
Market Leads & Opportunities
United Kingdom-Irvine: NAC/5110 Biomass Boiler Operation, Maintenance and Fuel Supply for North Ayrshire Sites
Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2022/S 000-032650/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid
Contract notice
Supplies
Section I: Contracting authority
I.1) Name and addresses
Official name: North Ayrshire Council
Postal address: Cunninghame House, Friars Croft
Town: Irvine
Postal code: KA12 8EE
Country: United Kingdom
Email: jenniblair@north-ayrshire.gov.uk
Internet address(es):
Main address:
Address of the buyer profile:
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
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: NAC/5110 Biomass Boiler Operation, Maintenance and Fuel Supply for North Ayrshire Sites
II.1.2) Main CPV code: 03413000
II.1.3) Type of contract: Supplies
II.1.4) Short Description: This Framework Agreement is for the provision of services of operation including supply of fuel and maintenance of existing biomass boiler installations at 19 sites across North Ayrshire with the provision to add additional sites as required. The agreement shall also include for the provision of a remote monitoring portal for the currently installed RHI compliant heat meters for both client and contractor use.
North Ayrshire Council’s biomass installations are currently fuelled and maintained via an Energy Supply Agreement with the original installer. As part of the new contract NAC expect the incoming supplier to liaise and engage with the incumbent supplier and NAC prior to service commencement date to ensure a smooth handover process. NAC have biomass boiler installations across 19 sites, which are a mixture of wood pellet and wood chip.
As part of the requirement for NAC to receive renewable heat incentive payments for the biomass boiler installations, we are required to purchase wood fuel from suppliers who are registered on the Biomass Suppliers List. By responding to this tender the supplier commits to only utilising listed registered suppliers. The Council reserves the right to seek evidence, at no additional cost to the Council, to ensure that only registered suppliers are utilised.
II.1.5) Estimated total value:
Value excluding VAT: 3643980 Currency: GBP
II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
09111400, 50531100, 50800000
II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
This Framework Agreement is for the provision of services of operation including supply of fuel and maintenance of existing biomass boiler installations at 19 sites across North Ayrshire with the provision to add additional sites as required. The agreement shall also include for the provision of a remote monitoring portal for the currently installed RHI compliant heat meters for both client and contractor use.
North Ayrshire Council’s biomass installations are currently fuelled and maintained via an Energy Supply Agreement with the original installer. As part of the new contract NAC expect the incoming supplier to liaise and engage with the incumbent supplier and NAC prior to service commencement date to ensure a smooth handover process. NAC have biomass boiler installations across 19 sites, which are a mixture of wood pellet and wood chip.
As part of the requirement for NAC to receive renewable heat incentive payments for the biomass boiler installations, we are required to purchase wood fuel from suppliers who are registered on the Biomass Suppliers List. By responding to this tender the supplier commits to only utilising listed registered suppliers. The Council reserves the right to seek evidence, at no additional cost to the Council, to ensure that only registered suppliers are utilised.
II.2.5) Award criteria
II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewalyes Description of renewals:3 x 12-month extension periods available
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
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
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity,including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:If required, bidders are required to be enrolled in the relevant professional or trade registers within the country in which they are established.
Bidders must confirm if they hold the particular authorisation or memberships.
III.1.2) Economic and financial standing
List and brief description of selection criteria: Bidders will be required to have a minimum yearly “specific” turnover of 1,821,990 GBP for the last 3 years in the business area covered by the contract.
North Ayrshire Council reserve the right to review the bidders financial information including information from credit reference agencies at tender stage and throughout the life of the contract, and seek clarifications if necessary. If clarifications are not satisfactory the bidder may be excluded from the tender process.
Bidders who cannot meet the required level of turnover will be excluded from this tender.
Where turnover information is not available for the time period requested, the bidder will be required to state the date which they were set up or started trading.
It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commence of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = [x]GBP in respect of any one event
Public Liability Insurance [x]GBP in respect of any one event
Product Liability Insurance [x]GBP in the aggregate
Professional Indemnity Insurance [x]GBP in the aggregate
Contractors All Risk Insurance [x]GBP in the aggregate
Medical Malpractice Insurance [x]GBP in respect of any one event
Cyber Security Insurance [x]GBP in respect of any one event
Third-Party Motor Vehicle Insurance [x]GBP
III.1.3) Technical and professional ability:
List and brief description of selection criteria: Bidders are required to provide a minimum of 2 examples of supply contracts carried out in the past 3 years that demonstrates they have the relevant experience to deliver the supplies described in the Contract Notice. The supplies must be of a similar value, size and scope. Unsatisfactory experience will result in exclusion from the tender process.
Bidders must also provide 2 satisfactory references for the same 2 contracts on the reference templates provided. References must be completed and signed by previous customers for contracts of a similar value, size and scope. If any of the referees score the bidder less than 2 the bidder will be excluded from the tender process.
Completed experience and reference templates must be zipped and uploaded at question 4C.1 of the qualification envelope.
Bidders who intend to use a supply chain to deliver the requirements detailed in the Contract Notice, must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This will include confirmation that they have the systems in place to pay subcontractors through the supply chain promptly and effectively, and provide evidence when requested of:
a) their standard payment terms.
b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.
Bidders unable to confirm (b) must provide an improvement plan, signed by their Director, which improves payment performance.
Bidders are required to confirm their average annual manpower for the last 3 years.
Bidders are required to confirm whether they intend to subcontract and, if so, for what proportion of the contract.
Bidders who intend to subcontract more than 25% to any individual organisation must ensure the SPD (Scotland) – Subcontractors Supplier Response is completed and uploaded at question 2C.1 of the qualification envelope.
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.1.8) Information about the Government Procurement Agreement(GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2022-12-21 Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.7) Conditions for opening tenders
Date: 2022-12-21 Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
Lots are not being used for this tender for the reason(s) stated below:
Nature of the contract not suitable for lots.
Quality Management Procedures
1. 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 a documented policy regarding quality management, see attachment at SPD question 4D.1.
Health and Safety Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with ISO 45001 (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 the bidder must have a regularly reviewed and documented policy for Health and Safety management, see attachment at SPD question 4D.1.
Environmental Management Procedures
1. The bidder must hold a UKAS (or equivalent) accredited independent third-party certificate of compliance in accordance with BS EN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate or the bidder must have a regularly reviewed documented policy regarding environmental management, see attachment at SPD question 4D.2.
Bidders 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.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 22843. For more information see:
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
Community benefits will be required on a mandatory basis for:
1. Fair Work: promotion of job opportunities within North Ayrshire; employability targets for specific priority groups.
2. Upskilling (including curriculum development): work experience placements; taster sessions; training opportunities; work within education establishments.
3. Entrepreneurial, Inclusive and Sustainable Economy: monitoring spend within North Ayrshire; with micro, small and medium enterprises; and the Third Sector.
4. Wish List: delivery of community and Third Sector requests for support from the NAC Community Benefit Wish List. ()
(SC Ref:713686)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Kilmarnock Sheriff Court
Postal address: Sheriff Court House, St Marnock Street
Town: Kilmarnock
Postal code: KA1 1ED
Country: United Kingdom
Telephone: +44 1563550024
Internet address:
VI.5) Date of dispatch of this notice:2022-11-17
More Opportunties
- United Kingdom-Hull: Educational Furniture
10 Jul 25
Provide educational furniture to Hull College> > - United Kingdom-Hull: Educational Furniture
10 Jul 25
To provide furniture to Hull College> > - United Kingdom-Cardiff: PHW-FTS-59650 Supply of Return Envelopes for Bowel Screening Wales FIT Tests
10 Jul 25
Public Health Wales are exploring the market to scope requirement and review indicative pricing for return envelopes for use within Bowel Screening Wales. They are progressing an expression of interest exercise and through this notice Public Health Wales> >