Legal Basis:
Directive 2014/24/EU
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 activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Legal Advisory Services for the EIB West Building Project (Pre-construction Phase)
Reference number: CFT-1667
II.1.2)Main CPV code79100000 Legal services
II.1.3)Type of contractServices
II.1.4)Short description:
The European Investment Bank (EIB) intends to award a framework agreement for the provision of legal advisory services (LAS) during the pre-construction phase of the EIB West Building Project (WBP) in Luxembourg. This call for tenders will result in the award of a framework agreement with 2 (two) service providers in cascade, for a duration of 4 (four) years.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79111000 Legal advisory services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
The subject of the framework agreement is the provision of legal advisory services to the EIB during the pre-construction phase of its West Building Project. Main areas of expertise may cover:
— Luxembourg contract law,
— Luxembourg design / construction / real estate law,
— insurance law, performance bonds,
— EU public procurement law,
— Luxembourg litigation and international arbitration / dispute resolution.
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: 2 000 000.00 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: no
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:
List and brief description of conditions:
See internet address provided in Section I.3).
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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See internet address provided in Section I.3).
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: 2
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: 29/04/2022
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: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: 03/05/2022
Local time: 15:00
Information about authorised persons and opening procedure:
Tenders will be opened in a non-public procedure.
Information about authorised persons and opening procedure: Upon written request to the EIB (see Section I.1)), the written record of the opening of 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.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under Section I.1) of this contract notice. If tenderers or other interested parties, believe that the EIB committed an instance of maladministration (e.g. it has failed to act in accordance with its established policies, standards and procedures or to respect the principles of good administration), they may lodge a complaint to the EIB Group Complaints Mechanism (see https://www.eib.org/en/about/accountability/complaints/index.htm) within one year from the date when the alleged action, decision or omission by the Bank could be reasonably known by the complainant. If unhappy with the outcome, tenderers can seek a review of the EIB Group’s reply to the complaint by the European Ombudsman (see https://www.ombudsman.europa.eu). Within two months of notification of the outcome of the procedure (award decision), tenderers may launch an action for its annulment and/or damages. Any request tenderers may make and any reply from the Bank or any complaint of maladministration, will have neither the purpose nor the effect of suspending the time-limit for launching an action for annulment nor open a new period for launching an action for annulment. The body responsible for hearing annulment procedures is indicated under Section VI.4.1) of this contract notice.
VI.5)Date of dispatch of this notice:18/03/2022