Sie sind auf Seite 1von 17

OJ/S S128

07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 1 / 17


234436-2015-EN

This notice in TED website: https://ted.europa.eu/udl?uri=TED:NOTICE:234436-2015:TEXT:EN:HTML

Luxembourg-Luxembourg: EIB - Framework agreement to support


EIB advisory services (EIBAS) activities inside and outside EU-28
2015/S 128-234436

Contract notice

Section I: Contracting authority


I.1) Name, addresses and contact point(s):
European Investment Bank, 98–100, boulevard Konrad Adenauer, 2950 Luxembourg, LUXEMBOURG. Contact:
Mrs Véronique Paulon, Procurement and Purchasing Division, ref.: VP-1259. Tel. +352 4379-1. Fax +352
437704. E-mail: cs-procurement@eib.org
Internet address(es):
General address of the contracting authority: http://www.eib.org
Address of the buyer profile: http://www.eib.org/about/procurement/calls/vp-1259.htm
Tenders or requests to participate must be sent to:
As in abovementioned contact point(s).
I.2) Type of the contracting authority and main activity or activities:
European institution/agency or international organisation.
The contracting authority is purchasing on behalf of other contracting authorities: no.
Section II: Object of the contract
II.1) Description
II.1.1) Title attributed to the contract by the contracting authority:
Framework agreement to support EIB advisory services (EIBAS) activities inside and outside EU-28.
II.1.2) Type of contract and location of works, place of delivery or of performance:
Services.
Main place of performance: In and outside EU-28, 98–100, boulevard Konrad Adenauer, 2950 Luxembourg,
LUXEMBOURG.
NUTS code: LU000.
II.1.3) The notice involves:
The establishment of a framework agreement.
II.1.4) Information on framework agreement:
Framework agreement with several operators.
Maximum number of participants to the framework agreement envisaged: maximum number 28 framework
agreements.
Duration of the framework agreement: duration in year(s): up to 4.
Estimated total value of purchases for the entire duration of the framework agreement:
Estimated value excluding VAT: up to 50 000 000 EUR.
Frequency and value of the contracts to be awarded: approximately 12 500 000 EUR per year.
II.1.5) Short description of the contract or purchase(s):
The European Investment Bank (‘EIB’) is launching a call for tenders (restricted procedure) with the aim of
establishing multiple framework agreements (‘FWAs’) with specialised service providers to support the EIB,

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 1 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 2 / 17
234436-2015-EN

in particular the Advisory Services Department, throughout its countries of operations inside and outside the
European Union.
FWAs, with reopening of competition at the level of each assignment, will be concluded with several successful
tenderers per lot for an initial period of 2 years. These FWAs may be renewed for 2 further 1-year periods up
to a maximum total of 4 years. The specific contracts for an assignment will be either global price and/or fee-
based.
The FWC consists of 5 lots. The detailed description of each lot is indicated in Annex B. These will primarily
cover the following sectors:
— lot 1: environment,
— lot 2: energy,
— lot 3: transport,
— lot 4: smart growth, social infrastructure and Horizon 2020,
— lot 5: SME access to finance and private sector development, PPPs, macroeconomy and financial sector
policies.
During the implementation period of the FWA for each individual assignment, several framework contractors
within the relevant lot will be invited to submit an offer. When submitting an offer for a specific contract, the
framework contractor will respect the maximum prices on the basis of which it won the FWA. The EIB, acting
as the contracting authority, will choose the offer with the best value for money for the assignment on the basis
of the technical quality of the offer and the price of the services, and will conclude a specific contract with that
framework contractor who submitted the most economically advantageous offer.
The individual assignments will cover, but not be limited to, the following activities:
— advice on the conceptual development and structuring of projects,
— advice on specific aspects of project preparation, such as financial analysis, economic analysis,
environmental and social assessment, procurement planning, technical assessment, etc.,
— provision of project preparation and implementation support to promoters including management of major
technical assistance programmes. These can involve large one-off assignments in the areas of project
preparation, project implementation and institutional support, including representing the EIB at project steering
committee meetings,
— provision of specific leading expertise in engineering and economics to undertake specific studies or
research in a particular area or sub-sector,
— review of documentation such as feasibility studies, EIAs, ESIAs technical designs, tender documents,
etc.,
— advice on compliance with EU law, environmental legislation, competition rules and other EU regulatory
matters, and conformity with EU policy and technical and legislative standards,
— assistance in the review, preparation or completion of applications for funding, in particular in the context of
the European Structural and Investment Funds (ESIF),
— support all stages of project implementation in matters such as procurement, project management,
development of project implementation units (PIUs), progress monitoring, institutional strengthening, contract
management and claim resolution,
— support to the independent quality review (IQR): in the context of 2014–2020 cohesion policy (Regulation
(EU) No 1303/2013 of the European Parliament and of the Council of 17.12.2013 (Common Provisions
Regulation)), it is proposed that the joint assistance to support projects in European regions (Jaspers) acts as
an independent quality reviewer and a new IQR division has been created. Services sought include work on
independent quality reviews and post-submission appraisals,

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 2 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 3 / 17
234436-2015-EN

— support to the identification, preparation and implementation of the European Fund for Strategic Investments
(EFSI)-related activities and tasks.
In relation to IQR, the attention of bidders is drawn to specific rules on conflict of interest (see lot
descriptions).
The FWA will mainly provide short-term operational services (less than 6 months) but longer assignments (more
than 6 months) may also be requested. These could include, among others, feasibility study preparation for
investment projects, institutional support for capacity building; and project implementation support.
NB: in order to take part in this invitation to tender, interested parties should send their complete application
form according to the requirements as set out under Section III to the address in point I.1.
II.1.6) Common procurement vocabulary (CPV):
79400000, 79410000, 79411100, 79412000, 79418000, 79421000, 66171000, 71000000, 71210000,
71240000, 71241000, 71242000, 71310000, 71311000, 71318000, 71321100, 71541000, 72224000, 79421100,
79421200.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots:
Yes.
Tenders should be submitted for 1 or more lots.
II.1.9) Variants will be accepted:
No.
II.2) Quantity or scope of the contract
II.2.1) Total quantity or scope:
The framework agreement will consist of 5 lots. The detailed description of each lot is divided in a short
description; part A — ‘Technical description’; and a part B — ‘Horizontal expertise’ (except for lot 5).
Part A ‘Technical description’ is different for each lot and contains sub-sectors specific to the lot (hereafter
referred to as ‘Technical sub-sectors’).
Part B ‘Horizontal expertise’ is largely common to all lots (except for lot 5) and covers the project cycle phases
and main sectorial advisory services (hereafter referred to as ‘Horizontal tasks’).
It is anticipated that a total of maximum 28 framework agreements will be entered into, provided a sufficient
number of admissible tenders has been received, concerning the following lots:
— lot 1: environment:
• indicative total budget 12 000 000 EUR,
• max. of 5 FWC agreements,
— lot 2: energy:
• indicative total budget 12 000 000 EUR,
• max. of 5 FWC agreements,
— lot 3: transport:
• indicative total budget 14 000 000 EUR,
• max. of 5 FWC agreements,
— lot 4: smart growth, social infrastructure and Horizon 2020:
• indicative total budget 6 000 000 EUR,
• max. of 8 FWC agreements,
— lot 5: SME access to finance and private sector development, PPPs (public private partnerships),
macroeconomy and financial sector policies:

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 3 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 4 / 17
234436-2015-EN

• indicative total budget 6 000 000 EUR,


• max. of 5 FWC agreements.
The shortlist stage is presented in detail in Section IV.1.2.
Under the FWA the service provider will be required to propose on request a team of experts for specific
assignments (‘call-off notices’), often at short notice.
The FWA will mainly provide short-term operational services but longer assignments may also be requested. A
specific assignment budget typically ranges between 35 000 EUR and 500 000 EUR, although specific contracts
below 35 000 EUR may also be awarded under the FWA. Assignments above 500 000 EUR are outside the
scope of this FWA and will be tendered separately. The Bank however reserves the right to tender specific FWC
assignments with a budget above 500 000 EUR on an exceptional basis.
Candidates are alerted to the fact that the conclusion of a FWA between the EIB and selected service providers
following this call for tenders will not oblige the EIB to request services from selected service providers, or
to appoint a service provider after having evaluated proposals following an invitation by the EIB to submit
proposals for a specific assignment.
The FWA assignments are expected to mainly cover the following geographical area:
a) the EU Member States;
b) pre-accession countries (see the countries listed in Annex I to Regulation (EU) No 231/2014 of the European
Parliament and of the Council);
c) Neighbourhood countries (see the countries listed in Annex I to Regulation (EU) No 232/2014 of the
European Parliament and of the Council);
d) sub-Saharan Africa, Caribbean and Pacific countries (see the non-EU signatories to the Cotonou
Agreement);
e) Asian and Latin American countries.
II.2.2) Options:
No.
II.3) Duration of the contract or time limit for completion:
Duration in months: max. 48 (24 + 12 + 12) (from the award of the contract).
Information about lots
Lot No 1
Title: environment
1) Short description:
Services will be provided to support the preparation and implementation of infrastructure projects including, but
not limited to, the following sub-sectors: water and waste water (including flood risk management, etc.), solid
waste, urban development, agro-industry, climate change, analysis of horizontal issues. This support may be
for the preparation and review of the complete project documentation (i.e. among others, technical feasibility
including demand and option analysis, cost-benefit analysis, environmental impact assessment, climate risk and
vulnerability assessment, institutional viability, and procurement strategy) or implementation (e.g. preparation
and review of detailed designs and tender documents). Also, the support may refer to other areas that are
necessary for the preparation for funding and feasibility studies (e.g. sector strategies, master plans, national
tariffs, unit cost studies, etc.). Services may also be required in the analysis of horizontal issues affecting more
than 1 project or more than 1 country, such as the development of methodological guidelines, model project
approaches, PPP-grant blending or State-aid issues.
2) Common procurement vocabulary (CPV):
90700000, 90710000, 90711000, 90711300, 90711400, 90712000, 90713000, 90713100, 90492000, 71313000,
71313400, 71313420, 71313430, 71313440, 71800000.
07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 4 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 5 / 17
234436-2015-EN

3) Quantity or scope:
A. Technical description for sub-sectors:
1. water, waste water and flood protection: services will be provided to specifically support water resources
and water supply, waste water collection and treatment including reuse, flood prevention, hydrology and flood
risk management projects, as well as other projects in the field of water and environment such as catchment
management, water quality, piloting new (water) technology or overall environmental monitoring, etc.;
2. solid waste: services will be provided to support the preparation of infrastructure projects including, but not
limited to, the following sub-sectors: waste collection, treatment and disposal equipment and facilities, including
closure and rehabilitation of old dumpsites, management and rehabilitation of polluted areas and hazardous
waste management treatment and disposal;
3. agriculture, food value chain, forestry, irrigation and drainage: forestry and forest value chain; agriculture
including tropical agriculture; irrigation and drainage; aquaculture;
4. climate change mitigation and adaptation; climate change resilience; climate risk and vulnerability
assessment.
B. Horizontal expertise:
1. project preparation support: e.g. supporting the preparation and review of the complete project documentation
(for instance technical feasibility including demand and option analysis, cost-benefit analysis, environmental
impact assessment, climate risk and vulnerability assessment, institutional viability, and procurement strategy)
and EU funding applications (e.g. ESIF).
Independent quality review (IQR): in the context of 2014–2020 cohesion policy (Regulation (EU) No 1303/2013
of the European Parliament and of the Council of 17.12.2013 (Common Provisions Regulation)), it is proposed
that Jaspers acts as an independent quality reviewer and a new IQR division has been created. Services sought
include work on independent quality reviews and post-submission appraisals. For this task, the attention of
bidders is drawn to the fact that work on IQR is subject to specific rules on conflict of interest, and that prior to
any appraisal, contractors will have to declare that they have no conflict of interest related to the project under
evaluation;
2. project implementation support: e.g. supporting the implementation of infrastructure projects and investment
programmes with specialist input in the areas of procurement, contract management, cost engineering, claims
management and institutional arrangements related to EU-funded programmes, including capacity–building
assignments;
3. capacity building, knowledge creation and dissemination: e.g. capacity building and training needs
assessments, delivery of training modules and programmes, guidance documents and other training material,
event organisation;
4. provision of advice on regulatory matters: e.g. environmental impact and strategic environmental assessment,
climate risk and vulnerability assessment, EU ESIF funds regulations affecting infrastructure projects and
competition issues (i.e. State-aid issues, preparation of notifications, etc.);
5. PPP project and transaction advisory support: e.g. upstream PPP project support, including assessment
of the PPP option, project preparation (i.e. technical, financial, environmental, social and legal aspects of
the project), risk allocation, affordability, market interest and bankability as well as identification of the most
appropriate model to optimise the use of available funds for the project, including the use of blending with EU
grants or EU financial instruments.
Lot No 2
Title: energy
1) Short description:

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 5 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 6 / 17
234436-2015-EN

Services will be provided to support the preparation of projects including, but not limited to, the following sub-
sectors: power generation, transmission and distribution networks, oil and gas, energy efficiency, renewable
energy. This support may be for the preparation and review of the complete project documentation (i.e. among
others, technical feasibility including option analysis, cost-benefit analysis, environmental impact assessment,
climate risk and vulnerability assessment, institutional viability, and procurement strategy), implementation
(e.g. preparation and review of detailed designs and tender documents, support over implementation of
construction works), or monitoring and verification of project results. Also, the support may refer to other areas
that are necessary for the preparation for funding and feasibility studies (e.g. sector strategies, master plans,
project screening, pre-feasibility, national tariffs, unit cost studies, etc.). Services may also be required in the
analysis of horizontal issues affecting more than 1 project or more than 1 country, such as the development of
methodological guidelines, model project approaches, PPP-grant blending or State-aid issues.
2) Common procurement vocabulary (CPV):
71314000, 71314200, 71314300.
3) Quantity or scope:
A. Technical description for sub-sectors:
1. power generation, transmission and distribution networks: thermal power and CHP plants (coal, gas, oil,
conventional thermal, OCGT, CCGT, reciprocating engine); carbon capture and storage (CCS), electricity
transmission (HVAC, HVDC, terrestrial, offshore); electricity distribution networks (active distribution and smart
meters included); energy storage;
2. oil and gas: oil and gas exploration/production; oil and gas transmission and distribution networks including
storage; LNG; oil refining;
3. renewable energy: hydropower (dam, run-of-the-river, regulating, pumped storage); wind energy, onshore,
offshore, ocean (tidal, wave, current); photovoltaic and concentrated solar thermal power; solar thermal;
geothermal heat and power; biomass heat-only, power and cogeneration, biogas and waste incineration;
4. energy efficiency: energy efficiency in buildings (residential and non-residential sectors); energy efficiency in
street lighting; energy efficiency in municipal infrastructure; energy efficiency in transport; energy efficiency in
industry; district heating/cooling networks, small-scale cogeneration, including microgeneration.
B. Horizontal expertise:
1. project preparation support: e.g. supporting the preparation and review of the complete project documentation
(for instance technical feasibility including demand and option analysis, cost-benefit analysis, environmental
impact assessment, climate risk and vulnerability assessment, institutional viability, and procurement strategy)
and EU funding applications (e.g. ESIF).
Independent quality review (IQR): in the context of 2014–2020 cohesion policy (Regulation (EU) No 1303/2013
of the European Parliament and of the Council of 17.12.2013 (Common Provisions Regulation)), it is proposed
that Jaspers acts as an independent quality reviewer and a new IQR division has been created. Services sought
include work on independent quality reviews and post-submission appraisals. For this task, the attention of
bidders is drawn to the fact that work on IQR is subject to specific rules on conflict of interest, and that prior to
any appraisal, contractors will have to declare that they have no conflict of interest related to the project under
evaluation;
2. project implementation support: e.g. supporting the implementation of infrastructure projects and investment
programmes with specialist input in the areas of procurement, contract management, cost engineering, claims
management and institutional arrangements related to EU-funded programmes, including capacity–building
assignments;

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 6 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 7 / 17
234436-2015-EN

3. capacity building, knowledge creation and dissemination: e.g. capacity building and training needs
assessments, delivery of training modules and programmes, guidance documents and other training material,
event organisation;
4. provision of advice on regulatory matters: e.g. environmental impact and strategic environmental assessment,
climate risk and vulnerability assessment, EU ESIF funds regulations affecting infrastructure projects and
competition issues (i.e. State-aid issues, preparation of notifications, etc.);
5. PPP project and transaction advisory support: e.g. upstream PPP project support, including assessment
of the PPP option, project preparation (i.e. technical, financial, environmental, social and legal aspects of
the project), risk allocation, affordability, market interest and bankability as well as identification of the most
appropriate model to optimise the use of available funds for the project, including the use of blending with EU
grants or EU financial instruments.
Lot No 3
Title: transport
1) Short description:
Services will be provided to support the preparation of infrastructure projects including, but not limited to, the
following sub-sectors: roads sector, rail sector, urban transport sector, air sector, waterborne transport sector,
logistic platforms and analysis of horizontal issues. This support may be for the preparation and review of
the complete project documentation (i.e. among others, technical feasibility including option analysis, traffic
analysis and forecasting, cost-benefit analysis, environmental and social impact assessment, climate risk and
vulnerability assessment, operational and institutional viability, and procurement strategy) or implementation
(e.g. preparation and review of detailed designs and tender documents). Also, the support may refer to other
areas that are necessary for the preparation for funding and feasibility studies (e.g. sector strategies, master
plans, national tariffs, unit cost studies, etc.). Services may also be required in the analysis of horizontal issues
affecting more than 1 project or more than 1 country, such as the development of methodological guidelines,
model project approaches, PPP-grant blending or State-aid issues.
2) Common procurement vocabulary (CPV):
71311200.
3) Quantity or scope:
A. Technical description for sub-sectors:
1. roads sector: roads — motorways — bridges — tunnels — urban roads — road bypasses;
2. rail sector: conventional railways — high speed railways — railway infrastructure (track, rehabilitation) —
railway signalling — rolling stock;
3. urban transport sector: metro — light rail/suburban rail — tramways — bus/trolleybus — metro/tram
infrastructure (track, tunnels) — metro/LRT signalling systems;
4. air sector: airports (infrastructure and operations) — air traffic management — airlines — aerospace industry
(including spacecraft);
5. waterborne transport sector: ports (infrastructure and operations) and maritime transport — inland waterways
and ports — shipping and maritime industry (including shipyards) — logistic platforms.
B. Horizontal expertise:
1. project preparation support: e.g. supporting the preparation and review of the complete project documentation
(for instance technical feasibility including demand and option analysis, cost-benefit analysis, environmental
impact assessment, climate risk and vulnerability assessment, institutional viability, and procurement strategy)
and EU funding applications (e.g. ESIF).
Independent quality review (IQR): in the context of 2014–2020 cohesion policy (Regulation (EU) No 1303/2013
of the European Parliament and of the Council of 17.12.2013 (Common Provisions Regulation)), it is proposed
07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 7 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 8 / 17
234436-2015-EN

that Jaspers acts as an independent quality reviewer and a new IQR division has been created. Services sought
include work on independent quality reviews and post-submission appraisals. For this task, the attention of
bidders is drawn to the fact that work on IQR is subject to specific rules on conflict of interest, and that prior to
any appraisal, contractors will have to declare that they have no conflict of interest related to the project under
evaluation;
2. project implementation support: e.g. supporting the implementation of infrastructure projects and investment
programmes with specialist input in the areas of procurement, contract management, cost engineering, claims
management and institutional arrangements related to EU-funded programmes, including capacity-building
assignments;
3. capacity building, knowledge creation and dissemination: e.g. capacity building and training needs
assessments, delivery of training modules and programmes, guidance documents and other training material,
event organisation;
4. provision of advice on regulatory matters: e.g. environmental impact and strategic environmental assessment,
climate risk and vulnerability assessment, EU ESIF funds regulations affecting infrastructure projects and
competition issues (i.e. State-aid issues, preparation of notifications, etc.);
5. PPP project and transaction advisory support: e.g. upstream PPP project support, including assessment
of the PPP option, project preparation (i.e. technical, financial, environmental, social and legal aspects of
the project), risk allocation, affordability, market interest and bankability as well as identification of the most
appropriate model to optimise the use of available funds for the project, including the use of blending with EU
grants or EU financial instruments.
Lot No 4
Title: smart growth, social infrastructure and Horizon 2020
1) Short description:
Services will be provided to support the preparation of projects/programmes and horizontal activities (e.g.
elaboration of studies and capacity building, knowledge creation and dissemination) in areas relevant for smart
development and Horizon 2020, including but not limited to, the following sub-sectors: research, development
(R&D) and innovation, information and communication technologies (ICT), health, education, training and urban
development. Services may also be required in the analysis of horizontal issues affecting more than 1 project or
more than 1 country, such as the development of methodological guidelines, model project approaches, PPP-
grant blending or State-aid issues.
2) Common procurement vocabulary (CPV):
73200000, 71316000.
3) Quantity or scope:
A. Technical description for sub-sectors:
1. R&D/innovation: research-intensive industries, research processes, research management, research
infrastructure, the development of university R&D centres, the development of science parks, smart
specialisation and the creation of innovation and incubation support services. Services may also focus on
evaluating and improving access-to-finance conditions related to areas/companies that are part of the Horizon
2020 programme, and in particular, the review of specific markets, identification of market gaps/failures, and
the review of specific companies/projects planning fund-raising activities to improve their investment readiness,
climate resilience and adaptation;
2. ICT: fixed and wireless telecommunications infrastructures, satellite systems/terrestrial broadcasting systems,
submarine cable systems, hardware/software development, e-services, ICT-related research and innovation,
etc.;

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 8 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 9 / 17
234436-2015-EN

3. health: primary care, secondary care, tertiary care, public health, (re-)construction and equipment of general
and specialised care and research hospitals, e-health/tele-medicine infrastructure, etc.;
4. education: pre-primary education/kindergartens, primary education/comprehensive schools, secondary
education, tertiary education, vocational education and technical training, education and research facilities,
construction, equipment and the running of education infrastructures, development of specialist educational
facilities, education programme planning and resourcing, distant learning and e-learning;
5. regional and urban development: urban planning, regeneration, renewal and conservation (e.g. smart cities
context), cultural heritage, leisure/recreational facilities and other social infrastructure (e.g. social housing,
elderly homes, etc.).
B. Horizontal expertise:
1. project preparation support: e.g. supporting the preparation and review of the complete project documentation
(for instance technical feasibility including demand and option analysis, cost-benefit analysis, environmental
impact assessment, climate risk and vulnerability assessment, institutional viability, and procurement strategy)
and EU funding applications (e.g. ESIF).
Independent quality review (IQR): in the context of 2014–2020 cohesion policy (Regulation (EU) No 1303/2013
of the European Parliament and of the Council of 17.12.2013 (Common Provisions Regulation)), it is proposed
that Jaspers acts as an independent quality reviewer and a new IQR division has been created. Services sought
include work on independent quality reviews and post-submission appraisals. For this task, the attention of
bidders is drawn to the fact that work on IQR is subject to specific rules on conflict of interest, and that prior to
any appraisal, contractors will have to declare that they have no conflict of interest related to the project under
evaluation;
2. project implementation support: e.g. supporting the implementation of infrastructure projects and investment
programmes with specialist input in the areas of procurement, contract management, cost engineering, claims
management and institutional arrangements related to EU-funded programmes, including capacity-building
assignments;
3. capacity building, knowledge creation and dissemination: e.g. capacity building and training needs
assessments, delivery of training modules and programmes, guidance documents and other training material,
event organisation;
4. provision of advice on regulatory matters: e.g. environmental impact and strategic environmental assessment,
climate risk and vulnerability assessment, EU ESIF funds regulations affecting infrastructure projects and
competition issues (i.e. State-aid issues, preparation of notifications, etc.);
5. PPP project and transaction advisory support: e.g. upstream PPP project support, including assessment
of the PPP option, project preparation (i.e. technical, financial, environmental, social and legal aspects of
the project), risk allocation, affordability, market interest and bankability as well as identification of the most
appropriate model to optimise the use of available funds for the project, including the use of blending with EU
grants or EU financial instruments.
Lot No 5
Title: SME access to finance and private sector development, PPPs, macroeconomy and financial sector policies
1) Short description:
Services will be provided in relation to improving access to finance and private sector development/participation,
strengthening the ability to develop PPP programmes and to engage in PPP transactions and in relation to
assessing the macroeconomic context.
2) Common procurement vocabulary (CPV):
66171000, 79412000.
3) Quantity or scope:
07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 9 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 10 / 17
234436-2015-EN

Technical description for sub-sectors:


1. SME access to finance and private sector development, including but not limited to:
— support to banks and financial intermediaries and microfinance institutions: support to counterparty
banks and financial intermediaries via i.a. institutional and capacity-building activities, enhancement of risk
management systems, support in the selection and monitoring of projects, pipeline screening and pipeline
development, visibility actions, etc.,
— support to operational activities: strengthen the capacity and support the operations and dealflow generation
of intermediaries via i.a. support to business planning, training for staff, awareness-raising events, roadshows
and visibility actions, etc.,
— capacity building to end beneficiaries: various degrees of support to the end beneficiaries, depending on the
identified needs. Support could take the form of improvement of investment readiness of companies, trainings
and strengthening of human capital, business planning, enhancement of product standards and compliance with
EU requirements, improvement of accounting and reporting practices, etc.
More indirect support could also be envisaged. This might include i.a.:
— networking platforms: the establishment of networking platforms and events to gather the relevant
stakeholders in the SME and/or VC and/or business angels and/or microfinance space to develop structured
approaches, identify best practices, raise concerns, suggest policies, identify institutional bottlenecks, etc.,
— support policy reform: identification of and support to country and region-specific policy and reform
requirements to foster access to finance and/or other policy priorities;
2. public private partnerships (PPP):
Services to be provided in relation to strengthening the ability of the public sector to develop PPP programmes
and to engage in PPP transactions by supporting public authorities in the development of PPP policies,
appropriate institutional arrangements and upstream activities associated with the delivery of PPP projects.
Occasional PPP transaction advisory support may also be required.
PPP policy and institutional support: support to address hurdles to the development of private participation
in projects and to ensure that legal and institutional frameworks are conducive to PPPs. Potential advisory
activities would be carried out on a generic or country-specific basis (defined by EPEC membership countries).
These activities would include advice, reviews and/or development of guidance materials for the purpose of
helping the public sector to:
— analyse and support the implementation of PPP institutional, legal and regulatory frameworks,
— define realistic PPP programmes and PPP pipelines,
— develop infrastructure investment programming, project assessment and preparation approaches,
— analyse technical aspects of relevant PPP methodologies, including value for money assessment,
procurement and fiscal management and reporting,
— prepare strategies and approaches to facilitate strong market competitive interest in PPPs including analysis
of key sectors,
— analyse emerging financing trends and identify options and structuring aspects of PPPs,
— develop standard sectorial PPP contracts and procurement documents,
— develop PPP procurement approaches in line with procurement directives and State-aid regulations, and
— develop approaches to blending EU grants or EU financial instruments with PPPs.
Upstream PPP project support: potential advisory activities associated with upstream PPP project support. This
would include support to the public sector in the:
— assessment and/or improvement of the value for money of the project through PPP design and/or
procurement,

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 10 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 11 / 17
234436-2015-EN

— assessment of the PPP option and its preparation, including assessment of risk allocation, affordability,
market interest and bankability, and
— identification of the most appropriate model to optimise the use of available funds for the project, including
the use of blending with EU grants or EU financial instruments.
PPP transaction advisory support: advisory/support activities associated with the development, structuring and
tendering of PPP projects by the public sector, including:
— PPP project preparation activities, including technical, financial, environmental, social and legal aspects of
the project,
— project structuring, contract and tender preparation,
— conducting competitive tenders, and
— project management and organisational arrangements for the preparation, procurement and implementation
of the PPP, including the management of advisers and management of PPP contracts;
3. macroeconomic context and financial sector policies:
Services to be provided in relation to assessing the macroeconomic context with regard to its impact on private
sector development and access to finance for SMEs. This includes the following areas:
— macroeconomic analysis: situation and outlook for economic growth, fiscal and external balances, inflation,
unemployment, monetary and fiscal policy stance, etc.,
— assessment of general economic policy and market-based reforms including: trade and competition, labour
markets and employment, and regulatory measures to improve the business environment,
— assessment of the financial sector including: structure and performance of the banking sector, banking sector
regulation, role of the insurance and capital markets in financial intermediation.
Section III: Legal, economic, financial and technical information
III.1) Conditions relating to the contract
III.1.2) Main financing conditions and payment arrangements and/or reference to the relevant provisions
regulating them:
The FWA will start at a 0 EUR value. Assignments will be financed through different mandates, facilities and
sources and implemented by specific contracts. There will be no payment on the signature of the FWA with the
service provider. An indicative budget is given for each lot in point II.2.1. The payment terms will be specified
in the specific contract for each assignment however this does not impose any obligation on the EIB to spend
these amounts. The specific contracts for an assignment will be either global price and/or fee-based.
A specific contract for an individual assignment will use the legal basis of the programme and/or facility through
which it is financed.
III.1.3) Legal form to be taken by the grouping of economic operators to whom the contract is to be awarded:
All eligible natural and legal persons or groupings of such persons (consortia) may apply.
A consortium may be a permanent, legally-established grouping or a grouping which has been constituted
informally for a particular tender procedure. All members of a consortium (i.e., the leader and all other members)
are jointly and severally liable to the EIB. A member, including the leader, must be in itself a natural or legal
person.
The participation of an ineligible natural or legal person will result in the automatic exclusion of that person. In
particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
Should a grouping be awarded the FWA, the EIB may require that it adopt a legal form prior to contract
signature. All members of the grouping will be jointly and severally liable for performance of the contract. The
grouping will be represented by the leader.
Tenderers must obtain all relevant licences needed to perform the services described before the FWA
commences and must, throughout the entire FWA period, comply with all laws and provisions in force.
07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 11 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 12 / 17
234436-2015-EN

Eligibility:
— award of the FWA:
for non-leading members in a grouping (consortium) of candidates, participation in the FWC tender is open to all
interested legal and natural persons, without nationality restrictions;
for lead entities in a grouping (consortium) of candidates or candidates participating individually, participation in
the FWA tender is open to natural or legal persons which are established in a Member State of the European
Union or in a country eligible for all EU external aid programmes (see the common rules and procedures for
the implementation of the Union's instruments for financing external action, Articles 9 and 10 (Regulation (EU)
No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and
procedures for the implementation of the Union's instruments for financing external action)),
— award of a specific contract:
for each specific contract, the eligibility in terms of nationality will be governed by the specific programme/facility
under which the specific contract will be financed (see also Section III.1.2). In case a consortium member will
not be eligible for the programme, this member will not be eligible to participate in the implementation of that
particular assignment.
No more than 1 application per lot can be submitted by a natural or legal person whatever the form of
participation (as an individual applicant or as a leader or member of a consortium submitting an application).
A legal group cannot be represented within 1 lot in more than 1 application. A natural or legal person member of
a legal group cannot participate individually in an application and through the legal group in a second application
for the same lot.
In the event that a natural or legal person submits more than 1 application per lot, all applications in which that
person has participated will be excluded.
The candidates may submit applications for all lots either as an individual applicant or as a leader of a
consortium submitting an application.
Any tenders subsequently received from tenderers having a different composition than the ones on the
application forms will be eliminated from this restricted tender procedure, unless prior approval from the EIB has
been obtained.
Shortlisted candidates may not form alliances or subcontract to each other for the FWA in question.
Subcontracting of the management services to be provided at the level of the framework contract is not
allowed.
Subcontracting is allowed for the specific technical assistance to be mobilised at the level of the specific
contracts, provided prior approval is obtained from the EIB.
Exclusion of tenderers — grounds for disqualification (Directive 2004/18/EC of the European Parliament and of
the Council): see III.2.1.
III.1.4) Other particular conditions to which the performance of the contract is subject:
No.
III.2) Conditions for participation
III.2.1) Personal situation of economic operators, including requirements relating to enrolment on professional
or trade registers:
Information and formalities necessary for evaluating if requirements are met:
Tenderers will be excluded from participation in this call for tenders if, pursuant to Article 45 of Directive
2004/18/EC of the European Parliament and of the Council of 31.3.2004 on the coordination of procedures for
the award of public works contracts, public supply contracts and public service contracts, any of the following
exclusion criteria apply to them:

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 12 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 13 / 17
234436-2015-EN

a. they are bankrupt or are being wound up, are having their affairs administered by the courts, have entered
into an arrangement with creditors, have suspended business activities, or are in any analogous situation arising
from a similar procedure provided for in national laws or regulations;
b. they are the subject of proceedings for a declaration of bankruptcy, for an order for compulsory winding up
or administration by the court or of an arrangement with creditors or of any other similar proceedings under
national laws and regulations;
c. they have been convicted by a judgment which has the force of ‘res judicata’ in accordance with the legal
provisions of the country in which they are established or those of the country of the contracting authority of any
offence concerning their professional conduct;
d. they have been guilty of grave professional misconduct proven by any means which the contracting
authorities can demonstrate;
e. they have not fulfilled obligations relating to the payment of social security contributions or the payment of
taxes in accordance with the legal provisions of the country in which they are established or those of the country
of the contracting authority;
f. they have been the subject of a conviction by final judgment of which the contracting authority is aware for 1 or
more of the reasons listed below:
(i) participation in a criminal organisation, as defined in Article 2(1) of Joint Action 98/733/JHA of 21.12.1998
(20);
(ii) corruption, as defined in Article 3 of the Council Act of 26.5.1997 (21) and Article 3(1) of Joint Action 98/742/
JHA of 22.12.1998 (22) respectively;
(iii) fraud within the meaning of Article 1 of the Convention relating to the protection of the financial interests of
the European Communities (23);
(iv) money laundering, as defined in Article 1 of Council Directive 91/308/EEC of 10.6.1991 on prevention of the
use of the financial system for the purpose of money laundering (24);
g. they are guilty of serious misrepresentation in supplying the information required by the contracting authority
for participation in this call for tenders or who have not provided such information.
Tenderers must show that they are not in 1 or more of the situations listed above by providing the following
evidence in relation to items mentioned above:
(a) in relation to items (a), (b), (c) and (f) above, relevant extract(s) from the judicial record or, failing that,
equivalent documentation issued by a competent judicial or administrative authority in the country where they
are established. The extract(s) or equivalent documentation must be the most recent available. Depending on
the national legislation of the country in which they are established, these documents must relate to entities
with legal personality and/or natural persons; in the latter case, they must relate to the person(s) empowered to
represent the tenderer and sign the framework contract if the tender is successful;
(b) in relation to item (e) above, the most recent certificates issued by the competent social security and tax
authorities of the country where they are established. Where no such certificate is issued in that country,
this can be replaced by a declaration on oath or solemn statement made before a competent judicial or
administrative authority, a notary or a competent professional or trade body in that country. The declaration
or statement provided must be dated less than 4 months before the final date for submission of tenders.
Depending on the national legislation of the country in which they are established, these documents must relate
to entities with legal personality and/or natural persons; in the latter case, they shall relate to the person(s)
empowered to represent the tenderer and sign the contract if the tender is successful;
(c) in relation to items (d), and (g) above, a solemn declaration stating that the tenderer is not guilty of
professional misconduct, and is supplying all the information required under this call for tenders in good faith
and without misrepresentation. This solemn declaration should be signed by the person(s) empowered to

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 13 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 14 / 17
234436-2015-EN

represent the tenderer and sign the contract if the tender is selected and dated less than 4 months before the
final date for submission of tenders.
III.2.2) Economic and financial capacity:
Information and formalities necessary for evaluating whether requirements are met:
The candidates have to submit:
a declaration indicating in euros the total annual turnover of the tenderer for the last 3 financial years as
indicated in the standard application form;
balance sheets for the last 3 financial years or other supporting documents shall be submitted together with the
application; if the company has less than 3 years, the bidder will have to provide appropriate documentation that
may demonstrate its financial capacity;
for consortia, this information needs to be provided for the leading firm as well as for each of the member firms.
In the case of a transfer of activity to a newly-established company, candidates need to provide the annual
accounts of the transferring company for the last 3 years, plus the detail of the staff transferred to the new
company, plus the initial balance sheet and capital structure of the new company.
Minimum level(s) of standards possibly required:
Minimum annual turnover in the relevant sector:
the candidate's average annual turnover for the last 3 years must exceed 8 000 000 EUR for lots 1, 2, 3 and 5
and 1 000 000 EUR for lot 4.
III.2.3) Technical capacity:
Information and formalities necessary for evaluating whether requirements are met:
The professional and technical capacity will be evaluated on the basis of evidence in support of the following
specific requirements:
All candidates seeking to be shortlisted should provide, separately for each lot they are tendering for, the
following information by completing the standard application form available on request from the EIB:
A. demonstration of adequate professional capacity (criterion III-2.3.1);
B. demonstration of adequate technical capacity (criterion III-2.3.2);
C. demonstration of adequate involvement in the different project cycle phases and horizontal expertise
(criterion III-2.3.3);
D. demonstration of adequate geographic coverage (criterion III-2.3.4).
Minimum level(s) of standards possibly required:
1. the candidate must employ at the final date for submission of the application a minimum of 10 senior
permanent experts (>10 years of experience each) who cover the technical sub-sectors of the lot for which it
is submitting an application and who speak English fluently. The experts' profiles are to be provided, as well as
evidence that they are, at the date of the application, employed as permanent staff (such as an individual salary
slip or a statement from an official external body, e.g. the taxation office or a social security body) as indicated in
the application form;
2. references:
a. the candidate must have implemented at least 10 reference projects aggregately covering all the technical
sub-sectors of the lot (for lot 4, at least 3 technical sub-sectors must be covered). Please note that a maximum
of 15 references may be provided as indicated in the application form. Furthermore, the reference projects must
fulfil the following conditions:
— a minimum project value of 100 000 EUR,
— a minimum of 30 % of the overall contract value was carried out by the candidate itself. Where the reference
projects have been implemented by consortia comprising 2 or more of the members now associated as a

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 14 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 15 / 17
234436-2015-EN

consortium for this tender procedure, their respective percentages shall be added together, in order for the
application to be assessed on the basis of the consortium as a whole,
— the reference projects may have started before, but must have been completed (i.e. final payment made by
the client) at any time within 5 years before the final date for submission of applications. The candidate may
refer to a part of an assignment which has not yet been completed, but only in so far as that part is successfully
completed and its date of completion and the candidate's contribution may be clearly identified and proven
through adequate documentary evidence (such as certificates from the client);
b. with the exception of lot 5, all the references complying with point 2(a) above must each cover at least one of
the horizontal tasks of the lot, and all references aggregated must cover all horizontal tasks of the lot;
c. the majority of the references complying with 2(a) must cover the geographical zones (a) and (b) as defined
in II.2.1. At least 4 of the references complying with point 2(a) above must cover the geographical zones (c), (d)
and/or (e) as defined in II.2.1;
3. the candidate must have managed at least 1 FWA with similar institutions (e.g. EC, IFIs, etc.) within 5 years
before the final date for submission of the applications. Each FWA must cover at least one of the technical sub-
sectors of the lot for which the candidate submits an application. A maximum of 5 may be provided as indicated
in the application form.
III.2.4) Reserved contracts:
No.
III.3) Conditions specific to services contracts
III.3.1) Execution of the service is reserved to a particular profession:
No.
III.3.2) Legal persons should indicate the names and professional qualifications of the staff responsible for the
execution of the service:
Yes.
In submitting a tender, candidates will be expected to provide CVs of staff who would be assigned to the
contract.
Section IV: Procedure
IV.1) Type of procedure
IV.1.1) Type of procedure:
Restricted.
IV.1.2) Limitations on the number of operators who will be invited to tender or to participate:
Max. 8 (10 for lot 4) eligible candidates will be shortlisted for each lot provided a sufficient number of admissible
applications has been received. Shortlisted candidates will be invited to submit detailed tenders for this FWA.
If more than the maximum number of eligible candidates meets the selection criteria, the relative strengths
and weaknesses of the applications of these candidates will be re-examined to identify the foreseen maximum
number of best applications for the tender procedure. The only factors which will be taken into consideration
during this re-examination are, in order of precedence:
1) the number of projects brought as reference which comply with the requirements of criterion 2(a) in Section
III.2.3 above;
2) the geographic coverage (number of geographic zones aggregately covered) of references provided which
comply with the requirement of criterion 2(a) (according to the geographic areas outlined in Section II.2.1);
3) the number of FWAs managed by the candidate which comply with the requirement of criterion 3 above;
4) the cumulative number of specific assignments implemented by the candidate under the FWAs which comply
with the requirements of criterion 3 above;

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 15 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 16 / 17
234436-2015-EN

5) the cumulative budget of projects brought as reference which comply with the requirements of criterion 2(a) in
Section III.2.3 above.
Candidates should note that failure to provide sufficient information for all the points mentioned above might
lead to the request being rejected.
IV.1.3) Reduction of the number of operators during the negotiation or dialogue:
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be
negotiated: no.
IV.2) Award criteria
IV.2.1) Award criteria:
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation
to tender or to negotiate or in the descriptive document.
IV.2.2) An electronic auction will be used:
No.
IV.3) Administrative information
IV.3.1) File reference number attributed by the contracting authority:
VP-1259.
IV.3.2) Previous publication(s) concerning the same contract:
No.
IV.3.3) Conditions for obtaining specifications and additional documents or descriptive document:
Time limit for receipt of requests for documents or for accessing documents:
Candidates may submit questions only in writing up to 21.8.2015 (23:59), Central European Time, specifying
in the subject of their e-mail the publication reference, the contract title and the lot number, to the following e-
mail:
cs-procurement@eib.org
No further clarifications will be given to questions received after this date.
Each question must start with an indication of the paragraph of the procurement notice documents to which the
question relates.
Clarifications, together with the questions received, will be sent to the candidates at the latest on 9.9.2015.
No further clarifications will be given after this date. It is the candidate's responsibility to check for updates and
modifications during the application period.
Payable documents: no.
IV.3.4) Time limit for receipt of tenders or requests to participate:
30.9.2015 (23:59).
IV.3.6) Language(s) in which tenders or requests to participate may be drawn up:
English.
IV.3.8) Conditions for opening tenders:
Place: European Investment Bank headquarters, Luxembourg.
Persons authorised to be present at the opening of tenders: no.
Section VI: Complementary information
VI.1) This is a recurrent procurement:
No.
VI.2) Contract related to a project and/or programme financed by EU funds:
Yes.
07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 16 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED
OJ/S S128
07/07/2015 European Investment Bank - Services - Contract notice - Restricted procedure 17 / 17
234436-2015-EN

Reference to project(s) and/or programme(s):


EIB mandates inside and outside the EU.
VI.3) Additional information:
Subject to an agreement being reached on how this is to be applied more restrictively in the future.
VI.4) Procedures for appeal
VI.4.1) Body responsible for appeal procedures:
General Court of the European Union, rue du Fort Niedergrünewald, 2925 Luxembourg,
LUXEMBOURG. Tel. +352 4303-1. Fax +352 4303-2100. E-mail: generalcourt.registry@curia.europa.eu
cfi.registry@curia.europa.eu Internet: http://curia.europa.eu
VI.4.2) Lodging of appeals:
Precise information on deadline(s) for lodging appeals:
within 2 months of the plaintiff being notified or, failing this, of the day on which it came to his knowledge.
VI.5) Date of dispatch of this notice:
26.6.2015.

07/07/2015 S128 European Investment Bank - Services - Contract notice - Restricted procedure 17 / 17
https://ted.europa.eu/ Supplement to the Official Journal of the European Union
TED

Das könnte Ihnen auch gefallen