France - A48 - Rehabilitation of PS 92+018
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 05 February 2024
- Opportunity publication date
- 11 January 2024
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Link to the official text of the OJEU: https://ted.europa.eu/udl?uri=TED:NOTICE:009420-2024:TEXT:FR:HTML 08/01/2024 S5 France-Jonage: Ouvrages d'art et de génie civil 2024/S 005-009420 Contract notice Works Legal basis: Directive 2014/24/EU Section I: Contracting authority I.1) Name and address Official name: AREA. Numéro national d'identification: 702027871 Postal address: DGA-IC - Direction des Opérations 22D avenue Lionel Terray Ville: JONAGE Code NUTS: FRK26 Rhône Code postal: 69330 Pays: France Point(s) de contact: Service Gec - Cellule Marchés Courriel: [email protected] Adresse(s) internet: Adresse principale: http://www.aprr.fr Adresse du profil dacheteur: https://aprr.achatpublic.com I.3) Communication) Communication Contract documents are available free of charge in full and unrestricted direct access at the following address: https://aprr.achatpublic.com Address from which further information may be obtained: the above-mentioned contact point(s) Tenders or requests to participate must be sent electronically via: https://aprr.achatpublic.com I.4) Type of contracting authority Other type: Société concessionnaire d'autoroutes I.5) Principal activity Other activity: Société concessionnaire d'autoroutes Section II: Purpose II.1) Scope of the contract II.1.1) Title: A48 - Rehabilitation of PS 92+018 Reference number: BPC001725 II.1.2) Main CPV code 45220000 Civil engineering works II.1.3) Type of contract Works II.1.4) Brief description: This invitation to tender concerns : Rehabilitation work on PS 92+018 (VICAT gantry crane) on the A48 motorway in the commune of Saint-Égrève (38). 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) 45220000 Civil engineering works II.2.3) Place of performance NUTS code: FRK24 Isère Main place of performance: The works are located in the commune of Saint Egrève - Département de l'Isère (38) II.2.4) Description of services: The present call for tenders concerns the rehabilitation of PS 92+018 (VICAT gantry crane) on the A48 motorway in the commune of Saint-Égrève (38). 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 the contract, framework agreement or dynamic purchasing system Duration in months: 5 This contract may be subject to renewal: no II.2.10) Variants Variants will be taken into consideration: no II.2.11) Information on options Options: yes Description of options: The contracting authority may award a works contract without prior advertising or competitive bidding for the purpose of carrying out services similar to those entrusted under the present contract, in application of article R2122-7 of the French Public Order Code. II.2.13) Information on European Union funds The contract is part of a project/program financed by European Union funds: no II.2.14) Additional information Compliance with the operating constraints of the A48 and the VICAT plant. Section III: Legal, economic, financial and technical information III.1) Conditions for participation III.1.1) Authorization to carry out the professional activity, including requirements relating to registration in the trade or professional register List and brief description of the conditions: 1) Letter of application - designation of the representative by his co-contractors (DC1). 2) Powers of attorney for persons authorized to bind the economic operator III.1.2) Economic and financial capacity List and brief description of the selection criteria: 3) A declaration by the individual candidate or the member of the group (DC2) to be completed in particular in section F1 (overall sales excluding VAT and relating to the services covered by the procedure, for the last 3 years) or equivalent documents4) Proof of relevant professional risk insurance.If they already have an account, candidates must submit this document on the online platform provided free of charge by APRR Group, at the following address: https://declarants.e-attestations.com/EAttestationsFO/fo/-Attestations.html . Alternatively, this document can be submitted with the application. III.1.3) Technical and professional capacity List and brief description of the selection criteria: 5) A list of work carried out over the past 5 years, accompanied by certificates of satisfactory execution for the most important work, enabling verification of the candidate's skills in carrying out:- work under heavy motorway (or equivalent) and/or rail operating constraints- repainting work on structures. These attestations indicate the amount, date and place of execution of the work, and specify whether it was carried out according to the rules of the trade and regularly brought to a successful conclusion. The work must be proven by a certificate from the recipient or, failing this, by a declaration from the candidate. 6) A statement of the candidate's average annual workforce and the number of supervisory staff over the last three years;7) Indication of the technicians or technical bodies, whether or not they are part of the candidate, in particular those responsible for quality control, which the candidate may call upon to carry out the work;8) A description of the tools, materials and technical equipment that the candidate will have at his disposal to carry out the contract;9) An indication of the educational and professional qualifications of the candidate or the company's executives, and in particular those responsible for carrying out work of the same nature as that of the contract;10) Certificates of professional qualification. The applicant's capacity to perform the work may be demonstrated by any equivalent means (in particular, by certificates of professional identity or work references attesting to the applicant's competence to carry out the work for which he is applying), as well as equivalent certificates from bodies established in other member states.Foreign applicants must produce qualifications in their original language, accompanied by a French translation and a note justifying equivalence with the qualifications requested. Minimum specific level(s) required: The sole candidate or one of the members of the consortium must provide evidence of the following minimum specific levels. Each qualification may be demonstrated by equivalence (equivalent references less than five (5) years old or another equivalent or higher-level qualification): - FNTP 7222 - Protection des ouvrages métalliques - FNTP 7254 - Remplacement et réparation des dispositifs de retenue, garde-corps.In the case of qualifications provided by a subcontractor, the candidate must provide proof of the subcontractor's capabilities (supply of the qualification certificate or equivalent) and of the fact that he will have them available to carry out the contract, by producing a written undertaking from the subcontractor to carry out the services concerned in the event of the contract being awarded to the candidate concerned. Proof of this written undertaking may be provided by any means. Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Open procedure IV.1.3) Information on 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: no IV.2) Administrative information IV.2.2) Deadline for receipt of tenders or requests to participate Date: 05/02/2024 Local time: 12:00 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 his offer Duration in months: 6 (from the deadline for receipt of tenders) IV.2.7) Tender opening procedures Date: 05/02/2024 Local time: 14:00 Information on authorized persons and opening procedures: The opening session is not public. Section VI: Additional information VI.1) Renewal This is a renewable contract: no VI.3) Additional information: A/ This notice is drafted and published in French.B/ Criteria relating to the personal situation of economic operators (likely to lead to their exclusion):The submission of the documents mentioned in the paragraph "Participation conditions" is compulsory. AREA will also request the following documents from the sole bidder to whom it intends to award the contract:- tax and social security certificates, - professional civil liability and decennial insurance certificates, - documents relating to the fight against undeclared work and fraud involving seconded workers. The contract can only be awarded to this bidder if it produces the above-mentioned documents within the allotted time. AREA will eliminate any candidate who is prohibited from bidding on a public contract in application of the provisions of articles of the French Public Procurement Code (L2141-1 to L2141-6-1 for automatic exclusions and L2141-7 to L2141-11 for exclusions at the discretion of the purchaser). On the basis of the following criteria, any candidate who does not demonstrate that he/she possesses sufficient capacities and guarantees to obtain the contract will be disqualified:- Sufficient economic and financial capacities;- Sufficient professional guarantees;- Sufficient technical capacities.C/ Candidate's legal form: Candidates may present themselves in the form of a single company or a group of companies with the designation of a common representative. In the case of a consortium, the representative must present all his co-signatories, and the consortium's representative must be designated at the time of application. The winning consortium will be, at the consortium's choice, either a joint consortium or a joint consortium with a joint representative.Multiple applications are not permitted. A company may submit only one application, either as the sole applicant, or as the representative of a consortium, or as the co-contractor of a consortium. The same company may act as subcontractor for several candidates. The composition of a grouping may only be modified between the date of submission of applications and the date of signature of the contract in the cases provided for in the French Public Procurement Code.D/ How to access the DCE : Candidates can download the consultation file from https://aprr.achatpublic.com by entering "Groupe APRR" in the "Organisme" section. The procedures for submitting files and the content of bids are described in the Consultation Rules. They must be sent electronically via this buyer profile. Tenderers are advised to anticipate the time required to download their files, and to check that the technical requirements are met in advance. The e-mail address used for submission will be the one used for the rest of the procedure. VI.4) Appeals procedures VI.4.1) Body in charge of appeals procedures Official name: Tribunal judiciaire de Lyon Postal address: 67 rue Servient City: LYON Cedex 03 Postcode: 69433 Country: France Telephone: +33 472607012 Fax: +33 472607238 Internet address: http://www.justice.gouv.fr VI.4.3) Initiation of appeals Precisions concerning the time limits for initiating appeals: They are set out in article L 122-20 of the Code de la voirie routière VI.5) Date of dispatch of this notice: 03/01/2024 Receive similar notices
- Opportunity closing date
- 05 February 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- APRR - Autoroutes Paris Rhin Rhône (si ège) FRANCE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.