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:
Framework contract for services in the field of catering for the European Commission in Brussels and Overijse
Reference number: OIB/2021/CPN/0065
II.1.2)Main CPV code55511000 Canteen and other restricted-clientele cafeteria services
II.1.3)Type of contractServices
II.1.4)Short description:
Provision of flat-rate services in the field of catering, self-service and cafeterias managed or which may be managed by the Commission in its buildings in the Brussels-Capital Region and Overijse.
II.1.5)Estimated total valueValue excluding VAT: 15 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)55320000 Meal-serving services
55321000 Meal-preparation services
II.2.3)Place of performanceNUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
II.2.4)Description of the procurement:
Framework contract for services in the field of catering for the European Commission in Brussels and Overijse.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated valueValue excluding VAT: 15 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
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: yes
Identification of the project:
EU administrative appropriations
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:
See the contract documents
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 procedureCompetitive procedure with negotiation
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.1.5)Information about negotiation
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: 13/09/2021
Local time: 15:00
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)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
Estimated timing for further notices to be published:
36 months after the award
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See the contract documents
VI.5)Date of dispatch of this notice:11/08/2021