Services - 585112-2022

24/10/2022    S205

France-Paris: Environmental engineering consultancy services

2022/S 205-585112

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: EXPERTISE FRANCE SAS
National registration number: 808 734 792 00035
Postal address: 40 boulevard Port Royal
Town: Paris
NUTS code: FR101 Paris
Postal code: 75005
Country: France
Contact person: sarah.fakhet@expertisefrance.fr
E-mail: daj@expertisefrance.fr
Internet address(es):
Main address: https://www.expertisefrance.fr/
Address of the buyer profile: www.marches-publics.gouv.fr
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.marches-publics.gouv.fr/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://www.marches-publics.gouv.fr/
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Other type: Expertise France SAS
I.5)Main activity
Other activity: Coopération internationale

Section II: Object

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

Establishment of a service providers’ network to purchase intellectual services related to energy transition and climate change resilience in the EU and British Overseas Countries and Territories

Reference number: 22-SAD-S002-GO
II.1.2)Main CPV code
71313000 Environmental engineering consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The "Green Overseas Expertise Network" Dynamic Purchasing System (DPS) sets out to build and deploy a network of specialised service providers in the realm of energy transition and climate change resilience. These service providers will be tasked with undertaking service assignments in the OCTs which are beneficiaries of the GO Programme.

As an indication, each beneficiary country or territory can obtain a financial allocation ranging from €100,000 to €260,000 for the implementation of one to two actions.

All applicants must be registered on the PLACE platform, which is the online platform from which the application documents can be downloaded and to which requests for participation must be sent. Individuals, private companies, public institutions and/or associations may all apply. Access links will also be posted on the GO Programme website; on the "Work with us" page.

II.1.5)Estimated total value
Value excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: FR1 Ile-de-France
Main site or place of performance:

Expert service assignments may occur in any of the 25 beneficiary UK and EU countries and territories of the GO Programme, which are listed below (II.2.4).

II.2.4)Description of the procurement:

The GO Programme aims to contribute to the sustainable, resilient and inclusive development of European and British OCTs, by accelerating their energy transition and building their resilience to climate change.

In this context, the "Green Overseas Expertise Network" DPS enables the rapid mobilisation of adapted technical expertise, mainly for use by the administration of the OCTs benefiting from the GO Programme, in order to build their capacity to develop, implement and manage ambitious and effective public policies and to promote changes in practices and behaviours relating to energy transition and climate change resilience.

The expert service assignments contracted through this DPS respond to proposals for actions developed and supported by the administration of the beneficiary OCTs. They contribute directly to the achievement of the GO Programme's objectives through capacity building, knowledge development, awareness-raising, advocacy and innovative solutions.

The sub-topics of the expert service assignments are as follows:

For energy transition

- Policy and regulation for energy transition

- Renewable energy storage, integration and renewable energies waste treatment

- Energy efficient buildings and appliances

- Eco-mobility and low-carbon transport

For climate change resilience

- Policy and regulation for climate change resilience

- Climate-resilient coastal management

- Resilience of freshwater resource management

- Resilient food systems

In terms of climate change resilience, the proposed actions shall enable the beneficiary OCTs to reduce their vulnerability to climate change and adapt to one or more identified effects of climate change on populations and/or on the ecosystems on which they depend.

The participation of the beneficiary OCTs' local stakeholders (from civil society and/or the private sector) in the activities is strongly encouraged.

Once approved by the GO Team, the expert service assignments shall subsequently be the subject of specific contracts within the “Green Overseas Expertise Network” DPS.

Each specific contract shall be awarded to the tenderer that has submitted the most cost-effective tender on the basis of the award criteria set out in the contract notice or, where the competitive bidding process is announced by means of a call for expressions of interest or a periodic indicative notice, in the invitation to confirm interest. Where appropriate, these criteria may be specified in the invitation to tender.

The selected service provider shall then implement the action with direct monitoring by the beneficiary country or territory and under the supervision of the GO Team, throughout the duration of the action. The expected deliverables shall be approved by the GO Team, in consultation with the beneficiary country or territory. The duration of the expert service assignments may not exceed 24 months and their implementation must be completed by 31 July 2025, at the latest.

Expert service assignments may occur in any of the 25 beneficiary countries and territories of the GO Programme, which include:

- 13 EU OCTs - Aruba; Bonaire; Curacao; French Polynesia; French Southern and Antarctic Lands; Greenland; New Caledonia; Saba; Saint-Barthelemy; Saint Pierre and Miquelon; Sint Eustatius; Sint Maarten; Wallis and Futuna – and

- 12 UK OTs - Anguilla; Bermuda; British Antarctic Islands; British Indian Ocean Territory; British Virgin Islands; Cayman Islands; Falkland Islands; Montserrat; Pitcairn Islands; Saint-Helena, Ascension and Tristan Da Cunha; South Georgia and South Sandwich Islands; Turks and Caicos Islands.

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
Value excluding VAT: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
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: yes
Identification of the project:

Reference number of the Agreement: FED /2020/ 417-802Title of the Agreement: Thematic Component of the Regional Programme for OCTs under llth EDF

II.2.14)Additional information

For each specific contract, the tenders shall be evaluated on the basis of the price, the technical offer, and the associated CVs of the experts: expert's experience and understanding of the context of the beneficiary OCTs in relation to the assignment’s requirements; detailed methodology based on the objectives and activities; detailed time schedule.

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:

All applicants must provide proof that they are registered with a professional register (e.g.: ‘extrait Kbis’ for a company established in France or an equivalent document).

All applicants must provide proof that they have fulfilled their tax and social security obligations, by providing appropriate means of verification (e.g.: latest URSSAF certificate or available equivalent for non-French candidates, last tax certificate or available equivalent for non-French candidates, etc.)

All applicants must declare that they are not in one of the situations mentioned in Articles L2141-1 et seq. of the French Public Procurement Code (Code de la Commande Publique).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The selection criteria shall be specified in the tender documents of each specific contract.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

All applicants must complete one of the reference templates attached to the “Green Overseas Expertise Network” DPS application form:

- Annex 2, if the applicant is a legal person (entity);

- Annex 3, if the applicant is a natural person (individual).

Natural or legal persons applying for the “Green Overseas Expertise Network” DPS must provide at least three, and no more than five, references covering experience related to its scope. These references must have been furnished within the last 10 years.

Fluency in French or English is required. Proficiency in Dutch, Papiamento or Danish may be beneficial for specific contracts, as will knowledge of the GO Programme beneficiaries (institutions, economic fabric, context, issues). To note: fluency in both English and French may also be required for certain specific contracts.

All applicants must demonstrate professional experience and expertise in one or more of the following areas, as applicable to the GO Programme's sub-themes :

• Development of strategies/action plans

• Development of legislation/regulations

• Performance of technical studies

• Organisation and implementation of training sessions

• Organisation of exchange and/or consultation workshops

• Support for fundraising (identification of funding opportunities or mechanisms, drafting of project/programme documents and related documentation, etc.)

• Development and implementation of awareness-raising campaigns

• Development of communication tools

• Monitoring and evaluation of public policies and projects

• Development and implementation of pilot projects

Some specific contracts may require proficiency in several complementary areas of expertise; multidisciplinary competencies are therefore strongly encouraged. Some specific contracts may include, for a minor part of the specific contract, a “works” component (for small-scale infrastructure projects) and/or supply of equipment and/or materials; specific expertise in these types of assignments are therefore also encouraged.

Non-exhaustive examples of expert assignments that could be implemented via the "Green Overseas Expertise Network" DPS could include:

• Technical assistance for the development of a national/territorial strategy or plan for energy transition or climate change adaptation;

• Organisation and facilitation of consultation and exchange workshops with civil society on resilient watershed management;

• Carrying out diagnostics or technical studies for the deployment of a hybrid solution for erosion and flood control in a specific coastal area;

• Carrying out feasibility studies for the deployment of renewable energy production technology(ies);

• Conducting trainings on the development of plans and regulations for the thermal rehabilitation of buildings;

• Elaboration of an awareness-raising campaign for eco-mobility at territorial level;

• Design and support for the implementation of an ecological restoration operation in a targeted area (mangroves, river banks, drinking water supply area, etc.), in partnership with a local association;

• Development and production of an aquaponics educational kit or an agroforestry pilot plot, in partnership with several local actors.

The selection criteria shall be specified in the tender documents of each specific contract.

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the setting up of 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: 20/01/2023
Local time: 14:00
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, English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Tribunal administratif de Paris
Postal address: 7 rue de Jouy
Town: Paris
Postal code: F-75004
Country: France
Telephone: +33 144594400
VI.4.4)Service from which information about the review procedure may be obtained
Official name: Tribunal administratif de Paris
Postal address: 7 rue de Jouy
Town: Paris
Postal code: F-75004
Country: France
Telephone: +33 144594400
VI.5)Date of dispatch of this notice:
19/10/2022