Awarded contract

Fuel Cards and Associated Services

  • The Minister for the Cabinet Office acting through Crown Commercial Service

F03: Contract award notice

Notice reference: 2022/S 000-006638

Published 10 March 2022, 10:45pm



Section one: Contracting authority

one.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital Building, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Telephone

+44 3150103503

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://www.gov.uk/ccs

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fuel Cards and Associated Services

Reference number

RM6186

two.1.2) Main CPV code

  • 30163100 - Agency fuel cards

two.1.3) Type of contract

Supplies

two.1.4) Short description

Crown Commercial Service as the Contracting Authority has put in place a single Lot, multi-supplier Pan Government Collaborative Framework Agreement for the provision of Fuel Cards and Associated Services, across the UK (regional and nationwide) and Europe for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm’s Length Bodies and Agencies, Non Departmental Public Bodies, NHS bodies and Local Authorities.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £1,200,000,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UK - United Kingdom

two.2.4) Description of the procurement

This procurement has created a multi-supplier Commercial Agreement for the provision of Fuel Cards and Associated Services across the UK (regional and nationwide) and Europe. As part of this Commercial Agreement, the Supplier will make available to Contracting Authorities the following mandatory requirements:

• Fuel card functionality.

• Fraud prevention of lost and stolen fuel cards.

• Security of Contracting Bodies' information.

• Customer Service and Account Management.

• Social Value.

• Transition and Implementation where the award of a Call Off Contract under the Framework Agreement results in a change of Supplier.

• Continuous Improvement: Delivering Efficiencies and Increasing Performance.

• Invoicing and Payment Online Management Tool.

• Contracting Authority Management Information.

• Authority Management Information.

• Specific Services

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 60

Price - Weighting: 40

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

The Authority does not consider the Transfer of Undertakings (Protection of Employment) Regulations 2006 to be an issue in respect of this Procurement at Framework Agreement Stage as the services are not provided at this level. At Call Off Stage, the Authority takes the view that TUPE is unlikely to apply. It is the responsibility of Potential Providers to take their own advice.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-028752

four.2.9) Information about termination of call for competition in the form of a prior information notice

The contracting authority will not award any further contracts based on the above prior information notice


Section five. Award of contract

Lot No

1

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

22 February 2022

five.2.2) Information about tenders

Number of tenders received: 10

Number of tenders received from SMEs: 1

Number of tenders received by electronic means: 10

The contract has been awarded to a group of economic operators: No

five.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

Email

supplier@crowncommercial.gov.uk

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £1,200,000,000


Section six. Complementary information

six.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/66993466-eea0-48dc-9356-add64f02799d

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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.

six.4) Procedures for review

six.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

Email

supplier@crowncommercial.gov.uk

Country

United Kingdom

Internet address

https://www.crowncommercial.gov.uk/

six.4.4) Service from which information about the review procedure may be obtained

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

Email

supplier@crowncommercial.gov.uk

Country

United Kingdom