Retour aux appels d'offres

33099 Surveillance technique et ingénierie des travaux de construction d'infrastructure ferroviaire sur le terrain d'entraînement de Rūdninkai

Ouvert
Date limite
10 jours restants
Mars 13, 2026
Détails du contrat
Catégorie
Autre
Référence
6480582
Valeur
Non divulgué
Lieu
Vilnius County, Lituanie
Publié
Février 23, 2026
Code CPV
Calendrier du projet

Publication de l'appel d'offres

Février 10, 2026

Date limite pour les questions

Mars 06, 2026

Date limite de soumission

Mars 13, 2026

Ouverture de l'appel d'offres

Mars 13, 2026

Probabilité de gainPRO
🔒
Passer au Professionnel
Consultez votre probabilité de gain estimée basée sur les données historiques.
Passer au Professionnel →
Aperçu du secteurPRO
🔒
Débloquer les aperçus du secteur
Consultez les prix gagnants moyens, les niveaux de concurrence et les tendances du marché.
Passer au Professionnel →
Budget
Non divulgué
Durée
36 mois
Lieu
Vilnius County
Type
Autre
64
Score de qualité/100
Bon
Référentiel de marché
Prix moyen gagnant
€131,412
Offres moyennes
3.9
Concurrence
Moyenne
PME gagnantes
98%
2,076 appels d'offres analysés

Description originale de l'appel d'offres

Référence du résumé de l'appel d'offres : 1002/2924/2790495 Date limite de soumission des offres (jours/heures) : 26/21 Nom de l'autorité contractante : LTG Kompetencijų centras UAB (PV) Nom : 33099 Surveillance technique et ingénierie des travaux de construction d'infrastructure ferroviaire sur le terrain d'entraînement de Rūdninkai Services PV Identifiant unique de l'appel d'offres : Critères d'évaluation des offres (le critère d'évaluation choisi s'appliquera à toutes les parties/catégories de l'appel d'offres) : Prix/Coûts Description : INFRA Type d'objet de l'appel d'offres : Services Catégorie CPV : Directive : 2014/25/UE (Services publics) Mode de passation des marchés : Procédure négociée avec publication préalable Type de contrat (une fois le type de contrat sélectionné, il s'appliquera à toutes les parties de l'appel d'offres) : Contrat d'achat Codes CPV : 71247000-Surveillance de travaux de construction Détermination du lauréat pour chaque lot : Non Création de enchères électroniques : Non Codes NUTS : Valeur estimée (EUR) : 0. Au-dessus ou en dessous du seuil de passation des marchés internationaux : Au-dessus Date limite de soumission des offres ou des demandes de participation : 13/03/2026 14:00 Date limite d'envoi des invitations : Fin de la période de clarification : 01/03/2026 00:00 Téléchargement des documents avec clarifications : Oui Date d'ouverture des offres : 13/03/2026 14:30 Permettre aux fournisseurs d'exprimer leur intérêt dans le système : Oui L'appel d'offres est divisé en lots (DPS - en catégories) : Non Durée du contrat en mois ou en années, hors extensions : 36 mois Durée de validité de l'offre en jours ou en mois : 5 mois Financement UE : Non Offres alternatives autorisées : Non Date de publication et/ou d'invitation : 12/02/2026 05:20 Références TED aux avis publiés : https://ted.europa.eu/udl?uri=TED:NOTICE:103214-202... Date d'attribution du marché : Langue de publication : LT Nombre de personnes ouvrant les offres : Une
Achats écologiquesFinancement UE

Analyse des risques

Veuillez vous connecter pour utiliser l'analyse des risques.

Se connecter

Stratégie gagnante

Connectez-vous pour accéder aux recommandations de stratégie gagnante.

Se connecter

Concurrents

Passez à un plan supérieur pour voir quelles entreprises sont susceptibles de soumissionner pour cet appel d'offres, basé sur les données historiques.

Se connecter

Exigences et qualifications

12 exigences dans 5 catégories

Soumission (7)
Obligatoire (1)
Conformité (2)
Technique (1)
Financier (1)
SUBMISSION REQUIREMENTS7
--Submit the offer by 2026-03-13 14:00.
--Ensure the offer remains valid for a minimum of 5 months from the submission deadline.
--Do not submit alternative offers.
MANDATORY EXCLUSION GROUNDS1
--Bidders must not fall under any mandatory exclusion grounds as defined by applicable Lithuanian public procurement law and EU Directive 2014/25/ES.
ELIGIBILITY REQUIREMENTS2
--Bidders must be legally established and eligible to provide technical supervision and engineering services for railway infrastructure construction in Lithuania.
--Bidders must comply with the requirements of EU Directive 2014/25/ES (Utilities Directive).
TECHNICAL CAPABILITY REQUIREMENTS1
--Bidders must possess the necessary technical capabilities and expertise to provide technical supervision and engineering services for railway infrastructure construction works.
FINANCIAL REQUIREMENTS1
--Bidders must demonstrate sufficient financial capacity to undertake the contract.

Aperçu des exigences

Inscrivez-vous pour consulter les exigences et l'analyse complètes

Documents

20 documents disponibles avec des résumés IA

Priedas Nr. 2. Paraiškos forma.docxDOC
Priedas Nr. 2. Paraiškos forma.docx -- 66.6 KB

This tender requires an application form for supervision and engineering services for the construction of the Rūdninkai polygon railway infrastructure, with price/cost as the evaluation criterion.

Priedas Nr. 3. Pasiūlymo forma.docxDOC
Priedas Nr. 3. Pasiūlymo forma.docx -- 55.4 KB

This document is a required proposal form for companies bidding on supervision and engineering services for the construction of the Rūdninkai polygon railway infrastructure, evaluated primarily on price/cost.

Priedas Nr. 3. Pasiūlymo forma.docxDOC
Priedas Nr. 3. Pasiūlymo forma.docx -- 55.4 KB

This document is a mandatory proposal form for submitting a bid for railway infrastructure construction supervision and engineering services, where price/cost is the primary evaluation criterion.

Priedas Nr. I. (B) Kiti reikalavimai tiekėjams.docxDOC
Priedas Nr. I. (B) Kiti reikalavimai tiekėjam... -- 54.8 KB

This document outlines additional requirements and qualifications that suppliers must meet to bid for the railway infrastructure supervision and engineering services tender.

Priedas Nr. I. (B) Kiti reikalavimai tiekėjams.docxDOC
Priedas Nr. I. (B) Kiti reikalavimai tiekėjam... -- 54.8 KB

This document outlines additional requirements that suppliers must meet to qualify for the tender for railway infrastructure supervision and engineering services.

Priedas Nr. III. Subtiekėjo ūkio subjekto deklaracija.docxDOC
Priedas Nr. III. Subtiekėjo ūkio subjekto dek... -- 32.7 KB

This required declaration form enables subcontractors to confirm their eligibility and compliance for the railway infrastructure supervision tender.

Priedas Nr. IV. Konfidenciali informacija.docxDOC
Priedas Nr. IV. Konfidenciali informacija.doc... -- 45.7 KB

This tender seeks supervision and engineering services for the construction of railway infrastructure at the Rūdninkai polygon, with a document named "Confidential Information" likely containing sensitive project details or handling instructions.

Priedas Nr. IX. Specialistų sąrašas.docxDOC
Priedas Nr. IX. Specialistų sąrašas.docx -- 27.6 KB

This document, "Appendix No. IX. List of Specialists," is a required submission for bidders to detail the qualified personnel proposed for the 36-month railway infrastructure construction supervision and engineering services tender.

Priedas Nr. V. Bendra nac. saugumo deklaracija.docxDOC
Priedas Nr. V. Bendra nac. saugumo deklaracij... -- 43.7 KB

This document is a general national security declaration, likely required for bidders to confirm their compliance with national security standards for the railway infrastructure supervision tender.

Priedas Nr. VII. Atstovaujančių asmenų sąrašas.docxDOC
Priedas Nr. VII. Atstovaujančių asmenų sąraša... -- 46.4 KB

This document, Appendix VII, requires companies to submit a list of their authorized representatives for the tender concerning supervision and engineering services for the Rūdninkai polygon railway infrastructure construction.

NoticePDF
Notice_6480582.pdf

This is a contract notice for supervision and engineering services for the construction of the Rūdninkai polygon railway infrastructure in Lithuania, issued by LTG Kompetencijų centras UAB, with proposals due by March 13, 2026.

Priedas Nr. 1. Bendrosios sąlygos (BPS).pdfPDF
Priedas Nr. 1. Bendrosios sąlygos (BPS).pdf -- 596.9 KB

This document outlines the general terms and conditions for the tender concerning supervision and engineering services for the Rūdninkai polygon railway infrastructure construction project.

Priedas Nr. 4. Techninė specifikacija.pdfPDF
Priedas Nr. 4. Techninė specifikacija.pdf -- 175.9 KB

This document details the technical requirements for supervision and engineering services for the construction of the Rūdninkai polygon railway infrastructure.

Priedas Nr. 5. Sutartis.pdfPDF
Priedas Nr. 5. Sutartis.pdf -- 801.6 KB

This document outlines the draft contract terms for supervision and engineering services for the construction of the Rūdninkai polygon railway infrastructure, crucial for bidders to understand the agreement's conditions.

Priedas Nr. I. (A) Pašalinimo pagrindai.pdfPDF
Priedas Nr. I. (A) Pašalinimo pagrindai.pdf -- 202.4 KB

This document outlines the grounds for exclusion that bidders must meet to be eligible for the railway infrastructure supervision tender.

Specialiosios sąlygos (SPS).pdfPDF
Specialiosios sąlygos (SPS).pdf -- 209.0 KB

This document outlines the specific rules, requirements, and procedures for participating in the tender for supervision and engineering services for railway infrastructure construction at Rūdninkai polygon.

TS priedas Nr. 1 – Aplinkos apsaugos (žalieji) kriterijai.pdfPDF
TS priedas Nr. 1 – Aplinkos apsaugos (žalieji... -- 142.3 KB

This document outlines the environmental protection and green criteria for the technical supervision and engineering services for railway infrastructure construction at Rūdninkai polygon.

TS priedas Nr. 3 – Rangos sutarties techninė užduotis projektavimui.pdfPDF
TS priedas Nr. 3 – Rangos sutarties techninė ... -- 522.9 KB

This document outlines the technical specifications and requirements for the design phase of the railway infrastructure construction supervision and engineering services contract.

TS priedas Nr. 4 – Rangos sutarties techninė specifikacija.pdfPDF
TS priedas Nr. 4 – Rangos sutarties techninė ... -- 286.5 KB

This document details the technical requirements for the supervision and engineering services needed for the construction of railway infrastructure at the Rūdninkai polygon.

Priedas Nr. 6. Klausimų atsakymų forma suvestinė (pildymui).xlsxXLS
Priedas Nr. 6. Klausimų atsakymų forma suvest... -- 43.6 KB

This document is a consolidated questions and answers form, likely provided by the contracting authority to clarify requirements for supervision and engineering services for railway infrastructure construction.

Aperçu des documents

Inscrivez-vous pour consulter les résumés et l'analyse des documents

64
Bon

Score de qualité de l'appel d'offres

This tender provides a comprehensive set of documents and clearly defines the service and evaluation criteria. However, it suffers from significant data inconsistencies and contradictions regarding estimated value, EU funding, and international threshold status, which severely impact transparency and fairness.

Répartition du score

Conformité légale70/100

The tender references EU Directive 2014/25/ES and national law, and the procedure type is defined. Deadlines are reasonable. However, there are significant contradictions regarding the estimated value (not disclosed/0 EUR/above international threshold) and EU funding status, which are critical for legal compliance and transparency.

Estimated value is contradictory (not disclosed, 0 EUR, yet above international threshold).
Contradictory information on EU funding ('EU Funded' vs. 'ES finansavimas: Ne').
Clarté75/100

The core service description and evaluation criteria (Price/Cost) are clear. Requirements are well-documented across various appendices. However, the numerous contradictions in key tender characteristics significantly reduce overall clarity and can lead to confusion for bidders.

Contradictions in estimated value, EU funding, and international threshold status.
Inconsistency in the stated submission period (26/21 days vs. actual 29 days).
Exhaustivité65/100

Basic information, deadlines, and duration are provided. A comprehensive set of documents is attached, and requirements/criteria are defined. However, the estimated value is missing or incorrectly stated, and several documents are in unanalyzed ZIP format, potentially hiding critical details. Duplicate document entries also suggest disorganization.

Estimated value is missing or incorrectly stated as 0 EUR, despite being above the international threshold.
Contradictory information on EU funding and international threshold status.
Équité60/100

Document access is provided, e-procurement is enabled, and evaluation criteria are objective. However, the undisclosed/incorrect estimated value is a major fairness concern, as it prevents bidders from accurately assessing the project's scope and resources, potentially deterring competition. The contradictions also create an uneven playing field.

Undisclosed/incorrect estimated value significantly impacts fairness and transparency.
Contradictory information on EU funding and international threshold creates uncertainty for bidders.
Aspect pratique70/100

Electronic submission is supported, and a TED link is provided for document access. The contract duration is clear. However, the contract start date is not specified, and financing information is contradictory, which reduces practicality for planning and bid preparation.

Contract start date is not specified.
Financing information is contradictory ('EU Funded' vs. 'ES finansavimas: Ne').
Cohérence des données40/100

The tender exhibits numerous and significant contradictions across key data fields, including estimated value, EU funding, international threshold status, and procedure type. This indicates poor data management and can lead to confusion and potential legal challenges.

Major contradictions regarding estimated value, EU funding, and international threshold status.
Inconsistency in procedure type and stated submission period.
Durabilité50/100

The tender includes specific green procurement criteria, which is a positive aspect. However, there is no explicit mention of social aspects or innovation focus. The contradictory information on EU funding also makes it unclear if higher sustainability standards associated with EU funding apply.

No explicit social aspects mentioned.
No explicit innovation focus mentioned.

Points forts

Clear definition of services and evaluation criteria (Price/Cost).
Comprehensive set of supporting documents available.
E-procurement enabled and TED link provided.
Inclusion of green procurement criteria.
Reasonable submission deadline for the procedure type.

Préoccupations

Significant contradictions regarding estimated value, EU funding, and international threshold status.
Several critical documents are in unanalyzed ZIP format, and there are duplicate document entries.
Lack of explicit social or innovation aspects.
Contract start date is not specified.
Poor overall data consistency across the tender.

Recommandations

1. Immediately clarify and correct all contradictory information, especially concerning estimated value, EU funding, and international threshold status, and re-publish the corrected notice.
2. Ensure all tender documents are provided in easily accessible and analyzable formats (e.g., PDF, DOCX) and remove duplicate entries.
3. Consider incorporating explicit social and innovation criteria where relevant to enhance sustainability aspects.

Aperçu de la notation IA

Inscrivez-vous pour consulter les exigences et l'analyse complètes

Analyse complète du score de qualité
Répartition détaillée des sous-scores
Aperçu des forces et des préoccupations
Recommandations stratégiques

Aucune carte de crédit requise • Configuration en 2 minutes

Ajouter au Pipeline