Offshore Geotechnical surveys, with UXO surveys and associated services - AVIS014920

The purpose of these surveys is to perform detailed geotechnical surveys and UXO surveys at sea with a vessel to determine site conditions to support detailed foundation design and inter-array cable burial assessment on different sites. Offshore geotechnical investigation service in 2026 including boreholes (with sampling, coring and in-situ testing), …

CPV: 71332000 Geotechnical engineering services, 38200000 Geological and geophysical instruments
Place of execution:
Offshore Geotechnical surveys, with UXO surveys and associated services - AVIS014920
Awarding body:
EDF Renouvelables
Award number:
Offshore Geotechnical surveys, with UXO surveys and associated services (Normandy, Dunk, Hyode)

1. Buyer

1.1 Buyer

Official name : EDF Renouvelables
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Offshore Geotechnical surveys, with UXO surveys and associated services - AVIS014920
Description : The purpose of these surveys is to perform detailed geotechnical surveys and UXO surveys at sea with a vessel to determine site conditions to support detailed foundation design and inter-array cable burial assessment on different sites.
Procedure identifier : 50cf4fcb-2a36-41a9-8acd-b9d492ce1c66
Internal identifier : Offshore Geotechnical surveys, with UXO surveys and associated services (Normandy, Dunk, Hyode)
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services
Additional classification ( cpv ): 38200000 Geological and geophysical instruments

2.1.2 Place of performance

Country : France
Anywhere in the given country

2.1.4 General information

Additional information : Candidates can apply for one or several lots. Each Candidate shall inform the Employer on which lot(s) he is aiming to qualify.
Legal basis :
Directive 2014/25/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 8

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Lot 1
Description : Offshore geotechnical investigation service in 2026 including boreholes (with sampling, coring and in-situ testing), laboratory testings and related services in English Channel with 35 to 50m LAT seabed elevation.  Target investigation depth (deep part):  30 to 60m. Estimated quantities of boreholes (more than 30m penetration below seabed): approximately 47 BH’s.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: Please provide three references of offshore geotechnical surveys in 20-60m water depth, including boreholes down to at least 40m below seabed with sampling and in-situ testing, including at least one with triple tube core barrel S-size rock coring, and three reference of seabed CPT minimum 200kN push completed within the last 5 years. The list shall include: Survey dates, Services provided, Survey equipment detail, Main subcontractors used (if any).   The tenderer must be able to mobilize a geotechnical drilling vessel. Such vessel shall be staffed and fitted out for 24h continuous geotechnical operation with 2 weeks autonomy without port call or supply. Please provide list of corresponding own vessel or, if vessel is not directly own, evidence of chartering or commercial relationship with designated vessel owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, — a document stating Tenderer’s identity and address or, where applicable, details of his tax representative in France. 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0002

Title : Lot 2
Description : Offshore geotechnical investigation service for 2027  including  boreholes (with sampling, coring and  in situ testing), laboratory testings and related services in English channel with 35 to 50m LAT seabed elevation ; Target investigation depth :  30 to 60m Estimated quantities  of boreholes BH (more than 30m penetration) : approximately 40  BH’s Option 1: up to 25 additional boreholes to be performed in 2027

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: Please provide three references of offshore geotechnical surveys in 20-60m water depth, including boreholes down to at least 40m below seabed with sampling and in-situ testing, including at least one with triple tube core barrel S-size rock coring, and three reference of seabed CPT minimum 200kN push completed within the last 5 years. The list shall include: Survey dates, Services provided, Survey equipment detail, Main subcontractors used (if any).   The tenderer must be able to mobilize a geotechnical drilling vessel. Such vessel shall be staffed and fitted out for 24h continuous geotechnical operation with 2 weeks autonomy without port call or supply. Please provide list of corresponding own vessel or, if vessel is not directly own, evidence of chartering or commercial relationship with designated vessel owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, — a document stating Tenderer’s identity and address or, where applicable, details of his tax representative in France. 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : 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 : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0003

Title : Lot 3
Description : Offshore geotechnical investigation service for 2026 and 2027 including borehole (with in situ testing), laboratory testing and related services in English Channel with 35 to 50m waterdepth: Target investigation depth (deep part): 30 to 60m Estimated quantities Deep BH (more than 30m penetration): approximately 17 BH in 2026. Options will include: Option 1 : up to 16 additional boreholes in 2027

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: Please provide two references of offshore geotechnical surveys in 20-60m water depth, including CPT down to at least 30m below seabed completed within the last 5 years. The list shall include: Survey dates, Services provided, Survey equipment detail, Main subcontractors used (if any).   The tenderer must be able to mobilize a geotechnical drilling vessel or seabed geotechnical drilling unit with seabed and downhole CPT capability. Please provide list of corresponding own vessel or seabed drilling unit or, if not directly own, evidence of chartering or commercial relationship with designated owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0004

Title : Lot 4
Description : UXO survey before 2026 geotechnical survey in Normandy with 35 to 50m LAT seabed elevation.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: UXO survey on designated areas (Number of UXO boxes depends on the Lot considered), including multibeam bathymetry (MBES), side scan sonar (SSS), gradiometer rigid frame and Sub-bottom profiler (SBP). Data processing, interpretation and reporting, as well as issuance of UXO clearance certificates for future geotechnical operations.   Please provide a minimum of three references of UXO surveys in 10-60 m water depth, including MBES, SSS, Gradiometer rigid frame and SBP. These references should have been completed within the last 3 years. At least one reference shall include UXO clearance certificate delivery. The list shall include: • survey dates; • objectives of survey (in term of target size / target burial depth to be detected); • survey equipment detail, in particular type of gradiometer and SBP; • length/size of survey (km/km2); • size and validity period of the clearance certificates issued • duration of data processing up to production of clearance certificates.   The company should be able to mobilize a vessel for a geophysical survey, staffed and fitted out for 24h continuous geophysical operations with 2 weeks autonomy without port call of 21 m minimum length. Please provide list of corresponding own vessels. If the vessel is not directly owned, please provide evidence of chartering or commercial relationship with designated vessel owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0005

Title : Lot 5
Description : UXO survey before 2027 geotechnical survey in Normandy with 35 to 50m LAT seabed elevation.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: UXO survey on designated areas (Number of UXO boxes depends on the Lot considered), including multibeam bathymetry (MBES), side scan sonar (SSS), gradiometer rigid frame and Sub-bottom profiler (SBP). Data processing, interpretation and reporting, as well as issuance of UXO clearance certificates for future geotechnical operations.   Please provide a minimum of three references of UXO surveys in 10-60 m water depth, including MBES, SSS, Gradiometer rigid frame and SBP. These references should have been completed within the last 3 years. At least one reference shall include UXO clearance certificate delivery. The list shall include: • survey dates; • objectives of survey (in term of target size / target burial depth to be detected); • survey equipment detail, in particular type of gradiometer and SBP; • length/size of survey (km/km2); • size and validity period of the clearance certificates issued • duration of data processing up to production of clearance certificates.   The company should be able to mobilize a vessel for a geophysical survey, staffed and fitted out for 24h continuous geophysical operations with 2 weeks autonomy without port call of 21 m minimum length. Please provide list of corresponding own vessels. If the vessel is not directly owned, please provide evidence of chartering or commercial relationship with designated vessel owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, — a document stating Tenderer’s identity and address or, where applicable, details of his tax representative in France. 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0006

Title : Lot 6
Description : Offshore geotechnical investigation service for 2027 including borehole (with sampling and in-situ testing) , seabed CPT, vibrocore, laboratory testing and related services in French North Sea with 16 to 27m LAT seabed elevation (borehole location), and with 12 to 27m LATN seabed elevation (vibrocore and seabed CPT location) : Target investigation depth (deep part) : 35 to 45m. Estimated quantities Deep BH (more than 30m penetration) : approximately 13 BH. Option 1 : UXO clearance in 2027 before geotechnical survey in Dunkirk. Option 2 : UXO clearance in 2027 extension along Inter-array cable corridor in Dunkirk.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: Please provide two references of offshore geotechnical surveys in 12-30m water depth, including CPT down to at least 30m below seabed minimum 200kN push completed within the last 5 years. The list shall include: Survey dates, Services provided, Survey equipment detail, Main subcontractors used (if any).   The tenderer must be able to mobilize a geotechnical drilling vessel, seabed drilling unit with seabed and downhole CPT capability. Vessel shall be staffed and fitted out for 24h continuous geotechnical operation with 2 weeks autonomy without port call or supply. Please provide list of corresponding own vessel or, if vessel is not directly own, evidence of chartering or commercial relationship with designated vessel owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, — a document stating Tenderer’s identity and address or, where applicable, details of his tax representative in France. 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0007

Title : Lot 7
Description : Offshore geotechnical investigation service for 2027 including borehole (with sampling and in-situ testing) , in French North Sea with 10 to 16m LAT seabed elevation (borehole location). Target investigation depth (deep part) : 35 to 45m. Estimated quantities approximately 5 BH.

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: Please provide two references of offshore geotechnical surveys in 12-30m water depth, including boreholes down to at least 40m below seabed with sampling and in-situ testing completed within the last 5 years. The list shall include: Survey dates, Services provided, Survey equipment detail, Main subcontractors used (if any).   The tenderer must be able to mobilize a jack-up or seabed drilling unit. Vessel or jack-up shall be staffed and fitted out for 24h continuous geotechnical operation with 2 weeks autonomy without port call or supply. Please provide list of corresponding own vessel or jack-up or, if vessel is not directly own, evidence of chartering or commercial relationship with designated vessel owner
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, — a document stating Tenderer’s identity and address or, where applicable, details of his tax representative in France. 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : EDF Renouvelables -

5.1 Lot technical ID : LOT-0008

Title : Lot 8
Description : Offshore geotechnical investigation service for 2027 including borehole (with sampling and in-situ testing) , seabed CPT, vibrocore, laboratory testing and related services in French North Sea with 20 to 27m LAT seabed elevation. Target investigation depth (deep part) : 40 to 60m. Estimated quantities approximately 3 BH

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71332000 Geotechnical engineering services

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( FRZZZ )
Country : France
Additional information :

5.1.3 Estimated duration

Other duration : Unknown

5.1.4 Renewal

Maximum renewals : 0

5.1.6 General information

Reserved participation : Participation is not reserved.
The procurement is covered by the Government Procurement Agreement (GPA) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : The following documents have to be provided by each candidate individually, or if applicable, by each member of the consortium as part of his reply to the contract notice: All economic and financial documents must be certified by the competent legal entities of the candidate's country or by a third party audit ; Candidates may be either single companies or consortium: — In all cases the Candidate shall provide description of qualification and experience of subcontractors (or potential sub-contractors) to whom major parts of the works are going to be subcontracted. — In case the Candidate is a joint venture, a statement identifying the parties, — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable (‘conjoint et solidaire’) or with a jointly liable leader (‘mandataire solidaire’). A tenderer, which will submit an offer as member of a consortium or a joint venture, may not submit an offer as a single company or with another consortium or joint venture. — description of corporate ownership and corporate structure. If the company is a subsidiary, the name of the parent company and ultimate parent company must be stated as well as the name of a French representative, if any, — if the candidate plans to subcontract part of the future service, the candidate shall provide a list of the services he plans to subcontract for information, — corporate headquarters locations and list of worldwide locations (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (production, service, sales). The candidate shall be set up in a legal form that allows for a clear assessment of its means, organization and the sharing of responsibilities. Candidate shall provide : — last 3 audited financial statements on a consolidated basis in English or French specifying turnover, EBIT, and number of employees in total, — declaration that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets, — rating of an independent rating agency, whose rating is based on relevant European standards or equivalent criteria if available, — proof of valid professional indemnity insurance stating the amount insured and any relevant insurance for the performance of the services. Minimum level(s) of standards possibly required: The contracting entity will assess the financial standing of bidders using its standard financial assessment model. This model evaluates the financial position of a company based on the detailed and audited financial statements (balance sheet, income statement and cashflow statement) of the 3 last years. Contract will be governed by French Law. The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Relevant educational and professional qualifications
Description : Capability criteria: Please provide two references of offshore geotechnical surveys in 12-30m water depth, including CPT down to at least 30m below seabed minimum 200kN push completed within the last 5 years. The list shall include: Survey dates, Services provided, Survey equipment detail, Main subcontractors used (if any).   The tenderer must be able to mobilize a geotechnical drilling vessel, jack-up or seabed drilling unit with seabed and downhole CPT capability. Vessel or jack-up shall be staffed and fitted out for 24h continuous geotechnical operation with 2 weeks autonomy without port call or supply. Please provide list of corresponding own vessel or jack-up or, if vessel is not directly own, evidence of chartering or commercial relationship with designated vessel owner.
Criterion : Certificates by independent bodies about environmental management systems or standards
Description : Candidates shall provide in his application: Documents shall be provided by each candidate individually, or if applicable, by each member of the consortium or the declared subcontractors. In case one or several activities listed below were subcontracted, subcontractor name and capabilities shall be described in the Candidate's response. Certifications: the candidate shall demonstrate having implemented and maintained a quality management system according to the standard EN ISO9001, or other equivalent system of quality management. The candidate shall provide: •ISO 9001 certificate (or equivalent) • Quality Policy • Quality Objective for the year and associated resources • The last ISO 9001 (or equivalent) audit report from certifying authority ; - The candidate shall demonstrate having implemented and maintained an environmental management system according to the standard ISO14001, or other equivalent system of environmental management; - The candidate shall demonstrate having implemented and maintained a health and safety management system according to ISO 45001 or other equivalent system. - The candidate shall also provide its corporate HSE Policy, a copy of its HSE Management system, and HSE KPIs ‘accidents and incidents) from the past 5 years, including the ongoing year. HSE KPI’s include: • Yearly worked hours • Number of incidents per category (Fatality, Loss Time Injuries, Restricted Work Cases, Medical Treatment Injury, First Aid Injuries, Environmental, Occupational Illness, Near Misses, High Potential Events) • Lost work days • Lost time incident frequency rate • Total recordable injury frequency rate • Severity Rate • Number of Environmental incidents • Number of HSE observation cards • Number of Management visits • the dated and signed version of the document “Statement of Integrity, Eligibility and Environmental and Social Responsibility” available in the Procurement Notice referenced "AVIS014920 - Geotechnical surveys and associated services 2026 / 2027". The criteria will be used to select the candidates to be invited for the second stage of the procedure.
Criterion : Enrolment in a trade register
Description : The following documents must be provided by the Tenderer as part of his reply to the contract notice: - an extract from the registration in the Trade and Companies Register (Kbis form or registration form) dated less than 3 months before the deadline for reply; or a certificate of deposit of the declaration filled at a business registration center for legal or natural persons in the course of being registered, — a document stating Tenderer’s identity and address or, where applicable, details of his tax representative in France. 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: The procedure will take place in successive stages. At each stage, some participants may be eliminated.

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All the conditions will be detailled in the tender documents and will be made available after the prequalification phase for those pre-selected Tenderers only.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : www.pha2.edf.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Address for submission : www.pha2.edf.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Description of the financial guarantee : Tenderers shall be in a position to provide securities such as an advance payment bond (if required), an on demand performance bond and/or a parent company guarantee. Any deviation to these requirements shall be clearly stated in the applicants' answer.
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 : The conditions related to the execution of the contract are specified in the consultation documents. Specific conditions related to the contract will be indicated
Legal form that must be taken by a group of tenderers that is awarded a contract : Candidates may be either single companies or consortium. — In case the Candidate is a joint venture, a statement identifying the parties shall be provided — In case the Candidate is a consortium, a statement identifying the parties and confirming that they will be jointly and severally liable or with a jointly liable leader shall be provided Reminder, a candidate which will submit an application as a member of a consortium or a joint venture may not submit an application as a single company or with another consortium or joint venture.
Financial arrangement : As per French Law

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

Review organisation : EDF Renouvelables -
Organisation providing additional information about the procurement procedure : EDF Renouvelables -
Organisation providing more information on the review procedures : 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
Contact point : Brenda ALI-FUNDI
Telephone : 0140902300
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
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 : eea106f7-c813-46f3-b0d5-49e1b985deb7 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/02/2025 09:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00111854-2025
OJ S issue number : 35/2025
Publication date : 19/02/2025