Purchase, Maintenance & Repair Provision of 26-ton Hydrogen Fuel Cell Electric Refuse Collection Vehicles
A Tender Notice
by GLASGOW CITY COUNCIL
- Source
- Find a Tender
- Type
- Contract (Supply)
- Duration
- 3 year
- Value
- 7M
- Sector
- ENVIRONMENT
- Published
- 29 Mar 2021
- Delivery
- To 28 Apr 2024 (est.)
- Deadline
- 29 Apr 2021 11:00
Concepts
Location
Glasgow, UK
2 buyers
- Glasgow City Council Glasgow
Description
The contract is split into the following two elements: One off purchase of 26 ton hydrogen fuel cell electric refuse collection vehicles* to be delivered by 31st October 2022 via phased delivery as detailed in the Invitation to Tender document. The estimated budget for the purchase of the FCEV RCV’s is 5,500,000GBP. * The number of vehicles purchased will be dependent on the commercial submissions and budget availability at the time of contract award. Three years maintenance and repair with two options for up to 12 months extensions. The estimated budget for the maintenance is 1,500,000GBP over 5 years
Total Quantity or Scope
The council invites tender bids for the purchase of 26 tonne hydrogen fuel cell electric refuse collection vehicles and maintenance and repair provision for up to a period of five years. This procurement is an important step for Glasgow City Council (GCC) in response to the impending climate emergency which shall be support the decarbonisation of the fleet and shall reduce the city's carbon emissions. The maintenance and repair provision for hydrogen fuel cell electric refuse collection vehicles shall ensure GCC continues to meet its legal requirements in terms of vehicle servicing and maintenance. The Service shall work within the current GCC operating model to ensure there is no detrimental operational impact or additional vehicle downtime. The contract is estimated to be awarded in June 2021 with a start date to be confirmed. The council is looking to award the entire contract to one Supplier.
Renewal Options
Two possible 12 month extensions
Award Criteria
Fair Work Practices | 5.0 |
Quality | 35.0 |
PRICE | 60.0 |
CPV Codes
- 34144511 - Refuse-collection vehicles
- 34144512 - Refuse-compaction vehicles
- 90500000 - Refuse and waste related services
- 34144510 - Vehicles for refuse
- 34144500 - Vehicles for refuse and sewage
- 90000000 - Sewage, refuse, cleaning and environmental services
- 90511200 - Household-refuse collection services
- 90511000 - Refuse collection services
- 90511100 - Urban solid-refuse collection services
- 90512000 - Refuse transport services
Indicators
- Bids should cover the whole contract.
- This is a recurring contract.
- Renewals are available.
- Financial restrictions apply.
- Performance considerations apply.
- Professional qualifications are sought.
- Award on basis of price.
Other 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 Document Eleven , which is available within the attachment area of Public Contracts Scotland. For ESPD 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 as detailed in Document Eleven. Bidders must complete Document Six – Health and Safety Questionnaire and submit it with the tender submission (Only bidders who pass the health and safety aspect shall be considered. 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 Bidders must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Prompt Payment The successful Supplier 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. Non Collusion Bidders 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 Tender portal 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 the PCS Tender portal and are reference Document Two Additional information pertaining to this contract notice is contained in the Invitation to Tender Document One and SPD Document Eleven situated within the attachments area of PCS-T. Bidders must ensure they read all the attachments available in the suppliers attachment area in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18311. 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: 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 Document One - Invitation to Tender - contained within the Buyers Attachment area of PCS-T for further information and the number of points the Bidder must provide Community Benefits for. (SC Ref:648523)
Reference
- FTS 006322-2021