Services - 173698-2020

14/04/2020    S73

Belgium-Brussels: Study on Accelerating the Deployment of Guarantees of Origin Schemes for Hydrogen and for the Design of a Voluntary Scheme for Compliance with REDII Targets

2020/S 073-173698

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Fuel Cells and Hydrogen 2 Joint Undertaking
Postal address: TO 56-60
Town: Brussels
NUTS code: BE BELGIQUE-BELGIË
Postal code: 1049
Country: Belgium
E-mail: info.procurement@fch.europa.eu
Internet address(es):
Main address: http://www.fch.europa.eu/
Address of the buyer profile: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6250
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6250
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=6250
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Study on Accelerating the Deployment of Guarantees of Origin Schemes for Hydrogen and for the Design of a Voluntary Scheme for Compliance with REDII Targets

Reference number: FCH / OP /CONTRACT NO. 278
II.1.2)Main CPV code
73000000 Research and development services and related consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of this tender is to:

1) Support further the establishment of an independent and self-sustainable community that will deal with all hydrogen certification issues (Guarantees of Origin and Target Compliance).

2) Support and accelerate the establishment of harmonised and mutually recognised Guarantees of Origin Schemes for renewable and non-renewable hydrogen across Members States while ensuring compliance to article 19 of the REDII (Directive (EU) 2018/2001 on the promotion of the use of energy from renewable sources).

3) Design of a hydrogen certification system that is able to demonstrate compliance with targets of REDII on the share of renewables following the specific requirements that are applicable in each case.

4) Engage in communication and outreach activities with hydrogen consumers, traders and policy makers with the aim of increasing the usage of GOs, thereby adding to their market value.

II.1.5)Estimated total value
Value excluding VAT: 1 500 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: BE BELGIQUE-BELGIË
II.2.4)Description of the procurement:

See internet address provided in Section I.3).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
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: yes
Identification of the project:

Horizon 2020.

II.2.14)Additional information

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:

See internet address provided in Section I.3).

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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See internet address provided in Section I.3).

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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 participate
Date: 03/07/2020
Local time: 17:00
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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 08/07/2020
Local time: 11:00
Place:

Avenue de la Toison d'Or 56/60, 1060 Brussels, Belgium, FCH 2 JU premises — 4th floor.

Information about authorised persons and opening procedure:

A maximum of two representatives per tender can attend the opening of tenders. For organisational and security reasons, the tenderer must provide the full name of the representatives at least 3 working days in advance to: info.procurement@fch.europa.eu.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

See internet address provided in Section I.3).

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: rue du Fort Niedergrunewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 43032100
Internet address: http://curia.europa.eu/
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

See internet address provided in Section I.3).

VI.5)Date of dispatch of this notice:
07/04/2020