Login
Register
Complete Your Profile
Change Password
Request a Password Reset
Download Documents
Download Documents
Get Help to Participate in This Tender
Our team will contact you shortly.
Your activation form is pending.
Please submit it to start receiving email alerts.
Submit NowChange Password
For better security, update the account password.
The CINOR, COMMUNAUTE INTERCOMMUNALE DU NORD DE LA REUNION has issued a Tender notice for the procurement of a Water Sector, Energy, Transport and Postal Services in the Reunion. This Tender notice was published on 25 Jan 2016 and is scheduled to close on 26 Feb 2016, with an estimated Tender value of Refer Document. Interested bidders can access detailed Tender information, eligibility criteria, and complete bidding documents by referencing TOT Ref No. 5017218, while the tender notice number is 2004/17/CE and Registering on the platform.
Procurement Summary
Country: Reunion
Summary: Water Sector, Energy, Transport and Postal Services
Deadline: 26 Feb 2016
Posting Date: 25 Jan 2016
Other Information
Notice Type: Tender
TOT Ref.No.: 5017218
Document Ref. No.: 2004/17/CE
Financier: European Union (EU)
Purchaser Ownership: -
Tender Value: Refer Document
Purchaser's Detail
Name: Login to see tender_details
Address: Login to see tender_details
Email: Login to see tender_details
Login to see detailsTender Details
Tenders are invited for Water Sector, Energy, Transport and Postal Services.
Section I: Contracting entity
I.1) NAME, ADDRESSES AND CONTACT POINT (S):
CINOR, Intercommunale community North of Reunion 3, rue de la Solidarité - CS 61025, Contact: Service contracts and contracts (2nd floor), to the attention of the President, RE-97495 Sainte Clotilde Cedex (Meeting La France). Such. (+33) 02 62 92 34 27. E-mail: achat.marche@cinor.org. Fax (+33) 02 62 92 53 87.
Address (es):
General address of the contracting entity: http://www.cinor.fr.
Address from which further information can be obtained:
from The above mentioned contact point
Address from which the contract documents and additional documents (including documents for a dynamic purchasing system) can be obtained at:
from The above mentioned contact point
Address to which tenders or requests to participate must be sent:
from The above mentioned contact point
I.2) MAIN ACTIVITY:
Other: Transport, Economic Development, Spatial Planning, Environment, Sanitation, etc ...
I.3) CONTRACT AWARD ON BEHALF OF OTHER CONTRACTING ENTITIES:
The contracting authority is purchasing on behalf of other contracting authorities: no.
Section II: Object of the contract
II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting entity:
Project mastery Assistance market for the general conduct of operations including the implementation of a ropeway in Sainte-Clotilde town of Saint-Denis, between sectors Cauldron, Moufia and Den De- loquats.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services.
Service category: No 12 Architectural services; engineering services and integrated engineering services; urban planning and landscape architectural services; related scientific and technical consulting; testing services and technical analysis.
Main site or location of works, place of delivery or performance: St Denis (Reunion Island).
NUTS code FR940.
II.1.3) Information about a public contract, a framework agreement or a dynamic purchasing system:
a public market
II.1.4) Information on framework agreement:
II.1.5) Short description of the contract or purchase / acquisition:
Assistance Mission project management for the general conduct of operations including the implementation of a ropeway in Sainte-Clotilde town of Saint-Denis, between sectors Cauldron, Moufia and Den De- medlar and consisting in the creation of a bond teleported about 3.5 km between stations 6 or 7.
The transaction amount is now estimated at between 45 and 50 million euros HT value in January 2016.
II.1.6) CPV (common procurement vocabulary):
71000000.
II.1.7) Information about Government Procurement Agreement (GPA):
Contract covered by the Government Procurement Agreement (GPA): Yes
II.1.8) Information about lots:
Division into lots: No.
II.1.9) Variants:
Variants will be accepted: no.
II.2) QUANTITY OR SCOPE OF THE CONTRACT
II.2.1) Total quantity or scope:
cf. section Vl.3 additional information.
II.2.2) Information about options:
Options: yes.
Description of these options: The contract includes the possibility of implementation of amendments in accordance with GCC intellectual -Prestations, including those referred to in Article 6.2 and 7.2 of the GCC.
In case the amount of services performed reaches the amount set by the market, the further execution of the services may be made ​​by amendment or be decided by the Contracting Authority (decision to prosecute).
The Contracting Authority reserves the right to pass additional service markets, in accordance with Article 35-ii [5 °] of the Public Contracts Code or similar service markets pursuant to Article 35-ii [6 ° ] of the procurement code.
The provisional timetable for recourse to these options is not known at this stage.
II.2.3) Renewal:
This contract is subject to renewal: no.
II.3) DURATION OF THE CONTRACT OR TIME LIMIT FOR COMPLETION OF WORK
Section III: Legal, economic, financial and technical
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.1) Deposits and guarantees required:
Pursuant to section 101 of the Code of public contracts, the holder will be required holdback equal to 5% of the original amount, plus, if applicable, the amount of endorsements. Here it may be replaced by a demand guarantee.
Moreover, the holder is required safeguards provided for in GCC Intellectual services including the insurance underwriting process to ensure accountability to the contracting authority and third parties, victims of accidents or damage caused by the execution of benefits.
III.1.2) Main terms and financial arrangements in matters of paiementet / or references to the relevant provisions regulating them:
Payments due under this contract will be made ​​by transfer to a bank or post office account and within the maximum period provided for in Article 98 of the Public Procurement Code (Cmp), and at the receipt of the CINOR invoices accompanied by all the supporting documents of the service makes. For more information on payment options: refer to Articles 86 and following of the CMP. Possibility of monthly installments under Article 91 of the CMP
This contract is financed, forward-looking manner,
Cinor: 20% own resources
Region: 10% subsidy
Europe: 70% subsidy.
III.1.3) Legal form to be taken by the grouping of economic operators to market:
Pursuant to Article 51 of the Public Procurement Code, if awarded the contract to a joint consortium, the contract provides that "the agent of the joint group is integral to the performance of the contract, each member the group for its contractual obligations to the contracting authority ".
III.1.4) Execution of the contract is subject to other special conditions:
The performance of the contract is subject to particular conditions: yes.
The reports are necessarily provided in digital format.
Furthermore, under Article 14 of the Public Procurement Code, it is integrated in this market, a performance clause relating to social considerations, including the obligation to execute effective working time by eligible persons to insertion devices,
The requirements of this social clause insertion will be detailed in the DCE later given to the candidates selected.
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including requirements relating to enrollment in the commercial register or profession:
Information and formalities necessary for evaluating if requirements are met: candidates will be analyzed on the basis of prioritized criteria below:
1) Quality of references and professional skills in the following areas (criterion relating to professional competence):
-Engineering In urban transport system
-Engineering In infrastructure, roads and other networks
-Engineering In civil engineering structure
-Economics Construction
-Architecture And urban design,
Socioeconomic -Evaluation for urban transport
-Studies Environmental and regulatory procedures (impact study, investigation component and declaration of public utility)
-Knowledge Regulatory procedures Procurement Code
Project -Management
2) The financial resources mobilized for the performance of services (criteria on financial capacity);
3) Human resources and equipment mobilized for the performance of services (criterion on technical capacity).
(For the assessment of a candidate's abilities, may be taken into account in particular the difficulties encountered by the latter to execute a previous contract, in accordance with the jurisprudence of the Conseil d'Etat, No. 324153, June 10, 2009 ).
The additional information are classified VI.3 - Additional information of this notice.
III.2.2) Economic and financial capacity:
Information and formalities necessary for evaluating if requirements are met: the corresponding information are classified Vl.3 - Additional information of this notice.
III.2.3) Technical capacity:
Information and formalities necessary for evaluating if requirements are met: the corresponding information are classified Vl.3 - Additional information of this notice.
III.2.4) Reserved contracts:
III.3) CONDITIONS SPECIFIC TO SERVICE CONTRACTS
III.3.1) the service is reserved to a particular profession:
Participation is reserved to a particular profession: no.
III.3.2) Legal entities should indicate the names and professional qualifications of the personnel responsible for execution of the service:
Legal entities should indicate the names and professional qualifications of the staff responsible for the service:
Section IV: Procedure
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure:
Restricted.
Candidates have already been selected: no.
IV.2) AWARD CRITERIA
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to confirm interest or in the invitation to tender or to negotiate.
IV.2.2) An electronic auction will be used:
An electronic auction will be used: no.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) Reference number attributed to the file by the contracting entity:
not yet assigned.
IV.3.2) Previous publication (s) Previous publication (s) concerning the same contract:
Publication (s) Previous publication (s) concerning the same contract: Yes.
IV.3.3) Conditions for obtaining specifications and additional documents:
IV.3.4) Time limit for receipt of tenders or requests to participate:
February 26, 2016 - 12:00.
IV.3.5) Language (s) can be used (s) in which tenders or requests to participate:
Language (s) official (s) of the EU: French.
IV.3.6) Minimum time frame during which the tenderer must maintain its tender:
IV.3.7) Conditions for opening tenders:
Section VI: Complementary information
VI.1) RENEWAL:
This is a recurrent procurement: no.
VI.2) INFORMATION ON THE FUNDS OF THE EUROPEAN UNION:
The contract relates to a project / program financed by European Union funds: yes.
Reference (s) useful (s) of the project and / or program: the ERDF 2014-2020 meeting program adopted by the European Commission 11 December 2014 includes mobilization of the integrated territorial investment (Iti) new instrument of integration provided for Article 36 of EU Regulation No 1303/2013 laying down common provisions and the agreement of France Partnership; cf. 2014-2020 feder inch, 4 axis, purpose 10 limit energy consumption by increasing the use of public transport, exchange and share pole superstructures transport - cable transport studies.
VI.3) ADDITIONAL INFORMATION:
Visa Code provisions governing public procurement procedure:
Negotiated procedure - Sections 144, 165 and 166 of the Public Procurement Code
I.2) Type of contracting authority:
Other: Public Establishment for inter-municipal cooperation
Prior information notice published? no
In addition to II.2.1) Total quantity or scope:
Main features of the project: the study of the needs identified at this stage under a stream between 1000 and up to more than 5000 people a day according to the different segments.
Given the terrain encountered in urban areas, the moderate rise in hurdles, financial constraints and the desired capacity, the type of device selected to date is the single-cable gondola continuous motion.
The plots have neither considered strong inclination nor significant length between station and no particular point overflight missing (ravine, peak, etc.) in any case nothing that up this type of device to its limits.
Its unidirectional movement provides care for passengers at regular intervals (as necessary and throughput) with a regular flow of users.
At this stage, the draft teleported was designed in two separate units technically.
The dimensions of the park led to fifty 8 or 10 seats cabins:
In the case that interests us where the devices are single cable type, with vehicles of reasonable size, moderate flow rates, pylons could be "traditional" if their height does not exceed 25-30 m, and two types, sorting or quad (or largest cross section) beyond this height.
Technical characteristics of two families selected tracks:
- Number of stations: from 6 to 7
- Length: 3.2 km to 3.6 km
- Journey time: 16-17 minutes
- Speed: 5 m / s (18 km / h)
- Sizing flow: Littoral Section / Moufia: 1000 persons / h; Section Moufia / Bois-De-Nèfles: 500 persons / h
- Frequency Section Littoral / Moufia: 36 s between cabins, Section Moufia / Bois-De-Nèfles: 72 s between cabins
Expected missions amo break down into a firm phase and two conditional phases:
The firm phase includes the following tasks:
- Preliminary studies (including courses of study, cost assessment, definition of the transport system and an architectural and landscape charter, lead deflection study / integration of various networks ....)
- Detailed preliminary studies (recovery and completion of preliminary studies taking into account the outcome of the consultation, geotechnical studies and the opinion of the state services on the security definition file (dds).
- Assistance in drafting and conclusion of associated intellectual services (including market CSPS, technical inspection, surveying, geotechnical, or appointment of an Expert Body Qualified Authorised and communication market on the project)
- Production of records and regulatory assistance procedures for obtaining statements (The services consist of the preparation of files for the smooth running of the discovery process to draft declaration (Dp) or public utility (Dup ): impact assessment, the public inquiry, the socio-economic evaluation ...
- Support for security and administrative procedures (identification of these procedures, assistance in drafting the necessary agreements, drafting of security definition file (Dds)
- Scheduling, planning and reporting (development, monitoring and regular updating of detailed planning of the operation, coordination with accompanying operations, implementation of planning journals and animation, coordination meetings / reporting ...)
- Analysis of project implementation conditions through market design-realization and the project's impacts in phases design, construction, operation, and maintenance.
The no1 conditional phase (assistance to the award of a design contract completion) runs to the authorization of the start of work; It includes the following tasks:
- Drafting of market design / production (Dce) and the publicity notice
-Writing Additional information consultation phase in case of questions from candidates
- Development of the analysis report Nominating
- Development of bid analysis report
- Participation in meetings of the Board of Examiners of candidates, examination of benefits and clarification requests phases, clarifications and additions
- Preparation of contract award report
- Support for the completion of the procedure (answers to give if litigation referred précontractuel to provide, knowing that the legal defense representation will be provided by a lawyer commissioned by CINOR and not part of the mission of the amo)
The Tc1 ends on notification of the completion of design contract
The no2 conditional phase (assistance in phase of execution of studies and work, and during the completion guarantee period) includes the following tasks:
- Assistance to the control of the contractual completion design contract (technical, financial, regulatory, planning)
- Steering assistance and monitoring of studies (analysis, advice, coordination meetings, interface management, promotion)
- Support for security and administrative procedures (control procedures and obtaining work permits)
- Steering assistance and control of supplies and works (analysis, advice, coordination meetings, interface management, promotion),
- Testing phase support / receive (support and assistance in all procedures necessary for the acceptance of works, performing tests with the designer, walking white with operator assistance during the completion guarantee for the phase removal of reservations and solutions to poor workmanship
Supplement to section III.2 - participation condition (lll.2.1, lll.2.2 and lll.2.3)
Application documents requested: Each candidate or candidates team will provide an application form in French, including:
A) Cover letter (form DC 1 or equivalent recommended), signed in original by the only candidate, or by all members of the group or by the agent that will be explicitly stated and justify it has received the necessary clearances to represent the group members at the stage of procurement. It is clarified that the same economic operator may not be representative of more than one group for the same market (or back if alloti market) and can not bid for the same market (or lot) acting in both As individual candidate and as leader of a consortium. If the market is alloti, the candidate must specify in the application letter or the lot (s) to (s) is (s) he is tendering;
B) Proof of powers of the person authorized to engage the candidate (WARNING: A simple sworn statement of the person claiming to be entitled to hire the applicant is not accepted The proof must be convincing, for example. statutes or money ...)
C) If the applicant is in receivership, a copy of any judgment to this effect;
D) A declaration on their honor, duly signed and dated by the applicant to justify it enters any of the cases mentioned in Article 43 of the Public Contracts Code.
To assess the professional capacity (criterion of "Quality references and professional competence"), it is required:
E) Presentation of a list of principal services provided over the last three years indicating in particular the amount, date and public or private recipients; The services provided shall be given by the recipient certificates or, failing that, by a declaration by the economic operator
F) indication of academic and professional economic operator or company executives, including those responsible for similar services than the market;
To assess the financial capacity (criterion relating to the financial resources mobilized "), it is required:
G) candidate's declaration concerning the total turnover in the last three years available (If the applicant is objectively unable to produce this information, it may prove its capacity by any other document regarded as equivalent, for eg an appropriate statement of banks).
To assess the technical capacity (criterion relating to human and material mobilized "), it is required:
H) A statement of the candidate's average workforce and the number of managerial staff for the last year.
I) A statement of the material means of which the candidate has to achieve similar markets
Nb: To justify its capacities, the applicant, even if it is a group, can also request to be taken into account other economic operators capabilities, whatever the legal nature of the links between operators and him. In this case, it must prove the capabilities of this or these economic operators (by producing the same documents regarding (s) operator (s) Economic (s) than those required of candidates by the public purchaser) and the fact that he has to perform the contract (written commitment to the economic operator), and upon the filing of his candidacy.
Nb: When grouping all the co-contractors must provide all the required documents listed in this notice.
NB: For candidates who are unable to provide the references requested (recent creation, for example), they can demonstrate their capabilities through other means, including the presentation of titles or professional experience or their leaders.
III.2.4) Reserved contracts:
No.
In addition to lv.3.4: the expressed hour means "local time - Reunion Island"
Duration of the contract or time limit:
The time slice is broken down into:
-Closed: 31 months
-Conditionnelle 1: 12 months
-Conditionnelle 2: 32 months
For each of the phases, the execution starts from the date of receipt by the holder of the service order issued by the Contracting Authority requiring the execution of the first mission element
Provisional date of notification firm phase: 27 June 2016
IV.1.2) Limitations on the number of operators invited to tender or to participate:
Envisaged number of operators: 4.
Criteria reduction targets in the number of candidates: capacity taken into account in the selection of candidates are the professional capacities, financial and technical assessed against the documents requested in the application documents in this notice, in order of decreasing priority given to lll.2.1 section:
The candidates will be selected in accordance with the logic of negotiated procedure: the best candidates will be selected, and in accordance with the number of operators invited to tender.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Use proceedings conducted in phases to gradually reduce the number of solutions to be discussed or tenders to be negotiated: no.
Conditions for obtaining specifications and additional documents or descriptive document:
At this stage of the procedure, it is a call for applications and there are no companies consultation file (Dce) delivered. The DCE will be forwarded later and only for candidates invited to tender.
Payable documents of dce? no
Dispatch of invitations to tender to selected candidates: For information, public Nobody could initiate consultation of candidates invited to submit a tender to March 11, 2016
Supplement to section III.3.2) Legal entities should indicate the names and professional qualifications of the personnel responsible for execution of the service:
Yes particular stage of the tender (legal entities required to state in their bids the names and professional qualifications of the personnel responsible for execution of the contract in -cf question. Provisions of section III.3.2 of Community publicity notice in accordance with Annex VII of the European Directive 2004/18 / EC of March 31, 2004 and Article 4 of the Directive).
Conditions for opening tenders:
The date and time of opening of tenders is not known with certainty at this stage of the proceedings. The opening will be in non-public session.
Currency: EUR.
For the submission of applications by candidates: It is specified to candidates that they can be transmitted:
-either By paper to the address mentioned in the CINOR I.1 of the notice (point: service contracts, 2nd floor) and that, in a sealed envelope indicating the subject of the contract tendered on this fold (there is a possibility to return the bend Service Market against issuance of a receipt).
-either Electronically: The website of filing electronically folds is: www.cinor.fr, Section: Government procurement, sub-section: Notice of public procurement (click the opinion of the relevant market, then click "dematerialisation": the pleats are then deposited on the case in question), or the direct link: https://marches.cinor.fr (folds to file on the case in question)
Procedures for submission of electronically folds are specified in the business support paperless form available on the website https://marches.cinor.fr Section: Help
Important: To avoid anomalies, the applicant must ensure that it meets the prerequisites as well as instructions in the form of online business support for dematerialisation
Documents submitted by bidders in public person will have to be in text or table or PDF (compatible for playback on a hardware-pc).
from 1st October 2012, it is stated that pursuant to the order dated June 15, 2012, it is the provisions of the decree on electronic signatures that apply the decree is available particularly at: http: //www.legifrance.gouv.fr/
The electronic signature is mandatory for application documents for which a signature is required.
Assuming the backup mentioned below: The candidate who is transmitting its application electronically may parallel transmit, as a backup, the aforementioned documents (application and supply) in the electronic physical medium (CD-ROM, DVD-ROM, USB drive, etc ...) or on paper, provided to send them on time for the submission of applications and tenders.
This backup copy will be placed in a sealed envelope bearing the compulsory particulars legibly:
- "The title of the relevant market"
- "Backup".
It will be opened in accordance with the decree of December 14, 2009 on the dematerialization of public procurement procedures (JORF no0295 of December 20, 2009, no15 text).
Date dispatch of this notice in the OJEU and NT Ref: January 19, 2016. VI.4) PROCEDURES FOR APPEAL VI.4.1) Body responsible for appeal procedures: Administrative Court of Reunion, 27 rue Felix Guyon - CS 61107, RE-97404 Saint-Denis Cedex (Ile-de-la-Reunion France). E-mail: greffe.ta-st-denis-de-la-reunion@juradm.fr.
Such. (+33) 02 62 92 43 60. Internet address: http://saint-denis.tribunal-administratif.fr.Fax (+33) 02 62 92 43 62. VI.4.2) Lodging of appeals: VI.4.3) Service from which information may be obtained concerning appeal procedures: Administrative Court of the Meeting (Registry Service), 27 rue Félix Guyon - CS 61107, RE-97404 Saint-Denis Cedex (Ile-de-la-Reunion France). E-mail: greffe.ta-st-denis-de-la-reunion@juradm.fr.
Such. (+33) 02 62 92 43 60. Internet address: http://saint-denis.tribunal-administratif.fr.Fax (+33) 02 62 92 43 62. VI.5) DATE OF DISPATCH OF THIS NOTICE: January 19, 2016
President
Gérald JERSEY
[Disclaimer: The above text is machine translated. For accurate information kindly refer the original document.]
Documents
Procurement Documents for Reunion
Access a comprehensive library of standard procurement documents specific to Reunion. Here, you'll find all the essential forms, guidelines, and templates required for tender applications and submissions in Reunion
Want To Bid in This Tender?
Get Local Agent Support in Reunion and 60 More Countries.
View Tenders By
Sign in with Google