There is a bug affecting the way URLs are displayed in eForms notices. We are working on solving the problem. In the meanwhile, we suggest that you remove the comma (or any other special character) that appears at the end of the URL. We apologize for the inconvenience.

Registration is open for our 4th Workshop with TED reusers, on the 14th of December 2023

Services - 96779-2019

Display compact view

01/03/2019    S43

Luxembourg-Luxembourg: EIB - Western Balkans Investment Framework (WBIF) - Infrastructure Project Facility - Technical Assistance 9 (IPF 9), Infrastructures: Energy, Environment, Social, Transport and Digital economy

2019/S 043-096779

Location: Albania, Bosnia and Herzegovina, the Republic of North Macedonia, Montenegro, Serbia, and Kosovo(1)

(1) This designation is without prejudice to positions on status, and is in line with UNSCR 1244/1999 and the ICJ Opinion on the Kosovo declaration of independence.

Service Procurement Notice


1.Reference code

2019/S 020-042005, TA2018149 R0 IPA

2.Procedure
International restricted tender
3.Programme
Instrument for Pre-Accession Assistance (IPA II)
4.Financing
IPA II Multi-country Action Programme 2018
5.Contracting Authority

European Investment Bank, 98-100, boulevard Konrad Adenauer, L-2950, Luxembourg, Grand Duchy of LUXEMBOURG, http://www.eib.org/en/about/procurement/calls-technical-assistance/ta2018149.htm


Contract Specification

6.Nature of contract
Fee-based
7.Contract description
The overall objective of the Technical Assistance (TA) operation is to contribute to the improvement of the infrastructures in the candidate and potential candidates’ countries. The TA will support the preparation and implementation of priority infrastructure investment projects in energy, environment social, transport and digital economy infrastructure sectors to be financed by a combination of grants and loans. Support will be provided through a core team of experts for, inter alia, feasibility studies, preliminary and detail designs, support for the tendering process, supervision of works, other preparatory sectoral studies, preparation of terms of references, and reporting to Westerns Balkans Investment Framework (WBIF).
8.Number and titles of lots
Not applicable.
9.Maximum budget
24 000 000 EUR
10.Scope for additional services
The Contracting Authority may, at its own discretion and subject to the availability of funding, extend the scope and duration of the project to cover additional services, or unforessen delays in implementation.
In case of additional services, such extension shall be up to a maximum not exceeding the length and value of the initial contract value.
Any extension of the contract would be subject to satisfactory performance by the contractor.


Conditions of Participation

11.Eligibility
Participation is open to all legal persons (participating either individually or in a grouping — consortium — of candidates) who are effectively established in a Member State of the European Union or in an eligible country or territory as defined under the Regulation (EU) No. 236/2014 establishing common rules and procedures for the implementation of the Union's instruments for external action (CIR) for the applicable instrument under which the contract is financed (see also heading 30 below). Participation is also open to international organisations.
12.Candidature
All eligible legal persons (as per Item 11 above) 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 specific tender procedure. All members of a consortium (i.e, the leader and all other members) are jointly and severally liable to the Contracting Authority.
The participation of an ineligible legal person (as per Item 11) 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.
13.Number of applications
No more than one application can be submitted by a legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that a legal person submits more than one application, all applications in which that person has participated will be excluded.
14.Shortlist alliances prohibited
Any tenders received from tenderers comprising firms other than those mentioned in the short-listed application forms will be excluded from this restricted tender procedure, unless prior approval from the Contracting authority has been obtained. Short-listed candidates may not form alliances or sub-contract to each other for the contract in question.
15.Grounds for exclusion
As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations stipulated under Article 57 of European Parliament and Council Directive 2014/24/EU.
Tenderers shall be excluded from this invitation to tender procedure if any of the mandatory exclusion grounds for rejection apply.
Tenderers may be excluded from this invitation to tender procedure if any of the discretionary grounds for exclusion apply.
16.Sub-contracting
Sub-contracting is allowed, up to a maximum of 30 % of the initial contract value.
17.Number of candidates to be short-listed
On the basis of the applications received, between 5 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 5, the Contracting Authority may invite the candidates who satisfy the criteria to submit a tender.


Provisional Timetable

18.Provisional date of invitation to tender
June 2018
19.Provisional commencement date of the contract
November 2019
20.Initial period of implementation of tasks and possible extension of the contract
The initial period of execution of the contract shall be of 48 months. This period may be extended, with the prior approval of the Contracting Authority. See also item 10 above.


Selection and Award Criteria

21.Selection criteria
The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole, unless specified otherwise. The selection criteria will not be applied to economic operator and single-member companies when they are sub-contractors.
1) Economic and financial capacity of candidate (based on item 3 of the application form). In case of applicant being a public body, equivalent information should be provided.
economic operator:
(a) the annual turnover (if the candidate is an individual company) or the average annual turnover (if the candidate is a consortium) of the candidate must exceed 2 times the maximum budget of the TA operation for each of the last 3 years (2016, 2017 and 2018) for which accounts have been closed.
Note to candidates: In the application form, please make sure to include the actual year for which the data is provided.
2) Professional capacity of candidate (based on items 4 and 5 of the application form)
(a) the number of the permanent staff of the candidate (individual company or consortium overall) currently working in fields related to this contract (as they are described in item 7 – “Contract Description” above), must be at least 20 for each of the five (5) sectors (energy, environment, social, transport and digital economy) for the last 3 years (2016, 2017 and 2018), (100 total/year).
Note to candidates: In the application form, please make sure to include the actual year for which the data is provided;
(b) For each of the last 3 years (2016, 2017 and 2018), at least 40 % of the overall number of staff of the candidate (individual company or consortium overall) is permanent.
Note to candidates: In the application form, please make sure to include the actual year for which the data is provided.
3) technical capacity of candidate (based on Items 5 and 6 of the application form) legal persons:
(a) the candidate (individual company or consortium altogether) has successfully implemented, completed and final payment made during the last five (5) years at least one (1) project, in all 5 sectors: energy, environment (predominantly water and sanitation), social infrastructure (e.g. education, health, culture, penitentiary, refugee centres, justice, etc.), transport and digital economy (broadband connectivity, digital solutions across industries and public administrations, e-governance, mobile banking, etc.) of a minimum value of 800 000 EUR equivalent each, with activities on pre-feasibility and feasibility studies, design, technical assistance in tendering procedures, supervision of works, etc. at national and/or regional level were regional level should be understood to be an area of coverage of the services provided which extends over to at least 2 countries and should demonstrate that the candidate had a participation of minimum 60 % in each of the project(s) brought as reference (Projects presented as references must consist of a single contract (and addenda), have started in or after January 2014 and have been completed and final payment made by the client at any time up to the deadline of submission of applications as indicated under item 23 below); and b) The candidate (individual company or consortium altogether) has successfully implemented and completed, during the last five (5) years, 3 projects of technical assistance for enhancing promoters and/or final beneficiaries capacity. Projects presented as references must consist of a single contract (and addenda), have started in or after January 2014 and been completed and final payment made by the client at any time during the period of implementation up to the deadline of submission of applications (as indicated under Item 23 below) in IPA region/country level of a minimum value of 700 000 EUR equivalent and should demonstrate that it had a participation of minimum 60 % in each of the project(s) brought as reference.
Note to candidates: Each project presented as references will only be considered for single criteria (3 (a) or 3 (b)) and for a single sector. Technical criteria. Each project presented as references in digital economy should not be an IT system/sub-project of a project limited to one of the other 4 sectors (environment, energy, social and transport). Projects presented as references must have started in or after January 2014 and been successfully completed and final payment made by the client at any time during the period of implementation up to the deadline of submission of applications as indicated under Item 23 below. Its commencement date, completion, the amount of the project reference and the candidate’s contribution must be clearly identified and proven through adequate documentary evidence (such as certificates from the beneficiary). Where the assignments referenced have been implemented by consortia comprising 2 or more of the members now associated as a consortium for this tender procedure, their individual percentages shall be cumulated, so that the application is assessed on the basis of the candidate consortium as a whole. Note that reliance on the experience of another entity (natural or legal person) for the purposes of complying with the requirements of this selection criterion may not be considered appropriate by the Contracting Authority, regardless of the relationship the candidate has with that third party legal entity. In this regard, it is recommended that you include only those assignments for which you have been legally contracted by the client (as individual contractor or as member of a consortium).
Previous experience which caused breach of contract and termination by a Contracting Authority shall not be used as reference.
With regard to criteria relating to economic and financial standing and to criteria relating to technical and professional ability, an economic operator could, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them.
If the tenderer relies on the capacities of other entities, it must, in that case, prove to the Contracting Authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment (refer to the letter of undertaking template) on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility — notably that of nationality – and must fulfil the same relevant selection criteria as the economic operator. The Contracting Authority shall verify whether there are grounds for exclusion. The Contracting Authority shall require that the economic operator replaces an entity which does not meet a relevant selection criterion, or in respect of which there are compulsory grounds for exclusion. The Contracting Authority may require that the economic operator substitutes an entity in respect of which there are non-compulsory grounds for exclusion. With regard to educational and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies become jointly liable for the execution of the contract.
Please do not submit referenced projects that are not strictly compliant with the above criteria.
If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be reexamined to identify the 8 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 references which comply with the requirements of the reexamination criterion 3(a);
2) The number of projects brought as references which comply with the requirements of the reexamination criterion 1 above and implemented at regional level;
3) The number of projects brought as references which comply with the requirements of criterion 3 (b);
5) In case of competition between 2 or more candidates having the same number of compliant references as per the factors for re-examination 1, 2 and 3 above, the sum of projects amounts (Fees) of references that comply with the requirements of criterion 3(a) and 3(b).
22.Award criteria
Best value for money.


Application

23.Deadline for receipt of applications
The applications must be received by the Contracting Authority no later than 17:00 CET on 4.4.2019. Any application received after this deadline will not be considered.
24.Application format and details to be provided

Applications must be submitted using the standard application form (available at the following EIB web page: http://www.eib.org/about/procurement/technical-assistance.htm), whose format and instructions must be strictly observed.

Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
25.How applications may be submitted
Applications must be submitted in English exclusively to the Contracting Authority:
— either by recorded delivery (official postal service) to:
European Investment Bank (EIB)
Mrs Simona BOVHA, Head of Division
SG/AS/Consultant Procurement and Contract Management (CPCM)
100 boulevard Konrad Adenauer, L-2950 Luxembourg
— or hand delivered (including courier services) to:
European Investment Bank (EIB)
Mrs Simona BOVHA, Head of Division
SG/AS/Consultant Procurement and Contract Management (CPCM)
100 boulevard Konrad Adenauer, L-2950 Luxembourg
The contract title and the reference code (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the Contracting Authority.
Applications submitted by any other means will not be considered.
26.Alteration or withdrawal of applications
Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with Item 25. The outer envelope (and the relevant inner envelope if used) must be marked “Alteration” or “Withdrawal” as appropriate.
27.Operational language
All written communications for this tender procedure and contract must be in English.
28.Additional information
None
29.Date of publication of contract forecast
29.1.2019
30.Legal basis
Regulation (EU) No. 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures of the implementation of the Union's instruments for financing external action, Regulation (EU, Euratom) No. 966/2012 of the European Parliament and of the Council of 25.10.2012 on the financial rules applicable to the general budget of the Union and Regulation (EU) No. 231/2014 of the European Parliament and the of the Council of 11.3.2014 establishing an Instrument for Pre-accession Assistance (IPA II).