Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to 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:
Services to monitor compliance with health rules concerning the production and distribution of food and drinks within the UE Councils in Brussels and Luxembourg
Reference number: UCA 22/001
II.1.2)Main CPV code90721300 Food or feed contamination protection services
II.1.3)Type of contractServices
II.1.4)Short description:
The provision of audit services to evaluate compliance with food safety obligations, including compliance and implementation of good hygiene practices and self-regulation. These audits will be based on visits at regular intervals to all kitchen, restaurant, cafeteria and bar facilities, and food products in the buildings where the General Secretariat of the Council of the European Union organises catering services.
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)90721300 Food or feed contamination protection services
55300000 Restaurant and food-serving services
II.2.3)Place of performanceNUTS code: BE1 Région de Bruxelles-Capitale / Brussels Hoofdstedelijk Gewest
NUTS code: LU Luxembourg
II.2.4)Description of the procurement:
These services include a support function consisting of:
— providing opinions and advice on food hygiene;
— implementing microbiological analyses;
— any other relevant control.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract will be tacitly renewed three times for a respective period of 12 months, unless one of the parties receives a formal notification to the contrary at least three months before the end of the current framework contract period. The extension will not modify or postpone existing obligations.
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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
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 participateDate: 10/06/2022
Local time: 17:00
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: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 15/06/2022
Local time: 11:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
VI.4)Procedures for review
VI.4.2)Body responsible for mediation procedures VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Any appeal has to be lodged with the General Court within two months of the notification to the plaintiff or, in the absence thereof, on the day on which it came to the knowledge of the plaintiff. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals. Time limits are extended on account of distance by a fixed period of ten days regardless of the place of establishment or habitual residence of the person concerned.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:07/04/2022