Opportunity

Biomass Pellets

  • NHS Greater Glasgow and Clyde

F02: Contract notice

Notice reference: 2021/S 000-020751

Published 24 August 2021, 9:05am



Section one: Contracting authority

one.1) Name and addresses

NHS Greater Glasgow and Clyde

Procurement Department, Glasgow Royal Infirmary, 84 Castle Street

Glasgow

G4 0SF

Email

alasdair.mclaren@ggc.scot.nhs.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

https://www.nhsggc.org.uk/about-us/procurement/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10722

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

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

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Health


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Biomass Pellets

Reference number

GGC0699

two.1.2) Main CPV code

  • 09111400 - Wood fuels

two.1.3) Type of contract

Supplies

two.1.4) Short description

NHS Greater Glasgow and Clyde (NHSGGC)(we; the health board; the board) wishes to tender for Biomass Pellets Service. NHSGGC is looking to work in partnership with a Biomass supplier for the provision of Biomass Pellets at the following NHSGGC sites:

1. Renfrew Health & Social Work Centre

2. Vale Centre for Health & Care

3. IRH Education Centre

4. Possilpark Health & Care Centre

two.1.5) Estimated total value

Value excluding VAT: £200,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 09111400 - Wood fuels
  • 03413000 - Fuel wood
  • 44115220 - Heating materials

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
  • UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
  • UKM81 - East Dunbartonshire, West Dunbartonshire and Helensburgh & Lomond
Main site or place of performance

- Renfrew Health & Social Work Centre

- Vale Centre for Health & Care

- IRH Education Centre

- Possilpark Health & Care Centre

two.2.4) Description of the procurement

NHS Greater Glasgow and Clyde (NHSGGC)(we; the health board; the board) wishes to tender for Biomass Pellets Service. NHSGGC is looking to work in partnership with a Biomass supplier for the provision of Biomass Pellets at the following NHSGGC sites:

- Renfrew Health & Social Work Centre

- Vale Centre for Health & Care

- IRH Education Centre

- Possilpark Health & Care Centre

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

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

Duration in months

48

This contract is subject to renewal

Yes

Description of renewals

There is the option for 1 x 12 Month Extension after the initial term subject to funding.

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


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

With reference to SPD question 4B.6 – NHSGG&C will use its financial evaluation matrix which can be downloaded from the attachments area on PCS-Tender to assess the financial stability of tenderers. Tenderers should complete the evaluation matrix spread sheet included in the tender documents and confirm they meet the minimum requirement score. Tenderers with a Score of 50 and above will be deemed to have evidenced satisfactory financial stability. This is a pass/fail question.

Failure to achieve a score of 50 or failure to provide this information will result in your tender being rejected. Tenderers should be able to provide financial accounts when requested by NHSGG&C. If a minus or GDP 0 turnover applies, please include your last 3 years financial accounts to allow your financial validity to be evidenced. Should this not be available or should this show financial instability of the organisation, this may result in a fail.

Minimum level(s) of standards possibly required

With reference to SPD question 4B.5.1b. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Employer’s (Compulsory) Liability Insurance = GBP5m. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.

With reference to SPD question 4B.5.2. It is a requirement of this contract that tenderers hold, or can commit to obtain prior to the commencement of any subsequently awarded contract Public Liability Insurance = GBP10m. This is a pass/fail question. Failure to provide this information will result in your bid being rejected.

three.1.3) Technical and professional ability

List and brief description of selection criteria

With reference to SPD question 4C.1.2, tenderers are required to provide examples that demonstrate they have the relevant experience to deliver the services. Examples must be from within the last 3 years. You should use the attached template to provide 2 examples that demonstrates experience that is relevant to this procurement exercise. If you cannot provide any examples you should explain why at the bottom of this template. Your completed response should be no more than 2 pages of A4. The completed document should be uploaded to question 4C.1.2.

This is a pass/fail question, if relevant previous experience and correct level of service is not demonstrated this will result in your tender being rejected.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

In line with SPD Question 4D.1, tenderers should hold and evidence or commit to obtain, within 6 months of the contract start date, a whistleblowing policy consistent with the National Whistleblowing Standards that can be found at the following link: https://inwo.spso.org.uk/national-whistleblowing-%20standards


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

24 September 2021

Local time

12:00pm

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

English

four.2.7) Conditions for opening of tenders

Date

24 September 2021

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 19231. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

In the Tender Submission, the supplier will be required to detail any social, economic and environmental benefits associated with contract performance during the contract term in the event of their appointment, in particular, but not limited to any of the following areas:

- Social Benefits e.g. jobs, work experience, training, apprenticeships and mentoring.

- Economic Benefits e.g. use of Small, Medium Enterprises, promotion of opportunities to Social Enterprises and the Voluntary Sector, community consultation, young person engagement, and community sponsorship.

- Environmental Benefits e.g. public art projects, community improvement projects, resources for community environmental initiatives and physical infrastructure.

If there will be no Community Benefits, the bidder should state this in the submission. If there will be Community Benefits, the Tender Submission should include a methodology/plan/statement as to how this will be delivered.

(SC Ref:660846)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Pl, Glasgow G5 9TW

Glasgow

Country

United Kingdom