Supply of 30MW PEM Electrolyzer module, BoS and optimized for operation on a platform at sea

This procedure is in the continuation of a previous one referenced 2023/S 181-565305. This Market notice aims at qualifying candidates as per Innovative partenership agreement based on European procedure to select a partner as supplier for a “ 30 MW PEM Electrolyzer supply optimized for operation on a platform at …

CPV: 24111600 Hydrogen, 31100000 Electric motors, generators and transformers, 31200000 Electricity distribution and control apparatus
Place of execution:
Supply of 30MW PEM Electrolyzer module, BoS and optimized for operation on a platform at sea
Awarding body:
EDF Renouvelables
Award number:

1. Buyer

1.1 Buyer

Official name : EDF Renouvelables
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Supply of 30MW PEM Electrolyzer module, BoS and optimized for operation on a platform at sea
Description : This procedure is in the continuation of a previous one referenced 2023/S 181-565305. This Market notice aims at qualifying candidates as per Innovative partenership agreement based on European procedure to select a partner as supplier for a “ 30 MW PEM Electrolyzer supply optimized for operation on a platform at sea” by late December 2025 on Hyode project. The development of hydrogen production from renewable electricity is an important part of France and Europe's decarbonization plan. Considering the expected volumes of hydrogen, all decarbonized electricity sources - including offshore wind energy - must be utilized. In this context, EDF Renewables aims to develop an innovative solution through EU innovation partnership procedure, involving hydrogen production by electrolysis at sea, the storage and transportation of the produced hydrogen by ship to the port, thereby giving a significant boost to an emerging industrial sector. The power supply will be provided by the contracting entity. The contracting authority informs candidates that a portion of the innovation funds has been secured, allowing the Hyode project to progress. As an overview, the Hyode project is divided into 3 lots with COD planned by Q1 2031. The present procedure only focuses on the Lot 2 as per below: • Lot 1: Fixed hydrogen production platform at sea including the transfer solution from the platform to the gaseous hydrogen transport ship (partnership already secured by contract) • Lot 2: Supply of 30MW PEM Electrolyzer module, BoS and optimized for operation on a platform at sea (to become subcontractor of Lot 1 during FEED phase) • Lot 3: Gaseous hydrogen transport ship meeting the constraints of the platform and the port intended to receive the gaseous hydrogen and compatible with the transfer system from the production platform (partnership already secured by contract) For information: EDF Renouvelables announces a change in its company name to EDF power solutions, effective from 15th of September 2025
Procedure identifier : f28226c2-a108-41fb-8a01-0b8b5507a724
Type of procedure : Innovation partnership
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24111600 Hydrogen
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Additional classification ( cpv ): 31200000 Electricity distribution and control apparatus

2.1.2 Place of performance

Country : France
Anywhere in the given country
Additional information : North of France

2.1.4 General information

Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Purely national exclusion grounds : In accordance with regulations related to the duty of vigilance and national or local legislation regarding the fight against corruption, money laundering, and the financing of terrorism applicable to the business relationship with the EDF group, each candidate must declare and sign a commitment regarding compliance requirements (declaration accessible on the Purchasing portal at the time of application). Each candidate must provide a sworn declaration to justify that they do not fall into any of the cases mentioned in Articles L. 2141-1 to L. 2141-5 (mandatory exclusions) and L. 2141-7 to L. 2141-11 of the Public Procurement Code (exclusions at the buyer's discretion). This declaration must be produced by individual candidates and by each member of a candidate grouping and, where applicable, by the proposed subcontractors. Each candidate must certify that they are not in any of the situations provided for by Regulation No. 2022/576 of April 8, 2022, of the Council of the European Union regarding restrictive measures in light of actions by Russia destabilizing the situation in Ukraine (certificate accessible on the Purchasing portal upon submission of the application).

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 2 - Supply of 30MW PEM Electrolyzer module, BoS and optimized for operation on a platform at sea
Description : IMPORTANT: please refer to detailed limits of scope and interfaces with Lot 1 (platform) in Annex 1 onto https://pha2.edf.com/ Procurement Notices ref AVIS018997. Lot 2 is the Supply of 30MW PEM Electrolyzer module, BoS and optimized for operation on a platform at sea comprising: - Supply - Integration - Testing - Pre -commissioning plan - Commissioning plan Reminder :This Market Notice follows a previous Notice referenced 2023/S 181-565305, which allowed qualification on Lots 1 and 3 (with Lot 2 still to be qualified). The contracting authority reserves the right to terminate the Partnership Contracts in accordance with the provisions set forth therein and in accordance with Article R. 2172-31 of the Public Procurement Code. Phasing of Lot 2 : - T0 = Launch of Market notice (“Avis de marché”) - T0 + 2 months = Submission of application by candidates - T0 + 3 months: Qualification of maximum 2 candidates (=T1) - T1 + 2 months: signature with EDF Renouvelables (to become EDF power solutions) of 1 or 2 innovation partnership agreements to perform pre-FEED studies with Lot 1 and/or Lot 3 partners (=T2) - T2 + 6 months = selection of one unique Lot 2 partner as Subcontractor fo Lot 1 to move forward until COD - Continuation as electrolyzer subcontractor of Lot 1 partner (plafform) during project operations The partnership agreement related to Lot 2 will consist for the qualified candidate(s) of performing engineering studies (pre-FEED) in close interaction with the Lot 1 (platform) partner to develop a specific offshore electrolysis unit design in accordance with HYODE project specifications.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 24111600 Hydrogen
Additional classification ( cpv ): 31200000 Electricity distribution and control apparatus
Additional classification ( cpv ): 31100000 Electric motors, generators and transformers
Options :
Description of the options : no options

5.1.2 Place of performance

Country subdivision (NUTS) : Nord ( FRE11 )
Country : France
Additional information :

5.1.3 Estimated duration

Start date : 16/03/2026
Duration end date : 15/09/2026

5.1.4 Renewal

Maximum renewals : 1

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes
Additional information : EDF Renouvelables announces a change in its company name to EDF power solutions, effective from 15th of September 2025

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Criteria type: Suitability to pursue the professional activity 1) The candidate companies must provide the elements contained in the DC1 form ( OR letter of application and authorization of the representative by their co-contractors) and DC2 form (OR declaration of the individual candidate or member of the grouping) (or equivalent elements for candidates not established in France as DUME or ESPD). These elements may be provided on plain paper or using the forms available on the Ministry of Finance's website at the following address: https://www.economie.gouv.fr/daj/formulaires-declaration-du-candidat In the case of a response from a candidate in a grouping of companies, each co-contractor must provide a DC2 form (or equivalent elements or DUME/ESPD); the DC1 form will be common to all co-contractors. These documents, certificates, or attestations must be produced in French. 2) The candidate must submit an extract from the relevant register, dated less than three months ago, such as a Kbis extract, or, failing that, an equivalent document or company registration issued by the competent judicial or administrative authority of the candidate's country of origin or establishment. This document must be provided by individual candidates and by each member of a candidate grouping. 3) If the candidate is in judicial recovery, they must provide a copy of the judgment(s) issued to justify that they are authorized to continue their activities during the execution of the contract. This document must be provided by individual candidates and by the members concerned of a candidate grouping. 4) The Candidate must provide certificates issued by the competent administrations and organizations proving that they have fulfilled their tax and social obligations. These certificates must be provided by individual candidates and by each member of a candidate grouping. 5) The candidate must provide civil liability insurance certificates. We also request a description of the nature of the damages and the amount of coverage. 6) Environmental and Social:The Annex 3 –“ simplified compliance questionnaire” duly completed by the company or by each member of the grouping must be submitted using the template provided on the following site: https://pha2.edf.com/ Procurement Notice ref AVIS018997. 7) (optional) The Net-Zero Industry Act: a short explanation about your assessment whether applicable or not in your case for this Lot 2 call for interest, and stating if capability to mobilize a counsel if required on this subject Minimum requiements: - Submission of items 1 ,2, 3 (if applicable) and 4 - Submission of item 6 “Environmental and Social” through the compliance questionnaire
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : Criteria type: Economic and Financial standing Candidates who are unable to present the requested references may justify their financial capacity by any other means. If applicable, candidates will also provide: balance sheets or extracts from balance sheets, appropriate bank statements, or, if necessary, proof of relevant professional risk insurance. In cases where the candidate requests consideration of the capacities of other companies, particularly in the case of subcontracting or reliance on the capacities of the parent company, they must justify these capacities and demonstrate that they will be available throughout the execution of the contract by providing either a contract or a binding written commitment from these third-party companies. 1) The company or each member of the grouping must submit a presentation of its structure, organization, and, in the case of a subsidiary, must indicate the name of its parent company and its shareholding. 2) The company or each member of the grouping must present financial reports for the last three fiscal years attesting to its financial sustainability: If, given the date of establishment of the company, the candidate does not have all the information, they must provide equivalent justifications (the absence of information is disqualifying). 3) The company or each member of the grouping must present a financial analysis conducted by an independent rating agency, such as Credit Safe, Altares, or D&B, or must present a rating from the Banque de France dated less than one year ago, with a rating of at least 4 (reference rating from Banque de France or equivalent). If 50% or more of the company or a member of the grouping is owned by a third-party company, or if this third-party company holds 50% or more of the voting rights, or if more than half of its members are on the management committee of the company of the member of the grouping, then this parent company must provide all necessary justifications for the evaluation of economic and financial capacity as indicated above in 2) and 3). 4) The candidate must demonstrate their organizational and financial capacity to seek grants or public funding to alleviate the Devex/Capex/Opex of the project subject to this Market Notice. 5) Proof of relevant professional risk insurance; in the case of a grouping, the lead contractor must provide for an extension of coverage that will cover their solidarity as well as the special missions entrusted to them. 6) Financing capability: - Participation in innovative programs or funding initiatives. - Internal funding capabilities or potential financial partners for the HYODE project. Optional: 7) (Bonus) Price estimation for Engineering studies for pre-FEED and FEED 8) (Bonus) A description of the local industrial interfacing with the candidate for the execution of the works (partnerships, suppliers, subcontractors) 9) (Bonus) the candidate's principal agreement to establish "SME Pacts" (Small and Medium size Enterprises) and an example of such an implementation in the past would be a plus Minimum requirements: - Only candidates that have submitted the last three closed financial reports (income statements and balance sheets for 2022/2023/2024 or the last three available as of the date of this market notice) for themselves or for each member of the grouping may submit bids. If, given the date of establishment of the company, the candidate does not have all the information, they must provide equivalent justifications (the absence of information is disqualifying). - Only candidates that have submitted a financial rating for themselves or for each member of the grouping (when applicable). - Market value estimation shall not exceed more than 30% of the candidate’s last annual turnover
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified deliveries
Description : Criteria type: Technical and professional ability In accordance with Article L.2142-1 of the Public Procurement Code (CCP), the technical and professional capacities required must be necessary for the execution of the contract. These participation conditions are related and proportionate to the object of the contract or its execution conditions. 1. References and Experience - Offshore hydrogen project references, including a description of the work performed and results achieved, with year land location if possible (possible keep your client anonymous) - Track record of delivered electrolysis technologies and specific qualifications for offshore applications 2. Technology Development - Technology roadmap for offshore hydrogen production. - Risk and gap analysis for offshore applications for the proposed technology - Intellectual property and sell strategy (project or product oriented) - Certification/testing philosophy 3. Typical Offshore Modular Design ("technical proposal") Please refer to scope interfaces and limits explained in Annex 1 “Hyode_LOT2_Scope_ AvisMarche” to be downloaed on https://pha2.edf.com/ procurement notice ref AVIS018997 For a production capacity of 0.63 t/h of offshore hydrogen produced, vendor to provide; - General Arrangement: Dimensions, weight, and preliminary layout (Plot Plan), number, size and weight of modules + center of gravity - Energy and Utility Consumption: Water, cooling, air, nitrogen, etc - Minimum performance and operating envelope including but not limited to turndown/ramp-up rates and timing, start-up, SEC etc. - Typical single line diagram (SLD) and preliminary load list including major consumer (voltage and power consumption) - Safety: Safety concept and compliance with HSE standards + ventilation strategy associated to H2 accumulation risk - Air conditioning system for heat dissipation and marine conditions - Certification: relationship and work reviewed by certification authorities - Maintenance: Offshore maintenance strategy, including stack replacement (restack) and handling requirements (weight and size of stacks, lay down area and type of vessel required to realized the recovery of old stacks and the delivery of new one). - Fabrication Methodology: Delivery timeline /LLI, potential fabrication/assembly yards, and associated planning - Transportation logistics: To and From the Platform 4. If any consortium, please specify scopes and roles distribution 5. Technical appendix Please refer to Annex 2 “HYODE Questionnaire_Electrolyser” to be duly filled-in (see on https://pha2.edf.com/ procurement notice ref AVIS018997°) 6. Schedule - Forecasted planning of pre-FEED engineering studies - High-level schedule (Level 1) for the FEED phase, EPC phase, and major maintenance activities (e.g., stack replacement) - Long lead items identification 7. Quality and HSE - Quality Policy and any quality management system - HSE Policy and any proof of HSE related resources and tools 8. Risks and Opportunities - Identification of technical, economic, and operational risks, along with mitigation strategies 9. Scalability: - Provide any information demonstrating capacity to supply for larger scale and similar offshore project - Capability to be upscaled above 500MW (design and fabrication) 10. Commitments and Added Value - Vendor’s Differentiating factors and added value of the proposed solution 11. Resources - Indication or forecast of resources for pre-FEED, FEED, fabrication and execution of the project - Vendor Capability / Operational Experience: - Number of plants in operation /Installed capacity per plant (MW) and number units / locations - Vendor Electrolyzer production capacity (existing, planned) 12. Bonus: French speaking capability A declaration indicating the ability to conduct (if required) follow-up meetings on the execution of the works in French and to write, analyze, and submit documentation in French is a plus Minimim requirements : - Submission of item 3 Typical technical proposal as described in the above item 3 and as per Annex 1 “Hyode_LOT2_Scope_ AvisMarche” - Submission of item 4 If any consortium, please specify scopes and roles distribution - Submission of item 5 “Questionnaire” using Annex 2 “HYODE Questionnaire_Electrolyser” to be duly filled-in - Submission of item 7 “Quality & HSE” - Submission of item 11 “Resources” (workforce and capabilities)
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 1
Maximum number of candidates to be invited for the second stage of the procedure : 2
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Cost
Description : Cost is not the only award criteria
Criterion :
Type : Price
Description : Price is not the only award criteria
Criterion :
Type : Quality
Description : Quality is not the only award criteria

5.1.11 Procurement documents

Address of the procurement documents : https://pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : https://pha2.edf.com/
Languages in which tenders or requests to participate may be submitted : French, English
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Allowed
Description of the financial guarantee : If required, the conditions related to financial guarantees will be presented in the innovation partnership agreement after qualification. EDF Renouvelables reserves the right to request the following guarantees, all as 1st demand: - Advance payment bank guarantee for the refund of the deposit (if applicable) covering the amount of the deposit that may be paid to the candidate upon signing the contract; - Bank guarantee for proper execution upon first request covering the entire duration of the contract execution; - Parent company guarantee. However, if the candidate is not a subsidiary or if the parent company is unable to provide a parent company guarantee, the candidate must provide a bank guarantee issued by an institution/bank approved by tenderer. The candidate and the issuing institution of the bank guarantee must regularly provide updates of their accounts and financial reports until the end of the guarantee period. The candidate must specify if they are unable to provide one or more of these guarantees if they are indeed required for the contract execution (studies and later for supply).
Deadline for receipt of requests to participate : 03/11/2025 16:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : Contractual conditions will be discussed and specified in the innovation partnership agreement after qualification
A non-disclosure agreement is required : yes
Additional information about the non-disclosure agreement : NDA will be required when candidate will access the portal to download documents and submit application on https://pha2.edf.com/ For candidates that already signed an appropriate NDA with EDF Renouvelables, there will be a possibility for them to write a note (reminder) after acceptance of the portal NDA.
Financial arrangement : Own resources of EDF Renouvelables SA, possibly supplemented by grants/public funds (during pre-engineering, pre-FEED, FEED) and bank loans (during construction phase if applicable). Prices are subject to revision according to the provisions set forth in the innovation partnership contracts established between the parties. Payment within 45 days at the end of the month from the receipt of the invoice.

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Mediation organisation : Médiateur du groupe EDF
Review organisation : Tribunal de grande instance de Nanterre
Information about review deadlines : Pre-contractual referral: before the conclusion of the contract. Contractual referral: within 31 days from the publication of the award notice. (see Article 1441-3 and following of the Code of Civil Procedure)
Organisation providing additional information about the procurement procedure : EDF Renouvelables
Organisation providing more information on the review procedures : Tribunal de grande instance de Nanterre
Organisation receiving requests to participate : EDF Renouvelables
Organisation processing tenders : EDF Renouvelables

8. Organisations

8.1 ORG-0001

Official name : EDF Renouvelables
Registration number : 226 755 000
Department : Procurement Dept.
Postal address : 43 Boulevard des BOUVETS CS 90310
Town : NANTERRE CEDEX
Postcode : 92741
Country subdivision (NUTS) : Hauts-de-Seine ( FR105 )
Country : France
Telephone : 0033601462430
Internet address : www.edf-renouvelables.com
Information exchange endpoint (URL) : https://pha2.edf.com
Buyer profile : https://pha2.edf.com
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Médiateur du groupe EDF
Registration number : 552 081 317 T
Postal address : TSA 50026
Town : Paris CEDEX 08
Postcode : 75 804
Country subdivision (NUTS) : Paris ( FR101 )
Country : France
Telephone : +33 (0)1 40 42 22 22
Roles of this organisation :
Mediation organisation

8.1 ORG-0003

Official name : Tribunal de grande instance de Nanterre
Registration number : 177 801 115 00151
Postal address : 179-191 avenue Joliot Curie
Town : Nanterre
Postcode : 92020
Country subdivision (NUTS) : Hauts-de-Seine ( FR105 )
Country : France
Telephone : +33 140971010
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : c3796cdb-cc91-4664-afcc-ebd3e55b2998 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/09/2025 10:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00602918-2025
OJ S issue number : 177/2025
Publication date : 16/09/2025