An official website of the European Union
All official European Union website addresses are in the europa.eu domain.
български (BG)
español (ES)
čeština (CS)
dansk (DA)
deutsch (DE)
eesti (ET)
ελληνικά (EL)
english (EN)
français (FR)
gaeilge (GA)
hrvatski (HR)
italiano (IT)
latviešu (LV)
lietuvių (LT)
magyar (HU)
malti (MT)
nederlands (NL)
polski (PL)
português (PT)
română (RO)
slovenčina (SK)
slovenščina (SL)
suomi (FI)
svenska (SV)
Successfully signed out
You are signed out of the TED application, but you 're still logged in to EU Login. If you wish to logout of EU Login, please click here
339256-2024 - Result
Notice View
Summary
I.1.
Name and addresses
Official name: European Commission, Directorate-General for Health and Food Safety (SANTE), Directorate F – Health and Food Audits and Analysis
Official name: European Commission, Directorate-General for Health and Food Safety (SANTE), Directorate F – Health and Food Audits and Analysis
Postal address: Grange, Co. Meath, Grange
Town: Dunsany
NUTS code: IE062 Mid-East
Postal code: C15 DA39
Country: Ireland
E-mail: sante-irl-cft@ec.europa.eu
Internet address(es):
I.5.
Main activity
General public services
General public services
II.1.1.
Title
Provision of Canteen and Catering Services at the European Commission Premises at Grange, Dunsany, Co. Meath, Ireland
Reference number: SANTE/GRA/2023/NP/0078
II.1.2.
Main CPV code
55500000 Canteen and catering services
55500000 Canteen and catering services
II.1.3.
Type of contract
Services
Services
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.1.7.
Total value of the procurement
Value excluding VAT: 1 379 477,28 EUR
Value excluding VAT: 1 379 477,28 EUR
II.2.2.
Additional CPV code(s)
55500000 Canteen and catering services, 55510000 Canteen services, 55520000 Catering services
55500000 Canteen and catering services, 55510000 Canteen services, 55520000 Catering services
II.2.3.
Place of performance
NUTS code: IE062 Mid-East
Contract No: 2024/SANTE/LC-03039032
Title:
Provision of Canteen and Catering Services at the European Commission Premises at Grange, Dunsany, Co. Meath, Ireland
A contract/lot is awarded: yes
V.2.1.
Date of conclusion of the contract
30/04/2024
30/04/2024
V.2.3.
Name and address of the contractor
Official name: BaxterStorey Ireland Limited
Official name: BaxterStorey Ireland Limited
National registration number: 430224
Postal address: Second Floor, Avoca Building, Fitzmaurice Road, Rathcoole, Co. Dublin
Town: Rathcoole
NUTS code: IE061 Dublin
Postal code: D24 P9FH
Country: Ireland
The contractor is an SME: no
V.2.4.
Information on value of the contract/lot
Initial estimated total value of the contract/lot: 1 000 000,00 EUR
Total value of the contract/lot: 1 379 477,28 EUR
VI.5.
Date of dispatch of this notice
29/05/2024
29/05/2024
Languages and formats
Notice
Official language
339256-2024 - ResultSee the notice on TED website 
339256-2024
339256-2024 - ResultIreland-Dunsany: Provision of Canteen and Catering Services at the European Commission Premises at Grange, Dunsany, Co. Meath, Ireland
OJ S 111/2024 10/06/2024
Contract award notice
Services
Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.1.
Name and addresses
Official name: European Commission, Directorate-General for Health and Food Safety (SANTE), Directorate F – Health and Food Audits and Analysis
Official name: European Commission, Directorate-General for Health and Food Safety (SANTE), Directorate F – Health and Food Audits and Analysis
Postal address: Grange, Co. Meath, Grange
Town: Dunsany
NUTS code: IE062 Mid-East
Postal code: C15 DA39
Country: Ireland
E-mail: sante-irl-cft@ec.europa.eu
Internet address(es):
I.4.
Type of the contracting authority
European institution/agency or international organisation
European institution/agency or international organisation
I.5.
Main activity
General public services
General public services
Section II: Object
II.1.
Scope of the procurement
II.1.1.
Title
Provision of Canteen and Catering Services at the European Commission Premises at Grange, Dunsany, Co. Meath, Ireland
Reference number: SANTE/GRA/2023/NP/0078
II.1.2.
Main CPV code
55500000 Canteen and catering services
55500000 Canteen and catering services
II.1.3.
Type of contract
Services
Services
II.1.4.
Short description
The subject of this call for tenders is the provision of canteen and catering services at the European Commission premises at Grange, Dunsany, Co. Meath, C15 DA39, Ireland.
II.1.6.
Information about lots
This contract is divided into lots: no
This contract is divided into lots: no
II.1.7.
Total value of the procurement
Value excluding VAT: 1 379 477,28 EUR
Value excluding VAT: 1 379 477,28 EUR
II.2.
Description
II.2.2.
Additional CPV code(s)
55500000 Canteen and catering services, 55510000 Canteen services, 55520000 Catering services
55500000 Canteen and catering services, 55510000 Canteen services, 55520000 Catering services
II.2.3.
Place of performance
NUTS code: IE062 Mid-East
Main site or place of performance:
Grange, Dunsany, Co. Meath, C15 DA39, IRELAND.
II.2.4.
Description of the procurement
The principal component of the catering service is the operation of the on-site canteen and the on-site cafeteria. The contract also covers the catering service for the on-site crèche and the provision of refreshments for meetings and on-site conferences when requested. All the necessary equipment (apart from the barista coffee machine, consumables and drinking water dispenser) for carrying out the tasks covered by the contract is provided by the contracting authority.
Furthermore, this contract also covers the supply, operation and maintenance of a barista coffee machine and a drinking water dispenser adequate to the level of use/ numbers and consumption information.
The contractor shall provide the services in line with the different levels of service (minimum, medium, maximum) as detailed in point 12.1 Information on options of the technical specifications.
II.2.5.
Award criteria
Quality criterion - Name: Technical quality / Weighting: 44
Quality criterion - Name: Organisation / Weighting: 36
Quality criterion - Name: Quality of the environmental management policies and actions proposed in the tender / Weighting: 10
Quality criterion - Name: Quality control / Weighting: 10
Price - Weighting: 40 %
II.2.11.
Information about options
Options: yes
Options: yes
Description of options:
The contractor shall be in a position to operate the canteen on behalf of the Commission in the following levels of service:
— minimum level of service (Option 1): the Commission envisages that at least one (1) member of staff will be required on site in order to provide this level of service on site. The contracting authority will consider introducing this option when the percentage of staff using the canteen on site is around 20 % or below;
— medium level of service (Option 2): the Commission envisages that a minimum of three (3) members of staff will be required on site in order to provide this level of service. The contracting authority will consider introducing this option when the percentage of staff using the canteen on site is between approx. 20 % and approx. 40 %;
— maximum level of service (Option 3): the Commission envisages that a minimum of four (4) members of staff will be required on site in order to provide this level of service. The contracting authority will consider introducing this option when the percentage of staff using the canteen on site is around 60 % or more.
The following is applicable to all levels of service:
— contributing to the general canteen maintenance on behalf of the Commission. See technical specifications for further details;
— providing hospitality services at the contracting authority’s premises to its staff and visitors. See technical specifications for further details.
It is expected that performance of the contract will commence at medium level of service. However, if external circumstances arise, the Commission might require reducing to minimum level of service. The scenario used to calculate the maximum contract price is based on the following assumptions:
— minimum level of service to be possibly in place for 0 months;
— medium level of service to be possibly in place for 24 months;
— maximum level of service to be possibly in place for 24 months.
However, it has to be noted that the above is the current assumption and the actual distribution might differ from it. The procedure for triggering the different levels of service throughout the duration of the contract is outlined in the service contract.
See tender specifications for further details.
II.2.13.
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: no
The procurement is related to a project and/or programme financed by European Union funds: no
II.2.14.
Additional information
Section IV: Procedure
IV.1.
Description
IV.1.1.
Type of procedure
Award of a contract without prior publication of a call for competition in the Official Journal of the European Union in the cases listed below
- No tenders or no suitable tenders/requests to participate in response to open procedure
Explanation:
In accordance with Art. 164(1)(d) FR, Point 11.1(a) Annex I, this procurement procedure was launched using a negotiated procedure without prior publication of a contract notice following the completion of an open procurement procedure where no (or not suitable) tenders were received. The open procurement procedure had been completed prior to the launch of this negotiated procedure. The original procurement documents were not substantially altered.
IV.1.3.
Information about a framework agreement or a dynamic purchasing system
IV.1.8.
Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
The procurement is covered by the Government Procurement Agreement: no
IV.2.
Administrative information
IV.2.8.
Information about termination of dynamic purchasing system
IV.2.9.
Information about termination of call for competition in the form of a prior information notice
Section V: Award of contract
Contract No: 2024/SANTE/LC-03039032
Title:
Provision of Canteen and Catering Services at the European Commission Premises at Grange, Dunsany, Co. Meath, Ireland
A contract/lot is awarded: yes
V.2.
Award of contract
V.2.1.
Date of conclusion of the contract
30/04/2024
30/04/2024
V.2.2.
Information about tenders
Number of tenders received: 1
Number of tenders received: 1
Number of tenders received by electronic means: 1
The contract has been awarded to a group of economic operators: no
V.2.3.
Name and address of the contractor
Official name: BaxterStorey Ireland Limited
Official name: BaxterStorey Ireland Limited
National registration number: 430224
Postal address: Second Floor, Avoca Building, Fitzmaurice Road, Rathcoole, Co. Dublin
Town: Rathcoole
NUTS code: IE061 Dublin
Postal code: D24 P9FH
Country: Ireland
The contractor is an SME: no
V.2.4.
Information on value of the contract/lot
Initial estimated total value of the contract/lot: 1 000 000,00 EUR
Total value of the contract/lot: 1 379 477,28 EUR
V.2.5.
Information about subcontracting
Section VI: Complementary information
VI.3.
Additional information
VI.4.
Procedures for review
VI.4.1.
Review body
Official name: General Court of the European Union
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3.
Review procedure
Precise information on deadline(s) for review procedures:
Tenderers may lodge a complaint to the European Ombudsman for maladministration within 2 years of notification of the outcome of the procedure but only after having exhausted all the available administrative remedies (submitting observations concerning the procurement procedure to the contracting authority).
The time-limit for lodging an action for annulment of the present decision is within two months of notification of the outcome of the procedure.
Any complaint about maladministration to the European Ombudsman or any observation or request addressed to the contracting authority, will have neither the purpose nor the effect of suspending this time limit.
The court responsible for hearing annulment procedures is indicated under heading VI.4.1) of this notice.
VI.5.
Date of dispatch of this notice
29/05/2024
29/05/2024

Discover more on europa.eu
Social media
Social media
EU institutions and bodies
EU institutions and bodies