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: Affaires économiques
2. Procédure
2.1.
Procédure
Titre: Procurement of Visibility Items, Promotional Items and Various Bags
Description: PROCUREMENT OF VISIBILITY ITEMS, PROMOTIONAL ITEMS AND VARIOUS BAGS LOT 1 - VISIBILITY ITEMS (26-AC1466) LOT 2 - PROMOTIONAL ITEMS (26-AC1467) LOT 3 - VARIOUS BAGS (26-AC1468)
Identifiant de la procédure: 7febd3b3-4f3d-45c5-9651-db27bfebc137
Identifiant interne: 26-AOO-F004
Type de procédure: Ouverte
La procédure est accélérée: non
Principales caractéristiques de la procédure et informations sur l'endroit où obtenir les règles complètes applicables à la procédure: Research the tender with this number on platform PLACE: 26-AOO-F004
2.1.1.
Objet
Nature principale du marché: Fournitures
Nomenclature principale (cpv): 22000000 Imprimés et produits connexes
Nomenclature complémentaire (cpv): 39294100 Produits d'information et de promotion, 18000000 Vêtements, articles chaussants, bagages et accessoires
2.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Paris (FR101)
Pays: Turquie
Informations complémentaires: Country execution TURKEY
2.1.3.
Valeur
Valeur estimée hors TVA: 428 000,00 EUR
Valeur maximale de l’accord-cadre: 428 000,00 EUR
2.1.4.
Informations générales
Base juridique:
Directive 2014/24/UE
2.1.5.
Conditions du marché public
Conditions de soumission:
Nombre maximal de lots pour lesquels un soumissionnaire peut présenter une offre: 3
Conditions du marché:
Nombre maximal de lots pouvant être attribués à un soumissionnaire: 3
2.1.6.
Motifs d’exclusion
Sources des motifs d'exclusion: Document de marché
5. Lot
5.1.
Lot: LOT-0001
Titre: Visibility Items: 53.000,00 EURO
Description: Lot 1 - Visibility Items: 53.000,00 EURO This contract is subject to the French Public Procurement Code (CPP) in its applicable version under Ordinance no. 2018-1074 of 26 November 2018, establishing the legislative elements of Decree no. 2018-1075 of 3 December 2018, establishing the regulatory elements of the Public Procurement. It is awarded by means of: open tender in application of Articles L. 2124-2, R. 2161-2, R. 2161-3, R. 2161-4 and R. 2161-5 of CCP. In accordance with Article R.2123-1 of the French Public Procurement Code relating to "small lots", Lots 1 and 3 will be awarded through a simplified procurement procedure, as their individual value is below euros80,000 excluding VAT and their combined value does not exceed 20% of the total estimated value of the contract
Identifiant interne: 1
5.1.1.
Objet
Nature principale du marché: Fournitures
Nomenclature principale (cpv): 22000000 Imprimés et produits connexes
Options:
Description des options: NO
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Paris (FR101)
Pays: Turquie
Informations complémentaires: TURKEY
5.1.3.
Durée estimée
Durée: 30 Mois
5.1.4.
Reconduction
Nombre maximum de reconductions: 3
Autres informations sur le renouvellement: The provisional term of the contract is 30 months from its award date. For illustrative purposes only, the anticipated award date is 27/04/2026. However, the contracting authority reserves the right to terminate the contract earlier in accordance with the termination provisions set out in the contract.
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): oui
Informations complémentaires: VET4JOB UE PROJET This contract is subject to the French Public Procurement Code (CPP) in its applicable version under Ordinance no. 2018-1074 of 26 November 2018, establishing the legislative elements of Decree no. 2018-1075 of 3 December 2018, establishing the regulatory elements of the Public Procurement. It is awarded by means of: open tender in application of Articles L. 2124-2, R. 2161-2, R. 2161-3, R. 2161-4 and R. 2161-5 of CCP. In accordance with Article R.2123-1 of the French Public Procurement Code relating to "small lots", Lots 1 and 3 will be awarded through a simplified procurement procedure, as their individual value is below euros80,000 excluding VAT and their combined value does not exceed 20% of the total estimated value of the contract The maximum number of participants is set at 12. However, this number may be exceeded if a higher number of candidates meet the selection criteria. Conversely, if the number of 12 candidates is not reached, the procedure will continue with the number of candidates who have submitted a compliant tender, without this resulting in the cancellation of the procedure.
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(60 points)
Description: Sub-criteria for assessing the technical quality Maximum number of points Sub-criterion 1: Proposed structuring of work and quality control This criterion will be assessed on the basis of the Case Study (Annex IX). Tenderers are invited to describe: - The working methodology, describing the internal structure and the steps between the receipt of a purchase order and the delivery of the items. (10 points) - Contractual and organisational arrangements to guarantee timely delivery of the each purchase order items. (5 points) - The quality control procedures. (5 points) 20 Sub-criterion 2: Technical compliance (If at least one of the offered products does not comply with the specifications, the bidder will fail and receive 0 (zero) points from this criterion.) 25 Sub-criterion 3 - Environmental performance of the proposed products Assessment of the measures proposed by the tenderer to reduce the environmental impact of the supplied items, including the use of recycled or sustainable materials, reduction of packaging, and the existence of relevant environmental certifications. 5 TOTAL 60
Critère:
Type: Prix
Nom: Criterion 1: price of the services (40 points)
Description: 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.
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de soumission:
Soumission par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation/candidatures peuvent être présentées: français
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Date limite de réception des offres: 13/04/2026 12:00:00 (UTC+02:00) Heure de l'Europe orientale, heure d'été de l'Europe centrale
Durée de validité des offres: 120 Jours
Conditions du marché:
Le contrat doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation électronique: Requise
La commande en ligne sera utilisée: non
Le paiement électronique sera utilisé: non
5.1.15.
Techniques
Accord-cadre:
Accord-cadre, sans remise en concurrence
Nombre maximal de candidats: 12
Informations sur le système d’acquisition dynamique:
Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et recours
Organisation chargée des procédures de recours: Tribunal Judiciaire
Description des délais d'introduction des procédures de recours: Voici la **traduction en anglais juridique** : > **An application for pre-contractual interim relief may be lodged from the beginning of the procurement procedure until the signature of the contract. An action for full jurisdiction challenging the validity of the contract or certain of its severable clauses may be brought within two months from the publication of the contract award notice. A contractual interim relief action may be lodged within 31 days following the publication of the contract award notice. If no such notice has been published, the court may be seized until the expiry of a period of six months from the day following the 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
5.1.
Lot: LOT-0002
Titre: Promotional Items: 360.000,00 EURO
Description: Promotional Items: 360.000,00 EURO This contract is subject to the French Public Procurement Code (CPP) in its applicable version under Ordinance no. 2018-1074 of 26 November 2018, establishing the legislative elements of Decree no. 2018-1075 of 3 December 2018, establishing the regulatory elements of the Public Procurement. It is awarded by means of: open tender in application of Articles L. 2124-2, R. 2161-2, R. 2161-3, R. 2161-4 and R. 2161-5 of CCP. In accordance with Article R.2123-1 of the French Public Procurement Code relating to "small lots", Lots 1 and 3 will be awarded through a simplified procurement procedure, as their individual value is below euros80,000 excluding VAT and their combined value does not exceed 20% of the total estimated value of the contract
Identifiant interne: 2
5.1.1.
Objet
Nature principale du marché: Fournitures
Nomenclature principale (cpv): 22000000 Imprimés et produits connexes
Options:
Description des options: NO
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Paris (FR101)
Pays: Turquie
Informations complémentaires: TURKEY
5.1.3.
Durée estimée
Durée: 30 Mois
5.1.4.
Reconduction
Nombre maximum de reconductions: 3
Autres informations sur le renouvellement: The provisional term of the contract is 30 months from its award date. For illustrative purposes only, the anticipated award date is 27/04/2026. However, the contracting authority reserves the right to terminate the contract earlier in accordance with the termination provisions set out in the contract.
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): oui
Informations complémentaires: VET4JOB UE PROJET This contract is subject to the French Public Procurement Code (CPP) in its applicable version under Ordinance no. 2018-1074 of 26 November 2018, establishing the legislative elements of Decree no. 2018-1075 of 3 December 2018, establishing the regulatory elements of the Public Procurement. It is awarded by means of: open tender in application of Articles L. 2124-2, R. 2161-2, R. 2161-3, R. 2161-4 and R. 2161-5 of CCP. In accordance with Article R.2123-1 of the French Public Procurement Code relating to "small lots", Lots 1 and 3 will be awarded through a simplified procurement procedure, as their individual value is below euros80,000 excluding VAT and their combined value does not exceed 20% of the total estimated value of the contract The maximum number of participants is set at 12. However, this number may be exceeded if a higher number of candidates meet the selection criteria. Conversely, if the number of 12 candidates is not reached, the procedure will continue with the number of candidates who have submitted a compliant tender, without this resulting in the cancellation of the procedure.
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(60 points)
Description: Sub-criteria for assessing the technical quality Maximum number of points Sub-criterion 1: Proposed structuring of work and quality control This criterion will be assessed on the basis of the Case Study (Annex IX). Tenderers are invited to describe: - The working methodology, describing the internal structure and the steps between the receipt of a purchase order and the delivery of the items. (10 points) - Contractual and organisational arrangements to guarantee timely delivery of the each purchase order items. (5 points) - The quality control procedures. (5 points) 20 Sub-criterion 2: Technical compliance (If at least one of the offered products does not comply with the specifications, the bidder will fail and receive 0 (zero) points from this criterion.) 25 Sub-criterion 3 - Environmental performance of the proposed products Assessment of the measures proposed by the tenderer to reduce the environmental impact of the supplied items, including the use of recycled or sustainable materials, reduction of packaging, and the existence of relevant environmental certifications. 5 TOTAL 60
Critère:
Type: Prix
Nom: Criterion 1: price of the services (40 points)
Description: 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.
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de soumission:
Soumission par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation/candidatures peuvent être présentées: français
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Date limite de réception des offres: 13/04/2026 12:00:00 (UTC+02:00) Heure de l'Europe orientale, heure d'été de l'Europe centrale
Durée de validité des offres: 120 Jours
Conditions du marché:
Le contrat doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation électronique: Requise
La commande en ligne sera utilisée: non
Le paiement électronique sera utilisé: non
5.1.15.
Techniques
Accord-cadre:
Accord-cadre, sans remise en concurrence
Nombre maximal de candidats: 12
Informations sur le système d’acquisition dynamique:
Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et recours
Organisation chargée des procédures de recours: Tribunal Judiciaire
Description des délais d'introduction des procédures de recours: Voici la **traduction en anglais juridique** : > **An application for pre-contractual interim relief may be lodged from the beginning of the procurement procedure until the signature of the contract. An action for full jurisdiction challenging the validity of the contract or certain of its severable clauses may be brought within two months from the publication of the contract award notice. A contractual interim relief action may be lodged within 31 days following the publication of the contract award notice. If no such notice has been published, the court may be seized until the expiry of a period of six months from the day following the 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
5.1.
Lot: LOT-0003
Titre: Various Bags: 15.000,00 EURO
Description: Lot 3 - Various Bags: 15.000,00 EURO This contract is subject to the French Public Procurement Code (CPP) in its applicable version under Ordinance no. 2018-1074 of 26 November 2018, establishing the legislative elements of Decree no. 2018-1075 of 3 December 2018, establishing the regulatory elements of the Public Procurement. It is awarded by means of: open tender in application of Articles L. 2124-2, R. 2161-2, R. 2161-3, R. 2161-4 and R. 2161-5 of CCP. In accordance with Article R.2123-1 of the French Public Procurement Code relating to "small lots", Lots 1 and 3 will be awarded through a simplified procurement procedure, as their individual value is below euros80,000 excluding VAT and their combined value does not exceed 20% of the total estimated value of the contract
Identifiant interne: 3
5.1.1.
Objet
Nature principale du marché: Fournitures
Nomenclature principale (cpv): 22000000 Imprimés et produits connexes
Options:
Description des options: NO
5.1.2.
Lieu d’exécution
Subdivision pays (NUTS): Paris (FR101)
Pays: Turquie
Informations complémentaires: TURKEY
5.1.3.
Durée estimée
Durée: 30 Mois
5.1.4.
Reconduction
Nombre maximum de reconductions: 3
Autres informations sur le renouvellement: The provisional term of the contract is 30 months from its award date. For illustrative purposes only, the anticipated award date is 27/04/2026. However, the contracting authority reserves the right to terminate the contract earlier in accordance with the termination provisions set out in the contract.
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): oui
Informations complémentaires: VET4JOB UE PROJET This contract is subject to the French Public Procurement Code (CPP) in its applicable version under Ordinance no. 2018-1074 of 26 November 2018, establishing the legislative elements of Decree no. 2018-1075 of 3 December 2018, establishing the regulatory elements of the Public Procurement. It is awarded by means of: open tender in application of Articles L. 2124-2, R. 2161-2, R. 2161-3, R. 2161-4 and R. 2161-5 of CCP. In accordance with Article R.2123-1 of the French Public Procurement Code relating to "small lots", Lots 1 and 3 will be awarded through a simplified procurement procedure, as their individual value is below euros80,000 excluding VAT and their combined value does not exceed 20% of the total estimated value of the contract The maximum number of participants is set at 12. However, this number may be exceeded if a higher number of candidates meet the selection criteria. Conversely, if the number of 12 candidates is not reached, the procedure will continue with the number of candidates who have submitted a compliant tender, without this resulting in the cancellation of the procedure.
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(60 points)
Description: Sub-criteria for assessing the technical quality Maximum number of points Sub-criterion 1: Proposed structuring of work and quality control This criterion will be assessed on the basis of the Case Study (Annex IX). Tenderers are invited to describe: - The working methodology, describing the internal structure and the steps between the receipt of a purchase order and the delivery of the items. (10 points) - Contractual and organisational arrangements to guarantee timely delivery of the each purchase order items. (5 points) - The quality control procedures. (5 points) 20 Sub-criterion 2: Technical compliance (If at least one of the offered products does not comply with the specifications, the bidder will fail and receive 0 (zero) points from this criterion.) 25 Sub-criterion 3 - Environmental performance of the proposed products Assessment of the measures proposed by the tenderer to reduce the environmental impact of the supplied items, including the use of recycled or sustainable materials, reduction of packaging, and the existence of relevant environmental certifications. 5 TOTAL 60
Critère:
Type: Prix
Nom: Criterion 1: price of the services (40 points)
Description: 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.
5.1.11.
Documents de marché
5.1.12.
Conditions du marché public
Conditions de soumission:
Soumission par voie électronique: Requise
Langues dans lesquelles les offres ou demandes de participation/candidatures peuvent être présentées: français
Catalogue électronique: Non autorisée
Variantes: Non autorisée
Date limite de réception des offres: 13/04/2026 12:00:00 (UTC+02:00) Heure de l'Europe orientale, heure d'été de l'Europe centrale
Durée de validité des offres: 120 Jours
Conditions du marché:
Le contrat doit être exécuté dans le cadre de programmes d’emplois protégés: Non
Facturation électronique: Requise
La commande en ligne sera utilisée: non
Le paiement électronique sera utilisé: non
5.1.15.
Techniques
Accord-cadre:
Accord-cadre, sans remise en concurrence
Nombre maximal de candidats: 12
Informations sur le système d’acquisition dynamique:
Pas de système d’acquisition dynamique
Enchère électronique: non
5.1.16.
Informations complémentaires, médiation et recours
Organisation chargée des procédures de recours: Tribunal Judiciaire
Description des délais d'introduction des procédures de recours: Voici la **traduction en anglais juridique** : > **An application for pre-contractual interim relief may be lodged from the beginning of the procurement procedure until the signature of the contract. An action for full jurisdiction challenging the validity of the contract or certain of its severable clauses may be brought within two months from the publication of the contract award notice. A contractual interim relief action may be lodged within 31 days following the publication of the contract award notice. If no such notice has been published, the court may be seized until the expiry of a period of six months from the day following the 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
Point de contact: GREFFIER
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
Ville: PARIS
Code postal: 75859
Subdivision pays (NUTS): Paris (FR101)
Pays: France
Point de contact: GREFFIER
Téléphone: 0144325151
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
Téléphone: +33 172365548
Rôles de cette organisation:
TED eSender
Identifiant/version de l’avis: aa91205a-db5b-47be-b55e-ae6c1a1dd545 - 01
Type de formulaire: Mise en concurrence
Type d’avis: Avis de marché ou de concession – régime ordinaire
Sous-type d’avis: 16
Date d’envoi de l’avis: 13/03/2026 23:00:03 (UTC+01:00) Heure de l'Europe centrale, heure d'été de l'Europe occidentale
Langues dans lesquelles l’avis en question est officiellement disponible: français
Numéro de publication de l’avis: 182719-2026
Numéro de publication au JO S: 53/2026
Date de publication: 17/03/2026