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:
Provision of Consultancy and Services to Support Transversal Activities in the Area of Buildings and Logistics
Reference number: CFT-1620
II.1.2)Main CPV code71315210 Building services consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of this call for tenders is to procure advisory and consultancy services to support transversal activities in the area of buildings and logistics; the advisory and consultancy contracts resulting from this Call for tender (CfT) with external providers should aim at making sure that there is transversal support in the most efficient manner that brings added value to the facilities services delivered by the BLD Department as a whole.
In other words, the consultancy and advisory contracts included in this procurement procedure will mainly assist BLD in meeting its mission goals and improve the Department’s performance as an ‘internal FM services provider’ within the EIB. The present agreement may also be used by other EIB Department and Directorate divisions, and by the EIF.
II.1.5)Estimated total valueValue excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71315200 Building consultancy services
71315210 Building services consultancy services
II.2.3)Place of performanceNUTS code: LU Luxembourg
II.2.4)Description of the procurement:
The purpose of the Services is to provide support, mostly to the BLMO Division, during the initiation/execution/performance phase of the contracts and globally during the delivery of services to end-users and aims at ensuring the required effectiveness and efficiency, regardless of whether the Services are delivered by internal BLD staff or outsourced. In this context, stages like planning, monitoring and control must be fully covered by the Services.
It also covers other transversal services across BLD, providing support to BLMO division within broad horizontal policies such as the framework of quality and environmental assurance systems (definition, implementation, audit, control, and continuous improvement). The services also encompasses reporting and document management.
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: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
4 years, renewable for up to 3 additional years for a maximum duration of 7 years (4 + 1 + 1 + 1).
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
In the case of framework agreements, provide justification for any duration exceeding 4 years:
The providers to be awarded will need to provide strategic advice which necessitates an ample term of this Framework Agreement.
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: 13/05/2021
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: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: 17/05/2021
Local time: 15:00
Place:
Tenders will be opened in a non-public 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.
Information about authorised persons and opening procedure:
Tenders will be opened in a non-public 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:
In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2), the European Investment Bank reserves (i) the right to extend this time limit, (ii) to postpone the date and time of tender opening stated in Section IV.2.7) accordingly and publish these changes at the Internet address provided in Section I.3), without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3) in order to get notified when new information or documents are published.
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 1 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 2 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:31/03/2021