-
Published12/02/2025
-
Deadline13/03/2025
-
Awarded06/11/2025
-
Today15/03/2026
Utilities
- indicates text translated automatically in your browsing language
Project management contract for the renovation and extension of the Rose Saint Théodore school group
The purpose of the contract to be concluded following the procedure initiated will be to carry out the following project management tasks defined in Book IV of Part 2 of the Public Procurement Code: Project management mission for the renovation and extension of the Rose Saint Théodore school group. Place of performance: 5 All. des Chardonnerets, 13013 Marseille Provisional envelope for works: EUR 7 900 000 (excluding taxes) including asbestos Provision is made for: - A Farm Tranche comprising the following tasks: o Basic tasks: DIAG / APS / APD / PRO / ACT / VISA / DET / AOR o Complementary missions: SYN / DQE / SSI / Thermal-Energy / Environmental quality-BDM accompanist / Re-use / Acoustics / Commissioning - Optional tranches: - Optional tranche A: OPC mission – This tranche may be consolidated at the latest at the end of the ODA phase – Optional tranche B: Dealer Mission - This tranche may be consolidated at the latest at the end of the ODA phase - Optional tranche C: Support mission for the refurbishment of the sports venue – This tranche may be consolidated at the latest at the end of the PRO phase – Optional tranche D: Mission Accompaniment to the Workshops At the APS stage, Participation in two half-day workshops each with the users (group "children" and group "adults") + restitution and integration of the work in the project The mission can be strengthened at the latest at the end of the DIAG phase the content of the mission is described in the CCTP. This consultation has been carried out, in compliance with the provisions of the Public Procurement Code, in accordance with the following procedure: Procedure with negotiation (Articles R.2161-12 to R.2161-20) Economic operators may apply individually or as a joint or several group. Candidates are informed that the contract(s) will be concluded with joint groups. If the successful candidates have presented themselves in the form of a joint and several grouping, they must change the form of their grouping in the context of a finalisation before the contract is notified. For the performance of the contract(s), the authorised representative of the joint group shall be jointly and severally liable to each member of the group for his contractual obligations vis-à-vis the contracting authority. The authorised representative of the group must be an architect or architectural firm. Each architect (or group of architects) will be able to apply only within a maximum group, under penalty of inadmissibility of their application. For further information on the consultation, please refer to the rules governing the public call for applications. Criteria for judging tenders The most economically advantageous tender will be chosen on the basis of a ranking according to the following weighted criteria: Technical criteria - 100 points weighted at 85% 1. URBAN AND ARCHITECTURAL QUALITY (20 points) 2. ORGANIZATIONAL AND FUNCTIONAL QUALITY (20 points) 3. TECHNICAL AND ENVIRONMENTAL QUALITY (30 points) 4. PROJECT ECONOMY AND OPERATION PLANNING (30 points) Price criterion - 100 points weighted at 15%
https://www.marches-publics.info/mpiaws/index.cfm?fuseaction=demat.termes&IDM=1597959
https://www.marches-publics.info/mpiaws/index.cfm?fuseaction=demat.termes&IDM=1597959
Type: quality
Description: Valeur technique de l'offre
Weight (percentage, exact): 85
Criterion:
Type: price
Description: Prix
Weight (percentage, exact): 15
This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.