Legal Basis:
Regulation (EU, Euratom) No 2018/1046
Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)
Section I: Contracting authority
I.1)Name and addressesOfficial name: Ministry of Finance - Central Financing and Contracting Department (CFCD)
Postal address: Dame Gruev 12
Town: Skopje
NUTS code:
MK0 Северна Македонија / Severna MakedonijaPostal code: 1000
Country: North Macedonia
E-mail:
cfcd@finance.gov.mkInternet address(es): Main address:
https://cfcd.finance.gov.mk/ I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Further support in the implementation of the reforms in the water sector
Reference number: NEAR/SKP/2022/EA-RP/0174
II.1.2)Main CPV code71800000 Consulting services for water-supply and waste consultancy
II.1.3)Type of contractServices
II.1.4)Short description:
The aim of this project is to develop and test instruments and approaches for investment planning and programming, sector regulation and capacity development at national level, and pooling of resources and achieving economies of scale at local level in selected territorial areas through inter-municipal cooperation in investment planning, management and service provision.
II.1.5)Estimated total valueValue excluding VAT: 2 500 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)71800000 Consulting services for water-supply and waste consultancy
90713100 Consulting services for water-supply and waste-water other than for construction
II.2.3)Place of performanceNUTS code: MK Северна Македонија / Severna Makedonija
Main site or place of performance:
North Macedonia (Region IPA instrument)
II.2.4)Description of the procurement:
The overall objective of the contract is to improve access to and quality of water and wastewater services in North Macedonia, in line with the EU Acquis.
The contractor is expected to help reorganise service provision in clusters, reinforce the tariffs mechanism and pilot operations in inter-municipal services. In addition, the activities include preparation of necessary documentation to kick start inter municipal service operation
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 500 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 30
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:
The number of candidates is not limited. Please consult the procurement documents available at the address indicated in Section I.3.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:
PreAccession Countries / New Member States
II.2.14)Additional information
Provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 50 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Please consult the procurement documents available at the address indicated in Section I.3.
III.1.2)Economic and financial standingList and brief description of selection criteria:
The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".
III.1.3)Technical and professional abilityList and brief description of selection criteria:
The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
Please consult the procurement documents available at the address indicated in Section I.3.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureRestricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 07/06/2023
Local time: 14:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidatesDate: 01/09/2023
IV.2.4)Languages in which tenders or requests to participate may be submitted:English
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 3 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:
Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f "Additional information about the Contract Notice".
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Telephone: +352 4303-1
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Please consult the procurement documents available at the address indicated in Section I.3.
VI.5)Date of dispatch of this notice:13/04/2023