We are happy to announce that the new version of the TED portal is going live on 29.01.2024 (indicative date - to be confirmed!) Interested in discovering the new functionalities, improvements and impact on the users? We invite you to visit our article and find out more about the main new changes and functionalities.

You may get an error message when trying to access the notices listed hereafter. If that is the case, please use the alternative links provided below. We are working on solving the problem. We apologize for the inconvenience.
716246-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:716246-2023:PDFS:FI:HTML
719591-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML
724690-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:724690-2023:PDFS:FI:HTML
731050-2023 - https://ted.europa.eu/udl?uri=TED:NOTICE:731050-2023:PDFS:FI:HTML
You may also use the following structure to build the URL of the notices concerned:
https://ted.europa.eu/udl?uri=TED:NOTICE:NNNNNN-2023:PDFS:LL:HTML, (example: https://ted.europa.eu/udl?uri=TED:NOTICE:719591-2023:PDFS:FI:HTML), but please bear in mind that only the original language version of the notice is available

There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 103030-2017

21/03/2017    S56

Luxembourg-Luxembourg: Running of the catering service at the European Court of Auditors

2017/S 056-103030

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Postal code: 1615
Country: Luxembourg
Contact person: ECA Procurement Service
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46667
Internet address(es):
Main address: http://www.eca.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2272
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: European Court of Auditors
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
Contact person: Procurement Service
Telephone: +352 43981
E-mail: eca-procurement.service@eca.europa.eu
Fax: +352 4398-46946
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Internet address(es):
Main address: http://www.eca.europa.eu
I.4)Type of the contracting authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Running of the catering service at the European Court of Auditors.

Reference number: CPN 597.
II.1.2)Main CPV code
55500000 Canteen and catering services
II.1.3)Type of contract
Services
II.1.4)Short description:

The aim is to enter into 2 framework contracts for:

— lot 1: running the catering service at the European Court of Auditors,

— lot 2: performing quantity and quality checks on catering services at the European Court of Auditors.

II.1.5)Estimated total value
Value excluding VAT: 4 560 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for one lot only
II.2)Description
II.2.1)Title:

Running of the catering service at the European Court of Auditors

Lot No: 1
II.2.2)Additional CPV code(s)
55330000 Cafeteria services
55510000 Canteen services
55511000 Canteen and other restricted-clientele cafeteria services
55523000 Catering services for other enterprises or other institutions
55520000 Catering services
55500000 Canteen and catering services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Main site or place of performance:

European Court of Auditors, 12, rue Alcide de Gasperi, L-1615 Luxembourg (Kirchberg), LUXEMBOURG.

II.2.4)Description of the procurement:

The running of the catering service should cover the following services:

1) the running of a staff restaurant: the staff restaurant is located at 12, rue Alcide de Gasperi, L-1615 Luxembourg, on the ground floor of the K3 Building. The restaurant seats approximately 400 people and has a fully equipped kitchen in the basement;

2) the running of 2 cafeterias (K2 and K3) offering rapid service: the cafeterias in Buildings K2 and K3 have approximately 68 and 80 seats respectively. The cafeteria in the K2 Building has an adjoining office. The 2 cafeterias are self-service;

3) the running of a modular executive dining room (lunches, dinners, receptions) located on the 6th floor of the K3 Building. This dining room can be divided and cater for a maximum of 3 lunches and 1 cocktail party simultaneously, i.e. 170 people (standing) to attend a cocktail party or buffet and 120 people for lunch or dinner. The executive dining room in the K3 Building has a fully equipped kitchen;

4) provision of the following associated services, for which the contractor does not benefit from any exclusivity:

i. coffee break, serving coffee in meeting rooms and coffee corners;

ii. leasing and maintenance of coffee machines and water coolers, delivery of drinks to members' offices, delivery and installation of associated consumables such as refill bottles;

iii. automatic vending machines (distributors of drinks, snacks, sandwiches, etc.);

iv. assistance to the Court by providing service staff (chefs de rang, dishwashers and a chef) for receptions organised by the Court.

The contract for lot 1 is a mixed contract under which the Court entrusts the contractor with managing various services as a concession ('concession part' for the services under 1, 2 and 4, point (iii)). The contract also lays down the conditions for specific contracts to provide catering services that can be allocated by the Court to the contractor, by means of purchase orders, for the duration of the contract ('framework service contract part', services under 3 and 4, points (i), (ii) and (iv)).

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 4 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: general EU budget.
II.2.14)Additional information
II.2)Description
II.2.1)Title:

Performance of quantity and quality checks on catering services at the European Court of Auditors

Lot No: 2
II.2.2)Additional CPV code(s)
55500000 Canteen and catering services
55330000 Cafeteria services
79419000 Evaluation consultancy services
II.2.3)Place of performance
NUTS code: LU LUXEMBOURG (GRAND-DUCHÉ)
Main site or place of performance:

European Court of Auditors, 12, rue Alcide de Gasperi, L-1615 Luxembourg (Kirchberg), LUXEMBOURG.

II.2.4)Description of the procurement:

The Court is seeking a service provider to assist it with its assignment of monitoring the satisfactory performance of the catering contract (lot 1).

'Running the catering service' refers to running a staff restaurant, 2 cafeterias (K2 and K3) offering rapid service, an executive dining room (lunches, dinners, receptions) for formal catering and events.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
Value excluding VAT: 60 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project: general EU budget.
II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

candidates must have the legal capacity to perform the contract. The requirement in terms of legal capacity is as follows:

— candidates must be authorised to carry out the commercial activity under this tender procedure.

To this end, candidates must provide proof that the national legislation allows them to perform the contract (enrolment on the professional or trade register, membership of a specific organisation, express authority, or entry in the VAT register).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

candidates must have sufficient resources and financial means to perform the contract. The requirement in terms of economic and financial capacity is as follows:

— lots 1 and 2: the tenderer's average overall annual turnover for the past 3 financial years must be at least twice the estimated annual value.

The candidate's financial and economic capacity will be assessed on the basis of balance sheets or extracts thereof and profit and loss accounts for the past 3 financial years, together with any copies of the reports of the board of directors and external auditors, if available, relating to those financial years.

If, for some exceptional reason which the contracting authority considers to be justified, the candidate is unable to produce the means of proof required, he is permitted to provide evidence of his financial capacity by any means which the contracting authority deems suitable.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

candidates must have sufficient technical and professional capacity to perform the contract. The requirements in terms of technical and professional capacity are as follows.

Lot 1:

(a) candidates must have at least 3 years' relevant experience in the commercial activity under lot 1 of this tender procedure, as described in the technical specifications;

(b) candidates must provide a list of 3 examples of similar contracts carried out over the past 3 years, with each one representing for the candidate a turnover of at least 500 000 EUR per year/per customer. The catering services must include mass catering services as well as services for events and formal occasions.

Each reference must include the following information:

— name of the customer (public or private),

— short description of the services provided (type of service, value, date of performance),

— statements of satisfactory performance issued by customers must be attached to each reference;

(c) candidates must provide proof of the skills and experience of those responsible for the service and of those providing them (1 site manager, 2 chefs and 1 pastry chef), taking into account the requirements stated in point 3.5.2 (part B of the specifications). To this end, candidates must provide the CVs of the site manager, both chefs and the pastry chef.

Lot 2: candidates must provide a list of 3 references from customers in the field of quality and quantity checks on mass catering services, showing at least 3 years' relevant experience in the commercial activity under lot 2.

Each reference must include the following information:

— name of the customer (public or private),

— short description of the services provided (type of checks, value, date),

— statements of satisfactory performance issued by customers must be attached to each reference.

III.2)Conditions related to the contract
III.2.3)Information about staff responsible for the performance of the contract
Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Competitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.5)Information about negotiation
The contracting authority reserves the right to award the contract on the basis of the initial tenders without conducting negotiations
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 18/04/2017
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

The contract documents are available only on the 'Ted-eTendering' website. Additional information will be published on the 'Ted-eTendering' website. This website is regularly updated and it is the responsibility of candidates/tenderers to check for any updates and modifications during the tender procedure.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Fax: +352 4303-2100
Internet address: http://curia.europa.eu/
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Town: Strasbourg
Postal code: 67001
Country: France
Telephone: +33 388172313
Internet address: http://ombudsman.europa.eu/
VI.4.4)Service from which information about the review procedure may be obtained
Official name: European Court of Auditors, Procurement Service
Postal address: 12, rue Alcide de Gasperi
Town: Luxembourg
Postal code: 1615
Country: Luxembourg
E-mail: eca-procurement.service@eca.europa.eu
Telephone: +352 4398-47611
Fax: +352 4398-46955
Internet address: http://www.eca.europa.eu
VI.5)Date of dispatch of this notice:
09/03/2017