Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Operation of the Maison Jean Monnet training centre in Bazoches-sur-Guyonne
Reference number: 06B40/2021/M072
II.1.2)Main CPV code55100000 Hotel services
II.1.3)Type of contractServices
II.1.4)Short description:
Operation of the 32-bed guest house, catering for participants and visitors, cleaning, maintenance/repair and gardening within the grounds of the Maison Jean Monnet.
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)50710000 Repair and maintenance services of electrical and mechanical building installations
55300000 Restaurant and food-serving services
55321000 Meal-preparation services
55330000 Cafeteria services
55400000 Beverage-serving services
55510000 Canteen services
55520000 Catering services
77313000 Parks maintenance services
90910000 Cleaning services
II.2.3)Place of performanceNUTS code: FR103 Yvelines
Main site or place of performance:
Houjarray (a commune in Bazoches-sur-Guyonne).
II.2.4)Description of the procurement:
The European Parliament is looking for an ambitious company to provide hospitality, building maintenance, cleaning and gardening services for its training centre located in the grounds of the Maison Jean Monnet, in the commune of Bazoches-sur- Guyonne, Yvelines, where Monnet lived from 1945 to 1979. The training centre, adjacent to a museum which is open to the public all year round, consists of a modular training room, a 32-room guest house and a restaurant.
II.2.5)Award criteriaCriteria below
Quality criterion - Name: Hotel facilities / Weighting: 15
Quality criterion - Name: Catering services / Weighting: 12
Quality criterion - Name: Communication and image / Weighting: 8
Quality criterion - Name: Social and environmental responsibility / Weighting: 8
Quality criterion - Name: General management, risk management and resilience / Weighting: 7
Price - Weighting: 50
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 84
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
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 registersList and brief description of conditions:
The candidate must be registered within the professional register or the commercial register, and hold the specific authorisations proving that they can provide the facilities covered by the contract (hotels and catering) in their country of residence, in particular by being a member of a professional organisation, if this is required by the legislation in their country of residence
III.1.2)Economic and financial standingList and brief description of selection criteria:
Turnover in the field of the contract.
Minimum level(s) of standards possibly required:
See contractual documents for details.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Operation of at least one similar facility (accommodation with seminar structure).
Minimum level(s) of standards possibly required:
See contractual documents for details.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureCompetitive procedure with negotiation
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.5)Information about negotiation
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 05/04/2022
Local time: 12:00
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 tenderDuration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Internet address:
https://curia.europa.eu VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Two months from the notification of the decision concerning you directly and individually, respectively from the publication of the disputed public notice.
VI.5)Date of dispatch of this notice:04/03/2022