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:
Technical Advisory and Project Control Services for the EIB Construction Projects in Luxembourg
Reference number: CFT-1644
II.1.2)Main CPV code71300000 Engineering services
II.1.3)Type of contractServices
II.1.4)Short description:
The objective of this Call for Tenders is to select two consultants for the provision of technical advisory and project control services in relation to the EIB construction projects in Luxembourg. The two consultants will support the project management by strengthening the EIB operational control function, primarily in terms of cost, risk, schedule and contracts, but also by providing a wider strategic advice and ad-hoc technical advisory services on demand.
The outcome of this Call for Tenders will be the award of two framework agreements (FWA), one for each of the two lots, as follows:
— lot 1: technical advisor for the EIB construction projects in Luxembourg (TA), and
— lot 2: project control and assistance for the EIB construction projects in Luxembourg (PCA).
II.1.5)Estimated total valueValue excluding VAT: 11 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for one lot only
Maximum number of lots that may be awarded to one tenderer: 1
II.2)Description
II.2.1)Title:
Technical Advisor for the EIB Construction Projects in Luxembourg (TA)
Lot No: 1
II.2.2)Additional CPV code(s)71310000 Consultative engineering and construction services
71530000 Construction consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
The mission of the TA is the provision upon request of strategic and ad-hoc technical advisory services in relation to the EIB construction projects in Luxembourg. The TA shall provide its advice and report directly to the EIB operational division in charge and to the EIB higher management in relation to project strategic decisions (such as governance, project and process management, technical audit, etc.) and to major technical issues associated to the implementation of the EIB construction projects in Luxembourg.
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:
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 Control and Assistance for the EIB Construction Projects in Luxembourg (PCA)
Lot No: 2
II.2.2)Additional CPV code(s)71540000 Construction management services
71530000 Construction consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
The mission of the PCA is the provision upon request of an operational control services, primarily in the areas of cost, risks, schedule and contracts, in relation to the EIB construction projects in Luxembourg. The PCA shall provide its advice and report directly to the EIB operational division in charge. Within the framework contract, the PCA may be required to provide technical profiles with the aim to backfill and complement the EIB capacity in project management and technical coordination of its construction projects in Luxembourg.
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: 7 500 000.00 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 a single operator
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: 04/10/2021
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: 06/10/2021
Local time: 10:00
Place:
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 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 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 notice.
VI.5)Date of dispatch of this notice:20/08/2021