Legal Basis:
Directive 2014/24/EU
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:
Provision of "Know Your Customer" (KYC) and other Operational Compliance Support 2019-2022
Reference number: LZ-1527
II.1.2)Main CPV code66171000 Financial consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Consistent with its Statute, the EIB shall conform to Best Banking Practice (“BBP”) and on that basis regulatory and market developments are therefore monitored closely.
In lot 1, the EIB wishes to select multiple Providers assisting the EIB TMR/KYC Unit staff in their daily work on KYC Analysis and other preliminary compliance-related checks (such as on integrity and sanctions) for new operations during the period of 2019-2022.
In lot 2, the EIB wishes to select multiple providers supporting the Transactions Management and Restructurings Directorate (TMR) in assessing tax issues in projects currently monitored by the Bank.
II.1.5)Estimated total valueValue excluding VAT: 2 600 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 2
II.2)Description
II.2.2)Additional CPV code(s)66171000 Financial consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
Main site or place of performance:
EIB premises in Luxembourg.
II.2.4)Description of the procurement:
The EIB is looking for external expertise to assist the EIB TMR/KYC Unit staff in their daily work on KYC Analysis and other preliminary compliance-related checks (such as on integrity and sanctions) for new operations during the period of 2019-2022. This period includes also peak years when the regular KYC review for certain EIB counterparts is due for update (on a risk-based approach).
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 300 000.00 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: no
II.2.14)Additional information
II.2)Description
II.2.2)Additional CPV code(s)66171000 Financial consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
Main site or place of performance:
EIB premises in Luxembourg.
II.2.4)Description of the procurement:
In lot 2, the EIB wishes to select multiple providers supporting the Transactions Management and Restructurings Directorate (TMR) in assessing tax issues in projects currently monitored by the Bank.
Issues can be related to tax fraud, tax evasion, tax avoidance, harmful tax practices and/or aggressive tax planning practices in the context of the initiatives launched by the European Commission under the EU Anti-Tax Avoidance Package (ATAP) and the approach taken by international standard-setting organisations such as the FATF and OECD Global Forum (“Tax Concerns”).
Against this background, TMR/KYC Unit is looking for external expertise to assist the EIB staff in analysing the impact the various tax issues may have to the monitoring of the ongoing projects.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 300 000.00 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: 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 several operators
Envisaged maximum number of participants to the framework agreement: 5
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: 29/03/2019
Local time: 23:59
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:English
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: 01/04/2019
Local time: 14:00
Information about authorised persons and opening procedure:
Upon request, the written record of the opening of the tenders will be provided to economic operators who submitted a 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.5)Date of dispatch of this notice:24/01/2019