Opportunity

Highland Council and TPPL Hydrogen Generation And Fuelling Infrastructure DPS

  • The Highland Council

F02: Contract notice

Notice reference: 2021/S 000-022276

Published 8 September 2021, 2:14pm



Section one: Contracting authority

one.1) Name and addresses

The Highland Council

Council Headquarters, Glenurquhart Road

Inverness

IV3 NX

Email

tenders@tppl.co.uk

Telephone

+44 1954250517

Country

United Kingdom

NUTS code

UKM6 - Highlands and Islands

Internet address(es)

Main address

http://www.highland.gov.uk/

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://www.oscr.org.uk/

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