Type of document: Pre-information procedures
Country: United Kingdom
OJEU Ref: (2019/S 063-148037/EN)
Nature of contract: Service contract
Procedure: Not applicable
Regulation of procurement: EU
Type of bid required: Not applicable
Section I: Contracting authority
I.1) Name addresses and contact point(s):
Ministry of Defence, IMOC, Defence Fuels Group
MOD Abbey Wood Cedar 3a #3360, Stoke Gifford
Bristol
Postal code: BS34 8JH
United Kingdom
Phone: +44 3067989235
Email: DESCommodities-Comrcl-Fuel@mod.gov.uk
Internet Address(es):
General address of the contracting authority:
Address of the buyer profile:
Further information can be obtained from: The above mentioned contact point(s)
I.2) Type of the contracting authority:
I.3) Main activity:
Defence
I.4) Contract award on behalf of other contracting authorities/entities:
The contracting authority is purchasing on behalf of other contracting authorities: No
Section II: Object of the contract:
II.1) Title attributed to the contract by the contracting authority/entity:
Fuel Enterprise Strategy — Industry Day
II.2) Type of contract and location of works, place of delivery or of performance:
SERVICES
Service category: Air transport services of passengers and freight, except transport of mail
II.3) Information on framework agreement
II.4) Short description of nature and scope of works or nature and quantity or value of supplies or services:
The Fuel Enterprise Strategy (FES) will consider how global fuel services are delivered including supply of military fuels, storage, distribution, fuel quality management services, infrastructure construction, operation and maintenance, refuelling vehicle operation, refuelling equipment operation fuel information management services, financial risk management and hedging services, refuelling aircraft, road vehicles and fuel management training.
Lots: The contract is divided into lots: No
II.5) Common procurement vocabulary (CPV):
09000000, 09100000, 09111300, 09131100, 44611410, 63121100, 66000000, 63712600, 63721400, 63733000, 71000000
II.6) Scheduled date for start of award procedures and duration of the contract
Scheduled date for start of award procedures: 30.04.2022
II.7) Additional information:
The purpose of this PIN is to inform suppliers that the Authority is holding an early stage, industry engagement day, to be held at the Royal College of Defence Studies, Belgrave Square, 37 Upper Belgrave St, Belgravia, London SW1X 8NS on Wednesday 24.4.2019 from 16:30 to 21:00. Suppliers will be limited to 2 representatives per company. Suppliers wishing to attend the event should forward a response to this PIN by Friday April 19th, with the following details:
(a) company name;
(b) single point of contact (email, telephone/mobile number and address);
(c) list of industry day attendees including — full names, nationality and role within the company.
* Attendance at the industry day will be subject to security restrictions at the venue.
Please email — DESCommodities-Comrcl-Fuel@mod.gov.uk
The industry day will cover the Authority’s requirement for the supply of integrated Fuel facilities management services for the UK Ministry of Defence (MoD), to be delivered to various locations around the UK and Worldwide utilising various methods such as Government owned, contractor operated and contractor owned, contractor operated.
Destinations are likely to include (but are not limited to) Aldergrove, Inverness, UK based Navy Oil Fuel Depots (OFD) and Permanent Joint Operating Bases (PJOBS) at worldwide locations.
The Fuel services expected to be delivered under the FES project are (but not limited to) supply of fuels F-35 and F-34 (Aviation), F-44 (Marine Aviation), F-76 (Marine), F-67 (Petrol) and F-54 (Diesel), Fuel storage, fuel distribution, fuel quality management services, infrastructure construction, operation and maintenance, refuelling vehicle operation, refuelling equipment operation, fuel information management services, financial risk management hedging services, refuelling aircraft, road vehicles and sea vessels and fuel management training.
For contingency operations, to all/remote locations, the Authority wishes to explore the requirement for delivery by road where necessary.
The aim of this industry engagement day is to provide an overview of the Authority’s requirement and to aid the Authority’s understanding of what is available within the market place in relation to the requirement, what are the issues are faced by suppliers and to capture the overall interest of suppliers to work with the Authority.
The project team, which is part of the Defence Support Network Transformation Programme (DSN(T), seeks to meet this requirement(s) through a competitive tender process in accordance with the Defence and Security Public Contract Regulations (DSPCR) 2011. It is anticipated that the competitive procurement process will commence over a period of time; following a period of extensive market engagement to fully understand the options available with an advertisement in the Official Journal of the European Union (OJEU). The project is likely to be designated a Category A project, with an anticipated value between 4 000 000 000 GBP – 10 000 000 000 GBP dependent upon the scope and duration of the contract.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.1) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.2) Conditions for participation
III.2.1) Information about reserved contracts
Section VI: Complementary information
VI.1) Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no.
VI.2) Additional information
The Authority reserves the right to amend any condition related to security of information to reflect any changes in national law or government policy. If any contract documents are accompanied by instructions on safeguarding classified information (e.g. a security aspects letter), the Authority reserves the right to amend the terms of these instructions to reflect any changes in national law or government policy, whether in respect of the applicable protective marking scheme, specific protective markings given, the aspects to which any protective marking applies, or otherwise. The link below to the Gov.uk website provides information on the Government Security Classification. Regime OJEU: This contract opportunity is published in the Official Journal of the European Union (OJEU), the MoD Defence Contracts Bulletin and www.contracts.mod.uk GO Reference: GO-2019326-DCB-14595949
VI.3) Information on general regulatory framework
VI.4) Date of dispatch of this notice: 26.03.2019