10.01.2015 Views

May - Government Procurement Service - Cabinet Office

May - Government Procurement Service - Cabinet Office

May - Government Procurement Service - Cabinet Office

SHOW MORE
SHOW LESS

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

Requests for information received under the Freedom of Information Act<br />

<strong>May</strong> 2012<br />

Where additional information has been provided in response to the FOI requests below,<br />

please contact <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> at foi@gps.gsi.gov.uk to request the data.<br />

Ref No: FOI 0602<br />

Format: Email received 1 <strong>May</strong> 2012<br />

Information Requested: Information with regards to Moorhouse Penna Partnership.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds this information. For the<br />

purposes of the Non-Permanent Staff framework agreement, the Moorhouse Penna<br />

Partnership consists of Moorehouse Consulting, Hay Group, Penna and BiP Solutions<br />

Ref No: FOI 0603<br />

Format: Email received 1 <strong>May</strong> 2012<br />

Information Requested: A list of organisations that have made purchases through the<br />

government CloudStore to date, the value of the purchases, and details of the services<br />

purchased.<br />

Response provided:<br />

The Freedom of Information Act provides the applicant with an access right to recorded<br />

information held by public authorities. I can confirm that <strong>Government</strong> <strong>Procurement</strong><br />

<strong>Service</strong> holds information relevant to your request and can provide you with the following<br />

information.<br />

A list of organisations that have made purchases through the government CloudStore to<br />

date is already in the public domain at http://gcloud.civilservice.gov.uk/about/salesinformation/WEBLINK<br />

and is therefore exempt from disclosure under section 21 of the<br />

Freedom of Information Act (Information accessible to the applicant by other means).<br />

Ref No: FOI 0604<br />

Format: Email received 3 <strong>May</strong> 2012<br />

Information Requested: Information on Ricoh service charges with regards to colour<br />

printing through <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> frameworks.


Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> (GPS) holds this information. GPS<br />

holds information for Ricoh devices used through our framework agreements only,<br />

information for service charges for Ricoh devices across <strong>Government</strong> are not held<br />

centrally.<br />

<strong>Service</strong> charge via <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> framework is based upon a ‘cost<br />

per page’ basis i.e. each page printed on a Ricoh device is subject to a click (meter)<br />

charge invoiced in arrears based upon actual volume printed e.g. 4.0p (£0.04) x 20,000<br />

prints = £800.<br />

The per page costs on Ricoh MFD’s vary depending on the actual device sourced.<br />

Typical examples as follows;<br />

MP C2051 (20 pages per minute) - £0.0457<br />

MP C2551 (25 pages per minute) - £0.0457<br />

MP C3501 (35 pages per minute) - £0.0436<br />

MP C4501 (45 pages per minute) - £0.0420<br />

MP C5501 (55 pages per minute) - £0.0420<br />

MP C6501 (65 pages per minute) - £0.0420<br />

Based on the above the average colour click charge is £0.00435.<br />

Please note that the above details relate to the RM450 framework which was ‘closed’ to<br />

new orders and expired on 29 February 2012. Ricoh UK Ltd did not secure a place on<br />

the ‘new’ framework, reference RM1599, which allows them provision of hardware or<br />

associated services. Ricoh UK Ltd were however successful on Lot 4 Print Audit<br />

<strong>Service</strong>s.<br />

Ref No: FOI 0605<br />

Format: Email received 3 <strong>May</strong> 2012<br />

Information Requested: ISS Facility <strong>Service</strong>s’ spend under the <strong>Government</strong><br />

<strong>Procurement</strong> <strong>Service</strong> Facilities Management framework agreement.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds this information. Data held by<br />

<strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> states ISS Facility <strong>Service</strong>s’ spend through the<br />

Facilities Management framework is £2,562,231.02 over Financial Years 2011/12 and<br />

2012/13.<br />

Ref No: FOI 0607<br />

Format: Email received 4 <strong>May</strong> 2012<br />

Information Requested: Information on Lot 22 of <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong>’s<br />

Learning and Development framework agreement.


Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds this information. For your<br />

convenience, this response follows the order of your request.<br />

Data held by <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> states that the value of services<br />

purchased under Lot 22 during the period of the framework agreement is £382,501.92.<br />

<strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> does not hold information on types of service or<br />

products within a lot, and as such we are unable to provide you with the value of<br />

services purchased under Lot 22 in the field of 'Professionalism in Security’.<br />

Please see below for the public bodies that have purchased services under Lot 22<br />

during the period of the framework agreement, according to data held by <strong>Government</strong><br />

<strong>Procurement</strong> <strong>Service</strong>:<br />

Foreign And Commonwealth <strong>Office</strong><br />

HM Revenue and Customs<br />

Community Teachers – Surestart<br />

Department for Work And Pensions<br />

Welsh <strong>Government</strong><br />

Serious Organised Crime Agency<br />

As stated above, we are unable to provide detail within Lot 22 of services procured in the<br />

field of ‘Professionalism in Security’, however, Section 16 of the Act places a duty on<br />

public bodies receiving requests to advise and assist those who request information, and<br />

accordingly, I hope this information will prove helpful to you.<br />

Finally, no decision has been made on whether ‘Professionalism in Security’ will feature<br />

in future learning and development procurement offerings.<br />

Ref No: FOI 0608<br />

Format: Email received 9 <strong>May</strong> 2012<br />

Information Requested: Application information for the interpretation services<br />

framework agreement with OJEU Ref: (11/S 35-57315/EN).<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds this information. For your<br />

convenience this response follows the order of your request.<br />

1. List of applicants that were unsuccessful at PQQ stage:<br />

Advantage Global<br />

Community Interpreting & Translating <strong>Service</strong><br />

D-LANGUAGES<br />

Global Language <strong>Service</strong>s Ltd<br />

Jobline Staffing


Lingland Interpreters Translators Ltd<br />

SuperSigners<br />

2. List of applicants that were unsuccessful at tender stage:<br />

K International plc<br />

Language Empire Ltd<br />

Applied Language Solutions<br />

Global Accent Ltd<br />

3. The associated scorecard<br />

Please find enclosed the summary scorecards from the PQQ and ITT exercises which<br />

have been anonymised as we consider this information exempt from disclosure in<br />

accordance with section 43(2) of the Freedom of Information Act, namely that its<br />

disclosure could prejudice the commercial interests of the companies that bid for and<br />

those invited to tender for the framework agreement, and the commercial interest of<br />

GPS.<br />

Ref No: FOI 0609<br />

Format: Email received 9 <strong>May</strong> 2012<br />

Information Requested: Application information for the repair and maintenance<br />

services framework agreement with OJEU Ref: (10/S 238-363058/EN).<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> (GPS) holds some of this<br />

information. For your convenience this response follows the order of your request.<br />

1. Expressions of interest (PQQ Bidders)<br />

Please see attached document.<br />

2. Companies that were unsuccessful at PQQ stage<br />

Please see attached document.<br />

3. Unsuccessful tenderers<br />

Please see attached document.<br />

4. The scorecard<br />

GPS does not hold this information, however the list of unsuccessful applicants is<br />

provided as requested.


Ref No: FOI 0610<br />

Format: Email received 10 <strong>May</strong> 2012<br />

Information Requested: Contact details for Heads of ICT/CIOs in several <strong>Government</strong><br />

departments.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds some of this information only.<br />

As an Executive Agency of <strong>Cabinet</strong> <strong>Office</strong>, <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds<br />

information on senior ICT professionals within <strong>Cabinet</strong> <strong>Office</strong>. This information is exempt<br />

from release under Section 21 of the Freedom of Information Act 2000 as it is<br />

information that is accessible by other means.<br />

However, to assist you, you will find the information you have requested on the <strong>Cabinet</strong><br />

<strong>Office</strong> website at http://www.cabinetoffice.gov.uk/resource-library/structure-chartscabinet-office<br />

<strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> does not hold information on ICT professional across<br />

other departments, and as such we are unable to respond to your request.<br />

Ref No: FOI 0611<br />

Format: Email received 10 <strong>May</strong> 2012<br />

Information Requested: The submissions from each of the suppliers who were<br />

approved for Lot 1 of the Information Management and Learning <strong>Service</strong>s (IMLS)<br />

framework agreement.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds this information. Please see<br />

the attached ITT documents as requested.<br />

Please note we consider some information contained within these documents to be<br />

exempt from disclosure in accordance with section 43(2) of the Freedom of Information<br />

Act, namely that its disclosure would be likely to prejudice the commercial interests of<br />

the suppliers and as such, redactions have been made. As a qualified exemption, we<br />

have considered whether in all the circumstances of the case the public interest in<br />

withholding the information outweighs the public interest in disclosing the information<br />

and we are satisfied that it does; accordingly our decision is to withhold the information.<br />

Ref No: FOI 0612<br />

Format: Email received 11 <strong>May</strong> 2012<br />

Information Requested: Fees or revenues collected by <strong>Government</strong> <strong>Procurement</strong><br />

<strong>Service</strong> relating to spend on the <strong>Office</strong> Stationery framework.


Response provided:<br />

<strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> does not hold this information and as such we are<br />

unable to respond to your request. We recommend that you contact Her Majesty’s<br />

Revenue and Customs with this freedom of information request as they manage this<br />

framework.<br />

Ref No: FOI 0613<br />

Format: Email received 15 <strong>May</strong> 2012<br />

Information Requested: Which companies bid for the Consultancy ONE framework and<br />

which companies were invited to tender for the Consultancy ONE framework.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> (GPS) holds this information. As<br />

this is a live procurement, we consider this information to be exempt from disclosure in<br />

accordance with section 43(2) of the Freedom of Information Act, namely that its<br />

disclosure would be likely to prejudice the commercial interests of the companies that<br />

bid for and those invited to tender for the framework agreement, and the commercial<br />

interest of GPS. This procurement is expected to be awarded by the end of the year. As<br />

a qualified exemption, we have considered whether in all the circumstances of the case,<br />

the public interest in withholding the information outweighs the public interest in<br />

disclosing the information and we are satisfied that it does; accordingly our decision is to<br />

withhold the information.<br />

Ref No: FOI 0614<br />

Format: Email received 17 <strong>May</strong> 2012<br />

Information Requested: The identities of the organisations who bid for five framework<br />

agreements.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds most of this information. For<br />

your convenience, this response follows the order of your request.<br />

1. Professional <strong>Service</strong>s – Insurance<br />

GPS does not hold this information as this is a new framework agreement under<br />

consideration.<br />

2. Property – Facilities Management<br />

Carillion <strong>Service</strong>s Limited trading as Carillion Facilities Management<br />

EC Harris LLP<br />

Europa Facilities <strong>Service</strong>s<br />

G4S Integrated <strong>Service</strong>s (UK) Ltd<br />

Interserve (Facilities Management) Limited


ISS Facility <strong>Service</strong>s Limited T/A ISS Coflex<br />

Kier Facilities <strong>Service</strong>s<br />

MITIE Facilities Management<br />

Norland Managed <strong>Service</strong>s<br />

OPERON<br />

Reliance Facilities Management Limited<br />

Skanska Rashleigh Weatherfoil Ltd<br />

3. Property – Project Management and Full Design Team <strong>Service</strong>s<br />

Drivers Jonas<br />

Turner & Townsend Project Management Limited<br />

Jacobs Engineering U.K. Limited<br />

Capita Symonds Ltd<br />

Faithful+Gould<br />

Gleeds<br />

Mace Limited<br />

EC Harris LLP<br />

MWH UK Ltd<br />

Pick Everard<br />

Mott Macdonald Ltd<br />

Mouchel Parkman <strong>Service</strong>s Ltd<br />

Bovis Lend Lease Limited<br />

Rider Levett Bucknall<br />

Gardiner & Theobald<br />

Cyril Sweett<br />

TPS<br />

PARSONS BRINCKERHOFF LTD<br />

Appleyards Ltd.<br />

Ove Arup & Partners Ltd<br />

4. Property – Building <strong>Service</strong>s<br />

1st Metropolitan Locksmiths Ltd<br />

Abbey Liftcare Ltd<br />

Absolute Air Ltd<br />

Accord Lift <strong>Service</strong>s Ltd<br />

Acme<br />

Acre Lifts Ltd<br />

ACR London Ltd<br />

Allied Protection Ltd<br />

Apollo Lifts Ltd<br />

Artic Building <strong>Service</strong>s Ltd<br />

Autoflame Engineering Limited


Auximeca Limited<br />

BA Corry Holdings Limited<br />

BDS FIRE AND SECURITY LIMITED<br />

Besam Limited<br />

Birdsall <strong>Service</strong>s Limited<br />

BS <strong>Service</strong>s<br />

BTU Heating<br />

Building Automation Solutions Ltd<br />

Building Management Systems Integrators Limited<br />

Calbarrie<br />

Carillion plc<br />

Chubb Fire Limited<br />

Clearwater Technology Ltd<br />

Combined Technical Solutions Ltd<br />

Connaught Compliance Limited<br />

CONQUEST FIRE SERVICES LTD<br />

Constant Cooling Limited<br />

Coolfactor<br />

Defensor Maintenance<br />

Delta Design Systems Limited<br />

Direct Surveillance Solutions Ltd (DSSL Group Including CVSS Ltd)<br />

DMA Maintenance Limited<br />

Ductclean (UK) Ltd<br />

Ecovert FM Limited<br />

EFT Systems Ltd<br />

Elite Elevators Group Limited<br />

Envirosafe UK Ltd<br />

Erskine Systems<br />

Essex Lift <strong>Service</strong>s Ltd<br />

Europa Facility <strong>Service</strong>s Limited<br />

Express Elevators<br />

FDL Generators<br />

Fowler Combustion Company Ltd<br />

Future Water Ltd<br />

Hamworthy Combustion Engineering Ltd<br />

Hawkesworth Appliance Testing<br />

HMC Electrical <strong>Service</strong>s Ltd<br />

Honeywell<br />

ICH Ltd<br />

Ingersoll Rand Security Technologies<br />

Integral UK Limited<br />

Jackson Lift <strong>Service</strong>s Limited<br />

JC Watson Refrigeration Ltd


JR Pridham <strong>Service</strong>s Ltd<br />

Lorne Stewart Plc<br />

Maracom Ltd<br />

MEMS Power Generation<br />

Mid Essex Heating (London) Ltd<br />

Minerva Integrated Security <strong>Service</strong>s Ltd<br />

MITIE Engineering Maintenance Ltd<br />

NEWPOINT GROUP LTD<br />

Norland Managed <strong>Service</strong>s Ltd<br />

Nova Lift Company<br />

Otis Ltd<br />

P & I Generators.co.uk<br />

PHS Compliance<br />

Pickerings Lifts<br />

PTC Systems Limited<br />

Robert M Donaldson Ltd<br />

Rosser & Russell Maintenance<br />

Rydon Maintenance Limited<br />

Sentinel Water Limited<br />

Severn Trent Select Ltd<br />

Southern Electric Contracting Ltd<br />

Starkstrom Ltd<br />

SYSCOM Building Management Ltd<br />

T. & J. Fire Ltd<br />

TAC UK Ltd<br />

Terry Eames Fire & Security Ltd<br />

Thameside Fire & Protection Co Limited<br />

The General Lift Company Limited<br />

Thomas Door & Window Controls<br />

Thomson Environmental <strong>Service</strong>s Ltd<br />

ThyssenKrupp Elevator UK<br />

Titan Elevators Ltd<br />

Turner Engine Powered <strong>Service</strong>s<br />

TVF (UK) Limited<br />

WR Refrigeration<br />

Zicam Integrated Security Limited<br />

5. Property – Building Materials<br />

Alexandra<br />

Arco Ltd<br />

Ashtead Plant Hire Company Ltd<br />

BSS Group


Buck & Hickman Ltd<br />

Burdens<br />

Burlington Uniforms Ltd<br />

Edmundson Electrical Ltd<br />

Grafton Merchanting GB Ltd<br />

Hewden<br />

Jewson Ltd<br />

Plumbing Trade Supplies<br />

Rexel UK Ltd<br />

Travis Perkins Managed <strong>Service</strong>s<br />

Wolseley UK Ltd<br />

Ref No: FOI 0615<br />

Format: Email received 17 <strong>May</strong> 2012<br />

Information Requested: The identities of the organisations who bid for four framework<br />

agreements.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds most of this information. For<br />

your convenience, this response follows the order of your request<br />

1. Professional <strong>Service</strong>s – Agenda for Change, Non-Medical Non-Clinical<br />

Please see attached document.<br />

2. ICT – Desktop21 – II<br />

Successful bidders:<br />

Viglen<br />

EDS<br />

Unisys<br />

ATOS Origin<br />

Computacentre<br />

Fujitsu<br />

FujitsuSiemens<br />

T-Systems<br />

SCC<br />

CapGemini<br />

Dell<br />

IBM<br />

Steria<br />

Lockheed Martin


Patni<br />

Novatech<br />

GPS does not hold the identities of the unsuccessful bidders as the procurement was<br />

managed by the Department of Work and Pensions, whom we recommend you contact if<br />

you need this information.<br />

3. Fleet – Vehicle Conversions<br />

Asset Co Papworth (Papworth Specialist Vehicles Ltd)<br />

AES, Auto Electrical <strong>Service</strong>s Ltd<br />

TRAILERTECH SERVICES LTD, trading as BLUEBIRD VEHICLES LTD<br />

Bott Ltd<br />

D A MOTOR FITTINGS<br />

Elm UK<br />

Special Vehicle Preparations Ltd<br />

Groupe Gruau UK Limited (Groupe Gruau France Subsidiary)<br />

JS Fraser (Oxford) Ltd<br />

Kent County Council Transport Engineering<br />

WOODALL NICHOLSON LTD T/A MELLOR COACHCRAFT<br />

Oughtred & Harrison (Facilities) Ltd<br />

PANELTEX LTD<br />

RIDGEWAY READING<br />

S MacNeillie and Son Limited<br />

Taurus Bodies<br />

UV Modular (a subsidiary of Asset Co PLC)<br />

WAS (Vehicles) UK Ltd<br />

WH BENCE (COACHWORKS) LIMITED<br />

Wilker UK Ltd<br />

4. ICT – <strong>Service</strong> Integration and Management<br />

GPS does not hold this information as this is a new framework agreement under<br />

consideration.<br />

Ref No: FOI 0617<br />

Format: Email received 23 <strong>May</strong> 2012<br />

Information Requested: Names of bidders for the fuel framework agreement.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> holds this information. For your<br />

convenience this response follows the order of your request.<br />

1. What were the names of all of the bidders


DCC Energy Limited t/a EMO<br />

Harvest Energy Limited<br />

Nicholl Fuel Oils Limited<br />

GB Oils Limited t/a Scottish Fuels<br />

Nickerson<br />

Lissan Coal Company Limited<br />

GB Oils Limited<br />

Inver Energy (UK) Limited<br />

Pace Fuelcare Limited<br />

Bayford and Company Ltd<br />

Birlem Limited<br />

Total UK Limited<br />

Thomas Silvey Limited<br />

Linton Fuel Oils Limited<br />

Henty Oil Limited<br />

Watson Petroleum Limited<br />

Petroplus Refining Teeside Ltd<br />

Chevron<br />

Wessex Petroleum Limited<br />

Shell Gas Limited<br />

Esso<br />

2. If you produced a shortlist of the bidders, what were the names of the bidders<br />

on that shortlist<br />

DCC Energy Limited t/a EMO<br />

Harvest Energy Limited<br />

Nicholl Fuel Oils Limited<br />

GB Oils Limited t/a Scottish Fuels<br />

Nickerson<br />

Lissan Coal Company Limited<br />

GB Oils Limited<br />

Inver Energy (UK) Limited<br />

Pace Fuelcare Limited<br />

Bayford and Company Ltd<br />

Birlem Limited<br />

Total UK Limited<br />

Thomas Silvey Limited<br />

Linton Fuel Oils Limited<br />

Henty Oil Limited<br />

Watson Petroleum Limited<br />

Petroplus Refining Teeside Ltd<br />

3. How many sites were being tendered for, in what counties and unitary


authorities were those sites located to which fuel was to be delivered<br />

The tender exercise, and resulting framework agreement, did/does not include any<br />

specific sites.<br />

The tender exercise, detailed within Contract Notice 2009/S 64-092139, was undertaken<br />

to establish a framework agreement for the supply of liquid fuels.<br />

The framework agreement for liquid fuels is available for use by all of the UK public<br />

sector organisations detailed within section II.1.5 of the Contract Notice but they are<br />

under no obligation to use agreement.<br />

In order to procure liquid fuels, customer departments are required to carry out further<br />

competition exercises between all capable suppliers on the framework agreement.<br />

4. At the time of awarding the contract did you have an existing framework<br />

agreement with any fuel suppliers and if so, with which suppliers<br />

Prior to commencement of the framework agreement in 2009, <strong>Government</strong> <strong>Procurement</strong><br />

<strong>Service</strong> did not manage any frameworks/contracts for liquid fuels.<br />

Ref No: FOI 0618<br />

Format: Email received 24 <strong>May</strong> 2012<br />

Information Requested: Invitation to tender documents re the G-Cloud framework<br />

agreement (RM1557) and a copy of the submitted proposal to the framework from<br />

AIMES Grid <strong>Service</strong>s (under Lot 1).<br />

Response provided:<br />

Thank you for your email dated 24 <strong>May</strong> requesting last year’s invitation to tender<br />

documents re the G-Cloud framework agreement (RM1557) which you will find attached<br />

with this response. Regarding your request for the AIMES Grid <strong>Service</strong>s proposal (under<br />

lot 1), this information is exempt from release under Section 21 of the Freedom of<br />

Information Act 2000 as it is information that is accessible by other means.<br />

However, to assist you, you will find the information you have requested on<br />

http://gcloud.civilservice.gov.uk/cloudstore/. If you click on the cloud symbol in the<br />

shopping trolley and search for G025.001-2 this will bring up the information you have<br />

requested for Aimes.<br />

Ref No: FOI 0619<br />

Format: Email received 24 <strong>May</strong> 2012<br />

Information Requested: Information on suppliers for the IT Hardware and Solutions<br />

RM1692 and the Commoditised IT Hardware and Software RM 721 framework<br />

agreements.


Response provided:<br />

As requested the information shows the weighted scores for the “quality aspects” only, in<br />

respect of both IT Hardware & Solutions and Commoditised IT Hardware and Software.<br />

1. The weighted scores for IT Hardware and Solutions RM-1692<br />

Please see attached document.<br />

2. The weighted scores for Commoditised IT Hardware and Solutions RM-721<br />

Please see attached document.<br />

3. For IT Hardware and Solutions RM-1692, was there any weighting put on testing<br />

and compliance with specifications and if so how these were physically checked<br />

All responses were subject to a compliance process. This included the checking of the<br />

proposed products against the minimum specifications stated. There was no weighting<br />

as such to this element, as any product that failed to meet the minimum specification<br />

stated resulted in the Tender submission for that Lot being deemed non compliant.<br />

Ref No: FOI 0620<br />

Format: Email received 25 <strong>May</strong> 2012<br />

Information Requested: Information on oil products that <strong>Government</strong> <strong>Procurement</strong><br />

<strong>Service</strong> purchases for transportation and heating.<br />

Response provided:<br />

I can confirm that <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> (GPS) holds some of this<br />

information. This response follows the order of your questions for your convenience.<br />

1. Do you issue formal tenders for these products<br />

In 2009, GPS undertook a formal tender exercise to award a Framework Agreement for<br />

the supply of Liquid Fuels, which provides public sector organisations with a vehicle to<br />

purchase a range of associated products.<br />

2. For the last 3 years please can you provide information on the selection criteria<br />

used for Question 1 above and how many times you have gone through this<br />

process to select suppliers<br />

In the last three years, GPS has undertaken one tender exercise for the supply of Liquid<br />

Fuels.<br />

The evaluation criteria are contained within the attached Invitation to Tender document.<br />

3. Which suppliers of oil products have you a) purchased from and b) considered<br />

buying oil products from in the past 3 years How many other suppliers submitted<br />

compliant bids or met your selection criteria e.g. if you have a framework<br />

agreement with suppliers<br />

a) GPS does not purchase Liquid Fuels.<br />

b) <strong>Government</strong> <strong>Procurement</strong> <strong>Service</strong> undertook a tender exercise to award a Framework


Agreement for the supply of Liquid Fuels, which provides public sector organisations<br />

with a vehicle to purchase a range of associated products.<br />

The following companies submitted a response to the Liquid Fuels Invitation to Tender:<br />

- DCC Energy Limited t/a EMO<br />

- Harvest Energy Limited<br />

- Nicholl Fuel Oils Limited<br />

- GB Oils Limited t/a Scottish Fuels<br />

- Nickerson<br />

- Lissan Coal Company Limited<br />

- GB Oils Limited<br />

- Inver Energy (UK) Limited<br />

- Pace Fuelcare Limited<br />

- Bayford and Company Ltd<br />

- Birlem Limited<br />

- Total UK Limited<br />

- Thomas Silvey Limited<br />

- Linton Fuel Oils Limited<br />

- Henty Oil Limited<br />

- Watson Petroleum Limited<br />

- Petroplus Refining Teeside Ltd<br />

- Chevron<br />

- Wessex Petroleum Limited<br />

- Shell Gas Limited<br />

- Esso<br />

The following companies were appointed to the Liquid Fuels Framework Agreement:<br />

- DCC Energy Limited t/a EMO<br />

- Harvest Energy Limited<br />

- Nicholl Fuel Oils Limited<br />

- GB Oils Limited t/a Scottish Fuels<br />

- Nickerson<br />

- Lissan Coal Company Limited<br />

- GB Oils Limited<br />

- Inver Energy (UK) Limited<br />

- Pace Fuelcare Limited<br />

- Bayford and Company Ltd<br />

- Birlem Limited<br />

- Total UK Limited<br />

- Thomas Silvey Limited<br />

- Linton Fuel Oils Limited<br />

- Henty Oil Limited<br />

- Watson Petroleum Limited


- Petroplus Refining Teeside Ltd<br />

4. How many sites were supplied with oil products and in what counties were<br />

those sites located<br />

GPS does not hold this information.

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!