France - Multi-service housing maintenance across the estate
For more information and to make a bid you will need to go to the third party website.
Details
Provided by
- Opportunity closing date
- 28 November 2023
- Opportunity publication date
- 29 October 2023
- Value of contract
- to be confirmed
- Your guide to exporting
Description
SECTION I: CONTRACTING AUTHORITY I.1) Name and address: Côte d'Azur Habitat Office Public de l'Habitat de la métropole Nice Côte d'Azur et des Alpes Maritimes, 53 boulevard René Cassin, F - 06200 Nice cedex 3, Tél : +33 493187652, courriel : [email protected] Code NUTS : FRL03 Code d'identification national : 49271391200011 Adresse(s) internet : Adresse principale : https://www.cotedazurhabitat.fr Adresse du profil d'acheteur : https://www.achatpublic.com/sdm/ent2/gen/index.jsp I.2) Joint procedure I.3) Communication: Contract documents are available free of charge in full and unrestricted direct access at the following address: https://www.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2023_DHj8o_3qQd Address from which further information may be obtained: the above-mentioned contact point(s). Tenders or requests to participate must be sent: electronically via: https://www.achatpublic.com/sdm/ent/gen/ent_detail.do?PCSLID=CSL_2023_DHj8o_3qQd , I.4) Type of contracting authority: Body governed by public law I.5) Principal activity: Housing and community facilities SECTION II: SUBJECT II.1) Scope of the contract II.1.1) Title: Multi-service maintenance of housing throughout the estate Reference number: AO Entretien multi-services 2 lots II.1.2) Main CPV code: 50700000 II.1.3) Type of contract: Services. II.1.4) Brief description: The purpose of this call for tenders is to provide multi-service maintenance services for CAH's entire property portfolio, divided into two geographical lots. It is launched according to the open tender procedure pursuant to Article L.2124-2 of Ordinance No. 2018-1074 of November 26, 2018 on the legislative part of the Code de la Commande Publique and Articles R.2124-1 and R.2124-2, R.2161-2 to 5 of Decree No. 2018-1075 of December 3, 2018 on the regulatory part of the Code de la Commande Publique. The contract covers P2, P3 (or P3 GT) multiservice maintenance services for the following trades: Faucets, plumbing, electricity, electric water heaters, electric heaters, joinery, locks and shutters. II.1.5) Estimated total value: Value excluding VAT: 12400000 euros II.1.6) Information on lots: This contract is divided into lots: yes. Tenders may be submitted for all lots. 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 1- Patrimoine des agences d'Antibes, Carros, Saint Augustin et Las Planas Lot n° : 1 II.2.2) Additional CPV code(s) : 50700000 II.2.3) Place of performance : Code NUTS : FRL03 Main place of performance : Antibes, Carros, Nice and other communes in the Alpes Maritimes department II.2.4) Description of services : Multi-services maintenance in housing Each lot will give rise to the establishment of a framework agreement with purchase orders and Unit Price Schedules, with no minimum contractual amount and with a maximum contractual amount: Maximum contractual amount over the initial term of the framework agreement, i.e. 2 years: 3,600,000 euro(s) excluding VAT. II.2.5) Award criteria: Quality criterion(s): - Technical merit / Quality / Weighting: 50 Price - Weighting: 50 II.2.6) Estimated value: Value excluding VAT: 1431562 euros II.2.7) Duration of the contract, framework agreement or dynamic purchasing system: Duration in months: 24 This contract may be renewed: yes. Description of terms and conditions or renewal schedule: The duration of the framework agreement is 24 months from the effective date indicated on the acknowledgement of receipt of the contract notification. The contract is renewable 1 time by tacit agreement, without its total duration exceeding 4 years. II.2.9) Information on limits on the number of candidates invited to participate II.2.10) Variants : Variants will be considered: 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. II.2.14) Additional information: The estimated value of the above contract is annual and is indicated in relation to the Estimated Quantitative Detail (with estimated annual quantities) used to judge the bids. II.2) Description II.2.1) Title: Lot 2- Patrimoine des agences Bon Voyage, Menton, Le Forum Lot n°: 2 II.2.2) Additional CPV code(s): 50700000 II.2.3) Place of performance: NUTS code: FRL03 Main place of performance: Nice, Menton and other communes in the Alpes Maritimes department II.2.4) Description of services : Multi-services maintenance in housing Each lot will give rise to the establishment of a framework agreement with purchase orders and Unit Price Schedules, with no minimum contractual amount and with a maximum contractual amount: Maximum contractual amount over the initial term of the framework agreement, i.e. 2 years: 2,600,000 euro(s) excluding VAT. II.2.5) Award criteria: Quality criterion(s): - Technical merit / Quality / Weighting: 50 Price - Weighting: 50 II.2.6) Estimated value: Value excluding VAT: 1013631 euros II.2.7) Duration of the contract, framework agreement or dynamic purchasing system: Duration in months: 24 This contract may be renewed: yes. Description of terms and conditions or renewal schedule: The duration of the framework agreement is 24 months from the effective date indicated on the acknowledgement of receipt of the contract notification. The contract is renewable 1 time by tacit agreement, without its total duration exceeding 4 years. II.2.9) Information on limits on the number of candidates invited to participate II.2.10) Variants : Variants will be considered: 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. II.2.14) Additional information : The estimated value of the above contract is annual and is indicated in relation to the Estimated Quantitative Detail (with estimated annual quantities) used to judge the bids. SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION III.1) Participation conditions III.1.1) Qualification to carry out the professional activity, including requirements relating to entry in the trade or professional register: List and brief description of conditions: List and brief description of requirements: Professional, technical and financial capabilities. To verify that candidates meet the conditions for participation and in accordance with the order published in the Journal Officiel of March 31, 2019, candidates must provide the documents listed below: 1)List of administrative documents: *declaration on honor: the candidate justifies that he does not fall into any of the cases mentioned in articles l.2141-1 to L.2141-5 and l.2141-7 to L.2141-10 of the public order code and in particular that he is in compliance with articles L.5212-1 to L. 5212-11 of the labor code concerning the employment of disabled workers; *application letter: daj dc1 model in its latest version in force, or equivalent. III.1.2) Economic and financial capacity: List and brief description of selection criteria: List and brief description of selection criteria: *A candidate's declaration: daj dc2 model in its latest version in force, or any other document showing: -declaration of total sales :(article 2-i 1° de l'arrêté du 22 mars 2019 - déclaration concernant le chiffre d'affaires globale du candidat et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, portant au maximum sur les trois derniers exercices disponibles en fonction de la date de création de l'entreprise ou du début d'activité de l'opérateur économique, dans la mesure où les informations sur ces chiffres d'affaires sont disponibles; pour les entreprises nouvellement créées, le candidat est autorisé à prouver ses capacités financières par tout autre moyen qu'il juge équivalent). -the declaration of workforce (table attached to the consultation regulations) (article 3-i 3° of the decree of March 22, 2019): declaration indicating the candidate's average annual workforce and the number of supervisory staff over the last three years). III.1.3) Technical and professional capacity: List and brief description of selection criteria: List of technical documents: *certificates of professional qualifications: proof of the applicant's capacity may be provided by any means, in particular by certificates of professional qualification attesting to the economic operator's competence to provide the service for which it is applying (in this case, the purchaser accepts any means of proof, as well as equivalent certificates from bodies established in other member states). *a list of the main deliveries made or services provided over the last three years, indicating the amount, date and public or private recipient. Deliveries and services must be proven by a certificate from the recipient or, failing this, by a declaration from the economic operator. III.1.5) Information on reserved contracts III.2) Conditions connected with the contract III.2.1) Information concerning the profession III.2.2) Particular conditions of execution III.2.3) Information concerning the members of staff responsible for carrying out the contract: Obligation to indicate the names and professional qualifications of the members of staff responsible for carrying out the contract. III.2.4) Contract eligible for MPS 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 IV.1.3) Information on the framework agreement or dynamic purchasing system: The contract involves the establishment of a framework agreement with a single operator. IV.1.4) Information on reducing the number of solutions or offers during negotiation or dialogue IV.1.6) Electronic auction IV.1.8) Information concerning the Government Procurement Agreement (GPA): The contract is covered by the Government Procurement Agreement: yes. IV.2) Administrative information IV.2.1) Previous publication relating to this procedure IV.2.2) Deadline for receipt of tenders or requests to participate: 28/11/2023 at 12:00 p.m. IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates 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 bidder is required to maintain its offer: Duration in months: 3 (from the deadline for receipt of offers). IV.2.7) Tender opening procedures : Date : November 28, 2023 at 4:00 p.m. Place : Côte d'Azur Habitat headquarters Information on authorized persons and opening procedures : The date mentioned for the opening of bids is indicative only SECTION VI : SUPPLEMENTARY INFORMATION VI.1) Renewal : This is a renewable contract. Provisional calendar for publication of the next notices: This framework agreement may be the subject of a new consultation at the end of the last scheduled renewal period. VI.2) Information on electronic exchanges: Online ordering will be used. On-line invoicing will be accepted. Online payment will be used. VI.3) Additional information: The notice is written and published in French. The grounds for exclusion are defined in the Consultation Rules (Article 6). Bid evaluation criteria: The amount of the bid will be evaluated for 50% (10/20) of the total score. The quality of the bid will be evaluated for 50% (10/20) of the total score, and judged on the basis of the information provided and the content of the explanatory memorandum to be supplied by the candidate, for carrying out the services of the framework agreement: -The resources (vehicles, equipment and tools) and dedicated personnel (staff numbers and qualifications by name) with which the candidate intends to carry out the contract services for 10% (2 points) - The general intervention methodology (intervention procedure in an occupied environment, management of appointments with tenants, management of breakdown service requests, methods of communication with Côte d'Azur Habitat representatives relating to the monitoring of intervention requests and activity), health and safety during interventions for 10% (2 points). -Detailed methodology for carrying out annual servicing and preventive maintenance visits (planning, preparation and organization of interventions, procedures for carrying them out, additional measures envisaged to improve the penetration rate, methods of communication with Côte d'Azur Habitat representatives for monitoring implementation and invoicing) for 10% (2 points). Additional measures proposed to improve the quality of service provided to tenants (information on the progress of tenants' requests, training and awareness-raising among tenants on the proper use of private equipment, evaluation and consideration of tenant satisfaction after intervention) for 5% (1 point). -Composition and management of stocks of parts, equipment and accessories with a view to optimizing breakdown response, including buffer stocks in response vehicles for 5% (1 point). On-call intervention methodology describing the process put in place and the resources made available (intervention vehicle(s), mobile telephone(s), standard equipment in stock, etc.) for 5% (1 point) -Technical data sheets for equipment used and complying with the specifications of the CCTP for 5% (1 point) The contracting authority informs candidates that the dossier de consultation des entreprises (DCE) is dematerialized. Under no circumstances may it be submitted on paper or electronic media. Candidates must download the dematerialized documents of the dossier de consultation des entreprises (DCE), additional documents and information, as well as the notice of public invitation to tender (avis d'appel public à la concurrence) if applicable, via the buyer profile: www.achatpublic.com . If you have any difficulty downloading the DCE or submitting your tender, please contact technical support: ACHAT PUBLIC Antony parc 2 - 10 place du Général de Gaulle - BP 20156 - 92186 ANTONY cedex. Telephone: 01 79 06 76 00. Mail: [email protected] Pursuant to Article R.2132-7 of Decree no. 2018-1075 of December 3, 2018, the regulatory part of the French Public Procurement Code, applications and bids must be submitted electronically via the buyer profile. Electronic signature of the Acte d'Engagement is not required at the bid submission stage. However, candidates may sign their Commitment Deed electronically as soon as they have submitted their offer. The Acte d'Engagement will only be signed, in fine, in paper version by the successful bidder and Côte d'Azur Habitat. VI.4) Appeals procedures VI.4.1) Body responsible for appeals procedures: Tribunal Administratif de Nice, 18 avenue des fleurs, F - 06050 Nice, Tél : +33 489978600, courriel : [email protected] , adresse internet : http://nice.tribunal-administratif.fr VI.4.2) Body responsible for mediation procedures VI.4.3) Introduction of appeals: Precisions concerning the deadlines for introduction of appeals: Référé précontractuel (article L551-1 et suivants du CJA) Référé contractuel (article L551-13 et suivants du CJA) VI.4.4) Service from which information may be obtained on the introduction of appeals VI.5) Date of dispatch of this notice: 26 October 2023 Receive similar notices
- Opportunity closing date
- 28 November 2023
- Value of contract
- to be confirmed
About the buyer
- Address
- Côte d'Azur Habitat France
The deadline to apply for this opportunity has passed.
Visit the
opportunities page
to find another.