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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.londontenders.org/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.londontenders.org/
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
- 30163100 - Agency fuel cards
two.1.3) Type of contract
Supplies
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.1.5) Estimated total value
Value excluding VAT: £7,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30163100 - Agency fuel cards
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 / Weighting: 60
Quality criterion - Name: Social Value / Weighting: 10
Price - Weighting: 30
two.2.6) Estimated value
Value excluding VAT: £7,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
This contract is subject to renewal
Yes
Description of renewals
1 option to extend for a further 2 years.
two.2.10) Information about variants
Variants will be accepted: No
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.2.2) Time limit for receipt of tenders or requests to participate
Date
7 February 2022
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
7 February 2022
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Court of Justice
Strand
London
WC2A 2LL
Country
United Kingdom