Tender

Supply of a Temporary Hydrogen Refuelling Station Managed Service

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2021/S 000-005595

Procurement identifier (OCID): ocds-h6vhtk-029d4c

Published 19 March 2021, 10:16am



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

laura.shaw@glasgow.gov.uk

Telephone

+44 1412876403

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

www.glasgow.gov.uk

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

Email

glasgow@scotcourts.gov.uk

Country

United Kingdom

Internet address

www.glasgow.gov.uk