|
IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.
|
Procurement Notice Details
Refuse and waste related services [removal, conditioning and treatment of conventional waste (pathogen waste and hygienized sludge) - cruas npp]
France
Purchaser: EDF SA — Direction des achats production ingénierie
24/02/2018 S39 - - Services - Contract notice - Competitive procedure with negotiation I.II.III.IV.VI. France-Mérignac: Refuse and waste related services
2018/S 039-085335
Contract notice
Services
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses EDF SA — Direction des achats production ingénierie 14 allées Pierre Gilles de Gennes — CS 30094 Mérignac Cedex 33704 France Contact person: EDF SA — Direction des achats groupe — ARAP GO — Mme Nathalie Chevassier-Souami Telephone: +33 524991721 E-mail: nathalie.chevassier@edf.fr NUTS code: FRI12 Internet address(es):
Main address: www.edf.com
Address of the buyer profile: http://pha.edf.com
I.2) Joint procurement I.3) Communication The procurement documents are available for unrestricted and full direct access, free of charge, at: https://pha.edf.com Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://pha.edf.com Tenders or requests to participate must be submitted to the abovementioned address I.4) Type of the contracting authority Other type: SA I.5) Main activity Other activity: Énergie Section II: Object
II.1) Scope of the procurement II.1.1) Title: Transfert, conditionnement de déchets pathogènes et évacuation de boues hygiénisées CNPE Cruas
II.1.2) Main CPV code 90500000 II.1.3) Type of contract Services II.1.4) Short description: Transfert, conditionnement, évacuation et traitement de déchets pathogènes et hygiénisés.
II.1.5) Estimated total value II.1.6) Information about lots This contract is divided into lots: no II.2) Description II.2.1) Title: II.2.2) Additional CPV code(s) 90000000 II.2.3) Place of performance NUTS code: FR Main site or place of performance: CNPE de Cruas-Meysse — 07350 Cruas.
II.2.4) Description of the procurement: Périmètre de la prestation:
La liste ci-dessous n’est pas exhaustive. Elle a pour objet une présentation rapide de la prestation confiée au titulaire du marché.
Le titulaire du marché sera concerné par des activités portant exclusivement sur les déchets conventionnels (déchets pathogènes ou hygiénisés).
Le titulaire conditionnera et/ou reconditionnera les déchets pathogènes en appliquant la réglementation en vigueur et en respectant les exigences définies par EDF dans le cahier des charges.
Il sera chargé de l'évacuation et du traitement dans des filières réglementaires des déchets hygiénisés, la priorité sera donnée aux filières de revalorisation (code R).
En option, le titulaire sera en capacité de réaliser des opérations de terrassement.
II.2.5) Award criteria Criteria below Price II.2.6) Estimated value II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 9 This contract is subject to renewal: no II.2.9) Information about the limits on the number of candidates to be invited II.2.10) Information about variants Variants will be accepted: yes II.2.11) Information about options Options: yes Description of options: 2 options de 6 mois supplémentaires chacune.
II.2.12) Information about electronic catalogues II.2.13) Information about European Union funds The procurement is related to a project and/or programme financed by European Union funds: no II.2.14) Additional information Section III: Legal, economic, financial and technical information
III.1) Conditions for participation III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers List and brief description of conditions: Toutes les informations sont disponibles à l'adresse https://pha.edf.fr — Rfi 053607.
III.1.2) Economic and financial standing Selection criteria as stated in the procurement documents III.1.3) Technical and professional ability Selection criteria as stated in the procurement documents III.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Competitive procedure with negotiation IV.1.3) Information about a framework agreement or a dynamic purchasing system The procurement involves the establishment of a framework agreement Framework agreement with a single operator IV.1.4) Information about reduction of the number of solutions or tenders during negotiation or dialogue IV.1.5) Information about negotiation The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations IV.1.6) Information about electronic auction IV.1.8) Information about the Government Procurement Agreement (GPA) The procurement is covered by the Government Procurement Agreement: yes IV.2) Administrative information IV.2.1) Previous publication concerning this procedure IV.2.2) Time limit for receipt of tenders or requests to participate Date: 12/03/2018 Local time: 08:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: 14/03/2018 IV.2.4) Languages in which tenders or requests to participate may be submitted: French IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Section VI: Complementary information
VI.1) Information about recurrence This is a recurrent procurement: no VI.2) Information about electronic workflows VI.3) Additional information: VI.4) Procedures for review VI.4.1) Review body TGI Paris 4 boulevard du Palais Paris Cedex 01 75055 France VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained Greffe du tribunal de grande instance de Paris 4 boulevard du Palais Paris Cedex 01 75055 France Telephone: +33 144325151 Internet address:http://www.ca-paris.justice.fr
VI.5) Date of dispatch of this notice: 23/02/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|