1. Buyer
1.1.
Buyer
Official name: EXPERTISE FRANCE
Legal type of the buyer: Organisation awarding a contract subsidised by a central government authority
Activity of the contracting authority: Economic affairs
2. Procedure
2.1.
Procedure
Title: Consulting services for the feasibility studies of an Ocean Thermal Energy Conversion system (OTEC) in The Bahamas
Description: Conduct a comprehensive technical pre-feasibility study for the development of OTEC technology in the Bahamas, with the potential integration of synergistic applications. This first phase of the pre-feasibility study will provide the Government of the Bahamas, stakeholders in the EUROCLIMA+ program, development partners, and potential investors with an evidence-based analysis to support informed decision-making regarding the deployment of OTEC as a pathway to energy security, climate resilience, and sustainable development.
Procedure identifier: 527fa8b2-a52d-43b4-ae80-a456241af32a
Internal identifier: 26-AOO-S021
Type of procedure: Open
The procedure is accelerated: no
2.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 90713000 Environmental issues consultancy services
2.1.2.
Place of performance
Country subdivision (NUTS): Paris (FR101)
Country: Bahamas
2.1.3.
Value
Maximum value of the framework agreement: 350 000,00 EUR
2.1.4.
General information
Legal basis:
Directive 2014/24/EU
2.1.6.
Grounds for exclusion
Sources of grounds for exclusion: Procurement Document
5. Lot
5.1.
Lot: LOT-0001
Title: Consulting services for the feasibility studies of an Ocean Thermal Energy Conversion system (OTEC) in The Bahamas
Description: Conduct a comprehensive technical pre-feasibility study for the development of OTEC technology in the Bahamas, with the potential integration of synergistic applications. This first phase of the pre-feasibility study will provide the Government of the Bahamas, stakeholders in the EUROCLIMA+ program, development partners, and potential investors with an evidence-based analysis to support informed decision-making regarding the deployment of OTEC as a pathway to energy security, climate resilience, and sustainable development.
5.1.1.
Purpose
Main nature of the contract: Services
Main classification (cpv): 90713000 Environmental issues consultancy services
5.1.2.
Place of performance
Country subdivision (NUTS): Paris (FR101)
Country: Bahamas
5.1.3.
Estimated duration
Duration: 15 Months
5.1.5.
Value
Estimated value excluding VAT: 35 000,00 EUR
5.1.6.
General information
Reserved participation:
Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA): yes
5.1.9.
Selection criteria
Sources of selection criteria: Procurement Document
5.1.10.
Award criteria
Criterion:
Type: Price
Name: Prices of services
Description: The financial score (FS, out of a maximum of 20 points) will be based on the comparison of the financial offers submitted by all tenderers whose bids are deemed compliant with the tender requirements. Tenderers shall submit a comprehensive financial offer covering: - the fixed prices related to the delivery of all services, activities, and deliverables required under the Terms of Reference; - where applicable, an estimated maximum budget for reimbursable expenses that may be required during the implementation phase of the assignment. These reimbursable expenses are considered an integral part of the Contractor's Financial Offer and, as such, may not result in any change to the amount stated in the financial offer. Reimbursable expenses may include, but are not limited to: - rental of vessels; - oceanographic or technical equipment; - field logistics; - transportation; - other operational expenses directly linked to the implementation of the services. Such reimbursable expenses: - must be clearly identified as a separate budget line in the financial offer (Reimbursable costs); - shall be expressed as a maximum estimated amount; - will only be reimbursed on the basis of actual costs incurred; - must be supported by appropriate documentary evidence (including invoices, receipts, and any other relevant supporting documents); - may require prior approval by the Contracting Authority before being incurred. The inclusion of estimated reimbursable expenses shall not be interpreted as a guaranteed commitment of expenditure by the Contracting Authority. Reimbursement will be limited to actual justified costs necessary for the proper implementation of the contract.
Criterion:
Type: Quality
Name: Technical offer
Description: Criteria for assessing the technical quality Maximum number of points: 80 Sub-criterion 1: Relevance and clarity of the understanding of the project context and challenges, as demonstrated through the proposed services, the methodological approach, and the overall organisation of the assignment, assessed with regard to the Description of the proposed services and Methodology and understanding of the context : /35 Understanding of the specific project context, including objectives, complexity, integrated approach (SWAC, SWRO, Data centres, etc.), stakeholders, etc : /10 Appropriateness and clarity of the methodological approach proposed for the Phases 1 and 2 : /10 Appropriateness and clarity of the methodological approach proposed for Phase 3: /5 Appropriateness and clarity of the methodological approach proposed for optional phases (Phases 4 et 5) : /5 Coherence and adequacy of the overall organisation of the assignment (coordination, reporting, quality assurance) : /5 Sub-criterion 2: Quality and relevance of the proposed team and consortium/company experience, as demonstrated through team composition, expert profiles, and past references in delivering similar assignments, assessed with regard to the Proposed team and resources and Relevant experience : /35 Expertise and qualifications of the proposed team (balance of senior/junior, OTEC specialist, oceanografic measurement specialist, SWRO/SWAC specialists, financial expertise, legal and EetS expertise, etc.) : /15 Relevance of past company references for similar assignments : /15 Inclusion of local or regional expertise and demonstrated understanding of The Bahamas or Caribbean context : /5 Sub-criterion 3: Timeliness, coherence, and feasibility of the proposed delivery schedule with regard to the Work plan and schedule : /5 Sub-criterion 4: Relevance and completeness of the proposed solution, assessed with regard to the Compliance Matrix : /5 TOTAL: /80
5.1.11.
Procurement documents
5.1.12.
Terms of procurement
Terms of submission:
Electronic submission: Required
Languages in which tenders or requests to participate may be submitted: English
Electronic catalogue: Not allowed
Variants: Not allowed
Deadline for receipt of tenders: 08/06/2026 16:00:00 (UTC+02:00) Eastern European Time, Central European Summer Time
Duration during which the tender must remain valid: 120 Days
Terms of contract:
The execution of the contract must be performed within the framework of sheltered employment programmes: No
Electronic invoicing: Allowed
Electronic ordering will be used: no
Electronic payment will be used: yes
5.1.15.
Techniques
Framework agreement:
Framework agreement, without reopening of competition
Maximum number of participants: 1
Information about the dynamic purchasing system:
No dynamic purchase system
5.1.16.
Further information, mediation and review
Review organisation: Tribunal Judiciaire
Information about review deadlines: A pre-contractual motion for interim relief may be filed from the start of the procurement procedure until the contract is signed; An action for full relief challenging the validity of the contract or certain severable provisions thereof may be filed within two months of the publication of the award notice. An application for interim relief may be filed within 31 days of the publication of the award notice. If no such notice has been published, the matter may be brought before the court until the expiration of a six-month period beginning the day after the contract is concluded
Organisation providing additional information about the procurement procedure: EXPERTISE FRANCE
Organisation providing more information on the review procedures: Tribunal Judiciaire
8. Organisations
8.1.
ORG-0001
Official name: EXPERTISE FRANCE
Registration number: 80873479200035
Postal address: 40 boulevard Port Royal
Town: PARIS
Postcode: 75005
Country subdivision (NUTS): Paris (FR101)
Country: France
Telephone: +33 170827428
Roles of this organisation:
Buyer
Organisation providing additional information about the procurement procedure
8.1.
ORG-0002
Official name: Tribunal Judiciaire
Registration number: 17750111101763
Town: PARIS
Postcode: 75859
Country subdivision (NUTS): Paris (FR101)
Country: France
Contact point: GREFFIER
Telephone: 0144325151
Roles of this organisation:
Review organisation
Organisation providing more information on the review procedures
8.1.
ORG-0000
Official name: DEMATIS
Registration number: 45072478600030
Town: Paris
Postcode: 75015
Country subdivision (NUTS): Paris (FR101)
Country: France
Telephone: +33 172365548
Roles of this organisation:
TED eSender
Notice identifier/version: e5001943-27f6-46a7-9217-a05e823969d3 - 01
Form type: Competition
Notice type: Contract or concession notice – standard regime
Notice subtype: 16
Notice dispatch date: 11/05/2026 01:00:02 (UTC+02:00) Eastern European Time, Central European Summer Time
Languages in which this notice is officially available: French
Notice publication number: 324016-2026
OJ S issue number: 91/2026
Publication date: 12/05/2026