Tender

Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

29 Mar 2021 at 00:00

Summary of the contracting process

Glasgow City Council is currently engaged in a tendering process for the "Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles." This contract is categorised under general public services and aims to promote sustainability within the refuse collection sector in Glasgow, UK. The procurement method adopted is an open procedure, with an estimated total contract value of £7,000,000, which includes £5,500,000 for vehicle purchases and £1,500,000 for maintenance over five years. The tender period is set to conclude on 29 April 2021, with the contract award expected in June 2021.

This project presents significant opportunities for businesses specialising in the manufacture and maintenance of eco-friendly vehicles, particularly those experienced with hydrogen fuel technology. Companies that can demonstrate strong performance capabilities and compliance with Glasgow City Council's financial criteria, including a minimum turnover of £7.5 million annually and robust liquidity ratios, are well-suited to compete for this contract. Additionally, those with experience in public sector projects and a commitment to sustainability practices will likely have a competitive advantage.

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

Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles

Notice Description

The contract is split into the following two elements: One off purchase of 26 ton hydrogen fuel cell electric refuse collection vehicles* to be delivered by 31st October 2022 via phased delivery as detailed in the Invitation to Tender document. The estimated budget for the purchase of the FCEV RCV's is 5,500,000GBP. * The number of vehicles purchased will be dependent on the commercial submissions and budget availability at the time of contract award. Three years maintenance and repair with two options for up to 12 months extensions. The estimated budget for the maintenance is 1,500,000GBP over 5 years

Lot Information

Lot 1

The council invites tender bids for the purchase of 26 tonne hydrogen fuel cell electric refuse collection vehicles and maintenance and repair provision for up to a period of five years. This procurement is an important step for Glasgow City Council (GCC) in response to the impending climate emergency which shall be support the decarbonisation of the fleet and shall reduce the city's carbon emissions. The maintenance and repair provision for hydrogen fuel cell electric refuse collection vehicles shall ensure GCC continues to meet its legal requirements in terms of vehicle servicing and maintenance. The Service shall work within the current GCC operating model to ensure there is no detrimental operational impact or additional vehicle downtime. The contract is estimated to be awarded in June 2021 with a start date to be confirmed. The council is looking to award the entire contract to one Supplier.

Renewal: Two possible 12 month extensions

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000648523
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410562
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
OJEU - F2 - Contract Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

34 - Transport equipment and auxiliary products to transportation

90 - Sewage, refuse, cleaning and environmental services


CPV Codes

34144500 - Vehicles for refuse and sewage

34144510 - Vehicles for refuse

34144511 - Refuse-collection vehicles

34144512 - Refuse-compaction vehicles

90000000 - Sewage, refuse, cleaning and environmental services

90500000 - Refuse and waste related services

90511000 - Refuse collection services

90511100 - Urban solid-refuse collection services

90511200 - Household-refuse collection services

90512000 - Refuse transport services

Notice Value(s)

Tender Value
£7,000,000 £1M-£10M
Lots Value
£7,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
29 Mar 20214 years ago
Submission Deadline
29 Apr 2021Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
This contract is for one off purchase of refuse collection vehicles. The maintenance and repair provision is for 36 months with the option to extend for 2 additional periods of up to 12 months each. Therefore it is estimated that the notice for this re-tender will be issued in 2025 should be extensions be exercised.

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Raji Purba
Contact Email
raji.purba@glasgow.gov.uk
Contact Phone
+44 1412879077

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 Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410562
    Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles - The contract is split into the following two elements: One off purchase of 26 ton hydrogen fuel cell electric refuse collection vehicles* to be delivered by 31st October 2022 via phased delivery as detailed in the Invitation to Tender document. The estimated budget for the purchase of the FCEV RCV's is 5,500,000GBP. * The number of vehicles purchased will be dependent on the commercial submissions and budget availability at the time of contract award. Three years maintenance and repair with two options for up to 12 months extensions. The estimated budget for the maintenance is 1,500,000GBP over 5 years

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-r6ebe6-0000648523-2021-03-29T00:00:00Z",
    "date": "2021-03-29T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000648523",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-18",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "Chief Executives Department, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Raji Purba",
                "email": "raji.purba@glasgow.gov.uk",
                "telephone": "+44 1412879077",
                "faxNumber": "+44 1412879399",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-19",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "PO BOX 23 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "email": "glasgow@scotcourts.gov.uk",
                "url": "http://www.glasgow.gov.uk"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-18"
    },
    "tender": {
        "id": "GCC005116CPU",
        "title": "Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles",
        "description": "The contract is split into the following two elements: One off purchase of 26 ton hydrogen fuel cell electric refuse collection vehicles* to be delivered by 31st October 2022 via phased delivery as detailed in the Invitation to Tender document. The estimated budget for the purchase of the FCEV RCV's is 5,500,000GBP. * The number of vehicles purchased will be dependent on the commercial submissions and budget availability at the time of contract award. Three years maintenance and repair with two options for up to 12 months extensions. The estimated budget for the maintenance is 1,500,000GBP over 5 years",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "34144511",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34144512",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90500000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34144510",
                        "scheme": "CPV"
                    },
                    {
                        "id": "34144500",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90000000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90511200",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90511000",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90511100",
                        "scheme": "CPV"
                    },
                    {
                        "id": "90512000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow, UK"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 7000000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "goods",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2021-04-29T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2021-04-29T12:00:00Z"
        },
        "documents": [
            {
                "id": "MAR410562",
                "documentType": "contractNotice",
                "title": "Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles",
                "description": "The contract is split into the following two elements: One off purchase of 26 ton hydrogen fuel cell electric refuse collection vehicles* to be delivered by 31st October 2022 via phased delivery as detailed in the Invitation to Tender document. The estimated budget for the purchase of the FCEV RCV's is 5,500,000GBP. * The number of vehicles purchased will be dependent on the commercial submissions and budget availability at the time of contract award. Three years maintenance and repair with two options for up to 12 months extensions. The estimated budget for the maintenance is 1,500,000GBP over 5 years",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAR410562",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council invites tender bids for the purchase of 26 tonne hydrogen fuel cell electric refuse collection vehicles and maintenance and repair provision for up to a period of five years. This procurement is an important step for Glasgow City Council (GCC) in response to the impending climate emergency which shall be support the decarbonisation of the fleet and shall reduce the city's carbon emissions. The maintenance and repair provision for hydrogen fuel cell electric refuse collection vehicles shall ensure GCC continues to meet its legal requirements in terms of vehicle servicing and maintenance. The Service shall work within the current GCC operating model to ensure there is no detrimental operational impact or additional vehicle downtime. The contract is estimated to be awarded in June 2021 with a start date to be confirmed. The council is looking to award the entire contract to one Supplier.",
                "status": "active",
                "value": {
                    "amount": 7000000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Fair Work Practices",
                            "description": "5%"
                        },
                        {
                            "type": "price",
                            "description": "60"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Two possible 12 month extensions"
                }
            }
        ],
        "bidOpening": {
            "date": "2021-04-29T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "As referenced in Document One - Invitation to Tender and Document Two - Terms & Conditions"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As stated in Invitation to Tender"
                },
                {
                    "type": "economic",
                    "description": "Bidders must comply with the undernoted financial requirements in order to participate in the tendering process: - There is a minimum financial requirement that affects Minimum Turnover Trading Performance and Liquidity There is also a further requirement regarding Current Liquidity, which can be met by a Letter of Comfort from the bank of the Bidder (see below) Minimum Turnover Minimum Turnover to be set at 7.5m GBP per annum for the most recent financial year Trading Performance Ratio An overall positive outcome on pre-tax profit over a 3 year period Exceptional items 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. 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 must not be the subject of an insolvency process. Applicants who have been trading for less than the 3 years noted above must provide evidence that they are complying with the above minimum financial requirements for the period in 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 negative financial consequences of the pandemic, Glasgow City Council also requires assurance regarding current liquidity of the bidding company. The Bidder as a part of their tender submission must provide a Letter of Comfort from its own bank to satisfy the above financial requirement. Glasgow City Council reserves the right, at its own discretion, to seek such other information from the Bidder in accordance with Regulations 61(7) or Regulation 61 (8) of the Public Contracts (Scotland) Regulations 2015 to prove the Bidder's economic and financial standing Any Bidder that fails to achieve or exceed the criteria as stated above will be excluded at this stage.",
                    "minimum": "INSURANCES All insurance figures are reviewable by Glasgow City Council for each project being tendered. Glasgow City Council will make the final decision on the level required for each project. There may be an option to require a lower level of insurance cover depending on the risk involved however all changes to the standard insurance requirements must be approved in advance by Financial Services (Insurance Section). Employer's Liability The Bidder shall take out and maintain throughout the period of their services Employer's Liability insurance to the value of at least TEN MILLION (10000000) POUNDS STERLING in respect of any one claim and unlimited in the period. Public Liability The Bidder shall take out and maintain throughout the period of their services Public Liability insurance to the value of at least FIVE MILLION (5000000) POUNDS STERLING in respect of any one claim and unlimited in the period. Such insurance shall extend to cover Sales & Service Indemnity Products Liability The Bidder shall take out and maintain throughout the period of their services Products Liability insurance to the value of at least FIVE MILLION (5000000) POUNDS STERLING in respect of any one claim and in the aggregate. Motor Insurance The Bidder 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 other EU member states. No organisation may sub-let or sub-contracts any part of the commission unless the sub-contractor is similarly insured, except with the Council's express permission in writing. 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 Invitation to Tender then, the Bidder must certify in their response to this ITT that the specified insurance will be obtained prior to contract award. Confirmation of Insurances The Bidder is required to confirm that these levels of insurance would be in place should the Bidder be awarded this contract. If the Bidder does not have the specified insurances or not certify an undertaking to do so, this WILL result in the Bidder not being taken to the next stage in the evaluation process. All successful service provider will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the service provider'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."
                },
                {
                    "type": "technical",
                    "description": "Please refer to Document One - Invitation to Tender and Document Eleven - Single Procurement within the Attachment area of the portal within PCST. 4C.9 SPD Question Please provide details of relevant tools, plant or technical equipment available to you in relation to this procurement exercise. The weighting will be out of 100% with 20% attributed to this question 4C.1.2 SPD Question For public supply and public service contracts only, please provide 2 relevant examples of supplies and/or services carried out during the last three years as specified in the Contract Notice which should include the customer contact name, value of contract and contract start and end dates. SPD Statement Please note that we are allowing examples carried out during the last five years instead of three years as stipulated in the online SPDS question. At least one example should be within the last 5 years and ideally, one example should ideally be from the public sector. Relevant examples should include the development, construction and satisfactory delivery of fuel cell electric vehicles. The response should include, but not be limited to; Client, Contract value, Contract dates. A brief project description, Vehicle type, Number of vehicles and vehicle performance. together with the teams' role in its delivery; defining the key roles over the service provision Name(s) of key sub-subcontractors and their roles Approach taken in delivery of the example project services; demonstrating successful management and implementation of the key consultant roles, comparable with those required of this commission, and identifying how project constraints and challenges were addressed, and how project objectives and aspirations were met. The weighting will be out of 100% with 40% attributed to example 1 The weighting will be out of 100% with 40% attributed to example 2 A minimum pass mark of 60% out of 100% is required in total for this section. Any Bidder who fails to achieve the minimum score for this section will be excluded at this stage."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "classification": {
            "id": "34144511",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City 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. 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 86 of The Public Contract (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 Sheriff Court or the Court of Session where as 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 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.",
        "hasRecurrence": true,
        "recurrence": {
            "description": "This contract is for one off purchase of refuse collection vehicles. The maintenance and repair provision is for 36 months with the option to extend for 2 additional periods of up to 12 months each. Therefore it is estimated that the notice for this re-tender will be issued in 2025 should be extensions be exercised."
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "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 Document Eleven , which is available within the attachment area of Public Contracts Scotland. For ESPD 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 as detailed in Document Eleven. Bidders must complete Document Six - Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. 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 Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier 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. Non Collusion Bidders 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 and are reference Document Two Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One and SPD Document Eleven situated within the attachments area of PCS-T. Bidders must ensure they read all the attachments available in the suppliers attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18311. 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: 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 Document One - Invitation to Tender - contained within the Buyers Attachment area of PCS-T for further information and the number of points the Bidder must provide Community Benefits for. (SC Ref:648523)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000648523"
        }
    ],
    "noticetype": "OJEU - F2 - Contract Notice"
}