France - Framework agreements with purchase orders for project management assistance in architectural and technical programming, and for safety and fire safety surveys, for heavy construction and restructuring operations...
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 06 February 2024
- Opportunity publication date
- 04 January 2024
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Department(s) of publication : 75 Annonce No 23-180798 I.II.III.IV.VI. TENDER NOTICE Directive 2014/24/UE This notice constitutes a call for tenders Section I: Contracting authority I.1) NAME AND ADDRESSES Ville de Paris, 7 avenue de la porte d'Ivry, 75013, Paris, F, Email : [email protected] , Code NUTS : FR101 Internet address(es): Main address: https://www.paris.fr Purchasing profile address: https://marches.maximilien.fr I.2) JOINT PROCEDURE I.3) COMMUNICATION The contract documents are available free of charge, without restriction and in full, at: https://www.paris.fr) COMMUNICATION Contract documents are available free of charge in full and unrestricted direct access at the following address: https://marches.maximilien.fr Address from which further information may be obtained: the above-mentioned contact point(s) Tenders or requests to participate must be sent: electronically to the following address: https://marches.maximilien.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=862013&orgAcronyme=r8t Electronic communication requires the use of tools and devices that are not generally available. Full and unrestricted direct access to these tools and devices is available free of charge at the following address: https://marches.maximilien.fr I.4) TYPE OF CONTRACTING AUTHORITY Regional or local authority I.5) PRINCIPAL ACTIVITY General public administration services Section II: Subject II.1) SCOPE OF CONTRACT II.1.1) Title : AC à BC de presta AMO:programmation architecturale et technique et expertises sûreté,sécurité Incendie sur des opérations construction,restructuration lourde de bât. vdp (5lots) Numéro de référence : 2301877 II.1.2) Main CPV code: Main descriptor: 71000000 Additional descriptor: II.1.3) Type of contract Services II.1.4) Brief description: Framework agreements with purchase orders for project management assistance services for architectural and technical programming and for fire safety and security surveys, on building construction and heavy restructuring operations for the City of Paris, in 5 separate lots. In accordance with article R2113-1 of the French Public Procurement Code, bids may be submitted for one lot, for several lots, or for all lots. There is no limit to the number of lots that may be awarded to a single candidate.The contracts constitute framework agreements with single-award purchase orders in accordance with the provisions of articles R.2162-1 to R.2162-6, and R.2162-13 to R.2162-14 of the French Public Order Code.They will be executed by the issue of successive purchase orders according to the needs of the administration. II.1.5) Estimated total value: Value excluding VAT: euros II.1..6) Information on lots: This contract is divided into lots: yes Tenders may be submitted for all lots II.2) DESCRIPTION II.2.1) Title: Programming for schools and early childhood Lot no.: 1 II.2.2) Additional CPV code(s) Main CPV code: 71000000 Additional descriptor: II.2.3) Place of performance NUTS code: FR101 Main place of performance: II.2.4) Description of services: AMO for the architectural and technical programming of school buildings, early childhood and social facilities..framework agreement with single-award purchase orders in accordance with the provisions of articles R.2162-1 to R.2162-6, and R.2162-13 to R.2162-14 of the French Public Order Code. It will be performed by issuing successive purchase orders according to the administration's needs. For a duration of 24 months: with no minimum amount and a maximum amount of 450,000 euros excluding VAT, prices are revisable. II.2.5) 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: 24 This contract may be renewed:yes Description of the terms and conditions or the timetable for renewals: Renewable once (1), for a period of 2 years from the day after the end of the 1st period. 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 considered :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 Project identification : II.2.14) Additional information : Framework agreement renewable one (1) time, for a period of 2 years from the day after the end of the 1st period. II.2) DESCRIPTION II.2.1) Title : Sports programming Lot nº : 2 II.2.2) Additional CPV code(s) Main CPV code : 71000000 Additional descriptor : II.2.3) Place of performance NUTS code : FR101 Main place of performance : II.2.4) Description of services : AMO for the architectural and technical programming of youth and sports buildings: community centers, youth centers, swimming pools, gymnasiums, stadiums, sports complexes.Single-award purchase order framework agreement in accordance with the provisions of articles R.2162-1 to R.2162-6, and R.2162-13 to R.2162-14 of the French Public Order Code. For a duration of 24 months: with no minimum amount and a maximum amount of 300,000 euros excluding VAT, prices are revisable. II.2.5) 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: 24 This contract may be renewed:yes Description of the terms and conditions or the timetable for renewals: Renewable once (1), for a period of 2 years from the day after the end of the 1st period. 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 considered :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 Project identification : II.2.14) Additional information: Framework agreement renewable once (1) for a period of 2 years from the day after the end of the 1st period. II.2) DESCRIPTION II.2.1) Title: Cultural programming Lot no.: 3 II.2.2) Additional CPV code(s) Main CPV code: 71000000 Additional descriptor: II.2.3) Place of performance NUTS code: FR101 Main place of performance: II.2.4) Description of services : AMO for the architectural and technical programming of cultural buildings: museums, theaters, auditoriums, conservatories, media libraries, etc. Single-award purchase order framework agreement in accordance with the provisions of articles R.2162-1 to R.2162-6, and R.2162-13 to R.2162-14 of the French Public Order Code. It will be performed by issuing successive purchase orders according to the administration's needs. For a duration of 24 months: with no minimum amount and a maximum amount of 300,000 euros excl. VAT, prices are revisable. II.2.5) 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: 24 This contract may be renewed:yes Description of the terms and conditions or the timetable for renewals: Renewable once (1), for a period of 2 years from the day after the end of the 1st period. 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 considered :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 Project identification : II.2.14) Additional information: Framework agreement renewable one (1) time, for a period of 2 years from the day after the end of the 1st period. II.2) DESCRIPTION II.2.1) Title: Programming of mainly administrative workplaces Lot no.: 4 II.2.2) Additional CPV code(s) Main CPV code: 71000000 Additional descriptor: II.2.3) Place of performance NUTS code: FR101 Main place of performance: II.2.4) Description of services : AMO for the architectural and technical programming of predominantly administrative work premises: tertiary premises, social premises and other facilities.single-award purchase order framework agreement in accordance with the provisions of articles R.2162-1 to R.2162-6, and R.2162-13 to R.2162-14 of the French Public Order Code. It will be performed by issuing successive purchase orders according to the administration's needs. For a duration of 24 months: with no minimum amount and a maximum amount of 300,000 euros excl. VAT, prices are revisable. II.2.5) 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: 24 This contract may be renewed:yes Description of the terms and conditions or the timetable for renewals: Renewable once (1), for a period of 2 years from the day after the end of the 1st period. 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 considered :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 Project identification : II.2.14) Additional information: Framework agreement renewable one (1) time, for a period of 2 years from the day after the end of the 1st period. II.2) DESCRIPTION II.2.1) Title: Safety and fire safety expertise Lot no.: 5 II.2.2) Additional CPV code(s) Main CPV code: 71000000 Additional descriptor: II.2.3) Place of performance NUTS code: FR101 Main place of performance: II.2.4) Description of services : AMO in matters of safety expertise and fire safety expertise in the facilities of the City of Paris..framework agreement with single-award purchase orders in accordance with the provisions of articles R.2162-1 to R.2162-6, and R.2162-13 to R.2162-14 of the Public Order Code. It will be performed by issuing successive purchase orders according to the administration's needs. For a duration of 24 months: with no minimum amount and a maximum amount of 300,000 euros excl. tax, prices are revisable. For the offer phase, a minimum of conformity of the offers is envisaged for lot 5: Fire safety and security expertises: Agents holding the "Prévention Incendie PRV2" certificate will be required. II.2.5) 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: 24 This contract may be renewed:yes Description of the terms and conditions or the timetable for renewal: Renewable once (1), for a period of 2 years from the day after the end of the 1st period. 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: Framework agreement renewable one (1) time, for a period of 2 years from the day after the end of the 1st period. Section III: Legal, economic, financial and technical information III.1) CONDITIONS FOR PARTICIPATION III.1.1) Authorization to carry out the professional activity, including requirements relating to registration in the trade or professional register List and brief description of conditions: Tenderers may submit their applications:either using the Document Unique de Marché Européen (DUME);or using forms DC1 and DC2, "Déclarations du Candidat" (see "Précisions" in article 3.1.2 of the consultation regulations).Candidates may submit their applications by filling in the DUME form (Document Unique de Marché Européen), accessible:from the MAXIMILIEN platform,from the following URL address: https://dume.chorus-pro.gouv.fr.Further information on the electronic DUME is available at the following URL address: https://communaute.chorus-pro.gouv.fr/pour-les-entreprises/Candidatures with the DC1 and DC2 forms, candidates must submit the following information:The DC1 form (Letter of application - Designation of the representative by his co-representatives), duly completed and including in particular: A declaration on their honor justifying that they do not fall into any of the cases mentioned in articles L.2141-1 to L.2141-5, and L2141-7 to L2141-10 of the French Public Procurement Code. In this respect, candidates should ensure that they complete section F1 ("Exclusions from the procedure") of form DC1 (box to be ticked). Form DC2 (Declaration by the candidate or group member), duly completed. These forms and their instructions for use can be downloaded from: https://www.economie.gouv.fr/daj/formulaires-declaration-du-candidat.Tous Documents and certificates submitted by candidates as part of their application must be drawn up in French. To facilitate exchanges throughout the consultation phase, bidders must submit the duly completed Candidate's Administrative Contact Form. III.1.2) Economic and financial capacity List and brief description of the selection criteria: Minimum specific level(s) required: For lots 1 to 5, the bidder must provide proof of its economic and financial capacity by presenting:a minimum annual turnover of 100,000 euro(s) excluding VAT, for at least 1 of the last 3 available financial years.In the case of group applications:The turnover taken into account will correspond to the sum of the turnover of the members of the group.The bidder must produce proof of its economic and financial capacity, as described above, which constitutes the minimum level of capacity required for lots 1 to 5.Failure to do so will result in the bid being declared irregular and disqualified. III.1.3) Technical and professional capability List and brief description of the selection criteria, and indication of the information and documents required: Minimum specific level(s) required: MINIMUM LEVEL OF TECHNICAL CAPACITY REQUIRED - LOT 1 onlyThe bidder for lot 1 must provide proof of its technical and professional capability by presenting the following certificate of professional qualification, or equivalent reference:Certificat OPQIBI N°1511 : Etude en Restauration collective et commerciale.OUCertificat OPQIBI N°1512 : Ingénierie en Restauration collective et commerciale.ORA reference less than 5 years old (2019-2023) concerning a mass catering facility (kitchens and catering areas) with a capacity of more than 350 meals/day. The reference must include at least three (3) of the following tasks:Description and quantification of spaces and equipment (storage, production, distribution, washing, waste disposal, etc.);Layout of equipment, location of fluid supply points;Assessment of fluids (power, flow rates, etc.) to be provided;Preparation of regulatory files.The bidder must provide proof of its technical and professional capabilities, as described above, which constitute the minimum level of capabilities required for lot 1. Failing this, the application will be declared irregular and will be rejected. III.1.5) Information on reserved contracts : 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) Specific conditions of execution : The purchaser decides to limit the number of candidates, per lot, admitted to continue the procedure. CANDIDATE SELECTION CRITERIA As the number of candidates admitted to submit an offer at the end of the application selection phase is limited, the application selection criteria, by lot(s), are detailed in article 4.2 of the consultation regulations. III.2III.2.3) Information on personnel responsible for contract performance III.2.4) Contract eligible for MPS Transmission and verification of application documents may be carried out via the simplified public procurement system on presentation of the SIRET number: NO Section IV: Procedure IV.1) DESCRIPTION IV.1.1) Type of procedure Competitive procedure with negotiation IV.1.3) Information on the framework agreement or dynamic purchasing system The contract involves the setting up 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 the reduction in the number of solutions or offers during the negotiation or dialogue IV.1.5) Information on negotiation The contracting authority reserves the right to award the contract on the basis of the initial offers without conducting negotiations 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 February 6, 2024 - 12:00 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 his tender: The tender must be valid until: or Duration in months: 8 (From the deadline for receipt of tenders) IV.2.7) Tender opening procedure Information on authorized persons and opening procedure: Section VI: Additional information VI.1) RENEWAL This is a non-renewable contract Provisional timetable for publication of next notices: VI.2) INFORMATION ON ELECTRONIC EXCHANGES VI.3) ADDITIONAL INFORMATION The language in which the notice is drawn up and published is French.For this consultation, the purchaser has chosen to use a Procedure With Negotiation (Pan).The procedure with negotiation is a formalized procedure whereby the purchaser negotiates the terms of the public contract with one or more economic operators authorized to submit a bid and take part in the negotiations.The main stages of the procedure with negotiation are set out in articles R2161-12 to R2161-20 of the Code de la Commande Publique (Ccp).this is a restricted procedure which takes place in two phases:APPLICATION PHASEApplicants must submit an application file, in accordance with article 3 of the present Règlement de Consultation (Rc).Tender phaseCandidates whose applications have been accepted will receive a letter of consultation, scheduled to be sent out, tentatively, in March 2024.The "Tender phase" consultation file will be sent to them, and they will be asked to submit a tender.The form of the grouping is not imposed at this stage of the award procedure, but the winning grouping must adopt the form of a joint and several grouping, for which each of the members of the grouping is financially committed for the entire contract.As this is a purchase order contract, which is executed by successive issues of purchase orders when requirements arise, it is not possible to define which services are likely to be awarded to each member of a grouping. Consequently, candidates are informed that the contract will be concluded with individual candidates or joint and several groupings. If the successful bidders have presented themselves in the form of a joint grouping, they will be required to modify the form of their grouping as part of a fine-tuning process before notification of the contract.In support of their application, candidates may submit, for information purposes only, the duly completed questionnaire "Promotion of diversity within the company - progress approach", Appendix 1 to the RC.In support of their application, candidates must produce the elements described in article 3.1 of these consultation regulations. If the candidate relies on the capacities of other economic operators (co-contractor(s) and/or sub-contractor(s)) to submit its application, it must justify the capacities of this/these economic operator(s) and provide proof that it will have them available for the performance of the public contract VI.4) APPEALS PROCEDURES VI.4.1) Body responsible for appeals procedures: Tribunal Administratif de Paris, 7 rue de Jouy, 75004, Paris, F, Téléphone : (+33) 1 44 59 44 00, Courriel : [email protected] , Fax : (+33) 1 44 59 46 46, Adresse internet : http://Paris.tribunal-administratif.fr VI.4.2) Body in charge of mediation procedures: VI.4.3) Time limits for lodging appeals: Before the conclusion of the contract, the present consultation may be the subject of a pre-contractual referral under the conditions of articles L. 551-1 et seq. of the Code of Administrative Justice. As from its signature, the present consultation may be the subject of a contractual summary procedure under the conditions of articles L. 551-13 et seq. of the code of administrative justice; the administrative court may also be seized of an appeal contesting the validity of the contract within two months of the completion of the appropriate publicity measures, under the conditions defined by the Conseil d'Etat in its decision département de Tarn-Et-Garonne of 4.4.2014 (nº358994) VI.4.4) Service auprès dont des renseignements peuvent être obtenus sur l'introduction de recours : Tribunal Administratif de Paris, 7 rue de Jouy, 75004, Paris, F, Téléphone : (+33) 1 44 59 44 00, Courriel : [email protected] , Fax : (+33) 1 44 59 46 46, Adresse internet : http://Paris.tribunal-administratif.fr VI.5) DATE OF SENDING OF THIS NOTICE December 28, 2023 Receive similar notices
- Opportunity closing date
- 06 February 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- Ville de Paris FRANCE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.