Section one: Contracting authority
one.1) Name and addresses
Ministry of Defence, DE&S
Bristol
DESCommodities-Comrcl-Fuel@mod.gov.uk
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at
https://www.contracts.mod.uk/go/183418400182B05982ED
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.contracts.mod.uk/go/183418400182B05982ED
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
Defence
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
The Provision of Transport Services for the Movement of Fuels within the UK - F02 - Notice
Reference number
DFAP/0051
two.1.2) Main CPV code
- 60100000 - Road transport services
two.1.3) Type of contract
Services
two.1.4) Short description
The Authority has a requirement for the provision of scheduled transport services for the collection and delivery of Aviation and Marine fuels within the mainland United Kingdom, excluding Northern Ireland. The required service covers the provision of vehicles, drivers and scheduling for the transportation of Aviation fuel from Petroleum Supply Depots (PSDs) to Ministry of Defence (MOD) and support locations.
The Authority requires the information sought in this DPQQ from each Potential Provider that wishes to participate in this procurement. Only Potential Providers who are successful at DPQQ stage will be invited to proceed to the next stage of the procedure. As per policy, the Authority are obligated to add a maximum number of suppliers which may proceed to the next stage of the procedure. This maximum number for this procurement is ten (10).
Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2131.
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 34133110 - Fuel-tanker trucks
- 34144730 - Aircraft-refuelling vehicles
- 60100000 - Road transport services
- 60300000 - Pipeline transport services
- 63721400 - Ship refuelling services
- 63733000 - Aircraft refuelling services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
The Potential Provider must be able to provide the service across the whole of the UK (excl. Northern Ireland) depending on weekly demand.
two.2.4) Description of the procurement
The Authority has a requirement for the provision of scheduled transport services for the collection and delivery of Aviation and Marine fuels within the mainland United Kingdom, excluding Northern Ireland. The required service covers the provision of vehicles, drivers and scheduling for the transportation of Aviation fuel from Petroleum Supply Depots (PSDs) to Ministry of Defence (MOD) and support locations.
The Authority requires the information sought in this DPQQ from each Potential Provider that wishes to participate in this procurement. Only Potential Providers who are successful at DPQQ stage will be invited to proceed to the next stage of the procedure. As per policy, the Authority are obligated to add a maximum number of suppliers which may proceed to the next stage of the procedure. This maximum number for this procurement is ten (10).
Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2131.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 40%
Quality criterion - Name: Commercial / Weighting: 60%
Price - Weighting: 100
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
48
This contract is subject to renewal
Yes
Description of renewals
The previous Provision of Transport Services for the Movement of Fuels within the UK was awarded competitively to cover a 4 year period in 2019. It is MOD policy to, when possible, seek competition to fulfil requirements when the original Contract or Service expires allowing fair and open competition to be carried out and to ensure value for money opportunities are optimised.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Subject to Tender, this arrangement will likely be accompanied by an optional one (1) year extension which can only be activated by the Authority towards the end of the Contract.
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
All Potential Suppliers must register on the DSP to express interest and participate in Sourcing events. Suppliers must complete the initial onboarding process (completing all mandatory questions in the basic profile forms) in order to access the DSP and view sourcing events.
To begin the registration process, click the “Register Now” button on the main login
page: https://contracts.mod.uk/.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
Tender documentation will be provided as part of the Tender process stage. Potential Providers must first provide their interest through the Defence Sourcing Portal (DSP) and complete the DPQQ question.
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract
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
Framework agreement with a single operator
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.2.2) Time limit for receipt of tenders or requests to participate
Date
19 September 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
26 September 2022
Local time
12:00pm
Place
Defence Sourcing Portal (DSP)
Information about authorised persons and opening procedure
Date provided is a guideline. The Authority requires the information sought in this DPQQ from each Potential Provider that wishes to participate in this procurement. Only Potential Providers who are successful at DPQQ stage will be invited to proceed to the next stage of the procedure. As per policy, the Authority are obligated to add a maximum number of suppliers - this number is ten (10).
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Authority has a requirement for the provision of scheduled transport services for the collection and delivery of Aviation and Marine fuels within the mainland United Kingdom, excluding Northern Ireland. The required service covers the provision of vehicles, drivers and scheduling for the transportation of Aviation fuel from Petroleum Supply Depots (PSDs) to Ministry of Defence (MOD) and support locations.
The Authority requires the information sought in this DPQQ from each Potential Provider that wishes to participate in this procurement. Only Potential Providers who are successful at DPQQ stage will be invited to proceed to the next stage of the procedure. As per policy, the Authority are obligated to add a maximum number of suppliers which may proceed to the next stage of the procedure. This maximum number for this procurement is ten (10).
Prospective contractors are required to hold Quality Management System certification to ISO9001:2015 or suitable alternative, with the appropriate scope to deliver contract requirements, issued by a Nationally Accredited Certification Body. You will be required to provide a copy of the certificate(s) as directed by any Dynamic Pre-Qualification Questionnaire (DPQQ) or Invitation to Tender (ITT) associated with this Notice, and in any event, the winning supplier will be required to provide it for review prior to contract award. The contractual condition for quality will be Allied Quality Assurance Publication (AQAP) 2131.
six.4) Procedures for review
six.4.1) Review body
Abbeywood, Filton
Bristol
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Deadline for DPQQ completion is 19th September 2022; 12:00. Once the DPQQ responses have been evaluated, the successful Potential Providers (further information on "successful" can be sought within the Guidance documentation) will proceed to the ITT stage c. 26th September 2022. Contract is anticipated to be awarded on or before 1st December 2022.