Luxembourg-Luxembourg: Western Balkans Investment Framework (WBIF) – Infrastructure Project Facility – Technical Assistance 12 (IPF 12), Infrastructures: Energy, Environment, Social, Transport and Digital Economy
2022/S 140-396089
Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
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 authorityEuropean institution/agency or international organisation
I.5)Main activityEconomic and financial affairs
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Western Balkans Investment Framework (WBIF) – Infrastructure Project Facility – Technical Assistance 12 (IPF 12), Infrastructures: Energy, Environment, Social, Transport and Digital Economy
Reference number: AA-011076-001
II.1.2)Main CPV code71356200 Technical assistance services
II.1.3)Type of contractServices
II.1.4)Short description:
The overall objective of the TA operation is to contribute to socio-economic development through the improvement of the infrastructure in the candidate countries and potential candidates of the Western Balkan region. The specific objectives of this TA operation are to support the preparation and implementation of priority
Infrastructure investment projects that may be financed by a combination of grants (EU and other funds) and loans (from IFIs) in the energy, environment, social, transport and digital economy sectors and, in this context, to enhance the cooperation and coordination between financial institutions, beneficiaries, bilateral donors and regional organisations. The results of the TA will be deliverables of high quality for investment in the energy, environment, social, transport and digital economy sectors infrastructure and for services to the beneficiaries.
II.1.5)Estimated total valueValue excluding VAT: 28 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 1A Kosovo
NUTS code: AL Shqipëria
NUTS code: BA Bosnia And Herzegovina
NUTS code: ME Црна Гора / Crna Gora
NUTS code: MK Северна Македонија / Severna Makedonija
NUTS code: RS Srbija/Сpбија / Serbia
Main site or place of performance:
II.2.4)Description of the procurement:
Specific results will include pre-feasibility studies, feasibility studies and financial affordability analysis, detailed designs, budget and financing plans, tender documents and other technical assistance studies and services, for investment projects in energy, environment, social, transport and digital economy sectors. It will also comprise the transfer of know-how in project development, project management and financing techniques to the beneficiaries, to enhance talents and skills of local human resources within government institutions, but also local authorities, municipalities, etc. Indirect results will be:
(a) enhanced collaboration between IFIs and internalisation of project preparation techniques by local counterparts;
(b) upgrading beneficiaries' management skills to prepare them for their future utilisation of EU structural funds.
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: 28 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: yes
Description of renewals:
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 unforeseen delays in implementation. In case of additional services, such extension shall be up to a maximum of 36 additional months and with the additional budget not exceeding EUR 8 000 000.
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 5
Maximum number: 8
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:
Financing: IPA III multi-country multi-annual action plan in support of WBIF 2021-2027.
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
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.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 09/09/2022
Local time: 17:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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: 6 (from the date stated for receipt of tender)
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
This tender procedure is launched with a ‘suspension clause’. This entails that the award of the contract is subject to the signature of the contribution agreement between the European Union and the European Investment Bank in respect of technical assistance provided by the European Investment Bank to eligible countries and to which the European Union makes a financial contribution from the general budget of the Union under the instrument for pre-accession assistance (IPA III), for the technical assistance action entitled ‘Support to the Western Balkans Investment Framework projects – Infrastructure Project Facility 12’.
The tenderers interested in participating in this tender procedure must be fully aware that in no event shall the Contracting Authority be liable for any damages whatsoever including, without limitation, damages for loss of profits/costs incurred by the applicant in preparing and submitting his application, in any way connected with the cancellation of the tender procedure on the ground of the ‘suspension clause’ even if the contracting authority has been advised of the possibility of damages.
As such, by submitting their candidacies, the service providers accept in full the use of the ‘suspension clause’ in this tender procedure as well as its possible consequences.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the European Union
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Precise information on deadline(s) for review procedures:
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 (seehttps://www.eib.org/en/about/accountability/complaints/index.htm) within one 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 two 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.
VI.5)Date of dispatch of this notice:12/07/2022