Corporate Technical Skills Training Services

Ziel dieser Ausschreibung (CfT) ist die Auswahl von Anbietern für die Erbringung von Schulungsdiensten für technische Kompetenzen für Mitarbeiter der EIB-Gruppe. Die geforderten Dienstleistungen sind in 6 Lose unterteilt, die verschiedene Schulungsthemen abdecken, nämlich Innovation und Veränderung, Strategieplanung und -durchführung, Datenmanagement, Compliance, Betrugsbewusstsein und Audits. Schulungskurse können von den ausgewählten …

CPV: 80500000 Training services, 80510000 Specialist training services, 80511000 Staff training services, 80521000 Training programme services, 80570000 Personal development training services
Place of execution:
Corporate Technical Skills Training Services
Awarding body:
European Investment Bank
Award number:
CFT-1622

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 : Economic affairs

2. Procedure

2.1 Procedure

Title : Corporate Technical Skills Training Services
Description : The objective of this Call for Tenders (CfT) is to select providers for the provision of corporate technical skills training services to EIB Group staff members. The requested services are divided into 6 lots covering diverse training topics, namely innovation and change, strategy planning and execution, data management, compliance, fraud awareness, and audit. Training courses could be requested to be delivered by the selected providers in (virtual) classroom, webinar, e-learning or a blend of different methods.
Procedure identifier : 0a7aeee7-82f2-4cd8-996f-4199ca997824
Previous notice : 172692-2021
Internal identifier : CFT-1622
Type of procedure : Open

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 3 594 100 Euro

2.1.4 General information

Additional information : In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3) in the last 5 calendar days before the time limit for receipt indicated in Section IV.2.2), the European Investment Bank reserves (i) the right to extend this time limit; (ii) to postpone the date and time of tender opening stated in Section IV.2.7) accordingly and publish these changes at the Internet address provided in Section I.3), 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 I.3) in order to get notified when new information or documents are published.
Legal basis :
Directive 2014/24/EU

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Innovation and Change
Description : Services provided under this lot shall cover courses on following key topics: • lean management; • design thinking; • change management (process, approach and strategy, build change team and change agents, stakeholder identification, prioritisation and management, change impacts, resistance management, sustaining change, role of the manager in driving change); • digital disruption/digitalisation (Customers and customer networks, platform approaches, turn data into assets, measuring and adapting our value proposition, user experience design, strategic part, e.g. for leaders; • product and project management orientations (Agile methodologies like Lego Scrum, Kanban,..).
Internal identifier : LOT-0001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services
Additional classification ( cpv ): 80570000 Personal development training services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 1 604 400 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 172692-2021
Identifier of the part of the previous notice : LOT-0001

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court
Information about review deadlines : Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section I.1) 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 VI.4.1) of this contract notice.
Organisation providing additional information about the procurement procedure : European Investment Bank

5.1 Lot technical ID : LOT-0002

Title : Strategy Planning and Execution
Description : Services provided under this lot shall cover courses on strategic thinking, strategic planning and how to contribute to policy formulation. The focus should be on how to improve the EIB internal process to formulate strategic guidance. Further, this lot shall cover topics on performance reporting e.g. courses on organisational performance management, Key Performance Indicators (KPIs) and reporting systems. The focus should be on the EIB’s performance management framework.
Internal identifier : LOT-0002

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 203 800 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 172692-2021
Identifier of the part of the previous notice : LOT-0002

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court
Information about review deadlines : Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section I.1) 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 VI.4.1) of this contract notice.
Organisation providing additional information about the procurement procedure : European Investment Bank

5.1 Lot technical ID : LOT-0003

Title : Data Management
Description : Services provided under this lot shall cover courses on Data Management and Data Governance. The trainings under this lot should be designed to enable trainees to (non-exhaustive listing): — understand the importance of data management and data governance and its impact on decision making tools; — apprehend EIB Group policies, frameworks and best practices; — be able to apply data management and governance knowledge across all Directorates and and business processes to ensure high data quality and compliance.
Internal identifier : LOT-0003

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 370 200 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 172692-2021

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court
Information about review deadlines : Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section I.1) 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 VI.4.1) of this contract notice.
Organisation providing additional information about the procurement procedure : European Investment Bank

5.1 Lot technical ID : LOT-0004

Title : Compliance
Description : Services provided under this lot shall cover courses on compliance related key topics, including but not limited to the following: • governance, risk and compliance; • regulatory compliance; • compliance risk assessment, monitoring and testing; • AML-CFT including customer/due diligence and KYC screening, reporting duties etc.; • code of conduct; • whistle blowing; • business ethics; • procurement (compliance with internal rules on public procurement selection procedures); • conflicts of Interest (institutional, personal, etc.); • data protection; • market abuse; • tax good governance; • MiFID; • digital compliance (and other compliance related IT topics). The trainings under this lot should be designed to enable trainees to increase or update their knowledge on various compliance related topics in order to (non-exhaustive listing): • comply with regulatory requirements and/or best banking practice, where applicable; • provide engaging and stimulating tools to trainees to enable them to fulfil their duties; • disseminate a culture of compliance and feeling of accountability; • prepare for certifications on compliance related topics (such as but not limited to regulatory compliance, non-financial risks, AML-CFT, market abuse, data protection, business ethics/codes of conduct).
Internal identifier : LOT-0004

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 587 900 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 172692-2021

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court
Information about review deadlines : Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section I.1) 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 VI.4.1) of this contract notice.
Organisation providing additional information about the procurement procedure : European Investment Bank

5.1 Lot technical ID : LOT-0005

Title : Fraud Awareness
Description : Services provided under this lot shall cover training courses on fraud and corruption, ethics and integrity and the EIB Group policies under IG’s responsibility. The trainings range from awareness trainings to specialised trainings linked to specific business activities (e.g. fraud and corruption training for corporate procurement, vendor management or hiring activities) and also include trainings for colleagues working in IG and EIF Compliance e.g. on investigation skills, report writing skills or newest trends and best practices. The trainings under this lot should be designed to enable participants to(non-exhaustive listing): • develop a comprehensive understanding and knowledge of the EIB and EIF Anti-Fraud Policies, the EIB Group Staff Code of Conduct and the EIB Group Whistleblowing Policy as well as their rights and obligations as EIB Group staff under these policies; • reinforce the importance of integrity in all of the EIB Group’s operations and activities both in the EU and outside; • raise awareness of staff to the ‘red flags’ of fraud and corruption and provide them with tools (i.e. case studies, case examples) to be able to easily identify them; • raise awareness and provide more in depth knowledge in relation to the risk of fraud and corruption in different activities of the EIB Group e.g. procurement or recruiting; • enable colleagues working in IG and EIF Compliance to use specialised investigations techniques and open source intelligence gathering, learn about complaints handling and mediation, digital forensic analysis and stay up to date with newest best practices and trends.
Internal identifier : LOT-0005

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 587 900 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 172692-2021
Identifier of the part of the previous notice : LOT-0005

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30
Justification for not indicating the weighting of the award criteria : Best value for money

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court
Information about review deadlines : Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section I.1) 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 VI.4.1) of this contract notice.
Organisation providing additional information about the procurement procedure : European Investment Bank

5.1 Lot technical ID : LOT-0006

Title : Audit
Description : Services provided under this lot shall cover introductive trainings on Internal Auditing function (for employees with a solid banking background but with no or little internal audit skills), risk appetite framework and enterprise risk management, IT audits, data-analytics techniques and communication skills for auditors. Examples of possible non-exhaustive list of courses under this lot: • introduction to the internal audit function and audit cycle (planning, field-work, reporting and recommendations); • introduction to IIA Standards and Guidance — International Professional Practices Framework (IPPF); • perform as risk assessment in the audit universe; • audit report writing; • communication skills for auditors (interviewing, negotiating recommendations and reporting); • auditing cybersecurity; • IT general controls and application controls as part of integrated audits; • preparation for internal audit professional certifications.
Internal identifier : Lot-0006

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80570000 Personal development training services
Additional classification ( cpv ): 80500000 Training services
Additional classification ( cpv ): 80510000 Specialist training services
Additional classification ( cpv ): 80511000 Staff training services
Additional classification ( cpv ): 80521000 Training programme services

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.4 Renewal

Maximum renewals : 0

5.1.5 Value

Estimated value excluding VAT : 246 200 Euro

5.1.6 General information

Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Information about previous notices :
Identifier of the previous notice : 172692-2021
Identifier of the part of the previous notice : LOT-0006

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Price is not the only award criterion and all criteria are stated only in the procurement documents.
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 70
Category of award weight criterion : Fixed value (total)
Award criterion number : 30
Justification for not indicating the weighting of the award criteria : Best value for money

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court
Information about review deadlines : Tenderers may in the first instance submit any concerns regarding the procurement to the Bank using the contact details under section I.1) 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 VI.4.1) of this contract notice.
Organisation providing additional information about the procurement procedure : European Investment Bank

6. Results

Approximate value of the framework agreements : 2 432 200 Euro

6.1 Result lot ldentifier : LOT-0001

At least one winner was chosen.
Framework agreement :
Re-estimated value of the framework agreement : 1 604 400 Euro

6.1.2 Information about winners

Winner :
Official name : Danish Technological Institute
Tender :
Tender identifier : Tender Lot 1 DTI
Identifier of lot or group of lots : LOT-0001
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : Lot 1 framework agreement Innovation and Change
Date of the conclusion of the contract : 23/02/2022

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 5

6.1 Result lot ldentifier : LOT-0002

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0003

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 3

6.1 Result lot ldentifier : LOT-0004

No winner was chosen and the competition is closed.
The reason why a winner was not chosen : All tenders, requests to participate or projects were withdrawn or found inadmissible

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 4

6.1 Result lot ldentifier : LOT-0005

At least one winner was chosen.
Framework agreement :
Re-estimated value of the framework agreement : 581 600 Euro

6.1.2 Information about winners

Winner :
Official name : BDO Audit
Tender :
Tender identifier : Tender Lot 5 BDO
Identifier of lot or group of lots : LOT-0005
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : Lot 5 framework agreement Fraud Awareness
Date of the conclusion of the contract : 23/02/2022

6.1.3 Non-winning tenderers :

Tenderer :
Official name : Deloitte Tax & Consulting

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

6.1 Result lot ldentifier : LOT-0006

At least one winner was chosen.
Framework agreement :
Re-estimated value of the framework agreement : 246 200 Euro

6.1.2 Information about winners

Winner :
Official name : Deloitte Tax & Consulting
Tender :
Tender identifier : Tender Lot 6 Deloitte
Identifier of lot or group of lots : LOT-0006
The tender was ranked : yes
Rank in the list of winners : 2
Subcontracting : No
Contract information :
Identifier of the contract : Lot 6 framework agreement Audit (second ranked) Lot 5 framework agreement Fraud awareness (second ranked)
Date of the conclusion of the contract : 23/02/2022 23/02/2022
Winner :
Official name : BDO Audit
Tender :
Tender identifier : Tender Lot6 BDO
Identifier of lot or group of lots : LOT-0006
The tender was ranked : yes
Rank in the list of winners : 1
Subcontracting : No
Contract information :
Identifier of the contract : Lot 6 framework agreement Audit (first ranked)
Date of the conclusion of the contract : 23/02/2022

6.1.4 Statistical information

Received tenders or requests to participate :
Type of received submissions : Tenders
Number of tenders or requests to participate received : 2

8. Organisations

8.1 ORG-0001

Official name : European Investment Bank
Registration number : EIB
Postal address : 98-100 boulevard Konrad Adenauer
Town : Luxembourg
Postcode : 2950
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4379-1
Internet address : http://www.eib.org
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure

8.1 ORG-0002

Official name : General Court
Registration number : Court
Postal address : rue du Fort Niedergrunewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Fax : +352 43032100
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : Danish Technological Institute
Size of the economic operator : Medium
Registration number : 56 97 61 16
Postal address : Gregersensvej 1
Town : Taastrup
Postcode : 2630
Country subdivision (NUTS) : Københavns omegn ( DK012 )
Country : Denmark
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0001

8.1 ORG-0004

Official name : Deloitte Tax & Consulting
Size of the economic operator : Large
Registration number : RCS B165178
Postal address : 20 Boulevard de Kockelscheuer
Town : Luxembourg
Postcode : 1821
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0006

8.1 ORG-0005

Official name : BDO Audit
Size of the economic operator : Large
Registration number : RCS B147570
Postal address : 1 rue Jean Piret
Town : Luxembourg
Postcode : 2350
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Roles of this organisation :
Tenderer
Winner of these lots : LOT-0006 LOT-0005

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : c6e6a14e-4cf1-453f-8832-f3d8a600a453 - 01
Form type : Result
Notice type : Contract or concession award notice – standard regime
Notice dispatch date : 02/09/2025 09:55 +00:00
Languages in which this notice is officially available : English Danish, German, Spanish, Finnish, French, Greek, Italian, Dutch, Portuguese, Swedish, Czech, Estonian, Hungarian, Lithuanian, Latvian, Maltese, Polish, Slovak, Slovenian, Irish, Bulgarian, Romanian, Croatian
Notice publication number : 00572886-2025
OJ S issue number : 168/2025
Publication date : 03/09/2025