Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Advisory Services in the field of Facilities Management (FM) and Real Estate (RE)
Reference number: 1574
II.1.2)Main CPV code71315200 Building consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of this call for tenders is to procure facilities management-expert and real estate-expert external advisory and consultancy services; the advisory and consultancy contracts resulting from this call for tender with external providers should aim at making sure that the buildings management office division (BMO) provides its support in the most efficient manner and brings added value to the facilities services delivered by the building and logistics department (BLD) as a whole.
In other words, the consultancy and advisory contracts included in this procurement procedure will assist BMO in meeting its mission goals and improve BLD’s performance as an ‘internal FM services provider’ within the EIB.
II.1.5)Estimated total valueValue excluding VAT: 8 700 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for maximum number of lots: 3
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: LU000 Luxembourg
II.2.4)Description of the procurement:
The provision of facility services at the EIB is heavily outsourced at the operational level whilst management strategic decision-making and design remains in-house. This lot covers advisory and consultancy services supporting BMO Division aiming to ensure strategic alignment between EIB’s primary/core banking activities and the facility services.
These services will be provided by taking into due account the missions and goals of the EIB as a whole. The EIB is the EU’s bank/MLI (Multilateral Lending Institution) based in Luxembourg; all EU Member States become shareholders upon accession to the EU (EIB is the only bank owned by and representing the interests of the European Union Member States).
The delivery of the services under this lot requires the service provider to be abreast of EIB’s primary activities (thus, the overall context of e.g. the European Union and of the other international financial institutions as a whole is of paramount importance) and also of FM best practices, being ready to identify the necessary links between the strategy in the core activities and in the one in the support activities/facilities services (e.g. propose strategical alignments).
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: 1 200 000.00 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 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
II.2)Description
II.2.1)Title:
Facility Services Procurement Consultancy Services
Lot No: 2
II.2.2)Additional CPV code(s)71315200 Building consultancy services
71315210 Building services consultancy services
79418000 Procurement consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
The delivery of facility services at EIB has an important outsourced component. The overall purpose of this lot is to ensure the EIB gets the maximum value for money through the procurement process in complying with EU procurement procedures and EIB’s internal rules (procurement at the EIB is done in accordance with the EIB’s corporate and technical assistance procurement guide, which is largely based on Directive 2014/24/EU).
This lot covers consultancy services aiming to support BMO Division along the whole procurement process:
— from the definition of the acquisition approach (e.g. lots breakdown, scope, term, maximum price),
— to the drafting of the specific requirements for each particular procurement process (leading to the set-up of sound service level agreements (SLAs) and of the corresponding key performance indicators (KPIs) allowing for monitoring the facility service delivery),
— specific support needed for procedures involving competitive negotiations or dialogue with candidates and tenderers,
— up until a contract’s signature.
Moreover, Lot 2 will be tasked with providing quality advice on whether facility services cover all business needs following FM strategy and are delivered according to best practices, run benchmarking exercises upon request, and provide the necessary insight to facilitate unfolding and detailing the tactical level, in order to ensure that any strategic decision or change is actionable at the operational level.
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: 2 500 000.00 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:
4 years, renewable for up to 3 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
In order to avoid potential conflicts of interest, tenderers for Lot 2 cannot submit tenders for Lot 3 and vice-versa.
II.2)Description
II.2.1)Title:
Facility Services Delivery and Transversal Issues, Consultancy and Support Services
Lot No: 3
II.2.2)Additional CPV code(s)71315200 Building consultancy services
71315210 Building services consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
This lot covers support to BMO Division mainly during the execution/performance phase of the contracts and globally during the delivery of services to end-users and aims at ensuring that the actual provision of facility services reaches the required effectiveness and efficiency — regardless of it being delivered in-house or outsourced. In this context, stages like planning, monitoring and control must be fully covered by this lot.
This lot covers also covers other transversal services across BLD, providing support to BMO Division within broad horizontal policies such as the framework of quality and environmental assurance systems (definition, implementation, audit, control, and continuous improvement). This lot 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 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
In order to avoid potential conflicts of interest, tenderers for Lot 3 cannot submit tenders for Lot 2 and vice-versa.
II.2)Description
II.2.1)Title:
Real Estate Consultancy and Support Services
Lot No: 4
II.2.2)Additional CPV code(s)70000000 Real estate services
71315210 Building services consultancy services
71315200 Building consultancy services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
The EIB requires to carry out specific missions to support the EIB with the management of its real-estate portfolio; each mission or assignment needs to take into account the specific needs of the EIB as well as country factors and the market environment; assignments under this lot include:
(a) real estate portfolio management and advisory services;
(b) transaction management services (standard services);
(c) project management, space planning and 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: 1 000 000.00 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 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.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Requirement (each lot):
— the tenderer must prove that they are registered to pursue the professional activity under national law.
Proof of the above (for each Lot) is to be provided by:
— a certificate of registration in the relevant trade or professional registers in the country of establishment/incorporation. If the tenderer is not required or allowed to register in such a register for reasons related to its statute or legal status, EIB shall accept, as satisfactory evidence, a sworn declaration or certificate, membership of a specific organisation, express authorisation, or entry in the VAT register.
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 these Framework Agreements.
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: 10/12/2019
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, French
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: 11/12/2019
Local time: 15:00
Information about authorised persons and opening procedure:
Upon request, the written record of the opening of the tenders will be provided to economic operators who submitted a tender.