Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityOther type: SA d'HLM
I.5)Main activityHousing and community amenities
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
ENTRETIEN DE LA VENTILATION DOUBLE FLUX, DE LA VENTILATION NATURELLE ASSISTEE MECANIQUEMENT ET DE LA VENTILATION BASSE PRESSION
Reference number: 22FS-AOO-CV-ENTRETIEN VMC AUTRES
II.1.2)Main CPV code50700000 Repair and maintenance services of building installations
II.1.3)Type of contractServices
II.1.4)Short description:
L'objet du contrat concernent l'entretien, le dépannage, la réparation et le remplacement partiel ou total des installations de type des Ventilations Double Flux, des Ventilations Naturelles Assistées Mécaniquement et des Ventilations basse pression équipant le ou les groupes d'immeubles et maisons individuelles propriétés d'ALLIADE HABITAT ou dont il a la gestion.
II.1.5)Estimated total valueValue excluding VAT: 294 300.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50700000 Repair and maintenance services of building installations
II.2.3)Place of performanceNUTS code: FRK Auvergne-Rhône-Alpes
Main site or place of performance:
Région Auvergne Rhône Alpes
II.2.4)Description of the procurement:
L'objet du contrat concernent l'entretien, le dépannage, la réparation et le remplacement partiel ou total des installations de type des Ventilations Double Flux, des Ventilations Naturelles Assistées Mécaniquement et des Ventilations basse pression équipant le ou les groupes d'immeubles et maisons individuelles propriétés d'ALLIADE HABITAT ou dont il a la gestion.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Valeur technique de l'offre / Weighting: 60
Price - Weighting: 40
II.2.6)Estimated valueValue excluding VAT: 294 300.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemStart: 01/01/2023
End: 31/12/2023
This contract is subject to renewal: yes
Description of renewals:
Reconduction tacite pour une période d'un an, de manière successive pendant 3 ans
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
C'est un marché de services pluriannuel à prix forfaitaire avec un seul titulaire.
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 system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 27/09/2022
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.2.6)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: 27/09/2022
Local time: 12:00
Place:
Information about authorised persons and opening procedure:
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: TRIBUNAL JUDICIAIRE DE LYON
Postal address: 67 rue Servient
Town: LYON CEDEX 03
Postal code: 69433
Country: France
Telephone: +33 472607012
Internet address:
http://www.justice.gouv.fr/ VI.4.2)Body responsible for mediation proceduresOfficial name: TRIBUNAL JUDICIAIRE DE LYON
Postal address: 67 rue Servient
Town: LYON CEDEX 03
Postal code: 69433
Country: France
Telephone: +33 472607012
Internet address:
http://www.justice.gouv.fr/ VI.4.4)Service from which information about the review procedure may be obtainedOfficial name: TRIBUNAL JUDICIAIRE DE LYON
Postal address: 67 rue Servient
Town: LYON CEDEX 03
Postal code: 69433
Country: France
Telephone: +33 472607012
Internet address:
http://www.justice.gouv.fr/ VI.5)Date of dispatch of this notice:29/07/2022