Services - 7960-2023

06/01/2023    S5

North Macedonia-Skopje: Transport systems consultancy services

2023/S 005-007960

Contract notice

Services

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 addresses
Official name: Ministry of Finance, Central Financing and Contracting Department (CFCD)
Postal address: Dame Gruev 12
Town: Skopje
NUTS code: MK0 Северна Македонија / Severna Makedonija
Postal code: 1000
Country: North Macedonia
E-mail: cfcd@finance.gov.mk
Internet address(es):
Main address: https://cfcd.finance.gov.mk
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=13029
Additional 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 authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Development of Implementation plan under the National Transport Strategy 2018-2030 with system, tools and capacity for its monitoring

Reference number: NEAR/SKP/2022/EA-RP/0232
II.1.2)Main CPV code
71311200 Transport systems consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

To prepare detailed Implementation Plan for the National Transport Strategy (NTS) 2018-2030 with supporting system and tools for its monitoring based on developing Appraisal framework for actions related to the transport sector and to conduct trainings and workshops for the institutions in the transport sector responsible for the implementation of the measures in the National Transport Strategy.

The project also foresees development of a Project preparation framework with a prepared Project preparation manual. Additionally, an IT tool should be developed that would allow proper monitoring, data collection regarding the NTS 2018-2030 performance indicators, reporting procedure, capacity building as well as guidance documents for practitioners, guidance on preparation of monitoring reports, and guidance for applying the Appraisal Framework during future revisions of the Project Pipeline and NTS 2018-2030 indicators monitoring tool.

II.1.5)Estimated total value
Value excluding VAT: 1 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
60000000 Transport services (excl. Waste transport)
II.2.3)Place of performance
NUTS code: MK Северна Македонија / Severna Makedonija
Main site or place of performance:

North Macedonia (Region IPA instrument)

II.2.4)Description of the procurement:

Development of Implementation plan under the National Transport Strategy 2018-2030 with system, tools and capacity for its monitoring

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

Please consult the procurement documents available at the address indicated in Section I.3.

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The 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 registers
List 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 standing
List 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 ability
List 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 procedure
Restricted 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 participate
Date: 10/02/2023
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 tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This 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 body
Official 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 procedure
Precise 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:
03/01/2023