A proximité de Paris La Défense 92073 Hauts De Seine
Acheteur : RTE Réseau de Transport d’Electricité
Immeuble WINDOW 7C, Place du Dôme
92073 PARIS LA DEFENSE CEDEX
Tel : 0650761453
  Date de clôture dépassée - Date de clôture estimée : 03/02/2025  
Secteurs d'activité
Travaux de fabrication de treillis de plate-forme.
Services d'installation offshore.
Travaux de construction d'installations pour plate-formes.
Travaux de fabrication de modules offshore.
Services d'ingénierie.
Services offshore.
Services de conception technique.
Travaux d'assemblage d'ossatures métalliques d'ouvrage.
Ouvrages maritimes.
Services de maintenance préventive.
Ouvrages d'art et de génie civil.
Services de réparation et d'entretien.
Services de réparation et d'entretien d'installations électriques et mécaniques de bâtiment.
Travaux de montage à terre.
Travaux de montage offshore.

ONSHORE AND OFFSHORE MULTITERMINAL HVDC CONVERTER STATIONS 320kV

Type d'avis : Avis de marché
Type de marché : Européen
Date de publication : 14/01/2025
JOUE - 22065-2025
22065-2025 - Mise en concurrence
France – Ouvrages d'art et de génie civil – ONSHORE AND OFFSHORE MULTITERMINAL HVDC CONVERTER STATIONS 320kV
OJ S 9/2025 14/01/2025
Avis de marché ou de concession – régime ordinaire
Marché de travaux
1. Acheteur
1.1.
Acheteur
Nom officielRTE Réseau de Transport d'Electricité
Adresse électroniquemagalie.augros@rte-france.com
Forme juridique de l’acheteur: Entreprise publique
Activité de l’entité adjudicatrice: Activités liées à l’électricité
2. Procédure
2.1.
Procédure
TitreONSHORE AND OFFSHORE MULTITERMINAL HVDC CONVERTER STATIONS 320kV
DescriptionRTE intends to launch a call for bid for HVDC VSC onshore converter stations and offshore substations part of 1.2 GW HVDC links at DC operating voltage 320 kV connecting Offshore Wind Farms (OWFs) to the French grid. RTE intends to enter into contracts with the selected contractors for the execution of the Engineering, Procurement, Construction, Installation and Commissioning (EPCIC) and Maintenance (LTSA) related to the onshore converter stations and offshore substations including, as the case may be, with a Multi-Project Agreement (MPA).
Identifiant de la procéduredef97dd2-ef5b-4400-8a1e-cea7541cb202
Identifiant interne24400
Type de procédureNégociée avec publication préalable d’un appel à la concurrence / concurrentielle avec négociation
La procédure est accéléréenon
2.1.1.
Objet
Nature du marchéMarché de travaux
Nomenclature principale (cpv): 45220000 Ouvrages d'art et de génie civil
Nomenclature supplémentaire (cpv): 45244000 Ouvrages maritimes, 45255120 Travaux de construction d'installations pour plate-formes, 45255410 Travaux de montage offshore, 45255420 Travaux de montage à terre, 45262420 Travaux d'assemblage d'ossatures métalliques d'ouvrage, 45262424 Travaux de fabrication de modules offshore, 45262425 Travaux de fabrication de treillis de plate-forme, 50000000 Services de réparation et d'entretien, 50324200 Services de maintenance préventive, 71300000 Services d'ingénierie, 71320000 Services de conception technique, 76520000 Services offshore, 76521000 Services d'installation offshore, 50710000 Services de réparation et d'entretien d'installations électriques et mécaniques de bâtiment
2.1.2.
Lieu d’exécution
PaysFrance
N’importe où dans le pays donné
Informations complémentairesOnshore and Offshore France
2.1.4.
Informations générales
Informations complémentairesThe contract notice is under French law. The time for this contract notice is the French time. The applicable law of the future contracts will be French law. Official communications shall be conducted via the message board of RTE e-procurement platfom, namely https://rte-france.bravosolution.com. Applicants wishing to participate in the pre-qualification process must provide the Expression of Interest and the Pre-Qualification Questionnaire (PQQ) duly filled in via RTE e-procurement platform including but not limited to: (i) for single company — company name, main contact name and main contact address completed [in case of Joint Venture (JV) with brief description of JV and its structure] with contemplated list of main sub-contractors if necessary; (ii) for consortia — brief description of consortium structure, companies names, main contact name and main contact address with contemplated list of main sub-contractors if necessary. The binding letter with all participants signed by each company legal representative with power of attorney. The main sub-contractors shall be understood as the ones that the construction and/or manufacturing capacities are essential for project and the proposal is based on. The PQQ, which is available on the RTE e-procurement platform, is a questionnaire divided into general questions regarding the applicants and more specific questions regarding the applicants experience relevant to the scope of the project as well as health and safety policies and experiences. RTE reserves its right to exclude Joint Venture/consortium applicants that would change their composition partway through the process without prior approval from RTE. Any change in the form and/or composition of the single company or consortium at any point of the procedure shall be prior-approved in writing by RTE. Applicant shall note that for certain aspects of the work, tenderer(s) may be required to select sub-contractors from existing RTE qualification system and/or use the pre-approved sub-contractors’ details of which will be set-out in the Invitation To Tender (ITT) or during tendering process. Applicants shall note that the aspects and proposed solutions for social insertion and environmental criteria may be set-out in the ITT and will be part of award criteria. Pursuant to Article 28§6 of Regulation (EU) 2022/2560 of 14 December 2022 on foreign subsidies distorting the internal market, Applicants are informed that they are under the notification or declaration’s obligation as set out in Article 29 of said Regulation.
Base juridique
Directive 2014/25/UE
2.1.6.
Motifs d’exclusion
Sources des motifs d'exclusionAvis
Violation des obligations établies en vertu de motifs d'exclusion purement nationauxThe candidate must provide a declaration on his honour, duly dated and signed, to prove that he does not fall into any cases of exclusion from the procedure for awarding contracts subject to public procurement, mentioned in articles L.2141-1 to L.2141-5 and L.2141-7 to L.2141-11 of the French Public Procurement Code (code de la commande publique). Such exclusions include, but are not limited to : 1.1) sentences handed down by a criminal court relating to corruption in the broadest sense, bribery, influence peddling, unlawful taking of interest, fraud, breach of trust, forgery, money laundering, participation in a criminal conspiracy, for acts of terrorism, for narcotics ; 1.2) failures to comply with social security or tax obligations, established either by a judge or by the authorities responsible for collecting taxes, social security contributions and levies, or by the labour inspectorates and similar bodies; 1.3) a state of compulsory liquidation, bankruptcy or receivership for which there is no authorisation to continue trading for the foreseeable duration of the performance of the public contract, or for which there is no receivership plan, recorded by the Commercial Court; 1.4) infringement of the rules on combating illegal employment, observed by the Labour Inspectorate and similar services or reported by the latter to the representatives of the State. 2) For companies with more than 20 employees: and that the company has complied with Articles L. 5212-1 to L. 5212-11 of the French Labour Code concerning the employment of disabled workers. 3) For applicants established OUTSIDE France: provide a declaration on honour of payment of the sums due in respect of fines for failure to declare seconded workers (R.2143-8 of the French Public Procurement Code and R.1263-12 of the French Labour Code). 4) not to be in one of the cases provided for in 1° of Article 5 duodecies of European Union Council Regulation No. 2022/576 of 8 April 2022 concerning restrictive measures with regard to Russia's actions destabilising the situation in Ukraine.
5. Lot
5.1.
LotLOT-0001
Titre: ONSHORE AND OFFSHORE MULTITERMINAL HVDC CONVERTER STATIONS 320kV
Description: 1 (one) multi-terminal HVDC Voltage Sourced Converter (VSC) converter system in symmetrical monopole configuration operating at DC voltage of 320 kV composed of: - 2 (two) onshore converter stations (one in Gironde and one in Loire-Atlantique) with capacity of 1.2 GW connected by RTE to the nearest 400kV AC existing substation located respectively in Gironde and Loire-Atlantique; and - 1 (one) offshore substation composed of 1 (one) offshore converter platform and 1 (one) offshore converter station with capacity of 1.2 GW including the AC switchgear to connect to the grid an Offshore Wind Farm (OWF); and - 1 (one) potential offshore substation composed of 1 (one) offshore converter platform and 1 (one) offshore converter station with capacity of 1.2 GW including the AC switchgear to connect to the grid another Offshore Wind Farm (OWF). The scope includes especially the design (including detailed design), engineering, procurement, manufacturing, supply, transportation, installation, construction (including onshore civil works and all offshore supporting structure), testing, onshore and offshore commissioning, spares provision, operational handover, warranty and maintenance.
Identifiant interne: 24400
5.1.1.
Objet
Nature du marché: Marché de travaux
Nomenclature principale (cpv): 45220000 Ouvrages d'art et de génie civil
Nomenclature supplémentaire (cpv): 45244000 Ouvrages maritimes, 45255120 Travaux de construction d'installations pour plate-formes, 45255410 Travaux de montage offshore, 45255420 Travaux de montage à terre, 45262420 Travaux d'assemblage d'ossatures métalliques d'ouvrage, 45262424 Travaux de fabrication de modules offshore, 45262425 Travaux de fabrication de treillis de plate-forme, 50000000 Services de réparation et d'entretien, 50324200 Services de maintenance préventive, 71300000 Services d'ingénierie, 71320000 Services de conception technique, 76520000 Services offshore, 76521000 Services d'installation offshore, 50710000 Services de réparation et d'entretien d'installations électriques et mécaniques de bâtiment
Options:
Description des options: According to article R21227 of the French code de la commande publique, new works that are similar to works previously awarded to a contractor in compliance with the relevant advertising and competition rules, can be awarded to the same contractor without issuing a new call for tender ("sans publicité ni mise en concurrence préalables"). RTE reserves the right to conclude as an option the following similar procurement contract(s) consisting in 1 (one) multi-terminal HVDC Voltage Sourced Converter (VSC) converter system in symmetrical monopole configuration operating at DC voltage of 320 kV composed of: - 2 (two) onshore converter stations (one in Gironde and one in Loire-Atlantique) with capacity of 1.2 GW connected by RTE to the nearest 400kV AC existing substation located respectively in Gironde and Loire-Atlantique; and - 1 (one) offshore substation composed of 1 (one) offshore converter platform and 1 (one) offshore converter station with capacity of 1.2 GW including the AC switchgear to connect to the grid an Offshore Wind Farm (OWF); and - 1 (one) potential offshore substation composed of 1 (one) offshore converter platform and 1 (one) offshore converter station with capacity of 1.2 GW including the AC switchgear to connect to the grid another OWF. The scope includes the design (including detailed design), engineering, procurement, manufacturing, supply, transportation, installation, construction (including onshore civil works and all offshore supporting structure), testing, onshore and offshore commissioning, spares provision, operational handover, warranty and maintenance.
5.1.2.
Lieu d’exécution
Pays: France
N’importe où dans le pays donné
Informations complémentaires: Onshore and Offshore France
5.1.3.
Durée estimée
Durée32 Ans
5.1.4.
Renouvellement
Nombre maximal de renouvellements: 0
5.1.6.
Informations générales
Participation réservée: La participation n’est pas réservée.
Le marché relève de l’accord sur les marchés publics (AMP)oui
Informations complémentaires: RTE reserves the right to reduce the scope of the lot and/or the option. All communications throughout the tender process must be sent via RTE e-sourcing platform https://rte-france.bravolution.com. Any communications not sent via this e-sourcing portal may not receive any response. RTE will not accept any responsibility in case of occurrence. Minimum time frame during which the Tenderer must maintain the tender is 6 months.
5.1.9.
Critères de sélection
Sources des critères de sélectionAvis
CritèreInscription à un registre professionnel pertinent
DescriptionThe exhaustive list of selection criteria is provided in the Pre-Qualification Questionnaire (PQQ) available on the RTE e-procurement platform https://rte-france.bravolution.com.
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure

CritèreAutres exigences économiques ou financières
DescriptionThe exhaustive list of selection criteria is provided in the Pre-Qualification Questionnaire (PQQ) available on the RTE e-procurement platform https://rte-france.bravolution.com.
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure

CritèreRéférences sur des travaux spécifiés
DescriptionThe exhaustive list of selection criteria is provided in the Pre-Qualification Questionnaire (PQQ) available on the RTE e-procurement platform https://rte-france.bravolution.com.
Les critères seront appliqués pour sélectionner les candidats à convoquer pour la seconde étape de la procédure
Informations sur la seconde étape d’une procédure en deux étapes
Nombre maximal de candidats à convoquer pour la seconde étape de la procédure4
La procédure se déroulera en plusieurs étapes. À chaque étape, certains participants peuvent être éliminés
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Description: Price is not the only award criterion. All criteria will be stated in the Invitation to Tender.
5.1.11.
Documents de marché
L’accès à certains documents de marché est restreint
Justification de la restriction de l’accès à certains documents de marché: Protection des informations particulièrement sensibles
Des informations sur les documents restreints sont disponibles à l’adresse suivante: https://rte-france.bravosolution.com
5.1.12.
Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Adresse de présentation: https://rte-france.bravosolution.com
Langues dans lesquelles les offres ou demandes de participation peuvent être présentéesanglais
Catalogue électronique: Non autorisée
Variantes: Autorisée
Description de la garantie financière: Financial guarantees and bonds will be required, the types and amounts will be defined/prescribed in the Invitation to Tender in compliance with French Law.
Date limite de réception des demandes de participation: 03/02/2025 10:00:00 (UTC+1)
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d’emplois protégésNon
Conditions relatives à l’exécution du contratContractual conditions will be specified under the Invitation to Tender.
Un accord de confidentialité est requisoui
Informations complémentaires sur l’accord de confidentialité Confidentiality agreement is required and available under request on the RTE e-procurement platform (https://rte-france.bravosolution.com).
Cette procédure relève du Règlement sur les subventions étrangères (FSR)
Forme juridique que doit revêtir un groupe de soumissionnaires auquel un marché est attribuéThe Candidates may apply as a single Company, Consortium or Joint Venture (JV). A Candidate who will submit an offer as a member of a Consortium or a JV, may not submit an offer as a single Company or with another Consortium or JV. A Candidate who will submit an offer as a single Company, may not submit an offer as a member of a Consortium or a JV. Any Candidate that applies as a Consortium or a JV shall, as requested by Article R. 2142-24 of French Code de la Commande Publique, indicate its representative who will represent it with regards to RTE and coordinate its members roles. Additional conditions may be added to the invitation to tender documentation. In the case of an application by a Consortium or Joint Venture (JV), all the documents requested in 5.1.9 must be supplied by each of its members.
Montage financierMain financial conditions and payment arrangements will be prescribed in the Invitation to Tender.
Informations relatives aux délais de recours: A claim in a pre-contractual summary proceeding is possible as stated in articles 5 et seq. of Order NO.2009-515 of 7 May of 2009 related to complaint proceedings applicable to public procurement contracts. The appeal must be lodged before the conclusion of the contract. A claim in a contractual summary proceeding is possible as stated in articles 11 et seq. of Order NO.2009-515 of 7 May of 2009 related to complaint proceedings applicable to public procurement contracts. The appeal must be lodged at the latest on the thirty first (31st) day following the publication of the contract award notice in the Official Journal of the European Union or, for the contracts based on a framework agreement or on a dynamic purchasing system, following the notification of the contract signature. In the absence of publication of the award notice or in the absence of notification of the contract signature, an application to the competent court may be made until the expiry of a six (6) months period starting at the day after the contract award as stated in article 1441-3 of the Civil Procedure Code.
5.1.15.
Techniques
Accord-cadre: Pas d’accord-cadre
Informations sur le système d’acquisition dynamique: Pas de système d’acquisition dynamique
Enchère électroniquenon
5.1.16.
Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recoursTribunal Judiciaire de Nanterre
Organisation qui fournit des informations complémentaires sur la procédure de passation de marchéRTE Réseau de Transport d'Electricité
Organisation qui fournit des précisions concernant l’introduction des recoursTribunal Judiciaire de Nanterre
Organisation qui reçoit les demandes de participationRTE Réseau de Transport d'Electricité
Organisation qui traite les offresRTE Réseau de Transport d'Electricité
TED eSenderPublications Office of the European Union
8. Organisations
8.1.
ORG-0001
Nom officiel: RTE Réseau de Transport d'Electricité
Numéro d’enregistrement: 444 619 258 02482
Département: Direction des Achats
Adresse postale: 7C Place du Dôme  
Ville: Puteaux
Code postal: 92073
Subdivision pays (NUTS): Hauts-de-Seine (FR105)
Pays: France
Point de contact: Magalie AUGROS
Adresse électronique: magalie.augros@rte-france.com
Téléphone: 0033070000000
Profil de l’acheteur: https://rte-france.bravosolution.com
Rôles de cette organisation
Acheteur
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché
Organisation qui reçoit les demandes de participation
Organisation qui traite les offres
8.1.
ORG-0002
Nom officiel: Tribunal Judiciaire de Nanterre
Numéro d’enregistrement: 123456
Département: Instance chargée des procédures de recours
Adresse postale: 179-191 avenue Joliot-Curie  
Ville: Nanterre
Code postal: 92020
Subdivision pays (NUTS): Hauts-de-Seine (FR105)
Pays: France
Point de contact: Instance chargée des procédures de recours
Adresse électronique: accueil.tj-nanterre@justice.fr
Téléphone: +33 140971010
Rôles de cette organisation
Organisation chargée des procédures de recours
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0000
Nom officiel: Publications Office of the European Union
Numéro d’enregistrement: PUBL
Ville: Luxembourg
Code postal: 2417
Subdivision pays (NUTS): Luxembourg (LU000)
Pays: Luxembourg
Adresse électronique: ted@publications.europa.eu
Téléphone: +352 29291
Adresse internet: https://op.europa.eu
Rôles de cette organisation
TED eSender
11. Informations relatives à l’avis
11.1.
Informations relatives à l’avis
Identifiant/version de l’avis: d1e66e24-9ed9-4144-bd06-dc22e4429a05 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis17
Date d’envoi de l’avis: 13/01/2025 13:31:51 (UTC)
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
11.2.
Informations relatives à la publication
Numéro de publication de l’avis: 22065-2025
Numéro de publication au JO S: 9/2025
Date de publication: 14/01/2025