Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Tfl_scp_001600 — Hydrogen Refuelling Station

  • First published: 18 May 2018
  • Last modified: 18 May 2018

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
Published by:
London Bus Services Limited
Authority ID:
AA22034
Publication date:
18 May 2018
Deadline date:
11 June 2018
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The programme is part of a developing UK, European and international movement expanding use of low emission technology for transport. The introduction of this new hydrogen refuelling facility and the supply of hydrogen for the buses in London is critical to this programme. Consequently, this procurement is a major new opportunity for a supplier to contribute towards the zero emission future for London and across Europe.

The Contracting Authority plans to award a single contract package to a supplier that will:

1) Generate all (100 %) of the hydrogen off site and deliver it to the HRS (or compliant variant bid, see below);

2) Design and build the HRS that will dispense hydrogen daily to 2 buses concurrently at a rate of up to 12 buses per hour, with a duration of less than 5 minutes refuelling time per bus;

3) For resilience, store sufficient safety stocks of hydrogen at the site as specified or have capability to provide hydrogen from elsewhere in the case of fuel supply failure, power supply energy failure, equipment breakdown or maintenance;

4) Maintain all equipment and systems according to manufacturer’s specification;

5) Train the bus operator's equipment users; and

6) Decommission the Hydrogen refuelling station at the end of 10 years supply (or after up to 15 years if the contract is extended).

In summary, the procurement is for a Hydrogen refuelling station at Perivale with a delivered service for design, installation, supply and maintenance that provides daily hydrogen fuel including storage capacity for a minimum of 20 buses, i.e. 17 minimum in operation per day.

In response to this notice for the HRS we require a standard bid from all Bidders.

A standard bid is defined as a bid that proposes a, one hundred percent (100 %) delivered-only regular hydrogen supply to the site to dispense fuel the buses, and this must be ready for use by the bus operator (Metroline) at the latest within 12 months of the contract award date and in accordance with the other requirements in the procurement documents.

You may, if you wish to, submit a variant bid, but you are under no compulsion to do so.

If you do not submit a compliant standard bid, then your variant bid will not be considered. Furthermore only compliant variant bids will be considered.

In the case of submitting a variant bid, the requirements are as set out in the procurement documents. TfL reserves the right to amend these requirements as it sees fit.

Other information and formalities necessary for evaluating if the requirements are met are:

To express an interest in this procurement, the supplier needs to be registered on procontract as stated in Section I.3. To register or to check if you are already registered log on to https://procontract.due-north.com

It is important that suppliers read the instructions carefully on the home page before proceeding with registration. To be considered for this opportunity the company must first complete the supplier Selection Questionnaire Parts 1, 2 and 3 (eligibility criteria) as a condition of participation. A supplier guidance document is attached within the ‘opportunity documents’ section, this will give instructions to facilitate the submission. If you require any further assistance please communicate with contact person in Section I.1 using the procontract portal only.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

London Bus Services Limited

55 Broadway

London

SW1H 0BD

UK

Contact person: Mr Philip Lewis

Telephone: +44 2030545351

E-mail: PHILIPLEWIS@TFL.GOV.UK

NUTS: UKI

Internet address(es)

Main address: https://tfl.gov.uk

Address of the buyer profile: https://tfl.gov.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://procontract.due-north.com


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

https://procontract.due-north.com


I.6) Main activity

Urban railway, tramway, trolleybus or bus services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Tfl_scp_001600 — Hydrogen Refuelling Station

Reference number: DN318892

II.1.2) Main CPV code

24111600

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Contracting Authority London Bus Services Limited is looking for one supplier. The scope of this procurement includes:

1. The design, build, supply, install, test, commission and maintenance of a Hydrogen refuelling station (HRS).

2. Conducting all site enablement works to ensure ease of access to site, including surveys, design and build of the HRS.

3. Supplying fuel for a minimum of twenty hydrogen buses at a similar fill rate and cost as with diesel as they enter operational service in late 2019 for the duration of the contract.

4. Storing sufficient fuel safety stock at the site to ensure a high level of resilience is achieved with a 99.9 % availability, five minute fill time during the daily eight hour refuelling window.

Please note that heads of terms, leases and other legal property documents will also be required to be entered into with LBSL because the HRS will be built and operated on land that is not owned by TfL. Please see tender documentation for details.

II.1.5) Estimated total value

Value excluding VAT: 15 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

09000000

31122100

42510000

45000000

II.2.3) Place of performance

NUTS code:

UKI


Main site or place of performance:

The Hydrogen refuelling station site is located at Perivale, West London, at the same location as the hydrogen buses and other buses, where it is to be used for daily refuelling.

II.2.4) Description of the procurement

The programme is part of a developing UK, European and international movement expanding use of low emission technology for transport. The introduction of this new hydrogen refuelling facility and the supply of hydrogen for the buses in London is critical to this programme. Consequently, this procurement is a major new opportunity for a supplier to contribute towards the zero emission future for London and across Europe.

The Contracting Authority plans to award a single contract package to a supplier that will:

1) Generate all (100 %) of the hydrogen off site and deliver it to the HRS (or compliant variant bid, see below);

2) Design and build the HRS that will dispense hydrogen daily to 2 buses concurrently at a rate of up to 12 buses per hour, with a duration of less than 5 minutes refuelling time per bus;

3) For resilience, store sufficient safety stocks of hydrogen at the site as specified or have capability to provide hydrogen from elsewhere in the case of fuel supply failure, power supply energy failure, equipment breakdown or maintenance;

4) Maintain all equipment and systems according to manufacturer’s specification;

5) Train the bus operator's equipment users; and

6) Decommission the Hydrogen refuelling station at the end of 10 years supply (or after up to 15 years if the contract is extended).

In summary, the procurement is for a Hydrogen refuelling station at Perivale with a delivered service for design, installation, supply and maintenance that provides daily hydrogen fuel including storage capacity for a minimum of 20 buses, i.e. 17 minimum in operation per day.

In response to this notice for the HRS we require a standard bid from all Bidders.

A standard bid is defined as a bid that proposes a, one hundred percent (100 %) delivered-only regular hydrogen supply to the site to dispense fuel the buses, and this must be ready for use by the bus operator (Metroline) at the latest within 12 months of the contract award date and in accordance with the other requirements in the procurement documents.

You may, if you wish to, submit a variant bid, but you are under no compulsion to do so.

If you do not submit a compliant standard bid, then your variant bid will not be considered. Furthermore only compliant variant bids will be considered.

In the case of submitting a variant bid, the requirements are as set out in the procurement documents. TfL reserves the right to amend these requirements as it sees fit.

Other information and formalities necessary for evaluating if the requirements are met are:

To express an interest in this procurement, the supplier needs to be registered on procontract as stated in Section I.3. To register or to check if you are already registered log on to https://procontract.due-north.com

It is important that suppliers read the instructions carefully on the home page before proceeding with registration. To be considered for this opportunity the company must first complete the supplier Selection Questionnaire Parts 1, 2 and 3 (eligibility criteria) as a condition of participation. A supplier guidance document is attached within the ‘opportunity documents’ section, this will give instructions to facilitate the submission. If you require any further assistance please communicate with contact person in Section I.1 using the procontract portal only.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical Requirements / Weighting: 50

Quality criterion: Contractual (terms and conditions) / Weighting: pass/fail evaluation

Price / Weighting:  50

II.2.6) Estimated value

Value excluding VAT: 15 000 000.00  GBP

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

Duration in months: 192

This contract is subject to renewal: No

II.2.10) Information about variants

Variants will be accepted: Yes

II.2.11) Information about options

Options: Yes

Description of options:

The contract will be awarded for an initial 10 years with an option to extend for a further 5 years in 1 year increments. The estimated value stated in II.2.6 includes the full extension of 5 years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project:

Joint Initiative for Hydrogen Vehicles in Europe (JIVE), HRS maintenance, and Models for Economic Hydrogen Refuelling Infrastructure “MEHRLIN"

II.2.14) Additional information

The Contracting Authority reserves the right to withdraw from/amend the procurement process and may award a Contract/s in whole, part, or not at all as a result of the competition called for by this notice. The Contracting Authority will not be liable for any costs or expenses incurred by economic operators in considering and/or responding to the procurement process.

Section III: Legal, economic, financial and technical information

III.1) Conditions for participation

III.1.2) Economic and financial standing

Selection criteria as stated in the procurement documents


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.1.6) Deposits and guarantees required:

Details will be provided in the Invitation to tender documentation.

A Parent company guarantee or Bank guarantee or equivalent will be required.

A Performance bond will be required.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Details are provided in the tender documentation. Payment in pounds sterling will normally be made by means of electronic funds transfer.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

No specific form is required for bidding but the Contracting Authority will require to contract with one legal entity. In the event of submission of a bidder relying on other entities within "a group" or a consortium of bodies each member of the group or consortium may be jointly and severally liable for performance of the Contract. The Contracting Authority shall require a single entity to act as Principal contractor and Principal designer in accordance with the Supplier Selection Questionnaire.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The performance of the contract is subject to particular conditions as stated in the tender documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: No

IV.2) Administrative information

IV.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2016/S 227-414551

IV.2.2) Time limit for receipt of tenders or requests to participate

Date: 11/06/2018

Local time: 12:00

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: No

VI.4) Procedures for review

VI.4.1) Review body

Transport for London

Palestra 197 Blackfriars Road

London

SE1 8NJ

UK

Telephone: +44 2030545351

E-mail: PHILIPLEWIS@TFL.GOV.UK

Internet address(es)

URL: HTTPS://TFL.GOV.UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

TfL will incorporate a standstill period at the point information on the award of the contract is communicated to bidders. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days, provides time for unsuccessful bidders to lodge an appeal regarding the award decision before any contract is entered into.

VI.5) Date of dispatch of this notice

14/05/2018

Coding

Commodity categories

ID Title Parent category
45000000 Construction work Construction and Real Estate
31122100 Fuel cells Generator units
42510000 Heat-exchange units, air-conditioning and refrigerating equipment, and filtering machinery Cooling and ventilation equipment
24111600 Hydrogen Hydrogen, argon, rare gases, nitrogen and oxygen
09000000 Petroleum products, fuel, electricity and other sources of energy Energy and Related Services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
PHILIPLEWIS@TFL.GOV.UK
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.