UK-Swindon: Fuel-tanker trucks.

UK-Swindon: Fuel-tanker trucks.
Section I: Contracting Authority
I.1) Name and addresses
UK Research & Innovation
Polaris House, North Star Avenue, Swindon, SN2 1FL, United Kingdom
Tel. +44 1793444000, Email: corporateprocurement@ukri.org
Contact: Corporate Procurement
Main Address: https://www.ukri.org/
NUTS Code: UKK14
I.2) Joint procurement
The contract involves joint procurement: No.
In the case of joint procurement involving different countries, state applicable national procurement law: Not provided
The contract is awarded by a central purchasing body: No.
I.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-Swindon:-Fuel-tanker-trucks./86VP6X5592
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: Not provided
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other activity:

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: UKRI-1468 Tees Valley Transport Hydrogen Hub – Hydrogen supply and refueler
Reference Number: UKRI-1468
II.1.2) Main CPV Code:
34133110 - Fuel-tanker trucks.

II.1.3) Type of contract: SUPPLIES
II.1.4) Short description: UK Research and Innovation through its component body Innovate UK in partnership with the Department for Transport (DfT) are looking for a supplier who can provide hydrogen refuelling capability in the Tees Valley area between 1st September 2021 – 31st March 2022 (with an optional extension of three months). Fuel cell grade green hydrogen is required to support a small number of vehicle and vessel trials.

The aim will be achieved through the following objectives:
•The guaranteed provision of fuel cell grade green hydrogen which requires sourcing from a reliable and cost effect provider.
•The safe and secure siting and operation of a mobile refueler which will remain static at an agreed location for the period in question.
•The dispensing of up to 200kg a day of green hydrogen to a potential cross section of vehicle types
•The option to dispense green hydrogen at 350 and where possible 700barr pressure.

The budget for the requirement is between £200,000 to £750,000.
II.1.5) Estimated total value:
Value excluding VAT: 750,000
Currency: GBP
II.1.6) Information about lots:
This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV codes:
24111600 - Hydrogen.
65400000 - Other sources of energy supplies and distribution.

II.2.3) Place of performance:
UKC1 Tees Valley and Durham

II.2.4) Description of procurement: UK Research and Innovation through its component body Innovate UK and in partnership with the Department for Transport (DfT) is seeking a single mobile hydrogen refueller to support a small number of vehicle and/or vessel demonstrations. The refueler will be sighted at a designated location in the Tees Valley area and is expected to offer refuelling capability to a mix of operations and use cases.

The provision of the refueler will enable a planned demonstration of hydrogen vehicles which is being competitively awarded via Innovate UK. This procurement and the demonstration is part of the Transport Hydrogen Hub in the Tees Valley area between 1st September 2021 – 31st March 2022 (with an optional 3 month extension).

The hydrogen refueler will ideally dispense green hydrogen only and meet a target kg/day figure. Fuel cell grade green hydrogen is required to support a small number of vehicle and vessel trials within the Teas Valley area over the same period.

The aim will be achieved through the following objectives:
•The guaranteed provision of fuel cell grade green hydrogen which requires sourcing from a reliable and cost effect provider.
•The safe and secure siting and operation of a mobile refueler which will remain static at an agreed location for the period in question.
•The dispensing of up to 200kg a day of green hydrogen to a potential cross section of vehicle types
•The option to dispense green hydrogen at 350 and where possible 700barr pressure.
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Quality / Weighting: 70

Cost criterion - Name: Price / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: Not provided
Currency: Not provided
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 8
This contract is subject to renewal: No
Description of renewals: Not provided

II.2.10) Information about variants:
Variants will be accepted: No
II.2.11) Information about options:
Options: Yes
Description of options: with a provision to extend the contract duration for a further three month.
II.2.12) Information about electronic catalogues:
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: No
II.2.13) Information about European Union funds:
The procurement is related to a project and/or programme financed by European Union funds: No
Identification of the project: Not provided
II.2.14) Additional information: please visit the Delta eSourcing portal https://ukri.delta-esourcing.com

Please use the link number 86VP6X5592


Section III: Legal, Economic, Financial And Technical Information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Not Provided
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Not Provided
Minimum level(s) of standards possibly required (if applicable) :
Not Provided
III.1.5) Information about reserved contracts (if applicable)
The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No
The execution of the contract is restricted to the framework of sheltered employment programmes: No

III.2) Conditions related to the contract

III.2.2) Contract performance conditions
Not Provided
III.2.3) Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: No

Section IV: Procedure
IV.1) Description OPEN
IV.1.1) Type of procedure: Open

IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement - NO
In the case of framework agreements justification for any duration exceeding 4 years: Not Provided


IV.1.6) Information about electronic auction:
An electronic auction will be used: No
Additional information about electronic auction: Not provided
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure:
Notice number in the OJ S: Not provided
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 25/06/2021 Time: 11:00

IV.2.4) Languages in which tenders or requests to participate may be submitted: English,
IV.2.6) Minimum time frame during which the tenderer must maintain the tender:
Duration in month(s): 3

IV.2.7) Conditions for opening of tenders:
Date: 25/06/2021
Time: 11:00


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: No
Estimated timing for further notices to be published: Not provided
VI.2) Information about electronic workflows
Electronic ordering will be used No
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
VI.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.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://ukri.delta-esourcing.com/tenders/UK-UK-Swindon:-Fuel-tanker-trucks./86VP6X5592

To respond to this opportunity, please click here:
https://ukri.delta-esourcing.com/respond/86VP6X5592
VI.4) Procedures for review
VI.4.1) Review body:
UKRI
Swindon, United Kingdom
VI.4.2) Body responsible for mediation procedures:
Not provided
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
Not Provided
VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
VI.5) Date Of Dispatch Of This Notice: 21/05/2021

Annex A