Tender Details
Title

France – Geotechnical engineering services – Reconnaissances et études géotechniques Place of performance: France,Allier Main nature of the contract: Services Official name: Direction Interdépartementale des Routes Centre-Est Type of procedure: Open France – Geotechnical engineering services – Geotechnical reconnaissance and studies Place of performance: France, Allier Main nature of the contract: Services Official name: Interdepartmental Directorate of Roads Centre-East Type of procedure: Open

Country
Language
French
Organization
Published Date
22.10.2024
Deadline Date
09.12.2024
Overview
638007-2024 - Competition Competition France: Geotechnical engineering services Reconnaissances et études géotechniques Type of procedure: Open Buyer Buyer: Direction Interdépartementale des Routes Centre-Est Email: srei-chambery.dirce@developpement-durable.gouv.fr France, Lyon cedex 03 LOT-0001: regroupe le périmètre régionalisé : RN 7 et RN209 dans le 03, RN7, RN88 (PR 35+495 au PR 52+381) et RN82 dans le 42, RN7 dans le 69, le 38, le 26 et la RN102 dans le 07 et le 26. Geotechnical engineering services France, Allier (FRK11) France, Loire (FRK25) France, Rhône (FRK26) France, Isère (FRK24) France, Ardèche (FRK22) France, Drôme (FRK23) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) LOT-0002: regroupe les RN des départements 10, 89, 58, 71. Geotechnical engineering services France, Aube (FRF22) France, Yonne (FRC14) France, Nièvre (FRC12) France, Saône-et-Loire (FRC13) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) LOT-0003: regroupe l'A72, l'A47, la RN488 et une partie de la RN88 dans le 42 (PR 30+511 au PR 35+495), l'A450, l'A43, l'A42, l'A7 et la RN346 dans le 69. Geotechnical engineering services France, Loire (FRK25) France, Rhône (FRK26) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) LOT-0004: regroupe la RN532 dans le 26, les RN85, RN481 et RN87 dans le 38 y compris la rampe de Laffrey, les RN201 et RN90 dans le 73. Geotechnical engineering services France, Savoie (FRK27) France, Isère (FRK24) France, Drôme (FRK23) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) 638007-2024 - Competition France – Geotechnical engineering services – Reconnaissances et études géotechniques OJ S 206/2024 22/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Direction Interdépartementale des Routes Centre-Est Email: srei-chambery.dirce@developpement-durable.gouv.fr Legal type of the buyer: Body governed by public law, controlled by a central government authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Reconnaissances et études géotechniques Description: Les prestations concernent les reconnaissances et études géotechniques au bénéfice des SREX et SIR de la DIRCE. Une astreinte pour les risques rocheux et géotechniques est prévue pour les interventions de diagnostic en urgence pour tous les lots géographiques, activable via des prix spécifiques. Les missions géotechniques comprises sont les missions G1 (étude de sites - PGC), G2 (Avant-projet - PRO et DCE), G4 (supervision géotechnique exécution en phase travaux) et G5 (diagnostic) au sens de la norme NF P 94-500. Le lieu d'exécution des prestations est l'ensemble du réseau routier national relevant de la compétence de la DIRCE en charge de l'exploitation et de l'entretien de ce réseau, réparti en lots géographiques : - Lot 1 : regroupe le périmètre régionalisé : RN 7 et RN209 dans le 03, RN7, RN88 (PR 35+495 au PR 52+381) et RN82 dans le 42, RN7 dans le 69, le 38, le 26 et la RN102 dans le 07 et le 26. - Lot 2 : regroupe les RN des départements 10, 89, 58, 71. - Lot 3 : regroupe l'A72, l'A47, la RN488 et une partie de la RN88 dans le 42 (PR 30+511 au PR 35+495), l'A450, l'A43, l'A42, l'A7 et la RN346 dans le 69. - Lot 4 : regroupe la RN532 dans le 26, les RN85, RN481 et RN87 dans le 38 y compris la rampe de Laffrey, les RN201 et RN90 dans le 73. la signalisation et le balisage seront assurés par l'entreprise lors des reconnaissances sur site. Procedure identifier: 7b1030b7-444b-471f-be93-34498f0db839 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services Additional classification (cpv): 45111250 Ground investigation work 2.1.3. Value Maximum value of the framework agreement: 8 000 000,00 EUR 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Purely national exclusion grounds: 5. Lot 5.1. Lot: LOT-0001 Title: regroupe le périmètre régionalisé : RN 7 et RN209 dans le 03, RN7, RN88 (PR 35+495 au PR 52+381) et RN82 dans le 42, RN7 dans le 69, le 38, le 26 et la RN102 dans le 07 et le 26. Description: Les prestations concernent les reconnaissances et études géotechniques au bénéfice des SREX et SIR de la DIRCE. Une astreinte pour les risques rocheux et géotechniques est prévue pour les interventions de diagnostic en urgence pour tous les lots géographiques, activable via des prix spécifiques. Les missions géotechniques comprises sont les missions G1 (étude de sites - PGC), G2 (Avant-projet - PRO et DCE), G4 (supervision géotechnique exécution en phase travaux) et G5 (diagnostic) au sens de la norme NF P 94-500. la signalisation et le balisage seront assurés par l'entreprise lors des reconnaissances sur site. Internal identifier: Lot 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Allier (FRK11) Country: France Additional information: - Lot 1 : regroupe le périmètre régionalisé : RN 7 et RN209 dans le 03, RN7, RN88 (PR 35+495 au PR 52+381) et RN82 dans le 42, RN7 dans le 69, le 38, le 26 et la RN102 dans le 07 et le 26. 5.1.2. Place of performance Country subdivision (NUTS): Loire (FRK25) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Rhône (FRK26) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Isère (FRK24) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Ardèche (FRK22) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Drôme (FRK23) Country: France 5.1.5. Value Maximum value of the framework agreement: 2 000 000,00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: La durée de validité de l'accord-cadre est de 12 mois à compter de sa notification. Période ferme : De la date de notification (année n) jusqu'à la veille de la date anniversaire de l'année n+1 Reconduction n°1 : De la date d'anniversaire de l'année n+1 à la veille de la date anniversaire de l'année n+2 Reconduction n°2 : De la date d'anniversaire de l'année n+2 à la veille de la date anniversaire de l'année n+3 Reconduction n°3 : De la date d'anniversaire de l'année n+3 à la veille de la date anniversaire de l'année n+4 Le marché est reconductible dans la limite de 3 reconductions, sans que la durée totale ne puisse excéder 4 ans. les conditions d'exécution des marchés comportent des éléments à caractère environnemental qui prennent en compte les objectifs de développement durable en conciliant développement économique, protection et mise en valeur de l'environnement et progrès social. Clauses de réexamen du marché public Ajout d'un nouveau maître d'ouvrage : Dans le cas où une partie du réseau routier concerné par le marché serait mise à disposition de la Région Auvergne-Rhône-Alpes, dans le cadre de l'expérimentation de gestion prévue par la loi 3DS, un avenant au marché sera pris de plein droit afin de permettre au nouveau maître d'ouvrage d'utiliser le présent marché suivant les mêmes conditions. Un nouveau RMO sera ainsi identifié pour la Région Auvergne-Rhône-Alpes, sur le périmètre qui fera l'objet de l'expérimentation, le marché initial de la DIR Centre-Est étant alors soit transféré totalement, soit éclaté en 2 marchés, chacun des marchés s'appliquant au périmètre de chacun des RMO avec chacun leur comptable public, dans les mêmes conditions que les conditions initiales. Chaque RMO traitera individuellement et directement avec le titulaire pour la passation de ses commandes, l'exécution de ses prestations et le règlement de ses factures. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Une déclaration concernant le chiffre d'affaires global et le chiffre d'affaires concernant les prestations objet du marché, réalisés au cours des 3 derniers exercices disponibles. Le candidat peut prouver sa capacité par tout autre document considéré comme équivalent par le maître d'ouvrage Criterion: Type: Suitability to pursue the professional activity Description: Les documents et renseignements mentionnés aux articles R21433 et R 21421 à 14 du CCP, à cet effet le candidat pourra utiliser les formulaires DC1 et DC2 (dernières versions à jour) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat au stade de la passation du marché ». * Les pouvoirs de la personne habilitée pour engager le candidat y compris, en cas de groupement, le cas échéant, les habilitations nécessaires pour représenter les entreprises au stade de la passation du marché. * Les candidats entrant dans le cas des interdictions de soumissionner prévues aux articles L.21411 à L.21416 du CCP seront exclus. * Les candidats entrant dans les cas des interdictions de soumissionner prévues aux articles L.21417 à L.214111 du CCP pourront être exclus. * La forme juridique du candidat en cas de groupement, sa nature et le nom du mandataire. Criterion: Type: Technical and professional ability Description: A- Expérience : La présentation d'une liste des principaux services effectués au cours des 3 dernières années, indiquant le montant, la date et le destinataire public ou privé. Cette présentation pourra être accompagnée d'attestations de l'acheteur. B- Capacités professionnelles : * L'indication des titres d'études et professionnels de l'opérateur économique et/ou des cadres de l'entreprise, et notamment des responsables de prestation de même nature que celle du marché. * Les certificats de qualifications professionnelles. * Les certificats de qualité délivrés par des organismes indépendants fondés sur les normes européennes. La preuve de ces capacités peut être apportée par tout autre moyen notamment par des certificats d'identité professionnelle ou des références attestant de la compétence de l'opérateur économique à réaliser la prestation pour laquelle il se porte candidat. C- Capacités techniques.* Une déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement, pour chacune des 3 dernières années. * Une déclaration indiquant l'outillage, le matériel et l'équipement technique dont le candidat dispose pour la réalisation du marché public. 5.1.10. Award criteria Criterion: Type: Price Description: Le prix au regard du document financier valorisé par le candidat (60%) Criterion: Type: Quality Description: La valeur technique (30%) appréciée au vu : - du mémoire technique, pièce A1 (pondéré à 80%) ; - du SOPAQ, pièce A2 (pondéré à 20%) Criterion: Type: Quality Description: Les performances en matière de protection de l'environnement, au regard du SOPRE, pièce A3. 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Le financement est assuré à 100% par l'Etat - une avance de 30% sera accordée pour tout bon de commande d'un montant supérieur à 50 000 euros HT et dont le délai d'exécution est supérieur à 2 mois ; - Les prix seront révisables ; - Les comptes seront réglés mensuellement sous la forme d'acomptes et d'un solde ; - Le délai global de paiement du règlement des comptes sera fixé à 30 jours ; Information about review deadlines: Référé précontractuel : depuis le début de la procédure de passation jusqu'à la signature du contrat (article L551-1 du Code de Justice Administrative) , Référé contractuel : 31 jours à compter de la date de publication de l'avis d'attribution du marché (article L551-13 à L551-23 et R551-7 à R551-10 du Code de Justice Administrative), Recours pour excès de pouvoir : dans un délai de 2 mois à compter de la notification de la décision d'infructuosité (articles R421-1 à R421-3 du Code de Justice Administrative), Recours de plein contentieux : dans un délai de 2 mois à compter de l'accomplissement des mesures de publicité concernant l'attribution du marché. Ce tribunal peut être saisi par voie dématérialisée par le dépôt d'une requête sur le site www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 5.1. Lot: LOT-0002 Title: regroupe les RN des départements 10, 89, 58, 71. Description: Les prestations concernent les reconnaissances et études géotechniques au bénéfice des SREX et SIR de la DIRCE. Une astreinte pour les risques rocheux et géotechniques est prévue pour les interventions de diagnostic en urgence pour tous les lots géographiques, activable via des prix spécifiques. Les missions géotechniques comprises sont les missions G1 (étude de sites - PGC), G2 (Avant-projet -PRO et DCE), G4 (supervision géotechnique exécution en phase travaux) et G5 (diagnostic) au sens de la norme NF P 94-500.la signalisation et le balisage seront assurés par l'entreprise lors des reconnaissances sur site. Internal identifier: Lot 2 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Aube (FRF22) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Yonne (FRC14) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Nièvre (FRC12) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Saône-et-Loire (FRC13) Country: France 5.1.5. Value Maximum value of the framework agreement: 1 600 000,00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: La durée de validité de l'accord-cadre est de 12 mois à compter de sa notification. Période ferme : De la date de notification (année n) jusqu'à la veille de la date anniversaire de l'année n+1 Reconduction n°1 : De la date d'anniversaire de l'année n+1 à la veille de la date anniversaire de l'année n+2 Reconduction n°2 : De la date d'anniversaire de l'année n+2 à la veille de la date anniversaire de l'année n+3 Reconduction n°3 : De la date d'anniversaire de l'année n+3 à la veille de la date anniversaire de l'année n+4 Le marché est reconductible dans la limite de 3 reconductions, sans que la durée totale ne puisse excéder 4 ans. les conditions d'exécution des marchés comportent des éléments à caractère environnemental et social qui prennent en compte les objectifs de développement durable en conciliant développement économique, protection et mise en valeur de l'environnement et progrès social. Clauses de réexamen du marché public Ajout d'un nouveau maître d'ouvrage : Dans le cas où une partie du réseau routier concerné par le marché serait mise à disposition de la Région Auvergne-Rhône-Alpes, dans le cadre de l'expérimentation de gestion prévue par la loi 3DS, un avenant au marché sera pris de plein droit afin de permettre au nouveau maître d'ouvrage d'utiliser le présent marché suivant les mêmes conditions. Un nouveau RMO sera ainsi identifié pour la Région Auvergne-Rhône-Alpes, sur le périmètre qui fera l'objet de l'expérimentation, le marché initial de la DIR Centre-Est étant alors soit transféré totalement, soit éclaté en 2 marchés, chacun des marchés s'appliquant au périmètre de chacun des RMO avec chacun leur comptable public, dans les mêmes conditions que les conditions initiales. Chaque RMO traitera individuellement et directement avec le titulaire pour la passation de ses commandes, l'exécution de ses prestations et le règlement de ses factures. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Une déclaration concernant le chiffre d'affaires global et le chiffre d'affaires concernant les prestations objet du marché, réalisés au cours des 3 derniers exercices disponibles. Le candidat peut prouver sa capacité par tout autre document considéré comme équivalent par le maître d'ouvrage Criterion: Type: Suitability to pursue the professional activity Description: Les documents et renseignements mentionnés aux articles R21433 et R 21421 à 14 du CCP, à cet effet le candidat pourra utiliser les formulaires DC1 et DC2 (dernières versions à jour) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat au stade de la passation du marché ». * Les pouvoirs de la personne habilitée pour engager le candidat y compris, en cas de groupement, le cas échéant, les habilitations nécessaires pour représenter les entreprises au stade de la passation du marché. * Les candidats entrant dans le cas des interdictions de soumissionner prévues aux articles L.21411 à L.21416 du CCP seront exclus. * Les candidats entrant dans les cas des interdictions de soumissionner prévues aux articles L.21417 à L.214111 du CCP pourront être exclus. * La forme juridique du candidat en cas de groupement, sa nature et le nom du mandataire. Criterion: Type: Technical and professional ability Description: A- Expérience : La présentation d'une liste des principaux services effectués au cours des 3 dernières années, indiquant le montant, la date et le destinataire public ou privé. Cette présentation pourra être accompagnée d'attestations de l'acheteur. B- Capacités professionnelles : * L'indication des titres d'études et professionnels de l'opérateur économique et/ou des cadres de l'entreprise, et notamment des responsables de prestation de même nature que celle du marché. * Les certificats de qualifications professionnelles. * Les certificats de qualité délivrés par des organismes indépendants fondés sur les normes européennes. La preuve de ces capacités peut être apportée par tout autre moyen notamment par des certificats d'identité professionnelle ou des références attestant de la compétence de l'opérateur économique à réaliser la prestation pour laquelle il se porte candidat. C- Capacités techniques.* Une déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement, pour chacune des 3 dernières années. * Une déclaration indiquant l'outillage, le matériel et l'équipement technique dont le candidat dispose pour la réalisation du marché public. 5.1.10. Award criteria Criterion: Type: Price Description: Le prix au regard du document financier valorisé par le candidat.(60%) Criterion: Type: Quality Description: La valeur technique (30%) appréciée au vu : - du mémoire technique, pièce A1 (pondéré à 80%) ; - du SOPAQ, pièce A2 (pondéré à 20%). Criterion: Type: Quality Description: Les performances en matière de protection de l'environnement, au regard du SOPRE, pièce A3. 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Le financement est assuré à 100% par l'Etat - une avance de 30% sera accordée pour tout bon de commande d'un montant supérieur à 50 000 euros HT et dont le délai d'exécution est supérieur à 2 mois ; - Les prix seront révisables ; - Les comptes seront réglés mensuellement sous la forme d'acomptes et d'un solde ; - Le délai global de paiement du règlement des comptes sera fixé à 30 jours ; Information about review deadlines: Référé précontractuel : depuis le début de la procédure de passation jusqu'à la signature du contrat (article L551-1 du Code de Justice Administrative) , Référé contractuel : 31 jours à compter de la date de publication de l'avis d'attribution du marché (article L551-13 à L551-23 et R551-7 à R551-10 du Code de Justice Administrative), Recours pour excès de pouvoir : dans un délai de 2 mois à compter de la notification de la décision d'infructuosité (articles R421-1 à R421-3 du Code de Justice Administrative), Recours de plein contentieux : dans un délai de 2 mois à compter de l'accomplissement des mesures de publicité concernant l'attribution du marché. Ce tribunal peut être saisi par voie dématérialisée par le dépôt d'une requête sur le site www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 5.1. Lot: LOT-0003 Title: regroupe l'A72, l'A47, la RN488 et une partie de la RN88 dans le 42 (PR 30+511 au PR 35+495), l'A450, l'A43, l'A42, l'A7 et la RN346 dans le 69. Description: Les prestations concernent les reconnaissances et études géotechniques au bénéfice des SREX et SIR de la DIRCE. Une astreinte pour les risques rocheux et géotechniques est prévue pour les interventions de diagnostic en urgence pour tous les lots géographiques, activable via des prix spécifiques. Les missions géotechniques comprises sont les missions G1 (étude de sites - PGC), G2 (Avant-projet - PRO et DCE), G4 (supervision géotechnique exécution en phase travaux) et G5 (diagnostic) au sens de la norme NF P 94-500. la signalisation et le balisage seront assurés par l'entreprise lors des reconnaissances sur site. Internal identifier: Lot 3 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Loire (FRK25) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Rhône (FRK26) Country: France 5.1.5. Value Maximum value of the framework agreement: 2 400 000,00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: La durée de validité de l'accord-cadre est de 12 mois à compter de sa notification. Période ferme : De la date de notification (année n) jusqu'à la veille de la date anniversaire de l'année n+1 Reconduction n°1 : De la date d'anniversaire de l'année n+1 à la veille de la date anniversaire de l'année n+2 Reconduction n°2 : De la date d'anniversaire de l'année n+2 à la veille de la date anniversaire de l'année n+3 Reconduction n°3 : De la date d'anniversaire de l'année n+3 à la veille de la date anniversaire de l'année n+4 Le marché est reconductible dans la limite de 3 reconductions, sans que la durée totale ne puisse excéder 4 ans. les conditions d'exécution des marchés comportent des éléments à caractère environnemental et social qui prennent en compte les objectifs de développement durable en conciliant développement économique, protection et mise en valeur de l'environnement et progrès social. Clauses de réexamen du marché public Ajout d'un nouveau maître d'ouvrage : Dans le cas où une partie du réseau routier concerné par le marché serait mise à disposition de la Région Auvergne-Rhône-Alpes, dans le cadre de l'expérimentation de gestion prévue par la loi 3DS, un avenant au marché sera pris de plein droit afin de permettre au nouveau maître d'ouvrage d'utiliser le présent marché suivant les mêmes conditions. Un nouveau RMO sera ainsi identifié pour la Région Auvergne-Rhône-Alpes, sur le périmètre qui fera l'objet de l'expérimentation, le marché initial de la DIR Centre-Est étant alors soit transféré totalement, soit éclaté en 2 marchés, chacun des marchés s'appliquant au périmètre de chacun des RMO avec chacun leur comptable public, dans les mêmes conditions que les conditions initiales. Chaque RMO traitera individuellement et directement avec le titulaire pour la passation de ses commandes, l'exécution de ses prestations et le règlement de ses factures. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Une déclaration concernant le chiffre d'affaires global et le chiffre d'affaires concernant les prestations objet du marché, réalisés au cours des 3 derniers exercices disponibles. Le candidat peut prouver sa capacité par tout autre document considéré comme équivalent par le maître d'ouvrage Criterion: Type: Suitability to pursue the professional activity Description: Les documents et renseignements mentionnés aux articles R21433 et R 21421 à 14 du CCP, à cet effet le candidat pourra utiliser les formulaires DC1 et DC2 (dernières versions à jour) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat au stade de la passation du marché ». * Les pouvoirs de la personne habilitée pour engager le candidat y compris, en cas de groupement, le cas échéant, les habilitations nécessaires pour représenter les entreprises au stade de la passation du marché. * Les candidats entrant dans le cas des interdictions de soumissionner prévues aux articles L.21411 à L.21416 du CCP seront exclus. * Les candidats entrant dans les cas des interdictions de soumissionner prévues aux articles L.21417 à L.214111 du CCP pourront être exclus. * La forme juridique du candidat en cas de groupement, sa nature et le nom du mandataire. Criterion: Type: Technical and professional ability Description: A- Expérience : La présentation d'une liste des principaux services effectués au cours des 3 dernières années, indiquant le montant, la date et le destinataire public ou privé. Cette présentation pourra être accompagnée d'attestations de l'acheteur. B- Capacités professionnelles : * L'indication des titres d'études et professionnels de l'opérateur économique et/ou des cadres de l'entreprise, et notamment des responsables de prestation de même nature que celle du marché. * Les certificats de qualifications professionnelles. * Les certificats de qualité délivrés par des organismes indépendants fondés sur les normes européennes. La preuve de ces capacités peut être apportée par tout autre moyen notamment par des certificats d'identité professionnelle ou des références attestant de la compétence de l'opérateur économique à réaliser la prestation pour laquelle il se porte candidat. C- Capacités techniques.* Une déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement, pour chacune des 3 dernières années. * Une déclaration indiquant l'outillage, le matériel et l'équipement technique dont le candidat dispose pour la réalisation du marché public. 5.1.10. Award criteria Criterion: Type: Price Description: Le prix au regard du document financier valorisé par le candidat (60%) Criterion: Type: Quality Description: La valeur technique (30%)appréciée au vu : - du mémoire technique, pièce A1 (pondéré à 80%) ; - du SOPAQ, pièce A2 (pondéré à 20%). Criterion: Type: Quality Description: Les performances en matière de protection de l'environnement, au regard du SOPRE, pièce A3. 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Le financement est assuré à 100% par l'Etat - une avance de 30% sera accordée pour tout bon de commande d'un montant supérieur à 50 000 euros HT et dont le délai d'exécution est supérieur à 2 mois ; - Les prix seront révisables ; - Les comptes seront réglés mensuellement sous la forme d'acomptes et d'un solde ; - Le délai global de paiement du règlement des comptes sera fixé à 30 jours ; Information about review deadlines: Référé précontractuel : depuis le début de la procédure de passation jusqu'à la signature du contrat (article L551-1 du Code de Justice Administrative) , Référé contractuel : 31 jours à compter de la date de publication de l'avis d'attribution du marché (article L551-13 à L551-23 et R551-7 à R551-10 du Code de Justice Administrative), Recours pour excès de pouvoir : dans un délai de 2 mois à compter de la notification de la décision d'infructuosité (articles R421-1 à R421-3 du Code de Justice Administrative), Recours de plein contentieux : dans un délai de 2 mois à compter de l'accomplissement des mesures de publicité concernant l'attribution du marché. Ce tribunal peut être saisi par voie dématérialisée par le dépôt d'une requête sur le site www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 5.1. Lot: LOT-0004 Title: regroupe la RN532 dans le 26, les RN85, RN481 et RN87 dans le 38 y compris la rampe de Laffrey, les RN201 et RN90 dans le 73. Description: Les prestations concernent les reconnaissances et études géotechniques au bénéfice des SREX et SIR de la DIRCE. Une astreinte pour les risques rocheux et géotechniques est prévue pour les interventions de diagnostic en urgence pour tous les lots géographiques, activable via des prix spécifiques. Les missions géotechniques comprises sont les missions G1 (étude de sites - PGC), G2 (Avant-projet - PRO et DCE), G4 (supervision géotechnique exécution en phase travaux) et G5 (diagnostic) au sens de la norme NF P 94-500. La signalisation et le balisage seront assurés par l'entreprise lors des reconnaissances sur site. Internal identifier: Lot 4 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Savoie (FRK27) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Isère (FRK24) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Drôme (FRK23) Country: France 5.1.5. Value Maximum value of the framework agreement: 2 000 000,00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: La durée de validité de l'accord-cadre est de 12 mois à compter de sa notification. Période ferme : De la date de notification (année n) jusqu'à la veille de la date anniversaire de l'année n+1 Reconduction n°1 : De la date d'anniversaire de l'année n+1 à la veille de la date anniversaire de l'année n+2 Reconduction n°2 : De la date d'anniversaire de l'année n+2 à la veille de la date anniversaire de l'année n+3 Reconduction n°3 : De la date d'anniversaire de l'année n+3 à la veille de la date anniversaire de l'année n+4 Le marché est reconductible dans la limite de 3 reconductions, sans que la durée totale ne puisse excéder 4 ans. les conditions d'exécution des marchés comportent des éléments à caractère environnemental et social qui prennent en compte les objectifs de développement durable en conciliant développement économique, protection et mise en valeur de l'environnement et progrès social. Clauses de réexamen du marché public Ajout d'un nouveau maître d'ouvrage : Dans le cas où une partie du réseau routier concerné par le marché serait mise à disposition de la Région Auvergne-Rhône-Alpes, dans le cadre de l'expérimentation de gestion prévue par la loi 3DS, un avenant au marché sera pris de plein droit afin de permettre au nouveau maître d'ouvrage d'utiliser le présent marché suivant les mêmes conditions. Un nouveau RMO sera ainsi identifié pour la Région Auvergne-Rhône-Alpes, sur le périmètre qui fera l'objet de l'expérimentation, le marché initial de la DIR Centre-Est étant alors soit transféré totalement, soit éclaté en 2 marchés, chacun des marchés s'appliquant au périmètre de chacun des RMO avec chacun leur comptable public, dans les mêmes conditions que les conditions initiales. Chaque RMO traitera individuellement et directement avec le titulaire pour la passation de ses commandes, l'exécution de ses prestations et le règlement de ses factures. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Une déclaration concernant le chiffre d'affaires global et le chiffre d'affaires concernant les prestations objet du marché, réalisés au cours des 3 derniers exercices disponibles. Le candidat peut prouver sa capacité par tout autre document considéré comme équivalent par le maître d'ouvrage Criterion: Type: Suitability to pursue the professional activity Description: Les documents et renseignements mentionnés aux articles R21433 et R 21421 à 14 du CCP, à cet effet le candidat pourra utiliser les formulaires DC1 et DC2 (dernières versions à jour) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat au stade de la passation du marché ». * Les pouvoirs de la personne habilitée pour engager le candidat y compris, en cas de groupement, le cas échéant, les habilitations nécessaires pour représenter les entreprises au stade de la passation du marché. * Les candidats entrant dans le cas des interdictions de soumissionner prévues aux articles L.21411 à L.21416 du CCP seront exclus. * Les candidats entrant dans les cas des interdictions de soumissionner prévues aux articles L.21417 à L.214111 du CCP pourront être exclus. * La forme juridique du candidat en cas de groupement, sa nature et le nom du mandataire. Criterion: Type: Technical and professional ability Description: A- Expérience : La présentation d'une liste des principaux services effectués au cours des 3 dernières années, indiquant le montant, la date et le destinataire public ou privé. Cette présentation pourra être accompagnée d'attestations de l'acheteur. B- Capacités professionnelles : * L'indication des titres d'études et professionnels de l'opérateur économique et/ou des cadres de l'entreprise, et notamment des responsables de prestation de même nature que celle du marché. * Les certificats de qualifications professionnelles. * Les certificats de qualité délivrés par des organismes indépendants fondés sur les normes européennes. La preuve de ces capacités peut être apportée par tout autre moyen notamment par des certificats d'identité professionnelle ou des références attestant de la compétence de l'opérateur économique à réaliser la prestation pour laquelle il se porte candidat. C- Capacités techniques.* Une déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement, pour chacune des 3 dernières années. * Une déclaration indiquant l'outillage, le matériel et l'équipement technique dont le candidat dispose pour la réalisation du marché public. 5.1.10. Award criteria Criterion: Type: Price Description: Le prix au regard du document financier valorisé par le candidat (60%) Criterion: Type: Quality Description: La valeur technique (30%) appréciée au vu : - du mémoire technique, pièce A1 (pondéré à 80%) ; - du SOPAQ, pièce A2 (pondéré à 20%) Criterion: Type: Quality Description: Les performances en matière de protection de l'environnement, au regard du SOPRE, pièce A3. 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Le financement est assuré à 100% par l'Etat - une avance de 30% sera accordée pour tout bon de commande d'un montant supérieur à 50 000 euros HT et dont le délai d'exécution est supérieur à 2 mois ; - Les prix seront révisables ; - Les comptes seront réglés mensuellement sous la forme d'acomptes et d'un solde ; - Le délai global de paiement du règlement des comptes sera fixé à 30 jours ; Information about review deadlines: Référé précontractuel : depuis le début de la procédure de passation jusqu'à la signature du contrat (article L551-1 du Code de Justice Administrative) , Référé contractuel : 31 jours à compter de la date de publication de l'avis d'attribution du marché (article L551-13 à L551-23 et R551-7 à R551-10 du Code de Justice Administrative), Recours pour excès de pouvoir : dans un délai de 2 mois à compter de la notification de la décision d'infructuosité (articles R421-1 à R421-3 du Code de Justice Administrative), Recours de plein contentieux : dans un délai de 2 mois à compter de l'accomplissement des mesures de publicité concernant l'attribution du marché. Ce tribunal peut être saisi par voie dématérialisée par le dépôt d'une requête sur le site www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 8. Organisations 8.1. ORG-0001 Official name: Direction Interdépartementale des Routes Centre-Est Registration number: 13000173800017 Postal address: Immeuble La Villardière - 228, rue Garibaldi Town: Lyon cedex 03 Postcode: 69446 Country: France Email: srei-chambery.dirce@developpement-durable.gouv.fr Telephone: 0479700200 Information exchange endpoint (URL): https://www.marches-publics.gouv.fr Buyer profile: https://www.marches-publics.gouv.fr Roles of this organisation: Buyer 8.1. ORG-0002 Official name: Tribunal Administratif de Lyon Registration number: 17690005800015 Postal address: Palais des Juridictions administratives - 184, rue Duguesclin Town: Lyon cedex 03 Postcode: 69443 Country: France Email: greffe.ta-lyon@juradm.fr Telephone: 0487635000 Internet address: http://lyon.tribunal-administratif.fr Roles of this organisation: Review organisation Organisation providing more information on the review procedures Mediation organisation 11. Notice information 11.1. Notice information Notice identifier/version: c84b37f1-2452-486c-baf8-b55a37c8ee79 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 18/10/2024 21:29:47 (UTC+2) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 638007-2024 OJ S issue number: 206/2024 Publication date: 22/10/2024 Czech document download: https://ted.europa.eu/cs/notice/638007-2024/pdf Danish document download: https://ted.europa.eu/da/notice/638007-2024/pdf German document download: https://ted.europa.eu/de/notice/638007-2024/pdf Greek document download: https://ted.europa.eu/el/notice/638007-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/638007-2024/pdf English document download: https://ted.europa.eu/en/notice/638007-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/638007-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/638007-2024/pdf French document download: https://ted.europa.eu/fr/notice/638007-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/638007-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/638007-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/638007-2024/pdf Italian document download: https://ted.europa.eu/it/notice/638007-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/638007-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/638007-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/638007-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/638007-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/638007-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/638007-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/638007-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/638007-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/638007-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/638007-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/638007-2024/pdf 638007-2024 - Competition Competition France: Geotechnical engineering services Geotechnical surveys and studies Type of procedure: Open Buyer Buyer: Interdepartmental Roads Department Centre-East Email: srei-chambery.dirce@developpement-durable.gouv.fr France, Lyon cedex 03 LOT-0001: includes the regionalized perimeter: RN 7 and RN209 in 03, RN7, RN88 (PR 35+495 to PR 52+381) and RN82 in 42, RN7 in 69, 38, 26 and RN102 in 07 and 26. Geotechnical engineering services France, Allier (FRK11) France, Loire (FRK25) France, Rhône (FRK26) France, Isère (FRK24) France, Ardèche (FRK22) France, Drôme (FRK23) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) LOT-0002: groups together the RNs of departments 10, 89, 58, 71. Geotechnical engineering services France, Aube (FRF22) France, Yonne (FRC14) France, Nièvre (FRC12) France, Saône-et-Loire (FRC13) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) LOT-0003: groups together the A72, the A47, the RN488 and part of the RN88 in the 42 (PR 30+511 to PR 35+495), the A450, the A43, the A42, the A7 and the RN346 in the 69. Geotechnical engineering services France, Loire (FRK25) France, Rhône (FRK26) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) LOT-0004: includes the RN532 in the 26, the RN85, RN481 and RN87 in the 38 including the Laffrey ramp, the RN201 and RN90 in the 73. Geotechnical engineering services France, Savoie (FRK27) France, Isère (FRK24) France, Drôme (FRK23) Deadline for receipt of tenders: 09/12/2024 - 12:00:00 (UTC+2) 638007-2024 - Competition France – Geotechnical engineering services – Geotechnical reconnaissance and studies OJ S 206/2024 22/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Interdepartmental Roads Directorate Centre-Est Email: srei-chambery.dirce@developpement-durable.gouv.fr Legal type of the buyer: Body governed by public law, controlled by a central government authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Geotechnical reconnaissance and studies Description: The services concern geotechnical reconnaissance and studies for the benefit of the SREX and SIR of the DIRCE. A penalty payment for rock and geotechnical risks is provided for emergency diagnostic interventions for all geographical lots, which can be activated via specific prices. The geotechnical missions included are missions G1 (site study - PGC), G2 (Preliminary project - PRO and DCE), G4 (geotechnical supervision of execution during the works phase) and G5 (diagnosis) within the meaning of standard NF P 94-500. The place of execution of the services is the entire national road network under the jurisdiction of the DIRCE in charge of the operation and maintenance of this network, divided into geographical lots: - Lot 1: groups together the regionalized perimeter: RN 7 and RN209 in the 03, RN7,RN88 (PR 35+495 to PR 52+381) and RN82 in the 42, RN7 in the 69, 38, 26 and the RN102 in the 07 and 26. - Lot 2: groups together the RNs of departments 10, 89, 58, 71. - Lot 3: groups together the A72, the A47, the RN488 and part of the RN88 in the 42 (PR 30+511 to PR 35+495), the A450, the A43, the A42, the A7 and the RN346 in the 69. - Lot 4: groups together the RN532 in the 26, the RN85, RN481 and RN87 in the 38 including the Laffrey ramp, the RN201 and RN90 in the 73. Signage and marking will be provided by the company during on-site surveys. Procedure identifier: 7b1030b7-444b-471f-be93-34498f0db839 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services Additional classification (cpv): 45111250 Ground investigation work 2.1.3. Value Maximum value of the framework agreement: EUR 8,000,000.00 2.1.4. General information Legal basis: Directive 2014/24/EU 2.1.6. Grounds for exclusion Purely national exclusion grounds: 5. Lot 5.1. Lot: LOT-0001 Title: includes the regionalized perimeter: RN 7 and RN209 in the 03, RN7, RN88 (PR 35+495 to PR 52+381) and RN82 in the 42, RN7 in the 69, 38, 26 and RN102 in the 07 and 26. Description: The services concern geotechnical reconnaissance and studies for the benefit of the SREX and SIR of the DIRCE. A penalty for rock and geotechnical risks is planned for emergency diagnostic interventions for all geographical lots, which can be activated via specific prices. The geotechnical missions included are missions G1 (site study - PGC), G2 (Preliminary project - PRO and DCE), G4 (geotechnical supervision of execution in the works phase) and G5 (diagnosis) within the meaning of standard NF P 94-500. the signage and marking will be provided by the company during on-site reconnaissance. Internal identifier: Lot 1 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Allier (FRK11) Country: France Additional information: - Lot 1: includes the regionalized perimeter: RN 7 and RN209 in the 03, RN7, RN88 (PR 35+495 to PR 52+381) and RN82 in the 42, RN7 in the 69, 38, 26 and RN102 in the 07 and 26. 5.1.2. Place of performance Country subdivision (NUTS): Loire (FRK25) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Rhône (FRK26) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Isère (FRK24) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Ardèche (FRK22) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Drôme (FRK23) Country: France 5.1.5. Value Maximum value of the framework agreement: 2,000,000.00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved.The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: The validity period of the framework agreement is 12 months from its date notification. Fixed period: From the notification date (year n) until the day before the anniversary date of year n+1 Renewal no. 1: From the anniversary date of year n+1 to the day before the anniversary date of year n+2 Renewal n°2: From the anniversary date of year n+2 to the day before the anniversary date of year n+3 Renewal n°3: From the date anniversary of year n+3 on the eve of the anniversary date of year n+4 The contract is renewable up to 3 renewals, without the total duration being able to exceed 4 years. the conditions of execution of contracts includes environmental elements which take into account sustainable development objectives by reconciling economic development, protection and enhancement of the environment and social progress. Public contract review clauses Addition of a new project owner: In the event that part of the road network covered by the contract is made available to the Auvergne-Rhône-Alpes Region, as part of the experiment of management provided for by the 3DS law, an amendment to the contract will be taken automatically in order to allow the new project owner to use this contract under the same conditions. A new RMO will thus be identified for the Auvergne-Rhône-Alpes Region , on the perimeter which will be the subject of the experiment, the initial market of the DIR Centre-Est being then either transferred completely, or split into 2 markets, each of the markets applying to the perimeter of each of the RMOs with each their public accountant, under the same conditions as the initial conditions. Each RMO will deal individually and directly with the holder for the placing of its orders, the execution of its services and the payment of its invoices. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: A statement concerning the overall turnover and the turnover concerning the services covered by the contract, achieved over the last 3 financial years available. The candidate can prove his capacity by any other document considered equivalent by the project owner Criterion: Type: Suitability to pursue the professional activity Description: The documents and information mentioned in articles R21433 and R 21421 to 14 of the CCP, for this purpose the candidate may use the DC1 forms and DC2 (latest updated versions) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat at the tendering stage ». * The powers of the person authorized to bind the candidate including, in the event of a group, where applicable, the authorizations necessary to represent companies at the tendering stage. * Candidates falling within the prohibitions on bidding provided for in Articles L.21411 to L.21416 of the CCP will be excluded. * Candidates falling within the prohibitions on bidding provided for in Articles L.21417 to L.214111 of the CCP may be excluded. * The legal form of the candidate in the event of a group, its nature and the name of the agent. Criterion: Type: Technical and professional ability Description: A- Experience: The presentation of a list of the main services performed over the last 3 years, indicating the amount, date and public or private recipient. This presentation may be accompanied by certificates from the buyer. B- Professional skills: * Indication of the educational and professional qualifications of the economic operator and/or the company's executives, and in particular those responsible for services of the same nature as that of the contract. * Professional qualification certificates. * Quality certificates issued by independent bodies based on European standards. Proof of these skills may be provided by any other means, in particular by professional identity certificates or references attesting to the economic operator's competence to carry out the service for which it is applying. C- Technical skills. * A statement indicating the candidate's average annual workforce and the size of the management staff, for each of the last 3 years. * A statement indicating the tools, materials and technical equipment that the candidate has available for carrying out the public contract. 5.1.10. Award criteria Criterion: Type: Price Description: The price in relation to the financial document valued by the candidate (60%) Criterion: Type: Quality Description: The technical value (30%) assessed in light of: - the technical brief, exhibit A1 (weighted at 80%); - the SOPAQ, exhibit A2 (weighted at 20%) Criterion: Type: Quality Description: The environmental protection performance, in relation to the SOPRE, exhibit A3. 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid:240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Financing is 100% provided by the State - an advance of 30% will be granted for any purchase order for an amount greater than 50,000 euros excluding VAT and whose execution period is greater than 2 months; - Prices will be revisable; - Accounts will be settled monthly in the form of down payments and a balance; - The overall payment period for settling accounts will be set at 30 days; Information about review deadlines: Pre-contractual referral: from the start of the award procedure until the signing of the contract (Article L551-1 of the Code of Administrative Justice), Contractual referral: 31 days from the date of publication of the notice of award of the contract (Articles L551-13 to L551-23 and R551-7 to R551-10 of the Code of Administrative Justice), Appeal for abuse of power: within 2 months from notification of the decision of ineffectiveness (Articles R421-1 to R421-3 of the Code of Administrative Justice), Full litigation appeal: within 2 months from the completion of the publicity measures concerning the award of the contract. This court may be seized electronically by filing a request on the website www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 5.1. Lot: LOT-0002 Title: groups together the RNs of departments 10, 89, 58, 71. Description: The services concern geotechnical reconnaissance and studies for the benefit of the SREX and SIR of the DIRCE. A penalty payment for rock and geotechnical risks is planned for emergency diagnostic interventions for all geographical lots, which can be activated via specific prices. The geotechnical missions included are missions G1 (site study - PGC), G2 (Preliminary project - PRO and DCE), G4 (geotechnical supervision of execution during the works phase) and G5 (diagnosis) within the meaning of standard NF P 94-500. Signage and marking will be provided by the company during on-site reconnaissance. Internal identifier: Lot 2 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Aube (FRF22) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Yonne (FRC14) Country: France 5.1.2.Place of performance Country subdivision (NUTS): Nièvre (FRC12) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Saône-et-Loire (FRC13) Country: France 5.1.5. Value Maximum value of the framework agreement: 1,600,000.00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: The validity period of the framework agreement is 12 months from its date notification. Fixed period: From the notification date (year n) until the day before the anniversary date of year n+1 Renewal no. 1: From the anniversary date of year n+1 to the day before the anniversary date of year n+2 Renewal n°2: From the anniversary date of year n+2 to the day before the anniversary date of year n+3 Renewal n°3: From the date anniversary of year n+3 on the eve of the anniversary date of year n+4 The contract is renewable up to 3 renewals, without the total duration being able to exceed 4 years. the conditions of execution of contracts includes environmental and social elements which take into account sustainable development objectives by reconciling economic development, protection and enhancement of the environment and social progress. Public contract review clauses Addition of a new project owner: In the event that part of the road network covered by the contract is made available to the Auvergne-Rhône-Alpes Region, as part of the experiment of management provided for by the 3DS law, an amendment to the contract will be taken automatically in order to allow the new project owner to use this contract under the same conditions. A new RMO will thus be identified for the Auvergne-Rhône-Alpes Region , on the perimeter which will be the subject of the experiment, the initial market of the DIR Centre-Est being then either transferred completely, or split into 2 markets, each of the markets applying to the perimeter of each of the RMOs with each their public accountant, under the same conditions as the initial conditions. Each RMO will deal individually and directly with the holder for the placing of its orders, the execution of its services and the payment of its invoices. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: A statement concerning the overall turnover and the turnover concerning the services covered by the contract, achieved over the last 3 financial years available.The candidate may prove his capacity by any other document considered equivalent by the contracting authority Criterion: Type: Suitability to pursue the professional activity Description: The documents and information mentioned in Articles R21433 and R 21421 to 14 of the CCP, for this purpose the candidate may use forms DC1 and DC2 (latest updated versions) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat at the stage of awarding the contract. * The powers of the person authorized to engage the candidate including, in the event of a group, where applicable, the authorizations necessary to represent the companies at the stage of awarding the contract. * Candidates falling within the case of the prohibitions on bidding provided for in Articles L.21411 to L.21416 of the CCP will be excluded. * Candidates falling within the cases of the prohibitions on bidding provided for in Articles L.21417 to L.214111 of the CCP may be excluded. * The legal form of the candidate in the event of a group, its nature and the name of the agent. Criterion: Type: Technical and professional ability Description: A- Experience: The presentation of a list of the main services carried out over the last 3 years, indicating the amount, the date and the public or private recipient. This presentation may be accompanied by certificates from the buyer. B- Professional skills: * The indication of the educational and professional qualifications of the economic operator and/or the company's executives, and in particular those responsible for services of the same nature as that of the contract. * Professional qualification certificates. * Quality certificates issued by independent bodies based on European standards. Proof of these capacities may be provided by any other means, in particular by professional identity certificates or references attesting to the competence of the economic operator to carry out the service for which it is applying. C- Technical capacities.* A declaration indicating the average annual workforce of the candidate and the size of the management staff, for each of the last 3 years. * A declaration indicating the tools, materials and technical equipment that the candidate has for the performance of the public contract. 5.1.10. Award criteria Criterion: Type: Price Description: The price with regard to the financial document valued by the candidate. (60%) Criterion: Type: Quality Description: The technical value (30%) assessed in view of: - the technical memorandum, exhibit A1 (weighted at 80%); - the SOPAQ, exhibit A2 (weighted at 20%). Criterion: Type: Quality Description: The environmental protection performance, with regard to the SOPRE, exhibit A3. 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Financing is 100% provided by the State - an advance of 30% will be granted for any purchase order for an amount greater than 50,000 euros excluding tax and whose execution period is greater than 2 months; - Prices will be revisable; - The accounts will be settled monthly in the form of installments and a balance; - The overall payment period for settling the accounts will be set at 30 days; Information about review deadlines: Pre-contractual referral: from the start of the award procedure until the signing of the contract (Article L551-1 of the Code of Administrative Justice), Contractual referral: 31 days from the date of publication of the notice of award of the contract (Article L551-13 to L551-23 and R551-7 to R551-10 of the Code of Administrative Justice), Appeal for abuse of power: within 2 months from notification of the decision of ineffectiveness (Articles R421-1 to R421-3 of the Code of Administrative Justice), Full litigation appeal: within 2 months from the completion of the publicity measures concerning the award of the contract. This court may be contacted electronically by filing a request on the website www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 5.1. Lot: LOT-0003 Title: includes the A72, the A47, the RN488 and part of the RN88 in the 42 (PR 30+511 to PR 35+495), the A450, the A43, the A42, the A7 and the RN346 in the 69. Description: The services concern geotechnical reconnaissance and studies for the benefit of the SREX and SIR of the DIRCE. A duty for rock and geotechnical risks is planned for emergency diagnostic interventions for all geographical lots, which can be activated via specific prices. The geotechnical missions included are G1 (site study - PGC), G2 (Preliminary project - PRO and DCE),G4 (geotechnical supervision of execution during the works phase) and G5 (diagnosis) within the meaning of standard NF P 94-500. Signage and marking will be provided by the company during on-site surveys. Internal identifier: Lot 3 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Loire (FRK25) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Rhône (FRK26) Country: France 5.1.5. Value Maximum value of the framework agreement: 2,400,000.00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: The validity period of the framework agreement is 12 months from its notification. Fixed period: From the notification date (year n) until the day before the anniversary date of year n+1 Renewal n°1: From the anniversary date of year n+1 to the day before the anniversary date of year n+2 Renewal n°2: From the anniversary date of year n+2 to the day before the anniversary date of year n+3 Renewal n°3: From the anniversary date of year n+3 to the day before the anniversary date of year n+4 The contract is renewable up to 3 renewals, without the total duration exceeding 4 years. the conditions of execution of the contracts include environmental and social elements that take into account sustainable development objectives by reconciling economic development, protection and enhancement of the environment and social progress. Public contract review clauses Addition of a new contracting authority: In the event that part of the road network covered by the contract is made available to the Auvergne-Rhône-Alpes Region, as part of the management experiment provided for by the 3DS law, an amendment to the contract will be automatically made to allow the new contracting authority to use this contract under the same conditions. A new RMO will thus be identified for the Auvergne-Rhône-Alpes Region, on the perimeter that will be the subject of the experiment, the initial contract of the DIR Centre-Est then being either transferred in full or split into 2 contracts, each of the contracts applying to the perimeter of each of the RMOs, each with their own public accountant, under the same conditions as the initial conditions. Each RMO will deal individually and directly with the holder for the placing of its orders,the performance of its services and the payment of its invoices. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: A statement concerning the overall turnover and the turnover concerning the services covered by the contract, achieved over the last 3 financial years available. The candidate may prove its capacity by any other document considered equivalent by the contracting authority Criterion: Type: Suitability to pursue the professional activity Description: The documents and information mentioned in Articles R21433 and R 21421 to 14 of the CCP, for this purpose the candidate may use forms DC1 and DC2 (latest updated versions) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat at the stage of awarding the contract. * The powers of the person authorized to bind the candidate including, in the event of a group, where applicable, the authorizations necessary to represent the companies at the stage of awarding the contract. * Candidates falling within the prohibitions on bidding provided for in Articles L.21411 to L.21416 of the CCP will be excluded. * Candidates falling within the prohibitions on bidding provided for in Articles L.21417 to L.214111 of the CCP may be excluded. * The legal form of the candidate in the event of a group, its nature and the name of the agent. Criterion: Type: Technical and professional ability Description: A- Experience: Presentation of a list of the main services performed over the last 3 years, indicating the amount, date and public or private recipient. This presentation may be accompanied by certificates from the buyer. B- Professional skills: * Indication of the educational and professional qualifications of the economic operator and/or the company's executives, and in particular those responsible for services of the same nature as that of the contract. * Professional qualification certificates. * Quality certificates issued by independent bodies based on European standards. Proof of these capacities may be provided by any other means, in particular by professional identity certificates or references attesting to the competence of the economic operator to carry out the service for which he is applying. C- Technical capacities.* A declaration indicating the average annual workforce of the candidate and the size of the management staff, for each of the last 3 years. * A declaration indicating the tools, materials and technical equipment that the candidate has for the performance of the public contract. 5.1.10. Award criteria Criterion: Type: Price Description: The price with regard to the financial document valued by the candidate (60%) Criterion: Type: Quality Description: The technical value (30%) assessed in view of: - the technical memorandum, exhibit A1 (weighted at 80%); - the SOPAQ,Exhibit A2 (weighted at 20%). Criterion: Type: Quality Description: Environmental protection performance, in relation to SOPRE, Exhibit A3. 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Financing is 100% provided by the State - an advance of 30% will be granted for any purchase order for an amount greater than 50,000 euros excluding tax and whose execution period is greater than 2 months; - Prices will be revisable; - Accounts will be settled monthly in the form of down payments and a balance; - The overall payment deadline for the settlement of accounts will be set at 30 days; Information about review deadlines: Pre-contractual referral: from the start of the award procedure until the signing of the contract (Article L551-1 of the Code of Administrative Justice), Contractual referral: 31 days from the date of publication of the notice of award of the contract (Article L551-13 to L551-23 and R551-7 to R551-10 of the Code of Administrative Justice), Appeal for abuse of power: within 2 months from notification of the decision of ineffectiveness (Articles R421-1 to R421-3 of the Code of Administrative Justice), Full litigation appeal: within 2 months from the completion of the publicity measures concerning the award of the contract. This court may be contacted electronically by filing a request on the website www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation: Tribunal Administratif de Lyon Organisation providing more information on the review procedures: Tribunal Administratif de Lyon 5.1. Lot: LOT-0004 Title: includes the RN532 in the 26, the RN85, RN481 and RN87 in the 38 including the Laffrey ramp, the RN201 and RN90 in the 73. Description: The services concern geotechnical reconnaissance and studies for the benefit of the SREX and SIR of the DIRCE.A duty for rock and geotechnical risks is planned for emergency diagnostic interventions for all geographical lots, which can be activated via specific prices. The geotechnical missions included are missions G1 (site study - PGC), G2 (Preliminary project - PRO and DCE), G4 (geotechnical supervision of execution during the works phase) and G5 (diagnosis) within the meaning of standard NF P 94-500. Signage and marking will be provided by the company during on-site reconnaissance. Internal identifier: Lot 4 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 71332000 Geotechnical engineering services 5.1.2. Place of performance Country subdivision (NUTS): Savoie (FRK27) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Isère (FRK24) Country: France 5.1.2. Place of performance Country subdivision (NUTS): Drôme (FRK23) Country: France 5.1.5. Value Maximum value of the framework agreement: 2,000,000.00 EUR 5.1.6. General information This is a recurrent procurement Reserved participation: Participation is not reserved. The names and professional qualifications of the staff assigned to perform the contract must be given: Tender requirement Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes This procurement is also suitable for small and medium-sized enterprises (SMEs) Additional information: The validity period of the framework agreement is 12 months from its notification. Fixed period: From the notification date (year n) until the day before the anniversary date of year n+1 Renewal No. 1: From the anniversary date of year n+1 to the day before the anniversary date of year n+2 Renewal No. 2: From the anniversary date of year n+2 to the day before the anniversary date of year n+3 Renewal No. 3: From the anniversary date of year n+3 to the day before the anniversary date of year n+4 The contract may be renewed up to 3 renewals, without the total duration exceeding 4 years. The conditions of execution of the contracts include environmental and social elements that take into account sustainable development objectives by reconciling economic development, protection and enhancement of the environment and social progress. Public contract review clauses Addition of a new project owner: In the event that part of the road network covered by the contract is made available to the Auvergne-Rhône-Alpes Region, as part of the management experiment provided for by the 3DS law, an amendment to the contract will be automatically made to allow the new project owner to use this contract under the same conditions. A new RMO will thus be identified for the Auvergne-Rhône-Alpes Region,on the scope that will be the subject of the experiment, the initial market of the DIR Centre-Est being then either transferred completely or split into 2 markets, each of the markets applying to the scope of each of the RMOs with each their public accountant, under the same conditions as the initial conditions. Each RMO will deal individually and directly with the holder for the placing of its orders, the execution of its services and the payment of its invoices. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: A statement concerning the overall turnover and the turnover concerning the services covered by the market, achieved over the last 3 financial years available. The candidate may prove his capacity by any other document considered equivalent by the contracting authority Criterion: Type: Suitability to pursue the professional activity Description: The documents and information mentioned in Articles R21433 and R 21421 to 14 of the CCP, for this purpose the candidate may use forms DC1 and DC2 (latest updated versions) https://www.economie.gouv.fr/daj/formulairesdeclarationducandidat at the stage of awarding the contract. * The powers of the person authorized to engage the candidate including, in the event of a group, where applicable, the authorizations necessary to represent the companies at the stage of awarding the contract. * Candidates falling within the case of the prohibitions on bidding provided for in Articles L.21411 to L.21416 of the CCP will be excluded. * Candidates falling within the cases of the prohibitions on bidding provided for in Articles L.21417 to L.214111 of the CCP may be excluded. * The legal form of the candidate in the event of a group, its nature and the name of the agent. Criterion: Type: Technical and professional ability Description: A- Experience: The presentation of a list of the main services carried out over the last 3 years, indicating the amount, the date and the public or private recipient. This presentation may be accompanied by certificates from the buyer. B- Professional skills: * The indication of the educational and professional qualifications of the economic operator and/or the company's executives, and in particular those responsible for services of the same nature as that of the contract. * Professional qualification certificates. * Quality certificates issued by independent bodies based on European standards. Proof of these capacities may be provided by any other means, in particular by professional identity certificates or references attesting to the competence of the economic operator to carry out the service for which he is applying. C- Technical capacities.* A declaration indicating the average annual workforce of the candidate and the number of management staff,for each of the last 3 years. * A statement indicating the tools, materials and technical equipment that the candidate has for the performance of the public contract. 5.1.10. Award criteria Criterion: Type: Price Description: The price in relation to the financial document valued by the candidate (60%) Criterion: Type: Quality Description: The technical value (30%) assessed in light of: - the technical memorandum, exhibit A1 (weighted at 80%); - the SOPAQ, exhibit A2 (weighted at 20%) Criterion: Type: Quality Description: The environmental protection performance, in relation to the SOPRE, exhibit A3. 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Not allowed Deadline for receipt of tenders: 09/12/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 240 Days Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes Financial arrangement: Financing is 100% provided by the State - an advance of 30% will be granted for any purchase order for an amount greater than 50,000 euros excluding tax and whose execution period is greater than 2 months; - Prices will be revisable; - Accounts will be settled monthly in the form of down payments and a balance; - The overall payment deadline for the settlement of accounts will be set at 30 days; Information about review deadlines: Pre-contractual referral: from the start of the award procedure until the signing of the contract (Article L551-1 of the Code of Administrative Justice), Contractual referral: 31 days from the date of publication of the notice of award of the contract (Article L551-13 to L551-23 and R551-7 to R551-10 of the Code of Administrative Justice), Appeal for abuse of power: within 2 months from notification of the decision of ineffectiveness (Articles R421-1 to R421-3 of the Code of Administrative Justice), Full litigation appeal: within 2 months from the completion of the publicity measures concerning the award of the contract. This court may be contacted electronically by filing a request on the website www.telerecours.fr 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Tribunal Administratif de Lyon Review organisation:Administrative Court of Lyon Organization providing more information on the review procedures: Administrative Court of Lyon 8. Organizations 8.1. ORG-0001 Official name: Interdepartmental Directorate of Roads Center-East Registration number: 13000173800017 Postal address: Immeuble La Villardière - 228, rue Garibaldi Town: Lyon cedex 03 Postcode: 69446 Country: France Email: srei-chambery.dirce@developpement-durable.gouv.fr Telephone: 0479700200 Information exchange endpoint (URL): https://www.marches-publics.gouv.fr Buyer profile: https://www.marches-publics.gouv.fr Roles of this organization: Buyer 8.1. ORG-0002 Official name: Tribunal Administratif de Lyon Registration number: 17690005800015 Postal address: Palais des Jurisdictions administratives - 184, rue Duguesclin Town: Lyon cedex 03 Postcode: 69443 Country: France Email:grafe.ta-lyon@juradm.fr Telephone: 0487635000 Internet address: http://lyon.tribunal-administratif .fr Roles of this organization: Review organization Organization providing more information on the review procedures Mediation organization 11. Notice information 11.1. Notice information Notice identifier/version: c84b37f1-2452-486c-baf8-b55a37c8ee79 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 18/10/2024 21:29:47 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 638007-2024 OJ S issue number: 206/2024 Publication date: 22/10/2024 Czech document download: https://ted.europa.eu/cs/notice/638007-2024/pdf Danish document download: https://ted.europa.eu/da/notice/638007-2024/pdf German document download: https://ted.europa.eu/ de/notice/638007-2024/pdf Greek document download: https://ted.europa.eu/el/notice/638007-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/638007-2024/pdf English document download: https://ted.europa.eu/en/notice/638007-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/638007-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/638007-2024/pdf French document download: https://ted.europa.eu/fr/notice/638007-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/638007-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/638007-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/638007-2024/pdf Italian document download: https://ted.europa.eu/it/notice/638007-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/638007-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/638007-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/638007-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/638007-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/638007-202 4/pdf Portuguese document download: https://ted.europa.eu/pt/notice/638007-2024/pdf Romanian document download:https://ted.europa.eu/ro/notice/638007-2024/pdf Slovenian document download: https://ted.europa.eu/sk/notice/638007-2024/pdf Slovenian document download: https:// ted.europa.eu/sl/notice/638007-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/638007-2024/pdf Bulgarian document download: https://ted.europa. eu/bg/notice/638007-2024/pdf
NAICS
Scenic and Sightseeing Transportation Business InformationT Scenic and Sightseeing Transportation Other Similar Organizations (except Business Scenic and Sightseeing Transportation
CPVS
Signage Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Construction, foundation and surface works for highways, roads Publications Frames Plaice Balances Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Intelligence, surveillance, target acquisition and reconnaissance Forms Catalogues Gates Roadworks Seats Shapes
UNSPSC
Doors and windows and glass Awards Catalogs Signage Civic organizations and associations and movements In situ Gates Securities Humanitarian Relief Items, Kits, or Accessories
Regions
Europe Western Europe
Sectors
Engineering Roads and Highways-Bridge Printing and Publishing Services Roadways Construction Energy-Power and Electrical Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert