We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

There are some bugs affecting the way eForms notices are displayed. We are working on solving the problem. In the meanwhile, please check our dedicated page for more information and guidance.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 49864-2023

25/01/2023    S18

France-Puteaux: Engineering services

2023/S 018-049864

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: 23039
II.1.2)Main CPV code
71300000 Engineering services
II.1.3)Type of contract
Services
II.1.4)Short description:

This Contract Notice is a Mirror of a Contract Notice published on TendersElectronic Daily.

This survey campaign is to carry out maintenance survey work along the length ofthe IFA2000 (44.5km) and IFA2 (204km) cables respectively. The intention is toexamine changes in the seabed, rock protection and identify any exposed cable.

This survey is divided into 5 specifications with different entities being responsiblefor each section:

1. IFA2000 UK Nearshore Survey - (responsible entities are NGIL and RTE)

2. IFA2000 DC Offshore Cable Survey - (responsible entity is NGIL)

3. IFA2000 French Nearshore Survey - (responsible entity is NGIL)

4. IFA2 DC Cable Survey - (responsible entities are NGIFA2 Ltd and RTE)

5. IFA2 UK AC River Survey - (responsible entity is NGIFA2 Ltd)

To register your interest in this procurement event and to obtain the pre-qualification documentation applicants are to email Amy.Palmer@nationalgrid.com using the wording 'Registering Interest for IFA2000 and IFA2 Survey

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
71351210 Geophysical consultancy services
71352300 Magnetometric surveying services
71354400 Hydrographic services
II.2.3)Place of performance
NUTS code: FR France
NUTS code: UK United Kingdom
II.2.4)Description of the procurement:

Marine geophysical survey including, but not limited to:

• Multi-beam echo-sounder (MBES) survey

• Side-scan sonar (SSS) survey

• Gradiometer survey

• Geophysical Survey reporting and charting

• Data delivery including GIS formats

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: 12
This contract is subject to renewal: no
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: no
II.2.11)Information about options
Options: yes
Description of options:

To be confirmed during Tender.

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:

See PQQ documentation

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

See PQQ documentation

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

See PQQ documentation

Minimum level(s) of standards possibly required:

See PQQ documentation

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: 20/02/2023
Local time: 13:00
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: 4 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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:
20/01/2023