Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional 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 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:
Microfinance and Social Enterprise Finance Technical Assistance
Reference number: AA-010856
II.1.2)Main CPV code79400000 Business and management consultancy and related services
II.1.3)Type of contractServices
II.1.4)Short description:
The overall objective of this Assignment is to assist the EIB Advisory Services in providing targeted capacity building, project advisory and market development support to financial intermediaries (i.e. banks or other financial institutions that provide funding) active in the MF and the SE space. The advisory support shall also promote the exchange and dissemination of best practices within the respective European MF and SE fields.
The objective of this advisory initiative is twofold:
1. to develop further the European MF and SE ecosystems and markets;
2. to provide advisory support to MF institutions and SE providers, complementing the financial products under the InvestEU Social Investment and Skills Window targeting these policy areas or any other MF and/or SE financial instruments mandates managed by the EIB Group.
II.1.5)Estimated total valueValue excluding VAT: 7 600 000.00 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:
Provision of Project Advisory, Capacity Building and Market Development Support Services in the European Microfinance and Social Enterprise Finance Sectors
Lot No: 1
II.2.2)Additional CPV code(s)79400000 Business and management consultancy and related services
80500000 Training services
II.2.3)Place of performanceNUTS code: LU Luxembourg
Main site or place of performance:
EU Member States.
For detailed information see Internet address provided in Section I.3).
II.2.4)Description of the procurement:
Under lot 1 the main services to be provided are the following:
— targeted capacity building services to MF/SE providers through trainings and consultancy,
— exchange and dissemination of good practices in the European MF/SE sector,
— Calls for Expression of Interests for MFSETA,
— analytical support,
— communication activities regarding MFSETA,
— Helpdesk for MF, SE finance and the Code related questions,
— portfolio analysis and pipeline building.
For detailed information see Internet address provided in Section I.3).
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: 4 700 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Subject to satisfactory performance by the service provider and availability of funding, the contract can be extended in terms of duration: up to 84 months and the budget up to a maximum value of EUR 7 800 000 for lot 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: yes
Identification of the project:
Upon agreement between the European Commission (EC) and the EIB concerning the InvestEU Advisory Hub, the MFSETA will be financed by the InvestEU Advisory Hub
II.2.14)Additional information
II.2)Description
II.2.1)Title:
Rating, Assessment and Evaluation Services for European Microfinance and Social Enterprise Providers
Lot No: 2
II.2.2)Additional CPV code(s)79400000 Business and management consultancy and related services
II.2.3)Place of performanceNUTS code: LU Luxembourg
Main site or place of performance:
EU Member States
For detailed information see Internet address provided in Section I.3).
II.2.4)Description of the procurement:
Under lot 2 the main services to be provided are the following:
— analyse the organisational, operational and financial performance of selected European MF and SE providers through institutional assessments or ratings,
— evaluate the implementation of the European Code of Good Conduct for Microcredit Provision by MF providers.
For detailed information see Internet address provided in Section I.3).
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: 2 900 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
This contract is subject to renewal: yes
Description of renewals:
Subject to satisfactory performance by the service provider and availability of funding, the contract can be extended in terms of duration: up to 84 months and the budget up to a maximum value of EUR 5 000 000 for lot 2.
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: yes
Identification of the project:
Upon agreement between the European Commission (EC) and the EIB concerning the InvestEU Advisory Hub, the MFSETA will be financed by the InvestEU Advisory Hub
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
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 system
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: 17/01/2022
Local time: 12:00
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: 18/01/2022
Local time: 14:00
Information about authorised persons and opening procedure:
Tenders will be opened in a non-public procedure. Upon request to the EIB (see Section I.1), the written record of the opening of the 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:
This tender procedure is launched with suspension clause. This entails that the award of the contract is subject to the signing of the funding agreement.
For detailed information see Internet address provided in Section I.3).
VI.4)Procedures for review
VI.5)Date of dispatch of this notice:10/11/2021