France - Supply, installation, operation, maintenance, electronic payment management and technical supervision of charging stations for electric vehicles

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
23 November 2023
Opportunity publication date
26 October 2023
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Department(s) of publication : 85 Annonce No 23-148287 I.II.III.IV.VI. NOTICE OF CONTRACT Directive 2014/24/EU This notice constitutes a call for competition Section I: Contracting authority I.1) NAME AND ADDRESSES SYND DEP D'ENERGIE ET D'EQPT DE VENDEE, Numéro national d'identification : 20004248900019, 3 rue Maréchal Juin, 85036, La Roche sur Yon, F, Téléphone : (+33) 2 51 45 88 00, Courriel : [email protected] , Code NUTS : FRG05 Adresse(s) internet : Adresse principale : https://www.sydev-vendee.fr Adresse du profil acheteur : https://www.marches-securises.fr I.2) JOINT PROCEDURE I.3) COMMUNICATION Contract documents are available free of charge in full and unrestricted direct access at the following address: https://www.marches-securises.fr Address from which additional information may be obtained: the above-mentioned contact point(s) Tenders or requests to participate must be sent: electronically to the following address: https://www.marches-securises.fr I.4) TYPE OF CONTRACTING AUTHORITY Body governed by public law I.5) PRINCIPAL ACTIVITY Other activity: Energy and equipment Section II: Subject II.1) SCOPE OF CONTRACT II.1.1) Title: Supply, installation, operation, maintenance, electronic payment management and technical supervision of charging stations for electric vehicles Reference number: II.1.2) Main CPV code: Main descriptor: 65320000 Additional descriptor: II.1.3) Type of contract Services II.1.4) Brief description: Supply, installation, operation, maintenance, electronic payment management and technical supervision of charging stations for electric vehicles II.1.5) Estimated total value: The contract is for the supply, installation, operation, maintenance, electronic payment management and technical supervision of charging stations for electric vehicles..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: 65320000 Additional descriptor: Main CPV code: 50532400 Additional descriptor: Main CPV code: 45311000 Additional descriptor: Main CPV code: 45311200 Additional descriptor: II.2.3) Place of performance NUTS code: FRG05 Main place of performance: II.2.4) Description of services: The purpose of this framework agreement is to provide user services, installation, operation and maintenance of recharging infrastructures for electric vehicles. The services to be provided are closely interrelated, particularly as regards the supervision and computer-aided maintenance management (CAMM) tools, which have an impact on several items.The services required under the present contract are broken down into the following items:-Item 0: Takeover of the existing recharging infrastructure service for electric and rechargeable hybrid vehicles-Item 1: Electronic payment management and user services for the existing and planned IRVEo network, including the tools made available to users, the tool for managing user calls and their commissioning, and associated services,-Item 2: Operation and supervision of the existing and planned IRVEo network, including the technical supervision tool and its commissioning, as well as technical analysis and reporting services,- Item 3: Supply, installation, removal and renovation of IRVEo to supply the infrastructure for on-street charging of electric vehicles, as well as all the components required to provide the service,o to carry out the work and install all the components required to provide the service,- Item 4: Preventive and corrective maintenance of the existing and planned IRVEo network to provide on-site preventive and corrective maintenance of all the components required to provide the service. II.2) AWARD CRITERIA.5) Award criteria Price is not the only award criterion and all criteria are set out solely in the contract documents 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 renewed:no Description of the terms and conditions or timetable for renewal: II.2.9) Information on limits to 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: no 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 Identification of the project: II.2.14) Additional information: This is a single-award framework agreement with no minimum amount and a maximum amount of 2,500,000 euros excluding taxes over the total duration of the contract, executed by the issue of purchase orders governed by articles R.2162-1 to R.2162-6 and following. to R.2162-6 et seq. and R.2162-13 to R.2162-14 of the French Public Procurement Code. 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 a trade or professional register List and brief description of conditions: The candidate, and in the case of a consortium, the consortium's representative, must provide:1)The letter of application appended to the present consultation regulations, duly completed, dated and signed by the candidate or by the consortium's representative.In the case of co-contracting, the co-contractor(s) must provide authorization for the representative to represent them and sign the contract documents.2)The declaration on honour, appended to the present consultation regulations, dated and signed.3)The power of attorney in the case of delegated signature, or, in general, proof that the signatory has the power to bind the person he represents.4)The same documents, as those required for the candidate, are requested from the subcontractor if the candidate wishes to declare this at the bidding stage. III.1.2) Economic and financial capacity List and brief description of the selection criteria: The candidate, and in the case of a grouping, each member of the grouping, must provide, except for economic operators who are objectively unable to produce them:5)Declaration concerning overall sales and sales concerning the work covered by the contract, carried out over the last 3 financial years available.6)Appropriate bank declaration or proof of professional risk insurance. 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: The candidate, and in the case of a grouping, each member of the grouping, must provide, except for economic operators who are objectively unable to produce them:7)Declaration of the candidate's average annual workforce for each of the last three years.8)A list of works and services carried out over the last 3 years, relating to the services covered by the contract.9)Certificats de Qualifications professionnelles notamment les qualifications IRVE.10)Si le candidat le souhaite, il peut également fournir l'ensemble des justificatifs et preuves attestant qu'il n'est pas dans un des cas d'exclusion mentionnés aux articles L.2141-1 à L.2141-14 du Code de la Commande Publique. Niveau(x) spécifiques minimal/minimaux exigé(s) : III.1.5) Informations sur les marchés réservés : III.2) CONDITIONS RELATED TO THE CONTRACT III.2.1) Information relating to the profession References of applicable legislative, regulatory or administrative provisions: III.2.2) Special conditions of performance: III.2.3) Information on personnel responsible for performance of the contract III.2.4) Contract eligible for MPS Transmission and verification of application documents may be carried out by the simplified public procurement 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 The contract involves the establishment of a framework agreement Framework agreement with a single operator In the case of framework agreements - justification of a duration exceeding four years: IV.1.4) Information on reducing the number of solutions or offers during negotiation or dialogue IV.1.5) Information on 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 November 23, 2023 - 17:00 IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates Date: IV.2.4) Language(s) which may be used in the tender or request to participate: French IV.2.6) Minimum period during which the tenderer must maintain its tender: The tender must be valid until: or Duration in months: 4 (From the deadline for receipt of tenders) IV.2.7) Tender opening procedure Date: 24 November 2023 - 09:00 Information on authorized persons and opening procedure: Section VI: Additional information VI.1) RENEWAL This is a renewable contract Provisional publication schedule for future notices: The framework agreement will be renewed at the end of its term. VI.2) INFORMATION ON ELECTRONIC EXCHANGES VI.3) ADDITIONAL INFORMATION All the rules governing the consultation are set out in the consultation regulations. Tenderers are strongly advised to authenticate themselves on the site, in particular by providing an electronic e-mail address enabling them to correspond electronically, in particular to send any additions, clarifications or corrections. The most economically advantageous offer is determined according to the following weighting criteria:- price, with 30 points assessed on the basis of the total amount (excluding taxes) indicated in the detailed cost estimate;- technical merit of the offer, with 30 points assessed on the basis of the total amount (excluding taxes) indicated in the detailed cost estimate. The technical merit of the bid, worth 70 points, assessed on the basis of the content of the technical brief, sub-weighted as follows:Item 0: Takeover of the service (sub-weighted at 15 points)-The operating procedure for the takeover of the fleet and user portfolio. (4 points)-Detailed changeover schedule and monitoring methodology. (2 points)-Dedicated human resources. (2 points)-Actions and guarantees put in place to ensure no operating losses during the changeover period. (2 points)-Roaming solutions already in place for these different contracts, as well as the solutions that will be put in place to offer the maximum roaming service to users. (3 points)-the methodology for informing users of the change of service provider. (2 points)item 1: Electronic payment management and customer service (sub-weighted at 16 points)-description and visual presentation of communication and marketing tools. (5 points)-Detailed description of the user path and resources deployed for user assistance services. (5 points)-Presentation of billing procedures. (3 points)-Presentation of the operating procedure for managing unpaid users. (3 points)item 2: Operation, supervision of existing and planned irve network (sub-weighted at 13 points)-description of technical supervision tool. (5 points)-description of kiosk operating processes in conjunction with manufacturers. (2 points)-Description of data reporting. (2 points)-an example of annual, interim and on-demand reports. (4 points)item 3: Supply, installation, removal, renovation with IRVE design study (sub-weighted at 15 points)-technical characteristics of the bollards. (8 points)-environmental assessment of equipment (cf. Cctp). (2 points)-Presentation of spare parts catalog and list of maintenance operations to be carried out by the manufacturer of the bollards and frequencies (3 points)-Description of the customer path for using the bollards. (2 points)item 4: Preventive and corrective maintenance of the existing and planned IRVE network (sub-weighted at 11 points)-description of human and material resources. (5 points)-the operating procedure for spare parts stock management and the management of the supply of ordered parts. (3 points)-Operating procedure for carrying out corrective maintenance. (3 points) VI.4) APPEALS PROCEDURES VI.4.1) Body responsible for appeals procedures: Tribunal administratif de Nantes, 6, allée de l'ile Gloriette B.P. 24111, 44041, Nantes, F, Téléphone : (+33) 2 40 99 46 00, Courriel : [email protected] , Fax : (+33) 2 40 99 46 58, Adresse internet : http://nantes.tribunal-administratif.fr VI.4.2) Body responsible for mediation procedures: VI.4.3) Introduction of appeals: VI.4.4) Service auprès dont des renseignements peuvent être obtenus sur l'introduction de recours : Tribunal administratif de Nantes, 6, allée de l'ile Gloriette B.P. 24111, 44041, Nantes, F, Téléphone : (+33) 2 40 99 46 00, Courriel : [email protected] , Fax : (+33) 2 40 99 46 58, Adresse internet : http://nantes.tribunal-administratif.fr VI.5) DATE OF SENDING OF THIS NOTICE 20 octobre 2023 Receive similar notices

Opportunity closing date
23 November 2023
Value of contract
to be confirmed

About the buyer

Address
Syndicat départemental d'énergie et d'équipement de la Vendée (SyDEV) France

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?