Award

Renewable Heat Services-2023-SER051

THE HIGHLAND COUNCIL

This public procurement record has 4 releases in its history.

Award

04 Sep 2023 at 09:35

Tender

14 Jun 2023 at 08:21

Award

07 Mar 2022 at 14:55

Tender

13 Jul 2021 at 07:55

Summary of the contracting process

The Highland Council has completed the procurement process for Renewable Heat Services-2023-SER051. The contract involves managing, operating, and maintaining renewable heat services across the estate, excluding building heating systems. The contract, valued at 5,800,000.00 GBP annually, began on September 6, 2023, and may extend for up to thirty-six months. The procurement method used was an open procedure, and Alternative Heat Ltd. was awarded the contract.

This tender presents an opportunity for businesses specializing in repair and maintenance services within the renewable heat industry. The services required include fuel delivery, servicing, maintenance, and repair of biomass plant and equipment. Companies offering expertise in renewable energy services and technology maintenance are particularly well-suited to compete in this tender process led by The Highland Council.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Renewable Heat Services-2023-SER051

Notice Description

The Authority wishes to appoint one Contractor submitting the Most Economically Advantageous Tender (MEAT), to manage, operate and maintain renewable heat and associated services across the estate. The Contractor will be required to undertake the management of heat provision, which will include fuel delivery and supply, management and undertaking of the servicing, maintenance and repair of biomass plant, and associated equipment, including fuel storage facilities, ancillary equipment and plant controls. The contract specifically excludes the building heating system such as pipework and heaters and the Authority's Housing stock which is specifically excluded from the scope of the requirements described. The Contract shall commence on 06 September 2023 and will endure until 05 September 2026, with the option of multiple extensions to be extended by up to thirty-six (36) months, subject to mutual agreement. The option of multiple extensions may be exercised by the Authority giving written notice to the Contractor to that effect, not less than three (3) months before the contract would otherwise expire. The estimated annual value (based on historical data of approximately 35,000,000kWh heat consumption across the estate) is 5,800,000.00 GBP. Please note these are estimated and for guidance purposes only. Tenderers should note and consider the background of market conditions and decreasing public sector budgets and the need to target and achieve budgetary pressures against the current annual costs experienced by the Council for the Services provided by this Contract.

Lot Information

Lot 1

The Authority wishes to appoint one Contractor submitting the Most Economically Advantageous Tender (MEAT), to manage, operate and maintain renewable heat and associated services across the estate. The Contractor will be required to undertake the management of heat provision, which will include fuel delivery and supply, management and undertaking of the servicing, maintenance and repair of biomass plant, and associated equipment, including fuel storage facilities, ancillary equipment and plant controls. The contract specifically excludes the building heating system such as pipework and heaters and the Authority's Housing stock which is specifically excluded from the scope of the requirements described. The Contract shall commence on 06 September 2023 and will endure until 05 September 2026, with the option of multiple extensions to be extended by up to thirty-six (36) months, subject to mutual agreement. The option of multiple extensions may be exercised by the Authority giving written notice to the Contractor to that effect, not less than three (3) months before the contract would otherwise expire. The estimated annual value (based on historical data of approximately 35,000,000kWh heat consumption across the estate) is 5,800,000.00 GBP. Please note these are estimated and for guidance purposes only. Tenderers should note and consider the background of market conditions and decreasing public sector budgets and the need to target and achieve budgetary pressures against the current annual costs experienced by the Council for the Services provided by this Contract.

Renewal: With the option of multiple extensions to be extended by up to thirty-six (36) months, subject to mutual agreement

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02c717
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/026011-2023
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

50 - Repair and maintenance services

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

50000000 - Repair and maintenance services

90510000 - Refuse disposal and treatment

Notice Value(s)

Tender Value
£34,800,000 £10M-£100M
Lots Value
£34,800,000 £10M-£100M
Awards Value
Not specified
Contracts Value
£86,701,093 £10M-£100M

Notice Dates

Publication Date
4 Sep 20232 years ago
Submission Deadline
13 Jul 2023Expired
Future Notice Date
Not specified
Award Date
25 Feb 20223 years ago
Contract Period
1 Jan 2023 - 31 Dec 2027 Over 5 years
Recurrence
Please refer to the tender documents.

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
THE HIGHLAND COUNCIL
Contact Name
Scott Henderson, Special Projects Category Management Team
Contact Email
contracts.team@highland.gov.uk, cpssprocurement@aberdeencity.gov.uk
Contact Phone
+44 1463702386, +44 1463702979

Buyer Location

Locality
INVERNESS
Postcode
IV3 5NX
Post Town
Inverness
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM2 Highlands and Islands
Small Region (ITL 3)
TLM20 Highlands and Islands
Delivery Location
TLM6 Highlands and Islands

Local Authority
Highland
Electoral Ward
Inverness West
Westminster Constituency
Inverness, Skye and West Ross-shire

Supplier Information

Number of Suppliers
2
Supplier Names

ALTERNATIVE HEAT

VIRIDOR DUNBAR WASTE SERVICES

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02c717-2023-09-04T10:35:02+01:00",
    "date": "2023-09-04T10:35:02+01:00",
    "ocid": "ocds-h6vhtk-02c717",
    "description": "(SC Ref:743563)",
    "initiationType": "tender",
    "tender": {
        "id": "HC/P&H/SER051/2023",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Renewable Heat Services-2023-SER051",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "50000000",
            "description": "Repair and maintenance services"
        },
        "mainProcurementCategory": "services",
        "description": "The Authority wishes to appoint one Contractor submitting the Most Economically Advantageous Tender (MEAT), to manage, operate and maintain renewable heat and associated services across the estate. The Contractor will be required to undertake the management of heat provision, which will include fuel delivery and supply, management and undertaking of the servicing, maintenance and repair of biomass plant, and associated equipment, including fuel storage facilities, ancillary equipment and plant controls. The contract specifically excludes the building heating system such as pipework and heaters and the Authority's Housing stock which is specifically excluded from the scope of the requirements described. The Contract shall commence on 06 September 2023 and will endure until 05 September 2026, with the option of multiple extensions to be extended by up to thirty-six (36) months, subject to mutual agreement. The option of multiple extensions may be exercised by the Authority giving written notice to the Contractor to that effect, not less than three (3) months before the contract would otherwise expire. The estimated annual value (based on historical data of approximately 35,000,000kWh heat consumption across the estate) is 5,800,000.00 GBP. Please note these are estimated and for guidance purposes only. Tenderers should note and consider the background of market conditions and decreasing public sector budgets and the need to target and achieve budgetary pressures against the current annual costs experienced by the Council for the Services provided by this Contract.",
        "value": {
            "amount": 34800000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Authority wishes to appoint one Contractor submitting the Most Economically Advantageous Tender (MEAT), to manage, operate and maintain renewable heat and associated services across the estate. The Contractor will be required to undertake the management of heat provision, which will include fuel delivery and supply, management and undertaking of the servicing, maintenance and repair of biomass plant, and associated equipment, including fuel storage facilities, ancillary equipment and plant controls. The contract specifically excludes the building heating system such as pipework and heaters and the Authority's Housing stock which is specifically excluded from the scope of the requirements described. The Contract shall commence on 06 September 2023 and will endure until 05 September 2026, with the option of multiple extensions to be extended by up to thirty-six (36) months, subject to mutual agreement. The option of multiple extensions may be exercised by the Authority giving written notice to the Contractor to that effect, not less than three (3) months before the contract would otherwise expire. The estimated annual value (based on historical data of approximately 35,000,000kWh heat consumption across the estate) is 5,800,000.00 GBP. Please note these are estimated and for guidance purposes only. Tenderers should note and consider the background of market conditions and decreasing public sector budgets and the need to target and achieve budgetary pressures against the current annual costs experienced by the Council for the Services provided by this Contract.",
                "contractPeriod": {
                    "startDate": "2023-01-01T00:00:00Z",
                    "endDate": "2027-12-31T23:59:59Z",
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "With the option of multiple extensions to be extended by up to thirty-six (36) months, subject to mutual agreement"
                },
                "secondStage": {
                    "minimumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "Please refer to the The Single Procurement (Scotland) Document [SPD] Instructions document."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "type": "price",
                            "description": "30"
                        }
                    ]
                },
                "value": {
                    "amount": 34800000,
                    "currency": "GBP"
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "90510000",
                        "description": "Refuse disposal and treatment"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    },
                    {
                        "region": "UKM6"
                    }
                ],
                "deliveryLocation": {
                    "description": "Covers Highland Council Area"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publiccontractsscotland.gov.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Bidder to ensure that relevant to the specific work element being undertaken, the contractor and/or any of their sub-contractors shall hold current memberships of the following organisations: - NIC-EIC; SELECT or equal and approved - HETAS Approved Biomass Maintenance Scheme - HETAS Approved Chimney Sweep - MCS Accreditation - Combustion Engineering Association - Wood Fuel Quality Assurance (WFQA) - Forest Stewardship Council (FSC) - UK Pellet Council Bidder to ensure that the contractor's engineers assigned to the contract shall be trained to the following minimal standards: - Manufacturer's Service Engineer training for each of the boilers installed. Where any boiler manufacturer no longer trades, the contractor shall provide a robust alternative for engineer training. - HETAS H009 Service and Maintenance Training - HEATS H005/DE Training",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "As detailed in minimum level(s) of standards required.",
                    "minimum": "The winning tenderer and its sub-contractor(s) to provide a current copy and have as a minimum: - 10,000,000 GBP Employers Liability Insurance (where applicable) for each and every claim; - 10,000,000 GBP Public Liability Insurance for each and every claim; - 10,000,000 GBP Products Liability Insurance (where applicable) for each and every claim; and - Third Party Motor Vehicle Liability Insurance to a minimum indemnity limit of 10,000,000 GBP for each and every claim in respect of property damage, without limit to the number of claims, unlimited in respect of personal injury. The bidder shall provide the organisations audited accounts covering the last financial three (3) years in the business area covered by the Contract; The Authority will use an independent credit scoring organisation, Creditsafe, to check the financial status of the winning tenderer. To minimise risk of failure, the desired risk score should not be below Moderate Risk as a minimum. The Authority shall take a view on the risk to the Authority should the winning tenderer credit rating fall below this and may involve further detailed financial checking/assessment. Where it is considered that the additional supporting information does not provide satisfaction that the risk is mitigated, the tenderer shall be disqualified.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "As per minimum level(s) of standards required.",
                    "minimum": "The bidder to provide a copy of - the organisations current Health and Safety Policy; - the tenderer must have under the organisations Health and Safety (H&S) procedures a regularly reviewed and documented policy for Health and Safety Management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of Health and Safety Management and compliance with legislation. - provide a copy of the organisations current Environmental Management Policy; - the tenderer must have under the organisations Environmental Management Systems or Standards a regularly reviewed documented policy regarding Environmental Management, authorised by the Chief Executive, or equivalent. This policy must include and describe the bidder's environmental emergency response procedures, including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control). - provide a copy of the organisations current Quality Assurance Scheme and or Quality Management Policy; - the tenderer must have a documented policy regarding Quality Management. The policy must set out responsibilities for Quality Management demonstrating that the organisation has, and continues to implement, a Quality Management Policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for Quality Management throughout the organisation. The bidder to provide a statement of the relevant supply chain management and/or tracking systems used; - provide two (2) relevant examples of services carried out in the past three (3) years; - provide two (2) copies of Risk assessments specifically relating to similar activities currently undertaken; - provide details of business continuity and contingency proposals for the service required; - provide details of exit management plan for the service required; - provide details of current average annual manpower for the last three (3) years; - provide current details of relevant tools, plant or technical equipment available to deliver the requirements for the services specified.",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "The bidder to ensure that relevant to the specific work element being undertaken, the contractor and/or any of their sub-contractors shall hold current memberships of the following organisations: - NIC-EIC; SELECT or equal and approved - HETAS Approved Biomass Maintenance Scheme - HETAS Approved Chimney Sweep - MCS Accreditation - Combustion Engineering Association - Wood Fuel Quality Assurance (WFQA) - Forest Stewardship Council (FSC) - UK Pellet Council - Ensure that the contractor's engineers assigned to the contract shall be trained to the following minimal standards: - Manufacturer's Service Engineer training for each of the boilers installed. Where any boiler manufacturer no longer trades, the contractor shall provide a robust alternative for engineer training. - HETAS H009 Service and Maintenance Training - HEATS H005/DE Training"
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "Bidders are directed to the Tender Documents which they must comply with.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2021-08-20T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-07-13T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2023-04-28T23:59:59+01:00",
                "durationInDays": 120
            }
        },
        "hasRecurrence": true,
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "awardPeriod": {
            "startDate": "2023-07-13T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2023-07-13T12:00:00+01:00",
            "address": {
                "streetAddress": "Highland Council"
            },
            "description": "Contracts Team"
        },
        "recurrence": {
            "description": "Please refer to the tender documents."
        }
    },
    "parties": [
        {
            "id": "GB-FTS-22269",
            "name": "The Highland Council",
            "identifier": {
                "legalName": "The Highland Council"
            },
            "address": {
                "streetAddress": "Block A First Floor, Glenurquhart Road",
                "locality": "Inverness",
                "region": "UKM6",
                "postalCode": "IV3 5NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Special Projects Category Management Team",
                "telephone": "+44 1463702386",
                "email": "CPSSprocurement@aberdeencity.gov.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.highland.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1262",
            "name": "Inverness Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Inverness Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "The Inverness Justice Centre, Longman Road",
                "locality": "Inverness",
                "postalCode": "IV1 1AH",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1463230782",
                "email": "inverness@scotcourts.gov.uk"
            },
            "roles": [
                "reviewBody"
            ],
            "details": {
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/inverness-sheriff-court-and-justice-of-the-peace-court"
            }
        },
        {
            "id": "GB-FTS-46187",
            "name": "Viridor Dunbar Waste Services Limited",
            "identifier": {
                "legalName": "Viridor Dunbar Waste Services Limited"
            },
            "address": {
                "streetAddress": "1 Exchange Crescent, , Conference Square",
                "locality": "Edinburgh",
                "region": "UK",
                "postalCode": "EH3 8UL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1732229200",
                "email": "bidteam_dunbar@viridor.co.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large"
            }
        },
        {
            "id": "GB-FTS-7940",
            "name": "The Highland Council",
            "identifier": {
                "legalName": "The Highland Council"
            },
            "address": {
                "streetAddress": "Council Headquarters, Glenurquhart Road",
                "locality": "Inverness",
                "region": "UKM6",
                "postalCode": "IV3 5NX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Scott Henderson",
                "telephone": "+44 1463702979",
                "email": "contracts.team@highland.gov.uk",
                "url": "https://www.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.highland.gov.uk/",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "REGIONAL_AUTHORITY",
                        "description": "Regional or local authority"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-16438",
            "name": "Alternative Heat Ltd.",
            "identifier": {
                "legalName": "Alternative Heat Ltd."
            },
            "address": {
                "streetAddress": "Unit 18-19 Scarva Road Industrial Estate",
                "locality": "Banbridge",
                "region": "UK",
                "postalCode": "BT32 3QD",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 2843770700",
                "faxNumber": "+44 2843778404"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://www.alternativeheat.co.uk/",
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-7940",
        "name": "The Highland Council"
    },
    "language": "en",
    "awards": [
        {
            "id": "006175-2022-HC/C&P/WMS-RWTRD/2021-AWARDED-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-46187",
                    "name": "Viridor Dunbar Waste Services Limited"
                }
            ]
        },
        {
            "id": "026011-2023-SER051-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "hasSubcontracting": true,
            "subcontracting": {
                "value": {
                    "amount": 2560000,
                    "currency": "GBP"
                },
                "description": "The supply of wood pellets shall be subcontracted on this contract. Various support maintenance services shall also be subcontracted"
            },
            "suppliers": [
                {
                    "id": "GB-FTS-16438",
                    "name": "Alternative Heat Ltd."
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "006175-2022-HC/C&P/WMS-RWTRD/2021-AWARDED-1",
            "awardID": "006175-2022-HC/C&P/WMS-RWTRD/2021-AWARDED-1",
            "status": "active",
            "value": {
                "amount": 58000000,
                "currency": "GBP"
            },
            "dateSigned": "2022-02-25T00:00:00Z"
        },
        {
            "id": "026011-2023-SER051-1",
            "awardID": "026011-2023-SER051-1",
            "status": "active",
            "value": {
                "amount": 28701093.18,
                "currency": "GBP"
            },
            "dateSigned": "2023-08-28T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 5
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 5
            }
        ]
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000700098"
        }
    ]
}