France - Rail operations on the Breton network

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
23 November 2023
Opportunity publication date
29 October 2023
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Link to the official text of the OJEU: https://ted.europa.eu/udl?uri=TED:NOTICE:647785-2023:TEXT:FR:HTML 25/10/2023 S206 France-Lyon: Rail transport services 2023/S 206-647785 Contract notice special sectors Services Legal basis: Directive 2014/25/EU Section I: Contracting entity I.1) Name and address Official name: Société nationale SNCF National identification number: 552 049 447 76279 Postal address: 116, cours Lafayette CS 13511 - Ville: LYON Code NUTS: FR France Code postal: 69489 Lyon cedex 03 Country: France E-mail: [email protected] Telephone: +33 650849875 Internet address(es): Main address: http://www.sncf.com/ Purchaser profile address: https://sncf.bravosolution.com/web/login.html I.3) Communication The contract documents are available free of charge in unrestricted and complete 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: Operation and maintenance of the Guingamp to Paimpol and Guingamp to Carhaix railway lines Reference number: 2022DOS0843117 II.1.2) Main CPV code 60200000 Railway transport services II.1.3) Type of contract Services II.1.4) Brief description: Operation and maintenance of the Guingamp to Paimpol and Guingamp to Carhaix railway lines. 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) 50225000 Track maintenance services 50700000 Repair and maintenance services for building installations 90900000 Cleaning and hygiene services II.2.3) Place of performance NUTS code: FRH Bretagne Main place of performance: France (Brittany region) II.2.4) Description of services: Operation and maintenance of the Guingamp to Carhaix (53.5 km non-electrified single track) and Guingamp to Paimpol (36.8 km non-electrified single track) railway lines This contract covers the following tasks: Maintenance of installations linked to the railway infrastructure Management of rail traffic and circulation Operation of the TER regional express transport service Maintenance in operational conditions of buildings (built and unbuilt) made available These tasks are described in the technical documents attached to this notice Applications are invited with a view to provisional notification of the contract on July 1, 2024 and commencement of services on July 1, 2025 at the latest 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 Value excluding VAT: 30 300 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Start: 01/07/2024 End: 31/12/2028 This contract is renewable: yes Description of the terms and conditions or the timetable for renewal: The duration is 54 firm months (including the 12 months left to obtain the necessary authorizations) with a possibility of extension for three periods of 12 months ( 54+12+12+12). II.2.10) Variants Variants will be taken into consideration: no II.2.11) Information on options Options: no 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) 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 - a declaration of bank guarantee or proof of insurance against professional risks - where applicable, a description of the nature of the financial link between the subsidiary and the parent company, and the relationship between the subsidiary and the parent company, and whether the subsidiary belongs to such a group III.1.3) Technical and professional capacity List and brief description of selection criteria: Candidates must prove that they have the capacity to carry out the contract by providing the following documents (and for all co-contractors and sub-contractors used, if they wish to rely on their capacity): -List of the economic operator's main services for the most important services, over the last 3 years, in the field of the present notice, indicating: the amount, the date and the public or private recipient. Attach proof of satisfactory performance, or a declaration by the economic operator" in accordance with point 2° of Article 3 of the decree of March 22, 2019 establishing the list of information and documents that may be requested from candidates for public contracts. - Statement indicating, for each of the last 3 financial years, the average annual workforce of the company and the number of managerial staff. - Certificates of professional qualification issued by independent bodies or any equivalent means of proof: photocopies of the certificates of professional qualification held, or any proof of the operator's capacity (e.g.: certificates of professional identity or contract references attesting to the economic operator's competence to provide the service, e.g. via the references requested). - Description of the tools, equipment and technical facilities available to the applicant for carrying out the contract - Description of the technical facilities, the measures taken by the economic operator to ensure quality and the company's study and research facilities. Nota Bene: The successful bidder for the future consultation, which is the subject of this notice, will be required to comply with the following regulatory framework before performance of the services commences on July 1, 2025: For the infrastructure management mission, a safety approval issued by the EPSF, establishing its ability to meet regulatory safety requirements and control the risks associated with the management and operation of infrastructure open to public traffic. Issuance of the safety approval is tantamount to approval of the infrastructure manager's safety management system (SMS), which sets out the rules, procedures and methods he will implement to achieve the safety objectives he has set himself at all times. For passenger services, in order to be authorized to provide transport services on the national rail network, a railway company license is required, issued in France by the Ministry of Transport by order published in the Journal Officiel. This license certifies that the company meets minimum requirements in terms of good repute, financial and professional standing, as well as civil liability coverage. a single safety certificate issued by EPSF or ERA III.1.4) Objective rules and criteria for participation List and brief description of the 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. III.1.7) Essential 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. 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, SNCF Gares & Connexions and SNCF Voyageurs own funds III.1.8) Legal form to be taken by the grouping of economic operators to which the contract is awarded: Candidates are not authorized to submit applications acting both as individual candidates and as members of one or more groupings, or as members of several groupings. Whether the grouping is joint or several, the representative is always jointly and severally liable with each of the members of the grouping for their contractual obligations. Section IV: Procedure IV.1) Description IV.1.1) Type of procedure Negotiated procedure with prior call for competition IV.1.3) Information concerning the framework agreement or the 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: 23/11/2023 Local time: 14:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 18/12/2023 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 its tender Duration in months: 21 (from the deadline for receipt of tenders) Section VI: Additional information VI.1) Renewal This is a renewable contract: yes Provisional publication date of next notices: 2030 VI.2) Information on electronic exchanges On-line ordering will be used On-line invoicing will be accepted VI.3) Additional information: The SNCF national company is issuing this contract notice in the name and on behalf of SNCF Réseau / SNCF Gares & Connexions / SNCF Voyageurs The present consultation is carried out within the framework of the procedure with negotiation in accordance in particular with articles L2124-3 and R. 2124-4 and R. 2161-21 to R. 2161-23 (for contracting entities) of the public procurement code. It is a possibility that can be implemented by the purchaser depending on the level of bids submitted]. The contracting entity consults online, by electronic means. The e-mail address of the representative authorized to submit bids must be given in the application file. All applications sent electronically must be sent to the platform whose address is given in section I of the invitation, 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 purchasing platform. If the invitation is not received, the supplier is invited to contact the purchaser, whose contact details are given in section I. Any electronic application not complying with the above-mentioned formalities or sent to another address will be rejected without being analyzed. Internal For any technical difficulties, applicants may contact the purchasing platform's supplier support (accessible from the address given in section I). For all other queries, 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 (cahier des clauses et conditions générales - CCCG) applicable to contracts for the provision of services, 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 Rennes Postal address: Hôtel de Bizien 3, Contour de la Motte CS44416 City: Rennes Postal code: 35004 Country: France E-mail: [email protected] Telephone: +33 223212828 VI.4.3) Initiation of appeals Precise information concerning the time limits for initiating appeals: The applicable appeals procedures are: - Le référé précontractuel (CPC, art 1441-1 et 1441-2) which can be exercised until the contract is signed; - Le référé contractuel (CPC, art 1441-3 et 1441-3-1) 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; VI.4.4) Service from which information may be obtained concerning the lodging of appeals Official name: Tribunal administratif de Rennes Postal address: Hôtel de Bizien 3, Contour de la Motte CS44416 City: Rennes Postal code: 35004 Country: France E-mail: [email protected] Telephone: +33 223212828 VI.5) Date of publication of this notice: 20/10/2023 Receive similar notices

Opportunity closing date
23 November 2023
Value of contract
to be confirmed

About the buyer

Address
Région Ile de France France

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

Is there anything wrong with this page?