Western Balkans Investment Framework (WBIF) – Infrastructure Project Facility Technical Assistance 13 (IPF 13): Digital; Clean Energy; Environment and Climate Change; Social and Sustainable Transport

The overall objective of the TA operation is to contribute to socio economic development through the improvement of the infrastructure in the Western Balkans IPA Beneficiaries. The specific objectives of this TA operation are to support the preparation and implementation of priority infrastructure investment projects that may be financed by …

CPV: 71356200 Műszaki segítségnyújtási szolgáltatások
A végrehajtás helye:
Western Balkans Investment Framework (WBIF) – Infrastructure Project Facility Technical Assistance 13 (IPF 13): Digital; Clean Energy; Environment and Climate Change; Social and Sustainable Transport
Díjat odaítélő szervezet:
European Investment Bank
Díj száma:
AA-011537-001

1. Buyer

1.1 Buyer

Official name : European Investment Bank
Legal type of the buyer : International organisation
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : Western Balkans Investment Framework (WBIF) – Infrastructure Project Facility Technical Assistance 13 (IPF 13): Digital; Clean Energy; Environment and Climate Change; Social and Sustainable Transport
Description : The overall objective of the TA operation is to contribute to socio economic development through the improvement of the infrastructure in the Western Balkans IPA Beneficiaries. 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 digital; clean energy; environment and climate change; social and sustainable transport 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 digital; clean energy; environment and climate change; social and sustainable transport sectors infrastructure and for services to the beneficiaries. 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. 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.
Procedure identifier : 44d05848-feb4-416f-ba0b-5b994b38ae6f
Previous notice : 742199-2024
Internal identifier : AA-011537-001
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : See instructions to candidates for details

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71356200 Technical assistance services

2.1.2 Place of performance

Country : Albania
Anywhere in the given country

2.1.2 Place of performance

Country : Bosnia and Herzegovina
Anywhere in the given country
Additional information : Anywhere in the country

2.1.2 Place of performance

Country : Montenegro
Anywhere in the given country
Additional information : Anywhere in the country

2.1.2 Place of performance

Country : North Macedonia
Anywhere in the given country
Additional information : Anywhere in the country

2.1.2 Place of performance

Country : Serbia
Anywhere in the given country
Additional information : Anywhere in the country

2.1.2 Place of performance

Country : Kosovo
Anywhere in the given country
Additional information : Anywhere in the country

2.1.3 Value

Estimated value excluding VAT : 25 000 000 Euro

2.1.4 General information

Additional information : 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 or complementary services. More specifically, additional services may be required to carry out additional services of the same nature in the same region. The maximum value of such additional services is such that the maximum final value of the contract is 33,600,000 EUR, and the related possible time extension is maximum 50 % of initial implementation period. In case of additional or complementary services, the Contracting Authority may consider acceptable an extension in time up to max. 50 % of the duration of the initial contract, and/or an increase in value up to maximum 33,600,000 EUR.
Legal basis :
Directive 2014/24/EU
IPA III regulation - Participation is open to interested legal and natural persons – participating either individually or in a grouping (consortium) of candidates who are effectively established in a Member State of the European Union or an eligible country or territory defined under the Regulation (EU) N°2021/1529 establishing the Instrument for Pre-Accession assistance (IPA III). See tender documents for details.

2.1.6 Grounds for exclusion

Payment of taxes : See tender documents for the full range of exclusion criteria

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Western Balkans Investment Framework (WBIF) – Infrastructure Project Facility Technical Assistance 13 (IPF 13): Digital; Clean Energy; Environment and Climate Change; Social and Sustainable Transport
Description : The overall objective of the TA operation is to contribute to socio economic development through the improvement of the infrastructure in the Western Balkans IPA Beneficiaries. 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 digital; clean energy; environment and climate change; social and sustainable transport 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 digital; clean energy; environment and climate change; social and sustainable transport sectors infrastructure and for services to the beneficiaries. 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. 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.
Internal identifier : AA-011537-001

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71356200 Technical assistance services
Options :
Description of the options : 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 or complementary services. More specifically, additional services may be required to carry out additional services of the same nature in the same region. The maximum value of such additional services is such that the maximum final value of the contract is 33,600,000 EUR, and the related possible time extension is maximum 50 % of initial implementation period.

5.1.2 Place of performance

Country : Albania
Anywhere in the given country
Additional information :

5.1.2 Place of performance

Country : Bosnia and Herzegovina
Anywhere in the given country
Additional information : Anywhere in the country

5.1.2 Place of performance

Country : Montenegro
Anywhere in the given country
Additional information : Anywhere in the country

5.1.2 Place of performance

Country : North Macedonia
Anywhere in the given country
Additional information : Anywhere in the country

5.1.2 Place of performance

Country : Serbia
Anywhere in the given country
Additional information : Anywhere in the country

5.1.2 Place of performance

Country : Kosovo
Anywhere in the given country
Additional information : Anywhere in the country

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 25 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
EU funds programme : Instrument for Pre-accession assistance (IPA III) (2021/2027)
Identifier of EU funds : IPA III
Further details of EU funds : Participation is open to interested legal and natural persons – participating either individually or in a grouping (consortium) of candidates. who are effectively established in a Member State of the European Union or in an eligible country or territory as defined under the Regulation (EU) N°2021/1529 of the European Parliament and of the Council of 15 September 2021 establishing the Instrument for Pre-Accession assistance (IPA III) under which the contract is financed (see also item 21 below). Participation is also open to international organisations.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : 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 or complementary services. More specifically, additional services may be required to carry out additional services of the same nature in the same region. The maximum value of such additional services is such that the maximum final value of the contract is 33,600,000 EUR, and the related possible time extension is maximum 50 % of initial implementation period. In case of additional or complementary services, the Contracting Authority may consider acceptable an extension in time up to max. 50 % of the duration of the initial contract, and/or an increase in value up to maximum 33,600,000 EUR.

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Name : Economic and financial capacity
Description : See tender documents for details on the selection criteria
Use of this criterion : Used
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
Name : Technical selection criteria
Description : See tender documents for details on the selection criteria
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 5
Maximum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Name : Technical score
Description : See tender documents for further information
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 80
Criterion :
Type : Price
Name : Financial score
Description : See tender documents for further information
Category of award threshold criterion : Weight (points, exact)
Award criterion number : 20
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Deadline for requesting additional information : 27/02/2025 11:00 +00:00
Address of the procurement documents : https://s2c.mercell.com/today/115839

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 18/04/2025
Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of requests to participate : 20/03/2025 22:59 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Allowed
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : General Court of the European Union -
Information about review deadlines : See tender document
Organisation providing more information on the review procedures : General Court of the European Union -
Organisation receiving requests to participate : European Investment Bank -
Organisation processing tenders : European Investment Bank -

8. Organisations

8.1 ORG-0001

Official name : European Investment Bank
Registration number : L-2950
Postal address : 98-100, boulevard Konrad Adenauer
Town : Luxembourg
Postcode : 2950
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Contact point : Jean-Baptiste LAFFITTE
Telephone : +352437982258
Internet address : https://www.eib.org
Roles of this organisation :
Buyer
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : General Court of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : 2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 43031
Internet address : http://curia.europa.eu/
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

8.1 ORG-0003

Official name : Mercell Holding ASA
Registration number : 980921565
Postal address : Askekroken 11
Town : Oslo
Postcode : 0277
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : eSender
Telephone : +47 21018800
Fax : +47 21018801
Internet address : http://mercell.com/
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 4190323f-fd0b-47cc-9bfc-c851b828ee8f - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 31/01/2025 15:59 +00:00
Notice dispatch date (eSender) : 31/01/2025 15:59 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00074453-2025
OJ S issue number : 24/2025
Publication date : 04/02/2025