Section one: Contracting authority
one.1) Name and addresses
Glasgow City Council
Chief Executives Department, City Chambers
Glasgow
G2 1DU
Telephone
+44 1412876403
Country
United Kingdom
NUTS code
UKM82 - Glasgow City
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00196
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
http://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
http://www.publictendersscotland.publiccontractsscotland.gov.uk
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Supply of a Temporary Hydrogen Refuelling Station Managed Service
Reference number
GCC005294CPU
two.1.2) Main CPV code
- 63712600 - Vehicle refuelling services
two.1.3) Type of contract
Services
two.1.4) Short description
Glasgow City Council requires a contract for the supply of a mobile Hydrogen Refuelling Station Managed Service
two.1.5) Estimated total value
Value excluding VAT: £337,500
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24111600 - Hydrogen
- 63712600 - Vehicle refuelling services
two.2.3) Place of performance
NUTS codes
- UKM82 - Glasgow City
Main site or place of performance
Glasgow, UK
two.2.4) Description of the procurement
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.
two.2.5) Award criteria
Quality criterion - Name: Mobilisation/Lead Time / Weighting: 8
Quality criterion - Name: Hydrogen Refuelling Station Operation / Weighting: 15
Quality criterion - Name: Logistics Management / Weighting: 10
Quality criterion - Name: Taining / Weighting: 5
Quality criterion - Name: Maintenance and Repair / Weighting: 10
Quality criterion - Name: Fuel Management System Support / Weighting: 4
Quality criterion - Name: Account Management / Weighting: 2
Quality criterion - Name: Sutainability / Weighting: 3
Quality criterion - Name: Business Continuity / Weighting: 3
Quality criterion - Name: Fair Work Practices / Weighting: 5
Price - Weighting: 35
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
12
This contract is subject to renewal
Yes
Description of renewals
The contract will have the option for an extension of up to 6 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
List and brief description of selection criteria
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 level(s) of standards possibly required
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
three.1.3) Technical and professional ability
List and brief description of selection criteria
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 level(s) of standards possibly required
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.
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Key Performance Indicators are detailed in the Tender document and the Terms & Conditions.
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
19 April 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
19 April 2021
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.3) Additional information
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.
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 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.
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 (Doc 1-
Tender Document) contained within the Buyers Attachment area of PCS-T for further information.
(SC Ref:645064)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sherif Court and Justice of the Peace Court
PO Box 23 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom