Establishment of 2 Multi-Party Framework Agreements for the Provision of Legacy, Alternative Fuels, Lubricants, Ad-Blue, and related support for Coillte CGA

The Contracting Authority proposes to engage in a competitive process for the establishment of both a single-party framework agreement for the provision of Legacy, Alternative Fuels, Lubricants and related support for Coillte CGA in 2 Lots. Lot 1 Fuel Cards Nationwide (Multi-Party Framework). This will involve a multi supplier framework …

CPV: 09100000 Combustibles, 09000000 Derivados del petróleo, combustibles, electricidad y otras fuentes de energía, 09134200 Combustible para motores diésel, 09134210 Combustible para motores diésel (0.2), 09134220 Combustible para motores diésel (EN 590), 09135000 Aceites combustibles, 63712600 Servicios de repostaje de vehículos, 15421000 Aceites refinados, 30163100 Tarjetas para la compra de carburante, 50100000 Servicios de reparación, mantenimiento y servicios asociados de vehículos y equipo conexo
Plazo:
1 de mayo de 2025 a las 00:00
Tipo de plazo:
Presentación de una oferta
Lugar de ejecución:
Establishment of 2 Multi-Party Framework Agreements for the Provision of Legacy, Alternative Fuels, Lubricants, Ad-Blue, and related support for Coillte CGA
Organismo adjudicador:
Coillte CGA
Número de premio:
1

1. Buyer

1.1 Buyer

Official name : Coillte CGA
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : Environmental protection

2. Procedure

2.1 Procedure

Title : Establishment of 2 Multi-Party Framework Agreements for the Provision of Legacy, Alternative Fuels, Lubricants, Ad-Blue, and related support for Coillte CGA
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of both a single-party framework agreement for the provision of Legacy, Alternative Fuels, Lubricants and related support for Coillte CGA in 2 Lots. Lot 1 Fuel Cards Nationwide (Multi-Party Framework). This will involve a multi supplier framework that provides access to a comprehensive fuel card network across the island of Ireland and cover all the 6 BAU locations (Nationwide) in the BAU map above. This network must facilitate the refuelling of all mobile equipment ensuring seamless and efficient fuel management. Lot 2 Bulk Deliveries Nationwide on Bound and Unbound Roads (Multi-Party Framework). This will involve a multi supplier framework for the delivery on Bulk Deliveries Nationwide on Bound and Unbound Roads to cover all of the 6 BAU locations (Nationwide) in the BAU map above. An unbound road is a type of gravel road that lacks a tarmac surface, commonly found in non-public infrastructure, requiring suppliers to navigate these roads to access fuel bowsers used in the forestry sector.
Procedure identifier : 738b08ea-5095-46a4-a6bc-c4f7b3e55735
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09134210 Diesel fuel (0,2)
Additional classification ( cpv ): 09134220 Diesel fuel (EN 590)
Additional classification ( cpv ): 09135000 Fuel oils
Additional classification ( cpv ): 63712600 Vehicle refuelling services
Additional classification ( cpv ): 15421000 Refined oils
Additional classification ( cpv ): 30163100 Agency fuel cards
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment

2.1.2 Place of performance

Country : Ireland
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 7 500 000 Euro
Maximum value of the framework agreement : 7 500 000 Euro

2.1.4 General information

Additional information : Please consult the associated documentation, which contains full instructions regarding the submission of tenders and is available to download from www.etenders.gov.ie using eTenders Resource ID – 5390314. (1) Interested parties must associate their organisation with this competition on the eTenders web site ( www.etenders.gov.ie) in order to be included on the mailing list for clarifications and to upload tender responses. To do this you must do the following: Log-in to the eTenders portal; Locate the competition using the Advanced Search by searching under the Contracting Authority or Resource ID. Click on the hyperlink for the competition which will bring you to the CfT Workspace. In the Show CfT Menu for the competition click on the “Expression of Interest in the drop-down menu. Complete the Association with the CfT tab. This will then provide you with a link to Tender under the Show CfT Menu where you can prepare your submission. (2) When finalising your submission please upload your final response as a zip file as individual documents will lose their titles if uploaded individually. Also ensure that you receive a message under the status header called Submitted, as the percentage tab does not imply you have successfully submitted your response. (3) There is a maximum upload limit of 250mb per file / 500mb per submission. (4) Suppliers should note the following when making their submission suppliers must ensure that they give themselves sufficient time to upload & submit all required documentation before the submission deadline. Suppliers should consider the fact that upload speeds vary and that the new eTenders system operates in a different manner to the previous platform operated by EU-Supply. The submit button will be disable automatically upon the expiration of the response deadline. (5) If you experience difficulty when uploading documents, please contact the eTenders Support Desk for technical assistance. Email irish-eproc-helpdesk@eurodym.com or Telephone: +353(0)818 001459 (09:00 – 17:00 hours). (6) Applications submitted by any other means (including but not limited to email or post or hand delivery) will not be accepted. (7) All information relating to attachments, including clarifications and changes, will be published on the Irish Government Procurement Opportunities Portal ( www.etenders.gov.ie) only. Registration is free of charge. The contracting authority will not accept responsibility for information relayed (or not relayed) via third parties. (8) All queries regarding this process must be submitted through the Irish Government Procurement Opportunities Portal www.etenders.gov.ie as a specific question. Responses will be circulated to those tenderers that have registered an interest in this notice on www.etenders.gov.ie. The details of the person making a query will not be disclosed when circulating the response (9) The estimated value for the framework published is provided strictly for indicative purposes only as there is no guaranteed expenditure under the framework agreement. (10) The contracting authority will not be responsible for any costs, charges or expenses incurred by candidates or tenderers. Contract award will be subject to the approval of the competent authorities. (11) Without prejudice to the principle of equal treatment, the contracting authority is not obliged to engage in a clarification process in respect of the procurement documents with missing or incomplete information. Therefore, respondents are advised to ensure that they return completed documentation in order to avoid the risk of elimination from the competition. (12) Where applicable, please note in relation to all documents, that where reference is made to a particular standard, make, source, process, trademark, type, or patent, that this is not to be regarded as a de facto requirement. In all such cases it should be understood that such indications are to be treated strictly and solely for reference purposes only, to which the words "or equivalent" will always be appended. (13) At its absolute discretion, the contracting authority may elect to terminate this procurement process, the framework agreement or any contract awarded under the framework agreement at any time.
Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
The tenderer must submit tenders for all lots
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1 Fuel Cards Nationwide Multi-Party Framework Agreement
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of both a single-party framework agreement for the provision of Legacy, Alternative Fuels, Lubricants and related support for Coillte CGA in 2 Lots. Lot 1 Fuel Cards Nationwide (Multi-Party Framework). This will involve a multi supplier framework that provides access to a comprehensive fuel card network across the island of Ireland and cover all the 6 BAU locations (Nationwide) in the BAU map above. This network must facilitate the refuelling of all mobile equipment ensuring seamless and efficient fuel management.
Internal identifier : 1

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09134210 Diesel fuel (0,2)
Additional classification ( cpv ): 09134220 Diesel fuel (EN 590)
Additional classification ( cpv ): 09135000 Fuel oils
Additional classification ( cpv ): 63712600 Vehicle refuelling services
Additional classification ( cpv ): 15421000 Refined oils
Additional classification ( cpv ): 30163100 Agency fuel cards
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.5 Value

Estimated value excluding VAT : 3 500 000 Euro
Maximum value of the framework agreement : 3 500 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : For the second stage of the competition.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/05/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Justification for the duration of the framework agreement : Due to the strategic alignment and financial viability for both the Contracting Authority and successful tenderers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with S.I. 130/2010
Organisation providing offline access to the procurement documents : Coillte CGA -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Coillte CGA -
Organisation processing tenders : Coillte CGA -

5.1 Lot technical ID : LOT-0002

Title : Lot 2 Bulk Deliveries Nationwide on Bound and Unbound Roads Multi-Party Framework Agreement
Description : The Contracting Authority proposes to engage in a competitive process for the establishment of both a single-party framework agreement for the provision of Legacy, Alternative Fuels, Lubricants and related support for Coillte CGA in 2 Lots. Lot 2 Bulk Deliveries Nationwide on Bound and Unbound Roads (Multi-Party Framework). This will involve a multi supplier framework for the delivery on Bulk Deliveries Nationwide on Bound and Unbound Roads to cover all of the 6 BAU locations (Nationwide) in the BAU map above. An unbound road is a type of gravel road that lacks a tarmac surface, commonly found in non-public infrastructure, requiring suppliers to navigate these roads to access fuel bowsers used in the forestry sector.
Internal identifier : 2

5.1.1 Purpose

Main nature of the contract : Supplies
Additional nature of the contract : Services
Main classification ( cpv ): 09100000 Fuels
Additional classification ( cpv ): 09000000 Petroleum products, fuel, electricity and other sources of energy
Additional classification ( cpv ): 09134200 Diesel fuel
Additional classification ( cpv ): 09134210 Diesel fuel (0,2)
Additional classification ( cpv ): 09134220 Diesel fuel (EN 590)
Additional classification ( cpv ): 09135000 Fuel oils
Additional classification ( cpv ): 63712600 Vehicle refuelling services
Additional classification ( cpv ): 15421000 Refined oils
Additional classification ( cpv ): 30163100 Agency fuel cards
Additional classification ( cpv ): 50100000 Repair, maintenance and associated services of vehicles and related equipment

5.1.2 Place of performance

Country : Ireland
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 6 Year

5.1.5 Value

Estimated value excluding VAT : 4 000 000 Euro
Maximum value of the framework agreement : 4 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

Aim of strategic procurement : Reduction of environmental impacts
Description : For the second stage of the competition.
Approach to reducing environmental impacts : Other
Green Procurement Criteria : Other Green Public Procurement criteria
The procurement falls within the scope of the European Parliament and Council 2009/33/EC (Clean Vehicles Directive – CVD)
The CVD legal basis to establish which category of procurement procedure applies Other service contract

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Languages in which the procurement documents (or their parts) are unofficially available : English

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 01/05/2025 00:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 3
Justification for the duration of the framework agreement : Due to the strategic alignment and financial viability for both the Contracting Authority and successful tenderers.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : The High Court of Ireland -
Information about review deadlines : In line with S.I. 130/2010
Organisation providing offline access to the procurement documents : Coillte CGA -
Organisation providing more information on the review procedures : The High Court of Ireland -
Organisation receiving requests to participate : Coillte CGA -
Organisation processing tenders : Coillte CGA -

8. Organisations

8.1 ORG-0001

Official name : Coillte CGA
Registration number : 138108
Postal address : Newtownmountkennedy
Town : Wicklow
Postcode : A63DN25
Country subdivision (NUTS) : Mid-East ( IE062 )
Country : Ireland
Telephone : +35312011199
Internet address : https://www.coillte.ie
Buyer profile : https://www.coillte.ie
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : The High Court of Ireland
Registration number : The High Court of Ireland
Department : The High Court of Ireland
Postal address : Four Courts, Inns Quay, Dublin 7
Town : Dublin
Postcode : D07 WDX8
Country subdivision (NUTS) : Dublin ( IE061 )
Country : Ireland
Telephone : +353 1 8886000
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : European Dynamics S.A.
Registration number : 002024901000
Department : European Dynamics S.A.
Town : Athens
Postcode : 15125
Country subdivision (NUTS) : Βόρειος Τομέας Αθηνών ( EL301 )
Country : Greece
Telephone : +30 2108094500
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : b9fcbed3-f04e-4a41-9a20-bf2cee8eadda - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/03/2025 16:59 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00211508-2025
OJ S issue number : 65/2025
Publication date : 02/04/2025