France - Transport of aeronautical and other equipment for the Bordeaux aeronautical industrial workshop (AIA BX)
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 02 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:777823-2023:TEXT:FR:HTML 22/12/2023 S247 France-Clermont-Ferrand: Road transport services 2023/S 247-777823 Contract notice Services Directive 2009/81/EC Section I: Contracting authority/entity I.1) Name, address and contact point(s) Official name: MINARM/AIR/SIAé Postal address: ATELIER INDUSTRIEL DE LAERONAUTIQUE 161 avenue du Brézet - CS 70501 City: CLERMONT-FERRAND CEDEX 2 Postal code: 63028 Country: France Contact point(s): Please refer to the document "Modalités de remise des candidatures" downloadable from the PLACE (cf. "Adresse(s) Internet" and "Section VI : Renseignements complémentaires" ci-après) For the attention of: Richard FARISSIER E-mail: [email protected] Telephone: +33 473424448 Fax: +33 473424550 Internet address(es): Purchaser profile address: https://www.marches-publics.gouv.fr Electronic access to information: https://www.marches-publics.gouv.fr Electronic submission of tenders and requests to participate: https://www.marches-publics.gouv.fr Address from which additional information may be obtained: from the above-mentioned contact point(s) Address from which the specifications and additional documents (including documents relating to a competitive dialogue and a dynamic purchasing system) may be obtained: from the above-mentioned contact point(s) Address to which tenders or requests to participate must be sent: to the above-mentioned contact point(s) I.2) Type of contracting authority Ministry or any other national or federal authority, including their regional or local subdivisions I.3) Principal activity Defence I.4) Contract award on behalf of other contracting authorities/entities The contracting authority acts on behalf of other contracting authorities: no Section II: Purpose of the contract II.1) Description II.1.1) Title attributed to the contract by the contracting authority: 23277 - Transport de matériels aéronautiques et divers au profit de l'atelier industriel de l'aéronautique de Bordeaux (AIA BX) II.1.2) Type of contract and place of performance, delivery or supply Services Category of services No. 5: Ground transportation services Main place of performance of works, supply or supply of services: Atelier Industriel de l'Aéronautique de Bordeaux II.1.3) Information on the framework agreement II.1.4) Information on the framework agreement II.1.5) Brief description of the contract or purchase(s): The materials transported for the Atelier Industriel de l'Aéronautique de Bordeaux are of various kinds: complete engines, modules, equipment, spares, tooling, various means of production, ingredients, shuttle crates or any other material required for maintaining aircraft engines in operational condition. The sites concerned by the shipments are specified in Appendix 1 of this notice. II.1.6) CPV (Common Procurement Vocabulary) classification 60100000 Road transport services II.1.7) Information on subcontracting The tenderer must indicate in its tender any part of the contract it intends to subcontract to third parties and any proposed subcontractors, as well as the purpose of the subcontracts for which they have been proposed The tenderer must indicate any changes that have occurred with regard to subcontractors during the performance of the contract II.1.8) Lots Division into lots: no II.1.9) Variants Variants will be taken into consideration: no II.2) Quantity or extent of the contract II.2.1) Overall quantity or extent: The present procedure will give rise to a contract with optional tranches (see section II.2.2). The estimated maximum duration of the contract is indicated in section II.3. The main characteristics of the contract are as follows: The present procedure will give rise to a fractional contract with tranches, each tranche being made up of 3 items as follows: - Item 1: fixed-price transport services (standard, urgent) - Item 2: services based on price table (transport beyond the fixed-price services of item 1) - Item 3: services based on quotation (provision) The performance deadlines for the tranches are as follows: - TF : 2 years - TO1 : 1 year - TO2 : 1 year - TO3 : 1 year II.2.2) Information on options Options: yes description of these options: The contract has optional tranches. Only the firm tranche is binding on notification of the contract. The optional tranches may be contracted by the Purchaser under the conditions detailed in the tender documents. The Purchaser reserves the right not to firm up these tranches. II.2.3) Renewal This contract may be renewed: no II.3) Duration of contract or period for completion of work Duration in months: 60 (from date of award of contract) Section III: Legal, economic, financial and technical information III.1) Conditions relating to the contract III.1.1) Bonding and guarantees required: III.1.2) Essential terms of financing and payment and/or references to the texts which regulate them: The method of payment proposed by the administration is bank transfer. Payments (advance payments, interim payments, final partial payments and balance) under this contract are made in accordance with articles L.2391-1 to L.2391-4 and R2391-1 to R2391-10 and R2391-16 to R2391-17 of the French Public Order Code. The contract is financed exclusively by budgetary resources. The form of prices (firm or revisable) will be specified in the special administrative clauses. The overall payment period is set at 30 days maximum. The contract currency is the euro. III.1.3) Legal form to be taken by the grouping of economic operators to whom the contract is awarded: Temporary groupings of companies are accepted. They may be joint or several. However, in the case of a joint grouping, the representative must be jointly and severally liable with the other members of the grouping. III.1.4) Other specific conditions to which the performance of the contract is subject, in particular with regard to the safety of the supply of services and the security of information: III.1.5) Security clearance: III.2) Conditions for participation III.2.1) Personal situation Criteria relating to the personal situation of economic operators (likely to lead to their exclusion), including requirements relating to their entry in a professional or trade register Information and formalities necessary for assessing whether these requirements are met: The admissibility of the application is subject to the provision of the following administrative documents: - DC1 form, duly completed. It must include all the certificates required under articles L.2341-1 to L.2341-3 and L.2141-7 of the French Public Order Code - DC2 form correctly completed, including the section relating to the candidate's nationality - DC1 and DC2 forms supplied by the candidate must be the latest edition in force, available at http://www.economie.gouv.fr/daj/formulaires-declaration-du-candidat Criteria relating to the personal situation of subcontractors (likely to lead to their rejection), including requirements relating to their registration in a professional or trade register Information and formalities necessary for assessing whether these requirements are met: If the candidate requests that the capacities of a subcontractor be taken into account, he must also justify the capacities of this subcontractor and provide proof that he will have them for the execution of the contract (by providing, for example, a DC2 from his subcontractor). III.2.2) Economic and financial capacity III.2.3) Technical and/or professional capacity Criteria relating to the technical and/or professional capacity of economic operators (likely to lead to their exclusion) Information and formalities necessary for assessing whether these requirements are met: Licence de transport international de marchandises : preuve de la détention d'une licence en cours de validité pour le transport international de marchandises par route pour le compte d'autrui (copie de licence) ET Conseiller de transport des matières dangereuses : proof that the applicant has the skills of a dangerous goods transport consultant, approved for road transport of classes 3, 4, 5, 6, 8 and 9 (copy of the Training Certificate for Safety Consultants for the Transport of Dangerous Goods) AND Applicant's capacity: proof by any means of the capacities held in the field of road freight transport, in particular the following material and technical means: - The vehicle fleet consists of a minimum of 15 tractors and 15 Tautliner trailers (floor space must be sufficient to transport 4 containers measuring 2.52 x 1.43 x 1.47 meters unit weight 1040 kg), - For the entire duration of the contract, a minimum of 4 low-bed trailers with ramps of the machine-carrier type, with a flat floor surface enabling loading and unloading of a load on a cart measuring 6.2m in length, 2.3m in width and 2.3m in height, and weighing 6.5T (TP400) - Low-bed trailers must be equipped with a winch with a towing capacity of at least 4T. Trailers of all types (Tautliner and low-loader) must have the following characteristics: - Side loading/unloading possible for Tautliner type trailers, - Protection of equipment against bad weather (tarpaulin truck or equivalent), and side opening possible - Protection against theft and locking with keys and seals Criteria relating to the technical and/or professional capacity of subcontractors (likely to lead to their rejection) Information and formalities required to assess whether these requirements are met: In the event that the candidate does not have all the capacities required for acceptance of the application: proof by any means of the capacities held by the subcontractor (in particular material resources, qualified personnel, validated procedures, etc.) or references over the last five years from the subcontractor in the subcontracted field AND proof that the candidate will have the subcontractor's capacities for execution of the contract III.2.4) Information on reserved contracts III.3) Conditions specific to service contracts III.3.1) Information concerning the profession The service is reserved for a particular profession: no III.3.2) Personnel responsible for carrying out the service Legal entities are required to indicate the names and professional qualifications of the personnel responsible for carrying out the service: no Section IV: Procedure IV.1) Type of procedure IV.1.1) Type of procedure Negotiated IV.1.2) Limitations concerning the number of operators invited to tender or to participate IV.1.3) Reduction of the number of operators during negotiation or dialogue Use of a procedure in successive phases to progressively reduce the number of solutions to be discussed or offers to be negotiated IV.2) Award criteria IV.2.1) Award criteria Most economically advantageous offer, assessed on the basis of the following criteria criteria set out in the specifications, in the invitation to tender or to negotiate, or in the descriptive document IV.2.2) Electronic auction An electronic auction has been used: no IV.3) Administrative information IV.3.1) Reference number allocated to the file by the contracting authority: 23277MG0X000 IV.3.2) Previous publication(s) concerning the same contract no IV.3.3) Conditions for obtaining the specifications and additional documents or the descriptive document IV.3.4) Deadline for receipt of tenders or requests to participate 2.2.2024 - 12:00 IV.3.5) Date of dispatch of invitations to tender or to participate to selected candidates IV.3.6) Language(s) which may be used in the tender or request to participate French. Section VI: Additional information VI.1) Renewal This is a renewable contract: no VI.2) Information on European Union funds The contract is part of a project/programme financed by European Union funds: no VI.3) Additional information: The documents needed to apply can be downloaded from the PLACE ( https://www.marches-publics.gouv.fr) . Enter reference number 23277MG0X000 in "Annonces/Recherche rapide" then click on "Accéder à la consultation" and download the tender documents by clicking on "En savoir plus sur la consultation". These documents can also be requested from the contact point indicated in section I.1 of this notice. No on-site visits are planned. The contractor must be able to operate 4 low-bed trailers with ramps at the same time. Route estimates and loading/unloading locations are specified in Appendix 1 of this invitation to tender. With regard to State property, the contractor will be required to take out insurance cover for any damage he may cause during the performance of the contract, up to an amount to be set in the contract. VI.4) Appeals procedures VI.4.1) Body responsible for appeals procedures Official name: Tribunal administratif de Clermont-Ferrand Postal address: 6 cours Sablon - BP 129 City: Clermont-Ferrand Cedex 1 Postcode: 63033 Country: France Telephone: +33 473146100 VI.4.2) Initiation of appeals VI.4.3) Service from which information may be obtained concerning the lodging of appeals Official name: Atelier Industriel de l'Aéronautique de Clermont-Ferrand Postal address: Sous-Direction des Achats / HAEJ à lattention de Frédéric DE BELAY 161 avenue du Brézet - CS 70501 City: Clermont-Ferrand Cedex 2 Postal code: 63028 Country: France E-mail: [email protected] Phone: +33 473424435 VI.5) Date of dispatch of this notice: 20.12.2023 Receive similar notices
- Opportunity closing date
- 02 February 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- Atelier Industriel de l'Aéronautique - AIA Clermont-Ferrand FRANCE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.