Award

Operation and Maintenance of Biomass Boiler at Port Glasgow Community Campus

INVERCLYDE COUNCIL

This public procurement record has 2 releases in its history.

Award

27 Aug 2024 at 00:00

Tender

20 Jun 2024 at 00:00

Summary of the contracting process

Inverclyde Council has completed the tender process for the "Operation and Maintenance of Biomass Boiler at Port Glasgow Community Campus". This contract, identified as CP0562/PRO, is focused on the general public services industry category and is situated in Port Glasgow, Inverclyde (region UKM83). The tender is classified under CPV codes 03413000, 09111400, and 50000000, indicating its relevance to biomass energy and maintenance services. The procurement was initiated through an open procedure and concluded with the award to Alternative Heat Ltd., a Banbridge-based SME. Key dates include the tender period ending on 22nd July 2024 and the contract award and signing on 20th August 2024. The contract value is established at GBP 654,977.18, with a total estimated value capped at GBP 900,000.00 over the contract duration, including potential renewals.

This tender presents substantial opportunities for businesses specializing in renewable energy, biomass boiler maintenance, and related services. Companies experienced in providing planned service regimes, biomass fuel supply, and remote monitoring system installations would be well-suited for such projects. The contract's requirements include a comprehensive service package involving reactive repairs and maintaining a defined renewable heat target. The procurement process emphasizes economic and technical qualifications, ensuring that bidders meet financial stability and relevant experience criteria. This offers growth potential for qualified SMEs capable of delivering high-quality, sustainable energy solutions within the public sector framework.

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

Operation and Maintenance of Biomass Boiler at Port Glasgow Community Campus

Notice Description

Operation and maintenance of the Herz Energietechnik Biocontrol 600kW wood pellet boiler at the Port Glasgow Community Campus.

Lot Information

Lot 1

The Port Glasgow Community Campus comprises three schools; two secondary schools and one assisted special needs school. The primary heating system for the school is biomass through a Herz Energietechnik Biocontrol 600kW wood pellet boiler. This contract is for a Service Provider to maintain the Biomass Equipment under a planned service regime and supply enough suitable biomass fuel to meet a defined renewable heat target, delivering metered heat. The Service Provider shall design and install remote monitoring equipment suitable to monitor the Biomass Equipment and its role in providing renewable heat. The Service Provider will provide a reactive call out service - undertaking repairs to the Biomass Equipment.. 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.

Options: Tenderers are asked to provide a monthly cost for ash collection and disposal. The Council reserve the right to omit this part of the service from the tender award depending upon whether it represents value for money.

Renewal: The Council may, at its sole discretion and subject always to satisfactory performance, extend the contract for a further period of up to 12 months on 3 separate occasions (3+1+1+1) beyond the Initial Contract Period subject to satisfactory performance and available budget.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000769512
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512859
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

03 - Agricultural, farming, fishing, forestry and related products

09 - Petroleum products, fuel, electricity and other sources of energy

50 - Repair and maintenance services


CPV Codes

03413000 - Fuel wood

09111400 - Wood fuels

50000000 - Repair and maintenance services

Notice Value(s)

Tender Value
£900,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£654,977 £500K-£1M

Notice Dates

Publication Date
27 Aug 20241 years ago
Submission Deadline
22 Jul 2024Expired
Future Notice Date
Not specified
Award Date
20 Aug 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

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

Supplier Information

Number of Suppliers
1
Supplier Name

ALTERNATIVE HEAT

Further Information

Notice Documents

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-r6ebe6-0000769512-2024-08-27T00:00:00Z",
    "date": "2024-08-27T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000769512",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-53",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-54",
            "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"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-134",
            "name": "Inverclyde Council",
            "identifier": {
                "legalName": "Inverclyde Council"
            },
            "address": {
                "streetAddress": "Procurement, Municipal Buildings, Clyde Square",
                "locality": "Greenock",
                "region": "UKM83",
                "postalCode": "PA15 1LX"
            },
            "contactPoint": {
                "email": "procurement@inverclyde.gov.uk",
                "telephone": "+44 1475712634",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.inverclyde.gov.uk"
            }
        },
        {
            "id": "org-135",
            "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"
            },
            "contactPoint": {
                "telephone": "+44 2843770700"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-136",
            "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"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Inverclyde Council",
        "id": "org-134"
    },
    "tender": {
        "id": "CP0562/PRO",
        "title": "Operation and Maintenance of Biomass Boiler at Port Glasgow Community Campus",
        "description": "Operation and maintenance of the Herz Energietechnik Biocontrol 600kW wood pellet boiler at the Port Glasgow Community Campus.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "03413000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "09111400",
                        "scheme": "CPV"
                    },
                    {
                        "id": "50000000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Port Glasgow, Inverclyde"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM83"
                    },
                    {
                        "region": "UKM83"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 900000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "tenderPeriod": {
            "endDate": "2024-07-22T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-07-22T12:00:00Z"
        },
        "documents": [
            {
                "id": "JUN507923",
                "documentType": "contractNotice",
                "title": "Operation and Maintenance of Biomass Boiler at Port Glasgow Community Campus",
                "description": "Operation and maintenance of the Herz Energietechnik Biocontrol 600kW wood pellet boiler at the Port Glasgow Community Campus.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=JUN507923",
                "format": "text/html"
            },
            {
                "id": "AUG512859",
                "documentType": "awardNotice",
                "title": "Operation and Maintenance of Biomass Boiler at Port Glasgow Community Campus",
                "description": "Operation and maintenance of the Herz Energietechnik Biocontrol 600kW wood pellet boiler at the Port Glasgow Community Campus.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=AUG512859",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The Port Glasgow Community Campus comprises three schools; two secondary schools and one assisted special needs school. The primary heating system for the school is biomass through a Herz Energietechnik Biocontrol 600kW wood pellet boiler. This contract is for a Service Provider to maintain the Biomass Equipment under a planned service regime and supply enough suitable biomass fuel to meet a defined renewable heat target, delivering metered heat. The Service Provider shall design and install remote monitoring equipment suitable to monitor the Biomass Equipment and its role in providing renewable heat. The Service Provider will provide a reactive call out service - undertaking repairs to the Biomass Equipment.. 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.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Approach to tender",
                            "description": "13.00"
                        },
                        {
                            "type": "price",
                            "description": "70"
                        }
                    ]
                },
                "options": {
                    "description": "Tenderers are asked to provide a monthly cost for ash collection and disposal. The Council reserve the right to omit this part of the service from the tender award depending upon whether it represents value for money."
                },
                "hasOptions": true,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "The Council may, at its sole discretion and subject always to satisfactory performance, extend the contract for a further period of up to 12 months on 3 separate occasions (3+1+1+1) beyond the Initial Contract Period subject to satisfactory performance and available budget."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-07-22T12:00:00Z",
            "address": {
                "streetAddress": "Tenders will be opened remotely using the PCS-T Opening Committee feature."
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed"
        },
        "coveredBy": [
            "GPA"
        ],
        "otherRequirements": {
            "requiresStaffNamesAndQualifications": true
        },
        "selectionCriteria": {
            "criteria": [
                {
                    "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. For the avoidance of doubt, the annual contract value is 150,000 GBP and will be the figure used within section 4B.1.2. financial assessment. 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: Employers Liability Insurance - 5M GBP Public Liability Insurance - 10M GBP Products Liability Insurance - 5M GBP Professional Indemnity Insurance - 5M GBP"
                },
                {
                    "type": "technical",
                    "description": "4C.1.2 Bidders will be required to provide minimum of two examples of similar contracts they have held during the last three years 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. Examples should be of similar size and scope to this contract opportunity. 4C.10 Bidders will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contract. 4D.1 QUALITY MANAGEMENT PROCEDURES The bidder must hold a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BS EN ISO 9001 (or equivalent), OR The bidder must have the following: a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder 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. AND 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 file Contract Notice Additional Information contained within the Supplier Attachment area. 4D.2 ENVIRONMENTAL MANAGEMENT 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 The bidder must have the following: a. 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)."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "classification": {
            "id": "03413000",
            "scheme": "CPV"
        },
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "The value inserted at section II.1.7 Total Value of the Procurement and V.2.4 Information on value of the contract/lot is an estimated total value based on the rates submitted over the full contract duration. Bidders must be registered under the Department of Energy Security and Net Zero (DESNZ) 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 must provide their BSL approved registration number and BSL fuel authorisation number and date or equivalent. Bidders will be required to return with their submission a completed Data Protection Certificate, FOI Certificate, No Collusion Certificate, S1 Equalities Questionnaire, S2 Equalities Declaration, Prompt Payment Certificate and Tender Declaration Certificate. (SC Ref:776266)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000769512"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000769512"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "CP0562/PRO",
            "suppliers": [
                {
                    "id": "org-135",
                    "name": "Alternative Heat Ltd."
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "CP0562/PRO",
            "awardID": "CP0562/PRO",
            "status": "active",
            "value": {
                "amount": 654977.18,
                "currency": "GBP"
            },
            "dateSigned": "2024-08-20T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-018990"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "125",
                "measure": "bids",
                "value": 4,
                "relatedLot": "1"
            },
            {
                "id": "126",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "127",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "128",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "129",
                "measure": "electronicBids",
                "value": 4,
                "relatedLot": "1"
            }
        ]
    }
}