France: Études de faisabilité, service de conseil, analyse
CONSULTANCY SERVICES TO ESTABLISH AN ENABLING POLICY FRAMEWORK FOR CIRCULAR ECONOMY IN ESA REGION
AVIS DE MARCHÉ
ou de concession - régime ordinaire
1. Acheteur
1.1 Acheteur
Nom officiel: EXPERTISE FRANCE
Forme juridique de l'acheteur: Organisation qui passe un marché subventionné par une autorité publique centrale
Activité du pouvoir adjudicateur: Services d'administration générale
2. Procédure
2.1 Procédure
Titre: CONSULTANCY SERVICES TO ESTABLISH AN ENABLING POLICY FRAMEWORK FOR CIRCULAR ECONOMY IN ESA REGION
Description: Services are described in TORS available in PLACE : https://www.marches-publics.gouv.fr/ research with this number 26-AOO-S007 relance
Identifiant de la procédure: af07c106-2593-48bc-945d-3e3d66b64a4d
Identifiant interne: 26-AOO-S007 relance
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure: https://www.marches-publics.gouv.fr/
2.1.1 Objet
Nature du marché: Services
Nomenclature principale(cpv): 71241000Études de faisabilité, service de conseil, analyse
Nomenclature supplémentaire(cpv): 79400000Conseil en affaires et en gestion et services connexes
2.1.2 Lieu d'exécution
Subdivision pays (NUTS): Paris(FR101)
Pays: France
2.1.3 Valeur
Valeur estimée hors TVA: 990 000Euro
Valeur maximale de l'accord-cadre: 990 000Euro
2.1.4 Informations générales
Base juridique:
Directive 2014/24/UE
2.1.6 Motifs d'exclusion
Sources des motifs d'exclusion: Document de marché
5. Lot
5.1 Identifiant technique du lot: LOT-0001.
Titre: CONSULTANCY SERVICES TO ESTABLISH AN ENABLING POLICY FRAMEWORK FOR CIRCULAR ECONOMY IN ESA REGION
Description: CONSULTANCY SERVICES TO ESTABLISH AN ENABLING POLICY FRAMEWORK FOR CIRCULAR ECONOMY IN ESA REGION
Identifiant interne: 26-AOO-S007 RELANCE
5.1.1 Objet
Nature du marché: Services
Nomenclature principale(cpv): 71241000Études de faisabilité, service de conseil, analyse
Nomenclature supplémentaire(cpv): 79400000Conseil en affaires et en gestion et services connexes
5.1.2 Lieu d'exécution
Ville: Paris
Subdivision pays (NUTS): Paris(FR101)
Pays: France
Informations complémentaires:
5.1.3 Durée estimée
Durée: 36Mois
5.1.5 Valeur
Valeur estimée hors TVA: 990 000Euro
5.1.6 Informations générales
Participation réservée: La participation n'est pas réservée.
Les noms et les qualifications professionnelles du personnel chargé de l'exécution
du marché doivent être mentionnés: Exigence dans l'offre
Projet de passation de marché financé en totalité ou en partie par des fonds de l'UE
Le marché relève de l'accord sur les marchés publics (AMP): non
Informations complémentaires: Award process of the subsequent contracts Each technical offer, deemed to be technically conforming, will be attributed a technical score (TS out of a maximum of 70 points) by adding up the weighted scores obtained for each sub-criterion. Bids having obtained a technical score of less than 35/70 will be deemed to be inappropriate. Award process of the Competitive Multiple Framework Contract (CMCF) with subsequent contracts An overall score (OS out of a maximum of 100 points) obtained by adding together the technical and financial scores (OS=FS+TS) will be attributed to each bid that has been assessed for its technical and financial content. The bidder who obtains the highest overall score will be deemed to have made the most beneficial economic offer and will be awarded the contract. The contracting authority may decide not to pursue the tender for reasons of public interest. Award process of the subsequent contracts The Competitive Multiple Framework Contract (CMFC) with subsequent contracts is a framework agreement with a maximum of three service providers. When a specific need arises, a mini-competition will be held among the contracted service providers, and the most economically beneficial bid will be awarded the subsequent contract. Bids will be assessed separately in accordance with the following Sub-criteria by awarding a score up to the maximum number of points per criterion as set out below: Criterion 1: Price of the services The financial score (FS out of a maximum of 40 points) will cover the comparison of the financial offers of all candidates having submitted a conforming bid. Please note that the maximum unit price determined by the service provider in the financial offer under the framework contract will be the highest price that the service provider may charge for a specific service under the framework contract. Criterion 2: Technical offer Sub-criteria for assessing the technical quality Maximum number of points Sub-criterion 1: Understanding of the Assignment 10-15 Sub-criterion 2: Technical Approach et Methodology etenvironmental approch 10-25 Sub-criterion 3: Relevant Experience et Past Performance of the technical team members 10-25 Sub-criterion 4: Relevance of Management, Coordination et Quality Assurance 5-10 TOTAL 60 Note: Individual subsequent contract may apply modified evaluation criteria based on their specific requirements and expected results.
5.1.9 Critères de sélection
Sources des critères de sélection: Document de marché
5.1.10 Critères d'attribution
Critère:
Type: Qualité
Nom: Criterion 2: Technical offer
Description: Sub-criteria for assessing the technical quality Maximum number of points Sub-criterion 1: Demonstrate Understanding of the Assignment - Demonstrates a clear understanding of the overall technical specifications. (2/5) - Explain how the five work packages interlink to support an inclusive transition to Circular Economy in the ESA region. (2/5) - Briefly highlight what is required to deliver the assignment effectively and coherently. (1/5) 5 Sub-criterion 2 : WP 1 - Regional Studies - Effectiveness of the proposed approach for addressing data gaps, access constraints and data quality risks, while ensuring efficient use of resources and value for money. (3/8) - Quality of the proposed approach for engaging relevant stakeholders, validating findings, and disseminating results to ensure credibility, ownership and policy uptake. (3/8) - Robustness of the proposed quality assurance and review processes to ensure high-quality, consistent and policy-relevant study outputs. (2/8) 8 Sub-criterion 3: WP 2 - Regional Policy Dialogues - Feasibility and quality of the proposed approach to planning, organising, and managing regional policy events, including logistics, coordination, and risk management. (3/10) - Soundness of the proposed approach for building consensus and managing disagreements, including addressing power imbalances and political sensitivities in policy dialogue settings. (2/10) - Effectiveness of the proposed approach for structuring and moderating policy dialogue processes to achieve actionable policy outcomes. (3/10) - Strength of the proposed approach for capturing, synthesising, and communicating outcomes, recommendations, and follow-up actions from regional dialogues.(2/10) 10 Sub-criterion 4: WP 3 - Policy Support Facility - Clarity and depth of understanding of the PSF objectives, its non-prescriptive nature, and how it will respond to regional and national policy needs.(3/15) - Demonstrates clear understanding of how policy is formulated and coordinated at national and regional level. Highlight roles of key institutions, private sector actors, and other relevant stakeholders and governance structures involved in policy formulation.(7/15) - Demonstrates understanding of political economy factors shaping policy formulation, including incentives, power imbalances, and political sensitivities, and how these will be managed. (5/15) 15 Sub-criterion 5: WP 4 - Capacity Building - Clarity and quality of the approach to producing policy-relevant learning materials (briefs, toolkits, case studies) that support integration of CE into policy frameworks. (2/8) - Quality of the proposed approach to designing and delivering tailored capacity building, including learning methods, interactive training, and practical policy application. (3/8) - Effectiveness of the approach to planning and managing online and in-person training events, including coordination, participant engagement, and logistical arrangements. (2/8) - Strength of the proposed approach to tracking learning outcomes, collecting feedback, and improving training quality. (1/8) 8 Sub-criterion 6: WP 5 - Advocacy Support - Demonstrates clear understanding of how advocacy, influencers, and civil society can support CE policy development and uptake in the ESA region. (1/6) - Clarity and quality of the approach to producing user-friendly, policy-relevant advocacy materials (briefs, infographics, toolkits, fact sheets). (2/6) - Effectiveness of the approach to organising and managing advocacy events (workshops, conferences, webinars), including coordination with regional partners. (2/6) - Strength of the proposed approach to tracking advocacy impact, capturing lessons learned, and adjusting strategies based on feedback and outcomes. (1/6) 6 Sub-criterion 7: Team Composition and Ability to Mobilise Experts with ESA Policy Networks - Level of experience (number of years within the relevant field of expertise) of each member within the core team to successfully execute tasks under this contract (10/18) - Evidence of active participation in ESA policy development (e.g., drafting, consultations, technical inputs). (5/18) - Demonstrate the capacity and systems to identify, mobilise and rapidly deploy subsequent experts with the required expertise under each subsequent contract to ensure a timely and effective response to new assignments (3/18) 18 TOTAL 70
Critère:
Type: Prix
Nom: Criterion 1: Price of the services (30 points)
Description: The financial score (FS out of a maximum of 30 points) will cover the comparison of the financial offers of all candidates having submitted a conforming bid.
5.1.11 Documents de marché
Adresse des documents de marché: www.marches-publics.gouv.fr/
5.1.12 Conditions du marché public
Conditions de présentation:
Présentation par voie électronique: Requise
Adresse de présentation: https://www.marches-publics.gouv.fr/
Langues dans lesquelles les offres ou demandes de participation peuvent être présentées: francais, anglais
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Date limite de réception des offres: 24/04/202612:00 +02:00
Date limite de validité de l'offre: 120Jour
Conditions du marché:
Le marché doit être exécuté dans le cadre de programmes d'emplois protégés: Non
Conditions relatives à l'exécution du contrat: https://www.marches-publics.gouv.fr/
Facturation en ligne: Autorisée
La commande en ligne sera utilisée: non
Le paiement en ligne sera utilisé: non
5.1.15 Techniques
Accord-cadre:
Accord-cadre, avec remise en concurrence
Nombre maximal de participants: 12.
Informations sur le système d'acquisition dynamique:
Pas de système d'acquisition dynamique
5.1.16 Informations complémentaires, médiation et réexamen
Organisation chargée des procédures de recours: Tribunal Judiciaire
Informations relatives aux délais de recours: Pre-contractual summary proceedings may be brought from the start of the procurement procedure until the contract is signed; Full jurisdiction proceedings may be brought against the validity of the contract or certain of its clauses that are severable, within two months of the publication of the award notice. An appeal for interim relief may be lodged within 31 days of the publication of the award notice. If no such notice has been published, the matter may be brought before the court until the expiry of a period of six months from the day following the date of conclusion of the contract.
Organisation qui fournit des informations complémentaires sur la procédure de passation
de marché: EXPERTISE FRANCE
Organisation qui fournit des précisions concernant l'introduction des recours: Tribunal Judiciaire
8. Organisations
8.1 ORG-0001.
Nom officiel: EXPERTISE FRANCE
Numéro d'enregistrement: 80873479200035.
Adresse postale: 40 boulevard Port Royal
Ville: PARIS
Code postal: 75005.
Subdivision pays (NUTS): Paris(FR101)
Pays: France
Adresse électronique:
[email protected]
Téléphone: +33 170827428.
Rôles de cette organisation:
Acheteur
Organisation qui fournit des informations complémentaires sur la procédure de passation
de marché
8.1 ORG-0002.
Nom officiel: Tribunal Judiciaire
Numéro d'enregistrement: 17750111101763.
Adresse postale: Tribunal de Paris, Parvis du Tribunal de Paris www.tribunal-de-paris.justice.fr
Ville: PARIS
Code postal: 75859.
Subdivision pays (NUTS): Paris(FR101)
Pays: France
Point de contact: GREFFIER
Adresse électronique:
[email protected]
Téléphone: 0144325151.
Adresse internet: www.tribunal-de-paris.justice.fr
Rôles de cette organisation:
Organisation chargée des procédures de recours
Organisation qui fournit des précisions concernant l'introduction des recours
8.1 ORG-0000
Nom officiel: DEMATIS
Numéro d'enregistrement: 45072478600030
Ville: Paris
Code postal: 75015.
Subdivision pays (NUTS): Paris(FR101)
Pays: France
Adresse électronique:
[email protected]
Téléphone: +33 172365548.
Adresse internet: www.dematis.com
Rôles de cette organisation:
TED eSender
Informations relatives à l'avis
Identifiant/version de l'avis: cac25e13-6788-4073-9c70-bd17f2c8935f- 01.
Type de formulaire: Mise en concurrence
Type d'avis: AVIS DE MARCHÉ
ou de concession - régime ordinaire
Date d'envoi de l'avis: 24/03/202618:00 +01:00
Langues dans lesquelles l'avis en question est officiellement disponible: francais