Section one: Contracting authority
one.1) Name and addresses
Llywodraeth Cymru / Welsh Government - Commercial Delivery
T’yr Afon, Bedwas Road
Caerphilly
CF83 8WT
CommercialProcurement.Fleet@gov.wales
Telephone
+44 3007900170
Country
United Kingdom
NUTS code
UKL - Wales
Internet address(es)
Main address
https://gov.wales/public-sector-procurement
Buyer's address
https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA27760
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
https://etenderwales.bravosolution.co.uk/home.html
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://etenderwales.bravosolution.co.uk/home.html
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://etenderwales.bravosolution.co.uk/home.html
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Green Hydrogen for Hydrogen Bus Pilot Scheme
Reference number
C187/2023/2024
two.1.2) Main CPV code
- 24111600 - Hydrogen
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Welsh Government, in partnership with Transport for Wales, are establishing a Hydrogen Bus Pilot Scheme as part of their plans to
transition the existing internal combustion engine bus fleet in Wales.
The Pilot Scheme will include the implementation of approximately 20 hydrogen buses on selected routes within the County of Swansea with a further 23 hydrogen buses servicing selected routes within the County of Bridgend.
The Pilot Scheme is due to commence approximately late 2025/early 2026 (date to be confirmed).
The Welsh Government are seeking to appoint a provider of green hydrogen that will provide the required level of hydrogen to fuel the hydrogen buses utilised under the Pilot Scheme. It is an expectation that the hydrogen will be made available for a re-fueller at both pilot
locations; Swansea and Bridgend.
The hydrogen contract will be for 15 years, with break clauses at years 5 and 10.
two.1.5) Estimated total value
Value excluding VAT: £25,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 24111000 - Hydrogen, argon, rare gases, nitrogen and oxygen
- 24111600 - Hydrogen
- 09100000 - Fuels
two.2.3) Place of performance
NUTS codes
- UKL - Wales
two.2.4) Description of the procurement
The Welsh Government, in partnership with Transport for Wales, are establishing a Hydrogen Bus Pilot Scheme as part of their plans to transition the existing internal combustion engine bus fleet in Wales.
The Pilot Scheme will include the implementation of 20 hydrogen buses on selected routes within the County of Swansea and a further 30 hydrogen buses servicing selected routes within the County of Bridgend.
The Welsh Government are seeking to appoint a provider of green hydrogen that will provide the required level of hydrogen to fuel the hydrogen buses utilised under the Pilot Scheme.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
180
This contract is subject to renewal
No
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
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
Accelerated procedure
Justification:
Timescales have been reduced to ensure that any successful bidder that may be participating in the DEZNZ HAR1 funding allocation are able to accommodate this requirement within those designated projects.
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.2.1) Previous publication concerning this procedure
Notice number: 2023/S 000-030003
four.2.2) Time limit for receipt of tenders or requests to participate
Date
7 March 2024
Local time
4:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English, Welsh
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
7 March 2024
Local time
5:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 6 to 9 months prior to contract expiry, if renewed
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=139245
Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:
Selection criteria as stated in the procurement documents
(WA Ref:139245)
The buyer considers that this contract is suitable for consortia.
six.4) Procedures for review
six.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
Telephone
+44 2079477501
Country
United Kingdom