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, Government of the Republic of Serbia, Department of Contracting and Financing of EU-funded programmes
Postal address: 3-5 Sremska street
Town: Belgrade
NUTS code:
RS Srbija/Сpбија / SerbiaPostal code: 11000
Country: Serbia
E-mail:
cfcu.questions@mfin.gov.rsInternet address(es): Main address:
www.cfcu.gov.rs 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:
Technical Assistance for the contract ’’Implementation of Automated Import System (AIS), Automated Export System (AES) and Customs Decision System (CDS)“
Reference number: NEAR/BEG/2022/EA-RP/0110
II.1.2)Main CPV code72220000 Systems and technical consultancy services
II.1.3)Type of contractServices
II.1.4)Short description:
Service contract is designed with the aim to provide the CAS with technical supervision of the implementation of the contract for the development and implementation of software. The overall objective of the project is to continue the process of modernisation of the Customs administration, which will provide access to the common computerised customs systems, as well high-quality services to citizens and business entities following the EU accession process of the Republic of Serbia towards jointing the EU. The specific objectives of this contract are: to provide project management and quality assurance support to CAS for the implementation of AIS, AES and CDS, to contribute to strengthened CAS capacity in drafting the necessary changes in the legislation, instructions and guidelines and to support the CAS IT team in the deployment of new architecture in the Customs Administration of Republic of Serbia.
II.1.5)Estimated total valueValue excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)72220000 Systems and technical consultancy services
II.2.3)Place of performanceNUTS code: RS Srbija/Сpбија / Serbia
Main site or place of performance:
Serbia (Region IPA instrument)
II.2.4)Description of the procurement:
Technical Assistance for the contract ’’Implementation of Automated Import System (AIS), Automated Export System (AES) and Customs Decision System (CDS)“
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: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 36
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
Repetition of similar services/works
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 100% 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: 09/11/2022
Local time: 14:00
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: 3 (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:
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:26/09/2022