Tender

Supply and Dispensing of Fuel Cell Purity Grade Green Hydrogen Fuel

  • Glasgow City Council

F02: Contract notice

Notice identifier: 2021/S 000-009803

Procurement identifier (OCID): ocds-h6vhtk-02adbc

Published 6 May 2021, 10:54am



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 and Dispensing of Fuel Cell Purity Grade Green Hydrogen Fuel

Reference number

GCC005296CPU

two.1.2) Main CPV code

  • 63712600 - Vehicle refuelling services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council is inviting suitably qualified and experienced applicants to submit bids for the supply of Compressed Gaseous Hydrogen Fuel for use in both dual-fuel combustion engines and Fuel Cell Electric Vehicles (FCEVs). This will include, but not be limited to, the supply and dispensing of hydrogen fuel, the design and installation of a suitable Hydrogen Refuelling Station (HRS) and the maintenance and management of said HRS.

two.1.5) Estimated total value

Value excluding VAT: £4,025,000

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

supply of compressed hydrogen produced exclusively from renewable energy defined as Green Hydrogen. Hydrogen must be fuel cell purity/grade for use in heavy duty fuel cell electric vehicles est. 20 RCV’s and 20 diesel-hydrogen dual-fuel Gritters. Green Hydrogen defined: Hydrogen fuel produced by electrolysing water using renewable energy sources and as close to zero carbon as possible, with latest technology. On-site production preferred, trailered green hydrogen will be considered but carbon and impact will be evaluated. Renewable power verifiable by Renewable Energy Guarantees of Origin scheme or Power Purchase Agreement. The hydrogen dispensed will be of Fuel Cell Grade purity as specified in ISO14687/SAE J2719 or equivalent. The Hydrogen Refuelling Station deployed must have capacity to dispense minimum of 550kg per day and be suitable for expansion to minimum of 1500kg. Hydrogen supplied at 350b and 700b to service heavy and light fleet vehicles. Estimated daily hydrogen is 320 kg H2/day minimum uptake of 250 kg. HRS must support Infrared fast fill protocol (IR-COMMS) enabling hydrogen fill rate of 120 grams /second in accordance with SAE J2601/2 or equivalent

two.2.5) Award criteria

Quality criterion - Name: Hydrogen Fuel Production and Transport / Weighting: 10

Quality criterion - Name: Requirements of HRS / Weighting: 20

Quality criterion - Name: o Meet Key Operational Developments / Weighting: 15

Quality criterion - Name: o Methodology, Project Approach, Support and Services / Weighting: 10

Quality criterion - Name: o Hydrogen Market Development / Weighting: 2

Quality criterion - Name: Account Management / Weighting: 3

Quality criterion - Name: o Risk and Business Continuity / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 5

Quality criterion - Name: Fair Work Practices / Weighting: 5

Price - Weighting: 25

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

84

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

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:-

Bidders will be required to have a minimum turnover of 4.0m for the most recent financial year, as verified from filed accounts with Companies House.

Trading Performance

Trading Performance Ratio

An overall positive outcome on pre-tax profit over a 3 year period. Exceptional items occurring in the normal course of business 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.

Applicants must not be the subject of an insolvency process.

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 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.

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 potential negative financial consequences of the pandemic on company finances, Glasgow City Council also requires assurance regarding current liquidity of the bidding company.

The bidder must provide a Letter of Comfort from its own bank to satisfy the above financial requirement.

In the event of the Bidder not being able to comply with the above requirement, and with a suitable explanation having been received, Glasgow City Council would be prepared to consider other documentation that provided evidence that the Bidder has adequate financial resources to undertake the contract. 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.

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 experience of generating green hydrogen fuel from renewable power as well as the operation of a Hydrogen Refuelling Station of a similar scale to that sought in this procurement.

Your response should also include but not be limited to detail on the following to provide detail on bidders experience in projects of a comparable scale to the project being tendered:

- Contract location, client or contracting entity (if different from client) and value of the contract

- Start date and duration of the project

- Details of the project including but not limited to:

Daily peak volume of fuel supplied (Kg/day) at set-up, average daily volume and peak volume supplied

Size and type of fleet serviced i.e. HGV, PSV or light

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

7 June 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

7 June 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 located in the Buyers Attachment area of Public Contracts Scotland Tender (PCS-T).

SPD 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. Bidders must complete the H&S Questionnaire and submit with the tender submission(Only bidders who pass H&S shall be considered.)questionnaire contained within the buyers attachment area in PCS-T.

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-T 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 PCS-T.

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.

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:650178)

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