CFT-1748 - IT Security Operations and Testing, Business Continuity, Information Protection and Access Control Consultancy Services

The purpose of this Call for Tenders is to award Framework Agreements to up to 5 successful Tenderers (per each lot) for the provision of information security Services to support the Cybersecurity Division of the European Investment Bank Group. The services in scope include: Lot 1 - Provision of IT …

CPV: 72000000 IT services: consulting, software development, Internet and support, 72212732 Data security software development services, 72220000 Systems and technical consultancy services, 72225000 System quality assurance assessment and review services, 72253200 Systems support services, 72800000 Computer audit and testing services, 72820000 Computer testing services, 72254100 Systems testing services
Deadline:
Dec. 10, 2025, 3 p.m.
Deadline type:
Submitting a bid
Place of execution:
CFT-1748 - IT Security Operations and Testing, Business Continuity, Information Protection and Access Control Consultancy Services
Awarding body:
European Investment Bank
Award number:
EIB/2024/OP/0002

1. Buyer

1.1 Buyer

Official name : European Investment Bank
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : CFT-1748 - IT Security Operations and Testing, Business Continuity, Information Protection and Access Control Consultancy Services
Description : The purpose of this Call for Tenders is to award Framework Agreements to up to 5 successful Tenderers (per each lot) for the provision of information security Services to support the Cybersecurity Division of the European Investment Bank Group. The services in scope include: Lot 1 - Provision of IT Security Operations consultancy services; Lot 2 - Provision of Business Continuity consultancy services; Lot 3 - Provision of Information Protection and Identity and Access Management consultancy services; and Lot 4 - Provision of IT Security Testing services. For more details please refer to the procurement documents.
Procedure identifier : 7305ab45-23b9-409e-8f56-b538c19232a6
Internal identifier : EIB/2024/OP/0002
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 56 355 128 Euro

2.1.4 General information

Additional information : Disclaimer: The European Investment Bank is not subject to the Regulation 2018/1046. EIB procurements are governed by EIB’s Corporate & Technical Assistance Procurement Guide. For this reason, the following deviations to Section 5.1.12 of this contract notice shall apply: (i) Unless otherwise provided in the `Terms of Reference` tenders must be submitted in either in English or in French, since both are working languages of EIB (point 4.1 of EIB’s General Administrative and Submission Clauses). (ii) Tenders are opened in a non-public opening session by an opening board, whose members are appointed by EIB under guarantee of impartiality and confidentiality (point 5.1 of EIB’s General Administrative and Submission Clauses). Tenderers may request a copy of the opening record by email to corporate-procurement@eib.org . Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section 8.1 ORG-0001 of this contract notice. If tenderers or other interested parties, believe that the EIB committed an instance of maladministration, (e.g. it has failed to act in accordance with its established policies, standards and procedures or to respect the principles of good administration), they may lodge a complaint to the EIB Group Complaints Mechanism (see https://www.eib.org/en/about/accountability/complaints/index.htm) within 1 year from the date when the alleged action, decision or omission by the Bank could be reasonably known by the complainant. If unhappy with the outcome, tenderers can seek a review of the EIB Group’s reply to the complaint by the European Ombudsman (see https://www.ombudsman.europa.eu ). Within 2 months of notification of the outcome of the procedure (award decision), tenderers may launch an action for its annulment and/or damages. Any request tenderers may make and any reply from the Bank or any complaint of maladministration, will have neither the purpose nor the effect of suspending the time-limit for launching an action for annulment nor open a new period for launching an action for annulment. The body responsible for hearing annulment procedures is indicated under section 8.1 ORG-0002 of this contract notice. Reasons for the framework agreement duration exceeding four years: These framework agreements cover a critical business activity for which the maximum possible stability is needed. For the aforementioned reasons, the EIB considers that a 6-year maximum duration of the framework agreement is necessary.In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2024/2509

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 4
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 3

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Provision of IT Security Operations consultancy services
Description : The services in scope include: • Security Engineering support, i.e. support regarding the incorporation and maintenance of security controls into the information system so that they become an integral part of the system’s operational capabilities; • Security Monitoring support, i.e. assistance with regards to collecting and analysing indicators of potential security threats and triaging these threats with appropriate actions.
Internal identifier : EIB/2024/OP/0002-LOT-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72820000 Computer testing services
Additional classification ( cpv ): 72254100 Systems testing services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 48 (forty-eight) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 38 758 276 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 756734-2023

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 10/12/2025 15:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 11/12/2025 11:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Justification for the duration of the framework agreement : These framework agreements cover a critical business activity for which the maximum possible stability is needed. For the aforementioned reasons, the EIB considers that a 6-year maximum duration of the framework agreement is necessary.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Investment Bank

5.1 Lot technical ID : LOT-0002

Title : Provision of Business Continuity consultancy services
Description : The services in scope include: - Business Continuity support, i.e. support in planning, building, running and managing EIB’s enterprise-wide Business Continuity Management Operational Framework; - ICT Disaster Recovery support, i.e. assistance in designing and implementing EIB’s enterprise-wide ICT resilience and Disaster Recovery Management programmes.
Internal identifier : EIB/2024/OP/0002-LOT-2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72820000 Computer testing services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72254100 Systems testing services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 48 (forty-eight) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 7 110 682 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 756734-2023

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 10/12/2025 15:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 11/12/2025 11:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Justification for the duration of the framework agreement : These framework agreements cover a critical business activity for which the maximum possible stability is needed. For the aforementioned reasons, the EIB considers that a 6-year maximum duration of the framework agreement is necessary.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Investment Bank

5.1 Lot technical ID : LOT-0003

Title : Provision of Information Protection and Identity and Access Management consultancy services
Description : The services in scope include: - Identity and Access Management support, i.e. assistance in the handling of end-users and technical teams’ requests related to access management, authentication management, recertification process, contribution to architectural design, optimization of operational processes, contribution to risk assessments; - Information Protection Analyst support, i.e. assistance in conducting/defining feasibility studies, gap analysis, architectural design, governance and operational models in the different domains of the Information Protection such as information classification, data leakage prevention, information management, etc.
Internal identifier : EIB/2024/OP/0002-LOT-3

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72820000 Computer testing services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 48 (forty-eight) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 5 859 675 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 756734-2023

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 10/12/2025 15:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 11/12/2025 11:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 5
Justification for the duration of the framework agreement : These framework agreements cover a critical business activity for which the maximum possible stability is needed. For the aforementioned reasons, the EIB considers that a 6-year maximum duration of the framework agreement is necessary.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Investment Bank

5.1 Lot technical ID : LOT-0004

Title : Provision of IT Security Testing Services
Description : The services in scope include: - IT Security Penetration Testing Services covering, but not limited to, EIB’s applications penetration testing, web and mobile applications, network penetration testing, social engineering including physical intrusion; - Red and Purple Teaming support, i.e. assistance in designing and running structured and comprehensive scenario-based cyber incident testing on live systems using recognized frameworks (e.g., MITRE ATT@CK, CBEST...); - IT Security Audit and Compliance support, i.e. assistance in testing the effectiveness of security controls and risk mitigations plans based on EIB’s Internal Control Framework (ICF).
Internal identifier : EIB/2024/OP/0002-LOT-4

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72212732 Data security software development services
Additional classification ( cpv ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72225000 System quality assurance assessment and review services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72254100 Systems testing services
Additional classification ( cpv ): 72800000 Computer audit and testing services
Additional classification ( cpv ): 72820000 Computer testing services

5.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

5.1.3 Estimated duration

Duration : 72 Month

5.1.4 Renewal

Maximum renewals : 2
Other information about renewals : The framework contract is concluded for an initial period of 48 (forty-eight) months, renewable 2 (two) time(s). Please consult the draft framework contract in the procurement documents.

5.1.5 Value

Estimated value excluding VAT : 4 626 495 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 756734-2023

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 10/12/2025 15:00 +01:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 11/12/2025 11:00 +01:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, with reopening of competition
Maximum number of participants : 5
Justification for the duration of the framework agreement : These framework agreements cover a critical business activity for which the maximum possible stability is needed. For the aforementioned reasons, the EIB considers that a 6-year maximum duration of the framework agreement is necessary.
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Investment Bank

8. Organisations

8.1 ORG-0001

Official name : European Investment Bank
Registration number : EIB
Postal address : 98-100 boulevard Konrad Adenauer
Town : Luxembourg
Postcode : L-2950
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 43 79 1
Internet address : http://www.eib.org
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : 670fd571-8ce9-429d-9edf-985844a7ca29 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 10/09/2025 22:01 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00597248-2025
OJ S issue number : 175/2025
Publication date : 12/09/2025