Services - 395982-2022

21/07/2022    S139

Luxembourg-Luxembourg: Operation of catering and ancillary services

2022/S 139-395982

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: Court of Justice of the European Union, Direction générale de l’administration, Direction des bâtiments et de la sécurité
Postal address: Service du courrier officiel
Town: Luxembourg
NUTS code: LU Luxembourg
Postal code: L-2925
Country: Luxembourg
Contact person: M. Bernard Lheritier, Chef de l'unité achats et inventaire
E-mail: 22-033@curia.europa.eu
Internet address(es):
Main address: https://www.curia.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=11428
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Operation of catering and ancillary services

Reference number: COJ-PROC-22/033
II.1.2)Main CPV code
55500000 Canteen and catering services
II.1.3)Type of contract
Services
II.1.4)Short description:

This contract is a mixed contract which covers the following services:

a) operation of the Court’s catering service (concession part of this contract);

b) provision of catering services (framework contract part of this contract);

c) multi-service offer, including in particular dry-cleaning services and shoe repair services (concession part of this contract).

II.1.5)Estimated total value
Value excluding VAT: 17 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
50822000 Repair services of shoes
98310000 Washing and dry-cleaning services
55511000 Canteen and other restricted-clientele cafeteria services
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Grand Duchy of Luxembourg.

II.2.4)Description of the procurement:

This contract is made up of two parts:

— catering services;

— an additional multi-service offer including, in particular, laundry and shoe repair services.

With regard to the first part of the contract, the contractor will deliver the following services:

— operation of six restaurants and cafeterias:

—— self-service restaurants, one with an adjoining coffee corner, the other with a European delicatessen stand;

—— two restaurants with seated restauration services;

—— two cafeterias.

— banqueting services to support event activities;

— provision and management of vending machines and other equipment;

— miscellaneous services, in particular for meetings.

This first part of the contract consists mainly of a mixed contract under which the Court entrusts the contractor with the management of various services as a concession (concession part). The first part also lays down the conditions governing the specific contracts to provide catering services which may be requested by the Court from the contractor, by means of specific contracts or order forms, during the validity of the contract (framework service contract part).

With regards to the second part of the contract, a room will be made available to the contractor (hereinafter ‘the stand’) to collect and return laundry and items entrusted to customers. The dry-cleaning and shoe repair services will be implemented by the contractor, outside of the Court's buildings. The contractor may complete the multi-service offer by offering additional services.

This second part will be managed as a concession (concession part).

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 17 400 000.00 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: no
II.2.14)Additional information

During the second stage of the procedure, two site visits will be arranged on the dates indicated in the invitation to tender letter. Economic operators may only participate in one of these visits.

Participation in one of the site visits is mandatory, and tenders from economic operators who have not taken part in any site visit will be rejected.

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:

See section 3.4.1 of tender specifications.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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
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 participate
Date: 26/08/2022
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 20/09/2022
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:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 43031
Internet address: https://www.curia.europa.eu
VI.4.2)Body responsible for mediation procedures
Official name: European Ombudsman
Postal address: 1 avenue du Président Robert Schuman
Town: Strasbourg
Postal code: 87001
Country: France
Telephone: +33 388172313
Fax: +33 388179062
Internet address: https://www.ombudsman.europa
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Any appeals must be lodged with the General Court of the European Union within two months of the plaintiff being notified or, failing this,of the date on which it became known to them. A complaint made to the European Ombudsman neither suspends this period nor opens a new period for lodging appeals.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: General Court
Postal address: Rue Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 43031
Internet address: https://www.curia.europa.eu
VI.5)Date of dispatch of this notice:
14/07/2022