Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.2)Information about joint procurementThe contract involves joint procurement
I.3)CommunicationThe procurement documents are available for unrestricted and full direct access, free of charge, at:
http://www.mpe76.fr/Additional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityBody governed by public law
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supplies of tracers and related maintenance services — VDH/LHSM control group
Reference number: 19fs-Mutcv-0408-X
II.1.2)Main CPV code30232140
II.1.3)Type of contractServices
II.1.4)Short description:
— the consultation has been awarded through an open invitation to tender under Articles L. 2124-2, R. 2161-2 to R. 2161-5 of the Public Order Code.
— this consultation will give rise to a Framework Agreement with order forms without a minimum or maximum amount, with an annual estimate: for lot 1: EUR 200 000 excl. tax and for lot 2: EUR 50 000 excluding tax, for the 2 local authorities. The contract has been awarded for a period of 1 year as from 1.1.2020 or the date of notification, if later. It is automatically renewable 3 times for a period of 1 year, i.e. for a maximum overall duration of 4 years.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.2)Additional CPV code(s)30232140
50323000
50313000
II.2.3)Place of performanceNUTS code: FRD22
Main site or place of performance:
Community Hotel, 76085 Le Havre Cedex.
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 200 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)50313000
50323000
50313000
II.2.3)Place of performanceNUTS code: FRD22
Main site or place of performance:
Community Hotel, 76085 Le Havre Cedex.
II.2.4)Description of the procurement: II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 50 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.12)Information about electronic catalogues
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
III.1.2)Economic and financial standing
III.1.3)Technical and professional abilityList and brief description of selection criteria:
A statement of the tools, plant and technical equipment available to the candidate for carrying out contracts of the same nature,
— statement of the applicant’s average annual manpower and the number of managerial staff for each of the last 3 years,
— the educational and professional qualifications of the applicant or those of the firm’s managerial staff, and in particular those responsible for providing services or carrying out works of the same type as the public contract,
A list of the principal deliveries made or the principal services provided over the past 3 years, with the sums, dates and recipients, public or private. Supplies and services are proved by certificates from the consignee or, failing that, by a declaration from the economic operator.
III.1.5)Information about reserved contracts
III.2)Conditions related to the contract
III.2.1)Information about a particular profession
III.2.2)Contract performance conditions:
III.2.3)Information about staff responsible for the performance of the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)Information about electronic auction
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.2.1)Previous publication concerning this procedure
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 08/10/2019
Local time: 16:00
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.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 09/10/2019
Local time: 09:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.2)Information about electronic workflows
VI.3)Additional information:
Deposits of envelopes must be submitted by electronic means. This consultation benefits from the ESPD service. To find this full opinion, access the CED, ask the purchaser questions and send a package, go to http://www.mpe76.fr/ — Following this consultation, a contract award notice will be published on the website of Le Havre Seine Métropole. The contracting authority shall make the consultation file available electronically to the following address: https://www.mpe76.fr — Candidates will be able to download the consultation file and submit their tender (s). The platform has a supplier space with a storage space and an electronic safe (management tab). If he/she uses this tool, he/she will have to indicate this explicitly in his/her file. Judging of the proposals: the technical merit determined in accordance with an increasing merit value, based on the technical memory submitted.
Lot 1: the technical merit will be assessed on the basis of the following subcriteria:
(1) the quality of the equipment, range and variety of products offered (marked out of 40);
(2) the quality of the intervener team, its competence (CVs or other supporting evidence) and the technical resources made available to it to provide consultancy and support services (marked out of 30);
(3) delivery methods and consistency of delivery times proposed with the latter (marked out of 10);
(4) quality of after-sales service (consultancy, meeting with suppliers, provision of material on loans for test purposes, etc.), conditions and duration of guarantee for the equipment (marked out of 20).
Lot 2: the technical merit will be assessed on the basis of the following subcriteria:
(1) the quality of the human and material resources used for maintenance (marked out of 70);
2) arrangements and time limits for action (marked out of 30); price of the services assessed on the basis of the total amount shown in the simulation of the order for the 2 lots: the score of 100 will be awarded for the cheapest price, followed by a relative ranking: (lowest price/price offered by the company) × 100. This note will then be weighted. Tenders are ranked in descending order. The highest-ranked offer is chosen. In the event of a level playing field, the best ranked candidate on the price criterion will be preferred. The best ranked offer will be provisionally chosen, pending the submission of the candidate (s) and the certificates referred to in Article 8 of this consultation.
VI.4)Procedures for review
VI.4.1)Review bodyTribunal administratif de Rouen
53 avenue Gustave Flaubert
Rouen
76000
France
Telephone: +33 235583500
E-mail:
greffe.ta-rouen@juradm.frFax: +33 235583503
VI.4.2)Body responsible for mediation procedures
VI.4.3)Review procedure
VI.4.4)Service from which information about the review procedure may be obtained
VI.5)Date of dispatch of this notice:30/08/2019