Back to tenders & grants page
Luxembourg-Luxembourg: Framework Agreement to Support EIB Advisory Services (EIBAS) Activities Inside and Outside EU-27 Defence & Security Luxembourg-Luxembourg: Framework Agreement to Support EIB Advisory Services (EIBAS) Activities Inside and Outside EU-27
Receive Tenders like this by email

Luxembourg-Luxembourg: Framework Agreement to Support EIB Advisory Services (EIBAS) Activities Inside and Outside EU-27

Luxembourg-Luxembourg: Framework Agreement to Support EIB Advisory Services (EIBAS) Activities Inside and Outside EU-27 has been closed on 25 Feb 2022. It no longer accepts any bids. For further information, you can contact the European Investment Bank

Bellow, you can find more information about this project: 

Location: Luxembourg

General information

Donor:

European Investment Bank

Industry:

Defence & Security

Status:

Closed

Timeline

Published:

12 Jul 2021

Deadline:

25 Feb 2022

Value:

Not available

Contacts

Description

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: LU000 Luxembourg
Postal code: L-2950
Country: Luxembourg
E-mail: [email protected]
Internet address(es):
Main address: http://www.eib.org/en/about/procurement/index.htm
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=9751
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:

Framework Agreement to Support EIB Advisory Services (EIBAS) Activities Inside and Outside EU-27

Reference number: TA20210614 R0 FWA
II.1.2)Main CPV code
79400000 Business and management consultancy and related services
II.1.3)Type of contract
Services
II.1.4)Short description:

The EIB aims at establishing multiple framework agreements with specialised service providers to support the activities of the Advisory Services Department throughout its countries of operations, inside and outside the European Union.

II.1.5)Estimated total value
Value excluding VAT: 100 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 6
II.2)Description
II.2.1)Title:

Environment

Lot No: 1
II.2.2)Additional CPV code(s)
79400000 Business and management consultancy and related services
II.2.3)Place of performance
NUTS code: LU00 Luxembourg
Main site or place of performance:

Inside and outside the European Union.

II.2.4)Description of the procurement:

Services will be provided to support the preparation and implementation of infrastructure projects including, but not limited to, the following sub-sectors: water, Sanitation and wastewater, flood risk management, drought management, solid waste, urban development, biodiversity and nature-based solutions and climate change.

Under lot 1 (‘Environment’), a specific assignment budget typically ranges between EUR 50 000 and EUR 700 000. Specific contracts below EUR 50 000 may also be awarded under the FWA.

Specific contracts above EUR 700 000 may also be awarded under the FWA, although the Bank reserves the possibility to tender assignments with such budgets separately.

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: 20 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:

Price is not the only award criterion and all criteria are stated only in the procurement documents.

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: yes
Identification of the project:

Possibly and not limited to: InvestEU Sustainable Infra Window(SIW), Sustainable Infra Advisory (SIA), FEMIP TrustFund,Cotonou Investment Facility, Neighbourhood Investment Platform NIP, ERI, European Investment Advisory Hub (EIAH), Water Sector Fund (SRWB Preparation Support), LAIF, AFIF, ERI, Invest EU Advisory Programme, TBC, EFSD+, JASPERS; JustTransition, Western Balkans Guarantee Facility etc.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Energy

Lot No: 2
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Inside and outside EU-27.

II.2.4)Description of the procurement:

In terms of technical scope, in the energy and energy intensive industries (EII) sector the assistance may cover the following sub-sectors: energy supply, enabling infrastructure, energy efficiency, energy intensive processing industries, innovation and new types of energy infrastructure.

In terms of type of activities required, the support may include project assessment support, project preparation support, project implementation support, project monitoring and verification, horizontal studies and advisory support, capacity building, knowledge creation and dissemination.

The support may need be provided to be the EIB directly, or on behalf of the EIB to EIB partners such as: project promoters, financial intermediaries and other relevant stakeholders

Under lot 2 (‘Energy’), a specific assignment budget typically ranges between EUR 50 000 and EUR 1 000 000. Specific contracts below EUR 50 000 may also be awarded under the FWA.

Specific contracts above EUR 1 000 000 may also be awarded under the FWA, but the Bank reserves the possibility to tender assignments with such budgets separately.

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: 20 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:

Price is not the only award criterion and all criteria are stated only in the procurement documents.

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: yes
Identification of the project:

Possibly and not limited to: InvestEU Sustainable Infra Window (SIW), Sustainable Infra Advisory (SIA), FEMIP TrustFund, Cotonou Investment Facility, Neighbourhood Investment Platform NIP, ERI, European Investment Advisory Hub (EIAH), Water Sector Fund (SRWB Preparation Support), LAIF, AFIF, ERI, Invest EU Advisory Programme, TBC, EFSD+, JASPERS; JustTransition, Western Balkans Guarantee Facility etc.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Mobility

Lot No: 3
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Inside and outside EU-27.

II.2.4)Description of the procurement:

Advisory services to support transport projects, including but not limited to the following sub-sectors: roads, rail, urban transport, air transport, waterborne transport, logistic platforms, transport electrification and transport digitalisation.

Services may include:

a. project preparation (e.g. technical feasibility including option analysis, traffic analysis and forecasting, cost benefit analysis, environmental and social impact assessment, climate risk and vulnerability assessment, climate change adaptation, operational and institutional viability, procurement strategy, gender in projects, safety and security),

b. project implementation (e.g. preparation and review of preliminary and detailed designs and tender documents),

c. capacity building and

d. horizontal and multimodal issues.

Support may refer to other areas required for the preparation of funding and feasibility studies (e.g. sector strategies, master plans, national tariffs, unit cost studies etc.).

Advisory services may also be required for the development of materials and delivery of capacity building activities and on horizontal issues (including those affecting more than one project or more than one country), such as the development of methodological guidelines, model project approaches, climate risk and vulnerability assessment, climate adaptation, PPP, blending and compliance with legal provisions (e.g. environmental and state aid requirements).

Services may relate to all EIB countries of operations and in particular countries with limited EIB presence.

Under lot 3 (‘Mobility’), a specific assignment budget typically ranges between EUR 50 000 and EUR 750 000. Specific contracts below EUR 50 000 may also be awarded under the FWA.

Specific contracts above EUR 750 000 may also be awarded under the FWA, but the Bank reserves the possibility to tender assignments with such budgets separately.

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: 20 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:

Price is not the only award criterion and all criteria are stated only in the procurement documents.

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: yes
Identification of the project:

Possibly and not limited to: InvestEU Sustainable Infra Window (SIW), Sustainable Infra Advisory (SIA), FEMIP TrustFund, Cotonou Investment Facility, Neighbourhood Investment Platform NIP, ERI, European Investment Advisory Hub (EIAH), Water Sector Fund (SRWB Preparation Support), LAIF, AFIF, ERI, Invest EU Advisory Programme, TBC, EFSD+, JASPERS; JustTransition, Western Balkans Guarantee Facility etc.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Smart Growth, Social Infrastructure, Horizon Europe and SMEs Access to Finance

Lot No: 4
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Inside and outside EU-27.

II.2.4)Description of the procurement:

Services will be provided to support the preparation of projects/programmes and horizontal activities in areas relevant for smart development and Horizon Europe, including but not limited to, the following sub-sectors: research, development (R&D) and innovation, information and communication technologies (ICT), health, education, and training. The projects may contain both intangible and tangible investment components, therefore, technical, engineering and project management expertise may be required for successful completion of the tasks. Services may also be required for the development of materials and delivery of capacity building activities and on horizontal issues (including those affecting more than one project or more than one country), such as the development of methodological guidelines, model project approaches, PPP-grant blending, compliance with legal provisions (e.g. environmental and state aid requirements)

Under lot 4 (‘Smart Growth, Social Infrastructure, EUROPE2020 and SMEs access to Finance’), a specific assignment budget typically ranges between EUR 50 000 and EUR 1 500 000. Specific contracts below EUR 50 000 may also be awarded under the FWA.

Specific contracts above EUR 1 500 000 may also be awarded under the FWA, but the Bank reserves the possibility to tender assignments with such budgets separately

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: 10 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:

Price is not the only award criterion and all criteria are stated only in the procurement documents.

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: yes
Identification of the project:

Possibly and not limited to: InvestEU Sustainable Infra Window (SIW), Sustainable Infra Advisory (SIA), FEMIP TrustFund, Cotonou Investment Facility, Neighbourhood Investment Platform NIP, ERI, European Investment Advisory Hub (EIAH), Water Sector Fund (SRWB Preparation Support), LAIF, AFIF, ERI, Invest EU Advisory Programme, TBC, EFSD+, JASPERS; JustTransition, Western Balkans Guarantee Facility etc.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Urban and Regional Development

Lot No: 5
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Inside and outside the EU.

II.2.4)Description of the procurement:

Services will be provided in areas relevant for the urban and regional development as well as the Just Transition Mechanism, including but not limited to, the following sub-sectors: regional and urban development, urban buildings and social infrastructure, economic development and disaster risk management and social and affordable housing.

Expertise in delivering the following type of technical assistance support will be required: policy formulation support, needs assessment, project pipeline building, developing investment programmes and portfolios, support in strategic planning, project preparation & review support, project Implementation and procurement support, institutional capacity building and change management.

Services may also be required on relevant horizontal issues (including those affecting more than one project or more than one city/region, such as; assessing national legislative frameworks on Environmental and Social issues and compare them to EIB E&S standards, strategies and programmes for climate mitigation or adaptation or environmental sustainability, development of methodological guidelines, model project approaches, model standard documents, model financing models and compliance with legal provisions (e.g. environmental and state aid requirements).

Services will be provided both inside and outside EU.

Under lot 5 (‘Urban and Regional Development’), a specific assignment budget typically ranges between EUR 50 000 and EUR 2 000 000. Specific contracts below EUR 50 000 may also be awarded under the FWA.

Specific contracts above EUR 2 000 000 may also be awarded under the FWA, but the Bank reserves the possibility to tender assignments with such budgets separately.

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: 20 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:

Price is not the only award criterion and all criteria are stated only in the procurement documents.

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: yes
Identification of the project:

Possibly and not limited to: InvestEU Sustainable Infra Window (SIW), Sustainable Infra Advisory (SIA), FEMIP TrustFund, Cotonou Investment Facility, Neighbourhood Investment Platform NIP, ERI, European Investment Advisory Hub (EIAH), Water Sector Fund (SRWB Preparation Support), LAIF, AFIF, ERI, Invest EU Advisory Programme, TBC, EFSD+, JASPERS; JustTransition, Western Balkans Guarantee Facility etc.

II.2.14)Additional information
II.2)Description
II.2.1)Title:

Bio-economy

Lot No: 6
II.2.2)Additional CPV code(s)
79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.2.3)Place of performance
NUTS code: LU Luxembourg
Main site or place of performance:

Inside and outside EU-27.

II.2.4)Description of the procurement:

Services will be provided to support the preparation and implementation of projects within the bio-economy sector, spanning from primary production through the entire associated value chains including, but not limited to, the following sub-sectors: natural resources management, rural infrastructure, equipment, machinery and input supply, primary biomass production, food and biomass material manufacturing, transport, storage, retail and distribution, climate change adaptation or mitigation and analysis of other related cross-cutting issues as well as advanced biofuels, and research and innovation.

Support may be requested for the preparation and review of the complete project documentation (inter alia, technical feasibility including demand and option analysis, economic and financial analysis, environmental impact assessment, Life Cycle Analysis, climate risk and vulnerability assessment, project governance mechanisms and procurement strategy) or implementation support (e.g. preparation and/or review of detailed designs and tender documents). In addition, the support may refer to other areas that are necessary for the preparation for funding and feasibility studies (e.g. market and competitiveness assessment, SWOT analysis and other risk assessments, analysis of financial and business models, river basin management plans, sector strategies, master plans, water tariffs development/analysis, feasibility for certification schemes, etc.). Services may also be required in the analysis of sectoral and cross-cutting issues (including those affecting more than one project or country), such as the development of methodological guidelines, model project approaches, grant blending, compliance with legal provisions (e.g. environmental and state aid requirements), market-related assessment of sectoral industries, including trade barriers, market control mechanisms and the alignment thereof with international conventions and treaties or sectoral cross-subsidization rates in a country or group of countries

Under lot 6 (‘Bio-economy’), a specific assignment budget typically ranges between EUR 50 000 and EUR 1 200 000. Specific contracts below EUR 50 000 may also be awarded under the FWA.

Specific contracts above EUR 1 200 000 may also be awarded under the FWA, but the Bank reserves the possibility to tender assignments with such budgets separately.

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: 10 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 8
Objective criteria for choosing the limited number of candidates:

Price is not the only award criterion and all criteria are stated only in the procurement documents.

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: yes
Identification of the project:

Possibly and not limited to: InvestEU Sustainable Infra Window (SIW), Sustainable Infra Advisory (SIA), FEMIP TrustFund, Cotonou Investment Facility, Neighbourhood Investment Platform NIP, ERI, European Investment Advisory Hub (EIAH), Water Sector Fund (SRWB Preparation Support), LAIF, AFIF, ERI, Invest EU Advisory Programme, TBC, EFSD+, JASPERS; JustTransition, Western Balkans Guarantee Facility etc.

II.2.14)Additional information

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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: 04/02/2022
Local time: 19:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 29/04/2022
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)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
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: L-2925
Country: Luxembourg
E-mail: [email protected]
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
25/11/2021

http://ted.europa.eu/udl?uri=TED:NOTICE:623059-2021:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more