Contract for the Supply of Fuel Cards
The client is seeking bids from suppliers to participate in a tender process for the provision of fuel cards.
United Kingdom-Widnes: Agency fuel cards
2018/S 174-394134
Contract notice
Supplies
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Waterfront Point, Warrington Road
Widnes
WA8 0TD
United Kingdom
E-mail: tenders@cirruspurchasing.co.uk
NUTS code: UKD
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Contract for the Supply of Fuel Cards
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
The client is seeking bids from suppliers to participate in a tender process for the provision of fuel cards to support the work undertaken by Halton Housing (HH) and their in-house maintenance team.
Please see the tender documents for further information on the required services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
The fuel cards will primarily be used to purchase vehicle fuel within the Borough of Halton, however, they may also be used anywhere within the North West of England subject to HH requirements.
II.2.4)Description of the procurement:
The contract will be available to the following, such that each of the following will be entitled to purchase goods/services from the successful bidder at the discretion of HH:
— HH and all subsidiary undertakings of HH both current and future,
— All parts of any current or future group structure of which HH is, or may become, a part,
— Any entities which fall into either of the following categories and which are permitted by HH to make particular purchases under the contract from time to time:
(a) any joint venture entities (whether companies, limited liability partnerships or otherwise) in which HH or any subsidiary undertakings of HH participates from time to time (whether as a shareholder, member or otherwise);
(b) other contracting authorities including Registered Providers of Social Housing within England and Wales (as defined by the Housing and Regeneration Act 2008), Registered Social Landlords within Scotland (as defined by the Housing (Scotland) Act 2010) and local authorities across the UK.
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
The contract will be an initial 2 years with 3 annual options to extend by a further 12 months on each occasion, up to a maximum 5 years total contract term, subject to HH requirements and the performance of the successful supplier.
II.2.13)Information about European Union funds
II.2.14)Additional information
Submissions are to be submitted through the Cirrus Purchasing eTender system only.
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
Any supplier may be disqualified who has been convicted of:
(a) Conspiracy within the meaning of section 1 or 1A of the Criminal Law Act 1977(a) or article 9 or 9A of the Criminal Attempts and Conspiracy (Northern Ireland) Order 1983(b) where that conspiracy relates to participation in a criminal organisation as defined in Article 2 of Council Framework Decision 2008/841/JHA on the fight against organised crime(c);
(b) Corruption within the meaning of section 1(2) of the Public Bodies Corrupt Practices Act 1889(d) or section 1 of the Prevention of Corruption Act 1906(e);
(c) The common law offence of bribery;
(d) Bribery within the meaning of sections 1, 2 or 6 of the Bribery Act 2010(f), or section 113 of the Representation of the People Act 1983(g);
(e) Where the offence relates to fraud affecting the European Communities’ financial interests as defined by Article 1 of the Convention on the protection of the financial interests of the European Communities(h):
(i) The common law offence of cheating the Revenue;
(ii) The common law offence of conspiracy to defraud;
(iii) Fraud or theft within the meaning of the Theft Act 1968(i), the Theft Act (Northern Ireland) 1969(j), the Theft Act 1978(k) or the Theft (Northern Ireland) Order 1978(l);
(iv) Fraudulent trading within the meaning of section 458 of the Companies Act 1985(m), article 451 of the Companies (Northern Ireland) Order 1986(n) or section 993 of the Companies Act 2006(o);
(v) Fraudulent evasion within the meaning of section 170 of the Customs and Excise Management Act 1979(p) or section 72 of the Value Added Tax Act 1994(q);
(vi) An offence in connection with taxation in the European Union within the meaning of section 71 of the Criminal Justice Act 1993(r);
(vii) Destroying, defacing or concealing of documents or procuring the execution of a valuable security within the meaning of section 20 of the Theft Act 1968(s) or section 19 of the Theft Act (Northern Ireland) 1969(t);
(viii) Fraud within the meaning of section 2, 3 or 4 of the Fraud Act 2006(u); or
(ix) The possession of articles for use in frauds within the meaning of section 6 of the Fraud Act 2006, or the making, adapting, supplying or offering to supply articles for use in frauds within the meaning of section 7 of that Act;
(f) Any offence listed:
(i) In section 41 of the Counter Terrorism Act 2008(a); or
(ii) In Schedule 2 to that Act where the court has determined that there is a terrorist connection;
(g) Any offence under sections 44 to 46 of the Serious Crime Act 2007(b) which relates to an offence covered by subparagraph (f);
(h) Money laundering within the meaning of sections 340(11) and 415 of the Proceeds of Crime Act 2002(c);
(i) An offence in connection with the proceeds of criminal conduct within the meaning of section 93A, 93B or 93C of the Criminal Justice Act 1988(d) or article 45, 46 or 47 of the Proceeds of Crime (Northern Ireland) Order 1996(e);
(j) An offence under section 4 of the Asylum and Immigration (Treatment of Claimants, etc. Act 2004(f);
(k) An offence under section 59A of the Sexual Offences Act 2003(g);
(l) An offence under section 71 of the Coroners and Justice Act 2009(h);
(m) An offence in connection with the proceeds of drug trafficking within the meaning of section 49, 50 or 51 of the Drug Trafficking Act 1994(i); or
(n) Any other offence within the meaning of Article 57(1) of the Public Contracts Directive:
(i) As defined by the law of any jurisdiction outside England and Wales and Northern Ireland; or
(ii) Created, after the day on which these Regulations were made, in the law of England and Wales or Northern Ireland.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As per the tender documentation.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
HH staff members and their authorised agents only.
Section VI: Complementary information
VI.1)Information about recurrence
24 months, 36 months, 48 months or 60 months dependent on contract performance and the ongoing needs of HH.
VI.4.1)Review body
The Strand
London
WC2A 2LL
United Kingdom
Telephone: +44 2079476000
VI.4.3)Review procedure
This tender process will incorporate a minimum 10 calendar day standstill period at the point information on the award is communicated to tenderers. Appeals can be directly raised via the contact points detailed in section VI.4.1) of this contract notice. The Public Contracts Regulations 2015 no 102 provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England, Wales and Northern Ireland).
VI.5)Date of dispatch of this notice: