1. Acheteur
1.1.
Acheteur
Nom officiel: RTE Réseau de Transport d'Electricité
Forme juridique de l’acheteur: Entreprise publique
Activité de l’entité adjudicatrice: Activités liées à l’électricité
2. Procédure
2.1.
Procédure
Titre: Submarine HV cable rock protection
Description: RTE is launching the present Contract notice (25027) in anticipation of the further Invitation To Tender (ITT) to be launched for the performance of Submarine HV cable rock protection. The main objectives of the requested works are (but not limited to): Project Management, Engineering, Procurement, Rock loading, Transport, Rock installation, Offshore logistics, Surveys, Remedy of any defect up to the end of the Warranty Period and Provision of all documentation. Site is located in UK territorial waters, about 10km off the coast. Water depth is about 30 m. The indicative schedule is indicated in the Pre-Qualification Questionaire (PQQ) available in RTE e-procurement portal (Bravo Solution) . Applicable Technical Specifications shall be provided at ITT stage.
Identifiant de la procédure: 6a255085-443f-4df3-ba6d-3ca6921d3013
Identifiant interne: 25027
Type de procédure: Négociée avec publication préalable d’un appel à la concurrence / concurrentielle avec négociation
La procédure est accélérée: non
2.1.1.
Objet
Nature principale du marché: Travaux
Nomenclature principale (cpv): 45255410 Travaux de montage offshore
2.1.2.
Lieu d’exécution
Pays: Royaume-Uni
N’importe où dans le pays donné
Informations complémentaires: Offshore - UK territorial waters
2.1.4.
Informations générales
Informations complémentaires: 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 eprocurement platfom, namely https://rtefrance.bravosolution.com. The Applicants wishing to participate in the prequalification process must provide the Expression of Interest and the PreQualification Questionnaire (PQQ) duly filled in via RTE eprocurement platform including but not limited to: (i) for single company — company name, main contact name and main contact address completed [in case of Joint Venture (JV) with brief description of JV and its structure] with contemplated list of main subcontractors if necessary; (ii) for consortia — brief description of consortium structure, companies names, main contact name and main contact address with contemplated list of main subcontractors if necessary. The binding letter with all participants signed by each company legal representative with power of attorney. The PQQ, which is available on the RTE eprocurement platform, is a questionnaire divided into general questions regarding the Applicants and more specific questions regarding the Applicants experience relevant to the scope of services as well as health and safety policies and experiences. RTE reserves its right to exclude Joint Venture/consortium Applicants that would change their composition partway through the process without prior approval from RTE. Any change in the form and/or composition of the single company or consortium at any point of the procedure shall be prior approved in writing by RTE. In case of award to a Consortium, RTE reserves the right to request: (i) all members of the Consortium to be jointly and severally liable, or, (ii) the leader of the Consortium to be jointly and severally liable of all other members. Additional conditions may be added to the ITT documentation.
Base juridique:
Directive 2014/25/UE
2.1.6.
Motifs d’exclusion
Sources des motifs d'exclusion: Avis
Manquement à des obligations liées à des motifs d’exclusion purement nationaux: The candidate must provide a declaration on his honor, duly dated and signed, to prove that he does not fall into any cases of exclusion from the procedure for awarding contracts subject to public procurement, mentioned in articles L.21411 to L.21415 and L.21417 to L.214111 of the French Public Procurement Code (code de la commande publique). Such exclusions include, but are not limited to : 1.1) sentences handed down by a criminal court relating to corruption in the broadest sense, bribery, influence peddling, unlawful taking of interest, fraud, breach of trust, forgery, money laundering, participation in a criminal conspiracy, for acts of terrorism, for narcotics ; 1.2) failures to comply with social security or tax obligations, established either by a judge or by the authorities responsible for collecting taxes, social security contributions and levies, or by the labour inspectorates and similar bodies; 1.3) a state of compulsory liquidation, bankruptcy or receivership for which there is no authorization to continue trading for the foreseeable duration of the performance of the public contract, or for which there is no receivership plan, recorded by the Commercial Court; 1.4) infringement of the rules on combating illegal employment, observed by the Labour Inspectorate and similar services or reported by the latter to the representatives of the State. 2) For companies with more than 20 employees: and that the company has complied with Articles L. 52121 to L. 521211 of the French Labour Code concerning the employment of disabled workers. 3) For applicants established OUTSIDE France: provide a declaration on honor of payment of the sums due in respect of fines for failure to declare seconded workers (R.21438 of the French Public Procurement Code and R.126312 of the French Labour Code). 4) not to be in one of the cases provided for in 1° of Article 5 duodecies of European Union Council Regulation No. 2022/576 of 8 April 2022 concerning restrictive measures with regard to Russia's actions destabilizing the situation in Ukraine.
5. Lot
5.1.
Lot: LOT-0001
Titre: Submarine HV cable rock protection
Description: Submarine HV cable rock protection
5.1.1.
Objet
Nature principale du marché: Travaux
Nomenclature principale (cpv): 45000000 Travaux de construction
5.1.2.
Lieu d’exécution
Pays: Royaume-Uni
N’importe où dans le pays donné
Informations complémentaires: Offshore - UK territorial waters
5.1.3.
Durée estimée
Autre durée: Inconnu
5.1.4.
Reconduction
Nombre maximum de reconductions: 2
5.1.6.
Informations générales
Participation réservée:
La participation n’est pas réservée.
Le marché relève de l’accord sur les marchés publics (AMP): oui
5.1.9.
Critères de sélection
Sources des critères de sélection: Avis
Critère: Autres exigences économiques ou financières
Description du critère de sélection: Administrative and technical evaluation as per Pre-Qualification Questionnaire (PQQ) available on Purchaser's e-procurement portal (Bravo Solution)
Les critères seront appliqués pour sélectionner les candidats à inviter pour la seconde étape de la procédure
Informations sur la seconde étape d’une procédure en deux étapes:
La procédure se déroulera en plusieurs étapes. À chaque étape, certains candidats peuvent être éliminés
5.1.10.
Critères d’attribution
Critère:
Type: Prix
Description: As per the applicable evaluation methodology to be defined in the applicable Invitation To Tender (ITT) to be issued as ITT issuance
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de soumission:
Soumission par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation/candidatures peuvent être présentées: anglais
Catalogue électronique: Non autorisée
Variantes: Autorisée
Les soumissionnaires peuvent présenter plusieurs offres: Autorisée
Description de la garantie financière: Bonds and Guarantees will be required. The types, amounts and conditions will be defined in the further ITT documentation.
Date limite de réception des demandes de participation/candidatures: 13/03/2026 11:00:00 (UTC+01:00) Heure de l'Europe centrale, heure d'été de l'Europe occidentale
Conditions du marché:
Le contrat doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Conditions relatives à l’exécution du contrat: Contractual, commercial, planning and technical conditions will be specified under the Invitation To Tender (ITT) to be issued, based on RTE requirements and project needs.
Un accord de confidentialité est requis: oui
Informations complémentaires sur l’accord de confidentialité: Applicable Non Disclosure Agreement (NDA) is available on the Purchaser's e-procurement portal (Bravo Solution)
Forme juridique que doit revêtir un groupe de soumissionnaires auquel un marché est attribué: 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 platfom, namely https://rtefrance.bravosolution.com. The Applicants wishing to participate in the pre-qualification process must provide the Expression of Interest and the Pre-Qualification Questionnaire (PQQ) duly filled in via RTE e-procurement platform including but not limited to: (i) for single company — company name, main contact name and main contact address completed [in case of Joint Venture (JV) with brief description of JV and its structure] with contemplated list of main subcontractors if necessary; (ii) for consortia — brief description of consortium structure, companies names, main contact name and main contact address with contemplated list of main subcontractors if necessary. The binding letter with all participants signed by each company legal representative with power of attorney. The PQQ, which is available on the RTE e-procurement platform, is a questionnaire divided into general questions regarding the Applicants and more specific questions regarding the Applicants experience relevant to the scope of services as well as health and safety policies and experiences. RTE reserves its right to exclude Joint Venture/consortium Applicants that would change their composition partway through the process without prior approval from RTE. Any change in the form and/or composition of the single company or consortium at any point of the procedure shall be prior approved in writing by RTE. In case of award to a Consortium, RTE reserves the right to request: (i) all members of the Consortium to be jointly and severally liable, or, (ii) the leader of the Consortium to be jointly and severally liable of all other members. Additional conditions may be added to the ITT documentation.
Arrangement financier: Main financial conditions and payment arrangements will be prescribed in the Invitation to Tender (ITT) to be issued
5.1.15.
Techniques
Accord-cadre:
Accord-cadre, sans remise en concurrence
Informations sur le système d’acquisition dynamique:
Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et recours
Organisation chargée des procédures de recours: Tribunal Judiciaire de nanterre
Description des délais d'introduction des procédures de recours: 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 made until the expiry of a six (6) months period starting at the day after the contract award as stated in article 14413 of the Civil Procedure Code.
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché: RTE Réseau de Transport d'Electricité
Organisation qui fournit un accès hors ligne aux documents de marché: RTE Réseau de Transport d'Electricité
Organisation qui fournit des précisions concernant l’introduction des recours: Tribunal Judiciaire de nanterre
8. Organisations
8.1.
ORG-0002
Nom officiel: Tribunal Judiciaire de nanterre
Numéro d’enregistrement: 17780111500151
Département: Instance chargée des procédures de recours
Adresse postale: 179-191 avenue Joliot-Curie
Ville: Nanterre
Code postal: 92020
Subdivision pays (NUTS): Hauts-de-Seine (FR105)
Pays: France
Point de contact: Instance chargée des procédures de recours
Téléphone: 0033140971010
Rôles de cette organisation:
Organisation chargée des procédures de recours
Organisation qui fournit des précisions concernant l’introduction des recours
8.1.
ORG-0003
Nom officiel: RTE Réseau de Transport d'Electricité
Numéro d’enregistrement: 44461925802482
Département: Procurement department
Adresse postale: 7C Place du Dôme
Ville: Puteaux
Code postal: 92073
Subdivision pays (NUTS): Hauts-de-Seine (FR105)
Pays: France
Point de contact: Nadim DHIFALLAH
Téléphone: 0033672063020
Rôles de cette organisation:
Acheteur
Organisation qui fournit des informations complémentaires sur la procédure de passation de marché
Organisation qui fournit un accès hors ligne aux documents de marché
8.1.
ORG-0000
Nom officiel: Publications Office of the European Union
Numéro d’enregistrement: PUBL
Ville: Luxembourg
Code postal: 2417
Subdivision pays (NUTS): Luxembourg (LU000)
Pays: Luxembourg
Téléphone: +352 29291
Rôles de cette organisation:
TED eSender
Identifiant/version de l’avis: 66cf5f30-64c0-4b0d-ac5c-4bbd0e4312a9 - 02
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 17
Date d’envoi de l’avis: 20/02/2026 16:12:02 (UTC+00:00) Heure de l'Europe occidentale, GMT
Langues dans lesquelles l’avis en question est officiellement disponible: anglais
Numéro de publication de l’avis: 129846-2026
Numéro de publication au JO S: 38/2026
Date de publication: 24/02/2026