loading
  • FR-92932 Paris La Défense
  • 14.03.2017
  • Ausschreibung
  • (ID 2-257747)

Geotechnical investigations and associated services for Provence Grand Large floating offshore wind farm


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 14.03.2017, 15:00 Bewerbungsschluss
    Verfahren Verhandlungsverfahren
    Teilnehmer Gewünschte Teilnehmerzahl: min. 2
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Bodenmechanik, Erd-/ Grundbau / Dokumentation / Kontrolle, Monitoring / Technische Ausrüstung
    Sprache Englisch
    Aufgabe
    The Employer, Parc Eolien Offshore De Provence Grand Large, is a subsidiary of EDF EN France, a leader in the production of renewable energy. The company develops, installs and operates green electricity power plants, mainly in Europe and North America, primarily for its own owner-operator account and for third parties.
    Sun, wind, water, plants… by drawing upon natural, renewable resources, EDF EN France aims at providing competitively-priced carbon dioxide-free alternate energies equivalent to traditional sources.
    The purpose of this scope is to achieve an offshore geotechnical investigation (focusing on suction anchor geotechnical design) which will consists of geotechnical samplings (drop/gravity piston cores), offshore in situ testings (piezo cone penetration tests PCPT) and associated services (laboratory testing, reports).
    Leistungsumfang
    Estimated quantity of locations to be tested: 12 PCPT, 4 to 6 piston cores.
    Adresse des Bauherren FR-92932 Paris La Défense
    TED Dokumenten-Nr. 77359-2017

  • Anzeigentext Ausschreibung

    maximieren

    • France-Paris La Défense: Geotechnical engineering services

      2017/S 042-077359

      Contract notice – utilities

      Services

      Directive 2014/25/EU

      Section I: Contracting entity

      I.1)Name and addresses
      Parc Eolien Offshore de Provence Grand Large
      Coeur Defense — Tour B — 100 Esplanade du General De Gaulle
      Paris La Défense
      92932
      France
      Contact person: Yasmine Yurdusev or Bertrand Duviquet
      Telephone: +33 140904874
      E-mail: MjEwb1dpY19kWyRva2haa2lbbDZbWlwjW2QkWWVj
      NUTS code: FR

      Internet address(es):

      Main address: http://www.edf-energies-nouvelles.com

      Address of the buyer profile: https://pha.edf.com/

      I.2)Joint procurement
      I.3)Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://pha.edf.com/
      Additional information can be obtained from the abovementioned address
      Tenders or requests to participate must be submitted electronically via: https://pha.edf.com/
      Tenders or requests to participate must be submitted to the abovementioned address
      I.6)Main activity
      Electricity

      Section II: Object

      II.1)Scope of the procurement
      II.1.1)Title:

       

      Geotechnical investigations and associated services for Provence Grand Large floating offshore wind farm.

       

      II.1.2)Main CPV code
      71332000
      II.1.3)Type of contract
      Services
      II.1.4)Short description:

       

      The Employer, Parc Eolien Offshore De Provence Grand Large, is a subsidiary of EDF EN France, a leader in the production of renewable energy. The company develops, installs and operates green electricity power plants, mainly in Europe and North America, primarily for its own owner-operator account and for third parties.

      Sun, wind, water, plants… by drawing upon natural, renewable resources, EDF EN France aims at providing competitively-priced carbon dioxide-free alternate energies equivalent to traditional sources.

      The purpose of this scope is to achieve an offshore geotechnical investigation (focusing on suction anchor geotechnical design) which will consists of geotechnical samplings (drop/gravity piston cores), offshore in situ testings (piezo cone penetration tests PCPT) and associated services (laboratory testing, reports).

       

      II.1.5)Estimated total value
      II.1.6)Information about lots
      This contract is divided into lots: no
      II.2)Description
      II.2.1)Title:
      II.2.2)Additional CPV code(s)
      71510000
      II.2.3)Place of performance
      NUTS code: FR
      Main site or place of performance:

       

      Gulf of Fos.

       

      II.2.4)Description of the procurement:

       

      Estimated quantity of locations to be tested: 12 PCPT, 4 to 6 piston cores.

       

      II.2.5)Award criteria
      Criteria below
      Quality criterion - Name: Quality of the Technical proposal / Weighting: 20
      Cost criterion - Name: Total cost of the Contract (Price + Contract) / Weighting: 80
      II.2.6)Estimated value
      II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
      Duration in months: 12
      This contract is subject to renewal: no
      II.2.9)Information about the limits on the number of candidates to be invited
      Envisaged minimum number: 2
      II.2.10)Information about variants
      Variants will be accepted: yes
      II.2.11)Information about options
      Options: no
      II.2.12)Information about electronic catalogues
      II.2.13)Information about European Union funds
      The procurement is related to a project and/or programme financed by European Union funds: no
      II.2.14)Additional information

      Section III: Legal, economic, financial and technical information

      III.1)Conditions for participation
      III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:

       

      Information and formalities necessary for evaluating if the requirements are met.

      The required information shall include as a minimum the following information/documentation:

      — Company's description/ presentation,

      — Corporate ownership and corporate structure details,

      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.

      — Corporate headquarters details,

      — List of worldwide locations details if any (subsidiaries, affiliates, joint ventures, distributors) specifying the type of functionality (service, sales),

      — An administration statement stamped and signed by the company that the work will be achieved by regular workers, according to the laws in effect,

      — A sworn statement stamped and signed by the Company stating that the candidate is not in one of the 4 situations cited in points 1) to 4) below (full text to be entirely transcribed in the sworn statement):

      1) those Candidates who have, within the last 5 years, been handed down a final sentence for one of the offences provided for in Articles 222-38, 222-40, 226-13, 313-1 to 313-3, 314-1 to 314-3, 324-1 to 324-6,413-9 to 413-12, 421-1 to 421-2-3, subparagraph 2 of Article 421-5, Article 433-1, subparagraph 2 of Article 433-2, subparagraph 8 of Article 434-9, subparagraph 2 of Article 434-9-1, Articles 435-3,435-4,435-9,435-10,441-1 to 441-7, 441-9, 445-1 and 450-1 of the French Penal Code, Article 1741 of the French General Tax Code and Articles L. 2339-2 to L. 2339-4, L. 2339-11-1 to L. 2339-11-3 of the French Defence Code and L.317-8 of the French Interior Security Code.

      2) those Candidates who have, within the last 5 years, been handed down a sentence listed on Report n° 2 of the Criminal Records Bureau for the offences referred to in Articles L. 8221-1, L. 8221-3, L. 8221-5,L.8231-1,L.8241-1, L. 8251-1 and L 8251-2 of the French Labour Code.

      3) those Candidates subject to the compulsory liquidation proceedings provided for in Article L. 640-1 of the French Commercial Code, those individuals whose personal bankruptcy has been pronounced under Article L.653-1 to L. 653-8 of the same Code as well as those persons subject to equivalent proceedings under a foreign law jurisdiction. Candidates admitted to the compulsory reorganization proceedings laid down by Article L. 631-1 of the French Commercial Code or to equivalent proceedings under a foreign law jurisdiction must provide evidence that they have been authorized to continue their activities throughout the foreseeable term of execution of the contract.

      4) those Candidates who, on 31 December of the year prior to that during which the tender is launched, had not fulfilled their obligations in terms of tax and social security declarations or had not paid the tax and contributions payable on that date. However, the following shall be regarded as eligible Candidates: those Candidates who, on 31 December of the year prior to that during which the tender is launched, had not paid the various amounts due on that date or provided any guarantees, but who had, before the date of the launch of the tender and without any enforcement measures having been taken by the accountant or the agency responsible for collection, either paid the said amounts or provided guarantees deemed sufficient by the accountant or the agency responsible for collection. Individuals who are legal or de facto directors of a legal entity that does not satisfy the conditions provided for in this subparagraph may not personally tender for a contract.

      These conditions are applicable to the Candidates and to each of the members of a group wishing to tender as a single Candidate.

       

      III.1.2)Economic and financial standing
      List and brief description of selection criteria:

       

      Information and formalities necessary for evaluating if the requirements are met.

      The required information shall include as a minimum the following information/documentation:

      — Annual report of the last financial year,

      — A word document which resumes in a table the last 3 financial year's details including:

      1 - Turnover,

      2 - EBIT,

      3 - Number of employees in total.

      — A declaration stamped and signed that the company neither filled or is involved in insolvency proceedings and that insolvency proceedings have not been refused for lack of assets,

      — A copy of valid liability insurance stating all the insurance policies and the sums insured.

       

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

       

      Information and formalities necessary for evaluating if the requirements are met.

      In case of joint venture or consortium, Candidates shall indicate which partner has the relevant experience.

      In case one or several activities listed below were subcontracted, relevant experience with regard to such subcontractor shall be described in Candidate's response.

      For each of the following items, precise if the activity was solely performed by the Candidate. If not, state which part was performed by a partner of a joint venture or of a consortium, or if it was performed by a subcontractor (and give the name of the partner or of subcontractor).

      In this(-ese) case(s), indicate the part (scope and percentage of the global contract) actually performed by the Candidate and the part (scope and percentage of global contract) performed by the partner and/or subcontractor.

      The required information shall include as a minimum the following information/documentation:

      1. General

      1.1. Statement of the Company's ability to plan and manage the services. Candidates are requested to explain how their organization works to perform this service.

      1.2. Statement of the tools, plant or technical equipment available to the Company for carrying out the Contract.

      2. Minimum levels of standards required

      2.1. Statement of the marine supports/ tools/ technical equipments available, in house or subcontracted with detailed characteristics able to satisfy hereafter requirements.

      2.2. Mobilize a support vessel suitable for the services required. In case the Candidate is linked with subcontracted marine supports, the owner name of the marine support is to be provided for each marine support identified.

      2.3. References of instrumented drop/gravity piston coring works with documented (ideally published) quality assessment of geotechnical samples which the Company has completed within the last 10 years.

      2.4. Perform high quality geotechnical sampling (down to 10 meters target depth) using drop/gravity piston corer

      2.5. Perform seabed geotechnical in-situ testing composed of PCPT down to 20 meters target depth

      2.6. Perform in-office static and cyclic mechanical laboratory tests on soil, interpretation and geotechnical reporting.

      3. HSEQ

      Minimum levels of HSEQ standards required

      3.1. Statement of the Company's quality management system according to ISO 9001 or similar including definition of management target, policy and vision covering the scope. The Company shall also submit statements of his major sub-contractors' quality management systems according to ISO 9001 or similar.

      3.2. Statement of the Company's environmental management system according to ISO 14001 or similar including definition of management target, policy and vision covering the scope. The Company shall also submit statements of his major sub-contractors' environmental management system.

      3.3. Statement of the Company's health and safety management system according to OHSAS 18001 or similar including organization and principles for implementation of health and safety management system. The Company shall also submit statements of his major sub-contractors' health and safety management system according to OHSAS 18001 or similar including organization and principles for implementation of health and safety management.

      3.4. Provide HSE policy and objectives and HSE statistics for the last 5 years.

      3.5. Provide typical Quality Plan and Inspection plan.

       

      III.1.4)Objective rules and criteria for participation
      III.1.5)Information about reserved contracts
      III.1.6)Deposits and guarantees required:

       

      Employer may request securities such as an Advance Payment bond (if any) and/or a Parent Company Guarantee and/or a Performance Bond.

      Candidates shall precise in its candidacy if these requirements shall be met.

       

      III.1.7)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

       

      Payments will be made according to the French law.

       

      III.1.8)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

       

      Candidates may be either single companies or consortiums.

      In case the Candidate is:

      — A single company, description of qualification and experience of subcontractors (or potential subcontractors) to whom major parts of the services are going to be subcontracted, has to be included.

      — A joint venture, the copy of the project of joint venture agreement is required,

      — A consortium, a Consortium Agreement or the project of Consortium Agreement has to be included. The consortium shall 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 single company or with another consortium or joint-venture.

       

      III.2)Conditions related to the contract
      III.2.1)Information about a particular profession
      III.2.2)Contract performance conditions:
      III.2.3)Information about staff responsible for the performance of the contract

      Section IV: Procedure

      IV.1)Description
      IV.1.1)Type of procedure
      Negotiated procedure with prior call for competition
      IV.1.3)Information about a framework agreement or a dynamic purchasing system
      The procurement involves the establishment of a framework agreement
      Framework agreement with a single operator
      IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
      Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated
      IV.1.6)Information about electronic auction
      IV.1.8)Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: yes
      IV.2)Administrative information
      IV.2.1)Previous publication concerning this procedure
      IV.2.2)Time limit for receipt of tenders or requests to participate
      Date: 14/03/2017
      Local time: 15:00
      IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
      IV.2.4)Languages in which tenders or requests to participate may be submitted:
      English
      IV.2.6)Minimum time frame during which the tenderer must maintain the tender
      Duration in months: 12 (from the date stated for receipt of tender)
      IV.2.7)Conditions for opening of tenders

      Section VI: Complementary information

      VI.1)Information about recurrence
      This is a recurrent procurement: no
      VI.2)Information about electronic workflows
      VI.3)Additional information:

       

      EDF Group's Contract Notices and/or Tenders are published in the EDF Group Purchasing Portal (GPP). To access it, you have to get registered and to access to the RFx referenced RFx_037660.

      Any supplier can register on the Internet page: https://pha.edf.com. To register, the supplier has to fill in a questionnaire. Fields followed by * are mandatory.

      An identification number is required:

      For EU suppliers, the intra-community VAT number is mandatory.

      For suppliers outside European Union, the national identification number (or DUNS number) is mandatory.

      For French suppliers (except non-profit organizations), the SIRET number is mandatory.

      Suppliers have to enter a main contact. By default, this contact will be registered as the administrator of the supplier's record.

      As soon as practical after receipt of any request for clarification through the EDF GPP RFx_037660, the Employer shall respond through the GPP mailbox. Employer's response (including an explanation of the request but without identifying the source of the enquiry) may be sent, as the case may be, to all prospective Candidates.

       

      VI.4)Procedures for review
      VI.4.1)Review body
      Tribunal de Grande Instance de Nanterre
      191 avenue Joliot-Curie
      Nanterre Cedex
      92020
      France
      Telephone: +33 140971010
      VI.4.2)Body responsible for mediation procedures
      VI.4.3)Review procedure
      VI.4.4)Service from which information about the review procedure may be obtained
      VI.5)Date of dispatch of this notice:
      24/02/2017
    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 01.03.2017
Zuletzt aktualisiert 01.03.2017
Wettbewerbs-ID 2-257747 Status Kostenpflichtig
Seitenaufrufe 76