web-banner-marketing2

Market Leads & Opportunities

United Kingdom-Aberdeen: Procurement for the Design, Supply, Installation and Commissioning of Hydrogen Equipment for the Purpose of Production, Compression, Storage and Dispensation of Hydrogen Fuel (“Hydrogen Technology Package”) (Revised Tender)

Type of document: Contract Notice
Country: United Kingdom
Publication Ref: (2023/S 000-013985/EN)
Nature of contract: Supply contract
Procedure: Open procedure
Type of bid required: Global bid

Contract notice
Supplies

Section I: Contracting authority
I.1) Name and addresses
Official name: Bp Aberdeen Hydrogen Energy Limited
Postal address: Johnston Carmichael, Bishop’s Court, 29 Albyn Place
Town: Aberdeen
Postal code: AB10 1YL
Country: United Kingdom
Telephone: +44 7534044731
Email: chris.gough@turntown.co.uk
Internet address(es):
Main address:
Address of the buyer profile:

I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge,at:
Additional information can be obtained from:
the above mentioned address
Tenders or requests to participate must be submitted:
electronically via:
I.4) Type of the contracting authority
Other type: Contract subsidised by a contracting authority
I.5) Main activity
Other activity: Energy

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Procurement for the Design, Supply, Installation and Commissioning of Hydrogen Equipment for the Purpose of Production, Compression, Storage and Dispensation of Hydrogen Fuel (“Hydrogen Technology Package”) (Revised Tender)
II.1.2) Main CPV code: 42113390
II.1.3) Type of contract: Supplies
II.1.4) Short Description: Please note this is a revised tender, following the decision to discontinue tender ref 20230214-000004 (2023/S 000-004438).
bp Aberdeen Hydrogen Energy Limited (bpAHEL) is a Joint Venture (JV) between bp and Aberdeen City Council (ACC), secured through a public procurement process. The JV has been created with the purpose of delivering a scalable green hydrogen production, storage and distribution facility in the city powered by renewable energy. The facility is targeting manufacture and dispensing of between 770 kilograms (min.) and 1000 kilograms (peak) of green hydrogen per day – enough to fuel 25 buses and a range of other fleet vehicles.
This contract notice relates to the following scope of work:
Optimised and integrated design, supply, installation, testing and commissioning of the following, to produce and dispense the required volume and rates, at the required quality, of hydrogen per day:
– Hydrogen electrolyser and associated power unit
– Ancillary package equipment (i.e., compression, conditioning, storage, as required)
– Refueling/dispensing hub for vehicles
– Interconnections between supplied packages including pipework, cabling etc.
– Control Alarms and Safety Instrumented Systems (SIS), Fire & Gas, Emergency Shutdown etc., as per referenced control philosophy and as vendor deems necessary. (Capable of being integrated into a wider site SCADA system.)
– Clearly defining any utility requirements (power/water) and working with others to ensure seamless integration.
– Allowance for hydrogen import facilities

II.1.6) Information about lots:
The contract is divided into lots: no
II.2) Description
II.2.2) Additional CPV code(s)
24111600, 71330000, 65400000, 71300000, 71320000, 51100000

II.2.3) Place of performance
Nuts code:
II.2.4) Description of the procurement:
Description of Scope
bpAHEL intend to conduct a procurement for the provision of the required hydrogen technology (electrolyser unit) and hydrogen refueling station (compression, storage, dispensation, as required).
An output-based specification has been developed and Client is looking for a safe, reliable, and operable system based on the most-competitive industry-led, standardized offering from the tendering process, considering the specifications within the project brief but also the bidder’s own capability and experience, supplier relationships, proprietary technology, and knowledge of delivering cost effective hydrogen solutions within the current environment.
It is recognized that there will be options to improve in certain areas of the project, such as plant availability, redundancy, delivery schedule, etc., and these will be evaluated post-contract award in collaboration with chosen Contractor through appropriate cost benefit analysis.
The Contractor will be responsible for the finalised design, specification, supply, installation, testing and commissioning of the specialist hydrogen equipment within the proposed project scope, and will provide and undertake the following within the scope of supply:
– Design & Engineering of the scheme as a “system” including technical safety, process, mechanical, piping, structural, control, automation & instrumentation
– The system should be provided with its own local control & automation whilst being capable of integration to a wider SCADA system including external signalling for remote control and monitoring
– Project management
– Project controls including estimating, scheduling, cost, risk and performance management and reporting
– HSEQ management systems, including Design and Construction under the CDM legislation
– Attendance and facilitation of reviews including design, scheme, constructability, Operations & Maintenance, logistics, etc.
– Interface management and liaising with Other Contractors to ensure design is integrated to overall project
– Procurement & manufacturing
– Offsite fabrication, manufacturing, assembly, and Factory Acceptance Testing (FAT)
– Transport, logistics and shipping from factory to a site in Aberdeen
– Offloading, unloading & final positioning
– On site installation, testing, completions & commissioning
– Records from design through procurement to construction & commissioning
– Start-up & performance trials to ensure system meets functional specification
– Operation procedures & maintenance manuals
– Training and demonstration of the system
– Liaise with the Client throughout project’s lifecycle and obtain approval on technical deliverables including -but not limited to- calculations, drawings, technical notes, inspection and test plans etc.
Further Information:
If you are interested in this project but are unable to provide the full scope, please provide the following information to chris.gough@turntown.co.uk, kenzey.fordyce@bp.com and sam.munro@turntown.co.uk.
– company name
– contact details
– summary of company capability relevant to this contract opportunity
The information will be shared with other potential bidders via the etender system with a view to enabling interested parties to work together.
II.2.5) Award criteria

II.2.7) Duration of the contract,framework agreement or dynamic purchasing system
Duration in months: 18
This contract is subject to renewal: no
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted: no
II.2.11) Information about options
Options: 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
II.2.14) Additional information: To respond to this Contract Notice please go to the following web address: (the eTender system) and click on the ‘Register’ button. Once registered, please contact Chris Gough (chris.gough@turntown.co.uk) and Sam Munro (sam.munro@turntown.co.uk) to request access to all related documents.

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

Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure:
Open procedureIV.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:2023/S 000-012757
IV.2.2) Time limit for receipt of tenders or requests to participate
Date: 2023-06-16 Local time: 17:00
IV.2.4) Languages in which tenders or requests to participate may be submitted:EN
IV.2.6) Minimum time frame during which the tender must maintain the tender
Duration in months:4(from the date stated for receipt of tender)
IV.2.7) Conditions for opening tenders
Date: 2023-06-16 Local time: 17:00

Section VI: Complementary information
VI.1) Information about recurrence:
This is a recurrent procurement: no
VI.2) Information about electronic workflows
VI.3) Additional information:
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at
The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:
The Contractor will be required to identify sub-contractors prior to submitting their response to this tender.
Community benefits are included in this requirement. For more information see:
A summary of the expected community benefits has been provided as follows:
The Contractor should develop a local supply chain where possible, in order to promote local skills and employment, with the objective of supporting a Just Transition to Net Zero.
The Contractor should seek opportunities to upskill their own workforce, and the workforce for their supply chain, with the objective of supporting a Just Transition to Net Zero.
The Contractor should contribute to Scotland and Aberdeen’s overall climate ambitions and net zero targets by calculating and reducing the carbon created by their activity related to the Aberdeen Hydrogen Hub project and that of their supply chain.
(SC Ref:732211)
VI.4) Procedures for review
VI.4.1) Review body
Official name: Aberdeen Sheriff Court
Postal address: 53 Castle St.
Town: Aberdeen
Country: United Kingdom
VI.5) Date of dispatch of this notice:2023-05-17