Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Study on Hydrogen in Ports and Industrial Coastal Areas
Reference number: FCH / OP / Contract 300
II.1.2)Main CPV code73000000 Research and development services and related consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The subject of this call for tenders is the delivery of a study covering the following set of tasks:
Task 1: Assessment of the hydrogen demand in ports and industrial coastal areas;
Task 2: Build a European hydrogen ports roadmap;
Task 3: Derive economic forecasts on the possible business models and conditions needed for the transition to renewable hydrogen in ports;
Task 4: Develop case studies preparing projects concepts on hydrogen supply and use in ports;
Task 5: Provide the Research and Innovation (R&I), regulation, codes and standards standards (RCS), policy and regulatory activities needed for a faster uptake of renewable hydrogen at ports and coastal areas;
Task 6: Create the momentum by gathering the ports stakeholders under a network of organisations with common interests on a longer-term perspective to progress forward and assemble/centralise individual-port hydrogen roadmaps into a Europe-wide hydrogen ports’ backbone.
II.1.5)Estimated total valueValue excluding VAT: 600 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: BE Belgique / België
II.2.4)Description of the procurement:
See internet address provided in section I.3).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 600 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 26
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:
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:
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).
III.2.3)Information about staff responsible for the performance of the contractObligation 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 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: 18/06/2021
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 21/06/2021
Local time: 11:00
Place:
Premises of the FCH 2 JU — Avenue de la Toison d'Or 56-60, 1060 Brussels Belgium. In view of circumstances, opening session may also be held digitally.
Information about authorised persons and opening procedure:
A maximum of two representatives per tender can attend the opening of tenders. For organisational and/ or security reasons, the tenderer must include in the request to participate to the opening 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 recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
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:29/04/2021