France - Framework agreement for rural electrification, public lighting and related works under Program 2024, and possibly under Programs 2025, 2026 and 2027

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
31 January 2024
Opportunity publication date
30 December 2023
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Department(s) of publication : 43 Annonce No 23-177868 I.II.III.IV.VI. NOTICE OF CONTRACT Directive 2014/24/EU This notice constitutes a call for competition Section I: Contracting authority I.1) NAME AND ADDRESSES SDE 43 - SEMEV (Mandataire), 13 Place Michelet, 43000, Le Puy en Velay, F, Téléphone : (+33) 4 71 05 96 49, Courriel : [email protected] , Code NUTS : FRK13 Adresse(s) internet : Adresse principale : https://marchespublics.cdg43.fr Adresse du profil acheteur : https://marchespublics.cdg43.fr I.2) JOINT PROCEDURE I.3) COMMUNICATION) COMMUNICATION Contract documents are available free of charge in full and unrestricted direct access at the following address: https://marchespublics.cdg43.fr Address from which additional information may be obtained: the above-mentioned contact point(s) Tenders or requests to participate must be sent: electronically to the following address: https://marchespublics.cdg43.fr I.4) TYPE OF CONTRACTING AUTHORITY Other type: SEM I.5) PRINCIPAL ACTIVITY Other activity: Electricity Section II: Subject II.1) SCOPE OF CONTRACT II.1.1) Title: Framework agreement for project management for rural electrification, public lighting and related works for the 2024 Program, and possibly for the 2025, 2026 and 2027 Programs Reference number: 2023CDG316-4 II.1.2) Main CPV code: Main descriptor: 71310000 Additional descriptor: II.1.3) Type of contract Services II.1.4) Brief description: This consultation concerns the project management of rural electrification works, public lighting (investment and maintenance) and related works (energy management works, renewable energy infrastructure, electric vehicle charging infrastructure network, gas infrastructure, electronic communications, etc.) relating to the 2024 program and possibly, by renewal, the 2025, 2026 and 2027 programs. Framework agreement with no minimum and only an annual maximum of 16.5 million euros excluding VAT for works. II.1.5) Estimated total value: Value excluding VAT: euros II.1.6) Information on lots: This contract is divided into lots: no II.2) DESCRIPTION II.2.1) Title : Lot nº : II.2.2) Additional CPV code(s) Main CPV code : 71310000 Additional descriptor : II.2.3) Place of performance NUTS code : FRK13 Main place of performance : Territoire du département de la Haute-Loire II.2.4) Description of services: Project management for rural electrification works, public lighting (investment and maintenance) and related works (energy management works, renewable energy infrastructure, electric vehicle charging infrastructure network, gas infrastructure, electronic communications, etc.) relating to the 2024 program and possibly, by renewal, the 2025, 2026 and 2027 programs. Framework agreement with no minimum and an annual maximum of 16.5 million euros excluding VAT. The works will be carried out within 48 months from notification of the Contract, and this period will be extended by possible annual renewals (2025, 2026 and 2027). The corresponding framework work agreements are of the Purchase Order type, and currently concern 6 geographical work packages located in the Haute-Loire Department, and give rise, during each annual program, to the issue of approximately 650 to 750 Purchase Orders II.2.5) Award criteria criteria set out below Quality criteria 1. Technical value of the offer assessed on the basis of the brief / Weighting : 60 Price : 1. PRICE / Weighting : 40 II.2.6) Estimated value Value excluding VAT : euros II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months : 12 This contract may be subject to renewal :yes Description of the terms or schedule for renewal : Conclusion for one year, renewable 3 times. Maximum duration of 4 years II.2.9) Information on the limits concerning the number of candidates invited to participate Objective criteria for limiting the number of candidates: II.2.10) Variants Variants will be taken into consideration:no II.2.11) Information on options Options: yes Description of options: Conclusion for one year, renewable 3 times. Maximum duration of 4 years II.2.12) Information on electronic catalogs II.2.13) Information on European Union funds The contract is part of a project/program financed by European Union funds: no Project identification: II.2.14) Additional information: Criteria for awarding the contract: Percentage of remuneration of the actual amount excluding VAT of the work 40% Technical value of the bid assessed on the basis of the brief 60% Section III: Legal, economic, financial and technical information III.1) CONDITIONS FOR PARTICIPATION III.1.1) Qualification to carry out the professional activity, including requirements relating to registration in the trade or professional register List and brief description of the conditions : DC1, DC2 and attestations required by articles R 2143-3 and 4 of the CCP; Proof of registration in the trade register III.1..2) Economic and financial capacity List and brief description of selection criteria: Overall sales and sales relating to the services covered by the contract over the last three available financial years; Proof of professional risk insurance or appropriate bank declaration; If the candidate or one or more members of the grouping are in receivership, they are required to provide a copy of the judgment(s) pronounced to this effect and proof that the authorization to continue trading covers the period corresponding to the duration of this framework agreement Minimum specific level(s) required: III.1.3) Technical and professional capacity List and brief description of the selection criteria, indication of the information and documents required: Company presentation, indication of the applicant's average annual headcount and the number of supervisory staff for the last 3 years; References: presentation of a list of services provided, similar to the object of the present framework agreement, carried out by the agency or establishment responsible for carrying out the work, over the last 3 years, having given rise to no difficulties either from a technical point of view or in terms of financial regulations, and indicating in particular the amount, date and public or private recipient; As an indication, the candidate will submit any OPQBI qualifications he holds: 1105 : Etude de Génie Civil de réseaux enterrés, 1404 : Etude de réseaux BT complexes; Indication of the educational qualifications and/or professional experience of the person(s) in charge of and performing the planned service; The list of NF C18-510 and AIPR authorizations for personnel dedicated to the present framework agreement: minimum B0H0 clearance is required; List of hardware, technical equipment and software available to the service provider for the performance of the services Minimum specific level(s) required: III.1.5) Set-aside information: III.2) CONTRACT CONDITIONS III.2.1) Information concerning the profession References of applicable legislative, regulatory or administrative provisions: III.2.2) Special conditions of performance: III.2.3) Information on personnel responsible for contract performance III.2.4) Contract eligible for MPS Transmission and verification of application documents may be carried out by the simplified public procurement system on presentation of the SIRET number: NO 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 The contract involves the setting up of a framework agreement Framework agreement with a single operator In the case of framework agreements - justification of a duration exceeding four years: IV.1.4) Information on reducing the number of solutions or offers during negotiation or dialogue IV.1.5) Information on negotiation IV.1.6) Electronic auction : 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.2.1) Previous publication relating to this procedure OJ notice number S series : IV.2.2) Deadline for receipt of tenders or requests to participate January 31, 2024 - 12:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date : 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 : The offer must be valid until : or Duration in months : 4 (From the deadline for receipt of offers) IV.2.7) Tender opening procedure Date: January 31, 2024 - 16:00 Place: Purchaser's head office Information on authorized persons and opening procedure: Indicative data Section VI: Additional information VI.1) RENEWAL This is a renewable contract Provisional publication schedule for next notices: During 2027 VI.2) INFORMATION ON ELECTRONIC EXCHANGES VI.3) ADDITIONAL INFORMATION VI.4) APPEAL PROCEDURES VI.4.1) Instance in charge of appeal procedures: Tribunal administratif, 6, Cours Sablon, 63033, Clermont Ferrand Cedex 1, F, Téléphone : (+33) 4 73 14 61 00, Courriel : [email protected] VI.4.2) Organe chargé des procédures de médiation : VI.4.3) Introduction of appeals: VI.4.4) Service from which information may be obtained on the introduction of appeals: Greffe du Tribunal administratif, 6, Cours Sablon, 63033, Clermont Ferrand Cedex 1, F VI.5) DATE OF SENDING OF THIS NOTICE December 21, 2023 Receive similar notices

Opportunity closing date
31 January 2024
Value of contract
to be confirmed

About the buyer

Address
SEMEV FRANCE

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

Is there anything wrong with this page?