Scope
Reference
RM6367
Description
The agreement will provide the UK Public Sector with an easy and efficient method to pay for road fuels such as diesel and petrol and associated services such as oils & lubricants.
Please be aware that the UK1 Pipeline notice for RM6367 Fuel Card and Associated Services VII was published under OCID ocds-h6vhtk-0503bc.
Commercial tool
Establishes a framework
Total value (estimated)
- £1,500,000,000 excluding VAT
- £1,800,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 5 February 2026 to 4 February 2030
- 4 years
Main procurement category
Goods
CPV classifications
- 30163100 - Agency fuel cards
Contract locations
- UK - United Kingdom
Justification for not using lots
The service requirement is to provide fuel cards that can be used within the UK. The Suppliers also work off providing coverage within the UK and even if we created Lots, we would have the same Suppliers in every Lot meaning that there wouldn't be any additional value in it.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
0.20%
Further information about fees
The Supplier will pay, excluding VAT:
0.2p per litre of all the Charges for the Deliverables invoiced to the Buyer under all Call-Off Contracts.
Aside from the volume, the following is also applicable;
0.2% of the total value of alternative fuels (e.g. electricity, hydrogen, etc.)
2% of consumables (e.g. oil & lubricants, screen wash, etc.)
0.5% card and transaction fees.
Framework operation description
Refer to Framework Schedule 7 - Call-Off Award Procedure for details of the competitive selection processes for the award of contracts under this framework.
Both Award Without Competition and Award By Competition is available to award contracts under this agreement.
Award method when using the framework
Either with or without competition
Contracting authorities that may use the framework
Refer to RM6367 Fuel Cards and Associated Services VII - Customer List for details of contracting authorities that may use the framework.
Participation
Legal and financial capacity conditions of participation
The conditions of participation relating to the legal and financial capacity are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender.
Technical ability conditions of participation
The conditions of participation relating to technical capability are set out in the ITT, in the procurement specific questionnaire. The conditions of participation will be assessed in accordance with the assessment methodologies detailed in the procurement specific questionnaire and Attachment 2 How to tender. Specifically there is a requirement to complete a Attachment 2b Technical ability certificate (TAC).
Particular suitability
Small and medium-sized enterprises (SME)
Submission
Enquiry deadline
7 November 2025, 3:00pm
Tender submission deadline
25 November 2025, 3:00pm
Submission address and any special instructions
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
5 February 2026
Award criteria
| Name | Description | Type | Weighting |
|---|---|---|---|
| Price | You must read Attachment 3 Pricing schedule instructions tab for the response guidance. |
Price | 40% |
| Coverage | You must read Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 30% |
| Fraud | You must read Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 20% |
| Social Value | You must read Attachment 2d Quality questionnaire for the details of this question's requirement, response guidance and marking scheme. |
Quality | 10% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
- Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Open procedure
Contracting authority
Crown Commercial Service
- Public Procurement Organisation Number: PBZB-4962-TVLR
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
United Kingdom
Region: UKD72 - Liverpool
Organisation type: Public authority - central government