Supply and Delivery of Vehicle Fuel

Award

Value

£15,000,000

Suppliers

Classifications

  • Fuels
  • Diesel fuel
  • Fuel oils

Tags

  • award
  • contract

Published

11 months ago

Description

Supply and Delivery of Vehicle Fuel

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

28-32 Flexible Procurement and Supply of Gas and/or Electricity

The Contracting Authority will establish a single, closed Framework Agreement for the flexible procurement and supply of Gas and/or Electricity, as well as Net Zero Energy related Innovation Solutions, to public sector organisations across the United Kingdom. Following comprehensive market engagement, the framework structure has been confirmed and will comprise three distinct lots: Lot 1: Flexible Procurement and Supply of Electricity with Additional Services (covering HH, NHH, Metered and Unmetered Electricity) Lot 2: Flexible Procurement and Supply of Natural Gas, Daily Metered (DM) and Non-Daily Metered (NDM) with Additional Services Lot 3: Supply of Innovation Solutions relating to renewable energy and flexibility services The framework will support flexible procurement strategies, and offer two service levels to Participating Authorities. A Procurement Only Service Offering (POSO) and a Fully Managed (FM) Service. Additional services within scope include: Metering and data services (Meter Operations, Data Collection & Aggregation, AMR provision) Net zero and renewable energy solutions (including PPAs, REGO-backed supply, demand-side response) Virtual PPA facilitation and access to intraday electricity markets Small generation opportunities (Smart Export Guarantee, Feed-in Tariff) Innovation solutions for renewable energy and flexibility services The framework will provide Participating Authorities with access to competitive, flexible energy procurement that supports their net zero commitments and delivers best value. Framework Operation: Suppliers will be evaluated and ranked independently for each lot based on their tender responses. Awards will be made to a maximum of three suppliers on Lot 1 and Lot 2 respectively, and all suppliers on Lot 3 who meeti the minimum requirements of the tender.Suppliers will be ranked as either Primary or Secondary suppliers based on their evaluation scores, with Primary Suppliers being offered first opportunity for any Awards Without Competition via the framework. Call-off procedures: Participating Authorities may award call-off contracts through either: Award Without Competition to the Primary Supplier (highest-scoring supplier per lot), who will be given first consideration for call-off contracts; or Award Without Competition to a Secondary Supplier where the Participating Authority has specific requirements that cannot be met by the Primary Supplier, or where other valid reasons apply; or Further-competition among all framework suppliers capable of meeting the specific requirements. Pricing determination: Prices for call-off contracts will be determined through the suppliers' framework pricing submissions and the specific requirements of the Participating Authority (for direct awards) or through competitive tendering in mini-competitions. Supplier performance and transfer mechanisms: The Contracting Authority reserves the right to facilitate the transfer of Participating Authorities to alternative framework suppliers in circumstances including but not limited to: material supplier underperformance, supplier failure, force majeure, or where a Participating Authority's needs can only be served by an alternative supplier. Secondary suppliers provide essential resilience and optionality throughout the framework term. The Contracting Authority reserves the right to remove or suspend suppliers from the framework where performance issues are not addressed satisfactorily in accordance with the dispute resolution procedures. There is no restriction on the number of lots a single supplier may be awarded, enabling the appointment of a single primary supplier across multiple lots where this represents best value and meets strategic requirements. To view this notice, please click here: https://csg.delta-esourcing.com/delta/viewNotice.html?noticeId=989269017

Katy Reed

Published 1 day ago
Open

London and Quadrant Housing Trust - Fuel Dynamic Purchasing System (DPS)

London and Quadrant Housing Trust and its subsidiary Quadrant Construction Services are one of the largest providers of affordable housing in the UK, housing over 250,000 people in more than 95,000 homes, primarily across London and the South East of England. London and Quadrant Housing Trust are tendering for the provision of supplies of Fuel for London and Quadrant's Self Delivered New Build Projects to comply with the Public Contracts regulations 2015. The objective of this tender process is to establish a Dynamic Purchasing System with the tenderers and London and Quadrant Housing Trust. This tender is for Fuel suppliers only. This tender process is being carried out in accordance with the provisions of Regulation 34 of the Public Contracts Regulations (PCR) 2015 relating to the procurement of a Dynamic Purchasing System (DPS) for the purchase of the Goods. The DPS is open to Admitted Suppliers throughout the period of validity. 'Admitted Supplier' means a supplier who has met the DPS admission criteria set out in the Pre-Qualification Questionnaire (SSQ) and has been registered on the DPS for one or more product categories. Suppliers and products may be submitted for evaluation and potentially, admission to the DPS at any time throughout the period of validity. Suppliers who have been unsuccessful in meeting the criteria to become an 'Admitted Supplier' may re-submit another, revised SSQ at any time beyond the initial mini competition. Potential reasons for being removed from DPS list: - KPI's (performance on projects). Providers who receive poor KPI scores could be removed from the DPS - Uncompetitive tenders on a regular basis - Poor response or no responses to tender enquiries - Financial data changes (assessed at least yearly) - assessed against original SSQ submission. Could either lead to complete removal or dropping out of some lots but not others. Could also lead to others growing to a state where qualify for higher lots. - If credit limit falls below 41, you will be suspended - If credit score falls to 30 (high risk) or less you will be removed from the DPS Additional information: To apply, please follow the link and the steps below: https://www.in-tendhost.co.uk/quadrant-construction/aspx/Home o Create an account o Click on the tab called 'Tenders' o Click on 'Current' o On the left hand side search bar type in the name of the DPS you are interested in o Once you have found the DPS click on the button called 'View Details' o Then click the button called 'Express Interest' o Click on the 'Selection Stage' Tab at the top o Scroll to the bottom of the screen and you will be able to view the Tender Documents and access the Standard Selection Questionnaire o The Standard Selection Questionnaire is the only requirement for the first stage. L&Q will only correspond with suppliers via tender portal. Please do not attempt to Contact L&Q's Group Procurement team via any other method of communication. Is a Recurrent Procurement Type? : No

L&Q Group

Published 9 months ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete