France - 38 - BOURNILLON - Lot MECANIQUE

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 February 2024
Opportunity publication date
18 January 2024
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Link to the official text of the OJEU: https://ted.europa.eu/udl?uri=TED:NOTICE:025173-2024:TEXT:FR:HTML 15/01/2024 S10 France-Annecy: Penstock valves 2024/S 010-025173 Contract notice special sectors Supplies Legal basis: Directive 2014/25/EU Section I: Contracting entity I.1) Name and address Official name: HYDROSTADIUM Postal address: 22 avenue des Vieux Moulins City: Annecy NUTS code: FRK28 Haute-Savoie Postal code: 74000 Country: France Contact point(s): Veronica Liga E-mail: [email protected] Telephone: +33 450105344 Fax: +33 450102526 Internet address(es): Main address: www.hydrostadium.com Purchaser profile address: https://pha.edf.com I.3) Communication Access to contract documents is restricted. Further information can be obtained at the following address: https://pha.edf.com Address where further information can be obtained: the above-mentioned contact point(s) Tenders or requests to participate must be sent electronically via: https://pha.edf.com Tenders or requests to participate must be sent to the above-mentioned contact point(s) Electronic communication requires the use of tools and devices that are not generally available. Full and unrestricted direct access to these tools and devices is available free of charge at the following address: https://pha.edf.com I.6) Principal activity Electricity Section II: Subject II.1) Scope of the contract II.1.1) Title: 38 BOURNILLON Lot MECHANIQUE II.1.2) Main CPV code 42131220 Penstock valves II.1.3) Type of contract Supplies II.1.4) Brief description: The purpose of this contract is the mechanical renovation of the head valve of the Bournillon (38) hydroelectric plant. II.1.5) Estimated total value II.1.6) Information on lots This contract is divided into lots: no II.2) Description II.2.2) Additional CPV code(s) 42122210 Hydraulic power units 42131220 Penstock valves 44163100 Pipes 44212382 Valves 45442100 Painting work II.2.3) Place of performance NUTS code: FRK Auvergne-Rhône-Alpes Main place of performance: BOURNILLON (38) II.2.4) Description of services: The purpose of this contract is to mechanically renovate the head gate of the Bournillon hydroelectric plant, in particular : - Studies of the head gate, the overspeed vane, the associated portion of the penstock (downstream and upstream) and the associated oil-hydraulic power plant; - The installation of access and handling equipment will be the responsibility of the bidders, as will the living base; - Dismantling of the existing equipment in a lead context; - Draining and treatment of the existing oil ; - Supply and installation of the head valve, associated dismantling sleeves and mounting fingers associated with the command control ; - Supply and installation of the oil-hydraulic power unit associated with the head valve, including in particular : o The temperature control system; o The supply of the first oil charge; o The plant components (cylinders, piping, solenoid valves, etc.). - The supply and installation of an overspeed paddle with a device for adjusting the trigger speed; - The supply and installation of the pipe sections associated with the head valve and the associated bolts and nuts; - The complete stripping and repainting of the pipe sections associated with the head valve, upstream and downstream, inside and outside (approximately along the length of the room); - The associated tests and requalifications; - Waste treatment. The main objectives and constraints of the contract are as follows: - The implementation and modernization of all the mechanical and hydraulic equipment of the head gate required to extend the operation of the unit associated with the Bournillon low-head development; - On-site operation is scheduled between the beginning of May and the beginning of July 2025. The main characteristics of the electrical equipment are as follows: - The head valve is a butterfly valve with a diameter of 1200mm, supporting a PMIS of around 5.85mCE with gravity closure (counterweight); - The pipe is 5mm thick and has an internal diameter of 1200mm. The repainting length is approx. 5 m (inside and outside); - The hydraulic power unit allows the following operating times: o 50 seconds for opening; o 80 seconds for closing. - Overspeed paddle with a nominal flow rate of 5.1 m3/s and a theoretical release value of 6.344 m3/s. This list is not exhaustive. The total scope will be described in specifications to be attached to the consultation file. II.2.5) Award criteria Price is not the only award criterion and all criteria are set out solely in the contract documents II.2.6) Estimated value II.2.7) Duration of contract, framework agreement or dynamic purchasing system Duration in months: 13 This contract is renewable: no II.2.9) Information on limits to the number of candidates invited to participate Minimum number envisaged: 3 Maximum number: 6 Objective criteria for limiting the number of candidates: The term "candidate" applies to the economic operator comprising the individual company or the members of the grouping. After analysis of the candidates' technical capacity criteria, only eligible candidates or temporary groupings of companies will be rated as follows. A maximum of 6 individual candidates or consortia will be pre-selected on the basis of the application file. Only those shortlisted will receive the consultation file. Applications will be assessed on the basis of selection criteria: Technical capacity will be assessed by awarding a technical mark based on the application file submitted by the candidates, and according to the criteria and procedures specified below (each technical criterion will be given a mark from 1 to 5 (1: insufficient; 2: fair; 3: satisfactory; 4: very satisfactory; 5: excellent): - The applicant's design office must provide evidence of its expertise in the design and sizing of the following elements: o Hydromechanical equipment for in-line valves : o Gate (weighted at 2) o Penstock (weighted at 2) o Safety equipment (weighted at 2) o Oil-hydraulic equipment for hydroelectric power plants (weighted at 1.5) o Control systems for hydroelectric power plants (weighted at 1) o Hydromechanical calculations and sizing in the field of in-line gates, overspeed pallets, penstocks (weighted at 1.5) o Calculations and sizing of actuators and oil-hydraulic control units (weighted at 1) o Ability (hardware, software, human resources) to produce complete mechanical workshop recipes (weighted at 1) - Installation and commissioning of : o Penstocks (weighted at 2); o Valves (weighted at 2); o Oil-hydraulic equipment for regulating production units, valves and flap gates (weighted at 1); o Flood and leak management and site installation in a safe context (weighted at 1); o Installation of safety and handling equipment (such as scaffolding, solid floor) (weighted at 1). Each applicant or member of a consortium must provide all the information required to assess its capacity. If one or more service provider evaluation forms (FEP) have been completed within Hydrostadium and/or the EDF Group over the last 3 years, the candidate will be awarded 0 points if at least one of his FEPs has obtained a mark of less than 50%, and 3 points if none of the marks obtained is less than 50%. In the absence of a PEF, the candidate will be awarded the average of the marks obtained by the other candidates. II.2.10) Variants Variants will be taken into consideration: yes II.2.11) Information on options Options: yes Description of options: - Reprise du massif dancrages de la vanne de tête II.2.13) Information on European Union funds The contract is part of a project/programme financed by European Union funds: no II.2.14) Additional information Hereinafter referred to as "the candidate": the candidate alone or a groupement momentané dentreprise (GME). Section III: Legal, economic, financial and technical information III.1) Participation conditions III.1.1) Authorization to carry out professional activity, including requirements relating to registration in a trade or professional register List and brief description of conditions: Candidates must provide a dated and signed declaration on their honour that they do not fall into any of the cases of disqualification mentioned in articles L. 2141-1 to L. 2141-5 and L. 2141-7 to L. 2141-11 of the French Public Procurement Code, in particular that they meet the obligations concerning the employment of disabled workers defined in articles L. 5212-1 to L. 5212-11 of the French Labour Code. This declaration must be provided by individual candidates, by each member of a candidate group and, where applicable, by subcontractors. Candidates must provide an extract from the relevant register, dated less than 3 months, such as a K-bis extract, or, failing this, an equivalent document issued by the competent judicial or administrative authority of the candidate's country of origin or establishment. This document must be provided by individual candidates and by each member of a candidate group. If the candidate is in receivership, he must produce a copy of the judgement(s) pronounced to prove that he is authorized to continue his activities for the duration of the contract. This document must be provided by individual applicants and by the relevant members of an applicant group. Applicants must provide certificates issued by the relevant authorities and organizations proving that they have met their tax and social security obligations. These certificates must be provided by individual candidates and by each member of a candidate group. III.1..2) Economic and financial capacity List and brief description of selection criteria: To assess their economic and financial capacity, candidates must provide the following information or supporting documents: 1) statement of the applicant's overall sales and, where applicable, sales in the field of activity covered by the contract, covering no more than the last 3 financial years available, depending on the date on which the company was set up or the economic operator started trading, insofar as information on these sales figures is available; 2) balance sheets or extracts from balance sheets, for the last 3 years, of economic operators for whom the drawing up of balance sheets is compulsory by law; 3) appropriate bank declarations or, where applicable, proof of insurance against relevant professional risks. => Candidates must provide proof of civil liability insurance. If, for a justified reason, the applicant is unable to produce the information and documents required, he is authorized to prove his economic and financial capacity by any other appropriate means. Minimum specific level(s) required: The candidate must have an average annual turnover over the last 3 available financial years of more than 2 times the amount of its share of the work in the case of a GME, or 2 times the amount of the contract in the case of a stand-alone bid. This analysis will be based on the amount of work estimated on the basis of HYDROSTADIUM's target price. If, for a justified reason, the candidate is unable to produce the information and documents required, he is authorized to prove his economic and financial capacity by any other appropriate means. III.1.3) Technical and professional capacity List and brief description of selection criteria: Applicants may use subcontractors to prove their capacity: - They must provide proof of the subcontractor's capacity. - They undertake to respond to the consultation with the subcontractor if their application is selected, and to perform the contract with the subcontractor if they are awarded the contract. To assess their technical and professional capacity, candidates must provide the following information or documents: 1°) A list of the main deliveries made or services provided over the last three years, indicating the amount, date and public or private recipient. Evidence relating to relevant products or services supplied more than three years ago will be taken into account. Deliveries and services must be proven by a certificate from the recipient or, failing this, by a declaration from the economic operator; 2°) A declaration of the candidate's average annual workforce and the number of supervisory staff over the last three years. The applicant or members of the applicant group must have their own human resources and be able to meet demand without subcontracting beyond the first rank; 3°) A document indicating the educational and professional qualifications of the applicant or company executives, and in particular those responsible for providing services or carrying out work of a similar nature to that of the contract; 4°) An indication of the technicians or technical bodies, whether or not integrated into the candidate, in particular those responsible for quality control; 5°) A description of the tools, equipment and technical facilities available to the candidate for carrying out the contract; 6°) A description of the technical facilities and measures employed by the candidate to ensure quality, and of the company's study and research facilities. In particular, the candidate or members of the candidate group must have a methods office and must draw up procedures for intervention and testing; 7°) An indication of the supply chain management and monitoring systems that the candidate will be able to implement during performance of the contract; 8°) Samples, descriptions or photographs of the supplies; 9°) Certificates issued by official institutes or services responsible for quality control and authorized to attest the conformity of the supplies by reference to certain technical specifications. However, other evidence of equivalent quality assurance measures produced by candidates will be accepted, if they do not have access to these certificates or have no possibility of obtaining them within the set deadlines; 10°) Accident frequency rate for the last 3 years calculated according to the following imposed formula: Frequency rate (FR) = (no. of lost-time accidents / hours worked) x 1,000,000 over a 12-month period. This frequency rate must take into account all services carried out for all customers during the reference year by the agency or agencies that will be taking over this contract. 11°) Safety and sizing of safety systems (qualifications, experience, CV) Minimum specific level(s) required: As a reminder, the candidate or its subcontractors must be technically competent, particularly in the following areas: The applicant's design office must provide proof of its expertise in the design and sizing of the following: o Calculations and sizing of the following hydromechanical equipment : in-line valves, penstocks, overspeed paddles, oil-hydraulic units o Calculations and sizing of actuators and oil-hydraulic control units o Ability (hardware, software, human resources) to produce workshop recipes and mechanical work o Calculations of load transfer through civil engineering installations o Hydraulic calculations (head loss and flow) Installation and commissioning of : o Access, safety and handling equipment (solid floor, scaffolding, etc.); o Safety-related mechanical equipment such as head gates, penstocks and overspeed paddles; o Flood and water inflow management equipment (cofferdam, warning bulb); o Oil-hydraulic equipment for regulating production units and gates; o Work in a lead context Qualifications Candidates or members of temporary consortia must hold a recognized professional qualification. All or some of the personnel involved must have a professional qualification in mechanical and electrical engineering and hydroelectric installations. In order to be able to judge its technical capacity, the candidate must justify and provide all the elements needed to assess its capacities in each of these fields, as well as a list of references in the supply of hydroelectric bar screens. Safety Applicants or members of temporary consortia must provide all information required to assess their level of safety: safety procedures and best practices during the manufacturing and assembly phases. Environment Candidates must provide a sworn statement that they and their managers have not been convicted of any offences against the French environmental code in the last 3 years. If one or more service provider evaluation forms have been completed within Hydrostadium and/or the EDF Group, no mark should be lower than 50%. Candidates must provide proof that they have taken steps with an accredited organization to set up an integrated occupational health and safety and environmental management system, by supplying either a certificate from the organization showing that certification has been obtained, or a certificate of membership of an organization issuing certification, with a commitment to obtain certification by 01/04/2024 at the latest. The safety, health and environmental management systems of the contractors must be systems set up by bodies such as VCA; SCC; MASE; OSHAS 18001 or other bodies established in one of the member states of the European Union and providing equivalent guarantees. III.1.6) Bonding and guarantees required: An advance payment guarantee may be required. III.1.7) Main terms of financing and payment and/or references to the texts which regulate them: - Payment terms: payment by bank transfer within 30 days of receipt of invoice (according to a payment schedule to be set out in the contract). III.1.8) Legal form to be taken by the grouping of economic operators to whom the contract is awarded: GMEs with joint and several representatives or GMEs with joint and several representatives are accepted. In the event of a grouping of companies being awarded the contract, one of the members of the grouping is designated as the representative. This person coordinates the services of each member of the consortium, represents them in their dealings with HSM and is jointly and severally liable for the contractual obligations of each of them. HSM accepts that each of the other members of the consortium will only be bound by the services assigned to them ("joint consortium with joint representative"). HSM also accepts that each member of the grouping be committed for the entire contract ("joint" grouping). Furthermore, a bidder who submits a bid as part of a consortium may not submit a bid either individually or as part of another consortium. Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Negotiated procedure with prior call for competition IV.1.3) Information concerning the framework agreement or dynamic purchasing system IV.1.8) Information concerning the Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.2) Deadline for receipt of tenders or requests to participate Date: 23/02/2024 Local time: 10:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates IV.2.4) Language(s) which may be used in the tender or request to participate: French IV.2.6) Minimum period during which the tenderer must maintain its tender Duration in months: 4 (from the deadline for receipt of tenders) Section VI: Additional information VI.1) Renewal This is a renewable contract: no VI.3) Additional information: To ask questions and reply to this contract notice, candidates are invited to use the associated "AVIS007258 - 38 BOURNILLON - Lot MECANIQUE", accessible in the purchasing-portal. Candidates who are not registered on the purchasing portal can register at the following address: https://pha2.edf.com In the case of a joint or several consortium with a single representative: HSM will check the suitability of the representative and of the other members of the consortium, and in particular all the criteria in this notice must be met; the economic and financial capacities (III.1.2) and the technical and professional capacities (III.1.3) are analyzed at the level of the entire applicant consortium. Without prejudice to article L. 2141-13 of the French Public Procurement Code, the composition of the consortium may not be modified between the date of submission of applications and the date of signature of the contract, except in the event of company restructuring or if the consortium provides proof that one of its members is unable to perform its task for reasons beyond its control. The consultation will be carried out by e-tender via EDF's electronic purchasing portal: https://pha2.edf.com . Tenderers will be invited to submit all documents to be supplied in electronic form via the EDF Purchasing Portal. VI.4) Appeals procedures VI.4.1) Body responsible for appeals procedures Official name: Tribunal de grande instance d'Annecy Postal address: 51 rue Sommeiller BP2321 City: Annecy Postal code: 74011 Country: France Telephone: +33 450101700 Fax: +33 450101698 VI.4.4) Service auprès dont des renseignements peuvent être obtenus sur l'introduction de recours Official name: Tribunal de grande instance d'Annecy Postal address: 51 rue Sommeiller BP2321 Ville: Annecy Code postal: 74011 Pays: France Téléphone: +33 450101700 Fax: +33 450101698 VI.5) Date denvoi du présent avis: 10/01/2024 Receive similar notices

Opportunity closing date
23 February 2024
Value of contract
to be confirmed

About the buyer

Address
Hydrostadium FRANCE

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?