- Scope of the procurement
- Lot 1. Category 1: Hydrogen generation and fuelling infrastructure
- Lot 2. Category 2: Supply of Hydrogen (for vehicle fuelling)
- Lot 3. Category 3: Electric vehicle charging infrastructure
- Lot 4. Category 4: Recycling and repurposing of electric vehicle batteries
- Lot 5. Category 5: Supply of Hydrogen (for domestic and commercial purposes)
Section one: Contracting authority
one.1) Name and addresses
The Highland Council
Council Headquarters, Glenurquhart Road
Inverness
IV3 NX
Telephone
+44 1954250517
Country
United Kingdom
NUTS code
UKM6 - Highlands and Islands
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00045
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://www.delta-esourcing.com/tenders/UK-UK-Inverness:-Hydrogen./PTFT6NGY42
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.delta-esourcing.com/respond/PTFT6NGY42
Tenders or requests to participate must be submitted to the above-mentioned address
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
Highland Council and TPPL Hydrogen Generation And Fuelling Infrastructure DPS
Reference number
TPPLTHCHR01
two.1.2) Main CPV code
- 24111600 - Hydrogen
two.1.3) Type of contract
Supplies
two.1.4) Short description
The Council invites organisations to participate in a 60-month DPS across a number of categories for hydrogen generation and fuelling infrastructure. The DPS will be accessible by the Council and members of TPPL. The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015 and the Public Contracts (Scotland) Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services.
two.1.5) Estimated total value
Value excluding VAT: £425,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Category 1: Hydrogen generation and fuelling infrastructure
Lot No
1
two.2.2) Additional CPV code(s)
- 24111600 - Hydrogen
- 34223360 - Refuelling trailers
- 63712600 - Vehicle refuelling services
- 09120000 - Gaseous fuels
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Hydrogen generation and fuelling infrastructure (both permanent and temporary) to include but not limited to; complete mobile refuelling vehicles and conversion to existing chassis, mini hydrogen dispensers, emergency back-up solutions, hydrogen generation, self-contained hydrogen refuelling units, on-site stored hydrogen containers with and without compressors to regenerate hydrogen supply and facilities to utilise hydrogen production by-products, hydrogen refuelling stations, and hydrogen production plants including regional hydrogen hubs. Infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure, production, storage, delivery, and supply on a full turnkey basis.
Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £250,000,000.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £250,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Category 2: Supply of Hydrogen (for vehicle fuelling)
Lot No
2
two.2.2) Additional CPV code(s)
- 24111600 - Hydrogen
- 09120000 - Gaseous fuels
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Ongoing supply of Hydrogen to include but not limited to; Grey, Blue, and Green hydrogen, and also hydrogen produced from nuclear (Pink) sources. Hydrogen may be supplied using mobile refuelling vehicles, refilling of on-site stored hydrogen containers, and charged supply of hydrogen to the end buying customer as a method of recovering the cost invested in the infrastructure.
Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £50,000,000.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £50,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Category 3: Electric vehicle charging infrastructure
Lot No
3
two.2.2) Additional CPV code(s)
- 31158000 - Chargers
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Electric vehicle charging infrastructure for specialist and heavy goods vehicles, this may also include charging infrastructure for any other vehicle and body type required. Contracts may include site surveys, installation, ongoing support/maintenance (of the charging points and associated equipment), site safety works (e.g. markings, signage, equipment), technical consultancy/guidance, dynamic load management, provision of emergency back-up solutions, and behind the meter production and storage options. EV charging infrastructure may be provided by suppliers on a ‘fully managed’ basis, i.e. the supplier provides the necessary infrastructure on a full turnkey basis.
Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £75,000,000.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £75,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Category 4: Recycling and repurposing of electric vehicle batteries
Lot No
4
two.2.2) Additional CPV code(s)
- 31440000 - Batteries
- IA25 - Refurbishment
- DA37 - Recycling
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Recycling, and/or repurposing of electric vehicle batteries to include (but not limited to) all sizes and types of electric vehicle batteries. Recycling to include the disposal, disassembly, and recycling of precious metals, and other elements. Repurposing of batteries, to include any necessary refurbishment, for use in a variety of applications. Examples include energy storage (both domestic and commercial), mobile power units, storage to store energy at renewable production facilities (e.g. solar arrays), and emergency power storage (e.g. for use after natural disasters)
Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £20,000,000 .
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £20,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
two.2) Description
two.2.1) Title
Category 5: Supply of Hydrogen (for domestic and commercial purposes)
Lot No
5
two.2.2) Additional CPV code(s)
- 24111600 - Hydrogen
- DA16 - Non-domestic
- DA15 - Domestic
- KA01 - For district heating
- FG04 - For heating
- 09120000 - Gaseous fuels
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
Main site or place of performance
UNITED KINGDOM
two.2.4) Description of the procurement
Ongoing supply of hydrogen to include but not limited to; Grey, Blue, and Green hydrogen, hydrogen produced from nuclear (Pink) sources, and hydrogen blended with natural gas. Hydrogen may be supplied into a closed/private network or grid, by using mobile refuelling vehicles, refilling of on-site stored hydrogen containers, and by any other means appropriate. Category may also include supply and installation of necessary infrastructure required to facilitate the supply of hydrogen to the network/grid.
Applications to participate are welcomed from Suppliers that do not provide all of the supplies/services stated above. Estimated total value of contracts to be awarded under this Category during the 60-month period is £30,000,000 .
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £30,000,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
60
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
two.2.14) Additional information
Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.
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
4B.5: It is a requirement of the proposed DPS that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:
Employer’s (Compulsory) Liability Insurance = £5,000,000 GBP
Public Liability Insurance = £5,000,000 GBP
Professional Risk Indemnity Insurance = £1,000,000 GBP
Product Liability Insurance = £5,000,000 GBP
http://www.hse.gov.uk/pubns/hse40.pdf
4B.6: It is a requirement of the DPS that Bidders commit to having their, and if relevant, their parent company’s, economic and financial standing reviewed. Bidders understand that the Council intends to conduct credit-checks and that the Council reserves the right at its own discretion to seek such other information from the Bidder 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 review of economic and financial standing will be completed prior to any award of a position on the DPS to ensure Suppliers have sufficient standing to meet the requirements envisaged by contracts awarded under this DPS. The Council and other Contracting Authorities that may access the DPS reserve the right to carry out further financial investigations and request information in addition to what is listed in this DPS guidance document prior to any contract award.
A lack of sufficient economic and financial standing might be evidenced in a variety of ways, examples include, but are not limited to, an inability to provide accounts (audited and unqualified or not), poor credit rating, losses, and a poor cash/credit position.
Further investigations could include, but are not limited to, obtaining; further financial accounts, documents from the bidding entity, any subsidiary companies and parent(s) as appropriate, and/or bank references.
If following further investigation in the Council’s opinion, the Supplier has a demonstrable risk of business failure and lacks sufficient economic and financial standing to meet the requirements of the DPS the Council reserves the right not to award the Supplier a position on the DPS.
three.1.3) Technical and professional ability
List and brief description of selection criteria
4C.1.2 Bidders will be required to provide a minimum of two examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Find a Tender Service Contract Notice.
The examples (or justification for not providing any) must demonstrate technical capability and be relevant to the nature of this DPS and the Categories your organisation is seeking to participate in. Additionally, the named contacts provided should be able to provide written evidence to confirm the accuracy of the information provided by your organisation. the Council and other Contracting Authorities accessing the DPS reserve the right to request such confirmation of references for provisionally successful Suppliers prior award of any contract. When named contacts contend or contradict statements made regarding reference contracts this may constitute a misrepresentation by your organisation.
A single sentence for the description of the contract(s) is unlikely to be judged as suitable evidence of technical and professional ability.
4C.9 Bidders will be required to demonstrate that they have (or have access to) the relevant tools, plant or technical equipment to deliver the types of requirements detailed in II.2.4 in the Find a Tender Service Contract Notice or the relevant section of the Site Notice.
4C.12 Bidders may be required prior to award of any contract via the proposed DPS to confirm that they have the required quality control institute certificates (or from agencies of recognised competence) confirming that products/services meet the technical specifications or standards specified by the Contract Authority. As a minimum this will be compliance with all industry related ISO/BS standards, relevant safety standards, codes of conduct, and membership of any relevant trade bodies (e.g. UK Hydrogen and Fuel Cell Association).
If this cannot be provided, bidders will likely be required during a further competition to explain why, and to confirm details of other means of proof that can be provided (issuing authority, address, reference of documentation).
4D.1 The bidder must have the following:
a. A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the bidder has, and continues to implement, a quality management policy that is authorised by their Chief Executive, or equivalent, which is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.
b. Documented procedures for periodically reviewing, correcting and improving quality performance including processes for ensuring that the bidder’s quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance.
c. A documented process for ensuring that quality management is effective in reducing/preventing incidents of sub-standard delivery. This must include the quality of output and general performance. The bidder must be able to provide copies of their organisation’s documentation procedures that meet current agreed good practice. These must include the arrangements for quality management throughout the bidder’s organisation. They must set out how the bidder’s organisation will carry out its policy, with a clear indication of how the arrangements are communicated to the workforce.
d. Documented arrangements for providing the bidder’s workforce with quality related training and information appropriate to the type of work for which this organisation is likely to bid. This will demonstrate that the organisation has in place, and implements, training arrangements to ensure that its workforce has sufficient skills and understand
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of a dynamic purchasing system
The dynamic purchasing system might be used by additional purchasers
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
8 October 2021
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
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
The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.The DPS may be used by all Contracting Authorities throughout all administrative regions of the UK (as defined by the Public Contracts Regulations 2015 and the Public Contracts (Scotland) Regulations 2015) including but not limited to Government Departments and their Agencies, Non-Departmental Public Bodies, Central Government, NHS Bodies, Local Authorities, Emergency Services, Coastguard Emergency Services, Educational Establishments, Registered Social Landlords and Registered Charities who have a need to purchase the above services. Please see the following websites for further details:
http://www.direct.gov.uk/en/Dl1/Directories/Localcouncils/index.htm
http://www.cosla.gov.uk/councils
http://directory.scottishhousingregulator.gov.uk/Documents/Landlord%20Register.pdf
http://www.firescotland.gov.uk/your-area.aspx
https://www.scot.nhs.uk/organisations/
http://www.scotland.police.uk/
http://www.scottishambulance.com/TheService/organised.aspx
https://www.gov.uk/government/organisations/department-for-education
https://www.gov.uk/check-a-university-is-officially-recognised/recognised-bodies
http://www.schoolswebdirectory.co.uk/localauthorities.php
https://www.gov.uk/find-school-in-england
https://education.gov.scot/parentzone/find-a-school/
https://gov.wales/address-list-schools
http://apps.education-ni.gov.uk/appinstitutes/default.aspx
https://www.gov.uk/government/publications/open-academies-and-academy-projects-in-development
http://www.nhs.uk/ServiceDirectories/Pages/AcuteTrustListing.aspx
http://www.wales.nhs.uk/nhswalesaboutus/structure
https://aace.org.uk/uk-ambulance-service/
http://online.hscni.net/hospitals/health-and-social-care-trusts/
https://www.gov.uk/government/organisations
http://www.northernireland.gov.uk/gov.htm
http://www.nidirect.gov.uk/local-councils-in-northern-ireland
https://www.communities-ni.gov.uk/contact
https://www.finance-ni.gov.uk/articles/list-public-bodies-which-ni-public-procurement-policy-applies
https://www.police.uk/pu/contact-the-police/uk-police-forces/
http://www.psni.police.uk/index.htm
https://www.gov.uk/government/organisations/maritime-and-coastguard-agency
http://www.fireservice.co.uk/information/ukfrs
https://www.nationalfirechiefs.org.uk/Fire-and-Rescue-Services
http://apps.charitycommission.gov.uk/Showcharity/RegisterOfCharities/registerhomepage.aspx
https://www.gov.uk/government/publications/current-registered-providers-of-social-housing
https://gov.wales/registered-social-landlords
https://www.nidirect.gov.uk/contacts/housing-associations
https://www.gov.uk/government/organisations/national-probation-service/about#divisional-areas
https://communityleisureuk.org/members/
The Agreement is available to all current and future members of The Procurement Partnership Limited’s (TPPL) buying club. A list of members of TPPL can be obtained from http://www.tppl.co.uk/about-us/our-members/
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-Inverness:-Hydrogen./PTFT6NGY42
To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/PTFT6NGY42
GO Reference: GO-202198-PRO-18872936
six.4) Procedures for review
six.4.1) Review body
The Sheriff Court
Royal Court of Justice, Inverness Justice Centre, Longman Road
Inverness
IV2 3EG
Country
United Kingdom
six.4.2) Body responsible for mediation procedures
N/A
N/A
Country
United Kingdom
six.4.4) Service from which information about the review procedure may be obtained
N/A
N/A
Country
United Kingdom