Cherwell District Council : Biomass Boiler wood fuel supply

  Cherwell District Council has published this notice through Delta eSourcing

Notice Summary
Title: Biomass Boiler wood fuel supply
Notice type: Contract Notice
Authority: Cherwell District Council
Nature of contract: Supplies
Procedure: Open
Short Description: Cherwell District Council is inviting Tenders for inclusion in a framework to supply and deliver premium grade, quality assured woodfuel, from local sustainable sources to three biomass heating systems.
Published: 21/12/2012 11:19

View Full Notice

UK-Banbury: Wood fuels.

Section I: Contracting Authority
   I.1)Name, Addresses and Contact Point(s):
      Cherwell District Council
      Bodicote House, White Post Road, Bodicote, Banbury, OX15 4AA, United Kingdom
      Tel. +44 295753749, Fax. +44 295221985, Email: ken.fowler@cherwellandsouthnorthants-dc.gov.uk, URL: http://www.cherwell.gov.uk, URL: http://cherwelllive.cherwell.domain/finance/procurement/
      Contact: Joint Procurement Team, Cherwell District Council and South Northamptonshire Council, Attn: Ken Fowler
      Electronic Access URL: www.businessportal.southeastiep.gov.uk
      Electronic Submission URL: http://www.cherwell.gov.uk/

      Further information can be obtained at: As Above       
      Specifications and additional documents: As Above       
      Tenders or requests to participate must be sent to: As Above       
   
   I.2)Type of the contracting authority:
      Regional or local authority

   I.3) Main activity:
      General Public Services

   I.4) Contract award on behalf of other contracting authorities:
      The contracting authority is purchasing on behalf of other contracting authorities: No

Section II: Object Of The Contract: SUPPLIES
   II.1)Description
      II.1.1)Title attributed to the contract by the contracting authority: Biomass Boiler wood fuel supply
      II.1.2)Type of contract and location of works, place of delivery or of performance: SUPPLIES
         Purchase

         Region Codes: UKJ14 - Oxfordshire         
      II.1.3) Information about a public contract, a framework or a dynamic purchasing system: The notice involves the setting up of a framework agreement                                                        

      II.1.4)Information on framework agreement:      
            Framework agreement with several operators
            maximum number of participants to the framework agreement envisaged: 5
         Duration of the framework agreement:
            Duration in year(s): 4                   
      II.1.5)Short description of the contract or purchase:
      Wood fuels. Cherwell District Council is inviting Tenders for inclusion in a framework to supply and deliver premium grade, quality assured woodfuel, from local sustainable sources to three biomass heating systems.
         
      II.1.6)Common Procurement Vocabulary:
         09111400 - Wood fuels.
         

      II.1.7) Information about Government Procurement Agreement (GPA):
         The contract is covered by the Government Procurement Agreement (GPA): No       
      II.1.8)Lots:
         This contract is divided into lots: No
      II.1.9)Information about variants:
         Variants will be accepted: No    
   
   II.2)Quantity Or Scope Of The Contract
      II.2.1)Total quantity or scope:
      The Goods:

The framework will encompass woodfuel supply to 3 biomass heating systems:

1.   Bicester Leisure Centre. Insert address & postcode here.
a.   Commissioning date estimated July 2013.
b.   Estimated Maximum Capacity Rating c.500kW.
c.   Estimated annual fuel demand c.700 tonnes woodchip (30%-40% moisture content).

2.   Thorpe Lane Depot. Insert address & postcode here.
a.   Commissioned July 2011.
b.   40kW Solarfocus Therminator II
c.   Current annual fuel demand c.25 tonnes woodchip (30% moisture content)

3.   Bodicote House. Insert address & postcode here.
a.   Commissioned 2011.
b.   145kW Gilles HPK-RA 145.
c.   Current annual fuel demand c.55 tonnes wood pellet.
d.   At the earliest possible date (2014) the Authority intends to switch to wood chip.

Estimated Total annual woodfuel supply required:
•   725 tonnes premium grade woodchip c.30% Moisture Content. Dimensions to be confirmed.
•   55 tonnes wood pellet.
Future woodfuel demand

The Authority intends to install additional woodfuel heating systems as part of its commitment to sustainability and the development of NW Bicester/Eco Bicester (further information on NW Bicester – www.ecobicester.co.uk. Therefore the framework supplier should demonstrate the ability to meet additional future demand for woodfuel across Cherwell District
Optional service provision – biomass heating system maintenance

Bidders may also provide details of any biomass heating system maintenance services wish to offer the Council, covering the three systems associated with this woodfuel supply framework agreement (and future installations). Bidders must demonstrate appropriate training and prior experience and include three reference sites.         
         Estimated value excluding VAT: 440,000
         Currency: GBP
                        
      
      II.2.2)Options: No          
         II.2.3)Information about renewals:
            This contract is subject to renewal: No          
   II.3)Duration Of The Contract Or Time-Limit For Completion      
         Starting: 25/07/2013
         Completion: 24/07/2017

   Information About Lots
               
Section III: Legal, Economic, Financial And Technical Information
   III.1)Conditions relating to the contract
      III.1.1)Deposits and guarantees required:
      Not Provided
      
      III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
      Not Provided
      
      III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
      Not Provided
      
      III.1.4)Other particular conditions:
         The performance of the contract is subject to particular conditions:Yes       
      If Yes, description of particular conditions:
      Terms and Conditions provided with Tender Documents      
   III.2)Conditions For Participation
      III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers:
         The Authority will apply all the offences listed in Article 45(1) of Directive 2004/18/EC (implemented as Regulation 23(1) of the Public Contract Regulations (PCR) 2006 in the UK) and all of the professional misconducts listed at Article 45(2) of Directive 2004/18/EC (see also Regulation 23(2) in the PCR 2006) to the decision of whether a Candidate is eligible to be invited to tender.
         
         A full list of these criteria are at http://www.delta-esourcing.com/delta/project/reasonsForExclusion.html#pcr
         
         Candidates will be required to answer these questions as part of the qualification process. For candidates who are registered overseas, you will need to declare if you have any offences/misconduct under your own countries laws, where these laws are equivalent to the Regulation 23 lists. Candidates who have been convicted of any of the offences under Article 45(1) are ineligible and will not be selected to bid, unless there are overriding requirements in the general interest for doing so. Candidates who are guilty of any of the offences, circumstances or misconduct under Article 45(2) may be excluded from being selected to bid at the discretion of the Authority.
      
      III.2.2)Economic and financial capacity
         Economic and financial capacity - means of proof required:         
         (a) appropriate statements from banks or, where appropriate, evidence of relevant professional risk indemnity insurance;
         (b) the presentation of balance-sheets or extracts from the balance-sheets, where publication of the balance-sheet is required under the law of the country in which the economic operator is established;
         (c) a statement of the undertaking's overall turnover and, where appropriate, of turnover in the area covered by the contract for a maximum of the last three financial years available, depending on the date on which the undertaking was set up or the economic operator started trading, as far as the information on these turnovers is available.

      
      III.2.3)Technical capacity
         Technical capacity - means of proof required         
         (b) a list of the principal deliveries effected or the main services provided in the past three years, with the sums, dates and recipients, whether public or private, involved. Evidence of delivery and services provided shall be given: - where the recipient was a contracting authority, in the form of certificates issued or countersigned by the competent authority, - where the recipient was a private purchaser, by the purchaser's certification or, failing this, simply by a declaration by the economic operator;
         (c) an indication of the technicians or technical bodies involved, whether or not belonging directly to the economic operator's undertaking, especially those responsible for quality control and, in the case of public works contracts, those upon whom the contractor can call in order to carry out the work;
         (d) a description of the technical facilities and measures used by the supplier or service provider for ensuring quality and the undertaking's study and research facilities;
         (e) where the products or services to be supplied are complex or, exceptionally, are required for a special purpose, a check carried out by the contracting authorities or on their behalf by a competent official body of the country in which the supplier or service provider is established, subject to that body's agreement, on the production capacities of the supplier or the technical capacity of the service provider and, if necessary, on the means of study and research which are available to it and the quality control measures it will operate;
         (f) the educational and professional qualifications of the service provider or contractor and/or those of the undertaking's managerial staff and, in particular, those of the person or persons responsible for providing the services or managing the work;
         (g) for public works contracts and public services contracts, and only in appropriate cases, an indication of the environmental management measures that the economic operator will be able to apply when performing the contract;
         (i) a statement of the tools, plant or technical equipment available to the service provider or contractor for carrying out the contract;
         (j) an indication of the proportion of the contract which the services provider intends possibly to subcontract;
         (k) with regard to the products to be supplied: (i) samples, descriptions and/or photographs, the authenticity of which must be certified if the contracting authority so requests; (ii) certificates drawn up by official quality control institutes or agencies of recognised competence attesting the conformity of products clearly identified by references to specifications or standards.
      
      III.2.4)Information about reserved contracts: Not Provided
Section IV: Procedure
   IV.1)Type Of Procedure
      IV.1.1)Type of procedure: Open
   
   IV.2)Award Criteria
      IV.2.1)Award criteria:      
         The most economically advantageous tender in terms of
            The criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document

      IV.2.2)Information about electronic auction:
         An electronic auction will be used: No       

   IV.3)Administrative Information
      IV.3.1)File reference number attributed by the contracting authority: TRN 22/12      
      IV.3.2)Previous publication(s) concerning the same contract: No

      IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document:

      Date: 29/01/2013
      Time-limit for receipt of requests for documents or for accessing documents: 17:00
         Payable documents: No       
      
      IV.3.4)Time-limit for receipt of tenders or requests to participate
         Date: 05/02/2013
         Time: 12:00      
      IV.3.6)Language(s) in which tenders or requests to participate may be drawn up:         
      IV.3.7)Minimum time frame during which the tenderer must maintain the tender Not Provided      
      IV.3.8)Conditions for opening tenders
         Date: 05/02/2013
         Time: 12:00
         Place:
         Cherwell District Council, Bodicote House, Bodicote, Banbury, OX15 4AA
         Persons authorised to be present at the opening of tenders: No


Section VI: Complementary Information

   VI.1)This Is A Recurrent Procurement: No
   VI.2)Information about European Union funds:
      The contract is related to a project and/or programme financed by European Union funds: No       
   VI.3)Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement, and the contract will be awarded on the basis of the most economically advantageous tender.
To view this notice, please click here:
https://www.delta-esourcing.com/delta/respondToList.html?noticeId=47874574
GO-20121221-PRO-4471133 TKR-20121221-PRO-4471132
   
   VI.4)Procedures For Appeal
      VI.4.1)Body responsible for appeal procedures:
      United KIngdom
      United Kingdom

      VI.4.2)Lodging of appeals: Not Provided   
   
      VI.4.3)Service from which information about the lodging of appeals may be obtained:
            Not Provided

   VI.5) Date Of Dispatch Of This Notice: 21/12/2012

ANNEX A

View any Notice Addenda

View Award Notice