Supply and Dispensing of Fuel Cell Purity Grade Green Hydrogen Fuel

A Tender Notice
by GLASGOW CITY COUNCIL

Source
Find a Tender
Type
Contract (Services)
Duration
7 year
Value
£0-£4M
Sector
TRANSPORT
Published
06 May 2021
Delivery
To 01 May 2028 (est.)
Deadline
07 Jun 2021 11:00

Concepts

Location

Glasgow, UK

Geochart for 1 buyers and 0 suppliers

1 buyer

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.

Total Quantity or Scope

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

Award Criteria

Hydrogen Fuel Production and Transport 10
Requirements of HRS 20
o Meet Key Operational Developments 15
o Methodology, Project Approach, Support and Services 10
o Hydrogen Market Development 2
Account Management 3
o Risk and Business Continuity 5
Sustainability 5
Fair Work Practices 5
price 25

CPV Codes

  • 63712600 - Vehicle refuelling services
  • 24111600 - Hydrogen

Indicators

  • This is a one-off contract (no recurrence)
  • Renewals are not available.
  • Financial restrictions apply.
  • Technical restrictions apply.

Other Information

** PREVIEW NOTICE, please check Find a Tender for full details. ** 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)

Reference

Domains