Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)
Official name: Commissariat à l"énergie atomique et aux énergies alternatives
National registration number: 775 685 019 00587
Postal address: CEA Paris Saclay - Bâtiment 482 - PC n°70
Town: Gif sur Yvette Cedex
Postal code: 91191
Country: France
Contact person: Emma SEDDIKI
E-mail: emma.seddiki@cea.fr
Telephone: +33 0169081307
Internet address(es):
General address of the contracting authority/entity: www.cea.fr
Address of the buyer profile: https://www.marches-publics.gouv.fr
Further information can be obtained from:
The above mentioned contact point(s)
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
The above mentioned contact
point(s)
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authority
Body governed by public law
I.3)Main activity
Other: Recherche
I.4)Contract award on behalf of other contracting authorities/entities
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
PRESTATIONS D’INGENIERIE DANS LE DOMAINE DE D’ASSISTANCE AU PILOTAGE DE PROJET D’EXPLOITATION D’INSTALLATIONS, D’ASSAINISSEMENT, DE DEMANTELEMENT,
DE DECONSTRUCTION, D’INVESTISSEMENT D’INSTALLATIONS
II.1.2)Type of contract and location of works, place of delivery or of
performance
Services
Service category No 17: Architectural services; engineering services and integrated engineering services;
urban planning and landscape engineering services; related scientific and technical consulting services; technical testing and analysis services
Main site or location of works, place of delivery or of performance: Ensemble des sites du CEA
NUTS code FR France
II.1.3)Information on framework agreement
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged:
6
Duration of the framework agreement
Duration in months: 60
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 50000000.00 EUR
II.1.5)Short description of the contract or purchase(s):
Le présent accord-cadre définit les conditions dans lesquelles le CEA confie au Titulaire, qui accepte, la réalisation de prestations d’ingénierie dans
le domaine au pilotage de projet d’exploitation d’installations, d’assainissements, de démantèlement, de déconstruction, d’investissement d’installations nucléaires ou
non (LOT O).
II.1.6)Common procurement vocabulary (CPV)
71300000 Engineering services
II.1.7)Information about subcontracting
The tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as
the subject-matter of the subcontracts for which they are proposed
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 1
In the
case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the
contract)
II.3)Duration of the contract or time limit for completion
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the
relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the
contract is to be awarded:
En cas de groupement d’entreprises, celui-ci devra prendre la forme d’un groupement solidaire ou d’un
groupement
conjoint avec solidarité du mandataire.
III.1.4)Other particular conditions to which the performance of the contract is
subject, in particular with regard to security of supply and security of information:
Voir article 3.10 du règlement d"appel d"offres relatif à l"exigence d"habilitation (prestation du secret)
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situation
Criteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade
registers
Information and formalities necessary for evaluating if the requirements are met: Voir article 4 du règlement d"appel d"offres
III.2.2)Economic and financial ability
Criteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: Voir article 4 du règlement d"appel d"offres
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
III.2.3)Technical and/or professional capacity
Criteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
Voir article 4 du règlement
d"appel d"offres
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to
participate
Envisaged number of operators 6
Objective criteria for choosing the limited number of candidates: Le CEA procédera à
l"analyse et à la sélection des candidatures conformément aux critères de jugement descandidatures suivantes : - capacité professionnelle, administrative et technique, -
capacité financière
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
IV.2.2)Information about electronic auction
An electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
DAPS-S2MN-ES-LOTO-(B23-00910)
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or
descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
8.12.2023 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected
candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
French.
Section VI: Complementary information
VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: renouvellement à échéance
de l"accord
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information:
Volumétrie fournie, à titre indicatif, dans le règlement d"appel d"offres
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
Official name: Tribunal administratif
Postal address: 7 rue de jouy
Town: PARIS Cedex 04
Postal code: 75181
Country: France
Telephone: +33 144594400
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be
obtained
Official name: Greffe du Tribunal administratif
Postal address: 7 rue de jouy
Town: PARIS Cedex 04
Postal code: 75181
Country: France
Telephone: +33 144594400
VI.5)Date of dispatch of this notice:
8.11.2023