Servicios - 95522-2015

Mostrar versión reducida

19/03/2015    S55

Luxembourg-Luxembourg: Audit and review procedures for the canteens, bars, restaurants and shops service — CBRS

2015/S 055-095522

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Official name: European Parliament, Directorate-General for Finance
Postal address: plateau de Kirchberg, PO Box 1601
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
For the attention of: Eduard Reijnders
E-mail: eduard.reijnders@europarl.europa.eu
Fax: +352 4300-27131

Internet address(es):

General address of the contracting authority: http://www.europarl.europa.eu

Electronic access to information: http://www.europarl.europa.eu/tenders/invitations.htm

Further information can be obtained from:
Official name: European Parliament, Directorate-General for Finance
Postal address: plateau de Kirchberg, PO Box 1601
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
For the attention of: José Luis Acedo Castro
E-mail: dgfins.marches@europarl.europa.eu
Fax: +352 4300-20102
Internet address: http://www.europarl.europa.eu/tenders/invitations.htm

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: European Parliament, Directorate-General for Finance
Postal address: plateau de Kirchberg, PO Box 1601
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
For the attention of: José Luis Acedo Castro
E-mail: dgfins.marches@europarl.europa.eu
Fax: +352 4300-20102
Internet address: http://www.europarl.europa.eu/tenders/invitations.htm

Tenders or requests to participate must be sent to:
Official name: European Parliament, Official Mail Service
Postal address: Konrad Adenauer Building, Office 00D001
Town: Luxembourg
Postal code: 2929
Country: Luxembourg
Contact person: Directorate-General for Finance
For the attention of: Eduard Reijnders

I.2)Type of the contracting authority
European institution/agency or international organisation
I.3)Main activity
Economic and financial affairs
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Audit and review procedures for the canteens, bars, restaurants and shops service — CBRS.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 9: Accounting, auditing and bookkeeping services
Main site or location of works, place of delivery or of performance: Brussels, Luxembourg, Strasbourg.
NUTS code
II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The European Parliament has decided to issue this invitation to tender to request audit and review procedures for the canteens, bars, restaurants and shops service of the European Parliament in Brussels, Strasbourg and Luxembourg. 3 audit services will be required.
II.1.6)Common procurement vocabulary (CPV)

79211100 Bookkeeping services, 79212100 Financial auditing services, 79212500 Accounting review services

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
This contract is subject to renewal: yes
Number of possible renewals: 2
In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts:
in months: 12 (from the award of the contract)
II.3)Duration of the contract or time limit for completion
Duration in months: 48 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See points 4 and 5 of the specifications.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Point 14.1 of the specifications.
As proof of their status and legal capacity, tenderers must append to their tenders a copy of their articles of association or equivalent document enabling the European Parliament to determine their form and legal capacity to perform the contract. Should the proof submitted not be sufficient for that purpose, the European Parliament may demand other proof during the tender assessment process. Where no such proof is submitted, the European Parliament reserves the right to deem the tender inadmissible.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: Point 14.2 of the specifications:
— existence of professional indemnity insurance,
— minimum annual total turnover of 1 000 000 EUR (average of the last 3 audited financial years).
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
Point 14.3 of the specifications:
— tenderers must be entitled, in accordance with the requirements of the Directive 2006/43/EC of the European Parliament and of the Council on statutory audits of annual accounts and consolidated accounts, to carry out the requested services in Belgium, France and Luxembourg,
— minimum 2 years of experience in audit and related services in the restaurants and shops for public and/or private sector clients,
— the average number of managerial staff and the average number of the persons responsible for carrying out the audits for the last 2 years with a minimum of 25 in total for both categories together,
— experience as evidenced by the qualifications, both educational and professional, of the firm's managerial staff and those of the persons responsible for carrying out the service. As services must be carried out in English and/or French, the assigned personnel must have knowledge of at least 1 of these languages.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: yes
Reference to the relevant law, regulation or administrative provision: Auditors.
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
EP/FINS 2014-103.
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
12.5.2015 - 17:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
Any EU official language
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 3.6.2015 - 11:00

Place:

Luxembourg.

Persons authorised to be present at the opening of tenders: yes
Additional information about authorised persons and opening procedure: Limited to 2 persons per tenderer.

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published: 4 years.
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Official name: General Court of the Court of Justice of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu

VI.4.2)Lodging of appeals

Precise information on deadline(s) for lodging appeals: Interested parties should contact the body responsible for appeal procedures to obtain information on deadline(s) for lodging appeals at http://curia.europa.eu

VI.4.3)Service from which information about the lodging of appeals may be obtained

Official name: General Court of the Court of Justice of the European Union
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: generalcourt.registry@curia.europa.eu
Telephone: +352 4303-1
Fax: +352 433766
Internet address: http://curia.europa.eu

VI.5)Date of dispatch of this notice:
9.3.2015