Dienstleistungen - 335800-2022

Unrevised Machine Translation

22/06/2022    S119

France-Paris: Market research services

2022/S 119-335800

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: opco atlas
Postal address: 25 quai Panhard et Levassor
Town: Paris
NUTS code: FR101 Paris
Postal code: 75013
Country: France
E-mail: Yzouba@opco-atlas.fr
Internet address(es):
Main address: https://www.opco-atlas.fr/
Address of the buyer profile: https://www.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2022_pFMAOn3qQf
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2022_XCkI3k6Xip
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2022_XCkI3k6Xip
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: https://www.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2022_XCkI3k6Xip
I.4)Type of the contracting authority
Other type: Opérateur de compétences - Financement de la formation
I.5)Main activity
Other activity: Opérateur de compétences - Financement de la formation

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

carrying out studies for the Observatory of Digital, Engineering, Advisory and Event Professions (Opiiec)

Reference number: 2022_ATLAS_AO_P&I_20
II.1.2)Main CPV code
79310000 Market research services
II.1.3)Type of contract
Services
II.1.4)Short description:

the purpose of the consultation is to carry out studies for the observatory of digital professions, engineering, consultancy and event (Opiiec).

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 3
The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

none

II.2)Description
II.2.1)Title:
Lot No: 1
II.2.2)Additional CPV code(s)
79310000 Market research services
II.2.3)Place of performance
NUTS code: FR France
II.2.4)Description of the procurement:

carrying out a study on skills, employment and training needs for Cloud Computing and Big Data in France

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 7
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot No: 2
II.2.2)Additional CPV code(s)
79310000 Market research services
II.2.3)Place of performance
NUTS code: FR France
II.2.4)Description of the procurement:

carrying out a prospective study on the BETIC Branche professions in DROM

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 6
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Lot No: 3
II.2.2)Additional CPV code(s)
79310000 Market research services
II.2.3)Place of performance
NUTS code: FR France
II.2.4)Description of the procurement:

carrying out a study on skills, employment and training needs for digital twins in France

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 7
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

the application must include the following administrative documents: — DC1 — duly completed application letter; please note: the letter of application is not required to be signed. — Dc2 — declaration by the individual candidate or each member of the group, fully completed, making it possible to ensure that the individual candidate or each member of the group has sufficient economic, financial, professional and technical capacity to perform the contract. — In the case of subcontracting, a Dc4 form for each subcontractor. Printouts Dc1, Dc2 and Dc4 can be downloaded from the following address: https://www.economie.gouv.fr/daj/formulaires-declaration-du-candidat- a statement of the candidate’s overall turnover and the turnover in the field covered by this contract for the last three financial years available; in the case of business start-ups, the applicant may, as an alternative to the production of turnover, provide any document proving his financial capacity (e.g.: a statement from the bank); — balance sheets and profit and loss accounts for the last three financial years; — a list of the principal services provided in the past three years, with the sums, dates and recipients, public or private, for services connected with the subject of the contract; — a statement of the candidate’s average annual manpower and the number of managerial staff during the last three years; — a description of the tools, materials and technical equipment available to the candidate for the performance of the contract; — the sworn certificate of absence of a link of interest in accordance with the attached model; — the certificate of insurance covering in particular the professional civil liability of the candidate, or each member of the group of applications, for the current year, with a company known to be solvent; each certificate produced must specify the limits of the guarantees entered into; — in order to assess his professional and technical capacity, the candidate must provide a detailed presentation of the structure and organisation of the company. In the case of a consortium application, the organisation of the consortium, i.e. the contribution of each member to the group and its articulation intended to cover all the services covered by the contract.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 21/07/2022
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
French
IV.2.7)Conditions for opening of tenders
Date: 21/07/2022
Local time: 14:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: tribunal judiciaire de paris
Postal address: parvis de paris
Town: Paris
Postal code: 75017
Country: France
Internet address: https://www.tribunal-de-paris.justice.fr/75
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

pre-contractual interim measures: In accordance with Articles 1441-1 and 1441-2 of the Code of Civil Procedure and Articles 2 to 10 of Order No 2009-515 of 7 May 2009 on the review procedures applicable to public procurement contracts, any economic operator having an interest in concluding the contract may apply to the competent court for interim relief against any act of award up to the date of signature of the contract. Contractual interim measures: In accordance with Articles 1441-1 to 1441-3 of the Code of Civil Procedure and Articles 11 to 20 of Order No 2009-515 of 7 May 2009 on the review procedures applicable to public procurement contracts, any economic operator having an interest in concluding the contract may lodge an interim order challenging the validity of the contract within 31 days of the publication of the award notice or in the absence of such notice within 6 months of the conclusion of the contract before the competent court.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: services du greffe du Tribunal Judiciaire de Paris
Postal address: parvis du tribunal
Town: Paris
Postal code: 75017
Country: France
Internet address: https://www.tribunal-de-paris.justice.fr/75
VI.5)Date of dispatch of this notice:
17/06/2022