Award

Supply of a Temporary Hydrogen Refuelling Station Managed Service

GLASGOW CITY COUNCIL

This public procurement record has 2 releases in its history.

Award

11 Oct 2021 at 07:55

Tender

28 May 2021 at 07:55

Summary of the contracting process

Glasgow City Council is conducting a public procurement process for the "Supply of a Temporary Hydrogen Refuelling Station Managed Service", classified under vehicle refuelling services. The procurement falls under an open procedure and is currently at the Award stage, having been completed on 13th September 2021. The key dates include the invitation to tender ending on 14th June 2021. This contract is significant for addressing the growing demand for hydrogen fuel services in Glasgow.

This tender creates substantial opportunities for businesses specialising in fuel technology, particularly those with capabilities in hydrogen fuel delivery and vehicle refuelling system operations. Companies that have experience with managed services for alternative fuels, and hold the required certifications for quality and safety, are especially well-positioned to compete. The emphasis on community benefits in the procurement process also suggests that suppliers demonstrating a commitment to social responsibility may receive favourable consideration.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Supply of a Temporary Hydrogen Refuelling Station Managed Service

Notice Description

Glasgow City Council requires a contract for the supply of a mobile Hydrogen Refuelling Station Managed Service

Lot Information

Lot 1

A fully managed fuel delivery service incorporating CGH2 at fuel cell purity/grade for use in large refuse collection vehicles and diesel duel fuel gritters. The Hydrogen Refuelling System shall be a self-contained unit and must have the ability to provide and achieve the following: Fuel Cell Grade hydrogen at purity specified in ISO14687/SAE J2719(or equivalent) Hydrogen to be dispensed via a self-contained, self-powered, cascade-based mobile HRS with integrated high-pressure storage system. Capacity to contain 350kg of hydrogen fuel - estimated weekly requirements. Where usage may extend beyond 350kg per week, a second storage unit is required. HRS must support Infra-red fast fill protocol (IR-COMMS) enabling fill rate of 120g/s in accordance with Standard: SAE J2601/2 Where a vehicle has no IR-COMMS, default of 60g/s is acceptable. Vehicles to be fuelled are heavy commercial vehicles to be fuelled at 350bar. The ability to fuel light vehicles (700bar) is preferred. HRS must include a telematics fuel management system HRS must be compliant with all industry related ISO/BS and relevant safety standards and codes of conduct.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-02b608
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/025305-2021
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
£513,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£484,332 £100K-£500K

Notice Dates

Publication Date
11 Oct 20214 years ago
Submission Deadline
14 Jun 2021Expired
Future Notice Date
Not specified
Award Date
12 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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Laura Moffat
Contact Email
laura.moffat@glasgow.gov.uk
Contact Phone
+44 1412875676

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

Supplier Information

Number of Suppliers
1
Supplier Name

BOC

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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-02b608-2021-10-11T08:55:08+01:00",
    "date": "2021-10-11T08:55:08+01:00",
    "ocid": "ocds-h6vhtk-02b608",
    "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, which is located in the Buyers Attachment area of Public Contracts Scotland Tender (PCS-T). ESPD Questions 4D.1, 4D1.1, 4D1.2, 4D2, 4D2.1 and 4D2.2; applicants should hold the relevant certificates for Quality Control, If bidders do not hold the relevant certificates, they will be required to respond to supporting questions. H&S questionnaire is evaluated on a pass/fail basis. Freedom of Infomation--Information on the FOI Act is contained in App 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 Tender portal 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 the PCS Tender portal as 'Doc 2 Terms for ITT' 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:669904)",
    "initiationType": "tender",
    "tender": {
        "id": "GCC005392CPU",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Supply of a Temporary Hydrogen Refuelling Station Managed Service",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "63712600",
            "description": "Vehicle refuelling services"
        },
        "mainProcurementCategory": "services",
        "description": "Glasgow City Council requires a contract for the supply of a mobile Hydrogen Refuelling Station Managed Service",
        "value": {
            "amount": 513000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "A fully managed fuel delivery service incorporating CGH2 at fuel cell purity/grade for use in large refuse collection vehicles and diesel duel fuel gritters. The Hydrogen Refuelling System shall be a self-contained unit and must have the ability to provide and achieve the following: Fuel Cell Grade hydrogen at purity specified in ISO14687/SAE J2719(or equivalent) Hydrogen to be dispensed via a self-contained, self-powered, cascade-based mobile HRS with integrated high-pressure storage system. Capacity to contain 350kg of hydrogen fuel - estimated weekly requirements. Where usage may extend beyond 350kg per week, a second storage unit is required. HRS must support Infra-red fast fill protocol (IR-COMMS) enabling fill rate of 120g/s in accordance with Standard: SAE J2601/2 Where a vehicle has no IR-COMMS, default of 60g/s is acceptable. Vehicles to be fuelled are heavy commercial vehicles to be fuelled at 350bar. The ability to fuel light vehicles (700bar) is preferred. HRS must include a telematics fuel management system HRS must be compliant with all industry related ISO/BS and relevant safety standards and codes of conduct.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Mobilisation / Lead Time",
                            "type": "quality",
                            "description": "8"
                        },
                        {
                            "name": "Hydrogen Refuelling Station Operation",
                            "type": "quality",
                            "description": "15"
                        },
                        {
                            "name": "Logistics Management",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Training",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "name": "Maintenance and Repair",
                            "type": "quality",
                            "description": "10"
                        },
                        {
                            "name": "Fuel Management System Support",
                            "type": "quality",
                            "description": "4"
                        },
                        {
                            "name": "Account Management",
                            "type": "quality",
                            "description": "2"
                        },
                        {
                            "name": "Sustainability",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Buisness Continuity",
                            "type": "quality",
                            "description": "3"
                        },
                        {
                            "name": "Fair Work Practices",
                            "type": "quality",
                            "description": "5"
                        },
                        {
                            "type": "price",
                            "description": "35"
                        }
                    ]
                },
                "contractPeriod": {
                    "durationInDays": 540
                },
                "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:- There is a minimum financial requirement that affects trading performance, balance sheet strength and current liquidity Financial requirements for trading performance and balance sheet strength should be calculated on latest filed accounts with Companies House. Trading Performance An overall positive outcome on pre tax profits over a 3-year period. Exceptional items can be excluded from the calculation. The above would be expressed in the ration Pre-Tax Profit/Turnover Balance Sheet Strength Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure. The above would be expressed in the ration Total Assets/Total Liabilities. 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. Due to the negative financial consequences of the pandemic, the council also requires assurance regarding the current liquidity of the bidding company. The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement. Where the applicant is a group of economic operators (such as a consortium), the Lead Party of that group must comply with minimum financial requirements. Bidders will be required to provide adequate assurance of financial strength to successfully complete their contractual obligations and have available their two (2) most recent sets of annual audited accounts including profit and loss information. 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. The council would also be prepared to consider other documentation that provided evidence the bidder has adequate financial resources to undertake the contract. Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage. Economic operators shall inform the council immediately of any material changes to the information provided in their tender submission. The council reserves the right to withdraw the prequalification/pre-selection of an economic operator at any time, if the council believes that the economic operator no longer has the required economic and financial standing, or the economic operator is otherwise ineligible in terms of Regulation 58 of the Public Contract (Scotland) Regulations 2015",
                    "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 leadership experience in the deployment and operation of a fully managed mobile Hydrogen Refuelling System for large vehicles. In addition to this the following information should be provided: Contract location, client or contracting entity (if different from client) and value Details of the project including the number of vehicles fuelled Start date and duration of the project Average Project (hydrogen fuel) delivery volume (in Kg/day) (Note to bidders: the council is aware that the self-contained, self-powered technology is new to the market. This will be taken into consideration during the evaluation of this question.)",
                    "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",
        "procedure": {
            "isAccelerated": true,
            "acceleratedRationale": "This supply needs to be in place for COP26 - an event, whose timing the council cannot move. The timeframe of the preceding tender was capable of being met had the tendering exercise proceeded as expected. Unfortunately due to matters beyond the councils control no compliant bids were received. As a result we are forced to re-tender the requirement. This is classed as urgency within the contemplation of Reg 28(5) and has not occurred as a result of a Glasgow City Council delay."
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2021-06-14T12:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "awardPeriod": {
            "startDate": "2021-06-14T12:00:00+01:00"
        },
        "bidOpening": {
            "date": "2021-06-14T12:00:00+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": {
                "name": "Laura Moffat",
                "telephone": "+44 1412875676",
                "email": "laura.moffat@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": "025305-2021-GCC005392CPU-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-31252",
                    "name": "BOC"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "025305-2021-GCC005392CPU-1",
            "awardID": "025305-2021-GCC005392CPU-1",
            "status": "active",
            "value": {
                "amount": 484332,
                "currency": "GBP"
            },
            "dateSigned": "2021-09-13T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 0
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 2
            }
        ]
    }
}