France - Project management for the development OF the lormandiere site, a sensitive natural and industrial area, as a place for the development OF the social economy
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 09 February 2024
- Opportunity publication date
- 30 December 2023
- 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:791006-2023:TEXT:FR:HTML 27/12/2023 S249 France-Thorigné-Fouillard: Architectural services, construction services, engineering services and inspection services 2023/S 249-791006 Contract notice Services Legal basis: Directive 2014/24/EU Section I: Contracting authority I.1) Name and address Official name: soc pub locale constr pub ille vilaine National identification number: 81378068100017 Postal address: immeuble F 7 avenue de Tizé Cs53604 City: Thorigné Fouillard Cedex NUTS code: FRH03 Ille-et-Vilaine Postal code: 35236 Country: France E-mail: [email protected] Internet address(es): Main address: https://marches.megalis.bretagne.bzh/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=182925&orgAcronyme=i4d Purchaser profile address: https://marches.megalis.bretagne.bzh/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=182925&orgAcronyme=i4d I.3) Communication Contract documents are available free of charge in full and unrestricted direct access at the following address: https://marches.megalis.bretagne.bzh/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=182925&orgAcronyme=i4d 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://marches.megalis.bretagne.bzh/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=182925&orgAcronyme=i4d 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://marches.megalis.bretagne.bzh/ I.4) Type of contracting authority Regional or local agency/office I.5) Main activity General services of public administrations Section II: Subject matter II.1) Scope of the contract II.1.1) Title: project management for the development of the sensitive natural and industrial area of the lormandiere site into a place for the development of the Social and Solidarity Economy Reference number: 6027_LORMANDIERE_MOE II.1.2) Main CPV code 71000000 Architectural services, construction services, engineering services and inspection services II.1.3) Type of contract Services II.1.4) Brief description: project management for the enhancement of the Espace naturel sensible et industriel du site de lormandiere en lieu de développement de L'Economie sociale et solidaire II.1.5) Total estimated value II.1.6) Information on lots This contract is divided into lots: no II.2) Description II.2.2) Additional CPV code(s) 71000000 Architectural services, construction services, engineering services and inspection services II.2.3) Place of performance NUTS code: FRH03 Ille-et-Vilaine Main place of performance: espaces Naturels Sensibles autour de l'ancienne carrière et les fours à chaux 35131 chartres de bretagne II.2.4) Description of services: the consultation concerns the award of a project management contract for the development of the sensitive natural and industrial area of the Lormandière site into a place for the development of the Social and Solidarity Economy.SPL Construction Publique d'ille-et-vilaine acts in the name and on behalf of the Département d'ille-et-vilaine within the framework of a project management mandate.The mission assigned to the project manager will be a basic mission (diag, esq, aps, apd, pro, act, visa, det, aor) extended to complementary missions (SSI, Analyse du Cycle de Vie, Etudes de Synthèse, Opc).The total contract value is estimated at 3 754 000 euro(s) (excl. tax). The nature and scope of services are described in the Cahier des Clauses Administratives Particulières and in the Cahier des Clauses Techniques Particulières. II.2.5) Award criteria Price is not the only award criterion, and all the 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: 48 This contract may be renewed: no II.2.8) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract may be renewed: no II.2..9) Information on the limits to the number of candidates invited to participate Number of candidates envisaged: 5 Objective criteria for limiting the number of candidates: the present consultation is aimed at project management teams made up of an architect, leader of the consortium, a construction economist, and one or more technical design offices competent in Structure, Fluids (high/low current), Thermal, Acoustic, Environmental, Landscape, cssi, vrd, opc. Applications will first be examined in accordance with articles R. 2144-1 to R. 2144-7, on the basis of the following criteria:-complete file, i.e. containing all the documents, declarations, certificates or attestations required in accordance with articles R. 2143-3 to R. 2143-7. 2143-3 to R. 2143-12 of the French Public Procurement Code,-admissible applications in accordance with articles L. 2141-1 to L2141-5 and L. 2141-7 to L. 2141-11 and R. 2143-6 to R. 2143-10 of the French Public Procurement Code,-professional, technical and financial capabilities deemed sufficient in relation to the subject of the contract.The selection criteria for the first phase of the procedure with negotiation are ranked as follows: -Suitability and quality of proposed references in relation to the subject of the contract (60 points). The references presented by the team must relate to projects carried out over the last 5 years, indicating the value of the work, the date and the public or private recipient. Please note that these references must be for contracts awarded and at least at the APD stage (references that do not meet these criteria will not be taken into account). Evidence of relevant services provided more than five years ago will be taken into account. -Skills, organization and resources of the team (40 points), analyzed with regard to: othe candidate's skills and general organization (20 points);othe team's human and material resources and financial capacities (20 points) Five candidates will be admitted to submit a bid at the end of the analysis of applications II.2.10) Variants Variants will be taken into consideration: no II.2.11) Information on options Options: yes Description of options: In accordance with article R. 2122-7 of the French Public Order Code, the contracting authority reserves the right to award contracts to the successful bidder for the provision of services similar to those to be provided under the contract, in the context of a negotiated procedure without advertising or competitive tendering. The period during which these new contracts may be concluded may not exceed three years from the notification of the present contract 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 Section III: Legal, economic, financial and technical information III.1) Conditions of participation III.1.1) Authorisation to perform the contract's activities.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: each individual candidate or each member of a consortium must supply the following documents:- application letter (Dc1 or equivalent) containing all the information needed to identify the candidate or all the members of the consortium in the case of a consortium response.each individual candidate or each member of a consortium must supply the following documents: - a declaration on honour to the effect that they are not subject to any of the prohibitions on tendering as defined in articles L.2141-1 to L.2141-5 and L.2141-7 to L.2141-11 of the French Public Order Code, and that they are in compliance with articles L 5212-1 to L 5212-11 of the French Labour Code concerning the employment of disabled workers. The submission of a Dc1 or a DUME will be considered as the submission of a declaration on honor - Power of attorney of the person empowered to sign on behalf of the economic operator - Declaration by the individual candidate or the member of the grouping (Dc2 or equivalent) - The candidate may submit his application in the form of a Single European Market Document (Dume), instead of forms Dc1 and Dc2. In accordance with articles R. 2143-13 and R. 2143-14 of the French procurement code, each member of the consortium must supply a completed DUME form. 2143-14 of the French Public Procurement Code, candidates are not required to provide: - documents and information that the contracting authority can obtain directly from an electronic information system administered by an official body, or from a digital storage space, provided that the application file includes all the information required to consult the system or space, and that access to it is free of charge; - documents and information that have already been sent to the contracting authority as part of a previous call for tenders, and which remain valid. They are required to indicate precisely the references of the corresponding consultation (subject and deadline for submission of offers). Candidates may not claim that the contracting authority has failed to provide sufficient information III.1.2) Economic and financial capacity List and brief description of selection criteria: Each individual candidate or member of a group must provide the following documents: - declaration concerning the candidate's overall turnover and, where applicable, turnover in the field of activity covered by the public contract, covering at most the last three 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 figures is available- appropriate bank statements or proof of insurance against relevant professional risks III.1..3) Technical and professional capacity List and brief description of the selection criteria: each individual candidate or member of a group must provide the following documents:- indication of the educational and professional qualifications of the candidate or the company's executives, and in particular those responsible for providing services or carrying out work of the same nature as that of the public contract- statement of the candidate's average annual workforce and the number of supervisory staff for each of the last three years- list of the main services provided by the candidate or the company's executives, and in particular those responsible for providing services or carrying out work of the same nature as that of the public contract- statement of the candidate's average annual workforce and the number of supervisory staff for each of the last three years. List of the main services provided by the individual candidate or each member of the consortium over the last five years, indicating the amount, date and public or private recipient. It is specified that these references are for contracts awarded and at least at the APD validated stage, in the execution phase or completed (references that do not meet these criteria will not be taken into account).only the representative will be required to submit:- the reference presentation framework detailing three (3) references for specific operations carried out over the last five years, in order to highlight references of equivalent complexity (heritage rehabilitation) to that covered by the present consultation. Evidence of relevant services provided more than five years ago will be taken into account. - a book of graphic references presenting its achievements a presentation note including:- a note of 2 A4 sheets maximum recto/verso numbered at the bottom of pages from 1/4 to 4/4 concerning the organization and the means of the candidate or the team with designation of a representative for the realization of the public market and the synthetic presentation framework of the team in Excel format.Landscape architects only are required to submit:- a reference presentation form detailing one (1) reference for specific operations carried out over the last five years, in order to highlight references of equivalent complexity (landscaping on natural sites) to that covered by the present consultation. Evidence of relevant services provided more than five years ago will be taken into account. If, in order to justify its capabilities, the candidate wishes to rely on the professional, technical and financial capabilities of any other party (subcontractor in particular), it must produce the documents relating to this party referred to above. If it is objectively impossible for the candidate to produce any of the information or documents requested by the contracting authority, in order to prove its capacity, it may prove its capacity by any other document considered equivalent by the contracting authority III.2.) Conditions relating to the contract III.2.1) Information concerning the profession The service is reserved for a specific profession References to applicable laws, regulations or administrative provisions: the individual candidate or the representative of the consortium must be registered with the Ordre des Architectes, or equivalent for candidates not established in France. Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Competitive procedure with negotiation IV.1.3) Information on the framework agreement or dynamic purchasing system IV.1.4) Information on the reduction of the number of solutions or offers during the negotiation or dialogue Use of a procedure taking place in successive phases in order to progressively reduce the number of solutions to be discussed or offers to be negotiated IV.1.5) Information on the negotiation The contracting authority reserves the right to award the contract on the basis of the initial offers without conducting negotiations 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: 09/02/2024 Local time: 16:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 01/03/2024 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 is required to maintain its offer Duration in months: 6 (from the deadline for receipt of tenders) Section VI: Additional information VI.1) Renewal This is a renewable contract: no VI.2) Information on electronic exchanges On-line invoicing will be accepted VI.3) Additional information: a/ Identification of economic operators to access consultation documents electronically is not compulsory. However, identification enables automatic notification of any changes or clarifications made by the purchaser. B/ At the end of the application analysis phase, candidates admitted to submit a bid will be asked to produce the documents referred to in article R. 2143 of the French Public Procurement Code. If a candidate is unable to provide these documents, he/she will be eliminated and replaced by the first candidate not selected at the end of the analysis of applications.C/ A compulsory site visit with the five selected bidders is planned. The date will be indicated in the invitation to tender that will be sent to them following analysis of the applications.D/ No tender documents need be submitted at the application stage. Only the five candidates admitted to negotiation will be asked to submit these documents at the end of the analysis of applications.E/ The language of drafting and publication of the notice is French.F/ Information required from candidates: please refer to section Iii.1G/ Candidate selection criteria: please refer to section Ii.2.9 VI.4) Appeals procedures VI.4.1) Body responsible for appeals procedures Official name: tribunal administratif de rennes Postal address: hôtel de Bizien 3 Contour de la Motte Cs44416 City: Rennes Cedex Postal code: 35044 Country: France E-mail: [email protected] Telephone: +33 0223212828 Fax: +33 0299635684 Internet address: http://rennes.tribunal-administratif.fr/ VI.4.2) Body responsible for mediation procedures Official name: ccira de nantes Postal address: dreets des pays de la loire 22 mail Pablo Picasso - bP 24209 City: Nantes Cedex 1 Postal code: 44042 Country: France E-mail: [email protected] Telephone: +33 0253467983 Fax: +33 0253467979 VI.4.4) Service auprès dont des renseignements peuvent être obtenus sur l'introduction de recours Nom officiel: greffe du tribunal administratif de rennes Adresse postale: hôtel de Bizien 3 Contour de la Motte Cs44416 Ville: Rennes Cedex Code postal: 35044 Pays: France Courriel: [email protected] Téléphone: +33 0223212828 Fax: +33 0299635684 Adresse internet: http://rennes.tribunal-administratif.fr/ VI.5) Date denvoi du présent avis: 22/12/2023 Receiver des avis similaires
- Opportunity closing date
- 09 February 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- SPL Construction Publique d'Ille et Vilaine FRANCE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.