Underground Cable IFA 1(Ex IFA2000)

The 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 platform, namely https://rtefrance.bravosolution.com. Applicants wishing to participate in the pre-qualification …

CPV: 31321300 Cables de alta tensión, 44321000 Cables, 50000000 Servicios de reparación y mantenimiento
Lugar de ejecución:
Underground Cable IFA 1(Ex IFA2000)
Organismo adjudicador:
Réseaux de Transport d'Electricité (RTE)
Número de premio:
Bravosolution

1. Buyer

1.1 Buyer

Official name : Réseaux de Transport d'Electricité (RTE)
Legal type of the buyer : Public undertaking
Activity of the contracting entity : Electricity-related activities

2. Procedure

2.1 Procedure

Title : Underground Cable IFA 1(Ex IFA2000)
Description : The 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 platform, namely https://rtefrance.bravosolution.com. Applicants wishing to participate in the pre-qualification process must provide the Pre-Qualification Questionnaire (PQQ) duly filled in via RTE e-procurement platform. 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 technologies and experience relevant to the scope of the project, as well as health and safety policies. 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. 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.
Procedure identifier : a954f5b5-461e-4b0a-8bb3-741d67deba31
Internal identifier : Bravosolution
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 : Supplies
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 44321000 Cable
Additional classification ( cpv ): 50000000 Repair and maintenance services

2.1.2 Place of performance

Country : France
Anywhere in the given country

2.1.4 General information

Additional information : Interested parties are invited to send their expression of interest (EOI) via the e-procurement platform Bravosolution ( https://rte-france.bravosolution.com) on RFI number 24412b.. The EOI must include all relevant information and documents to demonstrate the conditions for participation are met. It is also required to specify the contact details of the person(s) authorized to represent the applicant in this procedure. Consultation rules along with a questionnaire will be made available to interested parties via the e-procurement platform Bravosolution Meetings can be organized as soon as possible after the analysis of the preliminary answers to the questionnaire
Legal basis :
Directive 2014/25/EU

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Breaching of obligations set under purely national exclusion grounds : The candidate shall provide a declaration on his or her honour, duly dated and signed, to justify that he or she is not affected by any of the exclusions from public procurement procedures, referred to in Articles L. 21411 to L. 21415 and L. 21417 to L. 214111 of the Public Procurement Code. This is not exhaustive: 1.1) the penalties imposed by a criminal judge for corruption in the broad sense, extortion, influence peddling, illegal interest taking, fraud, breach of trust, forgery and use of forgery, the laundering, participation in an association of malfaiters, for terrorist act, for narcotic drugs; 1.2) irregularities with regard to social or fiscal obligations, found by a judge or by the administrations responsible for collecting taxes, social contributions and contributions, either by the labour inspectorate or similar; 1.3) statements of judicial liquidations, bankruptcy, judicial reorganization without justification of the authorization to continue activities during the foreseeable duration of execution of the public contract, or without benefit of a reorganization plan, established by the commercial court; 1.4) the violation of the rules on the fight against illegal work, as established by the Labour Inspectorate and similar to or reported by them to the representatives of the State. 2) For companies with more than 20 employees, the candidate must be in good standing in accordance with articles L. 52121 to L. 521211 of the Labour Code concerning the employment of disabled workers. 3) For candidates established OUTSIDE of France, the candidate must provide a declaration on honour of payment of sums due under fines for non-reporting posted workers (R. 21438 of the Public Procurement Code and R. 126312 of the Labour Code). 4) The candidate must not be affected by any of the cases provided for in 1° of article 5 duodecies of Regulation no 2022/576 of 8 April 2022 of the Council of the European Union concerning restrictive measures in respect of Russia’s actions destabilising the situation in Ukraine.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Underground cable link for IFA1(ex IFA2000) interconnection - Bipole n°2
Description : The object of the contract notice is to supply the HVDC underground cable system (power cable, terminations and accessories) in synthetic technology for IFA 1 (ex IFA 2000) - Bipole n°2. This procurement process aims at awarding one (1) single awardee with two (2) contracts, namely: 1) supply contract including but not limited to engineering, procurement, manufacturing (including tests), supply/transportation, mounting/installation of cable accessories, commissioning 2) maintenance contract including but not limited to spare management, maintenance (refurbishment of spares), Repair (availability of personnel to perform repair underground joint operation including but not limited to jointers) The Bipole n°2 of this interconnection presents the following main characteristics: - Number of power cables: Bipole n°2 consist in 2 pairs of HVDC power cables (i.e 4 HVDC power cables in total) - Nominal power of Bipole n°2: 1000 MW - Nominal Voltage : ±270kV-DC - Converter station topology : LCC configuration - Location : North of French Coast (Area: Pas de Calais (62) ) - Indicative length of the link: 8km +/- 1km Detail technical data is to be communicated in tender documentations.

5.1.1 Purpose

Main nature of the contract : Supplies
Main classification ( cpv ): 31321300 High-voltage cable
Additional classification ( cpv ): 44321000 Cable
Additional classification ( cpv ): 50000000 Repair and maintenance services

5.1.2 Place of performance

Town : North of French Coast
Country subdivision (NUTS) : Pas-de-Calais ( FRE12 )
Country : France
Additional information :

5.1.3 Estimated duration

Start date : 01/06/2026
Duration end date : 01/01/2031

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
This procurement is also suitable for small and medium-sized enterprises (SMEs) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified works
Description : The exhaustive list of selection criteria is provided in the PreQualification Questionnaire (PQQ) available on the RTE eprocurement platform https://rtefrance.bravolution.com. ( Administrative, Financial, technical, HSE ...etc)
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 : All information will be available on via the e-procurement platform Bravosolution ( https://rte-france.bravosolution.com) on RFI number 24412b. Price is not the only award criterion. Criteria will be detailed later in the Invitation to Tender.
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
Languages in which the procurement documents are officially available : English, French
Information about restricted documents is available at : https://rte-france.bravosolution.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English, French
Electronic catalogue : Not allowed
Variants : Allowed
Description of the financial guarantee : Deposits or bank guarantees may be requested and will be indicated in the consultation file
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 : Precise information on deadline(s) for review procedures: A claim in a precontractual summary proceeding is possible as stated in articles 5 et seq. of Order NO.2009515 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.2009515 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
Legal form that must be taken by a group of tenderers that is awarded a contract : RTE reserves the right to ask the group to transform itself into a joint and several grouping or a joint and several agent when the contract is awarded, in so far as this transformation is necessary for the proper execution of the contract. In the case of a group application, all documents required under III.1.1) to III.1.3) must be provided by each member. Except in the cases provided for in article R. 2142-26 of the Public Procurement Code, the composition of the group applying to a call for competition may not be changed between the date on which applications are submitted and the date on which the contract is signed.”
Financial arrangement : Own resources funding. Payment within 49 days of invoice date

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 : Tribunal Judiciaire de Nanterre -
Organisation providing additional information about the procurement procedure : Réseaux de Transport d'Electricité (RTE) -
Organisation providing more information on the review procedures : Tribunal Judiciaire de Nanterre -

8. Organisations

8.1 ORG-0002

Official name : Réseaux de Transport d'Electricité (RTE)
Registration number : 444 619 258 02482
Department : Direction des Achats
Postal address : 7C Place du Dome
Town : Puteaux
Postcode : 92073
Country subdivision (NUTS) : Hauts-de-Seine ( FR105 )
Country : France
Contact point : Mathieu CHUPIN
Telephone : +33179248990
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0003

Official name : Tribunal Judiciaire de Nanterre
Registration number : 17780111500151
Department : Instance chargée des procédures de recours
Postal address : 179-191, avenue Joliot-Curie
Town : Nanterre
Postcode : 92020
Country subdivision (NUTS) : Hauts-de-Seine ( FR105 )
Country : France
Contact point : Instance chargée des procédures de recours
Telephone : 01 40 97 10 10
Roles of this organisation :
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 : f2f584e2-f6d4-4475-909b-ee05e74ed2d0 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 18/03/2025 16:05 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00179451-2025
OJ S issue number : 56/2025
Publication date : 20/03/2025