Tender Details
Title

France – Sports facilities operation services – CONCESSION DE SERVICE PUBLIC PAR VOIE D'AFFERMAGE POUR L'EXPLOITATION DU CENTRE AQUALUDIQUE L'O Place of performance: France,Loiret Main nature of the contract: Services Official name: Ville d'Orléans France – Sports facilities operation services – PUBLIC SERVICE CONCESSION BY WAY OF LEASE FOR THE OPERATION OF THE AQUALITY CENTER L'O Place of performance: France, Loiret Main nature of the contract: Services Official name: City of Orléans

Country
Language
French
Organization
Published Date
24.10.2024
Deadline Date
13.12.2024
Overview
647130-2024 - Competition Competition France: Sports facilities operation services CONCESSION DE SERVICE PUBLIC PAR VOIE D'AFFERMAGE POUR L'EXPLOITATION DU CENTRE AQUALUDIQUE L'O France, Loiret (FRB06) Orleans Estimated value excluding VAT: 14 306 274,00 EUR Buyer Buyer: Ville d'Orléans Email: marches.publics@orleans-metropole.fr France, Loiret (FRB06), Orléans LOT-0000: CONCESSION DE SERVICE PUBLIC PAR VOIE D'AFFERMAGE POUR L'EXPLOITATION DU CENTRE AQUALUDIQUE L'O Sports facilities operation services France, Loiret (FRB06) Orleans Start date: 21/09/2025 Duration end date: 31/05/2031 Estimated value excluding VAT: 14 306 274,00 EUR Deadline for receipt of tenders: 13/12/2024 - 12:00:00 (UTC+1) 647130-2024 - Competition France – Sports facilities operation services – CONCESSION DE SERVICE PUBLIC PAR VOIE D'AFFERMAGE POUR L'EXPLOITATION DU CENTRE AQUALUDIQUE L'O OJ S 208/2024 24/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Ville d'Orléans Email: marches.publics@orleans-metropole.fr Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: CONCESSION DE SERVICE PUBLIC PAR VOIE D'AFFERMAGE POUR L'EXPLOITATION DU CENTRE AQUALUDIQUE L'O Description: La présente consultation, lancée par la Ville d'Orléans par contrat de concession, a pour objet de confier au futur concessionnaire la gestion du centre aqualudique et l'ensemble des missions de service public y afférentes, et ainsi transférer un risque lié à l'exploitation du service délégué. Sa rémunération proviendra pour une part substantielle des recettes d'exploitation des activités dont il aura la charge, mais également - le cas échéant - de contributions financières qui lui seront versées par le concédant et qui seront définies au sein du projet de contrat. Le concessionnaire sera entièrement responsable de l'exécution de ses missions, tant à l'égard d'Orléans que des usagers et des tiers. Le concessionnaire assumera l'exploitation des ouvrages à ses frais et risques. Les caractéristiques principales du service sont présentées dans le projet de contrat et ses annexes joints au présent dossier de consultation. La procédure est organisée de manière ouverte : les opérateurs intéressés sont invités à présenter simultanément leur candidature et leur offre dans deux dossiers distincts, avant la date limite de réception indiquée sur la page de garde du règlement de consultation Procedure identifier: 14da9af1-da86-4ac9-9b46-519f6406c3aa Internal identifier: DSP L'O 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 92610000 Sports facilities operation services Additional classification (cpv): 92610000 Sports facilities operation services 2.1.2. Place of performance Postal address: Centre Aqualudique l'O - 55 Bd Guy Marie Riobé Town: Orleans Postcode: 45000 Country subdivision (NUTS): Loiret (FRB06) Country: France 2.1.3. Value Estimated value excluding VAT: 14 306 274,00 EUR 2.1.4. General information Additional information: => Accès au dossier de la consultation, renseignements complémentaires et modalités de remise des offres par voie électronique : http://marchespublics.orleans.fr/accueil.htm => La transmission des offres et questions, par mail, n'est pas autorisée. => Annexes sur demande : En application des dispositions de l'article R 3122-11 du code de la commande publique, certaines pièces seront adressées aux candidats, de manière dématérialisée ou par support physique électronique, uniquement sur demande écrite (voir règlement de consultation). => Durée : Le Contrat de concession de service public est conclu pour une durée d'exploitation de 5 ans, 8 mois et 10 jours à compter du 21 septembre 2025 et jusqu'au 31 mai 2031. Entre la date de notification du présent contrat et la date de démarrage de l'activité s'ouvrira la période dite de tuilage. Durant cette période, le titulaire du présent contrat pourra avoir accès aux personnels aux installations, aux documents d'exploitation. => Option obligatoire : L'offre de base des candidats sera obligatoirement établie sur la base des éléments communiqués dans le projet de contrat. Le projet de contrat prévoit en base la fourniture d'électricité par l'autorité concédante. Les candidats devront proposer en option la fourniture d'électricité par leurs soins (tarifs, modalités de révision…). Cette option obligatoire devra faire l'objet d'un mémoire financier et justificatif individualisé. Pendant la phase de négociations et avant la remise des offres finales, la Collectivité indiquera aux candidats si elle retient cette option. => Reprise du personnel : L'annexe 10 du projet de contrat présente les caractéristiques du personnel de l'actuel concessionnaire qui devra être repris par le futur exploitant. => Visite : La visite du site est obligatoire (conditions fixées dans le règlement de la consultation). => Négociations : L'acheteur se réserve la possibilité de négocier avec les candidats (conditions fixées dans le règlement de la consultation). => Jugement des offres : - Critère n° 1 Valeur économique de l'offre (35%) *sous-critère 1 : Performance économique de l'offre : moindre recours aux contributions publiques - 60 %. *sous-critère 2 : Politique tarifaire applicable aux différentes catégories d'usagers - 15 % ; *sous-critère 3 : Cohérence et l'adéquation du compte prévisionnel d'exploitation avec les niveaux de prestations proposées 15 % *sous-critère 4 : Pertinence de la formule d'indexation, et le caractère redistributif et adapté de la formule d'intéressement 10%. - Critère N°2 Qualité et dynamisme du service rendu aux usagers (30%) *sous-critère 1 : Organisation des moyens humains affectés à l'exécution du service rendu aux usagers - 50 %; *sous-critère 2 : Qualité du projet de gestion et d'animation de l'équipement pour l'ensemble des usagers (activités, animation, services proposés, niveau de fréquentation, qualité de service et démarche qualité) - 30 %. *sous-critère 3 : Plannings d'ouverture et d'occupation proposés (amplitude d'ouverture, accueil de tous les usagers, ...) et mesures prises pour assurer la continuité du service - 10 % ; *sous-critère 4 : Qualité et la pertinence des modalités de communication, et politique de commercialisation de l'équipement - 10%. - Critère N°3 Qualité et pertinence des modalités d'exploitation du service (25%) *sous-critère 1 : Organisation des moyens humains affectés à l'exécution technique du service - 50 %. *sous-critère 2 : Politique d'entretien courant (gammes d'entretien courant et de maintenance légère) et politique de Gros Entretien et Renouvellement : moyens techniques et modalités d'entretien courant, de maintenance et de renouvellement des ouvrages, équipements, installations, et matériels intégrés dans le périmètre de la concession - 50 %. - Critère N°4 Engagements en matière environnementale, sociale et de gouvernance (10%) Ce critère sera évalué au regard des engagements du candidat formulés au chapitre 4 de son offre : *les mesures prises par le candidat pour garantir les performances environnementales, énergétiques et écologiques ; *les propositions en matière de sensibilisation, de formation du personnel et des usagers ; *les engagements en matière d'insertion sociale ; *les modalités de suivi, de reporting et de contrôle du service par la Collectivité. Legal basis: Directive 2014/23/EU 2.1.6. Grounds for exclusion Purely national exclusion grounds: « Le candidat individuel, ou chaque membre du groupement, ne doit pas entrer dans l’un des cas d’exclusion de la procédure de passation prévus par le code de la commande publique. 5. Lot 5.1. Lot: LOT-0000 Title: CONCESSION DE SERVICE PUBLIC PAR VOIE D'AFFERMAGE POUR L'EXPLOITATION DU CENTRE AQUALUDIQUE L'O Description: La présente consultation, lancée par la Ville d'Orléans par contrat de concession, a pour objet de confier au futur concessionnaire la gestion du centre aqualudique et l'ensemble des missions de service public y afférentes, et ainsi transférer un risque lié à l'exploitation du service délégué. Sa rémunération proviendra pour une part substantielle des recettes d'exploitation des activités dont il aura la charge, mais également - le cas échéant - de contributions financières qui lui seront versées par le concédant et qui seront définies au sein du projet de contrat. Le concessionnaire sera entièrement responsable de l'exécution de ses missions, tant à l'égard d'Orléans que des usagers et des tiers. Le concessionnaire assumera l'exploitation des ouvrages à ses frais et risques. Les caractéristiques principales du service sont présentées dans le projet de contrat et ses annexes joints au présent dossier de consultation. La procédure est organisée de manière ouverte : les opérateurs intéressés sont invités à présenter simultanément leur candidature et leur offre dans deux dossiers distincts, avant la date limite de réception indiquée sur la page de garde du règlement de consultation Internal identifier: S-PF-1547822 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 92610000 Sports facilities operation services Additional classification (cpv): 92610000 Sports facilities operation services 5.1.2. Place of performance Postal address: Centre Aqualudique l'O - 55 Bd Guy Marie Riobé Town: Orleans Postcode: 45000 Country subdivision (NUTS): Loiret (FRB06) Country: France 5.1.3. Estimated duration Start date: 21/09/2025 Duration end date: 31/05/2031 5.1.5. Value Estimated value excluding VAT: 14 306 274,00 EUR 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Description: - Lettre de candidature précisant l'identité du candidat ou du mandataire du groupement. En cas de groupement, la lettre de candidature indiquera la composition et la forme du groupement ainsi que le nom de l'entreprise mandataire; - Attestations sur l'honneur conformément à l'article R. 3123-16 du code de la commande publique précisant que : ­*le candidat ne fait l'objet d'aucune exclusion de la participation à la procédure de passation prévue par les articles L. 3123-1 à L. 3123-11 du code de la commande publique ; ­*les renseignements fournis relatifs à ses capacités et ses aptitudes sont exacts. - Attestation ou justificatif du respect des obligations d'emploi des travailleurs en situation de handicap prévues par les articles L. 5212-1 à L. 5212-5 du Code du Travail. (ou règles équivalentes pour les candidats non établis en France), ou qu'il n'est pas soumis à cette obligation ; - Justificatifs prévus à l'article R. 3123-18 du code de la commande publique : ­*une copie du ou des jugements prononcés, si le candidat est en redressement judiciaire ; ­*une attestation de régularité fiscale (impôt sur le revenu /impôt sur les sociétés / taxe sur la valeur ajoutée) datant au plus du mois précédent la date de remise des plis ; ­*une attestation de fourniture des déclarations sociales et de paiement des cotisations et contributions (Urssaf) de moins de 6 mois ; ­*le certificat de régularité de l'Agefiph au regard de l'obligation d'emploi de travailleurs handicapés année 2020 (à demander au n° vert gratuit 0 800 11 10 09) pour les entreprises d'au moins 20 salariés ou attestation sur l'honneur précisant que l'entreprise emploie moins de 20 salariés ; ­*le certificat attestant du versement des cotisations relatives aux congés payés et au chômage-intempéries au 31/12/2020 ou attestation de non-paiement à caisse de congés payés Use of this criterion: Used Criterion: Type: Economic and financial standing Description: - Les comptes annuels comprenant le Bilan, le compte de résultat et l'annexe des trois derniers exercices (feuillets Cerfa no2050 à 2059-g ou documents équivalents, des trois derniers exercices ou des seuls exercices clos si la date de création de l'entreprise est inférieure à trois mois) et les rapports des commissaires aux comptes (rapport général et rapport spécial). - Composition du capital social (liste des actionnaires de référence). - En cas d'appartenance du candidat à un groupe de sociétés : organigramme financier du groupe et garantie financière inter-groupe. - Tout autre document complémentaire jugé utile par le candidat pour prouver sa capacité économique et financière Use of this criterion: Used Criterion: Type: Technical and professional ability Description: - Attestation d'assurance responsabilité civile et professionnelle en cours de validité. - Un mémoire présentant les moyens humains et matériels du candidat et comprenant notamment une déclaration sur l'honneur concernant les effectifs du candidat et l'importance du personnel d'encadrement pour chacune des trois dernières années, ou depuis la date de création de l'entreprise si cette dernière date de moins de trois ans ; les curriculums vitae des principaux responsables et cadres techniques. - Un mémoire exposant l'expérience, le savoir-faire en matière d'exploitation d'équipement en rapport avec l'objet de la concession de service public, permettant d'apprécier son aptitude à assurer la continuité du service et l'égalité des usagers devant le service public. - Une liste de références des principales prestations récentes et équivalentes au périmètre délégué avec mention du type de contrats et les principales caractéristiques des prestations gérées (le candidat - ou le groupement de candidats - a la possibilité de démontrer par d'autres références ou par d'autres moyens son aptitude à exécuter la concession de service public). - Tout document complémentaire jugé utile par le candidat permettant de prouver sa capacité professionnelle et technique Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Valeur économique de l'offre. Le détail est indiqué dans la rubrique "Renseignements complémentaires" Weight (points, exact): 35 Criterion: Type: Quality Description: Qualité et dynamisme du service rendu aux usagers. Le détail est indiqué dans la rubrique "Renseignements complémentaires" Weight (points, exact): 30 Criterion: Type: Quality Description: Qualité et pertinence des modalités d'exploitation du service. Le détail est indiqué dans la rubrique "Renseignements complémentaires" Weight (points, exact): 25 Criterion: Type: Quality Description: Engagements en matière environnementale, sociale et de gouvernance. Le détail est indiqué dans la rubrique "Renseignements complémentaires" Weight (points, exact): 10 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-publics.info/mpiaws/index.cfm?fuseaction=dematEnt.login&type=DCE&IDM=1547822 Ad hoc communication channel: Name: AW Solutions 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.info/mpiaws/index.cfm?fuseaction=demat.termes&IDM=1547822 Languages in which tenders or requests to participate may be submitted: French Deadline for receipt of tenders: 13/12/2024 12:00:00 (UTC+1) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: Insertion : L'autorité concédante, dans un souci de promotion de l'emploi et de lutte contre l'exclusion, a décidé de faire application des dispositions L.3114-2 du Code de la commande publique applicable aux contrats de concession en incluant dans le cahier des charges de ce contrat une clause obligatoire d'insertion professionnelle (voir règlement de consultation) Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.16. Further information, mediation and review Review organisation: Tribunal administratif d'Orléans Organisation providing additional information about the procurement procedure: Ville d'Orléans Organisation providing more information on the review procedures: Tribunal administratif d'Orléans TED eSender: Avenue-Web Systèmes 8. Organisations 8.1. ORG-0001 Official name: Avenue-Web Systèmes Registration number: 0DE52EAD-0D6E-1C56-E7CB2A4263864CF6 Town: Seyssinet-Pariset Postcode: 38170 Country subdivision (NUTS): Isère (FRK24) Country: France Email: publications-joue@aws-france.com Telephone: +33480041260 Roles of this organisation: TED eSender 8.1. ORG-0002 Official name: Ville d'Orléans Registration number: 39044 Postal address: Place de l'Etape Town: Orléans Postcode: 45040 Country subdivision (NUTS): Loiret (FRB06) Country: France Contact point: le Maire Email: marches.publics@orleans-metropole.fr Telephone: 0238784030 Internet address: http://www.orleans-metropole.fr/ Buyer profile: http://marches-publics.orleans.fr/accueil.htm Roles of this organisation: Buyer 8.1. ORG-0003 Official name: Ville d'Orléans Registration number: 0DE52F0E-B5A8-8822-9B55DE88B5D40BD0 Postal address: Place de l'Etape Town: Orleans Postcode: 45000 Country subdivision (NUTS): Loiret (FRB06) Country: France Contact point: Services de Marchés Publics Email: marches.publics@orleans-metropole.fr Telephone: 0238784030 Roles of this organisation: Organisation providing additional information about the procurement procedure 8.1. ORG-0004 Official name: Tribunal administratif d'Orléans Registration number: 0DE52F1D-AFD1-F86E-271EFB80F28A0820 Postal address: 28 rue de la Bretonnerie Town: Orléans Postcode: 45057 Country subdivision (NUTS): Loiret (FRB06) Country: France Email: greffe.ta-orleans@juradm.fr Telephone: 0238775900 Fax: 0238538516 Internet address: http://orleans.tribunal-administratif.fr/ Roles of this organisation: Review organisation 8.1. ORG-0005 Official name: Tribunal administratif d'Orléans Registration number: 0DE52F2B-BF49-87CC-B2C2C0618851EA65 Postal address: 28 rue de la Bretonnerie Town: Orléans Postcode: 45057 Country subdivision (NUTS): Loiret (FRB06) Country: France Email: greffe.ta-orleans@juradm.fr Telephone: 0238775900 Fax: 0238538516 Internet address: http://orleans.tribunal-administratif.fr/ Roles of this organisation: Organisation providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: b3594533-5644-4119-adf4-e906030c1a05 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 19 Notice dispatch date: 22/10/2024 16:17:22 (UTC+2) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 647130-2024 OJ S issue number: 208/2024 Publication date: 24/10/2024 Czech document download: https://ted.europa.eu/cs/notice/647130-2024/pdf Danish document download: https://ted.europa.eu/da/notice/647130-2024/pdf German document download: https://ted.europa.eu/de/notice/647130-2024/pdf Greek document download: https://ted.europa.eu/el/notice/647130-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/647130-2024/pdf English document download: https://ted.europa.eu/en/notice/647130-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/647130-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/647130-2024/pdf French document download: https://ted.europa.eu/fr/notice/647130-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/647130-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/647130-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/647130-2024/pdf Italian document download: https://ted.europa.eu/it/notice/647130-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/647130-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/647130-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/647130-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/647130-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/647130-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/647130-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/647130-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/647130-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/647130-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/647130-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/647130-2024/pdf 647130-2024 - Competition Competition France: Sports facilities operation services PUBLIC SERVICE CONCESSION BY LEASE FOR THE OPERATION OF THE AQUALITY CENTER L'O France, Loiret (FRB06) Orleans Estimated value excluding VAT: 14,306,274.00 EUR Buyer Buyer: City of Orléans Email: marches.publics@orleans-metropole.fr France, Loiret (FRB06), Orléans LOT-0000: PUBLIC SERVICE CONCESSION BY LEASE FOR THE OPERATION OF THE AQUALITY CENTER L'O Sports facilities operation services France, Loiret (FRB06) Orleans Start date: 21/09/2025 Duration end date: 31/05/2031 Estimated value excluding VAT: 14,306,274.00 EUR Deadline for receipt of tenders: 13/12/2024 - 12:00:00 (UTC+1) 647130-2024 - Competition France – Sports facilities operation services – PUBLIC SERVICE CONCESSION BY WAY OF LEASING FOR THE OPERATION OF THE AQUALUDIQUE CENTER L'O OJ S 208/2024 24/10/2024 Contract or concession notice – standard regime Buy. st 1.1. Buyer Official name: Ville d'Orléans Email: marches.publics@orleans-metropole.fr Legal type of the buyer: Local authority Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: PUBLIC SERVICE CONCESSION BY LEASE FOR THE OPERATION OF THE AQUATIC CENTRE L'O Description: The purpose of this consultation, launched by the City of Orléans by concession contract, is to entrust the future concessionaire with the management of the aquatic centre and all the public service missions relating thereto, and thus transfer a risk linked to the operation of the delegated service. Its remuneration will come for a substantial part from the operating income of the activities for which it will be responsible, but also - where applicable - from financial contributions which will be paid to it by the grantor and which will be defined in the draft contract. The concessionaire will be fully responsible for the execution of its missions, both with regard to Orléans and to users and third parties. The concessionaire will assume the operation of the facilities at its own expense and risk. The main characteristics of the service are presented in the draft contract and its annexes attached to this consultation file. The procedure is organised in an open manner: interested operators are invited to submit their application and their offer simultaneously in two separate files, before the deadline for receipt indicated on the cover page of the consultation regulations Procedure identifier: 14da9af1-da86-4ac9-9b46-519f6406c3aa Internal identifier: DSP L'O 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 92610000 Sports facilities operation services Additional classification (cpv): 92610000 Sports facilities operation services 2.1.2. Place of performance Postal address: Centre Aqualudique l'O - 55 Bd Guy Marie Riobé Town:Orleans Postcode: 45000 Country subdivision (NUTS): Loiret (FRB06) Country: France 2.1.3. Value Estimated value excluding VAT: 14 306 274,00 EUR 2.1.4. General information Additional information: => Access to the consultation file, additional information and terms of submission of offers electronically: http://marchespublics.orleans.fr/accueil.htm => The transmission of offers and questions by email is not authorized. => Annexes on request: In application of the provisions of article R 3122-11 of the public procurement code, certain documents will be sent to candidates, electronically or by electronic physical medium, only upon written request (see consultation regulations). => Duration: The Public Service Concession Contract is concluded for an operating period of 5 years, 8 months and 10 days from September 21, 2025 to May 31, 2031. Between the date of notification of this contract and the start date of the activity, the so-called overlapping period will begin. During this period, the holder of this contract will be able to have access to personnel, facilities, and operating documents. => Mandatory option: The basic offer of candidates must be established on the basis of the elements communicated in the draft contract. The draft contract provides as a basis for the supply of electricity by the granting authority. Candidates must offer as an option the supply of electricity by themselves (rates, revision terms, etc.). This mandatory option must be the subject of an individualized financial and supporting memorandum. During the negotiation phase and before the submission of the final offers, the Community will inform candidates whether it is retaining this option. => Staff resumption: Appendix 10 of the draft contract presents the characteristics of the staff of the current concessionaire who will have to be re-hired by the future operator. => Visit: A site visit is mandatory (conditions set out in the consultation rules). => Negotiations: The buyer reserves the right to negotiate with the candidates (conditions set out in the consultation rules). => Judgment of offers: - Criterion No. 1 Economic value of the offer (35%) *sub-criterion 1: Economic performance of the offer: less recourse to public contributions - 60%. *sub-criterion 2: Pricing policy applicable to the different categories of users - 15%; *sub-criterion 3: Consistency and adequacy of the forecast operating account with the levels of services offered 15% *sub-criterion 4: Relevance of the indexation formula, and the redistributive and appropriate nature of the profit-sharing formula 10%. - Criterion No. 2 Quality and dynamism of the service provided to users (30%) *sub-criterion 1:Organization of human resources assigned to the execution of the service provided to users - 50%; *sub-criterion 2: Quality of the project for the management and operation of the facility for all users (activities, operations, services offered, level of attendance, quality of service and quality approach) - 30%. *sub-criterion 3: Proposed opening and occupancy schedules (opening hours, reception of all users, etc.) and measures taken to ensure continuity of the service - 10%; *sub-criterion 4: Quality and relevance of communication methods and marketing policy for the facility - 10%. - Criterion No. 3 Quality and relevance of the operating methods of the service (25%) *sub-criterion 1: Organization of human resources assigned to the technical execution of the service - 50%. *sub-criterion 2: Routine maintenance policy (routine maintenance and light maintenance ranges) and Major Maintenance and Renewal policy: technical means and methods of routine maintenance, maintenance and renewal of works, equipment, installations and materials included in the concession scope - 50%. - Criterion No. 4 Environmental, social and governance commitments (10%) This criterion will be assessed in light of the candidate's commitments set out in Chapter 4 of its offer: *the measures taken by the candidate to guarantee environmental, energy and ecological performance; *the proposals for raising awareness and training staff and users; *the commitments regarding social inclusion; *the methods of monitoring, reporting and controlling the service by the Community. Legal basis: Directive 2014/23/EU 2.1.6. Grounds for exclusion Purely national exclusion grounds: "The individual candidate, or each member of the group, must not fall into one of the cases of exclusion from the award procedure provided for by the public procurement code. 5. Lot 5.1. Lot: LOT-0000 Title: PUBLIC SERVICE CONCESSION BY LEASE FOR THE OPERATION OF THE L'O WATER FUN CENTER Description: The purpose of this consultation, launched by the City of Orléans by concession contract, is to entrust the future concessionaire with the management of the water fun center and all the public service missions relating thereto, and thus transfer a risk linked to the operation of the delegated service. Its remuneration will come for a substantial part from the operating income of the activities for which it will be responsible, but also - where applicable - from financial contributions which will be paid to it by the grantor and which will be defined in the draft contract. The concessionaire will be fully responsible for the execution of its missions, both with regard to Orléans and to users and third parties.The concessionaire will assume the operation of the works at its own cost and risk. The main characteristics of the service are presented in the draft contract and its annexes attached to this consultation file. The procedure is organized in an open manner: interested operators are invited to simultaneously submit their application and their offer in two separate files, before the deadline for receipt indicated on the cover page of the consultation regulations Internal identifier: S-PF-1547822 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 92610000 Sports facilities operation services Additional classification (cpv): 92610000 Sports facilities operation services 5.1.2. Place of performance Postal address: Centre Aqualudique l'O - 55 Bd Guy Marie Riobé Town: Orleans Postcode: 45000 Country subdivision (NUTS): Loiret (FRB06) Country: France 5.1.3. Estimated duration Start date: 21/09/2025 Duration end date: 31/05/2031 5.1.5. Value Estimated value excluding VAT: 14 306 274,00 EUR 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): no 5.1.9. Selection criteria Criterion: Type: Suitability to pursue the professional activity Description: - Application letter specifying the identity of the candidate or the representative of the group. In the case of a group, the application letter will indicate the composition and form of the group as well as the name of the representative company; - Declarations on honour in accordance with Article R. 3123-16 of the Public Procurement Code specifying that: *the candidate is not subject to any exclusion from participation in the award procedure provided for in Articles L. 3123-1 to L. 3123-11 of the Public Procurement Code; *the information provided relating to his/her abilities and skills is accurate. - Certificate or proof of compliance with the employment obligations for workers with disabilities provided for in Articles L. 5212-1 to L. 5212-5 of the Labor Code. (or equivalent rules for candidates not established in France), or that he/she is not subject to this obligation; - Supporting documents provided for in Article R. 3123-18 of the Public Procurement Code: *a copy of the judgment(s) handed down,if the candidate is in receivership; *a certificate of tax compliance (income tax/corporate tax/value added tax) dated no more than the month preceding the date of submission of the bids; *a certificate of provision of social declarations and payment of contributions and contributions (Urssaf) less than 6 months old; *the certificate of regularity from Agefiph with regard to the obligation to employ disabled workers in 2020 (to be requested from the free green number 0 800 11 10 09) for companies with at least 20 employees or a sworn statement specifying that the company employs fewer than 20 employees; *the certificate attesting to the payment of contributions relating to paid leave and unemployment-bad weather as of 12/31/2020 or certificate of non-payment to the paid leave fund Use of this criterion: Used Criterion: Type: Economic and financial standing Description: - The annual accounts including the balance sheet, the income statement and the appendix for the last three financial years (Cerfa forms no. 2050 to 2059-g or equivalent documents, for the last three financial years or only for the closed financial years if the company's creation date is less than three months) and the auditors' reports (general report and special report). - Composition of the share capital (list of reference shareholders). - If the candidate belongs to a group of companies: financial organization chart of the group and inter-group financial guarantee. - Any other additional document deemed useful by the candidate to prove his economic and financial capacity Use of this criterion: Used Criterion: Type: Technical and professional ability Description: - Valid certificate of civil and professional liability insurance. - A memorandum presenting the candidate's human and material resources and including in particular a sworn statement concerning the candidate's workforce and the size of the management staff for each of the last three years, or since the date of creation of the company if the latter dates back less than three years; the CVs of the main managers and technical executives. - A memorandum setting out the experience and know-how in the operation of equipment related to the purpose of the public service concession, making it possible to assess his ability to ensure continuity of service and equality of users before the public service. - A list of references of the main recent services and equivalent to the delegated scope with mention of the type of contracts and the main characteristics of the services managed (the candidate - or the group of candidates - has the possibility of demonstrating by other references or by other means its ability to execute the public service concession).- Any additional document deemed useful by the candidate to demonstrate their professional and technical capacity Use of this criterion: Used 5.1.10. Award criteria Criterion: Type: Cost Description: Economic value of the offer. Details are provided in the "Additional information" section Weight (points, exact): 35 Criterion: Type: Quality Description: Quality and dynamism of the service provided to users. Details are provided in the "Additional information" section Weight (points, exact): 30 Criterion: Type: Quality Description: Quality and relevance of the service operating methods. Details are provided in the "Additional information" section Weight (points, exact): 25 Criterion: Type: Quality Description: Environmental, social and governance commitments. Details are provided in the "Additional information" section Weight (points, exact): 10 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-publics.info/mpiaws/index.cfm?fuseaction=dematEnt.login&type=DCE&IDM=1547822 Ad hoc communication channel: Name: AW Solutions 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.info/mpiaws/index.cfm?fuseaction=demat.termes&IDM=1547822 Languages ​​in which tenders or requests to participate may be submitted: French Deadline for receipt of tenders: 13/12/2024 12:00:00 (UTC+1) Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Conditions relating to the performance of the contract: Insertion: The awarding authority, in the interests of promoting employment and combating exclusion, has decided to apply the provisions of L.3114-2 of the Public Procurement Code applicable to concession contracts by including in the specifications of this contract a mandatory professional integration clause (see consultation regulations) Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: no 5.1.16. Further information, mediation and review Review organization: Administrative Tribunal of Orléans Organization providing additional information about the procurement procedure: City of Orléans Organization providing more information on the review procedures: Administrative Tribunal of Orléans TED eSender: Avenue-Web Systèmes 8. Organizations 8.1. ORG-0001 Official name: Avenue-Web Systèmes Registration number: 0DE52EAD-0D6E-1C56-E7CB2A4263864CF6 Town: Seyssinet-Pariset Postcode: 38170 Country subdivision (NUTS): Isère (FRK24) Country: France Email: publications-joue@aws-france.com Telephone: +33480041260 Roles of this organization: TED eSender 8.1. ORG-0002 Official name: Ville d’Orléans Registration number: 39044 Postal address:Place de l'Etape Town: Orléans Postcode: 45040 Country subdivision (NUTS): Loiret (FRB06) Country: France Contact point: the Mayor Email: marches.publics@orleans-metropole.fr Telephone: 0238784030 Internet address: http:// www.orleans-metropole.fr/ Buyer profile: http://marches-publics.orleans.fr/accueil.htm Roles of this organization: Buyer 8.1. ORG-0003 Official name: Ville d'Orléans Registration number: 0DE52F0E-B5A8-8822-9B55DE88B5D40BD0 Postal address: Place de l'Etape Town: Orleans Postcode: 45000 Country subdivision (NUTS): Loiret (FRB06) Country: France Contact point: Public Procurement Services Email: marches.publics@orleans-metropole.fr Telephone: 0238784030 Roles of this organization: Organization providing additional information about the procurement procedure 8.1. ORG-0004 Official name: Administrative Tribunal of Orléans Registration number: 0DE52F1D-AFD1-F86E-271EFB80F28A0820 Postal address: 28 rue de la Bretonnerie Town: Orléans Postcode: 45057 Country subdivision (NUTS): Loiret (FRB06) Country: France Email: graft.ta-orleans@juradm.fr Telephone: 0238775900 Fax: 0238538516 Internet address: http://orleans.tribunal-administratif.fr/ Roles of this organization: Review organization 8.1. ORG-0005 Official name: Administrative Tribunal of Orléans Registration number: 0DE52F2B-BF49-87CC-B2C2C0618851EA65 Postal address: 28 rue de la Bretonnerie Town: Orléans Postcode: 45057 Country subdivision (NUTS): Loiret (FRB06) Country: France Email: graft.ta-orleans@juradm.fr Telephone: 0238775900 Fax: 0238538516 Internet address: http://orleans.tribunal-administratif.fr/ Roles of this organization: Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: b3594533-5644-4119-adf4-e906030c1a05 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 19 Notice dispatch date: 22/10/2024 16:17:22 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 647130-2024 OJ S issue number: 208/2024 Publication date: 24/10/2024 Czech document download: https://ted.europa.eu/cs/notice/647130-2024/pdf Danish document download: https://ted.europa.eu/da/notice/647130-2024/pdf German document download: https://ted.europa.eu/de/notice/647130-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/647130-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/647130-2024/pdf English document download: https://ted. europa.eu/en/notice/647130-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/647130-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/647130-2024/pdf French document download: https:// ted.europa.eu/fr/notice/647130-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/647130-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/647130-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/647130-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/647130-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/647130-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/647130- 2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/647130-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/647130-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/647130-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/647130-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/647130-2024/pdf Slovak document download: https:// ted.europa.eu/sk/notice/647130-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/647130-2024/pdf Swedish document download: https://ted.europa. eu/sv/notice/647130-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/647130-2024/pdf
NAICS
Scenic and Sightseeing Transportation Business Specialized Freight (except Used Goods) Trucking General Freight Trucking UtilitiesT UtilitiesT Specialized Freight (except Used Goods) Trucking InformationT Scenic and Sightseeing Transportation General Freight Trucking Scenic and Sightseeing Transportation
CPVS
Transmission, cam- and crank- shafts Slips Publications Pitch Gaskets Intelligence, surveillance, target acquisition and reconnaissance Forms Rings, seals, bands, sticks and grout packers Public utilities Seats Shapes Folders Radio, television, communication, telecommunication and related equipment
UNSPSC
Pitch Folders and binders and indexes Folders Civic organizations and associations and movements In situ Laboratory stands and racks and trays Personal communication holders or mounts, stands Boiler pressure controller maintenance or repair or operation Gaskets Coffee, green Humanitarian Relief Items, Kits, or Accessories
Regions
Europe Western Europe
Sectors
Roads and Highways-Bridge Law and Legal Services Construction Energy-Power and Electrical Sports and Leisure Computer Hardwares and Consumables
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert