Publications Office of the EU
CLEANING OF THE TERTIARY LOCATIONS OF THE METROPOLITAN TRANSPORT REGION AND THEIR VITRERIE (2 LOTS) - EU tenders
DisplayCustomHeader
Procurement Detail Actions Portlet
OP Portal - Procurement - Details

This page contains content generated automatically to improve findability and accessibility

- indicates CPV codes deduced from the text of the procedure

- indicates text translated automatically in your browsing language

CLEANING OF THE TERTIARY LOCATIONS OF THE METROPOLITAN TRANSPORT REGION AND THEIR VITRERIE (2 LOTS) Text automatically translated in your browsing language Automatically translated

  • Published
    26/11/2024
  • Deadline
    11/12/2024
  • Awarded
    18/04/2025
  • Today
    17/07/2025
Status
Awarded
Type of contract
Services
Subject for Renewal
No
Buyer
RTM - Régie des Transports Métropolitains
Place of performance
NUTS code: Multiple place of performance
Location of buyer
NUTS code: FRL04 Bouches-du-Rhône
Business sector (Main CPV)
75310000 Benefit services
Total estimated contract value (excluding VAT)
Not available
Total final contract value (excluding VAT)
Not available
Tender reference number
EM/CH/24/109
Description

1/ The consultation is divided into the following two lots: Lot 1 - Cleaning of the tertiary premises of the gtr; Lot 2 - Cleaning of glass panes in the tertiary premises of the gtr. Candidates may submit tenders for one, several or all lots. Tenders will be examined lot by lot. Candidates may not submit tenders which vary according to the number of lots likely to be awarded. Each lot is awarded a separate contract. 2/ These public contracts are framework agreements within the meaning of Articles L2125-1.1° and R2162-2 et seq. of the Public Procurement Code. Each framework agreement is concluded with a single economic operator and performed partly by issuing order forms, for the services described in the contractual documents (under the conditions laid down in Articles R2162-13 and R2162-14 of the Code) and partly by concluding subsequent contracts for needs for which not all the contractual provisions are laid down in the documents of the framework agreement (in accordance with Articles R2162-7, R2162-11 and R2162-12 of the Code). Pursuant to Article R2162-4 of the Code, each contract is concluded without a minimum amount of commitment and with a maximum amount of commitment over their duration (5 years) of Lot 1: EUR 15 000 000 excluding VAT and Lot 2: 1,500,000 Euros excluding VAT. 3/ The duration of each framework agreement shall be fixed at five years from the date of commencement of the services which must take place after the date of notification. The start date of the services shall be communicated by any written means to the Contractor, taking into account a notice period of one month. 4/ These are public service contracts which refer to the General Administrative Provisions applicable to public contracts for current supplies and services (CCAG/FCS), approved by the Order of 30 March 2021. 5/ At the application stage, the documents sent with the Notice of Public Call for Competition (APC), are set out in the "Application Phase" Consultation Rules, attached to the APC. 6/ Candidates must send their application (and their tender in the subsequent phase) electronically via the website www.achatpublic.com. 7/ In the subsequent phase, the RTM will make available the complete Business Consultation File (BCR) to candidates admitted to submit a tender, via the website www.achatpublic.com, which will provide them with the terms and conditions for downloading.Candidates must submit their tender electronically via the websiteachatpublic.com. Text automatically translated in your browsing language Automatically translated

Submission Method
Electronic via:
https://www.achatpublic.com/
Tenders may be submitted
Electronic submission: required
https://www.achatpublic.com/
Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The procurement involves the establishment of a framework agreement
Conditions for opening tenders (date)
Not available
Place of performance
CPV code

75310000 - Benefit services

90900000 - Cleaning and sanitation services CVP code deduced from the text of the procedure AI-generated

90000000 - Sewage, refuse, cleaning and environmental services CVP code deduced from the text of the procedure AI-generated

Award method
Criterion:
Type: quality
Description: Pour chacun des lots, la Valeur technique, pondérée à 34%, est composée de trois sous-critères, représentant 100% de la valeur technique : Sous-critère 1 (45%) : Performance de l'organisation, de la planification et des outils mis en place pour assurer et démontrer l'exécution des prestations exécutées (analysée au vu des éléments produits en partie 1 du mémoire technique); Sous-critère 2 (45%) : Performance des moyens mis en oeuvre permettant de garantir la qualité des prestations exécutées (analysée au vu des éléments produits en partie 2 du mémoire technique); Sous-critère 3 (10%) : Pertinence des mesures mises en oeuvre en matière de Responsabilité Sociétale et Environnementale, en lien avec les prestations exécutées (analysée au vu des éléments produits en partie 3 du mémoire technique).
Weight (percentage, exact): 34
Criterion:
Type: price
Description: Pour chacun des lots, le critère Prix pondéré à 66%, est analysé compte tenu du montant résultant du Devis Descriptif Estimatif Détaillé (DDED) du lot concerné, annexe 1 de l'Invitation à Soumissionner (IS), dont les prix unitaires sont issus du Bordereau des Prix Unitaires (BPU) du lot concerné, annexe 1 de l'Acte d'Engagement (AE). Pour chacun des lots, l'offre classée en première position, au vu des critères énoncés ci-dessus après négociation, est réputée « Offre économiquement la plus avantageuse ».
Weight (percentage, exact): 66
Criterion:
Type: quality
Description: Pour chacun des lots, la Valeur technique, pondérée à 34%, est composée de trois sous-critères, représentant 100% de la valeur technique : Sous-critère 1 (45%) : Performance de l'organisation, de la planification et des outils mis en place pour assurer et démontrer l'exécution des prestations exécutées (analysée au vu des éléments produits en partie 1 du mémoire technique); Sous-critère 2 (45%) : Performance des moyens mis en oeuvre permettant de garantir la qualité des prestations exécutées (analysée au vu des éléments produits en partie 2 du mémoire technique); Sous-critère 3 (10%) : Pertinence des mesures mises en oeuvre en matière de Responsabilité Sociétale et Environnementale, en lien avec les prestations exécutées (analysée au vu des éléments produits en partie 3 du mémoire technique).
Weight (percentage, exact): 34
Criterion:
Type: price
Description: Pour chacun des lots, le critère Prix pondéré à 66%, est analysé compte tenu du montant résultant du Devis Descriptif Estimatif Détaillé (DDED) du lot concerné, annexe 1 de l'Invitation à Soumissionner (IS), dont les prix unitaires sont issus du Bordereau des Prix Unitaires (BPU) du lot concerné, annexe 1 de l'Acte d'Engagement (AE). Pour chacun des lots, l'offre classée en première position, au vu des critères énoncés ci-dessus après négociation, est réputée « Offre économiquement la plus avantageuse ».
Weight (percentage, exact): 66
Estimated value
Not available
Final contracted value
Not available
Award of contract
Official name: BOSTON PRO SERVICES
Postal address:
Town: GARDANNE
Postal code: 13120
Country:
Official name: ONET SERVICES
Postal address:
Town: MARSEILLE
Postal code: 13009
Country:
Prior information
Contract
Award
Footnote - legal notice

This content published on this page is meant purely as an additional service and has no legal effect. The Union's institutions do not assume any liability for its contents. The official versions of the relevant tendering notices are those published in the Supplement of Official Journal of the European Union and available in TED. Those official texts are directly accessible through the links embedded in this page. For more information please see Public Procurement Explainability and Liability notice.