Tender Details
Title

France – Building-cleaning services – Nettoyage des locaux et de la vitrerie des bâtiments communaux Place of performance: France,Hauts-de-Seine Main nature of the contract: Services Official name: Commune de Rueil-Malmaison Type of procedure: Open France – Building-cleaning services – Cleaning of premises and glazing of municipal buildings Place of performance: France,Hauts-de-Seine Main nature of the contract: Services Official name: Commune of Rueil-Malmaison Type of procedure: Open

Country
Language
French
Organization
Published Date
18.10.2024
Deadline Date
29.11.2024
Overview
631337-2024 - Competition Competition France: Building-cleaning services Nettoyage des locaux et de la vitrerie des bâtiments communaux France, Hauts-de-Seine (FR105) Rueil-Malmaison Type of procedure: Open Buyer Buyer: Commune de Rueil-Malmaison Email: marches.publics@mairie-rueilmalmaison.fr France, Hauts-de-Seine (FR105), RUEIL-MALMAISON LOT-0001: Nettoyage des locaux des bâtiments communaux Building-cleaning services France, Hauts-de-Seine (FR105) Rueil-Malmaison Start date: 08/02/2024 Duration: 48 Months Estimated value excluding VAT: 4 000 000,00 EUR Deadline for receipt of tenders: 29/11/2024 - 12:00:00 (UTC+2) LOT-0002: Nettoyage de la vitrerie des bâtiments communaux Window-cleaning services France, Hauts-de-Seine (FR105) Rueil-Malmaison Start date: 08/02/2024 Duration: 48 Months Estimated value excluding VAT: 350 000,00 EUR Deadline for receipt of tenders: 29/11/2024 - 12:00:00 (UTC+2) 631337-2024 - Competition France – Building-cleaning services – Nettoyage des locaux et de la vitrerie des bâtiments communaux OJ S 204/2024 18/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Commune de Rueil-Malmaison Email: marches.publics@mairie-rueilmalmaison.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Nettoyage des locaux et de la vitrerie des bâtiments communaux Description: Le contrat a pour objet le nettoyage des locaux et de la vitrerie des bâtiments communaux. Procedure identifier: c618ef41-bbab-4e0a-a61c-013cffb31fda Internal identifier: 24056_57_NETTOYAGE Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90911200 Building-cleaning services Additional classification (cpv): 90911300 Window-cleaning services 2.1.2. Place of performance Postal address: 13 boulevard du maréchal Foch Town: Rueil-Malmaison Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France 2.1.4. General information Additional information: Il s'agit d'un contrat de services. Le cahier des clauses administratives générales (CCAG) de référence est le CCAG applicable aux marchés publics de fournitures courantes et services issu de l'arrêté du 30 mars 2021, tel que modifié par l'arrêté du 29 décembre 2022. Les prestations sont réalisées dans le cadre d'accords-cadres mono-attributaires de services, qui s'exécutent par bons de commande et/ou par marchés subséquents et sont traités à prix unitaires. La consultation est divisée en 2 lots : lot n° 1 : nettoyage des locaux des bâtiments communaux Il est conclu sans minimum et avec un montant maximum de 5 000 00,00 Euros HT sur sa durée globale Son estimation (non contractuelle) sur sa durée totale est de 4 000 000 Euros HT. lot n° 2 : nettoyage de la vitrerie des bâtiments communaux Il est conclu sans minimum et avec un montant maximum de 500 000,00 Euros HT sur sa durée globale Son estimation (non contractuelle) sur sa durée totale est de 350 000 Euros HT. COMPOSITION DU DCE : Le dossier de consultation comprend : le règlement de la consultation (RC) et son annexe, la « fiche de vérification », communs aux deux lots, - le cahier des clauses administratives particulières (CCAP), commun aux deux lots, et son annexe pour le lot n°1 uniquement « liste relative à la reprise du personnel », - le cahier des clauses techniques particulières (CCTP), commun aux deux lots et ses quatre annexes : - Annexe 1 - détail des superficies par site, - Annexe 2 - fiches détaillées des sites, - Annexe 3 - liste des sites et caractéristiques des surfaces vitrées, - Annexe 4 - liste des distributeurs et consommables d'hygiène par site et effectifs sur chaque site, - l'acte d'engagement (ATTRI1), par lot, à remplir par le soumissionnaire, (attention, il y a 2 AE pour le lot n°1, un pour l'offre de base et un pour l'offre variante) - le bordereau des prix unitaires (BPU), par lot, à remplir par le soumissionnaire, (attention, il y a 2 BPU pour le lot n°1, un pour l'offre de base et un pour l'offre variante) - le détail estimatif quantitatif (DQE), par lot, à remplir par le soumissionnaire, (attention, il y a 2 DQE pour le lot n°1, un pour l'offre de base et un pour l'offre variante) - le cadre de réponse technique (CRT), par lot, à compléter par le soumissionnaire, - le certificat de visite vierge, par lot. MODIFICATION DU DCE L'acheteur se réserve le droit d'apporter, au plus tard jusqu'au 22 novembre 2024 inclus, des renseignements complémentaires et des modifications de détail au dossier de consultation. Le soumissionnaire doit alors répondre sur la base du dossier modifié sans pouvoir élever aucune réclamation à ce sujet. Afin de pouvoir respecter ce délai, il est demandé aux soumissionnaires de bien vouloir poser toute question par écrit (plate-forme de dématérialisation) au plus tard jusqu'au 19 novembre 2024 inclus. MODALITÉS DE FINANCEMENT : art. 3.1 du RC AVANCE : art. 3.2 du RC ACOMPTE ET RÈGLEMENT PARTIEL DÉFINITIF : art.3.3 du RC COMPOSITION DU DOSSIER DE CANDIDATURE : art. 5.1 du RC COMPOSITION DU DOSSIER D'OFFRE : art. 5.2 du RC REMISE DES PLIS: art. 6 du RC PIÈCE A FOURNIR PAR L'ATTRIBUTAIRE PRESSENTI : art. 8 du RC Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 2.1.6. Grounds for exclusion Purely national exclusion grounds: cf. article 5.1.2. du RC 5. Lot 5.1. Lot: LOT-0001 Title: Nettoyage des locaux des bâtiments communaux Description: Le contrat a pour objet le nettoyage des locaux des bâtiments communaux. Internal identifier: 24056 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90911200 Building-cleaning services Options: Description of the options: L'acheteur se réserve le droit de recourir à un contrat de prestations similaires, dans les conditions fixées à l'article R.2122-7 du code de la Commande publique. 5.1.2. Place of performance Town: Rueil-Malmaison Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France 5.1.3. Estimated duration Start date: 08/02/2024 Duration: 48 Months 5.1.5. Value Estimated value excluding VAT: 4 000 000,00 EUR 5.1.6. General information This is a recurrent procurement Description: Le contrat est susceptible d'être renouvelé à son échéance Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: La valeur estimée hors TVA est non contractuelle et s'entend sur la durée totale du contrat. VARIANTE OBLIGATOIRE - Cf article 2.5 du RC VISITE OBLIGATOIRE - Cf Article 4.3 du RC ÉCHANTILLONS - Cf Articles 6.1.1 et 6.1.2 du RC INSERTION SOCIALE - Cf Article 3.10 du CCAP. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: cf. article 5.1.1 du RC Criterion: Type: Suitability to pursue the professional activity Name: cf. article 5.1.1 du RC Criterion: Type: Technical and professional ability Name: cf. article 5.1.1 du RC 5.1.10. Award criteria Criterion: Type: Price Description: Valeur financière - évaluée sur la base du détail quantitatif estimatif (DQE), transmis dans le DCE Weight (percentage, exact): 50 Criterion: Type: Quality Description: Moyens humains et matériels dédiés à l'exécution du contrat - appréciés sur la base des éléments décrits dans le cadre de réponse technique, notamment : - Niveau d'encadrement non oeuvrant, nombre d'heures oeuvrantes prévues, répartition par site des oeuvrants, formation des personnels ; - Matériels et équipements, répartition par site, modalités de maintenance. Weight (percentage, exact): 25 Criterion: Type: Quality Description: Modalités d'exécution du contrat - appréciées sur la base des éléments décrits dans le cadre de réponse technique, notamment : - Modalités de suivi du contrat : communication avec les interlocuteurs de l'acheteur, réunions de suivi, interlocuteurs désignés, modalités d'audits qualité, de suivi et de calcul de la performance, d'actions correctives, ou tout autre élément permettant de juger le sous-critère. - Méthodologie de vérification et validation de la qualité. Indicateurs de vérification de la qualité proposés pour le soumissionnaire en adéquation avec la qualité attendue et la configuration de nos locaux. - Modalités d'exécution du contrat : modes opératoires prévus, ou tout autre élément permettant de juger le critère. Pour les sites de la petite enfance, le soumissionnaire détaillera spécifiquement son circuit de ramassage et de nettoyage des chiffons microfibres et des MOP, et leur fréquence de nettoyage. Weight (percentage, exact): 15 Criterion: Type: Quality Description: Produits utilisés - appréciés sur la base des éléments décrits dans le cadre de réponse technique, fiches techniques, fiches de Données de Sécurité et des échantillons, notamment : - Produits proposés pour la réalisation des prestations et consommables d'hygiène, nature, caractéristiques écoresponsables ou tout autre élément permettant de juger le critère. Weight (percentage, exact): 10 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://marches.maximilien.fr/entreprise 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Required Deadline for receipt of tenders: 29/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months Information about public opening: Opening date: 29/11/2024 14:00:00 (UTC+2) Additional information: L'ouverture des plis n'est pas publique. Les dates et heures sont données à titre indicatif. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Comité consultatif inter-régional de règlement amiable des litiges Préfecture de Région Île-de-France Review organisation: Tribunal administratif de Cergy-Pontoise Organisation providing additional information about the procurement procedure: Commune de Rueil-Malmaison Organisation providing offline access to the procurement documents: Commune de Rueil-Malmaison Organisation providing more information on the review procedures: Tribunal administratif de Cergy-Pontoise Organisation receiving requests to participate: Commune de Rueil-Malmaison Organisation processing tenders: Commune de Rueil-Malmaison 5.1. Lot: LOT-0002 Title: Nettoyage de la vitrerie des bâtiments communaux Description: Le contrat a pour objet le nettoyage de la vitrerie des bâtiments communaux. Internal identifier: 24057 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90911300 Window-cleaning services Options: Description of the options: L'acheteur se réserve le droit de recourir à un contrat de prestations similaires, dans les conditions fixées à l'article R.2122-7 du code de la Commande publique. 5.1.2. Place of performance Town: Rueil-Malmaison Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France 5.1.3. Estimated duration Start date: 08/02/2024 Duration: 48 Months 5.1.5. Value Estimated value excluding VAT: 350 000,00 EUR 5.1.6. General information This is a recurrent procurement Description: Le contrat est susceptible d'être renouvelé à son échéance Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: La valeur estimée hors TVA est non contractuelle et s'entend sur la durée totale du contrat. VISITE OBLIGATOIRE - Cf Article 4.3 du RC 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: cf. article 5.1.1 du RC Criterion: Type: Suitability to pursue the professional activity Name: cf. article 5.1.1 du RC Criterion: Type: Technical and professional ability Name: cf. article 5.1.1 du RC 5.1.10. Award criteria Criterion: Type: Price Description: Valeur financière - évaluée sur la base du détail quantitatif estimatif (DQE), transmis dans le DCE Weight (percentage, exact): 65 Criterion: Type: Quality Description: Moyens humains et matériels dédiés à l'exécution du contrat - appréciés sur la base des éléments décrits dans le cadre de réponse technique, notamment : - Niveau d'encadrement non oeuvrant, nombre d'heures oeuvrantes prévues, répartition par site des oeuvrants, formation des personnels ; - Matériels et équipements, répartition par site, modalités de maintenance. Weight (percentage, exact): 20 Criterion: Type: Quality Description: Modalités d'exécution du contrat - appréciées sur la base des éléments décrits dans le cadre de réponse technique, notamment : - Modalités de suivi du contrat : communication avec les interlocuteurs, réunions de suivi, interlocuteurs désignés, modalités d'audits qualité, de suivi et de calcul de la performance, d'actions correctives, ou tout autre élément permettant de juger le sous-critère. - Modalités d'exécution du contrat : Planification, communication sur le planning et organisation pour le respect des jours et heures d'intervention, constat contradictoire en fin de prestation. Weight (percentage, exact): 15 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://marches.maximilien.fr/entreprise 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Required Deadline for receipt of tenders: 29/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months Information about public opening: Opening date: 29/11/2024 14:00:00 (UTC+2) Additional information: L'ouverture des plis n'est pas publique. Les dates et heures sont données à titre indicatif. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Comité consultatif inter-régional de règlement amiable des litiges Préfecture de Région Île-de-France Review organisation: Tribunal administratif de Cergy-Pontoise Organisation providing additional information about the procurement procedure: Commune de Rueil-Malmaison Organisation providing offline access to the procurement documents: Commune de Rueil-Malmaison Organisation providing more information on the review procedures: Tribunal administratif de Cergy-Pontoise Organisation receiving requests to participate: Commune de Rueil-Malmaison Organisation processing tenders: Commune de Rueil-Malmaison 8. Organisations 8.1. ORG-0001 Official name: Commune de Rueil-Malmaison Registration number: 21920063100014 Postal address: 13 boulevard du maréchal Foch Town: RUEIL-MALMAISON Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France Email: marches.publics@mairie-rueilmalmaison.fr Telephone: +33147325702 Buyer profile: https://marches.maximilien.fr/ Roles of this organisation: Buyer Organisation providing additional information about the procurement procedure Organisation providing offline access to the procurement documents Organisation receiving requests to participate Organisation processing tenders 8.1. ORG-0002 Official name: Comité consultatif inter-régional de règlement amiable des litiges Préfecture de Région Île-de-France Registration number: 17750000600024 Postal address: 5 rue Leblanc Town: PARIS Postcode: 75911 Country subdivision (NUTS): Paris (FR101) Country: France Email: ccira@paris-idf.gouv.fr Telephone: +33182524267 Roles of this organisation: Mediation organisation 8.1. ORG-0003 Official name: Tribunal administratif de Cergy-Pontoise Registration number: 17950702500015 Postal address: 2-4 boulevard de l'Hautil BP 30322 Town: CERGY-PONTOISE CEDEX Postcode: 95027 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France Email: greffe.ta-cergy-pontoise@juradm.fr Telephone: +33130173400 Roles of this organisation: Review organisation Organisation providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: f563b768-9c40-4644-97f6-9cd83af2330d - 02 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 17:48:47 (UTC+2) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 631337-2024 OJ S issue number: 204/2024 Publication date: 18/10/2024 Czech document download: https://ted.europa.eu/cs/notice/631337-2024/pdf Danish document download: https://ted.europa.eu/da/notice/631337-2024/pdf German document download: https://ted.europa.eu/de/notice/631337-2024/pdf Greek document download: https://ted.europa.eu/el/notice/631337-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/631337-2024/pdf English document download: https://ted.europa.eu/en/notice/631337-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/631337-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/631337-2024/pdf French document download: https://ted.europa.eu/fr/notice/631337-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/631337-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/631337-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/631337-2024/pdf Italian document download: https://ted.europa.eu/it/notice/631337-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/631337-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/631337-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/631337-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/631337-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/631337-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/631337-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/631337-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/631337-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/631337-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/631337-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/631337-2024/pdf 631337-2024 - Competition Competition France: Building-cleaning services Cleaning of premises and glazing of municipal buildings France, Hauts-de-Seine (FR105) Rueil-Malmaison Type of procedure: Open Buyer Buyer: Commune of Rueil-Malmaison Email: marches.publics@mairie-rueilmalmaison.fr France, Hauts-de-Seine (FR105), RUEIL-MALMAISON LOT-0001: Cleaning of premises of municipal buildings Building-cleaning services France, Hauts-de-Seine (FR105) Rueil-Malmaison Start date: 08/02/2024 Duration: 48 Months Estimated value excluding VAT: 4 000 000,00 EUR Deadline for receipt of tenders: 29/11/2024 - 12:00:00 (UTC+2) LOT-0002: Cleaning Window-cleaning services for municipal buildings France, Hauts-de-Seine (FR105) Rueil-Malmaison Start date: 08/02/2024 Duration: 48 Months Estimated value excluding VAT: 350,000.00 EUR Deadline for receipt of tenders: 29/11/2024 - 12:00:00 (UTC+2) 631337-2024 - Competition France – Building-cleaning services – Nettoyage des locaux et de la vitrerie des bâtiments communaux OJ S 204/2024 18/10/2024 Contract or concession notice – standard regime Services 1. Buyer 1.1. Buyer Official name: Commune de Rueil-Malmaison Email: marches.publics@mairie-rueilmalmaison.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Cleaning of premises and glasswork in municipal buildings Description: The purpose of the contract is to clean the premises and glasswork in municipal buildings. Procedure identifier: c618ef41-bbab-4e0a-a61c-013cffb31fda Internal identifier: 24056_57_NETTOYAGE Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90911200 Building-cleaning services Additional classification (cpv): 90911300 Window-cleaning services 2.1.2. Place of performance Postal address: 13 boulevard du maréchal Foch Town: Rueil-Malmaison Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France 2.1.4. General information Additional information: This is a service contract. The reference general administrative clauses (CCAG) is the CCAG applicable to public contracts for current supplies and services resulting from the decree of March 30, 2021, as amended by the decree of December 29, 2022. The services are carried out within the framework of single-award service framework agreements, which are executed by purchase orders and/or subsequent contracts and are treated at unit prices. The consultation is divided into 2 lots: lot no. 1: cleaning of the premises of municipal buildings It is concluded without a minimum and with a maximum amount of 5,000,000.00 Euros excluding tax over its overall duration Its estimate (non-contractual) over its total duration is 4,000,000 Euros excluding tax. lot no. 2: cleaning of the windows of municipal buildings It is concluded without a minimum and with a maximum amount of 500,000.00 Euros excluding VAT over its total duration Its estimate (non-contractual) over its total duration is 350,000 Euros excluding VAT. COMPOSITION OF THE DCE: The consultation file includes: the consultation regulations (RC) and its annex, the "verification sheet", common to both lots, - the special administrative clauses booklet (CCAP), common to both lots, and its annex for lot no. 1 only "list relating to the resumption of staff", - the special technical clauses booklet (CCTP), common to both lots and its four annexes: - Annex 1 - details of surface areas by site, - Annex 2 - detailed site sheets, - Annex 3 - list of sites and characteristics of glazed surfaces, - Annex 4 - list of distributors and hygiene consumables by site and staff on each site, - the commitment document (ATTRI1), by lot, to be completed by the bidder, (note, there are 2 AE for lot no. 1, one for the basic offer and one for the variant offer) - the unit price schedule (BPU), by lot, to be completed by the bidder, (note, there are 2 AE for lot no. 1, one for the basic offer and one for the variant offer) - the unit price schedule (BPU), by lot, to be completed by the bidder, (note, there are 2 AE for lot no. 1, one for the basic offer and one for the variant offer) a 2 BPU for lot no. 1, one for the basic offer and one for the variant offer) - the detailed quantitative estimate (DQE), per lot, to be completed by the bidder, (note, there are 2 DQE for lot no. 1, one for the basic offer and one for the variant offer) - the technical response framework (CRT), per lot, to be completed by the bidder, - the blank inspection certificate, per lot. MODIFICATION OF THE DCE The buyer reserves the right to provide, no later than November 22, 2024 inclusive, additional information and detailed modifications to the consultation file. The bidder must then respond on the basis of the modified file without being able to raise any complaints on this subject. In order to meet this deadline, bidders are requested to kindly ask any questions in writing (dematerialization platform) no later than November 19, 2024 inclusive. FINANCING TERMS: art. 3.1 of the RC ADVANCE: art. 3.2 of the RC DEPOSIT AND FINAL PARTIAL PAYMENT: art.3.3 of the RC COMPOSITION OF THE APPLICATION FILE: art. 5.1 of the RC COMPOSITION OF THE OFFER FILE: art. 5.2 of the RC SUBMISSION OF ENTRIES: art. 6 of the RC DOCUMENTS TO BE PROVIDED BY THE PROSPECTIVE AWARDEE: art. 8 of the RC Legal basis: Directive 2014/24/EU 2.1.5. Terms of procurement Terms of submission: Maximum number of lots for which one tenderer can submit tenders: 2 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 2 2.1.6. Grounds for exclusion Purely national exclusion grounds: cf. article 5.1.2. of the RC 5. Lot 5.1. Lot: LOT-0001 Title: Cleaning of premises of municipal buildings Description: The contract concerns the cleaning of premises of municipal buildings. Internal identifier: 24056 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv):90911200 Building-cleaning services Options: Description of the options: The buyer reserves the right to use a similar services contract, under the conditions set out in Article R.2122-7 of the Public Procurement Code. 5.1.2. Place of performance Town: Rueil-Malmaison Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France 5.1.3. Estimated duration Start date: 08/02/2024 Duration: 48 Months 5.1.5. Value Estimated value excluding VAT: 4,000,000.00 EUR 5.1.6. General information This is a recurrent procurement Description: The contract is likely to be renewed at its maturity Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: The estimated value excluding VAT is non-contractual and is understood over the entire duration of the contract. MANDATORY VARIANT - See article 2.5 of the RC MANDATORY VISIT - See Article 4.3 of the RC SAMPLES - See Articles 6.1.1 and 6.1.2 of the RC SOCIAL INTEGRATION - See Article 3.10 of the CCAP. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: see article 5.1.1 of the RC Criterion: Type: Suitability to pursue the professional activity Name: see article 5.1.1 of the RC Criterion: Type: Technical and professional ability Name: see article 5.1.1 of the RC 5.1.10. Award criteria Criterion: Type: Price Description: Financial value - assessed on the basis of the estimated quantitative breakdown (DQE), transmitted in the DCE Weight (percentage, exact): 50 Criterion: Type: Quality Description: Human and material resources dedicated to the execution of the contract - assessed on the basis of the elements described in the technical response framework, in particular: - Level of non-working management, number of working hours planned, distribution by site of workers, training of personnel; - Materials and equipment, distribution by site, maintenance methods. Weight (percentage, exact): 25 Criterion: Type: Quality Description: Contract performance terms - assessed on the basis of the elements described in the technical response framework, in particular: - Contract monitoring terms: communication with the buyer's contacts, follow-up meetings, designated contacts, quality audit terms, performance monitoring and calculation, corrective actions, or any other element allowing the sub-criterion to be judged. - Quality verification and validation methodology. Quality verification indicators proposed for the bidder in line with the expected quality and the configuration of our premises. - Contract performance terms: planned operating procedures, or any other element allowing the criterion to be judged. For early childhood sites, the bidder will specifically detail its collection and cleaning circuit for microfiber cloths and MOPs,and their cleaning frequency. Weight (percentage, exact): 15 Criterion: Type: Quality Description: Products used - assessed on the basis of the elements described in the technical response framework, technical data sheets, Safety Data Sheets and samples, in particular: - Products proposed for the performance of the services and hygiene consumables, nature, eco-responsible characteristics or any other element allowing the criterion to be judged. Weight (percentage, exact): 10 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://marches.maximilien.fr/entreprise 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Required Deadline for receipt of tenders: 29/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months Information about public opening: Opening date: 14:00:00 (UTC+2) Additional information: The opening of bids is not public. Dates and times are given for information purposes only. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programs: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Inter-regional advisory committee for the amicable settlement of disputes Prefecture of the Île-de-France Region Review organisation: Administrative Court of Cergy-Pontoise Organisation providing additional information about the procurement procedure: Municipality of Rueil-Malmaison Organisation providing offline access to the procurement documents: Municipality of Rueil-Malmaison Organisation providing more information on the review procedures: Administrative Court of Cergy-Pontoise Organisation receiving requests to participate: Municipality of Rueil-Malmaison Organisation processing tenders: Municipality of Rueil-Malmaison 5.1. Lot: LOT-0002 Title: Cleaning of the glasswork of municipal buildings Description: The contract is for the cleaning of the glasswork of municipal buildings. Internal identifier: 24057 5.1.1. Purpose Main nature of the contract: Services Main classification (cpv): 90911300 Window-cleaning services Options: Description of the options: The buyer reserves the right to use a contract for similar services, under the conditions set out in Article R.2122-7 of the Public Procurement Code. 5.1.2. Place of performance Town: Rueil-Malmaison Postcode: 92500 Country subdivision (NUTS):Hauts-de-Seine (FR105) Country: France 5.1.3. Estimated duration Start date: 08/02/2024 Duration: 48 Months 5.1.5. Value Estimated value excluding VAT: 350 000,00 EUR 5.1.6. General information This is a recurrent procurement Description: The contract is likely to be renewed at its maturity Reserved participation: Participation is not reserved. Procurement Project not financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: The estimated value excluding VAT is non-contractual and is understood to be for the total duration of the contract. MANDATORY VISIT - See Article 4.3 of the RC 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: see article 5.1.1 of the RC Criterion: Type: Suitability to pursue the professional activity Name: see Article 5.1.1 of the RC Criterion: Type: Technical and professional ability Name: cf. Article 5.1.1 of the RC 5.1.10. Award criteria Criterion: Type: Price Description: Financial value - assessed on the basis of the estimated quantitative breakdown (DQE), transmitted in the DCE Weight (percentage, exact): 65 Criterion: Type: Quality Description: Human and material resources dedicated to the execution of the contract - assessed on the basis of the elements described in the technical response framework, in particular: - Level of non-working management, number of working hours planned, distribution by site of workers, training of personnel; - Materials and equipment, distribution by site, maintenance arrangements. Weight (percentage, exact): 20 Criterion: Type: Quality Description: Contract performance terms - assessed on the basis of the elements described in the technical response framework, in particular: - Contract monitoring terms: communication with the interlocutors, follow-up meetings, designated interlocutors, quality audit terms, performance monitoring and calculation, corrective actions, or any other element allowing the sub-criterion to be judged. - Contract performance terms: Planning, communication on the schedule and organization for compliance with the days and times of intervention, contradictory report at the end of the service. Weight (percentage, exact): 15 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://marches.maximilien.fr/entreprise 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Not allowed Variants: Required Deadline for receipt of tenders: 29/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months Information about public opening: Opening date: 14:00:00 (UTC+2) Additional information: The opening of bids is not public.Dates and times are given for information purposes only. Terms of contract: The execution of the contract must be performed within the framework of sheltered employment programmes: No Electronic invoicing: Required Electronic ordering will be used: no Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Mediation organisation: Inter-regional advisory committee for the amicable settlement of disputes Prefecture of the Île-de-France Region Review organisation: Administrative Court of Cergy-Pontoise Organisation providing additional information about the procurement procedure: Commune of Rueil-Malmaison Organisation providing offline access to the procurement documents: Commune of Rueil-Malmaison Organisation providing more information on the review procedures: Administrative Court of Cergy-Pontoise Organisation receiving requests to participate: Commune of Rueil-Malmaison Organisation processing tenders: Commune of Rueil-Malmaison 8. Organisations 8.1. ORG-0001 Official name: Commune de Rueil-Malmaison Registration number: 21920063100014 Postal address: 13 boulevard du maréchal Foch Town: RUEIL-MALMAISON Postcode: 92500 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France Email: marches.publics@mairie-rueilmalmaison.fr Telephone: +33147 325702 Buyer profile: https://marches.maximilien.fr/ Roles of this organization: Buyer Organization providing additional information about the procurement procedure Organization providing offline access to the procurement documents Organization receiving requests to participate Organization processing tenders 8.1. ORG-0002 Official name: Inter-regional Consultative Committee for the Amicable Settlement of Disputes Prefecture of the Île-de-France Region Registration number: 17750000600024 Postal address: 5 rue Leblanc Town: PARIS Postcode: 75911 Country subdivision (NUTS): Paris (FR101) Country: France Email: ccira@paris-idf.gouv.fr Telephone: +33182524267 Roles of this organisation: Mediation organisation 8.1. ORG-0003 Official name: Tribunal administrative de Cergy-Pontoise Registration number: 17950702500015 Postal address: 2-4 boulevard de l'Hautil BP 30322 Town: CERGY-PONTOISE CEDEX Postcode: 95027 Country subdivision (NUTS): Hauts-de-Seine (FR105) Country: France Email:grafe.ta-cergy-pontoise@juradm.fr Telephone : +33130173400 Roles of this organization: Review organization Organization providing more information on the review procedures 11. Notice information 11.1. Notice information Notice identifier/version: f563b768-9c40-4644-97f6-9cd83af2330d - 02 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 17:48:47 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number:631337-2024 OJ S issue number: 204/2024 Publication date: 10/18/2024 Czech document download: https://ted.europa.eu/cs/notice/631337-2024/pdf Danish document download: https:// ted.europa.eu/da/notice/631337-2024/pdf German document download: https://ted.europa.eu/de/notice/631337-2024/pdf Greek document download: https://ted.europa. eu/el/notice/631337-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/631337-2024/pdf English document download: https://ted.europa.eu/en/ notice/631337-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/631337-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/631337-2024/pdf French document download: https:// ted.europa.eu/fr/notice/631337-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/631337-2024/pdf Croatian document download: https://ted.europa. eu/hr/notice/631337-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/631337-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/631337-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/631337-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/631337-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/631337-2024/pdf Dutch document download: https:// ted.europa.eu/nl/notice/631337-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/631337-2024/pdf Portuguese document download: https://ted.europa. eu/pt/notice/631337-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/631337-2024/pdf Slovak document download: https://ted.europa.eu/sk/ notice/631337-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/631337-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/631337-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/631337-2024/pdfeu/lt/notice/631337-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/631337-2024/pdf Maltese document download: https://ted.europa.eu/mt/ notice/631337-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/631337-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/631337- 2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/631337-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/631337-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/631337-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/631337-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/631337-2024/pdf Bulgarian document download: https: //ted.europa.eu/bg/notice/631337-2024/pdfeu/lt/notice/631337-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/631337-2024/pdf Maltese document download: https://ted.europa.eu/mt/ notice/631337-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/631337-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/631337- 2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/631337-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/631337-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/631337-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/631337-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/631337-2024/pdf Bulgarian document download: https: //ted.europa.eu/bg/notice/631337-2024/pdf
NAICS
Scenic and Sightseeing Transportation Arts InformationT Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation
CPVS
Cleaning services Publications Frames Pitch Machinery for cleaning, filling, packing or wrapping bottles or other containers Parts of dishwashing machines and of machines for cleaning, filling, packing or wrapping Catalogues Seats Folders Pick-ups Radio, television, communication, telecommunication and related equipment
UNSPSC
Threads Pitch Folders and binders and indexes Folders Awards Catalogs Civic organizations and associations and movements Index cards In situ Surface Well Financial Instruments, Products, Contracts and Agreements Securities Humanitarian Relief Items, Kits, or Accessories
Regions
Europe Western Europe
Sectors
Civil Works Building Services Construction Energy-Power and Electrical Computer Hardwares and Consumables Building Material
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