Tender Details
Title

France – Chemical products – Fourniture de produits chimiques 2025-2029 Place of performance: France,Bas-Rhin Main nature of the contract: Supplies Official name: Université de Strasbourg Type of procedure: Open France – Chemical products – Supply of chemical products 2025-2029 Place of performance: France,Bas-Rhin Main nature of the contract: Supplies Official name: Université de Strasbourg Type of procedure: Open

Country
Language
French
Organization
Published Date
17.10.2024
Deadline Date
18.11.2024
Overview
630229-2024 - Competition Competition France: Chemical products Fourniture de produits chimiques 2025-2029 France, Bas-Rhin (FRF11) Strasbourg France, Haut-Rhin (FRF12) Mulhouse Type of procedure: Open Buyer Buyer: Université de Strasbourg Email: dam@unistra.fr France, Bas-Rhin (FRF11), Strasbourg Buyer Buyer: Université de Haute-Alsace Email: contact@uha.fr France, Haut-Rhin (FRF12), Mulhouse LOT-0001: Produits courants pour synthèse chimique Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0002: Acides / bases / sels / tampons / solutions normées Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0003: Solvants de qualité analytique et anhydre Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0004: Solvants deutérés et molécules marquées Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0005: Solvants en grand conditionnement Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0006: Supports pour chromatographie / filtration / tamis moléculaires Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0007: Composés types catalyseurs, agents de couplages, ligands et phosphines chirales, acides boroniques, acides aminées, composés chiraux et produits à très haute valeur ajoutée Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) 630229-2024 - Competition France – Chemical products – Fourniture de produits chimiques 2025-2029 OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Université de Strasbourg Email: dam@unistra.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 1.1. Buyer Official name: Université de Haute-Alsace Email: contact@uha.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Fourniture de produits chimiques 2025-2029 Description: Le marché a pour objet la fourniture de produits chimiques pour les besoins des Universités de Strasbourg et de Haute Alsace. S'agissant de l'Université de Strasbourg (ou Unistra) ; le marché répondra aux besoins de la recherche et de l'enseignement (laboratoires de recherches ; UMR CNRS-UNISTRA, UMRS Inserm-Unistra, UR et salles de travaux pratiques). Tandis que s'agissant de l'Université de Haute Alsace ; à date, seules les composantes d'enseignement seront concernées par le marché, à savoir : l'ENSCMU - l'école de chimie dont son magasin de chimie, la FST - Faculté des Sciences et Techniques ainsi que l'IUT de Colmar. Le déploiement progressif du périmètre du marché à l'ensemble de l'université de Haute Alsace (incluant la recherche et les laboratoires) est prévu par le biais d'une clause de réexamen dans le CCAP. Procedure identifier: e1c1649a-d5ff-40d9-befb-cf6618d55592 Internal identifier: 24DAM019 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 2.1.2. Place of performance Postal address: Université de Strasbourg (Campus de l'Esplanade, de médecine, d'Illkirch, de Cronembourg, de la Meinau). Town: Strasbourg Postcode: 67000 Country subdivision (NUTS): Bas-Rhin (FRF11) Country: France Additional information: Pour l'Unistra et plus précisément les lieux d'exécution sont : le magasin de chimie, les laboratoires et salles de TP de l'Université situés principalement sur les campus de l'Université de Strasbourg et de l'Eurométropole de Strasbourg. 2.1.2. Place of performance Postal address: Université de Haute-Alsace, 2 rue des Frères Lumière Town: Mulhouse Postcode: 68093 Country subdivision (NUTS): Haut-Rhin (FRF12) Country: France Additional information: Il s'agit du lieu d'exécution pour l'Université de Haute-Alsace uniquement. 2.1.3. Value Maximum value of the framework agreement: 18 591 600,00 EUR 2.1.4. General information Additional information: Le dossier de consultation des entreprises est remis gratuitement à chaque candidat. Il est disponible à l'adresse électronique suivante : www.marchespublics.gouv.fr. Les documents de la consultation y sont dorénavant librement accessibles, sans identification obligatoire des opérateurs économiques. Néanmoins, il vous est fortement conseillé de procéder à votre identification car celle ci vous permet d'être tenus informés automatiquement des modifications et des précisions éventuellement apportées au DCE. Dans le cas contraire, il vous appartiendra de récupérer par vos propres moyens les informations communiquées. Le candidat est invité à utiliser les formulaires Dc1/Dc2 pour présenter sa candidature. La nouvelle version (issue de la nouvelle réglementation applicable) des documents Dc1 et Dc2 et leur notice explicative sont disponibles gratuitement sur le portail de l'économie, des finances et du commerce extérieur, sous le lien http://www.economie.gouv.fr /daj/formulairesmarchespublics. Il est à noter que c'est la dernière version disponible des documents qui doit être utilisée. Le candidat est néanmoins libre de présenter sa candidature sous une autre forme. Il peut notamment utiliser le Document Unique de Marché Européen (Dume) rédigé en français pour présenter sa candidature. En application des dispositions de l'article R21327 du Code de la commande publique, le pouvoir adjudicateur impose la transmission des plis par voie électronique pour cette consultation et aucun autre mode de transmission n'est autorisé. 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: 7 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 7 2.1.6. Grounds for exclusion Purely national exclusion grounds: Les motifs d'exclusion sont indiqués dans le DCE. 5. Lot 5.1. Lot: LOT-0001 Title: Produits courants pour synthèse chimique Description: Réactifs chimiques pour la recherche et l'enseignement. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 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): yes Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 1 est multi-attributaire avec 3 titulaires et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Le montant maximum pour chaque année est le suivant : 1 200 000 euros pour l'Unistra et 84 000 euros pour l'UHA. Les différents titulaires se verront attribuer les bons de commande, d'une part selon leur aptitude à fournir le produit (respect du délai contractuel de livraison), et d'autre part selon la spécification technique du produit (taux de pureté) en vue de son utilisation scientifique. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : Attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route Criterion: Type: Technical and professional ability Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) ? - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 5.1. Lot: LOT-0002 Title: Acides / bases / sels / tampons / solutions normées Description: Produits, réactifs et solutions pour utilisation en laboratoire de synthèse et d'analyse chimique et d'usage courant en biologie Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 3 876 000,00 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): yes Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 2 est mono-attributaire et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Le montant maximum pour chaque année est le suivant : 900 000euros pour l'Unistra et 69 000 euros pour l'UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : Attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route Criterion: Type: Technical and professional ability Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) ? - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 5.1. Lot: LOT-0003 Title: Solvants de qualité analytique et anhydre Description: Produits pour usages en laboratoire de synthèse, pour applications de chromatographie analytique et/ou de spectroscopie moléculaire. Internal identifier: 3 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 515 600,00 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): yes Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 1 est multi-attributaire avec 3 titulaires et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Les montant maximum pour chaque année est le suivant : 110 000 euros pour l'Unistra et 18 900 euros pour l'UHA. Les différents titulaires se verront attribuer les bons de commande, d'une part selon leur aptitude à fournir le produit (respect du délai contractuel de livraison), et d'autre part selon la spécification technique du produit (taux de pureté) en vue de son utilisation scientifique. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route Criterion: Type: Technical and professional ability Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 5.1. Lot: LOT-0004 Title: Solvants deutérés et molécules marquées Description: Solvants deutérés et molécules marquées pour des analyses par spectroscopie RMN. Internal identifier: 4 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 1 032 000,00 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): yes Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 4 est mono-attributaire et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Le montant maximum pour chaque année est le suivant : 240 000 euros pour l'Unistra et 18 000 euros pour l'UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Technical and professional ability Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : Attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 5.1. Lot: LOT-0005 Title: Solvants en grand conditionnement Description: Solvants de qualité standard pour utilisation en synthèse chimique : extractions, lavages, etc. Internal identifier: 5 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 2 032 000,00 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 Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 5 est mono-attributaire et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Le montant maximum pour chaque année est le suivant : 460 000euros pour l'Unistra et 48 000 euros pour l'UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : Attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route Criterion: Type: Suitability to pursue the professional activity Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 5.1. Lot: LOT-0006 Title: Supports pour chromatographie / filtration / tamis moléculaires Description: Supports pour chromatographie / filtration / tamis moléculaires pour des utilisations en synthèse chimique (suivi de réactions par CCM, purification par chromatographie sur colonne, séchage de solvants sur tamis, etc). Internal identifier: 6 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 1 032 000,00 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): yes Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 6 est mono-attributaire et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Le montant maximum pour chaque année est le suivant 240 000euros pour l'Unistra et 18 000euros pour l'UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : Attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route Criterion: Type: Technical and professional ability Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 5.1. Lot: LOT-0007 Title: Composés types catalyseurs, agents de couplages, ligands et phosphines chirales, acides boroniques, acides aminées, composés chiraux et produits à très haute valeur ajoutée Description: Composés types catalyseurs, agents de couplages, ligands et phosphines chirales, acides boroniques, acides aminées, composés chiraux et produits à très haute valeur ajoutée Internal identifier: 7 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 4 968 000,00 EUR 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: L'accord-cadre est conclu pour une période initiale d'un an à compter du 1er avril 2025. Il sera ensuite reconductible par périodes successives d'un (1) an pour une durée maximale de reconduction de trois (3) ans. Sous réserve de reconduction, l'accord-cadre aura une durée de quatre (4) ans. Le lot 7 est multi-attributaire avec trois titulaires et est sans minimum et avec maximum. La valeur maximale de l'accord-cadre correspond au montant maximum sur la durée totale de l'accord-cadre (reconductions comprises) et sur l'ensemble des membres du groupement. Les montant maximum pour chaque année est le suivant : 1 200 000 euros pour l'Unistra et 42 000 euros pour l'UHA. Les différents titulaires se verront attribuer les bons de commande, d'une part selon leur aptitude à fournir le produit (respect du délai contractuel de livraison), et d'autre part selon la spécification technique du produit (taux de pureté) en vue de son utilisation scientifique. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Déclaration concernant le chiffre d'affaires global (partie IV.B.1.a du DUME) et, le cas échéant, le chiffre d'affaires du domaine d'activité faisant l'objet du marché public, (partie IV.B.2.a du DUME), 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 ; - Déclaration appropriée de banques ou preuve d'une assurance des risques professionnels pertinents (partie IV.B.5 du DUME) Criterion: Type: Suitability to pursue the professional activity Description: au titre de l'aptitude de l'entreprise à exercer l'activité professionnelle (renseignements à mentionner à la rubrique E du DC2 ou partie IV.A du DUME) : Attestation sur l'honneur selon laquelle l'ensemble des chauffeurs qui effectuent les livraisons sur site respectent les prescriptions de la réglementation ADR du transport de marchandises dangereuses par route Criterion: Type: Technical and professional ability Description: Déclaration indiquant les effectifs moyens annuels du candidat et l'importance du personnel d'encadrement pendant les trois dernières années (partie IV.C.8 du DUME) ; - Liste des principales prestations effectuées au cours des trois dernières années, indiquant le montant, la date et le destinataire public ou privé. Elles sont prouvées par des attestations du destinataire ou, à défaut, par une déclaration du candidat (partie IV.C.1.b du DUME) 5.1.11. Procurement documents Languages in which the procurement documents are officially available: French Languages in which the procurement documents (or their parts) are unofficially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Référé précontractuel selon les conditions fixées aux articles L.5511 à L.55112 et R.5511 à R.5516 du Code de justice administrative (CJA), et pouvant être exercé jusqu'à la signature du contrat - Référé contractuel selon les conditions fixées aux articles L.55113 à L.55123 et R.5517 à R.55110 du CJA, et pouvant être exercé après la signature du contrat - Recours de pleine juridiction ouvert aux tiers justifiant d'un intérêt lésé, et pouvant être exercé dans les deux mois suivant la date à laquelle la conclusion du contrat est rendue publique dans les conditions fixées par la jurisprudence (CE Ass, 4 avril 2014, no358994) ? - Recours pour excès de pouvoir pouvant être exercé dans les deux mois à compter de la notification ou de la publication de la décision attaquée. 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 interrégional de règlement amiable des différends relatifs aux marchés publics Review organisation: Tribunal administratif de Strasbourg Organisation providing more information on the review procedures: Tribunal administratif de Strasbourg 8. Organisations 8.1. ORG-0001 Official name: Université de Strasbourg Registration number: 13000545700010 Postal address: Université de Strasbourg 4 rue Blaise Pascal Town: Strasbourg Postcode: 67000 Country subdivision (NUTS): Bas-Rhin (FRF11) Country: France Email: dam@unistra.fr Telephone: 0368851258 Roles of this organisation: Buyer Group leader 8.1. ORG-0002 Official name: Tribunal administratif de Strasbourg Registration number: 17670005200010 Postal address: 31 avenue de la Paix B.P. 51038 Town: Strasbourg cedex Postcode: 67070 Country subdivision (NUTS): Bas-Rhin (FRF11) Country: France Email: greffe.ta-strasbourg@juradm.fr Telephone: 03 88 21 23 23 Fax: 03 88 36 44 66 Roles of this organisation: Review organisation Organisation providing more information on the review procedures 8.1. ORG-0003 Official name: Comité consultatif interrégional de règlement amiable des différends relatifs aux marchés publics Registration number: 17540001900014 Postal address: Préfecture de Meurthe Et Moselle, 1 rue du Préfet Clause Erignac Town: Nancy cedex Postcode: 54083 Country subdivision (NUTS): Meurthe-et-Moselle (FRF31) Country: France Email: prefinformations@meurtheetmoselle.gouv.fr Telephone: 03 83 34 25 65 Roles of this organisation: Mediation organisation 8.1. ORG-0004 Official name: Université de Haute-Alsace Registration number: 196 811 665 00013 Postal address: 2, rue des Frères Lumière Town: Mulhouse Postcode: 68093 Country subdivision (NUTS): Haut-Rhin (FRF12) Country: France Email: contact@uha.fr Telephone: 03 89 33 60 00 Roles of this organisation: Buyer 11. Notice information 11.1. Notice information Notice identifier/version: fc2ceb23-c6ef-4054-8b06-41a67604fd45 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 10:09:49 (UTC+2) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 630229-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/630229-2024/pdf Danish document download: https://ted.europa.eu/da/notice/630229-2024/pdf German document download: https://ted.europa.eu/de/notice/630229-2024/pdf Greek document download: https://ted.europa.eu/el/notice/630229-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/630229-2024/pdf English document download: https://ted.europa.eu/en/notice/630229-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/630229-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/630229-2024/pdf French document download: https://ted.europa.eu/fr/notice/630229-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/630229-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/630229-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/630229-2024/pdf Italian document download: https://ted.europa.eu/it/notice/630229-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/630229-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/630229-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/630229-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/630229-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/630229-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/630229-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/630229-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/630229-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/630229-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/630229-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/630229-2024/pdf 630229-2024 - Competition Competition France: Chemical products Supply of chemical products 2025-2029 France, Bas-Rhin (FRF11) Strasbourg France, Haut-Rhin (FRF12) Mulhouse Type of procedure: Open Buyer Buyer: University of Strasbourg Email: dam@unistra.fr France, Bas-Rhin (FRF11), Strasbourg Buyer Buyer: University of Haute-Alsace Email: contact@uha.fr France, Haut-Rhin (FRF12), Mulhouse LOT-0001: Common products for chemical synthesis Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0002: Acids / bases / salts / buffers / standard solutions Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0003: Analytical and anhydrous grade solvents Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0004: Deuterated solvents and labeled molecules Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0005: Solvents in large packaging Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0006: Supports for chromatography / filtration / molecular sieves Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) LOT-0007: Catalyst-type compounds, coupling agents, ligands and chiral phosphines, boronic acids, amino acids, chiral compounds and very high added value products Chemical products Duration: 4 Years Deadline for receipt of tenders: 18/11/2024 - 12:00:00 (UTC+2) 630229-2024 - Competition France – Chemical products – Supply of chemical products 2025-2029 OJ S 203/2024 17/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: Université de Strasbourg Email: dam@unistra.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 1.1. Buyer Official name: Université de Haute-Alsace Email: contact@uha.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: Education 2. Procedure 2.1. Procedure Title: Supply of chemical products 2025-2029 Description: The purpose of the contract is to supply chemical products for the needs of the Universities of Strasbourg and Haute Alsace. With regard to the University of Strasbourg (or Unistra); the contract will meet the needs of research and teaching (research laboratories; UMR CNRS-UNISTRA, UMRS Inserm-Unistra, UR and practical work rooms). While with regard to the University of Haute Alsace; to date, only the teaching components will be concerned by the contract, namely: the ENSCMU - the chemistry school including its chemistry store, the FST - Faculty of Science and Technology as well as the IUT of Colmar.The gradual deployment of the scope of the market to the entire University of Haute Alsace (including research and laboratories) is planned through a review clause in the CCAP. Procedure identifier: e1c1649a-d5ff-40d9-befb-cf6618d55592 Internal identifier: 24DAM019 Type of procedure: Open 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 2.1.2. Place of performance Postal address: Université de Strasbourg (Campus de l'Esplanade, de médecine, d'Illkirch, de Cronembourg, de la Meinau). Town: Strasbourg Postcode: 67000 Country subdivision (NUTS): Bas-Rhin (FRF11) Country: France Additional information: For Unistra and more specifically, the places of performance are: the chemistry store, the laboratories and practical work rooms of the University located mainly on the campuses of the University of Strasbourg and the Eurometropolis of Strasbourg. 2.1.2. Place of performance Postal address: Université de Haute-Alsace, 2 rue des Frères Lumière Town: Mulhouse Postcode: 68093 Country subdivision (NUTS): Haut-Rhin (FRF12) Country: France Additional information: This is the place of performance for the University of Haute-Alsace only. 2.1.3. Value Maximum value of the framework agreement: 18,591,600.00 EUR 2.1.4. General information Additional information: The business consultation file is provided free of charge to each candidate. It is available at the following email address: www.marchespublics.gouv.fr. The consultation documents are now freely accessible there, without mandatory identification of economic operators. However, you are strongly advised to identify yourself because this allows you to be kept automatically informed of any changes and clarifications made to the DCE. Otherwise, it will be up to you to retrieve the information communicated by your own means. The candidate is invited to use the Dc1/Dc2 forms to submit his application. The new version (resulting from the new applicable regulations) of the Dc1 and Dc2 documents and their explanatory note are available free of charge on the economy, finance and foreign trade portal, under the link http://www.economie.gouv.fr /daj/formulairesmarchespublics. Please note that the latest available version of the documents must be used. The candidate is nevertheless free to submit his application in another form. In particular, it may use the Single European Procurement Document (Dume) drawn up in French to submit its application. In accordance with the provisions of Article R21327 of the Public Procurement Code, the contracting authority requires the transmission of tenders by electronic means for this consultation and no other method of transmission is authorised. 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: 7 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 7 2.1.6. Grounds for exclusion Purely national exclusion grounds: The grounds for exclusion are stated in the DCE. 5. Lot 5.1. Lot: LOT-0001 Title: Common products for chemical synthesis Description: Chemical reagents for research and teaching. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 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): yes Additional information: The framework agreement is concluded for an initial period of one year from April 1, 2025. It will then be renewable for successive periods of one ( 1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 1 is multi-awarded with 3 holders and is without minimum and with maximum. The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (including renewals) and over all members of the group. The maximum amount for each year is as follows: : 1,200,000 euros for Unistra and 84,000 euros for UHA. The various holders will be allocated the purchase orders, on the one hand according to their ability to supply the product (compliance with the contractual delivery deadline), and on the other hand according to the technical specification of the product (purity rate) with a view to its scientific use. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of business in the field of activity covered by the public contract (part IV.B.2.a of the DUME), covering a maximum of the last three financial years available depending on the date of creation of the company or the start of activity of the economic operator, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Suitability to pursue the professional activity Description: in respect of the company's suitability to pursue the professional activity professional activity (information to be mentioned in section E of DC2 or part IV.A of DUME):Sworn statement that all drivers who make deliveries to the site comply with the requirements of the ADR regulations for the transport of dangerous goods by road Criterion: Type: Technical and professional ability Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services performed over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that, by a declaration from the candidate (part IV.C.1.b of the DUME) 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in Articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and which may be exercised until the signature of the contract - Contractual referral according to the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and may be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that their interest has been harmed, and may be exercised within two months of the date on which the conclusion of the contract is made public under the conditions set out in case law (CE Ass, 4 April 2014, no. 358994)? - Appeal for abuse of power may be exercised within two months of the notification or publication of the contested decision. 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Mediation organisation: Interregional Consultative Committee for the Amicable Settlement of Disputes Relating to Public Procurement Review organisation: Strasbourg Administrative Court Organisation providing more information on the review procedures: Strasbourg Administrative Court 5.1. Lot: LOT-0002 Title:Acids / bases / salts / buffers / standard solutions Description: Products, reagents and solutions for use in chemical synthesis and analysis laboratories and for everyday use in biology Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: EUR 3,876,000.00 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): yes Additional information: The framework agreement is concluded for an initial period of one year from 1 April 2025. It will then be renewable for successive periods of one (1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 2 is single-award and has no minimum and no maximum. The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (including renewals) and over all members of the group. The maximum amount for each year is as follows: 900,000 euros for Unistra and 69,000 euros for UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of the field of activity covered by the public contract (part IV.B.2.a of the DUME), covering a maximum of the last three financial years available depending on the date of creation of the company or the start of the economic operator's activity, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Suitability to pursue the professional activity Description: in respect of the company's suitability to pursue the professional activity (information to be mentioned in section E of the DC2 or part IV.A of the DUME): Declaration on honour that all drivers who make deliveries to the site comply with the requirements of the ADR regulations for the transport of dangerous goods by road Criterion: Type: Technical and professional ability Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services provided over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that,by a declaration by the candidate (part IV.C.1.b of the DUME) 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in Articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and which may be exercised until the signature of the contract - Contractual referral according to the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and may be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that their interest has been harmed, and may be exercised within two months of the date on which the conclusion of the contract is made public under the conditions set out in case law (CE Ass, 4 April 2014, no. 358994)? - Appeal for abuse of power may be exercised within two months of the notification or publication of the contested decision. 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Mediation organisation: Interregional Consultative Committee for the Amicable Settlement of Disputes Relating to Public Procurement Review organisation: Strasbourg Administrative Court Organisation providing more information on the review procedures: Strasbourg Administrative Court 5.1. Lot: LOT-0003 Title: Analytical and anhydrous grade solvents Description: Products for use in synthesis laboratories, for analytical chromatography and/or molecular spectroscopy applications. Internal identifier: 3 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: EUR 515,600.00 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): yes Additional information:The framework agreement is concluded for an initial period of one year from April 1, 2025. It will then be renewable for successive periods of one (1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 1 is multi-awarded with 3 holders and is without minimum and with maximum. The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (renewals included) and for all members of the group. The maximum amount for each year is as follows: 110,000 euros for Unistra and 18,900 euros for UHA. The various holders will be allocated the purchase orders, on the one hand according to their ability to supply the product (compliance with the contractual delivery deadline), and on the other hand according to the technical specification of the product (purity rate) for its scientific use. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of the field of activity covered by the public contract (part IV.B.2.a of the DUME), covering a maximum of the last three financial years available depending on the date of creation of the company or the start of activity of the economic operator, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Suitability to pursue the professional activity Description: in respect of the company's suitability to pursue the professional activity (information to be mentioned in section E of the DC2 or part IV.A of the DUME): sworn statement that all drivers who make deliveries to the site comply with the requirements of the ADR regulations for the transport of dangerous goods by road Criterion: Type: Technical and professional ability Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services performed over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that, by a declaration from the candidate (part IV.C.1.b of the DUME) 5.1.11. Procurement documents Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in Articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and which may be exercised until the signature of the contract - Contractual referral according to the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and which can be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that they have a damaged interest, and which can be exercised within two months of the date on which the conclusion of the contract is made public under the conditions set out in case law (CE Ass, 4 April 2014, no. 358994) - Appeal for abuse of power which can be exercised within two months of the notification or publication of the contested decision. 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: Interregional Consultative Committee for the Amicable Settlement of Disputes Relating to Public Procurement Review organisation: Strasbourg Administrative Court Organisation providing more information on the review procedures: Strasbourg Administrative Court 5.1. Lot: LOT-0004 Title: Deuterated solvents and labelled molecules Description: Deuterated solvents and labelled molecules for NMR spectroscopy analyses. Internal identifier: 4 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 1 032 000,00 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): yes Additional information: The framework agreement is concluded for an initial period of one year from 1 April 2025. It will then be renewable for successive periods of one (1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 4 is single-award and has no minimum and no maximum.The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (including renewals) and for all members of the grouping. The maximum amount for each year is as follows: EUR 240,000 for Unistra and EUR 18,000 for UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of the field of activity covered by the public contract (part IV.B.2.a of the DUME), covering a maximum of the last three financial years available depending on the date of creation of the company or the start of activity of the economic operator, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Technical and professional ability Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services provided over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that, by a declaration from the candidate (part IV.C.1.b of the DUME) Criterion: Type: Suitability to pursue the professional activity Description: in respect of the company's suitability to pursue the professional activity (information to be mentioned in section E of DC2 or part IV.A of the DUME): Declaration on honour that all drivers who make deliveries to the site comply with the requirements of the ADR regulations for the transport of dangerous goods by road 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and may be exercised until the signing of the contract - Contractual referral under the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and may be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that their interest has been harmed, and may be exercised within two months of the date on which the conclusion of the contract is made public under the conditions set out by case law (CE Ass, 4 April 2014, no. 358994) - Appeal for abuse of power may be exercised within two months of the notification or publication of the contested decision. 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Mediation organisation: Interregional Consultative Committee for the Amicable Settlement of Disputes Relating to Public Procurement Review organisation: Strasbourg Administrative Court Organisation providing more information on the review procedures: Strasbourg Administrative Court 5.1. Lot: LOT-0005 Title: Solvents in large packaging Description: Standard quality solvents for use in chemical synthesis: extractions, washing, etc. Internal identifier: 5 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 2 032 000,00 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 Additional information: The framework agreement is concluded for an initial period of one year from April 1, 2025. It will then be renewable for successive periods of one (1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 5 is single-award and has no minimum and no maximum. The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (including renewals) and for all members of the group. The maximum amount for each year is as follows: 460,000 euros for Unistra and 48,000 euros for UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of the field of activity covered by the public contract (part IV.B.2.a of the DUME),covering at most the last three financial years available depending on the date of creation of the company or the start of the economic operator's activity, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Suitability to pursue the professional activity Description: in respect of the company's suitability to pursue the professional activity (information to be mentioned in section E of the DC2 or part IV.A of the DUME): Declaration on honour that all drivers who make deliveries to the site comply with the requirements of the ADR regulations on the transport of dangerous goods by road Criterion: Type: Suitability to pursue the professional activity Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services provided over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that, by a declaration from the candidate (part IV.C.1.b of the DUME) 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in Articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and which may be exercised until the signature of the contract - Contractual referral according to the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and which can be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that their interest has been damaged, and which can be exercised within two months following the date on which the conclusion of the contract is made public under the conditions set out in case law (CE Ass, 4 April 2014,no358994) - Appeal for abuse of power may be exercised within two months from the notification or publication of the contested decision. 5.1.15. Technical 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: Interregional Consultative Committee for the Amicable Settlement of Disputes Relating to Public Procurement Review organisation: Strasbourg Administrative Court Organisation providing more information on the review procedures: Strasbourg Administrative Court 5.1. Lot: LOT-0006 Title: Supports for chromatography / filtration / molecular sieves Description: Supports for chromatography / filtration / molecular sieves for uses in chemical synthesis (monitoring of reactions by TLC, purification by column chromatography, drying of solvents on sieves, etc.). Internal identifier: 6 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 1 032 000,00 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): yes Additional information: The framework agreement is concluded for an initial period of one year from 1 April 2025. It will then be renewable for successive periods of one (1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 6 is single-award and has no minimum and no maximum. The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (including renewals) and for all members of the grouping. The maximum amount for each year is as follows: 240,000 euros for Unistra and 18,000 euros for UHA. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: - Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of the field of activity covered by the public contract (part IV.B.2.a of the DUME), covering a maximum of the last three financial years available depending on the date of creation of the company or the start of activity of the economic operator, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Suitability to pursue the professional activity Description:as part of the company's ability to carry out the professional activity (information to be mentioned in section E of the DC2 or part IV.A of the DUME): Declaration on honour according to which all drivers who make deliveries on site comply with the requirements of the ADR regulations for the transport of dangerous goods by road Criterion: Type: Technical and professional ability Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services performed over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that, by a declaration from the candidate (part IV.C.1.b of the DUME) 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in Articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and which may be exercised until the signature of the contract - Contractual referral according to the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and may be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that their interest has been harmed, and may be exercised within two months of the date on which the conclusion of the contract is made public under the conditions set out in case law (CE Ass, 4 April 2014, no. 358994) - Appeal for abuse of power may be exercised within two months of the notification or publication of the contested decision. 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Mediation organisation: Interregional Consultative Committee for the Amicable Settlement of Disputes Relating to Public Procurement Review organisation:Administrative Court of Strasbourg Organisation providing more information on the review procedures: Administrative Court of Strasbourg 5.1. Lot: LOT-0007 Title: Catalyst-type compounds, coupling agents, ligands and chiral phosphines, boronic acids, amino acids, chiral compounds and very high added value products Description: Catalyst-type compounds, coupling agents, ligands and chiral phosphines, boronic acids, amino acids, chiral compounds and very high added value products Internal identifier: 7 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 24000000 Chemical products 5.1.3. Estimated duration Duration: 4 Years 5.1.5. Value Maximum value of the framework agreement: 4 968 000,00 EUR 5.1.6. General information Reserved participation: Participation is not reserved. Procurement Project fully or partially financed with EU Funds. The procurement is covered by the Government Procurement Agreement (GPA): yes Additional information: The framework agreement is concluded for an initial period of one year from April 1, 2025. It will then be renewable for successive periods of one (1) year for a maximum renewal period of three (3) years. Subject to renewal, the framework agreement will have a duration of four (4) years. Lot 7 is multi-awarded with three holders and is without minimum and with maximum. The maximum value of the framework agreement corresponds to the maximum amount over the total duration of the framework agreement (including renewals) and over all members of the group. The maximum amount for each year is as follows: 1,200,000 euros for Unistra and 42,000 euros for UHA. The various holders will be allocated the purchase orders, on the one hand according to their ability to supply the product (compliance with the contractual delivery deadline), and on the other hand according to the technical specification of the product (purity rate) with a view to its scientific use. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Description: Declaration concerning the overall turnover (part IV.B.1.a of the DUME) and, where applicable, the turnover of the field of activity covered by the public contract (part IV.B.2.a of the DUME), covering a maximum of the last three financial years available depending on the date of creation of the company or the start of activity of the economic operator, to the extent that information on these turnovers is available; - Appropriate declaration from banks or proof of insurance for relevant professional risks (part IV.B.5 of the DUME) Criterion: Type: Suitability to pursue the professional activity Description: in respect of the company's suitability to pursue the professional activity (information to be mentioned in section E of the DC2 or part IV.A of the DUME):Sworn statement that all drivers who make deliveries to the site comply with the requirements of the ADR regulations for the transport of dangerous goods by road Criterion: Type: Technical and professional ability Description: Declaration indicating the candidate's average annual workforce and the number of management staff over the last three years (part IV.C.8 of the DUME); - List of the main services performed over the last three years, indicating the amount, date and public or private recipient. They are proven by certificates from the recipient or, failing that, by a declaration from the candidate (part IV.C.1.b of the DUME) 5.1.11. Procurement documents Languages ​​in which the procurement documents are officially available: French Languages ​​in which the procurement documents (or their parts) are unofficially available: French Address of the procurement documents: https://www.marches-publics.gouv.fr/?page=Entreprise.EntrepriseAdvancedSearch&AllCons&id=2628406&orgAcronyme=f2h 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://www.marches-publics.gouv.fr/entreprise Languages ​​in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 18/11/2024 12:00:00 (UTC+2) Deadline until which the tender must remain valid: 4 Months 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: yes Electronic payment will be used: no Information about review deadlines: - Pre-contractual referral according to the conditions set out in Articles L.5511 to L.55112 and R.5511 to R.5516 of the Code of Administrative Justice (CJA), and which may be exercised until the signature of the contract - Contractual referral according to the conditions set out in Articles L.55113 to L.55123 and R.5517 to R.55110 of the CJA, and may be exercised after the signing of the contract - Full jurisdiction appeal open to third parties who can prove that their interest has been harmed, and may be exercised within two months of the date on which the conclusion of the contract is made public under the conditions set out in case law (CE Ass, 4 April 2014, no. 358994)? - Appeal for abuse of power may be exercised within two months of the notification or publication of the contested decision. 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Mediation organisation: Interregional advisory committee for the amicable settlement of disputes relating to public procurement Review organisation:Administrative Tribunal of Strasbourg Organization providing more information on the review procedures: Administrative Tribunal of Strasbourg 8. Organizations 8.1. ORG-0001 Official name: University of Strasbourg Registration number: 13000545700010 Postal address: University of Strasbourg 4 rue Blaise Pascal Town: Strasbourg Postcode: 67000 Country subdivision (NUTS): Bas-Rhin (FRF11) Country: France Email: dam@unistra. fr Telephone: 0368851258 Roles of this organization: Buyer Group leader 8.1. ORG-0002 Official name: Tribunal administrative de Strasbourg Registration number: 17670005200010 Postal address: 31 avenue de la Paix BP 51038 Town: Strasbourg cedex Postcode: 67070 Country subdivision (NUTS): Bas-Rhin (FRF11) Country: France Email: registry. ta-strasbourg@juradm.fr Telephone: 03 88 21 23 23 Fax: 03 88 36 44 66 Roles of this organization: Review organization Organization providing more information on the review procedures 8.1. ORG-0003 Official name: Interregional Consultative Committee for the amicable settlement of disputes relating to public procurement Registration number: 17540001900014 Postal address: Préfecture de Meurthe Et Moselle, 1 rue du Préfet Clause Erignac Town: Nancy cedex Postcode: 54083 Country subdivision (NUTS): Meurthe-et-Moselle (FRF31) Country: France Email: prefinformations@meurtheetmoselle.gouv.fr Telephone: 03 83 34 25 65 Roles of this organisation: Mediation organisation 8.1. ORG-0004 Official name: Université de Haute-Alsace Registration number: 196 811 665 00013 Postal address: 2, rue des Frères Lumière Town: Mulhouse Postcode: 68093 Country subdivision (NUTS): Haut-Rhin (FRF12) Country: France Email: contact@uha.fr Telephone: 03 89 33 60 00 Roles of this organization: Buyer 11. Information notice 11.1. Notice information Notice identifier/version: fc2ceb23-c6ef-4054-8b06-41a67604fd45 - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 16/10/2024 10:09:49 (UTC+2) Languages ​​in which this notice is officially available: French 11.2. Publication information Notice publication number: 630229-2024 OJ S issue number: 203/2024 Publication date: 17/10/2024 Czech document download: https://ted.europa.eu/cs/notice/630229-2024/pdf Danish document download: https://ted.europa.eu/da/notice/630229-2024/pdf German document download: https://ted.europa.eu/de/notice/630229-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/630229-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/630229-2024/pdf English document download: https://ted. europa.eu/en/notice/630229-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/630229-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/630229-2024/pdf French document download: https:// ted.europa.eu/fr/notice/630229-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/630229-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/630229-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/630229-2024/pdf Italian document download: https://ted.europa.eu/it/ notice/630229-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/630229-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/630229- 2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/630229-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/630229-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/630229-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/630229-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/630229-2024/pdf Slovak document download: https:// ted.europa.eu/sk/notice/630229-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/630229-2024/pdf Swedish document download: https://ted.europa. eu/sv/notice/630229-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/630229-2024/pdf
NAICS
Scenic and Sightseeing Transportation Navigational Piece Goods InformationT Measuring Search Navigational Scenic and Sightseeing Transportation Scenic and Sightseeing Transportation Piece Goods Construction
CPVS
Transmission, cam- and crank- shafts Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Analytical, scientific, mathematical or forecasting software development services Cases Chemical products Construction, foundation and surface works for highways, roads Publications Salt Plaice Solvents Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Intelligence, surveillance, target acquisition and reconnaissance Forms Catalogues Roadworks Analytical, scientific, mathematical or forecasting software package Columns and boxes Seats Shapes Folders
UNSPSC
Purification Folders and binders and indexes Folders Catalogs Civic organizations and associations and movements Extraction Buffers Solvents Auditorium In situ Laboratory stands and racks and trays Personal communication holders or mounts, stands Consumer based research or clinics or focus groups Fluorine-based medical imaging agents, media, and tracers Financial Instruments, Products, Contracts and Agreements Securities Humanitarian Relief Items, Kits, or Accessories
Regions
Europe Western Europe
Sectors
Chemicals Construction Energy-Power and Electrical 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