Section one: Contracting authority
one.1) Name and addresses
Harrow Council
Civic Centre
Harrow
HA1 2XY
Contact
Mr Daniel Rinn
Telephone
+44 2088635611
Country
United Kingdom
NUTS code
UKI74 - Harrow and Hillingdon
Internet address(es)
Main address
Buyer's address
one.4) Type of the contracting authority
Regional or local 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
DN587566
two.1.2) Main CPV code
- 63000000 - Supporting and auxiliary transport services; travel agencies services
two.1.3) Type of contract
Services
two.1.4) Short description
The requirement is for Harrow Council drivers / operators to be able to refuel vehicles, plant equipment and fuel cans using a fuel card to enable the transaction. The fuel card provider issues a consolidated invoice in arrears of the fuel transactions showing full details of each transaction for payment.
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: £6,281,277.66
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKI74 - Harrow and Hillingdon
two.2.4) Description of the procurement
The requirement is for Harrow Council drivers / operators to be able to refuel vehicles, plant equipment and fuel cans using a fuel card to enable the transaction. The fuel card provider issues a consolidated invoice in arrears of the fuel transactions showing full details of each transaction for payment.
In summary the Mandatory Requirements which the Fuel Card Provider shall provide to the Authority are:
Reliable and easy to use fuel cards
Anti-fraud measures and controls
Security features and support
Focused and available customer service support team
Dedicated key account management representative to resolve problems identified and to work with the Authority in the spirit of continuous improvement over the life of the Contract
Priority forecourt access (in event of panic buying or similar)
Transitional support from current arrangements to new
Set up and implementation support
Ongoing support with efficiency initiatives
Continuous improvement support
Performance improvement support and initiatives
Customer portal facility to manage all financial aspects
Ability to set up departmental cost centres to individual cards via customer portal
Management Information
Reporting to the Authority
Complying to the requirements set ou in this specification and the contract terms and conditions
two.2.5) Award criteria
Quality criterion - Name: Quality Criteria / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
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
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2021/S 000-032093
Section five. Award of contract
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
28 April 2022
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 0
Number of tenders received from tenderers from other EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
WEX Europe Services Ltd
Emperor Way, Crewe Business Park, Crewe
Cheshire
CW1 6BD
Country
United Kingdom
NUTS code
- UK - United Kingdom
National registration number
08284241
The contractor is an SME
No
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £6,281,277.66
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
Royal Court Of Justice
London
WC2A 2LL
Country
United Kingdom