Contract

Supply and Dispensing of Fuel Cell Purity Grade Green Hydrogen Fuel

  • Glasgow City Council

F03: Contract award notice

Notice identifier: 2021/S 000-025345

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

Published 11 October 2021, 1:14pm



Section one: Contracting authority

one.1) Name and addresses

Glasgow City Council

Chief Executives Department, City Chambers

Glasgow

G2 1DU

Email

laura.moffat2@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.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.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £4,025,000

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.2.11) 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 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.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-009803


Section five. Award of contract

Contract No

GCC005296CPU

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 September 2021

five.2.2) Information about tenders

Number of tenders received: 3

Number of tenders received from SMEs: 3

Number of tenders received from tenderers from other EU Member States: 3

Number of tenders received from tenderers from non-EU Member States: 0

Number of tenders received by electronic means: 3

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

BOC

Surrey Research Park, The Priestley Centre, 10 Priestley Road

Guildford

GU2 7XY

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £4,959,237


Section six. Complementary information

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.

(SC Ref:669905)

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

https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

Glasgow City council ("the council") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent. When sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 ("The Regulations"). The Council is obliged to comply with the regulations and any eligible economic operator can bring an action in the Sherriff Court of the Court of Session where a consequence of a breach by the Council, suffers or risks suffering loss or damage.

The bringing of court proceedings during the standstill period means that the council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of: or

the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.