Notice Information
Notice Title
Supply and Dispensing of Fuel Cell Purity Grade Green Hydrogen Fuel
Notice Description
The Council is inviting suitably qualified and experienced applicants to submit bids for the supply of Compressed Gaseous Hydrogen Fuel for use in both dual-fuel combustion engines and Fuel Cell Electric Vehicles (FCEVs). This will include, but not be limited to, the supply and dispensing of hydrogen fuel, the design and installation of a suitable Hydrogen Refuelling Station (HRS) and the maintenance and management of said HRS.
Lot Information
Lot 1
supply of compressed hydrogen produced exclusively from renewable energy defined as Green Hydrogen. Hydrogen must be fuel cell purity/grade for use in heavy duty fuel cell electric vehicles est. 20 RCV's and 20 diesel-hydrogen dual-fuel Gritters. Green Hydrogen defined: Hydrogen fuel produced by electrolysing water using renewable energy sources and as close to zero carbon as possible, with latest technology. On-site production preferred, trailered green hydrogen will be considered but carbon and impact will be evaluated. Renewable power verifiable by Renewable Energy Guarantees of Origin scheme or Power Purchase Agreement. The hydrogen dispensed will be of Fuel Cell Grade purity as specified in ISO14687/SAE J2719 or equivalent. The Hydrogen Refuelling Station deployed must have capacity to dispense minimum of 550kg per day and be suitable for expansion to minimum of 1500kg. Hydrogen supplied at 350b and 700b to service heavy and light fleet vehicles. Estimated daily hydrogen is 320 kg H2/day minimum uptake of 250 kg. HRS must support Infrared fast fill protocol (IR-COMMS) enabling hydrogen fill rate of 120 grams /second in accordance with SAE J2601/2 or equivalent
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-02adbc
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/025345-2021
- Current Stage
- Award
- All Stages
- Tender, Award
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Open
- Procurement Method Details
- Open procedure
- Tender Suitability
- Not specified
- Awardee Scale
- SME
Common Procurement Vocabulary (CPV)
- CPV Divisions
24 - Chemical products
63 - Supporting and auxiliary transport services; travel agencies services
-
- CPV Codes
24111600 - Hydrogen
63712600 - Vehicle refuelling services
Notice Value(s)
- Tender Value
- £4,025,000 £1M-£10M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- £4,959,237 £1M-£10M
Notice Dates
- Publication Date
- 11 Oct 20214 years ago
- Submission Deadline
- 7 Jun 2021Expired
- Future Notice Date
- Not specified
- Award Date
- 6 Sep 20214 years ago
- Contract Period
- Not specified - Not specified
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Cancelled
- Awards Status
- Active
- Contracts Status
- Active
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- GLASGOW CITY COUNCIL
- Contact Name
- Not specified
- Contact Email
- laura.moffat2@glasgow.gov.uk
- Contact Phone
- +44 1412876403
Buyer Location
- Locality
- GLASGOW
- Postcode
- G2 1DU
- Post Town
- Glasgow
- Country
- Scotland
-
- Major Region (ITL 1)
- TLM Scotland
- Basic Region (ITL 2)
- TLM3 West Central Scotland
- Small Region (ITL 3)
- TLM32 Glasgow City
- Delivery Location
- TLM82 Glasgow City
-
- Local Authority
- Glasgow City
- Electoral Ward
- Anderston/City/Yorkhill
- Westminster Constituency
- Glasgow North East
Further Information
Notice URLs
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-h6vhtk-02adbc-2021-10-11T13:14:02+01:00",
"date": "2021-10-11T13:14:02+01:00",
"ocid": "ocds-h6vhtk-02adbc",
"description": "Economic operators may be excluded from this competition if they are in any situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Information regarding the Single Procurement document and contracting authority specific requirements can all be found in the Supplier Guidance Document located in the Buyers Attachment area of Public Contracts Scotland Tender (PCS-T). SPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Assurance Schemes and Environmental Management Standards, If bidders do not hold the relevant certificates they will be required to respond to supporting questions. Bidders must complete the H&S Questionnaire and submit with the tender submission(Only bidders who pass H&S shall be considered.)questionnaire contained within the buyers attachment area in PCS-T. Freedom of Information Act -- Information on the FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI certificate (NB the council does not bind itself to withhold this information). Tenderers Amendments -- Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate. Prompt Payment -- The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its sub-contractors in respect of payments due to any sub-sub-contractors, if any. Applicants will be required to complete the prompt payment certificate. Non Collusion -- Applicants will be required to complete the Non Collusion certificate. Insurance Mandate - All successful suppliers will be required to sign an Insurance Mandate, contained in the buyers attachments area within the PCS-T authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the attachments area within PCS-T. Additional information pertaining to this contract notice is contained in the Invitation to Tender and SPD Statements documents situated within the attachments area of PCS-T. Bidders must ensure they read these documents in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18182. 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: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361 A summary of the expected community benefits has been provided as follows: The council is seeking Mandatory un-scored and Voluntary Community Benefits. Please refer to the Tender document titled (Doc 1- Tender Document) contained within the Buyers Attachment area of PCS-T for further information. (SC Ref:669905)",
"initiationType": "tender",
"tender": {
"id": "GCC005296CPU",
"legalBasis": {
"id": "32014L0024",
"scheme": "CELEX"
},
"title": "Supply and Dispensing of Fuel Cell Purity Grade Green Hydrogen Fuel",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "63712600",
"description": "Vehicle refuelling services"
},
"mainProcurementCategory": "services",
"description": "The Council is inviting suitably qualified and experienced applicants to submit bids for the supply of Compressed Gaseous Hydrogen Fuel for use in both dual-fuel combustion engines and Fuel Cell Electric Vehicles (FCEVs). This will include, but not be limited to, the supply and dispensing of hydrogen fuel, the design and installation of a suitable Hydrogen Refuelling Station (HRS) and the maintenance and management of said HRS.",
"value": {
"amount": 4025000,
"currency": "GBP"
},
"lots": [
{
"id": "1",
"description": "supply of compressed hydrogen produced exclusively from renewable energy defined as Green Hydrogen. Hydrogen must be fuel cell purity/grade for use in heavy duty fuel cell electric vehicles est. 20 RCV's and 20 diesel-hydrogen dual-fuel Gritters. Green Hydrogen defined: Hydrogen fuel produced by electrolysing water using renewable energy sources and as close to zero carbon as possible, with latest technology. On-site production preferred, trailered green hydrogen will be considered but carbon and impact will be evaluated. Renewable power verifiable by Renewable Energy Guarantees of Origin scheme or Power Purchase Agreement. The hydrogen dispensed will be of Fuel Cell Grade purity as specified in ISO14687/SAE J2719 or equivalent. The Hydrogen Refuelling Station deployed must have capacity to dispense minimum of 550kg per day and be suitable for expansion to minimum of 1500kg. Hydrogen supplied at 350b and 700b to service heavy and light fleet vehicles. Estimated daily hydrogen is 320 kg H2/day minimum uptake of 250 kg. HRS must support Infrared fast fill protocol (IR-COMMS) enabling hydrogen fill rate of 120 grams /second in accordance with SAE J2601/2 or equivalent",
"awardCriteria": {
"criteria": [
{
"name": "Hydrogen Fuel Production and Transport",
"type": "quality",
"description": "10"
},
{
"name": "Requirements of HRS",
"type": "quality",
"description": "20"
},
{
"name": "o Meet Key Operational Developments",
"type": "quality",
"description": "15"
},
{
"name": "o Methodology, Project Approach, Support and Services",
"type": "quality",
"description": "10"
},
{
"name": "o Hydrogen Market Development",
"type": "quality",
"description": "2"
},
{
"name": "Account Management",
"type": "quality",
"description": "3"
},
{
"name": "o Risk and Business Continuity",
"type": "quality",
"description": "5"
},
{
"name": "Sustainability",
"type": "quality",
"description": "5"
},
{
"name": "Fair Work Practices",
"type": "quality",
"description": "5"
},
{
"type": "price",
"description": "25"
}
]
},
"contractPeriod": {
"durationInDays": 2520
},
"hasRenewal": false,
"submissionTerms": {
"variantPolicy": "notAllowed"
},
"hasOptions": false,
"status": "cancelled"
}
],
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "24111600",
"description": "Hydrogen"
},
{
"scheme": "CPV",
"id": "63712600",
"description": "Vehicle refuelling services"
}
],
"deliveryAddresses": [
{
"region": "UKM82"
},
{
"region": "UKM82"
}
],
"deliveryLocation": {
"description": "Glasgow, UK"
},
"relatedLot": "1"
}
],
"submissionMethod": [
"electronicSubmission"
],
"submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
"selectionCriteria": {
"criteria": [
{
"type": "economic",
"description": "Financial Check In order to pass the Financial Check section of the contract, it is mandatory for companies to attain the undernoted:- Bidders must comply with the undernoted financial requirements in order to participate in the tendering process:- Bidders will be required to have a minimum turnover of 4.0m for the most recent financial year, as verified from filed accounts with Companies House. Trading Performance Trading Performance Ratio An overall positive outcome on pre-tax profit over a 3 year period. Exceptional items occurring in the normal course of business can be excluded from calculation. Liquidity Ratios Current Ratio - Current Assets/Current Liabilities Leverage Ratio - Long-term Debt/Net Worth Applicants must achieve a score of 5 and above from a combination of above two liquidity ratios. Scoring Method Current Ratio Range Score 0.00 to 0.80 - 0 0.81 to 0.90 - 1 0.91 to 1.00 - 2 1.01 to 1.10 - 3 1.11 to 1.20 - 4 1.21 and above - 5 Leverage Ratio 0.01 to 19.99 - 5 20.00 to 39.99 - 4 40.00 to 59.99 - 3 60.00 to 79.99 - 2 80.00 to 100.00 - 1 Intangibles can be included for purposes of the Net Worth figure. Applicants must not be the subject of an insolvency process. The above ratios and minimum turnover requirements should be calculated on last set of accounts filed at Companies House. For non-UK Companies, ratios and minimum turnover should be calculated on information contained in the most recent audited accounts. Applicants who have been trading for less than 3 years must provide evidence that they have met the above minimum financial requirements for the period during which they have been trading. Applicants who do not comply with the above financial requirements but are part of a Group, can provide a Parent Guarantee if the Parent company satisfies the financial requirements stipulated above. Where the applicant is a group of economic operators (such as a consortium), at least one of the members of that group (preferably the lead) must demonstrate compliance with minimum financial requirements. Due to the potential negative financial consequences of the pandemic on company finances, Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement. In the event of the Bidder not being able to comply with the above requirement, and with a suitable explanation having been received, Glasgow City Council would be prepared to consider other documentation that provided evidence that the Bidder has adequate financial resources to undertake the contract. The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing.",
"minimum": "Glasgow City Council's Insurance Requirements are: Employer's Liability The organisation/consultant shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The organisation/consultant shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and unlimited in the period including Pollution and Contamination cover (sudden and unforeseen) and in the aggregate. Products Insurance The organisation/consultant shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least TEN MILLION (GBP 10,000,000) POUNDS STERLING in respect of any one claim and in the aggregate. Motor Insurance The organisation/consultant shall take out and maintain throughout the period of their services, at least statutory Motor insurance cover as per the Road Traffic Act 1988. The above insurances shall be with an insurance company registered with Financial Conduct Authority (FCA) in the UK, or equivalent body for EU member states by the council and any organisation shall not sub-let or sub-contract any part of the commission unless the sub-contractor is similarly insured, unless the council agrees otherwise. It is the express responsibility of the lead organisation to ensure this is the case. Should the Bidder not have the specified insurances at the time of tendering then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained",
"appliesTo": [
"supplier"
]
},
{
"type": "technical",
"description": "SPD Question 4C1.2 Please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice: (Examples from both public and/or private sector customers and clients may be provided) SPD Statement Bidders will be required to provide TWO examples that demonstrate that they have the relevant experience to deliver the services as described in part II.2.4 of the Find a Tender Service Contract Notice or the relevant section of the Site Notice. For each example, bidders must demonstrate that they have experience of generating green hydrogen fuel from renewable power as well as the operation of a Hydrogen Refuelling Station of a similar scale to that sought in this procurement. Your response should also include but not be limited to detail on the following to provide detail on bidders experience in projects of a comparable scale to the project being tendered: - Contract location, client or contracting entity (if different from client) and value of the contract - Start date and duration of the project - Details of the project including but not limited to: Daily peak volume of fuel supplied (Kg/day) at set-up, average daily volume and peak volume supplied Size and type of fleet serviced i.e. HGV, PSV or light",
"minimum": "This section has a weighted scored of 100%. Each question/example contained within this section will be given individual scores which total to 100% e.g. Example one 50% example two 50% - A MINIMUM PASS MARK OF 60 OUT OF THE 100 TOTAL MARKS AVAILABLE IS REQUIRED. ANY BIDDER WHO FAILS TO ACHIEVE THIS WILL BE EXCLUDED AT THIS STAGE FROM THE TENDER.",
"appliesTo": [
"supplier"
]
}
]
},
"contractTerms": {
"performanceTerms": "Key Performance Indicators are detailed in the Tender document and the Terms & Conditions."
},
"procurementMethod": "open",
"procurementMethodDetails": "Open procedure",
"coveredBy": [
"GPA"
],
"tenderPeriod": {
"endDate": "2021-06-07T12:00:00+01:00"
},
"submissionTerms": {
"languages": [
"en"
]
},
"awardPeriod": {
"startDate": "2021-06-07T12:00:00+01:00"
},
"bidOpening": {
"date": "2021-06-07T12:00:00+01:00"
},
"hasRecurrence": false,
"reviewDetails": "Glasgow City council (\"the council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"The Regulations\"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court of the Court of Session where a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so."
},
"parties": [
{
"id": "GB-FTS-203",
"name": "Glasgow City Council",
"identifier": {
"legalName": "Glasgow City Council"
},
"address": {
"streetAddress": "Chief Executives Department, City Chambers",
"locality": "Glasgow",
"region": "UKM82",
"postalCode": "G2 1DU",
"countryName": "United Kingdom"
},
"contactPoint": {
"telephone": "+44 1412876403",
"email": "laura.moffat2@glasgow.gov.uk",
"url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
},
"roles": [
"buyer",
"centralPurchasingBody"
],
"details": {
"url": "http://www.glasgow.gov.uk",
"buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196",
"classifications": [
{
"scheme": "TED_CA_TYPE",
"id": "REGIONAL_AUTHORITY",
"description": "Regional or local authority"
},
{
"scheme": "COFOG",
"id": "01",
"description": "General public services"
}
]
}
},
{
"id": "GB-FTS-9416",
"name": "Glasgow Sherif Court and Justice of the Peace Court",
"identifier": {
"legalName": "Glasgow Sherif Court and Justice of the Peace Court"
},
"address": {
"streetAddress": "PO Box 23 1 Carlton Place",
"locality": "Glasgow",
"postalCode": "G5 9DA",
"countryName": "United Kingdom"
},
"contactPoint": {
"email": "glasgow@scotcourts.gov.uk"
},
"roles": [
"reviewBody"
],
"details": {
"url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
}
},
{
"id": "GB-FTS-31252",
"name": "BOC",
"identifier": {
"legalName": "BOC"
},
"address": {
"streetAddress": "Surrey Research Park, The Priestley Centre, 10 Priestley Road",
"locality": "Guildford",
"region": "UK",
"postalCode": "GU2 7XY",
"countryName": "United Kingdom"
},
"roles": [
"supplier"
],
"details": {
"scale": "sme"
}
}
],
"buyer": {
"id": "GB-FTS-203",
"name": "Glasgow City Council"
},
"language": "en",
"awards": [
{
"id": "025345-2021-GCC005296CPU-1",
"relatedLots": [
"1"
],
"status": "active",
"suppliers": [
{
"id": "GB-FTS-31252",
"name": "BOC"
}
]
}
],
"contracts": [
{
"id": "025345-2021-GCC005296CPU-1",
"awardID": "025345-2021-GCC005296CPU-1",
"status": "active",
"value": {
"amount": 4959237,
"currency": "GBP"
},
"dateSigned": "2021-09-07T00:00:00+01:00"
}
],
"bids": {
"statistics": [
{
"id": "1",
"measure": "bids",
"relatedLot": "1",
"value": 3
},
{
"id": "2",
"measure": "smeBids",
"relatedLot": "1",
"value": 3
},
{
"id": "3",
"measure": "foreignBidsFromEU",
"relatedLot": "1",
"value": 3
},
{
"id": "4",
"measure": "foreignBidsFromNonEU",
"relatedLot": "1",
"value": 0
},
{
"id": "5",
"measure": "electronicBids",
"relatedLot": "1",
"value": 3
}
]
}
}