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: European Union, represented by the European Commission, on behalf of and for the account of Serbia
Postal address: Ministry of Finance Department for Contracting and Financing of EU Funded Programmes (CFCU) Division for Tender Preparation and Contract Management Sremska 3-5 St, VII floor, office 701
Town: Belgrade
NUTS code:
RS REPUBLIKA SRBIJA /РЕПУБЛИКА СРБИЈАPostal code: 11000
Country: Serbia
E-mail:
cfcu.questions@mfin.gov.rsInternet address(es): Main address:
http://www.cfcu.gov.rs/tenderi.php 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 activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Supply of Equipment for Solid Waste Source Separation Schemes in 4 Regions
Reference number: NEAR/BEG/2020/EA-OP/0036
II.1.2)Main CPV code34144511 Refuse-collection vehicles
II.1.3)Type of contractSupplies
II.1.4)Short description:
The purpose of this contract is the acquisition of wheeled containers and bins and refuse collection trucks for Public Utility Companies (PUCs) which operate under 4 different Regional Waste Management Centre (RWMC) schemes in Serbia, in order to enable these local waste operators to better organize systematic collection and transport of dry municipal solid waste fraction – separating recyclables, from households to the waste transfer stations or directly to the secondary separation line.
As a consequence, it is expected that the amount of recyclable waste in 17 municipalities will increase and that the quantity of landfilled waste will decrease, improving the municipal solid waste management in line with EU standards and Serbian legislation (specific objective) towards achievement of the Waste Framework Directive and Landfill Directive targets. This action will improve quality of life of citizens by raising environmental standards in Serbia towards EU levels (overall objective).
II.1.5)Estimated total value
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Supply of Wheeled Containers and Bins
Lot No: 1
II.2.2)Additional CPV code(s)34928480 Waste and rubbish containers and bins
II.2.3)Place of performanceNUTS code: RS REPUBLIKA SRBIJA /РЕПУБЛИКА СРБИЈА
Main site or place of performance:
II.2.4)Description of the procurement:
(IM) — 17SER01/05/011/01 — supply of wheeled containers and bins.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 5
This contract is subject to renewal: no
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:
Pre-accession countries/new member states, environment.
II.2.14)Additional information
See internet address provided in section I.3).
II.2)Description
II.2.1)Title:
Supply of Refuse Collection Vehicles
Lot No: 2
II.2.2)Additional CPV code(s)34144511 Refuse-collection vehicles
II.2.3)Place of performanceNUTS code: RS REPUBLIKA SRBIJA /РЕПУБЛИКА СРБИЈА
Main site or place of performance:
II.2.4)Description of the procurement:
(IM) — 17SER01/05/011/02 — supply of refuse collection vehicles.
II.2.5)Award criteriaCriteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 5
This contract is subject to renewal: no
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:
Pre-accession countries/new member states, environment.
II.2.14)Additional information
See internet address provided in section I.3).
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:
See internet address provided 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 ‘Information to candidates and tenderers’.
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 ‘Information to candidates and tenderers’.
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
See internet address provided in section I.3).
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: 25/01/2021
Local time: 12:00
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)
IV.2.7)Conditions for opening of tendersDate: 29/01/2021
Local time: 14:00
Place:
Ministry of Finance, Department for Contracting and Financing of EU Funded Programmes (CFCU), Division for Tender Preparation and Contract Management, Sremska 3-5 St, VII floor, office 701, 11000 Belgrade, Republic of Serbia.
Information about authorised persons and opening procedure:
For any additional information, please refer to the document ‘Information to candidates and tenderers’.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about electronic workflowsElectronic payment will be used
VI.3)Additional information:
See internet address provided in section I.3). For any additional information, please refer to the document ‘Information to candidates and tenderers’.
VI.4)Procedures for review
VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
See internet address provided in section I.3).
VI.5)Date of dispatch of this notice:10/11/2020