Open
Fuel Acquisition Project. Procurement of bulk marine and aviation fuels in the UK and worldwide and
Descriptions
Fuels. Kerosene jet type fuels. Diesel fuel. Unleaded petrol. The Ministry of Defence (MOD), as the Contracting Authority, has an ongoing requirement for bulk aviation and marine fuel in the UK and worldwide and potentially small volumes of ground fuels (outside of the UK) to support its routine and operational activities. A multi-supplier pan-government framework agreement is required to meet the Authority's requirement. The following fuel types are currently required, however, additional fuel types may be required during the life of the framework agreement: F-35 Aviation Turbine Fuel (Kerosene type) AVTUR; F-34 Aviation Turbine Fuel (Kerosene type) AVTUR Fuel Systems Icing Inhibitor (FSII); F-76 Fuel, Naval, Distillate; F-44 Aviation Turbine Fuel (High flash with FSII), AVCAT FSII; and potentially a small volume of F-54 Dieso – MT and F-67 Automotive Gasoline (Unleaded) ULGAS to overseas locations. The duration of the framework agreement is 4 years plus a further single option period of 3 years. Estimated total value including the option period is GBP 4 207 000 000 (£4.207Bn). Estimated annual value is GBP 601 000 000 (£601M). Please note that the process for submitting an Expression of Interest (EofI) for MOD requirements has now changed. If you are interested in participating in the competition for this requirement please complete the Dynamic Pre-Qualification Questionnaire (DPQQ) linked to this notice. Completion of the DPQQ by the DPQQ return date will constitute your EofI for this requirement. Prior to completing the DPQQ, please ensure you read the DPQQ instructions and guidance document which is attached in the DPQQ tool. The government departments detailed below are potential users of the framework, however any other UK government department, its Agencies, Trading Funds and Non Departmental Public Bodies, as well as the wider public sector (and any future successors to these organisations) may have a future requirement for use of this framework: Ministry of Defence; Aberdeen City Council; Avon and Somerset Constabulary; Central Scotland Police; Dumfries & Galloway Police; Environment Agency; Highland & Islands Fire Brigade; The Highland Council Harbours Authority; Humberside Police; Lothian & Borders Police; Maritime Coastguard Agency; Metropolitan Police Service; N.I ROAD Service; Northern Constabulary; Northamptonshire Police; Northern Ireland Environment Agency; Scottish Water; Shetland Islands Council; Strathclyde Police; Suffolk Constabulary; Sussex Police; Tayside Police; Water Service NI; West Mercia Constabulary; Western Isles Council. The addresses at Annex A are indicative and may change at the discretion of the Public Contracting Authority. Please note that the Framework Agreement may in future be managed by the Crown Commercial Services (CCS).
Timeline
Published Date :
Deadline :
Contract Start :
Contract End :
Tender Regions
CPV Codes
Workflows
Status :
Assign to :
Tender Progress :
Details
Notice Type :
Tender Identifier :
TenderBase ID :
Low Value :
High Value :
Region :
Attachments :
Buyer Information
Address :
Website :
Procurement Contact
Name :
Designation :
Phone :
Email :
Possible Competitors
1 Possible Competitors