Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
etudes techniques et réglementaires des digues des Communautés de communes du Grand Charolais (71), de Forez Est (42) et de Montluçon (03) - 3 lots
Reference number: 2021BAI11
II.1.2)Main CPV code79311000 Survey services
II.1.3)Type of contractServices
II.1.4)Short description:
etudes techniques et réglementaires des digues des Communautés de communes du Grand Charolais (71), de Forez Est (42) et de Montluçon (03).
Lot 1 Digues de Digoin, Lot 2 Levée de Villeneuve à Bigny, Lot 3 Etudes de fonctionnalité des ouvrages de protection contre les inondations de Montluçon
II.1.5)Estimated total value
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:
levée de Villeneuve à Bigny (42)
Lot No: 2
II.2.2)Additional CPV code(s)79311000 Survey services
71335000 Engineering studies
II.2.3)Place of performanceNUTS code: FRK25 Loire
NUTS code: FRK Auvergne-Rhône-Alpes
Main site or place of performance:
communauté de Communes de Forez Est (42)
II.2.4)Description of the procurement:
réaliser les études de al levée de Villeneuve à Bigny : Visite technique approfondie, investigations géotechniques et géophysiques, Etude de dangers, levés topographiques et bathymétriques complémentaires, études complémentaires sur les ouvrages traversants présents, élaboration du dossier de demande de régularisation de l'ouvrage en système d'endiguement
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 16
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
une tranche ferme et trois tranches optionnelles
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
II.2)Description
II.2.2)Additional CPV code(s)79311000 Survey services
71335000 Engineering studies
II.2.3)Place of performanceNUTS code: FRC13 Saône-et-Loire
NUTS code: FRC Bourgogne-Franche-Comté
Main site or place of performance:
communauté de Communes du Grand Charolais (71)
II.2.4)Description of the procurement:
réaliser les études des digues de Digoin : Etude d'opportunité du maintien de la levée de la crue dans le système d'endiguement du val de Digoin, élaboration du dossier de demande de régularisation de l'ouvrage en système d'endiguement, élaboration d'un programme de fiabilisation du système d'endiguement du val de Digoin au stade avant-projet (Avp)
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 13
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
une tranche ferme et deux tranches optionnelles
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
II.2)Description
II.2.1)Title:
etudes de fonctionnalité des ouvrages de protection contre les inondations de Montluçon (03)
Lot No: 3
II.2.2)Additional CPV code(s)79311000 Survey services
71335000 Engineering studies
II.2.3)Place of performanceNUTS code: FRK11 Allier
NUTS code: FRK Auvergne-Rhône-Alpes
Main site or place of performance:
II.2.4)Description of the procurement:
réaliser les études des ouvrages de protection contre les inondations de Montluçon : étude de stabilité des ouvrages sur la base des investigations complémentaires nécessaires, programme d'investigations géotechniques, préconisations pour assurer la fiabilisation de ces ouvrages, en particulier concernant la gestion des ouvertures présentes dans les murets
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 6
This contract is subject to renewal: no
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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
dc1, Dc2 et justificatifs
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 system
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.2.2)Time limit for receipt of tenders or requests to participateDate: 23/11/2021
Local time: 16:00
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: 4 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 23/11/2021
Local time: 18:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: tribunal administratif d'orléans
Postal address: 28 rue de la Bretonnerie
Town: Orléans Cedex 1
Postal code: 45057
Country: France
E-mail:
greffe.ta-orleans@juradm.frTelephone: +33 238775900
Fax: +33 238538516
VI.5)Date of dispatch of this notice:13/10/2021