Construction Tenders

09 May 2025

Related Information

Construction Contract Leads

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 31st Oct 2024

Tender Details
Referenceocds-h6vhtk-04b2f0
Common Procurement VocabularyRepair and maintenance services of boilers
Procurement MethodOpen procedure
Value-
More Tenders »

No location provided

Category Services

Type

No. of Lots 1

Status Active

Published 31st Oct 2024

Tender Details
Referenceocds-h6vhtk-04b2f0
Common Procurement VocabularyRepair and maintenance services of boilers
Procurement MethodOpen procedure
Value-

Section I: Contracting authority

I.1) Name and addresses

UHI North,West and Hebrides

Ormlie Road

Thurso

KW14 7EE

Email

ayoung [at] apuc-scot.ac.uk

Telephone

+44 1847889000

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

https://www.nwh.uhi.ac.uk/en/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA30654

I.1) Name and addresses

Sabhal Mòr Ostaig

Sabhal Mor Ostaig, Teangue

Isle of Skye

IV44 8RQ

Email

ayoung [at] apuc-scot.ac.uk

Telephone

+44 1471888000

Fax

+44 1471888001

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.smo.uhi.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00467

I.1) Name and addresses

Scottish Association for Marine Science ('SAMS')

Scottish Marine Institute, Oban

Argyll

PA37 1QA

Email

ayoung [at] apuc-scot.ac.uk

Telephone

+44 1631559000

Fax

+44 1631559001

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.sams.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA14563

I.2) Information about joint procurement

The contract involves joint procurement

I.3) Communication

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

www.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

www.publiccontractsscotland.gov.uk

I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

Education


Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Provision of Biomass Fuel and Boiler Maintenance

Reference number

CS-UHI-31582

II.1.2) Main CPV code

  • 50531100 - Repair and maintenance services of boilers

II.1.3) Type of contract

Services

II.1.4) Short description

The named Academic Partners of the University of the Highlands and Islands have a requirement for the Provision of Biomass Fuel and Boiler Maintenance. For the avoidance of doubt, the named Academic Partners of the University of the Highlands and Islands are:

- UHI North, West and Hebrides

- Sabhal Mòr Ostaig

- Scottish Association for Marine Science

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

  • 09111400 - Wood fuels
  • 50531100 - Repair and maintenance services of boilers

II.2.3) Place of performance

NUTS codes
  • UKM6 - Highlands and Islands
Main site or place of performance

Sleat

Oban

Thurso

Portree

Fort William

II.2.4) Description of the procurement

The scope of this procurement exercise includes the Provision of Biomass Fuel and Biomass Boiler Maintenance (including repairs).

Full detail regarding the scope of this requirement is contained in 'Appendix H - Specification'.

II.2.5) Award criteria

Quality criterion - Name: Contract Management / Weighting: 10%

Quality criterion - Name: Fuel Provision / Weighting: 15%

Quality criterion - Name: Operation and Maintenance / Weighting: 15%

Quality criterion - Name: Environmental Management / Weighting: 5%

Quality criterion - Name: Fair Work Practices / Weighting: 5%

Price - Weighting: 50%

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

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the contract for two (2) x twelve (12) month periods, subject to satisfactory performance and continued requirement of the Authority.

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

It is a mandatory requirement that the Contractor, or sub-contractor, are registered on the UK Government’s ‘Biomass Supplier List’ (BSL). Please provide your supplier BSL Authorisation Number.

III.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Insurance

Bidders must confirm they can provide the following supporting evidence prior to award:

- Employer's (Compulsory) Liability Insurance = 5 000 000 GBP or as required by statute

- Product Liability Insurance = 5 000 000 GBP

- Public Liability Insurance = 5 000 000 GBP

Information provided will be assessed on a Pass/Fail basis, where:

Pass = meets requirements as stated in Contract Notice

Fail = does not meet requirements as stated in Contract Notice

Accounts

The following evidence will be requested with tender submissions in order to conduct analysis of organisation’s financial standing.

- Contractors are required to submit 2 years audited accounts including profit and loss statements, or equivalent before the tender submission deadline.

Alternatively, if you are unable to provide the required accounting information – e.g., a new business without the required accounts, please provide a banker’s letter demonstrating their willingness to support your organisation over the term of the Contract.

Information provided will be assessed on a Pass/Fail basis, where:

Pass = meets requirements as stated in Contract Notice

Fail = does not meet requirements as stated in Contract Notice

III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

As per specification of requirements, the SPD and all tender documentation.

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


Section IV. Procedure

IV.1) Description

IV.1.1) Type of procedure

Open procedure

IV.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

3 December 2024

Local time

9:00am

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

English

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date

3 December 2024

Local time

9:00am


Section VI. Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: Unknown at this current moment

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Summary of Documentation to be submitted as part of Tender Submission:

- Appendix A – Form of Tender

- Appendix B – Freedom of Information

- Appendix D – Supply Chain Code of Conduct

- Appendix E – Commercial Questionnaire

- Appendix F – Technical Questionnaire

- Appendix G – Conflict of Interest

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.

NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=778102.

The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.

Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.

(SC Ref:778102)

Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=778102

VI.4) Procedures for review

VI.4.1) Review body

Wick Sheriff Court

Wick

KW1 4AJ

Country

United Kingdom