United Kingdom: Supply and Delivery of Biomass Wood Fuel Pellets

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom: Supply and Delivery of Biomass Wood Fuel Pellets
Scotland (Non OJEU) WS/JAN467851
Type Contract awards
Date Published 2023-01-04
Deadline
Nature Of Contract Not specified
Awarding Authority
Procedure

Description :
Contract award notice
Results of the procurement procedure
Directive 2014/24/EU - Public Sector Directive
Directive 2014/24/EU


Section I: Contracting entity

I.1) Name and addresses
Inverclyde Council
Procurement, Municipal Buildings, Clyde Square
Greenock
PA15 1LX
UK
Telephone: +44 1475712634
E-mail: procurement@inverclyde.gov.uk
NUTS: UKM83
Internet address(es)
Main address: http://www.inverclyde.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00168


I.2) Joint procurement
The contract is awarded by a central purchasing body

I.4) Type of the contracting authority
Regional or local authority

I.5) Main activity
General public services


Section II: Object
II.1) Scope of the procurement


II.1.1) Title
Supply and Delivery of Biomass Wood Fuel Pellets
Reference number: CP0485/REG

II.1.2) Main CPV code
03413000;

II.1.3) Type of contract: Supplies

II.1.4) Short description
Supply & Delivery of Wood Pellet for the Biomass Heating System at The Port Glasgow Community Campus

II.1.6) Information about lots
This contract is divided into lots: No


II.2) Description


II.2.2) Additional CPV code(s)
03413000; 09100000;

II.2.3) Place of performance
NUTS code:
UKM83


Main site or place of performance:
Port Glasgow, Inverclyde

II.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.

II.2.5) Award criteria
Quality criterion: Method Statement - Contingency Measures / Weighting: 5
Quality criterion: Method Statement - Blown Delivery Process / Weighting: 5
Quality criterion: Social Value Outcomes Menu / Weighting: 3
Quality criterion: Social Value Supporting Methodology / Weighting: 2
Quality criterion: Fair Work First / Weighting: 5
Price / Weighting:  80


II.2.11) Information about options
Options: No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: No

II.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 IV: Procedure

IV.1) Description

IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes

IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2022/S 000-030391



Section V: Award of contract
Contract No: CP0485/REG
A contract/lot is awarded: No
V.1 Information on non-award
The contract/lot is not awarded
Other reasons (discontinuation of procedure)


Section VI: Complementary information

VI.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.
(SC Ref:718102)

VI.4) Procedures for review

VI.4.1) Review body
Greenock Sheriff Court and Justice of the Peace Court
Sheriff Court House,1 Nelson Street,
Greenock
PA15 1TR
UK



VI.5) Date of dispatch of this notice
04/01/2023




CPV Codes
03413000;09100000

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.