Crown Commercial Service National Fuels Framework
Lot 2 – Liquefied Gas. Lot 3 – Solid Fuel and Biomass Fuel. Lot 4 – Greases, Lubricants and Antifreeze.
Lot 5 – Associated Products and Services.
United Kingdom-Liverpool: Fuels
2017/S 069-131319
Contract notice
Services
Directive 2004/18/EC
Section I: Contracting authority
I.1)Name, addresses and contact point(s)
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor The Capital Old Hall Street
L3 9PP Liverpool
United Kingdom
Telephone: +44 3450103503
E-mail: supplier@crowncommercial.gov.uk, eenablement@crowncommercial.gov.uk
Internet address(es):
General address of the contracting authority: http://www.gov.uk/ccs
Address of the buyer profile: https://gpsesourcing.cabinetoffice.gov.uk
Further information can be obtained from: The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)
Tenders or requests to participate must be sent to: The above mentioned contact point(s)
I.2)Type of the contracting authority
I.3)Main activity
Section II: Object of the contract
II.1.1)Title attributed to the contract by the contracting authority:
II.1.2)Type of contract and location of works, place of delivery or of performance
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: Primarily in the UK (including Northern Ireland, Scotland and Wales) but with some limited requirements overseas for Lots one (1), two (2) and three (3).
NUTS code UK
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
II.1.4)Information on framework agreement
maximum number of participants to the framework agreement envisaged: 206
Duration of the framework agreement
Duration in years: 4
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 1 500 000 000 GBP
II.1.5)Short description of the contract or purchase(s)
The duration of the Framework Agreement is for a two (2) year period with an option to extend by a one (1) year plus one (1) further year period(s).
The Framework agreement will consists of five (5) Lots:
Lot Group 1 — Liquid Fuel.
Lot 2 — Liquefied Gas.
Lot 3 — Solid Fuel and Biomass Fuel.
Lot 4 — Greases, Lubricants and Antifreeze.
Lot 5 — Associated Products and Services.
Potential Providers have the opportunity to submit a Tender for all or any combination of Lots details above.
Please be advised that the Authority does not consider that the Transfer of Undertakings (Protection of Employment) Regulations 2006 (‘TUPE’) to be an issue in respect of this Procurement at Framework Agreement Award Stage as services are not provided at this level.
At the Call Off Contract stage, the Authority takes the view that TUPE is unlikely to apply. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply at the Call Off Contract stage and to act accordingly.
II.1.6)Common procurement vocabulary (CPV)
09100000, 09111000, 09111100, 09111200, 09111300, 09111400, 09120000, 09122000, 09122100, 09122110, 09122200, 09122210, 09130000, 09131000, 09131100, 09132000, 09132100, 09132200, 09132300, 09133000, 09134000, 09134100, 09134200, 09134210, 09134220, 09134230, 09134231, 09134232, 09135000, 09135100, 09135110, 09210000, 09211000, 09211100, 09211300, 09211400, 09211500, 09211600, 09211610, 09211620, 09211630, 09211650, 09211800, 09211810, 09211820, 09211900, 09240000, 09242000, 24100000, 24111600, 24322220, 24951000, 24951100, 24951200, 24951310, 24951311, 44610000, 44611400, 44611410, 44612000, 44612100, 44612200, 50500000, 50510000, 50511000, 50511100, 50514100, 51810000, 60100000, 71610000, 90913000, 90913100
II.1.7)Information about Government Procurement Agreement (GPA)
II.1.8)Lots
Tenders may be submitted for one or more lots
II.1.9)Information about variants
II.2.1)Total quantity or scope:
The Framework Agreement will be available to Central Government and Wider Public Sector organisations to provide the Products and Services throughout the UK. The Procurement will establish a multi Supplier Framework Agreement.
The Framework Agreement will consist of the following five (5) Lots with the Contracting Authority seeking to award to the number of suppliers specified in each Lot shown below:
Lot Group 1 — Liquid Fuel — minimum of 1 supplier(s) up to a maximum of 10 within each regional lot, 140 in total (10 suppliers within each Regional Lot numbered 101 — 114)
Lot 2 — Liquefied Gas — 3
Lot 3 — Solid Fuel and Biomass Fuel — 30
Lot 4 — Greases, Lubricants and Antifreeze — 3
Lot 5 — Associated Products and Services — 40
The Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. In such cases, Potential Providers who are tied with the same score in the last position for Lot Group one (1) in each of the regional lots, Lot two (2), Lot three (3), Lot four (4) and Lot five (5) shall be deemed to be one Potential Provider for the purpose of calculating the maximum number of Potential Providers for each Lot.
This Framework Agreement will provide a flexible Framework which meets the needs of a diverse range of Contracting Bodies. The Lot structure reflects the market and delivers options for regional customers and value for money for the purchase of fuel for the Public Sector. The Framework is future proofed to allow for improvements/developments during the life of the Framework and is compliant with EU Procurement Directives.
Estimated value excluding VAT: 1 500 000 000 GBP
II.2.2)Information about options
Information about lots
Lot No: 1 Lot title: Liquid Fuel
1)Short description
Suppliers for Lot group 1 can tender for any of the regional lots (101 to 114) and must be able to provide Gas Oil A2, Kerosene and Ultra Low Sulphur Diesel (ULSD) as a minimum in any of the regional lots tendered for.
The Supplier shall supply liquid fuels for heating, automotive, marine and aviation purposes to Contracting Bodies throughout the Framework Agreement and any Call Off Contracts.
The Products required will include but not be limited to:
Gas Oil — Class A2 (Red Diesel) BS2869
Gas Oil — Class D (Furnace Fuel) BS2869
Kerosene — Class C2 (Burning Oil) BS2869
Kerosene — Class C1 (Burning Oil) BS2869
Blended Heating Oil/ Gas Oil Substitute to BS2869
Light Fuel Oil — Class E BS2869
Medium Fuel Oil — Class F BS2869
Heavy Fuel Oil — Class G BS2869
Diesel — ULSD EN590
Bio-Diesel — EN590/EN14214 (95/5)
Petrol — ULSP BS EN 228
Ground Fuel comprising NATO Fuel Specification F54 (Diesel), F67 (ULGAS)
Marine Fuel comprising NATO Fuel Specification F44 (AVCAT FSII), F76 (Marine Diesel) and MGO (Marine Gas Oil)
Aviation Fuel comprising NATO Fuel Specification F18 (AVGAS), F34 AVTUR FSII), F35 (AVTUR)
Paraffinic Fuel EN15940
GTL Gas to Liquid EN15940
Road fuel additives.
2)Common procurement vocabulary (CPV)
09100000, 09130000, 09131000, 09134231, 09211820, 09132200, 09132000, 60100000, 24322220, 24951311, 09135000, 09133000, 09134000, 09135110, 09134220, 09135100, 09134210, 09134200, 09134232, 09230000, 09131100, 09134230, 24951310, 09132100, 09211100, 09132300, 09134100
3)Quantity or scope
Range: between 0 and 1 000 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a two (2) year period with an option to extend for one (1) year plus one (1) further year period(s).
The Authority will award a Framework Agreement to a minimum of 1 up to a maximum of 10 successful Potential Providers per regional lot in Lot Group 1, please note the Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position within each regional lot. For the avoidance of doubt, last position per regional Lot is 10th in each regional lot for Lot 1.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 5 Lots.
Lot No: 2 Lot title: Liquefied Gas
1)Short description
The product(s) required will include but not be limited to:
Bulk Propane Gas
Bulk Liquefied Natural Gas
Bulk Butane Gas
Compressed Natural Gas
LPG Cylinders
Butane Cylinders
Propane Cylinders.
2)Common procurement vocabulary (CPV)
09133000, 09122100, 44612000, 09122110, 09122210, 44611400, 24111600, 44612100, 51810000, 09122200, 09120000, 60100000, 44612200
3)Quantity or scope
Range: between 0 and 150 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a two (2) year period with an option to extend for one (1) year plus one (1) further year period(s).
The Authority will award a Framework Agreement to 3
successful Potential Providers for Lot 2, please note the Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position is 3rd for Lot 2.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 5 Lots.
Lot No: 3 Lot title: Solid Fuel and Biomass Fuel
1)Short description
The product(s) required will include but not be limited to:
Coal products.
Wood Pellets.
Woodchip.
2)Common procurement vocabulary (CPV)
09110000, 09111300, 09242000, 09111210, 09111400, 03413000, 09111200, 09111100, 09111000, 24327200, 60100000
3)Quantity or scope
Range: between 0 and 50 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a two (2) year period with an option to extend for one (1) year plus one (1) further year period(s).
The Authority will award a Framework Agreement to 30 successful Potential Providers for Lot 3, please note the Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last position is 30th for Lot 3.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 5 Lots.
Lot No: 4 Lot title: Greases, Lubricants and Antifreeze
1)Short description
The products required will include but not be limited to:
205 Litre Drum Pump
Air Compressor Lubricant, Mineral Oil based,
Automatic Transmission Fluid,
Biolube Hydraulic Oil,
Brake Fluid, Automotive to SAE J 1704 Rev 2004(DOT 4)
Chainsaw Lubricant
Engine Oil
Extreme Pressure Gear Oil, Mineral Oil based
Extreme Pressure Grease, Lead free, Mineral Oil based, Lithium Soap Thickened,
Gear Oil
General Purpose Chain Lubricant, Aerosol
General Purpose, Emulsifiable Cutting Fluid
Grease, Lead free, Mineral Oil based, Lithium Soap Thickened,
Heat Transfer Fluid, Mineral Oil based, for use up to 320 degrees centigrade,
Hydraulic Oil, Mineral Oil based,
Motor Cycle Chain Lubricant, Aerosol
Open Gear Lubricant, Aerosol
Transmission Fluid,
Transmission Oil
UTTO SAE10W-30
Vehicle Antifreeze, Ethylene Glycol based, NAP free
Vehicle Body wash Concentrate
Vehicle Windscreen Wash Fluid Concentrate
Wax Film, Temporary Corrosion Protective, Solvent based.
2)Common procurement vocabulary (CPV)
24951000, 09211400, 09211600, 60100000, 09211200, 09211630, 09211500, 09211710, 09211100, 09211650, 09211800, 09211810, 09211820, 09240000, 09211610, 09211620, 09211000, 09210000, 09211900, 09211300, 24951200
3)Quantity or scope
Range: between 0 and 50 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a two (2) year period with an option to extend for one (1) year plus one (1) further year period(s).
The Authority will award a Framework Agreement to up to 3 successful Potential Providers for Lot 4, please note the Authority will award a Framework Agreement to additional Potential Providers where their Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last
position is 3rd for Lot 4.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 5 Lots.
Lot No: 5 Lot title: Associated Products and Services
1)Short description
The products and additional services will include but not be limited to;
Fuel Storage Tank provision,
Installation of Fuel Storage Tanks
Re-siting of Fuel Storage Tanks
Tank Bunding
Tank Lining
Tank Cleaning
Tank Maintenance
Pump maintenance
Fuel Testing Kits
Fuel Testing Services
Fuel Cleaning
Fuel Uplift and Disposal
Fuel Uplift, Clean and Transfer
Fuel Spillage Response
Fuel Spillage Kits
Disposal of Residual Waste from Biomass Fuels
Disposal of Residual Waste from Solid Fuels
Renewable Heat Incentive. Provision of works and consultancy to make biomass boilers complaint with RHI accreditation requirements
The Supplier shall provide any of the above products and services which they have the capability to deliver and may offer additional products and services which are directly associated to the use of the products covered in Lot 1, 2, 3 and 4 of this Framework Agreement not included in the list above.
2)Common procurement vocabulary (CPV)
44611000, 44612200, 90913100, 60100000, 09111200, 09240000, 09200000, 09111100, 50514100, 50500000, 09111000, 50511000, 51810000, 90913000, 44612100, 44611410, 50511100, 44612000, 09242100, 71610000
3)Quantity or scope
Range: between 0 and 250 000 000 GBP
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
The duration of the Framework Agreement is for a two (2) year period with an option to extend for one (1) year plus one (1) further year period(s).
The Authority will award a Framework Agreement to up to 40 successful Potential Providers for Lot 5, please note the Authority will award a Framework Agreement to additional Potential Providers where their
Final Score is within 1 % of the original awarded last place position only. For the avoidance of doubt, last
position is 40th for Lot 5.
Potential Providers have the opportunity to submit a Tender for all or any combination of the 5 Lots.
Section III: Legal, economic, financial and technical information
III.1.1)Deposits and guarantees required:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
performance of the Contract in question.
III.1.4)Other particular conditions
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
This Procurement will be managed electronically via the Authority’s e-Sourcing Suite. To participate in this Procurement, participants must first be registered on the e-Sourcing Suite. If you have not yet registered on the e-Sourcing Suite, please go online to: https://gpsesourcing.cabinetoffice.gov.uk, you can then access the link ‘Register for CCS eSourcing’. Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at: https://www.gov.uk/government/ publications/esourcing-tool-guidance-for-suppliers
Once you have registered on the e-Sourcing Suite, a registered user can express an interest for a specific procurement. This is done by emailing ExpressionOfInterest@crowncommercial.gov.uk.
Your email must clearly state: the name and reference for the procurement you wish to register for; the name of the Potential Provider; and the name and contact details for the registered individual sending the email. The Authority will process the email and then enable the Potential Provider to access the procurement online via the e-Sourcing Suite. The registered user will receive a notification email to alert them once this has been done. As a user of the e-Sourcing Suite you will have access to e-Sourcing Suite email messaging service which facilitates all messages sent to you and from you in relation to any specific RFX event.
Please note it is your responsibility to access these emails on a regular basis to ensure you have sight of all relevant information. For technical assistance on use of the e-Sourcing Suite please contact Crown Commercial Service Support Desk email: eEnablement@crowncommercial.gov.uk
A full copy of the ITT documentation for this Procurement will be available for unrestricted and full direct access, free of charge via Crown Commercial Service website from the date of this publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline Responses must be published by the date in IV.3.4.
The service arises from a Framework and will involve the Potential Provider holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL. It is a condition of this contract that this material must be protected. Baseline protection controls are defined in ISO27001:2013 and further defined by the Security Policy Framework https://www.gov.uk/government/collections/government-security.
III.2.2)Economic and financial ability
Potential Providers will be assessed in accordance with the Invitation to Tender (‘ITT’).
The Authority may take into account the following information;
a) a copy of your audited accounts for the most recent two (2) years
b) a statement of your turnover, profit and loss account/income statement cash, balance sheet/statement of financial position and statement of cash flow for the most recent year of trading;
c) a statement of your cash flow forecast for the current year and a bank letter outlining the current cash and credit position; and/or an alternative means of demonstrating financial status.
Minimum level(s) of standards possibly required: As stated on the Invitation to Tender (ITT).
III.2.3)Technical capacity
Potential Providers will be assessed in accordance with Section 5 of the Public Contract Regulations 2015 implementing the Directive, on the basis of information provided in response to an ITT.
The Authority may take into account the following information:
(a) Two (2) suitable contract examples per Lot, from the public or private sector, where similar requirements to those sought under this Procurement have been performed. Contracts should have been performed during the past three (3) years. Customer contacts must be warned they may be contacted by Crown Commercial Service to verify the accuracy of the information provided at any time;
(b) Describe the product / service delivered;
(c) The role you undertook in delivery of the service including any relationships with third parties;
(d) The process you utilised to understand the customer’s specific requirements; and
(e) The process you utilised to monitor performance against the contract deliverables.
Cyber Essentials is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. There are two (2) levels of certification: Cyber Essentials and Cyber Essentials Plus.
To participate in this Procurement, Potential Providers must be able to demonstrate that they comply with the technical requirements prescribed by Cyber Essentials for services under and in connection with this Procurement. Potential Providers may be awarded a place on the Framework Agreement but shall not enter into any Call Off Contract with Contracting Authorities until they are able to demonstrate to the Authority that they meet the technical requirements prescribed by Cyber Essentials for services under and in connection with this Procurement.
Potential Providers should note that, in accordance with the UK Government’s policies on transparency, the Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redaction’s at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit public sector Contracting Authorities, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Contracting Authorities.
Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance.
III.3.1)Information about a particular profession
Section IV: Procedure
IV.1.1)Type of procedure
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated below
1. Lot 1 — Quality. Weighting 80
2. Lot 1 — Price. Weighting 20
3. Lot 2 — Quality. Weighting 80
4. Lot 2 — Price. Weighting 20
5. Lot 3 — Quality. Weighting 80
6. Lot 3 — Price. Weighting 20
7. Lot 4 — Quality. Weighting 50
8. Lot 4 — Price. Weighting 50
9. Lot 5 — Quality. Weighting 90
10. Lot 5 — Price. Weighting 10
IV.2.2)Information about electronic auction
Additional information about electronic auction: Those Potential Providers whose Tenders have not been previously excluded (as set out in the ITT), who are Tendering for Lot 4 and have submitted a correctly completed Pricing Matrix, will be invited to e-auction. The e-Auction will be a ‘Reverse English Price Only e-Auction’.
The Authority reserves the right to not perform an eAuction for Lot 4 and revert to a price evaluation using the price evaluation methodology detailed in section 12.9.1.38 of the Invitation to Tender.
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract
Prior information notice
Notice number in the OJEU: 2016/S 172-309956 of 7.9.2016
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders
Date: 8.5.2017 – 15:00
Place:
Electronically, via web-based portal
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about European Union funds
VI.3)Additional information
A full copy of the procurement documentation for this Procurement will be available for unrestricted and full direct access, free of charge via the Authority’s website from the date of publication of the contract notice: http://ccs-agreements.cabinetoffice.gov.uk/procurement-pipeline.
An eAuction may be used by the Contracting Authority during Call Off Contract Agreement.
The Authority expressly reserves the right;
(i) not to award any Framework Agreement as a result of the procurement process commenced by publication of this notice; and
(ii) to make whatever changes it may see fit to the content and structure of the tendering competition;
and in no circumstances will the Authority be liable for any costs incurred by the Potential Provider.
The duration referenced in Section II.3) is for the placing of Orders.
This Framework Agreement will be for an Initial Period of two (2) years with an option to extend by a one (1) year plus one (1) further year period(s) at the Authority’s discretion.
The value provided in Section II.2.I) is only an estimate. We cannot guarantee to Suppliers any business through the Framework Agreement.
In the event that there is a substantive challenge to the Procurement and such challenge is confined to a single Lot, the Authority reserves the right to the extent that it is lawful to do so to conclude a Framework Agreement with the successful Potential Provider in respect of the Lot that has not been challenged.
Crown Commercial Service wishes to establish a Framework Agreement for use by the following UK public sector bodies (and any future successors to these organisations):
Central Government Departments, Local Government and Public Corporations that can be accessed at the Public Sector Classification Guide:
Please note Central Government departments may be subject to Government Digital Service approval before using the Framework Agreement.
Local Authorities
http://openlylocal.com/councils/all
http://www.idea.gov.uk/idk/org/la-data.do
www.ubico.co.uk Agent acting on behalf of Cheltenham Borough Council.
https://www.gov.uk/find-local-council
NDPBs
https://www.gov.uk/government/organisations
National Parks Authorities
http://www.nationalparks.gov.uk/
Educational Establishments in England and Wales, maintained by the Department for Education including Schools, Universities and Colleges but not Independent Schools
http://www.education.gov.uk/edubase/home.xhtml
http://www.hefce.ac.uk/workprovide/unicoll/
http://www.uniswales.ac.uk/universities/
http://www.collegeswales.ac.uk/Find-a-College
Police Forces in the United Kingdom
http://www.police.uk/?view=force_sites
http://apccs.police.uk/about-the-apcc/
Fire and Rescue Services in the United Kingdom
http://www.fireservice.co.uk/information/ukfrs
http://www.nifrs.org/areas-districts/
http://www.firescotland.gov.uk/your-area.aspx
NHS Bodies England
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/MentalHealthTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/CareTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/AmbulanceTrustListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/SpecialHealthAuthorityListing.aspx
http://www.nhs.uk/ServiceDirectories/Pages/OtherListing.aspx
Hospices in the UK
https://www.hospiceuk.org/?gclid=COiD1Kv_39ACFaQV0wodQHgILg
http://www.nahf.org.uk/hospice-directory.html
Registered Social Landlords (Housing Associations)
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
Third Sector and Charities in the United Kingdom
http://www.charitycommission.gov.uk/find-charities/
http://www.oscr.org.uk/search-charity-register/
https://www.charitycommissionni.org.uk/ShowCharity/RegisterOfCharities/RegisterHomePage.aspx
https://www.gov.uk/find-charity-information
http://www.oscr.org.uk/charities/search-scottish-charity-register
Citizens Advice in the United Kingdom
http://www.citizensadvice.org.uk/index/getadvice.htm www.cas.org.uk
http://www.citizensadvice.co.uk/
Scottish Public Bodies
The Framework Agreement will be available for use by any Scottish Public Sector Body: the Authority; Scottish Non-Departmental Public Bodies; offices in the Scottish Administration which are not ministerial offices; crossborder public authorities within the meaning of section 88(5) of the Scotland Act 1998; the Scotland Office; the Scottish Parliamentary Corporate Body; councils constituted under section 2 of the Local Government etc. (Scotland) Act 1994 (except where they are acting in their capacity as educational authority); Scottish joint fire boards or joint fire and rescue boards; Scottish joint police boards or any successor National Police or Fire Authority; Scottish National Park authorities, bodies registered as social landlords under the Housing (Scotland) Act 2001, Scottish health boards or special health boards, Student Loans Company Limited, Northern Lighthouse Board, Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland, associated and affiliated bodies including overseas campuses, any further or higher education institutions being fundable bodies within the meaning of section 6 of the Further and Higher Education (Scotland) Act 2005 any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by 1 or more of the foregoing, bodies subject to management supervision by 1 or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by 1 or more of the foregoing.
Scottish Government
http://www.scotland.gov.uk/Home
Scottish Parliament
http://www.scottish.parliament.uk/abouttheparliament/27110.aspx
Scottish Local Authorities
http://www.scotland.gov.uk/About/Government/councils
Scottish Agencies, NDPBs
http://www.scotland.gov.uk/Topics/Government/public-bodies/about/Bodies
Scottish NHS Bodies
http://www.scotland.gov.uk/Topics/Health/NHS-Workforce/NHS-Boards
Scottish Further and Higher Education Bodies
Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sectors in Scotland, associated and affiliated bodies including overseas campuses.
http://www.apuc-scot.ac.uk/#!/members
http://www.universities-scotland.ac.uk/index.php?page=members
http://www.sfc.ac.uk/aboutus/council_funded_institutions/WhoWeFundColleges.aspx
Scottish Police
http://www.scotland.police.uk/your-community/
Scottish Housing Associations
http://www.sfha.co.uk/component/option,com_membersdir/Itemid,149/view,membersdir/
The Scotland Office
http://www.scotlandoffice.gov.uk/scotlandoffice/33.30.html
Registered Social Landlords (Housing Associations) — Scotland
http://www.esystems.scottishhousingregulator.gov.uk/register/reg_pub_dsp.search
Scottish Schools
Primary Schools
Secondary Schools
Special Schools
Welsh Public Bodies
National Assembly for Wales, Welsh Assembly Government and Welsh Local Authorities, and all bodies covered by:
http://www.assemblywales.org/abthome
http://new.wales.gov.uk/about/civilservice/directorates
NHS Wales
http://www.wales.nhs.uk/ourservices/directory
Housing Associations — Registered Social Landlords Wales
Wales University
http://www.uniswales.ac.uk/universities/
http://www.collegeswales.ac.uk/Find-a-College
NI Public Bodies
Northern Ireland Government Department
https://www.northernireland.gov.uk
Northern Ireland Public Sector Bodies and Local Authorities
http://www.northernireland.gov.uk/az2.htm
Schools in Northern Ireland
Universities & Colleges in Northern Ireland
https://www.nidirect.gov.uk/articles/universities-and-colleges-northern-ireland
https://www.nidirect.gov.uk/contacts
Health and Social care in Northern Ireland
http://www.hscni.net/index.php?link=hospitals
http://www.hscni.net/index.php?link=boards
http://www.hscni.net/index.php?link=agencies
http://www.hscni.net/index.php?link=councils
Northern Ireland Housing Associations
http://www.nidirect.gov.uk/index/contacts/contacts-az.htm/housing-associations-contact
Police Service of Northern Ireland
http://www.psni.police.uk/index.htm
Entities which are not public sector bodies may also use the Framework Agreements if the Authority is satisfied that: such entity is calling off Goods and Services directly, solely and exclusively in order to satisfy contractual obligations to one (1) or more public sector bodies, all of which are entitled to use the Framework Agreements on their own account; all Goods and Services to be called-off by it are to be used directly, solely and exclusively to provide energy at sites occupied by such public sector body(ies); and it will pass the benefit of the Call-Off Contract to such public sector body(ies) directly, in full and on a purely ‘pass-through’ basis. Accordingly there must be no mark-up, management fee, service charge or any similar cost solely in relation to the supply of energy imposed on the relevant public sector body(ies), who must be able to benefit from the terms of the Framework Agreements in a like manner and to the same extent as if using the Framework Agreements on its/their own account.
This Framework Agreement will also be accessible for use by any corporation established, or a group of individuals appointed to act together, for the specific purpose of meeting needs in the general interest, not having an industrial or commercial character, and
(i) financed wholly or mainly by another Contracting Authority (listed above in this section VI.3) of this notice; (ii) subject to management supervision by another Contracting Authority (listed above in this section VI.3) of this notice; or (iii) more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, are appointed by another Contracting Authority (listed above in this section VI.3) of this notice; (iv) an association of or formed by one (1) or more of the Contracting Authorities (listed above in this section VI.3) of this notice.
VI.5)Date of dispatch of this notice:
Related Posts
Contracts for the Supply of Water, Wastewater and Ancillary Goods
Industrial Energy Efficiency Innovation Programme Development and Delivery
Demand Side Response Services for UK Public Sector
Eastern Procurement Compliance Framework
UK Public Sector Water Supply and Sewerage Services Framework