Services - 392550-2017

06/10/2017    S192

Luxembourg-Luxembourg: EIB - Assistance in risk management services and corporate governance

2017/S 192-392550

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: European Investment Bank
Postal address: 98–100, boulevard Konrad Adenauer
Town: Luxembourg
NUTS code: LU00 Luxembourg (Grand-Duché)
Postal code: 2950
Country: Luxembourg
Contact person: Pedro Carneiro
E-mail: CS-Procurement@eib.org
Internet address(es):
Main address: http://www.eib.org
Address of the buyer profile: http://www.eib.org/about/procurement
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=2939
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
Economic and financial affairs

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 code
66171000 Financial consultancy services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 8 000 000.00 EUR
II.1.6)Information about lots
This 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 performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 4 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List and brief description of conditions:

See Internet address provided in Section I.3.

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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 participate
Date: 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 tender
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 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 recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

2021.

VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GeneralCourt.Registry@curia.europa.eu
Telephone: +352 43031
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise 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