Supply and installation of equipment and improvement aimed at treating the obsolescence of Payload Container number 3 (CCU3). The CCU3 (Payload Container number 3) is used to transfer payloads between the various EPCU (Payload Preparation Facility) sites (S1/S3B/S5) and/or the Final Assembly Building (BAF), carried out under the responsibility of CNES/CSG for the benefit of the launch operator and its customers. The CCU3 requires life-cycle support work to maintain its operational condition as well as significant improvements to optimise operating times. The objectives are to: • Increase the flight time required to control the CCU3's coupling and uncoupling operations; • Improve the CCU3's interfaces and treat obsolescences; • Improve reliability in the event of anomalies; • ENSURE SUPERVISION AND MONITORING VIA ST²: Improved real-time supervision during transfer operations and when the CCU3 is coupled to the different EPCU buildings
Date limite
Le délai de réception des offres était de 2026-02-27.
L'appel d'offres a été publié le 2025-12-09.
Avis de marché (2025-12-09) Objet Champ d'application du marché
Titre: Treating obsolescence and improving the CCU3
Brève description:
“Supply and installation of equipment and improvement aimed at treating the obsolescence of Payload Container number 3 (CCU3). The CCU3 (Payload Container...”
Brève description
Supply and installation of equipment and improvement aimed at treating the obsolescence of Payload Container number 3 (CCU3). The CCU3 (Payload Container number 3) is used to transfer payloads between the various EPCU (Payload Preparation Facility) sites (S1/S3B/S5) and/or the Final Assembly Building (BAF), carried out under the responsibility of CNES/CSG for the benefit of the launch operator and its customers.
The CCU3 requires life-cycle support work to maintain its operational condition as well as significant improvements to optimise operating times.
The objectives are to:
• Increase the flight time required to control the CCU3's coupling and uncoupling operations;
• Improve the CCU3's interfaces and treat obsolescences;
• Improve reliability in the event of anomalies;
• ENSURE SUPERVISION AND MONITORING VIA ST²: Improved real-time supervision during transfer operations and when the CCU3 is coupled to the different EPCU buildings
Afficher plus
Type de contrat: Services
Produits/services: Services de réparation et d'entretien📦 Description
Description du marché:
“Supply and installation of equipment and improvement aimed at treating the obsolescence of Payload Container number 3 (CCU3).
The CCU3 (Payload Container...”
Description du marché
Supply and installation of equipment and improvement aimed at treating the obsolescence of Payload Container number 3 (CCU3).
The CCU3 (Payload Container number 3) is used to transfer payloads between the various EPCU (Payload Preparation Facility) sites (S1/S3B/S5) and/or the Final Assembly Building (BAF), carried out under the responsibility of CNES/CSG for the benefit of the launch operator and its customers.
The CCU3 requires life-cycle support work to maintain its operational condition as well as significant improvements to optimise operating times.
The objectives are to:
• Increase the flight time required to control the CCU3's coupling and uncoupling operations;
• Improve the CCU3's interfaces and treat obsolescences;
• Improve reliability in the event of anomalies;
• ENSURE SUPERVISION AND MONITORING VIA ST²: Improved real-time supervision during transfer operations and when the CCU3 is coupled to the different EPCU buildings.
Afficher plus
Informations complémentaires:
“European consultation with publication in accordance with articles L2500 et seq. of the Code de la Commande Publique. The durations given in this notice are...”
Informations complémentaires
European consultation with publication in accordance with articles L2500 et seq. of the Code de la Commande Publique. The durations given in this notice are indicative and provisional. Candidates may complete the DC1 and DC2 documents available on the Ministry of the Economy and Finance website http://www.economie.gouv.fr/dajThe legal and regulatory texts referred to in this notice are /formulaires-declaration-candidat. available on the legal access portal: The launch of a http://www.legifrance.gouv.fr. procurement procedure does not oblige CNES to award a contract. The CNES may declare a procedure without result and/or a negotiation unsuccessful. The application file must be sent electronically to the following address: or in accordance with https://marches.cnes.fr/paragraph 4.3 of the Consultation Rules. Before examining the applications, if the CNES finds that any documents are missing or incomplete, it will ask all applicants concerned to produce or complete these documents within 10 days of the date of issue of the request. At the end of the application selection phase, the bids of selected candidates will be analyzed. Unsuccessful candidates will be informed in writing. CNES may award a contract to the candidate selected under this notice. Companies responding to this contract notice formally undertake to authorize CNES to carry out an audit, either on their own premises, or on the site(s) where they provide equivalent services. Each candidate is asked to present the company, its organization, its holdings, its subsidiaries and the group to which it belongs: in particular, it must provide the breakdown of the company's capital, identify the persons or groups it controls and identify the groupings to which the company belongs. Reminder: To prove the professional, technical and financial capacities of other economic operators on which he relies to present his candidacy and the fact that he will have the capacities of this economic operator for the execution of the contract, the candidate produces the same documents concerning this economic operator as those required in the present notice as well as a written commitment from each of these operators justifying that he has their capacities for the execution of the contract. Candidates must indicate in their bids the proportion of the contract they intend to subcontract to third parties.
Afficher plus
Type de contrat: Services
Produits/services: Services de réparation et d'entretien📦
Site principal ou lieu d'exécution:
“In accordance with the Consultation Rules available at the following address : https://marches.cnes.fr/ Applicants are reminded to pay particular attention...”
Site principal ou lieu d'exécution
In accordance with the Consultation Rules available at the following address : https://marches.cnes.fr/ Applicants are reminded to pay particular attention to the industrial policy constraints, which require that preference be given to services and products produced by European companies that are nationals of European Space Agency member states (Austria, Belgium, the Czech Republic, Denmark, Estonia, Finland, France, Germany, Greece, Hungary, Ireland, Italy, Luxembourg, the Netherlands, Norway, Poland, Portugal, Romania, Spain, Sweden, Switzerland, and the United Kingdom). In order to comply to the geographical return requirements as key acceptance factor, the proposed industrial
organisation must provide products1 and services produced by European companies that are nationals of following ESA Member States, as detailed hereafter : Group1 : Belgium, Germany, Italy, Spain, Switzerland, the United Kingdom : Minimum 50% - Maximum 80%. Group 2 : Austria, Czech Republic, Denmark, Estonia, Finland, Greece, Hungary, Ireland, the Netherlands, Norway, Poland, Slovenia, Sweden : minimum 10% - maximum 50%. Group 3: France, Luxembourg, Portugal, Romania : minimum 0% - maximum 25%.
Afficher plus
Adresse postale: Centre Spatial Guyanais BP 726
Code postal: 97387
Ville: Kourou
Pays: France 🇫🇷
Lieu d'exécution: Guyane🏙️ Durée de l'accord
Date de début: 2026-05-01 📅
Date de fin: 2029-03-31 📅
Critères d'attribution
Critère de qualité (nom): Tender selection criteria A (see paragraph 3.3 of the Consultation Rules)
Tender selection criteria B (see paragraph 3.3 of the Consultation Rules)
Prix ✅
Critère de qualité (nom): Tender selection criteria D (see paragraph 3.3 of the Consultation Rules)
Titre
Numéro d'identification du lot: LOT-0001
Procédure Type de procédure
Procédure ouverte ✅
Base juridique: Directive 2014/24/UE
Informations administratives
Délai de réception des offres ou des demandes de participation: 2026-02-27 18:00:00 📅
Langues dans lesquelles les offres ou les demandes de participation peuvent être présentées: français 🗣️
anglais 🗣️
Délai minimum pendant lequel le soumissionnaire doit maintenir l'offre: 6
Conditions de passation du marché
La signature ou le cachet électronique avancé(e) ou qualifié(e) [au sens du règlement (UE) № 910/2014] est requis(e)
Langues dans lesquelles les offres ou les demandes de participation peuvent être présentées: français 🗣️
anglais 🗣️
Facturation électronique: Requise
Date limite de demande d’informations complémentaires: 2026-02-27 18:00:00 📅
Informations juridiques, économiques, financières et techniques Conditions de participation
Critère de sélection: Autres exigences économiques ou financières
Liste et brève description des règles et critères:
“Criteria for selecting applications 1: AUTHORIZATION TO CARRY ON BUSINESS, INCLUDING REQUIREMENTS FOR ENTRY IN THE TRADE OR
PROFESSIONAL REGISTER : Pursuant...”
Liste et brève description des règles et critères
Criteria for selecting applications 1: AUTHORIZATION TO CARRY ON BUSINESS, INCLUDING REQUIREMENTS FOR ENTRY IN THE TRADE OR
PROFESSIONAL REGISTER : Pursuant to articles L.2141-1 to 5 and L.2141-7 to 11 of the CCP, candidates must provide the following supporting documents in support of their application, in accordance with article R.2143-3 of the CCP: a) a document showing the authority of the persons authorized to bind the candidate, b) a dated and signed declaration on their honour that they do not fall into any of the cases mentioned in articles L.2141-1 to 5 and L.2141-7 to 11 of the CCP, and in particular that they are in compliance with articles L.5212-1 to L.5212-11 of the Labour Code concerning the employment of disabled workers. to 5 and L.2141-7 to 11 of the CCP, and in particular that it complies with articles L.5212-1 to L.5212-11 of the French Labor Code concerning the employment of disabled workers. This declaration must be provided by individual candidates, by each member of a candidate group and, where applicable, by subcontractors. In accordance with articles R.2143-6 to 10 of the CCP, the CNES accepts as sufficient proof: 1. In order to certify that the candidate is not in the case provided for in article L.2341-1 of the CCP: a simple declaration on honor attesting that the candidate is not in one of the cases of prohibition to tender. Or, if foreign, an extract from a relevant register or, failing this, an equivalent document issued by a competent judicial or administrative authority in the country of origin or establishment; 2. To certify that the candidate is not in the case provided for in article L.2141-2 of the CCP: certificates issued by the relevant administrations and bodies attesting that the declarations required in terms of tax and social security have been made, and that the taxes, contributions or social security contributions due have been paid. Or, if the applicant is a foreign national a certificate issued by the authorities and organizations in the country of origin or establishment; 3. In order to certify that the candidate is not in the case provided for in article L.2141-3 of the CCP: an extract K, or an extract K bis, or an extract D1 Or, if the candidate is a foreigner an equivalent document issued by a competent judicial or administrative authority in the country of origin or establishment; If applicable, the candidate must produce the documents provided for in articles R.1263-12, D.8222-5 or D.8222-7, or D.8254-2 to D.8254-5 of the French Labour Code. of the French Labour Code; The candidate is not required to provide supporting documents and evidence that CNES can obtain through an electronic information system administered by an official body or a digital storage space, provided that the application file includes all the information required to consult this system or space and that access is free of charge. The CNES verifies the conditions of participation of candidates in accordance with the procedures set out in article R.2144-1 to 7 of the CCP. NB - Documents accompanying the application file written in a foreign language will be accepted if accompanied by a French translation.
“Criteria for selecting applications 2 : ECONOMIC AND FINANCIAL STRENGTH: In support of their application, candidates must provide the following information:...”
Liste et brève description des règles et critères
Criteria for selecting applications 2 : ECONOMIC AND FINANCIAL STRENGTH: In support of their application, candidates must provide the following information: Information and formalities required to assess whether these requirements have been met: 1° - Statement of total sales for the last three available financial years; 2° - Balance sheet or extracts from balance sheets for the last three years; 3° - Statement indicating the candidate's average annual workforce in total, and the candidate's average annual workforce in the area of the service. The declaration must also indicate the size of the supervisory staff for each of the last three years; 4° - Appropriate bank declaration or proof of valid professional risk insurance. The application will be presented as follows: Part 1: This will include administrative, economic and financial information as well as information concerning the Candidate's own situation as requested above. The documents provided (supporting documents, certificates, etc.) must be numbered in order and compiled in the form of a booklet that does not include any advertisements or old or out-of-date documents. Candidates may complete the DC1 and DC2 documents available on the website of the French Ministry of the Economy and Finance. Part 2: This section will present the Candidate's technical capabilities, supported by professional references from the last 3 years. If they wish, candidates may list the documents submitted in support of their application. The application must be written in French or English and translated into French.
Afficher plus
Critère de sélection: Outils, usines ou équipements techniques
Liste et brève description des règles et critères:
“Criteria for selecting applications 3 : TECHNICAL AND PROFESSIONAL CAPACITY: - Presentation of a list of the main supplies or services carried out over the...”
Liste et brève description des règles et critères
Criteria for selecting applications 3 : TECHNICAL AND PROFESSIONAL CAPACITY: - Presentation of a list of the main supplies or services carried out over the last five years, indicating the amount, date and public or private recipient. Deliveries and provision of services must be proved by certificates from the recipient or, failing this, by a declaration from the economic operator; - Indication of the educational and professional qualifications of the economic operator and/or the company's executives, and in particular those responsible for providing services or carrying out work of a similar nature to that of the contract; - Declaration indicating the tools, equipment and technical facilities available to the candidate for carrying out contracts of the same nature; - For supplies and services, a description of the technical equipment, the measures employed by the economic operator to ensure quality, and the company's study and research resources; - Certificates issued by quality control bodies authorized to certify the conformity of supplies by reference to certain technical specifications. The contracting authority will, however, accept other proof of equivalent quality assurance measures produced by candidates, if they do not have access to such certificates or have no possibility of obtaining them within the set deadlines; - Certificates of professional qualifications. In this case, the contracting authority specifies that proof of the candidate's capacity may be provided by any means, in particular by certificates of professional identity or references to works attesting to the economic operator's competence to provide the service for which it is applying; - Presentation of expertise and know-how in the field of the contract as well as a list of works/services carried out over the last five years, supported by certificates of satisfactory execution for the most important works. These attestations must indicate the amount, date and place of execution of the work, and specify whether it was carried out in accordance with the rules of the trade and regularly brought to a successful conclusion; - Ability to manage, carry out engineering studies, technical and financial project management, consultancy according to the situations encountered and feedback, quality assurance and quality control; - Experience in a high threshold SEVESO II type environment with strong operational constraints (detailed planning of operations and industrial activities such as production, hazardous operations, rocket launches, etc.) and intervention slots. ) and short response times would be a plus; The application will present: 1) The applicant's technical skills (skills, know-how and positioning in terms of technology): Candidates must demonstrate their experience in providing the services required. 2) Candidate's working methods (organization and management): Candidates must demonstrate their ability to: - Set up, organize and effectively manage a team (or even an industrial set-up) with a full range of technical skills covering the fundamental areas of the business; - Ability to identify risks and implement solutions to control them. 3) The candidate's resources and logistics: Candidates must demonstrate: - Their ability to mobilize the technical and human resources required to carry out the project. - Expertise in estimating and controlling development costs. 4) Applicant's certifications: The applicant must specify: - the level and details of certifications (ISO, ECSS, NF, manufacturers...) obtained, - whether it is ISO 9001 and ISO 14001 certified and, if not, whether it is preparing to obtain these certifications. If so, it will provide a description of the quality process applied and applied by its Customers, - its main technical and professional qualifications and certifications relating to the activities declared. 5) Industrial set-up (if a consortium): In the case of a consortium, the applicant must demonstrate the relevance and solidity of the possible structure: complementary know-how, clear division of responsibilities between each member of the consortium (task allocation table), operating procedures, etc.
Pouvoir adjudicateur Nom et adresse
Nom: Centre National d'Etudes Spatiales
Numéro d'enregistrement national: 77566591200033
Département: Guyane
Code postal: 97387
Commune postale: Kourou
Région: Guyane🏙️
Pays: France 🇫🇷
Point de contact: Geissa DELANNON
Courrier électronique: geissa.delannon.external@cnes.fr📧
Téléphone: +594(0)594334702📞
URL: www.cnes.fr🌏
Adresse URL pour l'échange d'informations: https://marches.cnes.fr/🌏 Type de pouvoir adjudicateur
Organisme de droit public
Activité principale
Affaires économiques et financières
Communication
URL des documents: https://marches.cnes.fr/🌏
URL de participation: https://marches.cnes.fr/🌏
Soumission par voie électronique: Requise
Informations complémentaires Organisme responsable des procédures de médiation
Nom: Tribunal administratif de la guyane
Numéro d'enregistrement national: 17973000700020
Département: Guyane
Adresse postale: 7 rue Schoelcher, BP 5030
Code postal: 97305
Commune postale: Cayenne
Région: Guyane🏙️
Pays: France 🇫🇷
Courrier électronique: greffe.ta-cayenne@juradm.fr📧
Téléphone: +594594254970📞
URL: https://guyane.tribunal-administratif.fr/🌏 Organe de révision
Nom: Tribunal administratif de la guyane
Numéro d'enregistrement national: 17973000700020
Département: Guyane
Adresse postale: 7 rue Schoelcher, BP 5030
Code postal: 97305
Commune postale: Cayenne
Région: Guyane🏙️
Pays: France 🇫🇷
Courrier électronique: greffe.ta-cayenne@juradm.fr📧
Téléphone: +594594254970📞
URL: https://guyane.tribunal-administratif.fr/🌏 Service auprès duquel des informations sur la procédure de recours peuvent être obtenues
Nom: Tribunal administratif de la guyane
Numéro d'enregistrement national: 17973000700020
Département: Guyane
Adresse postale: 7 rue Schoelcher, BP 5030
Code postal: 97305
Commune postale: Cayenne
Région: Guyane🏙️
Pays: France 🇫🇷
Courrier électronique: greffe.ta-cayenne@juradm.fr📧
Téléphone: +594594254970📞
URL: https://guyane.tribunal-administratif.fr/🌏 Procédure d'examen
Informations précises sur le(s) délai(s) des procédures d'examen:
“French legal deadlines governing public procurement” Informations sur les flux de travail électroniques
La facturation électronique sera acceptée
Source: OJS 2025/S 238-819390 (2025-12-09)