Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Франции


Advisory and consultative engineering services (Франция - Тендер #41476194)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Франция (другие тендеры и закупки Франция)
Организатор тендера: RTE Réseau de Transport d"Electricité
Номер конкурса: 41476194
Дата публикации: 05-05-2023
Сумма контракта: 2 951 422 184 (Российский рубль) Цена оригинальная: 50 000 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023050220230525 10:00Utilities entityContract noticeServicesNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderElectricity01G0501
  1. Section I
    1. Name and addresses
      RTE Réseau de Transport d"Electricité
      7C Place du Dôme
      Puteaux
      92800
      France
      Telephone: +33 787454416
      E-mail: shania.osiris@rte-france.com
    2. Joint procurement
    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 addresselectronically via: https://rte-france.bravosolution.com
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Electricity
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Quality operational support - Quality Control Monitoring and Documentation control

        Reference number: 23020
      2. Main CPV code:
        71318000
      3. Type of contract:
        Services
      4. Short description:

        RTE has implemented a quality management system (QMS) dedicated to its specific projects: offshore grid connexion and interconnexion projects, led by the DIIREM (Direction Ingénierie des Interconnections et du Réseau En Mer).

        The purpose of this framework agreement is to provide RTE with Quality assistance and control on part of the Works delivered by the EPCI Contractors such as but not limited to Offshore and Onshore Cables, Converter station contractors, Offshore and Onshore Substations. This framework agreement is divided into 3 lots :

        . Lot 1 - Quality control: Coordination and management

        . Lot 2 - Consulting and outsourcing in quality assurance

        . Lot 3 - Documentation control, documentation consulting and outsourcing

        Number of contractors : 2 to 5 depending on the lot

        It will works in 2 steps :

        1/ Implementation of the framework agreement

        2/ Systematic re-competition of the holders for each need, according to the methods defined in the tender documents.

      5. Estimated total value:
        Value excluding VAT: 50 000 000.00 EUR
      6. Information about lots:
        Tenders may be submitted for: all lots
    2. Description
      1. Title:

        Lot 1 - Quality control Monitoring : Coordination and Management

        Lot No: 1
      2. Additional CPV code(s):
        71731000, 71310000
      3. Place of performance:
      4. Description of the procurement:

        Lot 1 - Quality control: Coordination and management, provides three types of profiles to strengthen the quality monitoring of its suppliers, particularly on the most critical operations in the manufacturing phase.

        Non-exhaustive list :

        Profile A : Inspection Coordinator - the main point of contact of the Contractor for any quality issues regarding manufacturing activities.

        Profile B: Site QC Manager - the main point of contact of the Contractor for any quality issues regarding Manufacturing, Installation, and commissioning activities at construction site (such as Yards).

        Profile C : Resident Inspector - is the main point of contact of the Contractor for any quality issues during the manufacturing surveillance at Factory or a dedicated point of contact of specific task (architecture, mechanical, Electrical or Instrumentation….) for Quality topic at construction sites (such as Yards).

        This lot is assigned to a maximum of 5 Contractors.

        More details are available on the specifications to download on Bravo Solution.

      5. Award criteria:
        Quality criterion - Name: Technical criteria / Weighting: 30%
        Price - Weighting: 70%
      6. Estimated value:
        Value excluding VAT: 34 500 000.00 EUR
      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in days: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Total duration of 8 years : 4 years firm + 2 options of 24 months

      8. Information about the limits on the number of candidates to be invited:
        Envisaged number of candidates: 11
        Objective criteria for choosing the limited number of candidates:

        Following the receipt of applications, a maximum of 11 companies will be admitted to participate in the RFQ stage. In the event that the number of candidates making up the long list exceeds the maximum number of candidates admitted to tender, a selection will be made on the basis of the following criteria :

        - Quality of the references (or equivalences) presented in the Application Response Form / 12 points

        - Relevance of the candidate"s presentation completed in the Application Response Form demonstrating its ability to meet RTE"s needs and expectations /18 points

        The 11 candidates with the highest scores will make up this short list.

      9. Information about variants:
        Variants will be accepted: yes
      10. Information about options:
        Options: no
      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      13. Additional information:

        RTE reserves the right to award the contract on the basis of the initial offers without negotiation.

      14. Title:

        Lot 2 - Quality Assurance consultancy and externalisation

        Lot No: 2
      15. Additional CPV code(s):
        71310000, 79400000
      16. Place of performance:
      17. Description of the procurement:

        Lot 2 - Consulting and outsourcing in quality assurance. In particular case, RTE will ask for an assistance in

        Quality matters such as :

        - Conducting World Wide Quality Audits at Contractors’s premises:

        o manufacturing audits at factories,

        o head offices for project management and procurement activities

        o design and development audit defined as “technical audits”

        o testing laboratories (ISO 17025)

        o storage sites,

        o transport

        o etc.

        - Conducting Quality Management System audits as well as Product Quality audits at suppliers

        - Conducting documentation audits if requested

        Audits shall be performed according to RTE quality and contractual requirements and ISO standards.

        This lot is assigned to a maximum of 2 Contractors.

        More details are available on the specifications to download on Bravo Solution.

      18. Award criteria:
        Quality criterion - Name: Technical criteria / Weighting: 30%
        Price - Weighting: 70%
      19. Estimated value:
        Value excluding VAT: 1 000 000.00 EUR
      20. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Total duration of 8 years : 4 years firm + 2 x 24 months option

      21. Information about the limits on the number of candidates to be invited:
        Envisaged number of candidates: 6
        Objective criteria for choosing the limited number of candidates:

        In the event that the number of candidates constituting the long list is greater than the maximum number of candidates admitted to tender, the selection criteria below will be applied in order to determine the short list of suppliers admitted to participate in the consultation :

        - Quality of the references (or equivalences) presented in the Application Response Form / 12 points

        - Relevance of the candidate"s presentation completed in the Application Response Form demonstrating its ability to meet RTE"s needs and expectations /18 points

        The 6 candidates with the highest scores will make up this short list.

      22. Information about variants:
        Variants will be accepted: yes
      23. Information about options:
        Options: no
      24. Information about electronic catalogues:

      25. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      26. Additional information:

        RTE reserves the right to award the contract on the basis of the initial offers without negotiation.

      27. Title:

        Lot 3 - Documentation Control, documentation consultancy and externalisation

        Lot No: 3
      28. Additional CPV code(s):
        71310000, 72224000, 79411000
      29. Place of performance:
      30. Description of the procurement:

        Lot 3 - Documentation control, documentation consulting and outsourcing. Contractor shall be able to propose three types of profiles as described hereafter :

        Non-exhaustive list

        . Profile A : Documentation Control - responsible of following the documentation process and will monitor any activity related to documentation exchanges within its projects

        . Profile B : Lead Document Controller - responsible of supervising the documentation process and will monitor any activity related to documentation exchanges within its projects

        . Profile C : Document Control consultancy and externalisation : audits against specified framework and assistance

        This lot is assigned to a maximum of 3 Contractors.

        More details are available on the specifications to download on Bravo Solution.

      31. Award criteria:
        Quality criterion - Name: Technical criteria / Weighting: 30%
        Price - Weighting: 70%
      32. Estimated value:
        Value excluding VAT: 14 500 000.00 EUR
      33. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 48
        This contract is subject to renewal: yes
        Description of renewals:

        Total duration of 8 years : 4 years firm + 2 x 24 months option

      34. Information about the limits on the number of candidates to be invited:
        Envisaged number of candidates: 8
        Objective criteria for choosing the limited number of candidates:

        Following the receipt of applications, a maximum of 8 companies will be admitted to participate in the RFQ stage. In the event that the number of candidates making up the long list exceeds the maximum number of candidates admitted to tender, a selection will be made on the basis of the following criteria :

        - Quality of the references (or equivalences) presented in the Application Response Form / 12 points

        - Relevance of the candidate"s presentation completed in the Application Response Form demonstrating its ability to meet RTE"s needs and expectations /18 points

        The 8 candidates with the highest scores will make up this short list.

      35. Information about variants:
        Variants will be accepted: yes
      36. Information about options:
        Options: no
      37. Information about electronic catalogues:

      38. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds: no
      39. Additional information:

        RTE reserves the right to award the contract on the basis of the initial offers without negotiation.

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        The applicant should send with the application form :

        Applicant established in France :

        - an extract of the registration in the trade and company register (K bis form), or an identification card proving registration in the trade register (original or copy) dating back no more than three months to the deadline for responses; or a receipt for the declaration filed with a business formalities centre for legal entities or individuals in the process of registration.

        Candidate established outside France :

        - a document from the authorities holding the professional register or an equivalent document certifying this registration or, for companies in the process of being set up, 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 their identity and address or, if applicable, the details of their one-time tax representative in France

        For all applicants :

        A statement on honour, dated and signed, justifying that it does not fall within any of the cases of prohibition of tendering mentioned in Articles L. 2141-1 to L. 2141-5 of Order No. 2018-1074 of 26 November 2018 relating to the legislative part of the Public Order Code and that it is in order with regard to Articles L. 5212-1 to L. 5212-11 of the Labour Code concerning the employment of handicapped workers ;

        These include, but are not limited to:sentences handed down by a criminal judge for corruption in the broad sense, bribery, influence peddling, illegal interest taking, fraud, breach of trust, forgery, money laundering, participation in a criminal association, for acts of terrorism, for drugs;

        failures to comply with social or fiscal obligations, established either by a judge or by the authorities responsible for collecting taxes, contributions and social security payments, or by the labour inspection services and similar bodies;

        statements of judicial liquidation, bankruptcy or legal redress not justifying the right to continue the activities during the foreseeable period of execution of the public contract, as established by the commercial court; the violation of rules relating to the fight against illegal employment, observed by the labour inspectorate and similar services or reported by the latter to State representatives.

        - In the event of receivership, a copy of the judgment(s) handed down.

        Candidate belonging to the EDF Group or the Caisse des Dépôts et Consignations (CDC) Group In order to ensure compliance with the provisions of Articles L111-10 et seq. of the Energy Code, a candidate controlled directly or indirectly by a company of the EDF Group or CDC must produce in its application file a statement indicating its capital link with one or more companies of the EDF Group or CDC.

        These elements, produced in French, must be provided by the individual candidates, by each member of a candidate group and, where applicable, by the subcontractors presented.

      2. Economic and financial standing:
        List and brief description of selection criteria:

        Provide a balance sheet and profit and loss account (or alternatively an activity report) for the last three financial years demonstrating the solvency of their company.

        Minimum level(s) of standards possibly required:

        Completeness of the application form

      3. Technical and professional ability:
        List and brief description of selection criteria:

        Presentation of the company demonstrating the candidate"s ability to meet RTE"s needs and expectations with regard to the specificities and requirements of each lot specified in the specifications => Completeness of the Application Response Form, including a detailed presentation of 3 similar assignments (or equivalence allowing

        this criterion to be assessed) carried out over the last 24 months for clients relevant to RTE"s constraints and challenges.

        Minimum level(s) of standards possibly required:

        Completeness of the Application Response Form

      4. Information about reserved contracts:
      5. Deposits and guarantees required:

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

      6. 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).

      7. 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 become a joint venture or a grouping with a single trustee when the contract is awarded, insofar as this transformation is necessary for the proper performance of the contract.In the case of a group application, 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.

    2. Conditions related to the contract:
      1. Information about a particular profession:

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Negotiated procedure with prior call for competition
    2. Information about a framework agreement or a dynamic purchasing system:
      Framework agreement with several operators
    3. 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
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-05-25
      Local time: 10:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      EN, FR
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: yes
    2. Information about electronic workflows
      Electronic invoicing will be acceptedElectronic payment will be used
    3. Additional information

      RTE reserves the right to award the contract on the basis of the initial offers without negotiation.

    4. Procedures for review
      1. Review body
        Tribunal de grande instance de Nanterre
        179-191, avenue Joliot-Curie
        Nanterre Cedex
        92020
        France
        Contact person: 92020
        Telephone: +33 140971010
        Fax: +33 147243161
      2. Body responsible for mediation procedures

      3. Review procedure
      4. Service from which information about the review procedure may be obtained
        Tribunal de grande instance de Nanterre
        179-191, avenue Joliot-Curie
        Nanterre Cedex
        92020
        France
        Contact person: 92020
        Telephone: +33 1409971010
        Fax: +33 147243161
    5. Date of dispatch of this notice
      2023-05-02

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Франция

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru