Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Assistance in risk management services and corporate governance.
Reference number: PC-1424.
II.1.2)Main CPV code66171000 Financial consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
In line with the provisions of its statute (Article 12), the EIB endeavours to conform to best banking practice under the supervision of its Audit Committee. The EIB seeks the services of external providers to support its compliance and best banking practice activities in the areas of risk management and governance, based upon the 3 lots which will be individually governed by a specific framework agreement.
II.1.5)Estimated total valueValue excluding VAT: 8 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Prudential, regulatory compliance and best banking practice
Lot No: 1
II.2.2)Additional CPV code(s)66171000 Financial consultancy services
66152000 Financial market regulatory services
79412000 Financial management consultancy services
72221000 Business analysis consultancy services
79410000 Business and management consultancy services
79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: LU00 Luxembourg (Grand-Duché)
II.2.4)Description of the procurement:
The service provider shall provide assistance and expertise to the EIB in the interpretation and implementation of best banking practice in the area of prudential regulations.
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: 4 500 000.00 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:
See Internet address provided in Section I.3.
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.2.1)Title:
Governance, data and reporting
Lot No: 2
II.2.2)Additional CPV code(s)66171000 Financial consultancy services
66152000 Financial market regulatory services
79412000 Financial management consultancy services
72221000 Business analysis consultancy services
79410000 Business and management consultancy services
79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: LU00 Luxembourg (Grand-Duché)
II.2.4)Description of the procurement:
The service provider shall provide assistance and expertise to the EIB in reviewing best banking practice applicable to the EIB in specific prudential and non-prudential regulatory areas to identify both potential gaps against regulations and market practice and EIB necessary efforts needed to close these gaps. This includes the following areas:
— product oversight and governance including new product and mandate approval process,
— organisational requirements, in particular to maintain a strong and comprehensive internal control framework consistent with the 3 lines of defence model (‘3LoD’),
— governance arrangements that ensure effective and prudent management of the organisation, including the segregation of duties in the organisation and the prevention of conflicts of interest,
— corporate governance, in particular to optimise the functioning of the EIB governance (incl. e.g. Board of Directors/Management Committee self-assessment, creation/revision of the terms of reference of Board Committees, best banking practice gap analysis review).
The service provider may be asked by the EIB to extend its support to governance issues that may be relevant at the time of a specific assignment, building upon the work previously carried out at the EIB.
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: yes
Description of renewals:
See Internet address provided in Section I.3.
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.2.1)Title:
Project management and IT
Lot No: 3
II.2.2)Additional CPV code(s)66171000 Financial consultancy services
66152000 Financial market regulatory services
79412000 Financial management consultancy services
72221000 Business analysis consultancy services
79410000 Business and management consultancy services
79400000 Business and management consultancy and related services
72000000 IT services: consulting, software development, Internet and support
72220000 Systems and technical consultancy services
72200000 Software programming and consultancy services
72224000 Project management consultancy services
II.2.3)Place of performanceNUTS code: LU00 Luxembourg (Grand-Duché)
II.2.4)Description of the procurement:
— Project management and planning of activities.
— Assessment of IT implications and specifications of IT requirements and IT support in relation to the subjects covered in lots 1 and 2.
— Hands-on assistance to business users in the implementation of necessary changes in the bank's IT tools, applications (e.g. Moody's, RAY, Algo, etc.) and databases.
— IT support in relation to dashboard (design and implementation) and efficient reporting tools.
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: 1 500 000.00 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:
See Internet address provided in Section I.3.
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:
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: 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: 06/11/2017
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: 10/11/2017
Local time: 10:00
Information about authorised persons and opening procedure:
Upon request, 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: yes
Estimated timing for further notices to be published:
VI.3)Additional information:
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of the notification to the plaintiff, or, in absence thereof, of the day on which it came to the knowledge.
VI.5)Date of dispatch of this notice:22/09/2017