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:
Technical Assistance to Support the Implementation of the Ukraine Vocational Education and Training Project – Phase 1 Concept Design and Prioritisation of Investments
Reference number: AA-010681-001
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 contract is to support the Ministry of Education and Science (MOES) to prioritise the capital investments to establish Centres of Excellence (CoE) in Vocational Education and Training (VET) in up to nine selected administrative regions (oblasts) in Ukraine and subsequently support MOES and the local contracting authorities to implement successfully the EIB financed VET in Ukraine project (the ‘Project’). The main purpose of this contract is to provide support to the MOES in the selection of investments at each of the nine selected sites, prioritising for impact within the investment strategy of the MOES and the total available loan funds.
II.1.5)Estimated total valueValue excluding VAT: 1 150 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: UA Ukraine
Main site or place of performance:
The service provider is required to set-up a functioning office presumably in Kyiv, see procurement documents available at the internet address provided in Section I.3) for more details.
II.2.4)Description of the procurement:
The services foresee setting-up the project management framework, completion of the concept/preliminary design for each of the nine nominated VET centres, presenting the recommendations of the investment strategy leading to a final decision of the prioritised investments, developing implementation schedule, advising on a suitable procurement strategy and preparing an initial procurement plan for each selected CoE. See procurement documents available at the internet address provided in Section I.3) for more details.
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: 1 150 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
See internet address provided 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:
This technical assistance operation is financed by the EU Neighbourhood Investment Platform (NIP).
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.2)Economic and financial standingList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Selection criteria as stated in the procurement documents.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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: 05/10/2023
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)
IV.2.7)Conditions for opening of tendersDate: 08/10/2023
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
See internet address provided in Section I.3).
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: L-2925
Country: Luxembourg
VI.4.3)Review procedurePrecise 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 (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.
VI.5)Date of dispatch of this notice:27/07/2023