Tender

SR043 - Supply and Delivery of Bulk Fuels

  • ScotRail

F05: Contract notice – utilities

Notice identifier: 2022/S 000-033970

Procurement identifier (OCID): ocds-h6vhtk-038996

Published 30 November 2022, 3:46pm



The closing date and time has been changed to:

18 January 2023, 4:00pm

See the change notice.

Section one: Contracting entity

one.1) Name and addresses

ScotRail

Atrium Court, 50 Waterloo Street

Glasgow

G2 6HQ

Contact

Rhona Milligan

Email

rhona.milligan1@scotrail.co.uk

Telephone

+44 7771341526

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.scotrail.co.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30589

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

http://www.fpaconsulting.co.uk

Additional information can be obtained from another address:

FPA Consulting Limited

Derby

Email

tenders@fpaconsulting.co.uk

Country

United Kingdom

NUTS code

UKF11 - Derby

Internet address(es)

Main address

http://www.fpaconsulting.co.uk

Tenders or requests to participate must be submitted electronically via

https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx

one.6) Main activity

Railway services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SR043 - Supply and Delivery of Bulk Fuels

two.1.2) Main CPV code

  • 09100000 - Fuels

two.1.3) Type of contract

Supplies

two.1.4) Short description

ScotRail Trains Ltd has a requirement for the supply and delivery of 41 million litres (approx.) of Marked Gas Oil to BS2869 Class A2 or BS EN590 for use in UK Railway vehicles to 6 delivery locations in Edinburgh, Glasgow (3), Inverness and Perth and for the supply and delivery of Diesel to BS EN590 for heating purposes to 1 delivery location in Glasgow. Precise details of each delivery Lot together with any additional requirements will be contained within the PQQ/tender documents.

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Supply and Delivery of Marked Gas Oil to Eastfield Depot, Glasgow

Lot No

1

two.2.2) Additional CPV code(s)

  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Eastfield Depot, Carron Crescent, Springburn, Glasgow,

G22 6BW.

two.2.4) Description of the procurement

The supply and delivery of 4.9 million litres (approx) per annum of Gas Oil for use in UK Railway vehicles marked and dyed in accordance with HM Customs and Excise Regulations to BS2869 Class A2 or BS EN590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

two.2) Description

two.2.1) Title

Supply and Delivery of Marked Gas Oil to Corkerhill Depot, Glasgow

Lot No

2

two.2.2) Additional CPV code(s)

  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Corkerhill Depot, off Corkerhill Crescent, Glasgow,

G52 2AB

two.2.4) Description of the procurement

The supply and delivery of 6.0 million litres (approx) per annum of Gas Oil for use in UK Railway vehicles marked and dyed in accordance with HM Customs and Excise Regulations to BS2869 Class A2 or BS EN590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

two.2) Description

two.2.1) Title

Supply and Delivery of Marked Gas Oil to Haymarket Depot, Edinburgh

Lot No

4

two.2.2) Additional CPV code(s)

  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM75 - Edinburgh, City of
Main site or place of performance

Haymarket Depot, Russell Road, Edinburgh EH12 5NB.

two.2.4) Description of the procurement

The supply and delivery of 12.7 million litres (approx) per annum of Gas Oil for use in UK Railway vehicles marked and dyed in accordance with HM Customs and Excise Regulations to BS2869 Class A2 or BS EN590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

two.2) Description

two.2.1) Title

Supply and Delivery of Marked Gas Oil to Inverness Depot, Inverness

Lot No

5

two.2.2) Additional CPV code(s)

  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM62 - Inverness & Nairn and Moray, Badenoch & Strathspey
Main site or place of performance

Inverness Depot, Longman Road, Inverness, IV1 1RY.

two.2.4) Description of the procurement

The supply and delivery of 9.0 million litres (approx) per annum of Gas Oil for use in UK Railway vehicles marked and dyed in accordance with HM Customs and Excise Regulations to BS2869 Class A2 or BS EN590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

two.2) Description

two.2.1) Title

Supply and Delivery of Marked Gas Oil to Perth Depot, Perth

Lot No

6

two.2.2) Additional CPV code(s)

  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Perth Depot, Caledonian Road, Perth, PH1 5OU.

two.2.4) Description of the procurement

The supply and delivery of 5.5 million litres (approx) per annum of Gas Oil for use in UK Railway vehicles marked and dyed in accordance with HM Customs and Excise Regulations to BS2869 Class A2 or BS EN590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

two.2) Description

two.2.1) Title

Supply and Delivery of Diesel for Heating to Shields Depot, Glasgow

Lot No

7

two.2.2) Additional CPV code(s)

  • 09134100 - Diesel oil

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Shields Depot, 35 St Andrews Street, Glasgow, G41 5SG

two.2.4) Description of the procurement

The supply and delivery of 200,000 (Two hundred Thousand) litres (approx) per annum of Diesel for heating purposes to EN BS590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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

two.2) Description

two.2.1) Title

Supply and Delivery of Marked Gas Oil to Cadder Yard, Glasgow

Lot No

3

two.2.2) Additional CPV code(s)

  • 09134000 - Gas oils

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

Cadder Yard, Bishopbriggs, Glasgow, G64 1UZ.

two.2.4) Description of the procurement

The supply and delivery of 3.0 million litres (approx) per annum of Gas Oil for use in UK Railway vehicles marked and dyed in accordance with HM Customs and Excise Regulations to BS2869 Class A2 or BS EN590 commencing from an indicative start date of 1st July 2023.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

12

This contract is subject to renewal

No

two.2.9) Information about the limits on the number of candidates to be invited

Envisaged minimum number: 3

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 three. Legal, economic, financial and technical information

three.1) Conditions for participation

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.2.2) Contract performance conditions

As detailed within the Tender Documentation.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue

Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated

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

Originally published as:

Date

4 January 2023

Local time

4:00pm

Changed to:

Date

18 January 2023

Local time

4:00pm

See the change notice.

four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

23 January 2023

four.2.4) Languages in which tenders or requests to participate may be submitted

English


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.3) Additional information

Parties wishing to express an interest to participate in this contract opportunity must complete a Pre-Qualification Questionnaire (PQQ), which will be accessed via ScotRail’s Wax portal (https://scotrail.wax-live.com/S2C/DisplayModules/TradeModules/Negotiations/Opportunities/ListEvents.aspx) and which will also be the platform for responses. Bidder’s responses are evaluated and based on the outcome of the PQQ a select number of bidders will be taken through to the ITN stage.

The Invitation to Tender (ITN) will be managed by FPA Consulting Limited, ScotRail’s authorised agent for this activity. For this, access to the procurement documents is restricted and will only be issued to those shortlisted after the PQQ process has been completed. The ITN will be issued via e-mail by FPA Consulting Limited with responses also to be submitted by e-mail via tenders@fpaconsulting.co.uk.

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

This is a direct material supply contract where no sub-contractors will be used.

The Contracting Authority does not intend to include any community benefit requirements in this contract for the following reason:

Community benefits clauses will not apply to this contract. The contract authority is a new entity and has yet to establish its policy or obligations in the area of Community benefits. This is something which will be looked at for future contract award criteria.

(SC Ref:715085)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court and Justice of the Peace Court

Sheriff Clerks Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom