Tender

FM1577 Biomass Boilers System Design and Installation

  • Wiltshire Council

F02: Contract notice

Notice identifier: 2022/S 000-008934

Procurement identifier (OCID): ocds-h6vhtk-032981

Published 4 April 2022, 10:10am



Section one: Contracting authority

one.1) Name and addresses

Wiltshire Council

Wiltshire Council, County Hall, Bythesea Road

Trowbridge

BA14 8JN

Contact

Mr Bill Warden

Email

bill.warden@hants.gov.uk

Telephone

+44 3005551375

Country

United Kingdom

NUTS code

UKK15 - Wiltshire CC

Internet address(es)

Main address

http://www.wiltshire.gov.uk/

Buyer's address

http://www.wiltshire.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

www.procontract.due-north.com

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.procontract.due-north.com

one.4) Type of the contracting authority

Regional or local authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

FM1577 Biomass Boilers System Design and Installation

Reference number

DN604956

two.1.2) Main CPV code

  • 44600000 - Tanks, reservoirs and containers; central-heating radiators and boilers

two.1.3) Type of contract

Supplies

two.1.4) Short description

Wiltshire Council wish to procure a solution to decarbonise the heating at 3 council properties which are nearing the end of operational life by converting from gas to biomass boilers.

two.1.5) Estimated total value

Value excluding VAT: £1,125,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 42160000 - Boiler installations
  • 50531100 - Repair and maintenance services of boilers
  • 45331110 - Boiler installation work

two.2.3) Place of performance

NUTS codes
  • UKK15 - Wiltshire CC

two.2.4) Description of the procurement

Wiltshire Council has announced that it will become carbon neutral across its building portfolio by 2030 and has set in place a programme to enable that objective to be met.

This programme is made up of a series of individual projects that reduce the carbon emissions and energy consumption and increase the volume of renewable energy generated and used in the council’s buildings.

In support of this agenda and programme, Wiltshire Council wish to procure a solution to decarbonise the heating at 3 council properties which are nearing the end of operational life by converting from gas to biomass boilers.

This requirement is for a complete biomass boiler system solution design and installation.

Completion of this programme of work will reduce the council’s corporate buildings carbon footprint by over 400 tonnes and will make a significant contribution towards achieving the carbon neutral target.

The sites that will be included in this procurement are:

• Monkton Park Office

• Lime Kiln Leisure Centre

• Warminster Leisure Centre

two.2.5) Award criteria

Quality criterion - Name: Price per Quality Point / Weighting: 100

Price - Weighting: 0

two.2.6) Estimated value

Value excluding VAT: £1,125,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

16

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2.14) Additional information

For the avoidance of confusion in respect of the award criteria stated above, this procurement will be evaluated using the Price per Quality Point evaluation methodology.

Full details are shown in the ITT document at the address stated above.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents

three.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.2) Time limit for receipt of tenders or requests to participate

Date

9 May 2022

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

9 May 2022

Local time

2:00pm

Place

The verification process will be conducted via the Pro Contract e-tendering portal by appropriately authorised individuals.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.4) Procedures for review

six.4.1) Review body

High Court of England and Wales

London

Country

United Kingdom