France - Electric vehicle charging and supervision operator
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 12 February 2024
- Opportunity publication date
- 17 January 2024
- Value of contract
- to be confirmed
- Your guide to exporting
Description
Department(s) of publication : 2 Annonce No 24-4634 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 USEDA, ZAC Champ du Roy - Rue Turgot, 02007, LAON Cedex, F, E-mail : [email protected] , Code NUTS : FRE21 Internet address(es): Main address: https://www.xmarches.fr Address of buyer profile: https://www.xmarches.fr/entreprise/detailConsultation.php?key=29738 I.2) JOINT PROCEDURE I.3) COMMUNICATION) COMMUNICATION Contract documents are available free of charge in unrestricted and complete direct access at the following address: https://www.xmarches.fr/entreprise/detailConsultation.php?key=29738 Address from which additional information may be obtained: other address: Union des Secteurs d'Energie du Département de l'Aisne (USEDA), ZAC Champ du Roy - Rue Turgot, 02007, LAON Cedex, F, E-mail: [email protected] , Code NUTS: FRE21, Internet address: https://www.xmarches.fr Tenders or requests to participate must be sent: electronically to the following address: https://www.xmarches.fr/entreprise/detailConsultation.php?key=29738 to the following address: Union des Secteurs d'Energie du Département de l'Aisne (USEDA), ZAC Champ du Roy - Rue Turgot, 02007, LAON Cedex, F, Courriel : [email protected] , Code NUTS : FRE21, Adresse internet : https://www.xmarches.fr I.4) TYPE OF CONTRACTING AUTHORITY Regional or local authority I.5) PRINCIPAL ACTIVITY General services of public administrations Section II : Subject II.1) SCOPE OF CONTRACT II.1.1) Title: Electric vehicle charging operator and provision of supervision - Reference number: II.1.2) Main CPV code: Main descriptor: 50324100 Additional descriptor: II.1.3) Type of contract Services II.1.4) Brief description: FRAMEWORK AGREEMENT RELATING TO THE IMPLEMENTATION OF A TECHNICAL SUPERVISION TOOL AND A RECHARGE OPERATOR FOR A PUBLIC RECHARGE STATION INFRASTRUCTURE FOR ELECTRIC AND HYBRID RECHARGEABLE VEHICLES II.1.5) Total estimated value: Value excluding VAT: euros II.1.6) Information on lots: This contract is divided into lots: no II.2) DESCRIPTION) DESCRIPTION II.2.1) Title : Lot nº : II.2.2) Additional CPV code(s) Main CPV code : 50324100 Additional descriptor : II.2.3) Place of performance NUTS code : FRE21 Main place of performance : ZAC Champ du Roy - Rue Turgot, 02007 LAON Cedex II.2.4) Description of services : Single lot II.2.5) Award criteria criteria set out below Quality criterion 1. Technical quality of the offer / Weighting : 50 Price : 1. PRICE / Weighting: 50 II.2.6) Estimated value Value excluding VAT: 300,000 euros II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 12 This contract may be subject to renewal:yes Description of the arrangements or timetable for renewal: Contract for a period of 1 year (12 months), renewable for a further 12 months up to a maximum of 4 years. 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 Project identification : II.2.14) Additional information: Section III: Legal, economic, financial and technical information III.1) CONDITIONS OF PARTICIPATION III.1.1) Qualification to carry out the professional activity, including requirements relating to registration in the trade or professional register List and brief description of conditions: Information concerning the legal status of the company as provided for in R. 2143-3 of the French Public Order Code:? Declaration of honor to justify that the candidate does not fall into any of the cases of prohibition of bidding mentioned in articles L.2141-1 to 5 and L.2141-7 to 11 of the Public Order Code 2019, and in particular that it is in compliance with articles L. 5212-1 to L. 5212-11 of the Labor Code concerning the employment of disabled workers. III.1.2) Economic and financial capacity List and brief description of the selection criteria: Information concerning the economic and financial capacity of the company as provided for in articles R.2142-6 et seq. Declaration concerning overall sales and, where applicable, sales concerning the work covered by the contract, covering at most the last three financial years available, depending on the date of creation of the company or the start of activity of the economic operator, insofar as information on these sales figures is available;? Appropriate bank declaration or, where applicable, proof of professional risk insurance. Minimum specific level(s) required: With regard to the applicant's capacity, the contracting authority specifies that proof of the applicant's capacity may be provided by any means.The candidate must at least:-Have equipment suited to the purpose of the contract "the supply of a technical supervision tool and communications equipment and subscriptions associated with the deployment of charging infrastructures for electric and hybrid vehicles";-Comply with the technical rules and standards specified in the CCTP. III.1.3) Technical and professional capacity List and brief description of the selection criteria, and indication of the information and documents required: Minimum specific level(s) required: Information concerning the company's professional references and technical capacity, as provided for in articles R.2142-13 and 14 of the French Public Order Code; Statement of the applicant's average annual manpower and the number of supervisory staff for each of the last three years;? A list of similar projects carried out over the last five years, with certificates of satisfactory execution for the most important works. These attestations must indicate the amount, time and place of completion of the work, and specify whether it was carried out in accordance with the rules of the trade and regularly brought to a successful conclusion;? Indication of the educational and professional qualifications of the economic operator and/or the company's executives, in particular those responsible for providing services of the same nature as the contract;? A statement of the technical equipment available to the candidate for carrying out the contract;? Description of the technical equipment, the measures employed by the economic operator to ensure quality, and the company's study and research resources;? Indication of the technicians or technical organizations, whether or not they are integrated into the candidate, in particular those responsible for quality control and which the candidate may call upon for the execution of the service;? 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) Particular conditions of performance: III.2.3) Information on the members of staff responsible for performance of the contract III.2.4) Contract eligible for MPS The transmission and verification of application documents may be carried out by the simplified public procurement system on presentation of the SIRET number: NO Section IV: Procedure IV.1) DESCRIPTION IV.1.1) Type of procedure Open procedure IV.1.3) Information on the framework agreement or dynamic purchasing system In the case of framework agreements - justification of a duration exceeding four years: IV.1.4) Information on the reduction of the number of solutions or offers during negotiation or dialogue IV.1.5) Information on negotiation IV.1.6) Electronic auction : IV.1.8) Information concerning the Government Procurement Agreement (GPA) The contract is covered by the Government Procurement Agreement : no 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 12, 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 is required to maintain his tender : The tender must be valid until : or Duration in months : 6 (From the deadline for receipt of tenders) IV.2.7) Tender opening procedure Date: 13 March 2024 - 14:00 Information on authorized persons and opening procedure: Section VI: Additional information VI.1) RENEWAL This is not a renewable contract Provisional publication schedule for next notices: VI.2) INFORMATION ON ELECTRONIC EXCHANGES VI.3) ADDITIONAL INFORMATION VI.4) APPEAL PROCEDURES VI.4.1) Body responsible for appeal procedures: Tribunal Administratif d'Amiens, 14, rue Lemerchier, 80011, Amiens Cedex 1, F, Téléphone : (+33) 3 22 33 61 70, Courriel : [email protected] , Adresse internet : http://amiens.tribunal-administratif.fr VI.4.2) Body responsible for mediation procedures: VI.4..3) Time limits for lodging appeals: Time limits for pre-contractual appeals: these may be lodged between the start of the award procedure and the signing of the contract, and within a few days of the date of notification of the decision rejecting the application or tender;Time limit applicable in the event of a request for the annulment of a detachable act of the contract: 2 months from the publication, posting or notification of the contested act (articles L 521-1 and R 421-1 of the Code of Administrative Justice);Time limit applicable to an unsuccessful candidate in the event of a request for annulment of the contract itself: 2 months from the publication or posting of the notice of signature of this contract VI.4.4) Service from which information may be obtained on lodging an appeal: Tribunal Administratif d'Amiens, 14, rue Lemerchier, 80011, Amiens Cedex 1, F, Téléphone : (+33) 3 22 33 61 70, Courriel : [email protected] , Adresse internet : http://amiens.tribunal-administratif.fr VI.5) DATE OF SENDING OF THIS NOTICE January 11, 2024 Receive similar notices
- Opportunity closing date
- 12 February 2024
- Value of contract
- to be confirmed
About the buyer
- Address
- USEDA FRANCE
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.