Section one: Contracting authority
one.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
Telephone
+44 1475712634
Country
United Kingdom
NUTS code
UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168
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
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply and Delivery of Biomass Wood Fuel Pellets
Reference number
CP0485/REG
two.1.2) Main CPV code
- 03413000 - Fuel wood
two.1.3) Type of contract
Supplies
two.1.4) Short description
Supply & Delivery of Wood Pellet for the Biomass Heating System at The Port Glasgow Community Campus
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 03413000 - Fuel wood
- 09100000 - Fuels
two.2.3) Place of performance
NUTS codes
- UKM83 - Inverclyde, East Renfrewshire and Renfrewshire
Main site or place of performance
Port Glasgow, Inverclyde
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Method Statement - Contingency Measures / Weighting: 5
Quality criterion - Name: Method Statement - Blown Delivery Process / Weighting: 5
Quality criterion - Name: Social Value Outcomes Menu / Weighting: 3
Quality criterion - Name: Social Value Supporting Methodology / Weighting: 2
Quality criterion - Name: Fair Work First / Weighting: 5
Price - Weighting: 80
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
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.
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
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.
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
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.
three.1.2) Economic and financial standing
List and brief description of selection criteria
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
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
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
28 November 2022
Local time
12:00pm
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
Tender must be valid until: 27 March 2023
four.2.7) Conditions for opening of tenders
Date
28 November 2022
Local time
12:00pm
Place
Tenders will be opened remotely using the PCS-T Opening Committee feature
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: If there is still an ongoing requirement for this contract then this may be brought back out to tender in the future.
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
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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22641. 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: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
Bidders will be asked to detail the Social Value Outcomes they will deliver if they are successful in this contract opportunity. It will be a requirement of the contract that the Social Value Outcomes offered are delivered.
(SC Ref:710607)
six.4) Procedures for review
six.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
Country
United Kingdom