Contract

Fuel Cards for Fisheries Vehicles

  • Llywodraeth Cymru / Welsh Government

F03: Contract award notice

Notice identifier: 2025/S 000-062018

Procurement identifier (OCID): ocds-h6vhtk-05a795

Published 3 October 2025, 10:28am



Section one: Contracting authority

one.1) Name and addresses

Llywodraeth Cymru / Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Caerdydd / Cardiff

CF10 3NQ

Contact

CPS Advice Mailbox

Email

CPSProcurementAdvice@gov.wales

Telephone

+44 3000257095

Country

United Kingdom

NUTS code

UKL - Wales

Internet address(es)

Main address

http://gov.wales

Buyer's address

https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Fuel Cards for Fisheries Vehicles

Reference number

C145/2024/2025

two.1.2) Main CPV code

  • 50111110 - Vehicle-fleet-support services

two.1.3) Type of contract

Services

two.1.4) Short description

Procurement run under the CCS Fuel Cards and Associated Services Framework Agreement – RM6186 for the provision of fuel cards for fisheries vehicles to establish a contract which meets the following requirements:

The Client requires fuel cards to be accepted at a minimum of 65% of the fuel

stations

In Wales and the UK.

The Supplier will provide fuel cards that allow the purchase of the following fuels

When available at outlets:

Unleaded and Diesel

Electricity for electric vehicles to charge

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: £192,000

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKL - Wales

two.2.4) Description of the procurement

Procurement run under the CCS Fuel Cards and Associated Services Framework Agreement – RM6186 for the provision of fuel cards for fisheries vehicles to establish a contract which meets the following requirements:

The Client requires fuel cards to be accepted at a minimum of 65% of the fuel

stations

In Wales and the UK.

The Supplier will provide fuel cards that allow the purchase of the following fuels

When available at outlets:

Unleaded and Diesel

Electricity for electric vehicles to charge

The Supplier must be able to provide fuel cards to the vehicle’s registration number

or

organisation if required by Client.

Supplier Card solution must allow the ability for customers to purchase other

Vehicle related products and services such as Lubricants, Air, Oil and Vehicle

Wash / Screen Wash.

The Client requires a restricted fuel card that does not include a loyalty scheme

Which allows the earning of points at forecourts.

The Client requires the provision of monthly electronic reports to include spend,

Mileage and carbon emissions.

The Client requires an online account management system. The Online system

Must provide the facility for Client administrators to access monthly data relevant to

Their organisation which as a minimum includes:

Organisations account number

Each fuel Card details card number, vehicle registration

Cost of each individual Card Transaction

Total cost of all individual Card Transactions

Date of each Individual Card transaction

Location of each Card Transaction

What was purchased if applicable fuel, consumables etc

VAT breakdown per transaction

Cost per litre per transaction

Quantity of fuel drawn per transaction

Type of fuel

Vehicle mileage

Merchant identification number and postcode

Provide online invoicing and supporting information to include map analysis, CO2 efficiencies and cost benefits.

The Client requires an appropriately resourced customer support facility to assist

users to log and resolve issues and queries. As a minimum this should be available

8am – 6pm, Monday to Friday and include a point to contact outside of these times

(including public holidays). As a minimum the facility should cover:

Lost or Stolen Cards

Suspected Fraudulent card usage

Security Issues

Chip and Pin queries

When a potential security breach or fraud is reported by a designated card holder

Or authorised user the Supplier should immediately suspend the User’s account

and card and confirm that this has taken place.

The Supplier will investigate any reported security breach or fraudulent transaction

as soon as it has been reported and securely report back its findings on the

reported incident and subsequent resolution.

The Supplier shall have anti-fraud measures in place to ensure safe deliver of Fuel

Cards to designated Users.

Any helpline service shall not utilise premium charging telephone numbers (such as

0845).

Changes due to legislation requirements must be provided under normal support

And maintenance.

Continual development of the product is expected to ensure the latest technologies

Are used and exploited.

two.2.5) Award criteria

Quality criterion - Name: Fuel Card Provision and Coverage / Weighting: 30

Quality criterion - Name: Account Management / Weighting: 20

Quality criterion - Name: Customer Support / Weighting: 10

Price - Weighting: 40

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

Award of a contract without prior publication of a call for competition in the cases listed below

  • The procurement falls outside the scope of application of the regulations

Explanation:

Mini competition under the Crown Commercial Services Fuel Cards and Associated Services Framework Agreement – RM6186. Opportunity restricted to suppliers on the framework agreement.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes


Section five. Award of contract

Contract No

C145/2024/2025

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

1 October 2025

five.2.2) Information about tenders

Number of tenders received: 1

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: 1

Number of tenders received by electronic means: 1

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

ALLSTAR BUSINESS SOLUTIONS LIMITED

Canberra House Lydiard Fields, Great Western Way

Swindon

SN58UB

Telephone

+44 7966129635

Country

United Kingdom

NUTS code
  • UKK14 - Swindon
The contractor is an SME

No

five.2.4) Information on value of contract/lot (excluding VAT)

Initial estimated total value of the contract/lot: £192,000

Total value of the contract/lot: £153,197


Section six. Complementary information

six.3) Additional information

(WA Ref:156449)

six.4) Procedures for review

six.4.1) Review body

High Court

Royal Courts of Justice, The Strand

London

WC2A 2LL

Telephone

+44 2079477501

Country

United Kingdom