Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityOther activity: Railway research and development
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Study on use of fuel cell hydrogen in railway environment
Reference number: S2R.18.OP.01
II.1.2)Main CPV code71311200 Transport systems consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
This study aim at analysing the business case of hydrogen and fuel cell usage in the rail environment, both in passenger train and freight.
II.1.5)Estimated total valueValue excluding VAT: 570 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79310000 Market research services
31122100 Fuel cells
60200000 Railway transport services
II.2.3)Place of performanceNUTS code: BE10 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
II.2.4)Description of the procurement:
The purpose of this call for tender is: deliver initial studies with the objective of providing a business case and market potential analysis for the use of fuel cell and hydrogen technologies as part of the energy hybrid solutions for the railway sector with a multi modal approach and view; providing with case studies by segment (shunting locomotives, freight/last mile locomotives, regional trains) expressing potential opportunities and carry out a concept design for each case study compared with other alternative solutions, in a multimodal perspective. Case studies should be substantiated on data acquired in dialogue with relevant stakeholders; identify technical and not technical barriers for the implementation of fuel cell and hydrogen technologies in the rail sector and show R&D, regulation and standard’s needs.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Quality of services / Weighting: 60 %
Price - Weighting: 40 %
II.2.6)Estimated valueValue excluding VAT: 570 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 7
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: Horizon 2020
II.2.14)Additional information
See Internet address provided in Section I.3.
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 registersList and brief description of conditions:
Selection criteria as stated in the procurement documents.See Internet address provided in Section I.3.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See Internet address provided in Section I.3.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 12/04/2018
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 19/04/2018
Local time: 10:00
Place:
Shift2Rail Joint Undertaking Headquarters, avenue de la Toison d'Or 56-60, 1060, Brussels.
Information about authorised persons and opening procedure:
Maximum one legal representative per participating tenderer may attend the opening session. Tenderers shall inform the Joint Undertaking of their intention to attend, at least 5 working days prior to the opening session.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See Internet address provided in Section I.3.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See Internet address provided in Section I.3.
VI.5)Date of dispatch of this notice:02/03/2018