Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Франции


Railway construction works (Франция - Тендер #43161890)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Франция (другие тендеры и закупки Франция)
Организатор тендера: Tunnel Euralpin Lyon Turin SAS
Номер конкурса: 43161890
Дата публикации: 26-06-2023
Сумма контракта: 172 953 340 001 (Российский рубль) Цена оригинальная: 2 930 000 000 (Евро)
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация
2023062120230919 14:00Utilities entityContract noticeWorksNegotiated procedureEuropean Union, with participation by GPA countriesSubmission for all lotsThe most economic tenderRailway services01E0501
  1. Section I
    1. Name and addresses
      Tunnel Euralpin Lyon Turin SAS
      Bâtiment LinkLab - 455 chemin de la Cassine - BP 20803
      Chambéry
      73008
      France
      Telephone: +33 479685650
      E-mail: fonction.contrats@telt-sas.com
      Fax: +33 479685683
    2. Joint procurement
    3. Communication
      Access to the procurement documents is restricted. Further information can be obtained at
      https://telt.achatpublic.com/accueil/
      Additional information can be obtained from the abovementioned addresselectronically via: https://telt.achatpublic.com/accueil/
      to the abovementioned address
    4. Type of the contracting authority:
    5. Main activity:
      Railway services
  2. Section II
    1. Scope of the procurement:
      1. Title:

        Design and execution of secondary civil engineering works and rail and non-rail installations and maintenance of the cross-border section of the Lyon-Turin rail link

        Reference number: T15
      2. Main CPV code:
        45234100
      3. Type of contract:
        Works
      4. Short description:

        TELT company is the public promoter in charge of building and managing the cross-border section of the new Lyon-Turin railway project.

        This public contract, which is part of the construction site n. 12 (CO12), is a global performance contract within the meaning of article L2171-3 of the french Public Procurement Code, whose purpose is to design and carry out the secondary civil engineering works and the installations (rail and non-rail) required for the commissioning of the cross-border section scheduled for 31/12/2032, as well as the maintenance of this section.

        It can be broken down into an established tranche covering the design and construction of the above-mentioned works and installations, followed by the maintenance of the section for 7 years, and several optional tranches covering an additional maintenance period or the construction and maintenance of a cooling system.

      5. Estimated total value:
        Value excluding VAT: 2 930 000 000.00 EUR
      6. Information about lots:
        This contract is divided into lots: no
    2. Description
      1. Title:
      2. Additional CPV code(s):
        34632000, 34940000, 45210000, 45221248, 50225000, 71300000, 71520000, 71630000
      3. Place of performance:
        Main site or place of performance:

        The cross-border section of the new Lyon-Turin rail link runs from Saint-Jean-de Maurienne (Savoie, France) to Bussoleno (Piedmont, Italy).

      4. Description of the procurement:

        The purpose of the present contract is as follows:

        • project management services,

        • execution of works,

        • the provision of maintenance.

        The project management services include the design studies for the structures, the monitoring and control of the execution of the works, and the establishment and implementation of the test programme. The contractor must identify an integrated project manager within its organisation who is responsible for these services.

        The execution of the works includes the execution studies, the realisation of the secondary civil engineering works, the supply and installation of the equipment (railway and non-railway systems), the realisation of all the tests and trials required for the commissioning, and the supply of the emergency trains and bimodal transport.

        The main elements of the secondary civil engineering are:

        • the emergency and maintenance platforms along the entire length of the tunnel,

        • the lining of the access adits and caverns,

        • the finishing of the secondary works,

        • the technical buildings,

        • the construction site offices,

        • the works and installations to reduce the impact on the environment,

        • the final fittings.

        The main systems included in the railway installations are:

        • the track: slab track in the tunnel, on ballast outside,

        • traction power supply: catenaries (25 kV), substations, transformation, distribution, high voltage connections (RTE up to 400 kV in France, TERNA 132 kV in Italy) and medium voltage (ENEDIS, Régie Municipale),

        • signalling: ETCS level 2 (without superimposing with the automatic block), signal boxes interfaced with the adjacent control boxes of the french and italian networks,

        • telecommunications including railway telephony and GSM-R (connected to the MSC RFI),

        • control: centralised control room (railway traffic and installations), supervisor (SCADA) with multi-service broadband communication network and supervised equipment, digital innovation.

        The main systems included in the non-rail installations are:

        • medium/low voltage power supply,

        • ventilation (comfort and safety), branch doors and odd/even communication doors,

        • cooling/climate control (technical rooms and possibly tunnel), pumping and drainage,

        • electrical distribution and low voltage lighting,

        • safety equipment (communication, audio system, traffic video, sites video, access control, thermographic gates), firefighting (with Fire Safety System supervisor) and security,

        • maintenance and measurement machines

        • evacuation and rescue trains and bimodal vehicles,

        • photovoltaic systems.

        The realisation of the maintenance work includes, within the framework of the objectives defined by TELT:

        • the preparation of a regularly updated maintenance plan allowing the triggering of curative or preventive maintenance operations (the ESM, not included in the present contract, will be proposed by the contractor and decided by TELT),

        • the organisation and management of the maintenance teams,

        • systems performance monitoring and data collected analysis (big data),

        • planning and coordination of work slots in collaboration with the operators (TELT),

        • management of material resources and supplies for maintenance.

        The scope of the maintenance assignment includes the monitoring and routine maintenance of:

        • the structures, installations and systems designed and built by the contractor,

        • and of the other assets of the cross-border section (civil engineering structures, buildings, tunnels, access adits, etc.).

        The breakdown of the duration of the contract is provided as follows:

        • 2026-2032: studies, works and installations,

        • 31.12.2032: commissioning,

        • 2033-2039: maintenance of the established tranche,

        • 2040-2047: maintenance of the optional tranches.

      5. Award criteria:
        Price is not the only award criterion and all criteria are stated only in the procurement documents
      6. Estimated value:

      7. Duration of the contract, framework agreement or dynamic purchasing system:
        Duration in months: 255
        This contract is subject to renewal: no
      8. Information about the limits on the number of candidates to be invited:
      9. Information about variants:
        Variants will be accepted: yes
      10. Information about options:
        Options: yesDescription of options:

        The present contract is broken down into:

        • an established tranche covering the design and execution of the works and installations as well as the maintenance for 7 years from the date of commissioning of the cross-border section comprising the new railway line and its ancillary structures,

        • an optional tranche no. 1 covering maintenance for 4 years from the expiry of the established tranche,

        • an optional tranche no. 2 covering maintenance for 4 years from the expiry of the optional tranche no. 1,

        • an optional tranche no. 3 covering the construction of the tunnel cooling system and the maintenance of this system for 7 years from the date of commissioning of the section,

        • an optional tranche no. 4 covering the maintenance of the cooling system for 4 years from the expiry of the optional tranche no. 3,

        • an optional tranche no. 5 covering the maintenance of the cooling system for 4 years from the expiry of the optional tranche no. 4.

      11. Information about electronic catalogues:

      12. Information about European Union funds:
        The procurement is related to a project and/or programme financed by European Union funds:

        TEN-T (Trans-European Transport Network): project no 2014-EU-TM-0401-M

      13. Additional information:

        The amount mentioned in II.1.5 above is indicative and non-binding; it includes all the works and services for all the tranches combined.

        The dates mentioned in II.2.4 above are indicative.

        The duration mentioned in II.2.7 above includes the estimated duration of the studies and works (from notification of the contract to commissioning) and the duration of maintenance (all tranches combined).

  3. Section III
    1. Conditions for participation:
      1. Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers:
        List and brief description of conditions:

        Each economic operator, acting alone or in a consortium, must present:

        • either DC1 and DC2 forms (or their equivalents), freely available at the following address: http:// www.economie.gouv.fr/daj/formulaires-declaration-du-candidat (in case of consortium, the DC1 form must be provided only by the consortium representative),

        • or the European Single Procurement Document (ESPD), or its equivalent for bidders that are not based in the European Union; it must be noted that TELT does not authorise candidates to solely mention in the European Single Procurement Document or the equivalent that they are equipped with the required skills and abilities without providing specific details of the same;

        As this public procurement contract falls within the scope of the "protocollo operativo per il Monitoraggio finanziario delle Grandi Opere (MGO)", economic operators subject to italian law must also provide the latter, duly completed, available at the following address: https://www.telt.eu/wp-content/uploads/2023/04/TELT_MGO_impaginato_IT_2023_Low.pdf.

        Particular attention shall be paid to potential conflicts of interest which could arise during the awarding procedure or the execution of this contract, in particular regarding the following contracts awarded by TELT (or which will be awarded within the same scope when they will be renewed) or future contracts:

        • assistance to the project owner and carrying out of studies during the works phase (contract reference number C17306);

        • additional implementation of the initial status protocol and environmental monitoring in accordance with the “Loi sur l’eau” of the base tunnel works on the french side (contract reference number C17342);

        • environmental coordination services on the french side (contract reference number C17327);

        • design and coordination of the environmental monitoring plan for the operational construction sites on the italian side (contract reference number C17369);

        • execution of the environmental monitoring activities on the italian side (contract reference number C17368);

        • environmental coordination services on the italian side (contract reference number C200568);

        • Virtual Infrastructure Manager (VIM) services (future contract);

        • technical project owner assistance services as part of the CO12 (future contract);

        • safety and health protection coordination services as part of the CO12 (future contract).

      2. Economic and financial standing:
        List and brief description of selection criteria:

        Each economic operator, acting alone or in a consortium, must demonstrate it has sufficient economic and financial abilities by providing:

        • financial statements (including income statements and, for french candidates, tax form and annexes) available for the last three financial years, certified by the auditors (or equivalent for non-french candidates);

        • a filled copy of the Excel file “bilans financiers” (financial statements), in Excel format, available at the following address: https://telt.achatpublic.com/accueil/;

        It should be noted that the economic and financial capacity of candidates will be assessed in particular on the basis of their financial and income statements using indicators of profitability, autonomy, independence, indebtedness and liquidity.

        • if part of a group of companies and in the event that several economic operators belonging to the same group are candidates in different consortiums, a certificate attesting to its commercial autonomy in relation to other companies in the group.

        Minimum level(s) of standards possibly required:

        The minimum annual turnover required of one candidate for each of the three years (for consortiums, this should be understood as the cumulative turnover of all members and, eventually, that of the contractors involved alongside the candidate whatever their legal ties) is: € 500,000,000 excluding VAT.

        The turnover means the turnover available according to accessible data, based on the foundation date of the company or on the starting date of activities for an economic operator.

        If the candidate is objectively unable to provide the turnover required, it will be allowed to prove its financial capacities via any other document recognised as an equivalent.

      3. Technical and professional ability:
        List and brief description of selection criteria:

        Each economic operator, acting alone or in a consortium, must demonstrate it has sufficient technical and professional abilities by providing:

        1) Human and material resources:

        • a declaration of its annual average staff headcount and the size and the role of its managerial staff (executive manager and middle manager) for 2020, 2021 and 2022;

        • a description of the tools, materials and equipment it shall use to execute this public contract, distinguishing between studies, works and tests.

        2) Professional references:

        • a list of similar works and services it has executed over the last seven years.

        3) Quality certifications:

        • the certifications it holds in relation to the services covered by this contract.

        If the candidate is objectively unable to provide the technical and professional abilities required, it will be allowed to prove them via any other document recognised as an equivalent.

        Minimum level(s) of standards possibly required:

        With regard to professional references, the candidate must present at least one reference in progress or completed within the last seven years for each of the following items (in the case of a consortium of companies, the minimum number of references applies to the group and not to each member of the consortium):

        • design of heavy rail systems, with a length of at least 25 km;

        • design of non-rail systems in each of the following areas (if possible, in conjunction with one or more rail and/or tunnel projects): HV/LV supply, ventilation, GSM network, RMS, CTM;

        • construction of heavy rail systems including the construction of an ETCS level 2 rail signalling system;

        • equipment works in tunnels longer than one kilometre;

        • construction of technical buildings;

        • realisation of the static and dynamic integration tests and trials leading to the authorisation to put a heavy rail system into service;

        • maintenance of heavy railway installations.

        Candidates are not allowed to provide more than three references per item considering that one reference can be valid for more items. If more references are submitted, only the first three references in the order in which the document is read will be taken into account.

        Each reference must be presented using the table available on TELT’s dematerialisation platform, available at the following address: http:// telt.achatpublic.com/accueil/. This table, to be submitted in Excel format, containing information pertaining to the candidate"s role, turnover share and scope of technical services of each economic operator concerned, as well as the specific addresses of the clients concerned, should be provided with certificates of satisfactory performance, if possible.

      4. Information about reserved contracts:
      5. Deposits and guarantees required:

        A contract holdback of 5 % of the value of the works (excluding the amount related to project management and maintenance services) shall be applied. This holdback may be replaced at the holder"s discretion with a first-demand guarantee. The holder shall not replace it with a joint and personal guarantee.

      6. Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

        This public contract is financed by the European Union, Italy and France for the realization of the work. As an indication and forecast, the maintenance phase is financed in particular by reference to the fee levels for using the line.

        Payments for services shall be made by bank transfer within 45 days from the date of receipt of the related invoice.

        The price of the studies and works will be a lump sum. Maintenance prices will take the form of periodic fees, the amount of which will depend on the bonus/malus clause linked to the performance of the holder of the present contract.

        The prices of the contract will be revisable.

      7. Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

        Candidates may bid as individual companies or as consortiums. The same legal person shall neither submit an application both individually and as a member of a consortium, nor as a member of several consortiums. In the case of a consortium, the identified project manager must be a co-contractor in the consortium.

        Once the contract is awarded, the form of consortium required by TELT shall be the mixed form with a jointly-liable representative. The mixed form is justified by the diversity of the skills requested and the missions required, both of which are highly specialised: each of the co-contractors must therefore be committed solely to the component of the contract it is engaged to carry out. As to the representative"s joint liability, it allows for the satisfactory performance of the whole service to be guaranteed and for remedial measures to be offered to TELT, should any co-contractor default on its obligation.

    2. Conditions related to the contract:
      1. Information about a particular profession:

        Contract performance conditions:

        Administrative permits might be required for construction site installations, connections to existing networks, transportation, and 7-day working week. The contractor shall take all steps necessary to obtain these documents from the competent authorities.

        This public contract will also contain an employment promotion clause aimed at facilitating the professional integration of disadvantaged persons (number of working hours required from targeted persons).

      2. Information about staff responsible for the performance of the contract:
  4. Section IV
  5. Description:
    1. Type of procedure:
      Negotiated procedure with prior call for competition
    2. Information about a framework agreement or a dynamic purchasing system:
    3. Information about reduction of the number of solutions or tenders during negotiation or dialogue:
    4. Information about negotiation:
    5. Information about electronic auction:
    6. Information about the Government Procurement Agreement (GPA):
      The procurement is covered by the Government Procurement Agreement: yes
  6. Administrative information:
    1. Previous publication concerning this procedure:
    2. Time limit for receipt of tenders or requests to participate:
      Date: 2023-09-19
      Local time: 14:00
    3. Estimated date of dispatch of invitations to tender or to participate to selected candidates:
    4. Languages in which tenders or requests to participate may be submitted:
      FR, IT
    5. Minimum time frame during which the tenderer must maintain the tender:
      (from the date stated for receipt of tender)
    6. Conditions for opening of tenders:
  • Section VI
    1. Information about recurrence
      This is a recurrent procurement: no
    2. Information about electronic workflows
    3. Additional information

      The amount mentioned in II.1.5 above is indicative and non-binding; it includes all the works and services for all the tranches combined.

      The dates mentioned in II.2.4 above are indicative.

      The duration mentioned in II.2.7 above includes the estimated duration of the studies and works (from notification of the contract to commissioning) and the duration of maintenance (all tranches combined).

    4. Procedures for review
      1. Review body
        Grenoble Administrative Court
        2 place de Verdun - BP 1135
        Grenoble cedex
        38022
        France
        Contact person: 38022
        Telephone: +33 476429000
        E-mail: greffe.ta-grenoble@juradm.fr
        Fax: +33 476422269
        Internet address: http://grenoble.tribunal-administratif.fr
      2. Body responsible for mediation procedures
        Grenoble Administrative Court
        2 place de Verdun - BP 1135
        Grenoble cedex
        38022
        France
        Contact person: 38022
        Telephone: +33 476429000
        E-mail: greffe.ta-grenoble@juradm.fr
        Fax: +33 476422269
        Internet address: http://grenoble.tribunal-administratif.fr
      3. Review procedure
        Precise information on deadline(s) for review procedures:

        Applicable review procedures are:

        • the pre-contractual interlocutory procedure (article L551-5 and following of the french Administrative Justice Code), which can be started until the signing of the public contract;

        • the contractual interlocutory procedure (article L551-13 and following of the french Administrative Justice Code), which can be started within 31 days from the publication of the award notice on the OJEU or within 6 months from the day after the conclusion of the public tender if no award notice is published;

        • an application for judicial review challenging the validity of the contract or of certain of its non-regulatory clauses which are severable from it, which application may be made within two months of the completion of the appropriate publicity measures, in particular by means of a notice mentioning both the conclusion of the contract and the arrangements for consulting it, while respecting the secrets protected by law.

      4. Service from which information about the review procedure may be obtained

        Applicable review procedures are:

        • the pre-contractual interlocutory procedure (article L551-5 and following of the french Administrative Justice Code), which can be started until the signing of the public contract;

        • the contractual interlocutory procedure (article L551-13 and following of the french Administrative Justice Code), which can be started within 31 days from the publication of the award notice on the OJEU or within 6 months from the day after the conclusion of the public tender if no award notice is published;

        • an application for judicial review challenging the validity of the contract or of certain of its non-regulatory clauses which are severable from it, which application may be made within two months of the completion of the appropriate publicity measures, in particular by means of a notice mentioning both the conclusion of the contract and the arrangements for consulting it, while respecting the secrets protected by law.

        Grenoble Administrative Court
        2 place de Verdun - BP 1135
        Grenoble cedex
        38022
        France
        Contact person: 38022
        Telephone: +33 476429000
        E-mail: greffe.ta-grenoble@juradm.fr
        Fax: +33 476422269
        Internet address: http://grenoble.tribunal-administratif.fr
    5. Date of dispatch of this notice
      2023-06-21

  • Источник закупки

    Перейти

    Импорт - Экспорт по стране Франция

    Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

    Экспорт Импорт
    



    Copyright © 2008-2026, TenderGURU
    Все права защищены. Полное или частичное копирование запрещено.
    При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
    Электронная почта: info@tenderguru.ru
    Многоканальный телефон 8-800-555-89-39
    с любого телефона из любого региона для Вас звонок бесплатный!

    Портал отображает информацию о закупках, публикуемых в сети интернет
    и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
    являющихся участниками размещения государственного и коммерческого заказа.
    Сайт использует Cookie, которые нужны для авторизации пользователя.
    На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
    которые нужны для статистики посещения ресурса.

    Политика обработки персональных данных tenderguru.ru