Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
http://www.ternum-bfc.fr/Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityEnvironment
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
traitement in situ par installation mobile des lixiviats produits par l'installation de stockage des déchets non dangereux de Chagny
Reference number: 2022-01
II.1.2)Main CPV code90513000 Non-hazardous refuse and waste treatment and disposal services
II.1.3)Type of contractServices
II.1.4)Short description:
traitement in situ par campagne des lixiviats produits par le casier de stockage des déchets en cours d'exploitation
II.1.5)Estimated total valueValue excluding VAT: 860 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
traitement in situ des lixiviats du casier de stockage F
Lot No: 1
II.2.2)Additional CPV code(s)90513000 Non-hazardous refuse and waste treatment and disposal services
II.2.3)Place of performanceNUTS code: FR France
II.2.4)Description of the procurement:
traitement in situ par campagne des lixiviats
quantité annuelle maximum : 4 000m3
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 860 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 20/04/2022
Local time: 18:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 21/04/2022
Local time: 08:30
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:17/03/2022