Services - 381153-2022

13/07/2022    S133

France-Puteaux: Engineering services

2022/S 133-381153

Contract notice – utilities

Services

Legal Basis:
Directive 2014/25/EU

Section I: Contracting entity

I.1)Name and addresses
Official name: RTE Réseau de Transport d’Electricité
Postal address: 7C place du Dôme
Town: Puteaux
NUTS code: FR105 Hauts-de-Seine
Postal code: 92800
Country: France
Contact person: Alexandre BOBINET
E-mail: alexandre.bobinet@rte-france.com
Telephone: +33 141022430
Internet address(es):
Main address: www.rte-france.com
Address of the buyer profile: https://rte-france.bravosolution.com
I.3)Communication
Access to the procurement documents is restricted. Further information can be obtained at: https://rte-france.bravosolution.com
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://rte-france.bravosolution.com
Tenders or requests to participate must be submitted to the abovementioned address
I.6)Main activity
Electricity

Section II: Object

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

Framework contract for offshore geophysical studies on submarine cable routes

Reference number: 22718
II.1.2)Main CPV code
71300000 Engineering services
II.1.3)Type of contract
Services
II.1.4)Short description:

RTE, the French electricity transmission system operator, is responsible for the development, construction and operation of the connection of offshore wind farms to the public terrestrial transmission system and interconnections.

In this context, RTE wishes to carry out geophysical surveys along the submarine cables, approximately one year after commissioning, in order to check their level of burial, the stability of the protections, and to monitor sedimentary movements.

The project concerns: 6 connections of offshore wind farms in the Manche and Atlantic, 4 connections of floating wind farms in the Mediterranean and Atlantic and 2 interconnections between France and the United Kingdom.

The service includes surveys on the connections of various wind farms such as Saint Nazaire, Fécamp, Courseulles and Saint Brieuc, offshore, nearshore and on the landing part.

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
71300000 Engineering services
71350000 Engineering-related scientific and technical services
71351000 Geological, geophysical and other scientific prospecting services
II.2.3)Place of performance
NUTS code: FR France
II.2.4)Description of the procurement:

- Carry out geophysical surveys offshore and nearshore (bathymetric surveys (MBES) and lateral sonar (SSS));

- Carry out a topographic survey at landfall;

- Compare with previously conducted boreholes/surveys;

- Provide GIS data and associated plans;

- Write the operational and factual report.

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
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: yes
Description of renewals:

Twice 1 year

II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 5
II.2.10)Information about variants
Variants will be accepted: yes
II.2.11)Information about options
Options: yes
Description of options:

- Carry out underwater inspections of cables at the foot of the platform;

- Carrying out dynamic cable inspections and cleaning if necessary;

- Carry out extended corridors on portions of the cable route;

- Any additional options necessary for the proper execution of the services.

II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
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:

The candidate must send with his application for participation :

Candidate established in France :

-Transmission of the unique identification number (SIREN) issued by INSEE, or an identification card proving registration in the trade register (original or copy) dating from less than 3 months before the deadline for responses or a receipt for the declaration filed with a centre for business formalities for legal entities or individuals in the process of registration.

Candidate established outside France:

-Document issued by the authorities holding the professional register or an equivalent document certifying this registration or a document dated less than 3 months from the authority authorised to receive the registration in the professional register and certifying the application for registration in the said register;

-A document stating the applicant's identity and address or, where appropriate, the details of the applicant's tax representative in France

For all applicants:

-The documents provided for in the following articles of the Labour Code, and dating from less than 6 months ago: - R. 1263-12 (seconded workers), - D.8222-5 or D 8222-7 (certificate of payment of social security contributions, tax certificate), - D. 8254-2 to D. 8254-5 (nominative list of foreign employees).

-In the event of an application to the call for tenders by a group of companies, the documents required to respond to the tender must be provided by each member of the group. The representative of the grouping must submit a bid signed by all the members of the grouping. RTE reserves the right to ask the grouping to transform itself into a joint venture or with a joint representative when the contract is awarded, insofar as this transformation is necessary for the proper performance of the contract. Except in the cases provided for in article R. 2142-26 of the Public Order Code, the composition of the grouping applying for a call for competition may not be modified.

-A signed and dated declaration on honour certifying that - That the candidate is not in the cases of prohibition to tender mentioned in articles L.2141-1 to L.2141-5 of the Public Order Code or equivalent for foreigners (certificate of payment of taxes and contributions or social security contributions That it is in compliance with articles L. 5212-1 to L. 5212 11 of the Labour Code concerning the employment of disabled workers;

These are, without being exhaustive:

-defects of regularity with regard to social or fiscal obligations, noted either by a judge, or by the administrations responsible for collecting taxes, contributions and social security contributions, or by the labour inspection services and similar services;

-statements of compulsory liquidation, bankruptcy or legal redress which do not justify the right to continue the activities for the foreseeable duration of the performance of the public contract, recorded by the commercial court

-violation of the rules relating to the fight against illegal employment, recorded by the labour inspectorate and similar services or reported by the latter to the representatives of the State.

In the event of a conflict of interest, the candidate undertakes to provide evidence of his irrefutable independence in relation to the consultation in question.

III.1.2)Economic and financial standing
Minimum level(s) of standards possibly required:

- Prove a turnover of more than €4M for at least one of the previous 3 financial years and provide financial reports (Balance Sheets and Profit and Loss Accounts);

- Provide the proportion of turnover corresponding to the activity, the object of the proposed service, for the previous 3 years

- Provide a brief history of the company and an organisation chart (specifying the number of people employed);

- Present itself in a legal form that allows a clear assessment of its resources, organisation and division of responsibilities;

- Provide full details of the group structure, if the applicant is a subsidiary or member of a group

- Provide the insurance certificate

- Provide professional indemnity or equivalent

III.1.3)Technical and professional ability
List and brief description of selection criteria:

E2 Experience of previous surveys in Atlantic coast / Channel area (geophysical scope) for the past 5 years

E3 Experience of previous surveys in Mediterranean sea (geophysical scope) for the past 5 years

E6 Experience in MBES / SSS data comparison from different survey campaigns in order to detect and mesure a change cable of depth or burial, and characterize seabed mobility

E7 Experience in dynamic cable inspection / umbilical

E9 Does your company have a Quality manual or equivalent

E10 Valid ISO 14001 certification

E11 Valid ISO 45001 certification

E12 Does your company have an HS&E manual or equivalent?

E13 Do you have in your organisation chart a company HS&E director?

E14 Is HS&E a requirement in your subcontractor selection and management process?

E15 Over the past 5 years, has your Company been awarded for an outstanding Health, Safety and/or Environmental initiative on Projects?

E16 "Please provide details of your group structure including details of the ultimate parent company.

E17 Please provide the past 5 years Safety and Environment performance metrics.

Minimum level(s) of standards possibly required:

E1 Ability to have at least one French speaking personnel for communication with third parties (authorities, fishermen, …)

E4 Experience in MBES acquisition for cable survey (length, corridor, resolution) for the past 5 years

E5 Experience in SSS acquisition for cable survey (length, corridor, resolution) for the past 5 years

E8 Valid ISO 9001 certification

III.1.6)Deposits and guarantees required:

Deposits or bank guarantees may be required and will be indicated in the consultation file.

III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

Financing from own resources. Payment within 49 days from the date of issue of the invoice (except for specific regulations in terms of payment terms relating to the activity).

III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

RTE reserves the right to ask the grouping to be transformed into a joint venture or with a joint representative when the contract is awarded, insofar as this transformation is necessary for the proper performance of the contract.

In the case of an application by a grouping, all the documents requested in III.1.1) to III.1.3) must be supplied by each of its members.

Except in the cases provided for in Article R.2142-26 of the Public Procurement Code, the composition of the grouping applying for a call for competition may not be changed between the date of submission of applications and the date of signature of the contract.

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Negotiated procedure with prior call for competition
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 03/08/2022
Local time: 14:00
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:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
VI.3)Additional information:

Pre-contractual referral provided for in Articles 5 et seq. of Ordinance No. 2009-515 of 7 May 2009 on the review procedures applicable to public procurement contracts. The appeal must be lodged before the contract is concluded.

Contractual referral provided for in Articles 11 et seq. of Ordinance No. 2009-515 of 7 May 2009 on the review procedures applicable to public procurement contracts.

The appeal must be lodged at the latest on the thirty-first day following the publication in the Official Journal of the European Union of the contract award notice or, for contracts based on a framework agreement or a dynamic purchasing system, following the notification of the conclusion of the contract.

In the absence of publication of the notice or notification, the court may be seised until the expiry of a period of six months from the day following the day of conclusion of the contract pursuant to Article 1441-3 of the Code of Civil Procedure.

VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal Judiciaire de Nanterre
Postal address: 179-191, avenue Joliot-Curie
Town: Nanterre Cedex
Postal code: 92020
Country: France
Telephone: +33 140971010
Fax: +33 147243161
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Tribunal Judiciaire de Nanterre
Postal address: 179-191, avenue Joliot-Curie
Town: Nanterre Cedex
Postal code: 92020
Country: France
Telephone: +33 140971010
Fax: +33 147243161
VI.5)Date of dispatch of this notice:
08/07/2022