CFT-1790 - Provision of IT Infrastructure and Operations Managed Services for the EIB Group

The objective of this call for tenders (competitive procedure with negotiation) is to award a framework agreement to a single successful tenderer for the provision of IT Infrastructure and Operations Managed Services. The scope of the framework agreement encompasses 11 domains covering on-premises and 2 cloud landing zones (AWS and …

CPV: 72000000 Servicios TI: consultoría, desarrollo de software, Internet y apoyo, 72220000 Servicios de consultoría en sistemas y consultoría técnica, 72222300 Servicios de tecnología de la información, 72228000 Servicios de consultoría en integración del equipo informático, 72240000 Servicios de análisis de sistemas y de programación, 72246000 Servicios de consultoría en sistemas, 72253200 Servicios de apoyo a sistemas, 72700000 Servicios de red informática, 72710000 Servicios de red local, 72100000 Servicios de consultoría en equipo informático
Lugar de ejecución:
CFT-1790 - Provision of IT Infrastructure and Operations Managed Services for the EIB Group
Organismo adjudicador:
European Investment Bank
Número de premio:
EIB/2025/CPN/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-1790 - Provision of IT Infrastructure and Operations Managed Services for the EIB Group
Description : The objective of this call for tenders (competitive procedure with negotiation) is to award a framework agreement to a single successful tenderer for the provision of IT Infrastructure and Operations Managed Services. The scope of the framework agreement encompasses 11 domains covering on-premises and 2 cloud landing zones (AWS and Azure). Below is an estimation of the volumetrics for each of the domains, reflecting current EIBG infrastructure design and being subject to natural evolution as technologies progress: - Domain 1 (network services): 550 switches, 90 routers, 1134 access points, 60 other network devices; - Domain 2 (unified communication): 320 collaboration rooms; - Domain 3 (database services): 600 databases; - Domain 4 (Server operating systems services): 3000 servers; - Domain 5 (Automation services): 4 Ansible platforms, 4 Terraform platforms, 170 AzureDevops Agents, 1 Automic platforms, 80 Automic agents, 4 UIPath robots, 6 Outsystem Platforms; - Domain 6 (virtual services): 102 SDDC VxRail physical servers, 10 Tanzu physical servers, Cloud Landing Zones – Azure, Cloud Landing Zones – AWS; - Domain 7 (backup services): 11 backup appliances, 12 disaster recovery appliances; - Domain 8 (Datacentre Support and Infrastructure Asset Management Services): 72 racks, 122 hardware appliances; - Domain 9 (Observability and Scheduling Services): 3500 monitored hosts, 200 monitored applications; - Domain 10 (IT Operations Support Services): 30000 Configuration Items in CMDB; 24/7 support of operator; - Domain 11 (Client Platform Services): 21 physical windows servers, 1100 virtualized servers. For more details please refer to the procurement documents.
Procedure identifier : 8e97fce1-2fd2-4f71-93cb-c17868f8c060
Internal identifier : EIB/2025/CPN/0002
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
Justification for the accelerated procedure :
Main features of the procedure :

2.1.1 Purpose

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

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: the transition phase involves significant time and material efforts both on the EIB and Service Provider’s side (due to complex setups), as well as risks of disruption of critical business processes. The EIB considers that an 8-year duration of the framework agreement is necessary in order to amortise the transition costs over a longer period of time and to ensure stability of the operations by reducing the risks associated with the transition. Furthermore, long term contracts of this scope are standard in the industry. This call for tenders is linked to the Prior Information Notice 781682-2023.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) 2018/1046

2.1.6 Grounds for exclusion

Bankruptcy : For the full list of exclusion grounds please consult the procurement documents.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : CFT-1790 - Provision of IT Infrastructure and Operations Managed Services for the EIB Group
Description : The objective of this call for tenders (competitive procedure with negotiation) is to award a framework agreement to a single successful tenderer for the provision of IT Infrastructure and Operations Managed Services. The scope of the framework agreement encompasses 11 domains covering on-premises and 2 cloud landing zones (AWS and Azure). Below is an estimation of the volumetrics for each of the domains, reflecting current EIBG infrastructure design and being subject to natural evolution as technologies progress: - Domain 1 (network services): 550 switches, 90 routers, 1134 access points, 60 other network devices; - Domain 2 (unified communication): 320 collaboration rooms; - Domain 3 (database services): 600 databases; - Domain 4 (Server operating systems services): 3000 servers; - Domain 5 (Automation services): 4 Ansible platforms, 4 Terraform platforms, 170 AzureDevops Agents, 1 Automic platforms, 80 Automic agents, 4 UIPath robots, 6 Outsystem Platforms; - Domain 6 (virtual services): 102 SDDC VxRail physical servers, 10 Tanzu physical servers, Cloud Landing Zones – Azure, Cloud Landing Zones – AWS; - Domain 7 (backup services): 11 backup appliances, 12 disaster recovery appliances; - Domain 8 (Datacentre Support and Infrastructure Asset Management Services): 72 racks, 122 hardware appliances; - Domain 9 (Observability and Scheduling Services): 3500 monitored hosts, 200 monitored applications; - Domain 10 (IT Operations Support Services): 30000 Configuration Items in CMDB; 24/7 support of operator; - Domain 11 (Client Platform Services): 21 physical windows servers, 1100 virtualized servers. For more details please refer to the procurement documents.
Internal identifier : EIB/2025/CPN/0002

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 ): 72220000 Systems and technical consultancy services
Additional classification ( cpv ): 72222300 Information technology services
Additional classification ( cpv ): 72228000 Hardware integration consultancy services
Additional classification ( cpv ): 72240000 Systems analysis and programming services
Additional classification ( cpv ): 72246000 Systems consultancy services
Additional classification ( cpv ): 72253200 Systems support services
Additional classification ( cpv ): 72700000 Computer network services
Additional classification ( cpv ): 72710000 Local area network services
Additional classification ( cpv ): 72100000 Hardware consultancy services

5.1.3 Estimated duration

Duration : 96 Month

5.1.4 Renewal

Other information about renewals : The framework contract is concluded for an initial period of 48 (forty-eight) months, renewable 4 (four) time(s). Please consult the draft framework contract in the procurement documents.

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

5.1.9 Selection criteria

Criterion :
Type : Suitability to pursue the professional activity
Description : Please consult the procurement documents.
Criterion :
Type : Economic and financial standing
Description : Please consult the procurement documents.
Criterion :
Type : Technical and professional ability
Description : Please consult the procurement documents.

5.1.10 Award criteria

Criterion :
Type : Quality
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 60
Criterion :
Type : Price
Name :
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 40
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

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 requests to participate : 25/04/2025 15:00 +02:00
Deadline until which the tender must remain valid : 6 Month
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 : no
Electronic payment will be used : yes

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 : Court of Justice of the European Union -

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

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

10. Change

Version of the previous notice to be changed : b39eac53-f72b-43d6-8f06-9f433d6e18c7-01
Main reason for change : Information updated
Description : The deadline for submission of requests to participate has been changed from 04/04/2025 to 25/04/2025. The deadline for requests for additional information has been changed from 21/03/2025 to 11/04/2025.
Notice information
Notice identifier/version : 7a5d5f12-2d69-42a0-94a3-bce583bcf7c6 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 12/03/2025 18:34 +01:00
Languages in which this notice is officially available : English
Notice publication number : 00165498-2025
OJ S issue number : 52/2025
Publication date : 14/03/2025