France - ACSE NORMANDIE Mechanical clearing 2023 2026
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
- 17 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:019695-2024:TEXT:FR:HTML 12/01/2024 S9 France-Lille: Travaux de construction 2024/S 009-019695 Contract notice special sectors Works Legal basis: Directive 2014/25/EU Section I: Contracting entity I.1) Name and address Official name: SNCF RESEAU National identification number: 41228073720375 Postal address: 449 Avenue Willy Brandt City: LILLE Code NUTS: FR France Postal code: 59000 Country: France Contact point(s): Guy De schynkel E-mail: [email protected] Telephone: +33 0769741335 Internet address(es): Main address: http://www.sncf.com/ Purchaser profile address: https://sncf.bravosolution.com/web/login.html I.3) Communication Contract documents are available free of charge in full and unrestricted direct access at the following address: https://sncf.bravosolution.com/web/login.html 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://sncf.bravosolution.com/web/login.html Tenders or requests to participate must be sent to the above-mentioned contact point(s) I.6) Principal activity Railway services Section II: Purpose II.1) Scope of the contract II.1.1) Title: ACSE NORMANDIE Débroussaillage Mécanique 2023 2026 Reference number: 2023DOS0650940 II.1.2) Main CPV code 45000000 Construction works II.1.3) Type of contract Works II.1.4) Brief description: New contract dedicated to vegetation control works. It will consist of 3 lots: lot 1: RO and SVS unit perimeter: UP SVS (Sotteville vallée de seine) and UP RO (Rouen océane) sectors. Lot 2: CN and VB unit perimeter: CN UP (Côte Normande) and VB UP (Vert Bocage) sectors. Lot 3: Infrapôle Normandie perimeter: This lot includes the geographical sectors of lots 1 and 2 and covers all SNCF RESEAU lines in the Normandy region. II.1.5) Total estimated value II.1.6) Information on lots This contract is divided into lots: yes Tenders may be submitted for all lots Maximum number of lots that may be awarded to a tenderer: 3 The contracting authority reserves the right to award contracts combining the following lots or groups of lots: Tenderers may respond to one or more lots at their convenience, and will respond lot by lot. However, bidders may only be awarded a number of lots commensurate with their technical and financial capacity. Tenderers must therefore indicate their order of preference for lot allocation. II.2) Description II.2.1) Title: Maintenance works for the Infrapôle Lorraine - RO and SVS unit perimeter: UP SVS (Sotteville vallée de seine) and UP RO (Rouen océane) Lot nº: 1 II.2.2) Additional CPV code(s) 45000000 Construction works II.2.3) Place of performance NUTS code: FR France NUTS code: FRD Normandie Main place of performance: Normandie / Calvados (14) Normandie / Eure (27) Normandie / Manche (50) Normandie / Orne (61) Normandie / Seine-Maritime (76) II.2.4) Description of services: The work includes the following operations: - site installation, layout of access to work areas and all inherent difficulties in gaining access to the site. - manual and mechanical mowing of grass - manual or mechanical clearing of undergrowth - hedge trimming - clearing of fences, noise barriers, baffles - clearing of ditches. - OA brushwood clearing - tree removal (pruning) - manual or mechanized tree felling - tree trimming - provision of road or rail-borne mechanical equipment with driver (spider shovel, crawler shovel, pneumatic-tired shovel, DRR) equipped with on-demand tools - provision of a tree shredder, slope shredder, remote-controlled shredder - provision of trucks for evacuation - emergency interventions - installation of temporary fencing - collection and evacuation of waste other than green waste. - Installation of anti-vegetation tarpaulins. NB: Manual mowing or brush-cutting refers to all services carried out using portable tools such as backpack brush cutters, chainsaws, etc. Mechanized mowing or brush-cutting refers to all services carried out using non-portable tools such as self-propelled, towed or road-mounted machines, etc. 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: 36 This contract may be renewed: yes Description of the terms and conditions or the timetable for renewal: This contract comprises one firm tranche of 36 months and two optional tranches of 12 months each. II.2.10) Variants Variants will be taken into consideration: yes II.2.11) Information on options Options: yes Description of options: This contract comprises one firm tranche of 36 months and two optional tranches of 12 months each. 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 II.2) Description II.2.1) Title: Maintenance work on the Lorraine Infrapole - CN and VB unit perimeter: UP CN (Côte Normande) and UP VB (Vert Bocage) Lot nº: 2 II.2.2) Additional CPV code(s) 45000000 Construction work II.2.3) Place of performance NUTS code: FRD Normandie Main place of performance: Normandie / Calvados (14) Normandie / Eure (27) Normandie / Manche (50) Normandie / Orne (61) Normandie / Seine-Maritime (76) II.2.4) Description of services: The work includes the following operations: site installation, site fitting-out, maintenance and repair: - site installation, layout of access to work areas and all inherent difficulties in gaining access to the site. - manual and mechanical mowing of grass - manual or mechanical clearing of undergrowth - hedge trimming - clearing of fences, noise barriers, baffles - clearing of ditches. - OA brushwood clearing - tree removal (pruning) - manual or mechanized tree felling - tree trimming - provision of road or rail-borne mechanical equipment with driver (spider shovel, crawler shovel, pneumatic-tired shovel, DRR) equipped with on-demand tools - provision of a tree shredder, slope shredder, remote-controlled shredder - provision of trucks for evacuation - emergency interventions - installation of temporary fencing - collection and evacuation of waste other than green waste. - Installation of anti-vegetation tarpaulins. NB: Manual mowing or brush-cutting refers to all services carried out using portable tools such as backpack brush cutters, chainsaws, etc. Mechanized mowing or brush-cutting refers to all services carried out using non-portable tools such as self-propelled, towed or road-mounted machines, etc. 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: 36 This contract may be renewed: yes Description of the terms and conditions or the timetable for renewal: This contract comprises one firm tranche of 36 months and two optional tranches of 12 months each. II.2.10) Variants Variants will be taken into consideration: yes II.2.11) Information on options Options: yes Description of options: This contract comprises one firm tranche of 36 months and two optional tranches of 12 months each 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 II.2) Description II.2.1) Intitulé: Travaux de maintenance de l'Infrapôle Lorraine - Périmètre de l'Infrapôle Normandie : Ce lot reprend les secteurs géographiques des lots 1 et 2 et traite l'ensemble des lignes SNCF RESEAU de la région Lot nº: 3 II.2.2) Code(s) CPV additionnel(s) 45000000 Travaux de construction II.2.3) Place of performance NUTS code: FRD Normandie Main place of performance: Normandie / Calvados (14) Normandie / Eure (27) Normandie / Manche (50) Normandie / Orne (61) Normandie / Seine-Maritime (76) II.2.4) Description of services: The work includes the following operations: - site installation, layout of access to work areas and all inherent difficulties in gaining access to the site. - manual and mechanical mowing of grass - manual or mechanical clearing of undergrowth - hedge trimming - clearing of fences, noise barriers, baffles - clearing of ditches. - OA brushwood clearing - tree removal (pruning) - manual or mechanized tree felling - tree trimming - provision of road or rail-borne mechanical equipment with driver (spider shovel, crawler shovel, pneumatic-tired shovel, DRR) equipped with on-demand tools - provision of a tree shredder, slope shredder, remote-controlled shredder - provision of trucks for evacuation - emergency interventions - installation of temporary fencing - collection and evacuation of waste other than green waste. - Installation of anti-vegetation tarpaulins. NB: Manual mowing or brush-cutting refers to all services carried out using portable tools such as backpack brush cutters, chainsaws, etc. Mechanized mowing or brush-cutting refers to all services carried out using non-portable tools such as self-propelled, towed or road-mounted machines, etc. 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: 36 This contract may be renewed: yes Description of the terms and conditions or the timetable for renewal: This contract comprises one firm tranche of 36 months and two optional tranches of 12 months each. II.2.10) Variants Variants will be taken into consideration: yes II.2.11) Information on options Options: yes Description of options: This contract comprises one firm tranche of 36 months and two optional tranches of 12 months each. 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 Section III: Legal, economic, financial and technical information III.1) Conditions of 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 conditions: Candidates must enclose the following documents and information with their application form (In the case of a grouped application, each of the documents required below must be submitted by each member of the group): - Proof of the company's legal existence, including its registration number with the Registre du Commerce et des Sociétés (or equivalent) - Form DC1 entitled "Lettre de candidature - Désignation du mandataire par ses cotraitants" duly completed - Form DC2 entitled "Déclaration du candidat individuel ou du membre du groupement" duly completed These documents can be obtained on the Internet at the following address: https://www2.economie.gouv.fr/daj/formulaires-declaration-du-candidat For ESATs: the prefectoral approval relating to the creation of the establishment or, for EAs, the Contrat pluriannuel dobjectifs et de moyens (CPOM) or the Contrat dobjectif triennal (COT) valid on the deadline for submission of bids, or proof of the equivalent structure. III.1.2) Economic and financial capacity List and brief description of selection criteria: Where candidates wish to call on the capacities of other economic operators, they must provide evidence of the capacities of these operators and of the fact that they will have them available for the performance of the contract. Candidates must enclose the following documents and information with their application (in the case of a grouped application, each of the documents required below must be submitted by each member of the group): - a statement indicating, for each of the last 3 financial years available, total annual sales and sales relating to the supplies, services or work covered by the contract - a copy of the latest balance sheet, or extracts from balance sheets, of economic operators for whom the drawing up of balance sheets is compulsory by law - an appropriate bank declaration(s) or proof of professional risk insurance - where applicable, a description of the nature of the financial link between the subsidiary and the parent company, and whether the subsidiary belongs to such a group Minimum specific level(s) required: Applicants must provide evidence of annual sales over the last 3 years in excess of : - for Lot 1: 770,616 euros, - for Lot 2: 732,084 euros, - for Lot 3: 2,350,360 euros. These three amounts are added together in the case of bids for all 3 lots. Applicants must have sufficient financial capacity to carry out the contract in accordance with the requirements of the attached DCE (assessed on the basis of turnover) for the lot(s) for which they are applying. In the case of a consortium, the total financial capacity of the consortium will be taken into account. III.1.3) Technical and professional capacity List and brief description of selection criteria: Mechanical and human resources will be assessed and analyzed by the MOE. Candidates must prove that they have the capacity to carry out the contract by providing the following documents (and for all co-contractors and any sub-contractors used, if they wish to rely on their capacity): - List of works carried out over the last five years, with proof of satisfactory execution for the most important works, indicating the amount, date and public or private recipient. Please enclose proof of satisfactory execution, or a declaration by the economic operator. These attestations must 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. - List of main deliveries or services provided over the past three years, indicating amount, date and public or private recipient. Please enclose proof of satisfactory performance, or a declaration by the economic operator. - Statement indicating, for each of the last 3 years, the average annual workforce of the company and the number of supervisory staff. - For public works and service contracts, or for public supply contracts also involving installation work or the provision of services, an indication of the educational and professional qualifications of the candidate or the company's executives, and in particular of those responsible for providing services or carrying out work of the same nature as that of the public contract. - Certificates of professional qualification issued by independent bodies, or any equivalent means of proof (e.g. via the references requested). - Letter of commitment to SNCF's Corporate Social Responsibility requirements, signed by the company representative. This letter is to be completed on the Provigis website. -- Description of the tools, equipment and technical facilities available to the candidate for carrying out the public contract. - Description of the technical equipment, the measures employed by the economic operator to ensure quality, and the company's study and research resources. Minimum specific level(s) required: Lots 1 and 2: For mowing work, qualification required: The contractor must provide the following subcontractor qualification certificates or equivalent proof: - Qualipaysage fauchage confirmé or equivalent, or proof of successful completion of similar work over the past three years; - Qualipaysage élagage confirmé, or equivalent, or proof of successful completion of similar work over the past three years. This qualification may be supplemented by a certificate of specialization in "pruning and tree care"; - "Work at height" certification for operations involving a risk of falls A diploma or, failing this, an employer's certificate for loggers responsible for felling operations The operator of a self-propelled aerial platform must hold the appropriate CACES Lot 3: For Rail Route work, in addition to the qualifications required above, all Rail Route machines must be SNCF-approved. III.1.4) Objective rules and criteria for participation List and brief description of rules and criteria: Candidates will be selected on the basis of their legal, technical and financial capacity to carry out the contract. This capacity will be analyzed on the basis of the documents requested in this notice. Tenderers are invited to contact the purchaser in charge for any clarification, remark or question. III.1.7) Main terms of financing and payment and/or references to the texts which regulate them: Tenders must be expressed in Euros. Prices are subject to revision, in accordance with the terms and conditions set out in the CPS. Net payment by bank transfer due within 60 days of receipt of invoice, issued after qualitative and quantitative acceptance of supplies, services or work and verification of invoice. Financing from SNCF Réseau's own funds. III.1.8) Legal form to be taken by the group of economic operators to whom the contract is awarded: An economic operator responding alone is also authorized to respond as part of a group, provided that it is not the representative. An economic operator responding only as part of a consortium is authorized to be the representative of only one consortium. Whether the grouping is joint or several, the representative is always jointly and severally liable with each member of the grouping for their contractual obligations. In the case of a grouping, the designation of a representative in the application file is compulsory. In addition, SNCF Réseau reserves the right to require the grouping to transform into a specified legal form when the contract is awarded when this transformation is necessary for the proper performance of the contract (Article 37 of Directive 2014/25/EU of 26.2.2014). III.2) Contract conditions III.2.2) Specific performance conditions: The contract will be subject to special performance conditions regarding the integration of people far from employment. III.2.3) Information on personnel responsible for performance of the contract Obligation to indicate the names and professional qualifications of personnel responsible for performance of the contract Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Negotiated procedure with prior call for competition IV.1.3) Information on framework agreement or dynamic purchasing system The contract involves the setting up of a framework agreement Framework agreement with several operators 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: 17:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 08/01/2024 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 tender Duration in months: 9 (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 ordering will be used On-line invoicing will be accepted VI.3) Additional information: The national company SNCF Réseau , is issuing this contract notice in its name and on its behalf The present consultation is carried out within the framework of the procedure with negotiation, subject of the public order code. Under this procedure, negotiation is not systematic. It is a possibility that can be implemented by the purchaser depending on the level of the offers submitted. The contracting entity is developing online consultations, by electronic means. The e-mail address of the representative authorized to submit bids for the present consultation must be mentioned in the application file. Electronic applications must be submitted via the EASI platform (see section I of the invitation to tender) by a duly authorized representative of the applicant. No e-mail submissions are permitted. Applicants must be able to provide proof of their representative's authority at the request of the contracting authority. Generic documents of capacity and generic legal attestations must be submitted on Provigis (dematerialization and compliance platform). An invitation is sent to suppliers when they express interest on the EASI platform. In the event of non-receipt of the invitation, the supplier is invited to contact the contact details specified in section I. Any electronic application not complying with the above-mentioned formalities or sent to another address will be rejected without being analyzed. For any technical difficulties, applicants may contact the platform's supplier support (accessible from the address given in section I). For any other questions, applicants should contact the purchaser, whose contact details are given in section I.1 of this notice. After examining the documents, the contracting entity assesses the candidate's capacity and selects those suitable to submit a bid. The contract will be subject to the provisions of the general terms and conditions (CCCG) applicable to SNCF contracts ........., available on the sncf.com website: http://www.sncf.com/fr/groupe/fournisseurs/documents The application and any exchange of information must be written in French. VI.4) Appeals procedures VI.4.1) Body responsible for appeals procedures Official name: Tribunal administratif de... Postal address: 7, rue Catherine Puig City: Montreuil Postal code: 93558 Country: France E-mail: [email protected] Telephone: +33 149202000 Internet address: http://montreuil.tribunal-administratif.fr/ VI.4.3) Procedure for lodging an appeal Precise information concerning the time limits for lodging an appeal: The applicable appeal procedures are : - le référé précontractuel (CJA, art L.551-5 et seq.) which can be exercised up to the signing of the contract; - le référé contractuel (CJA, art L.551-13 et seq.) which can be exercised within : - 31 days from publication of an invitation to tender in the OJEU or, for contracts based on a framework agreement, from notification of the conclusion of the contract; - 6 months from the day after the conclusion of the contract if no invitation to tender has been published or if no notification of the conclusion of the contract has been made; - an action contesting the validity of the contract or certain of its clauses (within 2 months of completion of the appropriate publicity measures). VI.4.4) Service from which information may be obtained concerning the lodging of appeals Official name: Tribunal administratif de Postal address: 7, rue Catherine Puig City: Montreuil Postal code: 93558 Country: France E-mail: [email protected] Telephone: +33 149202000 Internet address: http://montreuil.tribunal-administratif.fr/ VI.5) Date of dispatch of this notice: 08/01/2024 Receive similar notices
- Opportunity closing date
- 09 February 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- SNCF Réseau (siège) FRANCE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.