Notice Information
Notice Title
Supply and Delivery of Biomass Wood Fuel Pellets
Notice Description
Supply & Delivery of Wood Pellet for the Biomass Heating System at The Port Glasgow Community Campus
Lot Information
Lot 1
Inverclyde Council's school entitled 'The Port Glasgow Community Campus' has a biomass heating system which acts as the primary heating system for the school. In order to maintain its obligations under the RHI, the wood pellets supplied must adhere to certain criteria. The obligation with respect to air quality is that the wood pellets must not have a moisture content greater than the maximum moisture content specified on the RHI Emissions Certificate, i.e. 12%. The obligation with respect to sustainability is that the biomass fuel used is registered on the Biomass Suppliers List (BSL). The BSL lets suppliers register themselves as sellers of fuels that meet the greenhouse gas limit and land criteria. This tender is for the Supply & Delivery of Wood Pellets for the Biomass Heating System at The Port Glasgow Community Campus. Bidders must be registered under the Business Energy and Industrial Strategy (BEIS) Renewable Heat Incentive (RHI) Biomass Suppliers List or equivalent in order for the biomass heating system to comply with the sustainability requirements under the RHI. The bidder in turn must provide their BSL approved registration number and BSL fuel authorisation number and date or equivalent. Bidders will be required to include relevant documentation concerning wood pellets, notably certification relating to the BEIS RHI BSL, or equivalent accreditation of the wood pellets, e.g. ENPlus, certification confirming wood pellets have moisture content below 12% and confirmation that blown delivery can be accommodated. The moisture content of the wood pellets must be less than 12% and a fuel emissions certificate must be provided. There is no guarantee given to the amount of work or value to be generated by any contract award resulting from this Tender. Tenderers should note that volumes detailed in the Commercial Envelope are indicative and there is no guarantee of any level or continuity of business and that the total contract value/volumes are estimated only. Typical annual volume is circa 385 tonnes however this is subject to the biomass boiler being in full working order. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
Renewal: The contract may be extended at the Councils sole discretion by a further 12 month period up to a maximum contract duration of 24 months.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-037ce5
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/000127-2023
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
03 - Agricultural, farming, fishing, forestry and related products
09 - Petroleum products, fuel, electricity and other sources of energy
-
- CPV Codes
03413000 - Fuel wood
09100000 - Fuels
Notice Value(s)
- Tender Value
- Not specified
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 4 Jan 20233 years ago
- Submission Deadline
- 28 Nov 2022Expired
- Future Notice Date
- Not specified
- Award Date
- 4 Jan 20233 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future.
Notice Status
- Tender Status
- Cancelled
- Lots Status
- Cancelled
- Awards Status
- Unsuccessful
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- INVERCLYDE COUNCIL
- Contact Name
- Not specified
- Contact Email
- procurement@inverclyde.gov.uk
- Contact Phone
- +44 1475712634
Buyer Location
- Locality
- GREENOCK
- Postcode
- PA15 1LX
- Post Town
- Paisley
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM33 Inverclyde, East Renfrewshire, and Renfrewshire
- Delivery Location
- TLM83 Inverclyde, East Renfrewshire, and Renfrewshire
-
- Local Authority
- Inverclyde
- Electoral Ward
- Inverclyde North
- Westminster Constituency
- Inverclyde and Renfrewshire West
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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-037ce5-2023-01-04T10:20:32Z",
"date": "2023-01-04T10:20:32Z",
"ocid": "ocds-h6vhtk-037ce5",
"description": "Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certification, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. (SC Ref:718102)",
"initiationType": "tender",
"tender": {
"id": "CP0485/REG",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply and Delivery of Biomass Wood Fuel Pellets",
"status": "cancelled",
"classification": {
"scheme": "CPV",
"id": "03413000",
"description": "Fuel wood"
},
"mainProcurementCategory": "goods",
"description": "Supply & Delivery of Wood Pellet for the Biomass Heating System at The Port Glasgow Community Campus",
"lots": [
{
"id": "1",
"description": "Inverclyde Council's school entitled 'The Port Glasgow Community Campus' has a biomass heating system which acts as the primary heating system for the school. In order to maintain its obligations under the RHI, the wood pellets supplied must adhere to certain criteria. The obligation with respect to air quality is that the wood pellets must not have a moisture content greater than the maximum moisture content specified on the RHI Emissions Certificate, i.e. 12%. The obligation with respect to sustainability is that the biomass fuel used is registered on the Biomass Suppliers List (BSL). The BSL lets suppliers register themselves as sellers of fuels that meet the greenhouse gas limit and land criteria. This tender is for the Supply & Delivery of Wood Pellets for the Biomass Heating System at The Port Glasgow Community Campus. Bidders must be registered under the Business Energy and Industrial Strategy (BEIS) Renewable Heat Incentive (RHI) Biomass Suppliers List or equivalent in order for the biomass heating system to comply with the sustainability requirements under the RHI. The bidder in turn must provide their BSL approved registration number and BSL fuel authorisation number and date or equivalent. Bidders will be required to include relevant documentation concerning wood pellets, notably certification relating to the BEIS RHI BSL, or equivalent accreditation of the wood pellets, e.g. ENPlus, certification confirming wood pellets have moisture content below 12% and confirmation that blown delivery can be accommodated. The moisture content of the wood pellets must be less than 12% and a fuel emissions certificate must be provided. There is no guarantee given to the amount of work or value to be generated by any contract award resulting from this Tender. Tenderers should note that volumes detailed in the Commercial Envelope are indicative and there is no guarantee of any level or continuity of business and that the total contract value/volumes are estimated only. Typical annual volume is circa 385 tonnes however this is subject to the biomass boiler being in full working order. Additional information: Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
"awardCriteria": {
"criteria": [
{
"name": "Method Statement - Contingency Measures",
"type": "quality",
"description": "5"
},
{
"name": "Method Statement - Blown Delivery Process",
"type": "quality",
"description": "5"
},
{
"name": "Social Value Outcomes Menu",
"type": "quality",
"description": "3"
},
{
"name": "Social Value Supporting Methodology",
"type": "quality",
"description": "2"
},
{
"name": "Fair Work First",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "80"
}
]
},
"contractPeriod": {
"durationInDays": 360
},
"hasRenewal": true,
"renewal": {
"description": "The contract may be extended at the Councils sole discretion by a further 12 month period up to a maximum contract duration of 24 months."
},
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "03413000",
"description": "Fuel wood"
},
{
"scheme": "CPV",
"id": "09100000",
"description": "Fuels"
}
],
"deliveryAddresses": [
{
"region": "UKM83"
},
{
"region": "UKM83"
}
],
"deliveryLocation": {
"description": "Port Glasgow, Inverclyde"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
"selectionCriteria": {
"criteria": [
{
"type": "suitability",
"description": "Bidders must be registered under the Business Energy and Industrial Strategy (BEIS) Renewable Heat Incentive (RHI) Biomass Suppliers List or equivalent. Bidders must provide evidence of BSL approved registration number and BSL Fuel authorisation number and date or equivalent.",
"appliesTo": [
"supplier"
]
},
{
"type": "economic",
"description": "4B.1.2 Inverclyde Council will check the financial status of applicants by means of a Dun and Bradstreet assessment. In order to be considered, applicants must achieve one of the following: (a) Where the tenderers Dun & Bradstreet risk indicator is 3, the annual contract value should also be less than 50% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 24 months of the date of the financial check). OR (b) Where the tenderers Dun & Bradstreet risk indicator is 2 or better, the annual contract value should also be less than 75% of the tenderers average turnover over the preceding 2 years (with audited accounts dated within 21 months of the date of the financial check). PLEASE NOTE THE IMPORTANT GUIDANCE TO BIDDERS BELOW: APPLICANTS ARE STRONGLY ADVISED TO SATISFY THEMSELVES THAT THEY MEET THESE CRITERIA AS FAILURE OF THE FINANCIAL CHECK WILL MEAN THAT THEIR APPLICATION WILL NOT BE CONSIDERED FURTHER. APPLICANTS SHOULD ALSO SATISFY THEMSELVES THAT THEIR DUN AND BRADSTREET RATINGS ARE CORRECT AND IT IS THE APPLICANT'S RESPONSIBILITY TO RAISE ANY QUERIES WITH DUN AND BRADSTREET IF THEY FEEL A CORRECTION IS REQUIRED. THE COUNCIL WILL RELY ON THE RISK RATING IT OBTAINS AT THE TIME IT PERFORMS THE D&B FINANCIAL CHECK. You must provide your average yearly turnover for the last 2 years. Turnover must be provided from your audited accounts. Turnover from unaudited accounts or part year turnover will not be accepted. If you are unable to provide the turnover information required due to being exempt from submission of full audited accounts, please provide an explanation on why you are exempt in response to this question. If you have responded that you are exempt from submitting full audited accounts, please confirm that you will be prepared to submit alternative information and documentation on your financial position should this be required at any point. This information could be required at selection or in the event that the bidder is identified as the preferred bidder. 4B.5.1a/4B.5.1b/4B.5.2 It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employer's (Compulsory) Liability Insurance = 5M GBP Public Liability Insurance = 5M GBP to include Products Liability Insurance limited of indemnity required 5M GBP Motor Vehicle Insurance = 5M GBP for property damage and unlimited for bodily injury",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "4C.1.2 Bidders will be required to provide examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 HEALTH & SAFETY The bidder must hold a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with BS OHSAS 18001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a construction-related scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum OR hold the information contained in the buyer attachment area in PCS-T (file name \"Contract Notice Additional Information\") 4D.2 The Bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate OR hold the information contained in the buyer attachment area in PCS-T (file name \"Contract Notice Additional Information\")",
"minimum": "4C.1.2 Bidders will be required to provide two (2) examples of similar contracts within the last three (3) years that demonstrate that they have the relevant experience to deliver this contract. Bidders must evidence experience of blown deliveries.",
"appliesTo": [
"supplier"
]
}
]
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2022-11-28T12:00:00Z"
},
"submissionTerms": {
"languages": [
"en"
],
"bidValidityPeriod": {
"endDate": "2023-03-27T23:59:59+01:00"
}
},
"awardPeriod": {
"startDate": "2022-11-28T12:00:00Z"
},
"bidOpening": {
"date": "2022-11-28T12:00:00Z",
"address": {
"streetAddress": "Tenders will be opened remotely using the PCS-T Opening Committee feature"
}
},
"hasRecurrence": true,
"contractTerms": {
"hasElectronicOrdering": true,
"electronicInvoicingPolicy": "allowed",
"hasElectronicPayment": true
},
"recurrence": {
"description": "If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future."
}
},
"parties": [
{
"id": "GB-FTS-52718",
"name": "Inverclyde Council",
"identifier": {
"legalName": "Inverclyde Council"
},
"address": {
"streetAddress": "Procurement, Municipal Buildings, Clyde Square",
"locality": "Greenock",
"region": "UKM83",
"postalCode": "PA15 1LX",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1475712634",
"email": "procurement@inverclyde.gov.uk",
"url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.inverclyde.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-36693",
"name": "Greenock Sheriff Court and Justice of the Peace Court",
"identifier": {
"legalName": "Greenock Sheriff Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "Sheriff Court House,1 Nelson Street,",
"locality": "Greenock",
"postalCode": "PA15 1TR",
"countryName": "United Kingdom"
},
"roles": [
"reviewBody"
]
}
],
"buyer": {
"id": "GB-FTS-52718",
"name": "Inverclyde Council"
},
"links": [
{
"rel": "canonical",
"href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000710607"
}
],
"language": "en",
"awards": [
{
"id": "000127-2023-CP0485/REG-1",
"relatedLots": [
"1"
],
"status": "unsuccessful",
"statusDetails": "discontinued"
}
]
}