France - Framework service agreement for maintenance, renovation and extension of remote management systems for high-voltage substations and low-voltage public lighting cabinets
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 29 January 2024
- Opportunity publication date
- 25 November 2023
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Department(s) of publication : 78 Annonce No 23-162568 I.II.III.IV.VI. NOTICE OF CONTRACT Directive 2014/24/UE This notice constitutes a call for competition Section I: Contracting authority I.1) NAME AND ADDRESSES C.A. de Saint-Quentin-en-Yvelines, Numéro national d'identification : 20005878200018, 1 rue Eugène-Hénaff, 78192, Trappes, F, Téléphone : (+33) 1 39 44 80 80, Courriel : [email protected] , Code NUTS : FR103 Adresse(s) internet : Adresse principale : http://www.marches-publics.agglo-sqy.fr/ Adresse du profil acheteur : http://www.marches-publics.agglo-sqy.fr/ I.2) JOINT PROCEDURE I.3) COMMUNICATION The contract documents are available free of charge in full and unrestricted direct access at the following address: http://www.marches-publics.agglo-sqy.fr/ Address from which additional information may be obtained: the above-mentioned contact point(s) Tenders or requests to participate must be sent: by electronic means to the following address: http://www.marches-publics.agglo-sqy.fr/ I.4) TYPE OF CONTRACTING AUTHORITY Body governed by public law I.5) PRINCIPAL ACTIVITY General services of public administrations Section II: Purpose II.1) SCOPE OF CONTRACT II.1.1) Title: Framework service agreement for the maintenance, renovation and extension of the remote management of public lighting high voltage substations and low voltage cabinets Reference number: 23fs-Mp-1672-J II.1.2) Main CPV code: Main descriptor: 79714000 Additional descriptor: II.1.3) Type of contract Services II.1.4) Brief description: The purpose of this framework agreement is:-Servicing, maintenance and troubleshooting of the remote management system for high and low voltage public lighting for the Communauté d'Agglomération de Saint Quentin en Yvelines (Sqy).The contract takes the form of a mixed-price contract comprising:- A unit-price component, paid for by applying the unit prices specified in the Unit Price Schedule to the quantities actually supplied. This part covers routine maintenance services. This part has a maximum value of 250,000 euro(s) excl. tax - A framework agreement with purchase orders issued as and when the need arises c This part covers one-off requirements for renovation and extension work. This part has a minimum amount of 100 000 euro(s) Ht and a maximum of 450 000 euro(s) Ht II.1.5) Estimated total value: Value excluding VAT: euros II.1.6) Information on lots: This contract is divided into lots: no II.2) DESCRIPTION II.2.1) Title: Lot nº: II.2.2) Additional CPV code(s) Main CPV code: 34993000 Additional descriptor: II.2.3) Place of performance NUTS code: FR103 Main place of performance: Saint Quentin en Yvelines 78180 - Saint Quentin en Yvelines II.2.4) Description of services: The purpose of this framework agreement is:-Servicing, maintenance and repair of the remote management system for the high and low voltage public lighting of the Communauté d'Agglomération de Saint Quentin en Yvelines (Sqy).-The creation or renewal of remote management equipment on the basis of a price list.The contract takes the form of a mixed-price contract comprising:- A unit-price component, paid for by applying the unit prices specified in the unit price schedule to the quantities actually supplied. This part covers routine maintenance services. This part has a maximum value of 250,000 euro(s) excl. tax - A framework agreement with purchase orders issued as and when the need arises c This part covers one-off requirements for renovation and extension work. This part has a minimum amount of 100 000 euro(s) Ht and a maximum of 450 000 euro(s) Ht II.2.5) Award criteria criteria set out below Quality criteria 1. Technical merit of the offer / Weighting : 55 Price : 1. PRICE / Weighting: 45 II.2.6) Estimated value Value excluding VAT: euros II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 48 This contract may be subject to renewal:yes Description of the arrangements or timetable for renewal: The Framework Agreement may be tacitly renewed a maximum of 3 times for a period of one year. The total duration of the Framework Agreement may therefore not exceed 4 years, subject to renewals II.2.9) Information on the limits on the number of candidates invited to participate Objective criteria for limiting the number of candidates: II.2.10) Variants Variants will be taken into consideration:no II.2.11) Information on options Options: yes Description of options: Pursuant to article R.2122-7 of the French Public Order Code, the Contracting Authority reserves the right to award negotiated contracts for services similar to those of the current framework agreement, to be performed by the same Contractor II.2.12) Information on electronic catalogs II.2.13) Information on European Union funds The contract is part of a project/program financed by European Union funds: no Project identification: II.2.14) Additional information: Section III: Legal, economic, financial and technical information III.1) CONDITIONS FOR PARTICIPATION III.1.1) Qualification to carry out the professional activity, including requirements relating to registration in the trade or professional register List and brief description of the conditions: - Declaration on the candidate's honour that he/she does not fall into any of the cases mentioned in articles L2141-1 to L2141-5 and R2143-6 to R2143-10 of the French Public Procurement Code concerning prohibitions on bidding - Copy of the judgement(s) pronounced, if the candidate is in receivership III.1.2) Economic and financial capacity List and brief description of selection criteria: - Declaration of total sales and sales relating to the supplies, services or work covered by the contract, over the last three financial years available Minimum specific level(s) required: III.1.3) Technical and professional capacity List and brief description of the selection criteria, indication of the information and documents required: - To be produced at the contract award stage:* Documents provided for in articles D. 8222-5 or D. 8222-7 and D. 8222-8 of the French Labor Code.* Attestations and certificates issued by the relevant authorities and organizations proving that the candidate has met its tax and social security obligations (former Dc7 form or Noti2 form) or equivalent documents in the case of foreign candidates.* Valid insurance certificate.- In addition to the Dc1, the following documents must be produced: - A copy of the Dc1 form and a copy of the Noti2 form. In addition to the Dc1 form, candidates may, if they wish, use the Dc2 form (Declaration by the individual candidate or the member of the group) or an equivalent document - It is specified that the duly completed Single European Market Document (Dume) may, for certain conditions of participation, be a means of proof for the candidate to demonstrate its ability to carry out the contract - Letter of application and authorisation of the representative by his co-representatives: Dc1 form or equivalent document, accompanied by attestations on honor contained in the Dc1 form - To demonstrate its professional, technical and financial capacities, the candidate for the contract may request that the professional, technical and financial capacities of other economic operators also be taken into account. The applicant must produce the same documents concerning this economic operator as those required by the contracting authority. Proof of the applicant's capacity may be provided by any means, in particular by certificates of professional identity or work references attesting to the economic operator's competence to carry out the service for which he is applying- Statement indicating the applicant's average annual workforce and the number of supervisory staff for each of the last three years.- In terms of supplies and services, a statement of the applicant's professional qualifications and the number of supervisory staff for each of the last three years.- In terms of services, a statement indicating the applicant's professional qualifications and the number of supervisory staff for each of the last three years.- In terms of supplies and services, a statement indicating the applicant's professional qualifications and the number of supervisory staff for each of the last three years. With regard to 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 - Indication of the applicant's qualifications and experience. Indication of the educational and professional qualifications of the economic operator - Indication of the educational and professional qualifications of the company's executives, in particular those responsible for providing services or carrying out work of the same nature as that of the contract - Presentation of a list of the main supplies or services carried out over the last three years, indicating the amount, date and public or private recipient Specific minimum level(s) required: III.1.5) Set-aside information: III.2) CONTRACT CONDITIONS III.2.1) Information relating to the profession References of applicable legislative, regulatory or administrative provisions: III.2.2) Specific performance conditions: A first demand guarantee must be provided for the advance payment. Services are financed by each local authority's own budget. The payment of an advance is foreseen. Payment is due within 30 days. Prices are subject to change. Other payment terms are described in the tender documents. Candidates are informed that, in the event of a consortium, the form of consortium chosen at the time of award will be a joint one. The reasons for this form of grouping are given in the consultation rules III.2.3) Information on the members of staff responsible for the performance of the contract III.2.4) MPS-eligible contract The transmission and verification of application documents may be carried out by the simplified public contract system on presentation of the SIRET number: NO Section IV: Procedure IV.1) DESCRIPTION IV.1.1) Type of procedure Open procedure IV.1.3) Information on the framework agreement or dynamic purchasing system In the case of framework agreements - justification of a duration exceeding four years : IV.1.4) Information on the reduction of the number of solutions or offers during the negotiation or dialogue IV.1.5) Information on the negotiation IV.1.6) Electronic auction : IV.1.8) Information concerning the Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement : yes IV.2) ADMINISTRATIVE INFORMATION IV.2.1) Previous publication relating to this procedure Number of the notice in the OJ S series: IV.2.2) Deadline for receipt of tenders or requests to participate January 29, 2024 - 16:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to the selected candidates Date: IV.2.4) Language(s) which may be used in the tender or request to participate: French IV.2.5) Deadline for receipt of tenders or requests to participate: January 29, 2024 - 16:00 IV.2.6) Minimum period during which tenders or requests to participate may be submitted: January 29, 2024 - 16:00.6) Minimum period during which the tenderer is required to maintain its offer: The offer must be valid until: or Duration in months: 5 (From the deadline for receipt of offers) IV.2.7) Tender opening procedure Date: 30 January 2024 - 09:00 Place: Trappes Information on authorized persons and opening procedure: Section VI: Additional information VI.1) RENEWAL This is a renewable contract Provisional publication schedule for next notices: VI.2) INFORMATION ON ELECTRONIC EXCHANGES VI.3) ADDITIONAL INFORMATION All bids must be submitted by electronic means. To view the full notice, access the DCE, ask the purchaser questions or submit a bid, go to http://www.marches-publics.agglo-sqy.The individual candidate, or each member of the grouping, must not fall within one of the cases of exclusion from the award procedure provided for in the French Public Order Code.All documents can be found on the buyer's profile.This Framework Agreement is concluded as of April 1, 2024 or its notification date, if later VI.4) APPEAL PROCEDURES VI.4.1) Body responsible for appeal procedures: Tribunal administratif de Versailles, 56 avenue de Saint Cloud, 78011, Versailles, F, Téléphone : (+33) 1 39 20 54 00, Courriel : [email protected] , Fax : (+33) 1 39 20 54 87, Adresse internet : http://versailles.tribunal-administratif.fr/ VI.4.2) Body responsible for mediation procedures: VI.4.3) Introduction of appeal procedures: VI.4.4) Service auprès dont des renseignements peuvent être obtenus sur l'introduction de recours : Saint-Quentin-en-Yvelines - Communauté d'agglomération : Service Marchés Publics, 1 rue Eugène Hénaff, Za du Buisson de la Couldre, 78192, Trappes, F, Téléphone : (+33) 1 39 44 80 43, Courriel : [email protected] , Fax : (+33) 1 30 57 12 64, Adresse internet : http://versailles.tribunal-administratif.fr/ VI.5) DATE OF DELIVERY OF THIS NOTICE 20 novembre 2023 Receive similar notices
- Opportunity closing date
- 29 January 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- Saint Quentin en Yvelines Communauté d'agglomération France
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.