(b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.Financial Information required is set out in the Dynamic Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required: (b) The presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established(c) where appropriate, a statement, covering the three previous financial years of the economic operator, of:(i) the overall turnover of the business of the economic operator; and (ii) where appropriate, the turnover in respect of the work, works, goods or services which are of a similar type to the subject matter of the contract.Financial Information required is set out in the Dynamic Pre Qualification Questionnaire.Financial Information required is set out in the Dynamic Pre Qualification Questionnaire.
III.2.3) Technical capacity
Information and formalities necessary for evaluating if the requirements are met: (a) in the case of a supply contract requiring the siting or installation of goods, a services contract or a works contract, the economic operator’s technical ability, taking into account in particular that economic operator’s skills, efficiency, experience and reliabilityFull details are provided in the Dynamic Pre Qualification Questionnaire.
Minimum level(s) of standards possibly required: Full details are provided in the Dynamic Pre Qualification Questionnaire.
III.2.4) Information about reserved contracts
III.3) Conditions specific to services contracts
III.3.1) Information about a particular profession
Execution of the service is reserved to a particular profession:
III.3.2) Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service:
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure
Restricted
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate
Objective criteria for choosing the limited number of candidates:

IV.1.3) Reduction of the number of operators during the negotiation or dialogue
IV.2) Award criteria
IV.2.2) Information about electronic auction

IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority/entity
DFAP/0024
IV.3.2) Previous publication(s) concerning the same contract
No
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: Yes
IV.3.4) Time limit for receipt of tenders or requests to participate
10.06.2020 – 10:00
IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up
EN
IV.3.7) Minimum time frame during which the tenderer must maintain the tender
In days:
IV.3.8) Conditions for opening of tenders

Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.2) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: No
VI.3) Additional information
Advertising Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU),the MoD Defence Contracts Bulletin and www.contracts.mod.uk
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a Security Aspects Letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification.

The Cyber Risk Profile is Very Low. Risk Assessment Reference – RAR-EWG39S9U
Suppliers must read through this set of instructions and follow the process to respond to this opportunity.
The information and/or documents for this opportunity are available on
You must register on this site to respond, if you are already registered you will not need to register again, simply use your existing username and password. Please note there is a password reminder link on the homepage.
Suppliers must log in, go to your Response Manager and add the following Access Code: 436TGHCH8R.
Please ensure you follow any instruction provided to you here.
The deadline for submitting your response(s) is detailed within this contract notice, you will also have visibility of the deadline date, once you have added the Access code via DCO as the opening and closing date is visible within the opportunity.
Please ensure that you allow yourself plenty of time when responding to this opportunity prior to the closing date and time, especially if you have been asked to upload documents.
If you experience any difficulties please refer to the online Frequently Asked Questions (FAQ’s) or the User Guides or contact the MOD DCO Helpdesk by emailing support@contracts.mod.uk or Telephone 0800 282 324.
GO Reference: GO-202054-DCB-16489518
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
Ministry of Defence, IMOC, Defence Fuels Group
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067985392
Email: DESCommodities-Comrcl-Fuel@mod.gov.uk
Body responsible for mediation procedures:
Ministry of Defence, IMOC, Defence Fuels Group
Bristol
United Kingdom
Phone: +44 3067985392
Email: DESCommodities-Comrcl-Fuel@mod.gov.uk
VI.4.3) Service from which information about the lodging of appeals may be obtained:
Ministry of Defence, IMOC, Defence Fuels Group
Bristol
United Kingdom
Email: DESCommodities-Comrcl-Fuel@mod.gov.uk
VI.5) Date of dispatch of this notice:
04.05.2020