Tender

The Provision of Transport Services for the Movement of Fuels within the UK - F02 - Notice

  • Ministry of Defence, DE&S

F02: Contract notice

Notice identifier: 2022/S 000-022971

Procurement identifier (OCID): ocds-h6vhtk-035feb

Published 18 August 2022, 2:11pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Defence, DE&S

Bristol

Email

DESCommodities-Comrcl-Fuel@mod.gov.uk

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

https://des.mod.uk/

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.