UK-Havant: Agency fuel cards.
UK-Havant: Agency fuel cards.
Section I: Contracting Authority
		I.1) Name and addresses
				 Portsmouth Water Limited
				 PO BOX 8, Havant, PO9 1LG, United Kingdom
				 Tel. +44 2394384003, Email: paul.swaine@portsmouthwater.co.uk
				 Contact: Paul Swaine
				 Main Address: https://www.portsmouthwater.co.uk/
				 NUTS Code: UKJ
		I.2) Joint procurement
		The contract involves joint procurement:  No.
		In the case of joint procurement involving different countries, state applicable national procurement law:  Not provided 		
		The contract is awarded by a central purchasing body:  No.
		I.3) Communication
		The procurement documents are available for unrestricted and full direct access, free of charge, at:    https://www.delta-esourcing.com/tenders/UK-UK-Havant:-Agency-fuel-cards./D5D474EC66 
		Additional information can be obtained from:  the abovementioned address 
		Tenders or requests to participate must be sent  to the abovementioned address 		
		Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:  Not provided 
		I.6) Main activity:
				Water
Section II: Object
II.1) Scope of the procurement
		II.1.1) Title:  Fuel Card Services 		
		Reference Number:   Not provided 
		II.1.2) Main CPV Code: 
		30163100 - Agency fuel cards.
 
		II.1.3) Type of contract:  SUPPLIES 
		II.1.4) Short description:  Provision of fuel card services including Petrol, Diesel and alternative fuels for use by Portsmouth Water fleet including cards, reporting services. 		
		II.1.5) Estimated total value:
		Value excluding VAT:  1,800,000 		
		Currency:  GBP 
		II.1.6) Information about lots:
		This contract is divided into lots: No 		
	
II.2) Description
	
		
		II.2.2) Additional CPV codes:
		09000000 - Petroleum products, fuel, electricity and other sources of energy.
		30163100 - Agency fuel cards.
 		
		II.2.3) Place of performance: 
		UKJ SOUTH EAST (ENGLAND) 
  		
		II.2.4) Description of procurement:  Provision of fuel card services for Portsmouth Water fleet including the purchase of Diesel and Petrol at local forecourts. 
		II.2.5) Award criteria:
				Price is not the only award criterion and all criteria are stated only in the procurement documents				
		II.2.6) Estimated value: 
		Value excluding VAT:  1,700,000  		
		Currency:  GBP  		
		II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
		Duration in months: 24 		
		This contract is subject to renewal:   Yes  		
		Description of renewals:  2 year initial term with options to renew upto a total of 8 years 
		II.2.9) Information about the limits on the number of candidates to be invited:
				 Envisaged minimum number: 3 
		 		
		Objective criteria for choosing the limited number of cadidates:  Not provided  
		II.2.10) Information about variants: 
		Variants will be accepted: No 
		II.2.11) Information about options:
		Options:		 No 				
		Description of options:  Not provided 
		II.2.12) Information about electronic catalogues: 
		Tenders must be presented in the form of electronic catalogues or include an electronic catalogue:  No 
		II.2.13) Information about European Union funds: 
		The procurement is related to a project and/or programme financed by European Union funds:   No 		
		Identification of the project: Not provided 				
		II.2.14) Additional information:  Not provided 		
	
Section III: Legal, Economic, Financial And Technical Information
	III.1) Conditions for participation
		III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
		List and brief description of conditions: 			
		Not Provided 		
		III.1.2) Economic and financial standing 			
		Selection criteria as stated in the procurement documents 		
		List and brief description of selection criteria: 		
		Not Provided 	
		Minimum level(s) of standards possibly required (if applicable) : 		
		Not Provided 	
		III.1.3) Technical and professional ability 	
		Selection criteria as stated in the procurement documents 
		List and brief description of selection criteria: 		
		Not Provided		
		Minimum level(s) of standards possibly required (if applicable) : 			
		Not Provided	
		III.1.4) Objective rules and criteria for participation
				Not Provided		
		III.1.5) Information about reserved contracts (if applicable)	
		The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons:  No 		
		The execution of the contract is restricted to the framework of sheltered employment programmes:          No 	
		III.1.6) Deposits and guarantees required:
		 Not Provided	
		III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
		Payment would be based upon 30 days from date of invoice. However, commercially advantageous alternatives including Direct Debit and shorter terms will be evaluated as part of the tendering process.	
		III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded: 
		 Not Provided		
	III.2) Conditions related to the contract
			
		III.2.2) Contract performance conditions 			
		Not Provided 			
		III.2.3) Information about staff responsible for the performance of the contract
		Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract:  No 
	
Section IV: Procedure
	IV.1) Description NEGOTIATED_WITH_COMPETITION
		IV.1.1) Type of procedure: Competitive procedure with negotiation	
	
	IV.1.3) Information about a framework agreement or a dynamic purchasing system  	                
			The procurement involves the establishment of a framework agreement - NO 	   			
			In the case of framework agreements justification for any duration exceeding 8 years:   Not Provided 	
	IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue:  No.  
	
	IV.1.6) Information about electronic auction:
		An electronic auction will be used: No 
		Additional information about electronic auction:  Not provided 
	IV.1.8) Information about the Government Procurement Agreement (GPA)
		The procurement is covered by the Government Procurement Agreement:  No 		
	IV.2) Administrative information
		IV.2.1) Previous publication concerning this procedure:
			Notice number in the OJ S:  Not provided 		
		IV.2.2) Time limit for receipt of tenders or requests to participate
		 Date: 12/04/2021    Time: 14:00
		IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates:  Not Provided 		
		IV.2.4) Languages in which tenders or requests to participate may be submitted: English, 		
		IV.2.6) Minimum time frame during which the tenderer must maintain the tender: 
			Duration in month(s): 3
		
		
Section VI: Complementary Information
	VI.1) Information about recurrence
	This is a recurrent procurement: No  	
	Estimated timing for further notices to be published:  Not provided 
	VI.2) Information about electronic workflows
	Electronic ordering will be used  Yes 		
	Electronic invoicing will be accepted  Yes 		
	Electronic payment will be used  Yes 		
	VI.3) Additional Information:  For more information about this opportunity, please visit the Delta eSourcing portal at: 
https://portsmouthwater.delta-esourcing.com/tenders/UK-UK-Havant:-Agency-fuel-cards./D5D474EC66
To respond to this opportunity, please click here: 
https://portsmouthwater.delta-esourcing.com/respond/D5D474EC66
 	VI.4) Procedures for review
	VI.4.1) Review body:
				 Portsmouth Water Ltd
		 PO Box 8, Havant, PO9 1LG, United Kingdom
		 Internet address: https://www.portsmouthwater.co.uk/
	VI.4.2) Body responsible for mediation procedures: 
 Not provided 
	VI.4.3) Review procedure
	Precise information on deadline(s) for review procedures: 	
	 Not Provided 	
	VI.4.4) Service from which information about the lodging of appeals may be obtained: 
 Not provided 
	VI.5) Date Of Dispatch Of This Notice: 09/03/2021
Annex A