Tender Details
Title

France – Information systems and servers – Infrastructures numériques Place of performance: France,Anywhere in the given country Main nature of the contract: Supplies Official name: SIPPEREC Type of procedure: Restricted France � Information systems and servers � Digital infrastructures Place of performance: France, Anywhere in the given country Main nature of the contract: Supplies Official name: SIPPEREC Type of procedure: Restricted

Country
Language
French
Organization
Published Date
03.10.2024
Deadline Date
21.03.2025
Overview
596947-2024 - Competition Competition France: Information systems and servers Infrastructures numériques France, Anywhere in the given country Estimated value excluding VAT: 110 000 000,00 EUR Type of procedure: Restricted Buyer Buyer: SIPPEREC Email: commande-publique@sipperec.fr France, Paris (FR101), PARIS LOT-0001: Infrastructures réseaux et télécommunications Telecommunications facilities France, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 21/03/2025 - 12:00:00 (UTC+2) LOT-0002: Sécurité des Systèmes d'information Virus protection software package France, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 21/03/2025 - 12:00:00 (UTC+2) LOT-0003: Infrastructures Systèmes Computer servers Duration: 48 Months Deadline for receipt of tenders: 21/03/2025 - 12:00:00 (UTC+2) 596947-2024 - Competition France – Information systems and servers – Infrastructures numériques OJ S 193/2024 03/10/2024 Contract or concession notice – standard regime Supplies 1. Buyer 1.1. Buyer Official name: SIPPEREC Email: commande-publique@sipperec.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: General public services 2. Procedure 2.1. Procedure Title: Infrastructures numériques Description: La présente consultation a pour objet d'acquérir des solutions d'infrastructures numériques ainsi que la mise en place des services associés pour les adhérents de la centrale d'achat SIPP'n'CO. Procedure identifier: 1194cc4c-0494-4684-a7aa-88e7d5a27b80 Type of procedure: Restricted 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 48800000 Information systems and servers 2.1.2. Place of performance Country: France Anywhere in the given country Additional information: Les prestations se dérouleront sur le territoire des adhérents à la centrale d'achat SIPP'n'CO. En complément, les prestations pourront se dérouler sur des sites hors IledeFrance en France métropolitaine. 2.1.3. Value Estimated value excluding VAT: 110 000 000,00 EUR Maximum value of the framework agreement: 500 000 000,00 EUR 2.1.4. General information Additional information: La date de remise des candidatures est fixée au 15 novembre 2024 à 12 heures. A titre indicatif, la date de remise des offres est fixée au 21 mars 2025 à 12 heures. 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: 3 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 3 2.1.6. Grounds for exclusion Purely national exclusion grounds: Les motifs d'exclusion sont décrits dans le DCE. 5. Lot 5.1. Lot: LOT-0001 Title: Infrastructures réseaux et télécommunications Description: - La fourniture d'équipements (matériels et logiciels) de communication électronique (switch, routeurs, IPBX, onduleurs, DAS, plateforme de supervision); - Les prestations de déploiement, d'intégration et de paramétrage des équipements fournis; - Les prestations de câblage intérieur de bâtiment; -Les abonnements pour mise à jour logicielle des équipements (selon constructeurs); Les services de maintenance préventive et curative de tous les équipements et systèmes fournis. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32523000 Telecommunications facilities 5.1.2. Place of performance Country: France Anywhere in the given country Additional information: Les prestations se dérouleront sur le territoire des adhérents à la centrale d'achat SIPP'n'CO. En complément, les prestations pourront se dérouler sur des sites hors IledeFrance en France métropolitaine 5.1.3. Estimated duration Duration: 48 Months 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: Conformément à l'article R.2142-17 du CCP, le nombre minimum de candidats admis à présenter une offre est fixé à cinq. Si le nombre de candidats satisfaisant aux critères de sélection est inférieur à cinq, l'acheteur peut poursuivre la procédure avec ces candidats. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: La capacité financière ( 12 points) Description: Chiffre d'affaires global du candidat portant sur les trois dernières années ; Chiffre d'affaires du domaine d'activité faisant l'objet du marché public portant sur les trois dernières années (6 points) ; Part du secteur public dans le chiffre d'affaires du domaine d'activité (en pourcentage) (6 points) Criterion: Type: Technical and professional ability Name: Capacités techniques (32 points) Description: Effectifs moyens sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des techniciens support sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectif moyen des ingénieurs sur les 3 dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des chefs de projet sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des ingénieurs technico-commerciaux sur les trois dernières années (équivalent temps plein ETP) (6 points). Effectif moyen des responsables opérationnels de comptes (ou équivalent au sein de l'entreprise, préciser le terme le cas échéant) sur les 3 dernières années (en équivalent temps plein ETP) (2 points) Criterion: Type: Technical and professional ability Name: Capacités professionnelles (56 points) Description: Certificats établis par des instituts ou services officiels chargés du contrôle de la qualité ou équivalent (5 points) ; Certificats de qualification professionnelle établis par des organismes indépendants ou équivalents constructeurs ou équivalents. Le niveau de certification sera indiqué pour chaque certificat. (16 points) ; Nombre de projets dans le secteur public et le nombre de collectivités concernées sur les 3 dernières années en précisant en annexe pour les principaux projets les montants, l'époque et la collectivité territoriale concernée. Les projets présentés seront très brièvement détaillés. Enfin, le candidat devra démontrer sa capacité à mener des projets en Ile-de-France mais aussi sur le territoire national métropolitain. (35 points). 5.1.10. Award criteria Criterion: Type: Price Description: Règle de trois ; Note offre = (prix de l'offre la plus basse / prix de l'offre) * pondération du critère prix Criterion: Type: Quality Description: Les moyens et l'organisation mobilisés, les procédures, les engagements analysés sur la base du cadre de réponse technique sur 20 points comme suit : -Animation de l'accord-cadre, suivi transverse au niveau de l'Adhérent et de la centrale d'achat, procédure de commande / facturation sur 5 points ; -Pendant la phase de mise en oeuvre : l'organisation projet, les procédures de déploiement, les engagements obligatoires, les engagements complémentaires sur 5 points; - Pendant la phase d'exploitation : l'organisation de la supervision et de la maintenance, les engagements pris, les procédures de maintenance, la gestion des incidents sur 5 points; - A la fin des services (fin anticipée et fin de l'accord-cadre) et pendant la phase de réversibilité : limitation de la durée d'engagement de l'adhérent, qualité des procédures de réversibilité et engagements pris sur 2 points ; - Les moyens mis à disposition de l'Adhérent pour suivre l'exécution du marché : qualité et complétude de l'extranet, du PAQ, des tableaux de bord, de la documentation, des livrables, des procédures d'escalade sur 3 point. Criterion: Type: Quality Description: La qualité technique et la richesse fonctionnelle des services et liens supports proposés, analysées sur la base du BPU sur 20 points comme suit: - La richesse fonctionnelle des équipements de communication électronique proposés sur la base du BPU et des catalogues associés sur 5 points ; - La qualité des prestations de déploiement, intégration paramétrage des équipements sur 5 points ; - La qualité des prestations de fourniture et pose de câblage intérieur de bâtiment sur 3 points ; - La qualité et la richesse fonctionnelle des services de maintenance des équipements et système sur 5 points ; - La qualité et la richesse fonctionnelle des services d'exploitation d'un système de Wi-Fi Public sur 2 points. Criterion: Type: Quality Description: La compréhension des besoins exprimés dans l'accord-cadre, sur la base des cas pratiques sur 10 points comme suit : - Cas pratique C1 sur 3 points ; - Cas pratique C2 sur 3 points ; - Cas pratique C3 sur 2 points. - Cas pratique C4 sur 2 points. Criterion: Type: Quality Description: La valeur environnementale sur 10 points comme suit: - -Aspect social sur 5 points; -Aspect environnemental sur 5 points. 5.1.11. Procurement documents Address of the procurement documents: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 21/03/2025 12:00:00 (UTC+2) 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: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Tribunal administratif de Paris Organisation providing more information on the review procedures: SIPPEREC 5.1. Lot: LOT-0002 Title: Sécurité des Systèmes d'information Description: - L'acquisition de plateformes matérielles et logicielles permettant de mettre en oeuvre une infrastructure de sécurité - L'intégration de ces plates-formes matérielles et logicielles - Les services associés d'exploitation et de maintenance au sens du maintien en conditions opérationnelles des plateformes - Les services de Security Operations Center et les autres services associés (Red Team, CSIRT?) - Les services fonctionnels associés à la sécurité Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 48760000 Virus protection software package 5.1.2. Place of performance Country: France Anywhere in the given country Additional information: Les prestations se dérouleront sur le territoire des adhérents à la centrale d'achat SIPP'n'CO. En complément, les prestations pourront se dérouler sur des sites hors IledeFrance en France métropolitaine. 5.1.3. Estimated duration Duration: 48 Months 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: Conformément à l'article R.2142-17 du CCP, le nombre minimum de candidats admis à présenter une offre est fixé à cinq. Si le nombre de candidats satisfaisant aux critères de sélection est inférieur à cinq, l'acheteur peut poursuivre la procédure avec ces candidats. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Capacité financière sur 12 points Description: Chiffre d'affaires global du candidat portant sur les trois dernières années ; Chiffre d'affaires du domaine d'activité faisant l'objet du marché public portant sur les trois dernières années (6 points) ; Part du secteur public dans le chiffre d'affaires du domaine d'activité (en pourcentage) (6 points). Criterion: Type: Technical and professional ability Name: Capacité technique sur 32 points Description: Effectifs moyens sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des techniciens sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des ingénieurs sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des chefs de projet sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; • Effectifs moyens des ingénieurs technico-commerciaux sur les trois dernières années (équivalent temps plein ETP) (6 points). Effectif moyen des responsables opérationnels de comptes (ou équivalent au sein de l'entreprise, préciser le terme le cas échéant) sur les 3 dernières années (en équivalent temps plein ETP) (2 points). Criterion: Type: Technical and professional ability Name: Capacités professionnelles sur 56 points Description: Certificats établis par des instituts ou services officiels (PDIS, PRIS, PASSI, PACS, ….) (5 points) ; Certificats de qualification professionnelle établis par des organismes indépendants, constructeurs ou équivalents. Le niveau de certification sera indiqué pour chaque certificat (16 points) ; Nombre de projets dans le secteur public et le nombre de collectivités concernées sur les 3 dernières années en précisant en annexe pour les principaux projets les montants, l'époque et la collectivité territoriale concernée. Les projets présentés seront très brièvement détaillés. Enfin, le candidat devra démontrer sa capacité à mener des projets en Ile-de-France mais aussi sur le territoire national métropolitain. (35 points). 5.1.10. Award criteria Criterion: Type: Price Description: Règle de trois ; Note offre = (prix de l'offre la plus basse / prix de l'offre) * pondération du critère prix Criterion: Type: Quality Description: Valeur technique et fonctionnelle des solutions matérielles et logicielles et de la maintenance sur 14 points comme suit: - Les qualités techniques et fonctionnelles des solutions matérielles et logicielles proposées sur 3 points ; - L'exhaustivité et la pertinence des solutions matérielles et logicielles proposées sur 9 points ; - L'exhaustivité et la pertinence de la gestion des maintenances sur 2 points. Criterion: Type: Quality Description: Qualité des prestations (intégration, déploiement, décommissionnement, reprise de DEEE, rachat de parc) sur 7 points comme suit : - Les qualités techniques et fonctionnelles des prestations sur 5 points ; -La qualité du processus garantissant la stabilité et l'intégration des équipes projet sur 2 points. Criterion: Type: Quality Description: Qualité et valeur technique et fonctionnelle des services managés (infogérance et SOC) sur 14 points comme suit : Pendant la phase de mise en oeuvre et après : l'organisation projet, les procédures de déploiement, les engagements fermes, les engagements complémentaires, la réversibilité sur 4 points ; - Pendant la phase d'exploitation des services (Infogérance et SOC) : l'organisation de la consolidation de logs, les procédures de maintenance, la gestion des incidents, les réponses à incidents, les exercices Red Team sur 5 points ; - Les qualités techniques et fonctionnelles des services d'infogérance et de SOC proposés sur 3 points ; - L'exhaustivité et la pertinence des services d'infogérance et de SOC proposés sur 2 points. Criterion: Type: Quality Description: Qualité de la relation entre Adhérent et Titulaire hors projet sur 5 points Criterion: Type: Quality Description: Qualité du suivi et de l'animation de l'accord-cadre sur 3 points Criterion: Type: Quality Description: Qualité des cas pratiques sur 12 points comme suit: - Cas pratique Sec-C1 sur 3 points ; - Cas pratique Sec-C2 sur 6 points ; - Cas pratique Sec-C3 sur 3 points . Criterion: Type: Quality Description: La valeur environnementale sur 10 points comme suit: - -Aspect social sur 5 points; -Aspect environnemental sur 5 points. 5.1.11. Procurement documents Address of the procurement documents: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 21/03/2025 12:00:00 (UTC+2) 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: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Tribunal administratif de Paris Organisation providing more information on the review procedures: SIPPEREC 5.1. Lot: LOT-0003 Title: Infrastructures Systèmes Description: - L'acquisition de plateformes matérielles et logicielles permettant de mettre en oeuvre une infrastructure - L'intégration de ces plates-formes matérielles et logicielles - Les services associés d'exploitation, d'infogérance, de maintenance au sens du maintien en conditions opérationnelles des plateformes et de prestations complémentaires d'intégration et de migration - La location d'espaces d'hébergement mutualisés ou non - La fourniture de services Cloud de type « Infrastructure à la Demande » au sens large c?est-à-dire cloud public, privé, hybride? (appelés également « infrastructure sous forme de service » selon le calque anglais Infrastructure as a Service ? IaaS) Internal identifier: 3 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 48822000 Computer servers 5.1.3. Estimated duration Duration: 48 Months 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: Conformément à l'article R.2142-17 du CCP, le nombre minimum de candidats admis à présenter une offre est fixé à cinq. Si le nombre de candidats satisfaisant aux critères de sélection est inférieur à cinq, l'acheteur peut poursuivre la procédure avec ces candidats. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Capacité financière (12 points) Description: Chiffre d'affaires global du candidat portant sur les trois dernières années ; Chiffre d'affaires du domaine d'activité faisant l'objet du marché public portant sur les trois dernières années (6 points) ; Part du secteur public dans le chiffre d'affaires du domaine d'activité (en pourcentage) (6 points). Criterion: Type: Technical and professional ability Name: Capacités techniques (32 points) Description: Effectifs moyens sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des techniciens sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectif moyen des ingénieurs sur les 3 dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des chefs de projet sur les trois dernières années (en équivalent temps plein ETP) (6 points) ; Effectifs moyens des ingénieurs technico-commerciaux sur les trois dernières années (équivalent temps plein ETP) (6 points) ; Effectif moyen des responsables opérationnels de comptes (ou équivalent au sein de l'entreprise, préciser le terme le cas échéant) sur les 3 dernières années (en équivalent temps plein ETP) (2 points). Criterion: Type: Technical and professional ability Name: Capacités professionnelles (56 points) Description: Certificats établis par des instituts ou services officiels chargés du contrôle de la qualité ou équivalent (5 points) ; Certificats de qualification professionnelle établis par des organismes indépendants, constructeurs ou équivalents. Le niveau de certification sera indiqué pour chaque certificat (16 points) ; Nombre de projets dans le secteur public et le nombre de collectivités concernées sur les 3 dernières années en précisant en annexe pour les principaux projets les montants, l'époque et la collectivité territoriale concernée. Les projets présentés seront très brièvement détaillés. Enfin, le candidat devra démontrer sa capacité à mener des projets en Ile-de-France mais aussi sur le territoire national métropolitain. (35 points). 5.1.10. Award criteria Criterion: Type: Price Description: Règle de trois ; Note offre = (prix de l'offre la plus basse / prix de l'offre) * pondération du critère prix Criterion: Type: Quality Description: Valeur technique et fonctionnelle des solutions matérielles, logicielles, de la maintenance et des services sur 14 points comme suit : Les qualités techniques et fonctionnelles des solutions matérielles et logicielles proposées sur 2 points ; - Les qualités techniques et fonctionnelles des services d'hébergement proposés sur 2 points ; - L'exhaustivité et la pertinence des solutions matérielles et logicielles proposées sur 5 points ; - L'exhaustivité et la pertinence des services d'hébergement proposés sur 5 points. Criterion: Type: Quality Description: Qualité des prestations (intégration, déploiement, décommissionnement, reprise de DEEE, rachat de parc) sur 3 points comme suit : - Les qualités techniques et fonctionnelles des prestations diverses d'intégration sur 2 points ; - La qualité du processus garantissant la stabilité et l'intégration (onboarding) des équipes projet sur 1 points. Criterion: Type: Quality Description: Qualité et valeur technique et fonctionnelle des services managés (infogérance et SOC) sur 16 points comme suit : - Pendant la phase de mise en oeuvre et après : l'organisation projet, les procédures de déploiement, les engagements fermes, les engagements complémentaires, la réversibilité sur 4 points ; - Pendant la phase d'exploitation des services (Infogérance et services supplémentaires) : l'organisation de la supervision et de la maintenance, les engagements pris, les procédures de maintenance, la gestion des incidents sur 8 points ; - Les livrables sur 4 points. Criterion: Type: Quality Description: Qualité de la relation entre Adhérent et Titulaire sur 5 points Criterion: Type: Quality Description: Qualité du suivi et de l'animation de l'accord-cadre sur 3 points Criterion: Type: Quality Description: Qualité des cas pratiques sur 9 points comme suit : - Cas pratique 1 sur 3 points ; - Cas pratique 2 sur 3 points ; - Cas pratique 3 sur 3 points. Criterion: Type: Quality Description: La valeur environnementale sur 10 points comme suit: - -Aspect social sur 5 points; -Aspect environnemental sur 5 points. 5.1.11. Procurement documents Address of the procurement documents: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i 5.1.12. Terms of procurement Terms of submission: Electronic submission: Allowed Address for submission: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i Languages in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 21/03/2025 12:00:00 (UTC+2) 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: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchase system 5.1.16. Further information, mediation and review Review organisation: Tribunal administratif de Paris Organisation providing more information on the review procedures: SIPPEREC 8. Organisations 8.1. ORG-0001 Official name: SIPPEREC Registration number: 25750004100047 Department: PARIS Postal address: 173-175 rue de BERCY Town: PARIS Postcode: 75012 Country subdivision (NUTS): Paris (FR101) Country: France Contact point: Saran CISSE Email: commande-publique@sipperec.fr Telephone: 0615786310 Internet address: https://www.sipperec.fr Roles of this organisation: Buyer Organisation providing more information on the review procedures 8.1. ORG-0002 Official name: Tribunal administratif de Paris Registration number: 17750005500013 Department: Paris Postal address: 7 rue de Jouy Town: PARIS Postcode: 75004 Country subdivision (NUTS): Paris (FR101) Country: France Email: greffe.ta-paris@juradm.fr Telephone: 0144594400 Internet address: https://paris.tribunal-administratif.fr Roles of this organisation: Review organisation 11. Notice information 11.1. Notice information Notice identifier/version: 3e05e25f-6d35-446d-877e-9dfb055a8c3c - 01 Form type: Competition Notice type: Contract or concession notice – standard regime Notice subtype: 16 Notice dispatch date: 02/10/2024 13:51:11 (UTC+2) Languages in which this notice is officially available: French 11.2. Publication information Notice publication number: 596947-2024 OJ S issue number: 193/2024 Publication date: 03/10/2024 Czech document download: https://ted.europa.eu/cs/notice/596947-2024/pdf Danish document download: https://ted.europa.eu/da/notice/596947-2024/pdf German document download: https://ted.europa.eu/de/notice/596947-2024/pdf Greek document download: https://ted.europa.eu/el/notice/596947-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/596947-2024/pdf English document download: https://ted.europa.eu/en/notice/596947-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/596947-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/596947-2024/pdf French document download: https://ted.europa.eu/fr/notice/596947-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/596947-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/596947-2024/pdf Hungarian document download: https://ted.europa.eu/hu/notice/596947-2024/pdf Italian document download: https://ted.europa.eu/it/notice/596947-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/596947-2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/596947-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/596947-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/596947-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/596947-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/596947-2024/pdf Romanian document download: https://ted.europa.eu/ro/notice/596947-2024/pdf Slovak document download: https://ted.europa.eu/sk/notice/596947-2024/pdf Slovenian document download: https://ted.europa.eu/sl/notice/596947-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/596947-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/notice/596947-2024/pdf 596947-2024 - Competition Competition France: Information systems and servers Digital infrastructures France, Anywhere in the given country Estimated value excluding VAT: 110,000,000.00 EUR Type of procedure: Restricted Buyer Buyer: SIPPEREC Email: commande-publique@sipperec.fr France, Paris (FR101), PARIS LOT-0001: Network and telecommunications infrastructures Telecommunications facilities France, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 03/21/2025 - 12:00:00 (UTC+2 ) LOT-0002: Information Systems Security Virus protection software package France, Anywhere in the given country Duration: 48 Months Deadline for receipt of tenders: 03/21/2025 - 12:00:00 (UTC+2) LOT- 0003: Systems Infrastructure Computer servers Duration: 48 Months Deadline for receipt of tenders: 21/03/2025 - 12:00:00 (UTC+2) 596947-2024 - Competition France � Information systems and servers � Digital infrastructures OJ S 193/2024 03/10 /2024 Contract or concession notice � standard regime Supplies 1. Buyer 1.1. Buyer Official name: SIPPEREC Email: commande-publique@sipperec.fr Legal type of the buyer: Body governed by public law Activity of the contracting authority: General public services 2 . Procedure 2.1. Procedure Title: Digital infrastructures Description: The purpose of this consultation is to acquire digital infrastructure solutions as well as the implementation of associated services for members of the SIPP'n'CO purchasing center. Procedure identifier: 1194cc4c-0494-4684-a7aa-88e7d5a27b80 Type of procedure: Restricted 2.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 48800000 Information systems and servers 2.1.2. Place of performance Country: France Anywhere in the given country Additional information: The services will take place in the territory of the members of the SIPP'n'CO purchasing center. In addition, the services may take place on sites outside Ile-de-France in metropolitan France. 2.1.3. Estimated value excluding VAT: 110,000,000.00 EUR Maximum value of the framework agreement: 500,000,000.00 EUR 2.1.4. General information Additional information: The deadline for submitting applications is 15 November 2024 at 12 noon. For information purposes, the date for submission of tenders is set for 21 March 2025 at 12 noon. 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: 3 Terms of contract: Maximum number of lots for which contracts can be awarded to one tenderer: 3 2.1.6. Grounds for exclusion Purely national exclusion grounds: The grounds for exclusion are described in the DCE. 5. Lot 5.1. Lot: LOT-0001 Title: Network and telecommunications infrastructures Description: - The supply of electronic communication equipment (hardware and software) (switch, routers, IPBX, inverters, DAS,monitoring platform); - The services of deployment, integration and configuration of the equipment supplied; - The services of internal building cabling; - The subscriptions for software updates of the equipment (according to manufacturers); The preventive and curative maintenance services of all the equipment and systems supplied. Internal identifier: 1 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 32523000 Telecommunications facilities 5.1.2. Place of performance Country: France Anywhere in the given country Additional information: The services will be carried out in the territory of the members of the SIPP'n'CO purchasing center. In addition, the services may be carried out on sites outside Ile-de-France in metropolitan France 5.1.3. Estimated duration Duration: 48 Months 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: In accordance with Article R.2142-17 of the CCP, the minimum number of candidates admitted to submit a bid is set at five. If the number of candidates meeting the selection criteria is less than five, the buyer may continue the procedure with these candidates. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Financial capacity (12 points) Description: Overall turnover of the candidate over the last three years; Turnover of the field of activity covered by the public procurement over the last three years (6 points); Share of the public sector in the turnover of the field of activity (as a percentage) (6 points) Criterion: Type: Technical and professional ability Name: Technical capabilities (32 points) Description: Average workforce over the last three years (in full-time FTE equivalent) (6 points); Average workforce of support technicians over the last three years (in full-time FTE equivalent) (6 points); Average number of engineers over the last 3 years (in full-time equivalent FTE) (6 points); Average number of project managers over the last three years (in full-time equivalent FTE) (6 points); Average number of technical-commercial engineers over the last three years (full-time equivalent FTE) (6 points). Average number of operational account managers (or equivalent within the company, specify the term if applicable) over the last 3 years (in full-time equivalent FTE) (2 points) Criterion: Type: Technical and professional ability Name: Professional abilities (56 points) Description:Certificates issued by official institutes or services responsible for quality control or equivalent (5 points); Professional qualification certificates issued by independent or equivalent construction bodies or equivalent. The level of certification will be indicated for each certificate. (16 points); Number of projects in the public sector and the number of communities concerned over the last 3 years, specifying in the appendix for the main projects the amounts, the period and the local authority concerned. The projects presented will be very briefly detailed. Finally, the candidate must demonstrate his or her ability to carry out projects in the Ile-de-France region but also in metropolitan France. (35 points). 5.1.10. Award criteria Criterion: Type: Price Description: Rule of three; Offer score = (price of the lowest offer / price of the offer) * weighting of the price criterion Criterion: Type: Quality Description: The resources and organization mobilized, the procedures, the commitments analyzed on the basis of the technical response framework on 20 points as follows: - Animation of the framework agreement, cross-functional monitoring at the level of the Member and the purchasing center, ordering / invoicing procedure on 5 points; - During the implementation phase: the project organization, the deployment procedures, the mandatory commitments, the additional commitments on 5 points; - During the operating phase: the organization of supervision and maintenance, the commitments made, the maintenance procedures, the incident management on 5 points; - At the end of the services (early termination and end of the framework agreement) and during the reversibility phase: limitation of the duration of the member's commitment, quality of the reversibility procedures and commitments made on 2 points; - The means made available to the Member to monitor the execution of the contract: quality and completeness of the extranet, the PAQ, the dashboards, the documentation, the deliverables, the escalation procedures on 3 points. Criterion: Type: Quality Description: The technical quality and the functional richness of the services and support links offered, analyzed on the basis of the BPU on 20 points as follows: - The functional richness of the electronic communication equipment offered on the basis of the BPU and the associated catalogs on 5 points; - The quality of the deployment, integration and configuration services of the equipment on 5 points; - The quality of the supply and installation services of internal building cabling on 3 points; - The quality and functional richness of the equipment and system maintenance services on 5 points; - The quality and functional richness of the operating services of a Public Wi-Fi system on 2 points. Criterion: Type: Quality Description: Understanding the needs expressed in the framework agreement,based on the practical cases out of 10 points as follows: - Practical case C1 out of 3 points; - Practical case C2 out of 3 points; - Practical case C3 out of 2 points. - Practical case C4 out of 2 points. Criterion: Type: Quality Description: The environmental value out of 10 points as follows: - -Social aspect out of 5 points; -Environmental aspect out of 5 points. 5.1.11. Procurement documents Address of the procurement documents: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i Languages ??in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 21/03/2025 12:00:00 (UTC+2) 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: yes 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 Review organization: Administrative Tribunal of Paris Organization providing more information on the review procedures: SIPPEREC 5.1. Lot: LOT-0002 Title: Information Systems Security Description: - The acquisition of hardware and software platforms to implement a security infrastructure - The integration of these hardware and software platforms - Associated operating and maintenance services in the sense of maintaining the platforms in operational conditions - Security Operations Center services and other associated services (Red Team, CSIRT?) - Functional services associated with security Internal identifier: 2 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 48760000 Virus protection software package 5.1.2. Place of performance Country: France Anywhere in the given country Additional information: The services will be provided in the territory of the members of the SIPP'n'CO purchasing center. In addition, the services may be provided on sites outside Ile-de-France in metropolitan France. 5.1.3. Estimated duration Duration: 48 Months 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: In accordance with Article R.2142-17 of the CCP, the minimum number of candidates admitted to submit a bid is set at five. If the number of candidates meeting the selection criteria is less than five, the buyer may continue the procedure with these candidates.5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Financial capacity out of 12 points Description: Overall turnover of the candidate over the last three years; Turnover of the field of activity covered by the public contract over the last three years (6 points); Share of the public sector in the turnover of the field of activity (as a percentage) (6 points). Criterion: Type: Technical and professional ability Name: Technical capacity out of 32 points Description: Average workforce over the last three years (in full-time equivalent FTE) (6 points); Average workforce of technicians over the last three years (in full-time equivalent FTE) (6 points); Average workforce of engineers over the last three years (in full-time equivalent FTE) (6 points); Average workforce of project managers over the last three years (in full-time equivalent FTE) (6 points); Average workforce of technical-commercial engineers over the last three years (full-time equivalent FTE) (6 points). Average number of operational account managers (or equivalent within the company, specify the term if applicable) over the last 3 years (in full-time equivalent FTE) (2 points). Criterion: Type: Technical and professional ability Name: Professional skills out of 56 points Description: Certificates issued by official institutes or services (PDIS, PRIS, PASSI, PACS, etc.) (5 points); Professional qualification certificates issued by independent organizations, manufacturers or equivalent. The level of certification will be indicated for each certificate (16 points); Number of projects in the public sector and the number of communities concerned over the last 3 years, specifying in the appendix for the main projects the amounts, the period and the local authority concerned. The projects presented will be very briefly detailed. Finally, the candidate must demonstrate their ability to lead projects in the Ile-de-France region but also in metropolitan France. (35 points). 5.1.10. Award criteria Criterion: Type: Price Description: Rule of three; Offer score = (price of the lowest offer / price of the offer) * weighting of the price criterion Criterion: Type: Quality Description: Technical and functional value of the hardware and software solutions and maintenance on 14 points as follows: - The technical and functional qualities of the hardware and software solutions proposed on 3 points; - The completeness and relevance of the hardware and software solutions proposed on 9 points; - The completeness and relevance of maintenance management on 2 points. Criterion: Type: Quality Description: Quality of services (integration, deployment, decommissioning, WEEE recovery, fleet buyback) on 7 points as follows:- The technical and functional qualities of the services on 5 points; - The quality of the process guaranteeing the stability and integration of the project teams on 2 points. Criterion: Type: Quality Description: Technical and functional quality and value of the managed services (outsourcing and SOC) on 14 points as follows: During the implementation phase and after: the project organization, the deployment procedures, the firm commitments, the additional commitments, the reversibility on 4 points; - During the service operation phase (Outsourcing and SOC): the organization of log consolidation, the maintenance procedures, the incident management, the incident responses, the Red Team exercises on 5 points; - The technical and functional qualities of the outsourcing and SOC services offered on 3 points; - The completeness and relevance of the outsourcing and SOC services offered on 2 points. Criterion: Type: Quality Description: Quality of the relationship between Member and Holder outside the project out of 5 points Criterion: Type: Quality Description: Quality of the monitoring and facilitation of the framework agreement out of 3 points Criterion: Type: Quality Description: Quality of the practical cases out of 12 points as follows: - Practical case Sec-C1 out of 3 points; - Practical case Sec-C2 out of 6 points; - Practical case Sec-C3 out of 3 points. Criterion: Type: Quality Description: The environmental value out of 10 points as follows: - -Social aspect out of 5 points; -Environmental aspect out of 5 points. 5.1.11. Procurement documents Address of the procurement documents: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i 5.1.12. Terms of procurement Terms of submission: Electronic submission: Required Address for submission: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i Languages ??in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Variants: Not allowed Deadline for receipt of tenders: 21/03/2025 12:00:00 (UTC+2) Terms of contract: The execution of the contract must be performed within the framework of ed employment programs: No Electronic invoicing: Required Electronic ordering will be used: yes Electronic payment will be used: yes 5.1.15. Techniques Framework agreement: Framework agreement, without reopening of competition Information about the dynamic purchasing system: No dynamic purchasing system 5.1.16. Further information, mediation and review Review organization: Administrative Tribunal of Paris Organization providing more information on the review procedures: SIPPEREC 5.1. Lot: LOT-0003 Title: Infrastructures Syst�mes Description: - The acquisition of hardware and software platforms enabling the implementation of an infrastructure - The integration of these hardware and software platforms - The associated operating and outsourcing services,maintenance in the sense of maintaining the operational conditions of the platforms and additional integration and migration services - Rental of shared or non-shared hosting spaces - Provision of Cloud services of the "Infrastructure on Demand" type in the broad sense, i.e. public, private, hybrid cloud (also called "infrastructure as a service" according to the English term Infrastructure as a Service - IaaS) Internal identifier: 3 5.1.1. Purpose Main nature of the contract: Supplies Main classification (cpv): 48822000 Computer servers 5.1.3. Estimated duration Duration: 48 Months 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: In accordance with Article R.2142-17 of the CCP, the minimum number of candidates admitted to submit an offer is set at five. If the number of candidates meeting the selection criteria is less than five, the buyer may continue the procedure with these candidates. 5.1.9. Selection criteria Criterion: Type: Economic and financial standing Name: Financial capacity (12 points) Description: Overall turnover of the candidate over the last three years; Turnover of the field of activity covered by the public procurement over the last three years (6 points); Share of the public sector in the turnover of the field of activity (as a percentage) (6 points). Criterion: Type: Technical and professional ability Name: Technical capacities (32 points) Description: Average workforce over the last three years (in full-time equivalent FTE) (6 points); Average workforce of technicians over the last three years (in full-time equivalent FTE) (6 points); Average workforce of engineers over the last 3 years (in full-time equivalent FTE) (6 points); Average workforce of project managers over the last three years (in full-time equivalent FTE) (6 points); Average number of technical sales engineers over the last three years (full-time equivalent FTE) (6 points); Average number of operational account managers (or equivalent within the company, specify the term if applicable) over the last 3 years (in full-time equivalent FTE) (2 points). Criterion: Type: Technical and professional ability Name: Professional abilities (56 points) Description: Certificates issued by official institutes or services responsible for quality control or equivalent (5 points); Professional qualification certificates issued by independent organizations, manufacturers or equivalent.The level of certification will be indicated for each certificate (16 points); Number of projects in the public sector and the number of communities concerned over the last 3 years, specifying in the appendix for the main projects the amounts, the period and the local authority concerned. The projects presented will be very briefly detailed. Finally, the candidate must demonstrate his ability to lead projects in Ile-de-France but also on the national metropolitan territory. (35 points). 5.1.10. Award criteria Criterion: Type: Price Description: Rule of three; Offer score = (price of the lowest offer / price of the offer) * weighting of the price criterion Criterion: Type: Quality Description: Technical and functional value of the hardware, software, maintenance and services solutions out of 14 points as follows: The technical and functional qualities of the hardware and software solutions proposed out of 2 points; - The technical and functional qualities of the hosting services proposed out of 2 points; - The completeness and relevance of the hardware and software solutions offered on 5 points; - The completeness and relevance of the hosting services offered on 5 points. Criterion: Type: Quality Description: Quality of services (integration, deployment, decommissioning, recovery of WEEE, fleet buyback) on 3 points as follows: - The technical and functional qualities of the various integration services on 2 points; - The quality of the process guaranteeing the stability and integration (onboarding) of the project teams on 1 point. Criterion: Type: Quality Description: Quality and technical and functional value of managed services (outsourcing and SOC) on 16 points as follows: - During the implementation phase and after: the project organization, deployment procedures, firm commitments, additional commitments, reversibility on 4 points; - During the service operation phase (outsourcing and additional services): the organization of supervision and maintenance, commitments made, maintenance procedures, incident management on 8 points; - Deliverables on 4 points. Criterion: Type: Quality Description: Quality of the relationship between Member and Holder on 5 points Criterion: Type: Quality Description: Quality of the monitoring and facilitation of the framework agreement on 3 points Criterion: Type: Quality Description: Quality of the practical cases on 9 points as follows: - Practical case 1 on 3 points; - Practical case 2 on 3 points; - Practical case 3 on 3 points. Criterion: Type: Quality Description: The environmental value on 10 points as follows: - -Social aspect on 5 points; -Environmental aspect on 5 points. 5.1.11. Procurement documents Address of the procurement documents: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i 5.1.12.Terms of procurement Terms of submission: Electronic submission: Allowed Address for submission: https://marches.maximilien.fr/?page=Frame.ConsultationsOrganisme&org=d6i Languages ??in which tenders or requests to participate may be submitted: French Electronic catalogue: Allowed Deadline for receipt of tenders: 03/21/2025 12:00:00 (UTC+2) 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: yes 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 Review organization: Administrative Tribunal of Paris Organization providing more information on the review procedures: SIPPEREC 8. Organizations 8.1. ORG-0001 Official name: SIPPEREC Registration number: 25750004100047 Department: PARIS Postal address: 173-175 rue de BERCY Town: PARIS Postcode: 75012 Country subdivision (NUTS): Paris (FR101) Country: France Contact point: Saran CISSE Email: order -publique@sipperec.fr Telephone: 0615786310 Internet address: https://www.sipperec.fr Roles of this organization: Buyer Organization providing more information on the review procedures 8.1. ORG-0002 Official name: Administrative Tribunal of Paris Registration number: 17750005500013 Department: Paris Postal address: 7 rue de Jouy Town: PARIS Postcode: 75004 Country subdivision (NUTS): Paris (FR101) Country: France Email:grafe.ta-paris @juradm.fr Telephone: 0144594400 Internet address: https://paris.tribunal-administratif.fr Roles of this organization: Review organization 11. Notice information 11.1. Notice information Notice identifier/version: 3e05e25f-6d35-446d-877e-9dfb055a8c3c - 01 Form type: Competition Notice type: Contract or concession notice � standard regime Notice subtype: 16 Notice dispatch date: 02/10/2024 13:51:11 (UTC+2) Languages ??in which this notice is officially available: French 11.2. Publication information Notice publication number: 596947-2024 OJ S issue number: 193/2024 Publication date: 03/10/2024 Czech document download: https://ted.europa.eu/cs/notice/596947-2024/pdf Danish document download: https://ted.europa.eu/da/notice/596947-2024/pdf German document download: https://ted.europa.eu/de/notice/596947-2024/pdf Greek document download: https: //ted.europa.eu/el/notice/596947-2024/pdf Spanish document download: https://ted.europa.eu/es/notice/596947-2024/pdf English document download: https://ted. europa.eu/en/notice/596947-2024/pdf Estonian document download: https://ted.europa.eu/et/notice/596947-2024/pdf Finnish document download: https://ted.europa.eu/fi/notice/596947-2024/pdf French document download: https:// ted.europa.eu/fr/notice/596947-2024/pdf Irish document download: https://ted.europa.eu/ga/notice/596947-2024/pdf Croatian document download: https://ted.europa.eu/hr/notice/596947-2024/pdf Hungarian document download: https://ted.europa.eu/hu/ notice/596947-2024/pdf Italian document download: https://ted.europa.eu/it/notice/596947-2024/pdf Lithuanian document download: https://ted.europa.eu/lt/notice/596947- 2024/pdf Latvian document download: https://ted.europa.eu/lv/notice/596947-2024/pdf Maltese document download: https://ted.europa.eu/mt/notice/596947-2024/pdf Dutch document download: https://ted.europa.eu/nl/notice/596947-2024/pdf Polska document download: https://ted.europa.eu/pl/notice/596947-2024/pdf Portuguese document download: https://ted.europa.eu/pt/notice/596947-2024/pdf Romanian document download: https:// ted.europa.eu/ro/notice/596947-2024/pdf Slovenian document download: https://ted.europa.eu/sk/notice/596947-2024/pdf Slovenian document download: https://ted.europa. eu/sl/notice/596947-2024/pdf Swedish document download: https://ted.europa.eu/sv/notice/596947-2024/pdf Bulgarian document download: https://ted.europa.eu/bg/ notice/596947-2024/pdf
NAICS
InformationT
CPVS
Mains Cases Publications Frames Forms Catalogues Seats Shapes Radio, television, communication, telecommunication and related equipment
UNSPSC
Software Awards Catalogs Civic organizations and associations and movements In situ Laboratory stands and racks and trays Personal communication holders or mounts, stands Securities
Regions
Europe Western Europe
Sectors
Building Infrastructure Printing and Publishing Defence and Security Construction Energy-Power and Electrical Computer Hardwares and Consumables Building Material
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert