Results-Oriented Monitoring (ROM) system for the EU external action

ROM serves as an independent assessment tool designed to review ongoing EU-funded interventions against criteria such as relevance, efficiency, effectiveness, and sustainability. Its overarching goal is to improve the design, implementation, and outcomes of these interventions, thus enhancing their overall impact. By providing impartial and evidence-based assessments, ROM facilitates informed …

CPV: 79420000 Usługi związane z zarządzaniem, 79419000 Usługi konsultacyjne w zakresie ewaluacji
Miejsce wykonania:
Results-Oriented Monitoring (ROM) system for the EU external action
Miejsce udzielenia zamówienia:
European Commission, INTPA - International Partnerships
Numer nagrody:
EC-INTPA/2025/EA-RP/0168

1. Buyer

1.1 Buyer

Official name : European Commission, INTPA - International Partnerships
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Results-Oriented Monitoring (ROM) system for the EU external action
Description : ROM serves as an independent assessment tool designed to review ongoing EU-funded interventions against criteria such as relevance, efficiency, effectiveness, and sustainability. Its overarching goal is to improve the design, implementation, and outcomes of these interventions, thus enhancing their overall impact. By providing impartial and evidence-based assessments, ROM facilitates informed decision-making processes within the EU, aiding in accountability and transparency. A key feature of the ROM framework is its demand-driven nature. It delivers an external and impartial ROM review, or monitoring missions, of selected ongoing interventions. These reviews are conducted by independent experts, ensuring an objective analysis of performance and progress.
Procedure identifier : 9aaa5bd3-736e-4c23-a8ba-f3ecbb0d557a
Internal identifier : EC-INTPA/2025/EA-RP/0168
Type of procedure : Restricted
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79420000 Management-related services

2.1.2 Place of performance

Anywhere
Additional information : Please consult the procurement documents.

2.1.3 Value

Estimated value excluding VAT : 24 026 919 Euro

2.1.4 General information

Additional information : **** IMPORTANT INFORMATION: 1) Signature of the contract is subject to the availability of budget funds. 2) Due to technical reasons, articles 2.1.2 and 5.1.2 Place of Performance are replaced by " The contract will be performed in Countries as listed in Annex I to Additional information about the Contract Notice; 3) Due to technical reasons, article 5.1.1 is replaced by "Description of the options: 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 160 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice." 4) The estimated value of 24,026,919 EUR excluding VAT mentioned in articles 2.1.3 and 5.1.5 should be understood as excluding recoverable VAT, while non recoverable VAT should be included. In any case, the maximum amount to be contracted and paid under this contract should not be higher than 24,026,919 EUR.****For any additional information, please refer to the document A5f "Additional information about the Contract Notice". In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section 5.1.11 in the last 5 calendar days before the time limit for receipt indicated in Section 5.1.12, the contracting authority reserves the right to extend this time limit and publish the extension at the Internet address provided in Section 5.1.11, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section 5.1.11 in order to get notified when new information or documents are published.
Legal basis :
Regulation (EU, Euratom) 2024/2509
LocalLaw - Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Procurement Document

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Results-Oriented Monitoring (ROM) system for the EU external action
Description : ROM serves as an independent assessment tool designed to review ongoing EU-funded interventions against criteria such as relevance, efficiency, effectiveness, and sustainability. Its overarching goal is to improve the design, implementation, and outcomes of these interventions, thus enhancing their overall impact. By providing impartial and evidence-based assessments, ROM facilitates informed decision-making processes within the EU, aiding in accountability and transparency. A key feature of the ROM framework is its demand-driven nature. It delivers an external and impartial ROM review, or monitoring missions, of selected ongoing interventions. These reviews are conducted by independent experts, ensuring an objective analysis of performance and progress.
Internal identifier : EC-INTPA/2025/EA-RP/0168

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79420000 Management-related services
Additional classification ( cpv ): 79419000 Evaluation consultancy services
Options :
Description of the options : 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.

5.1.2 Place of performance

Country subdivision (NUTS) : Extra-Regio NUTS 3 ( BEZZZ )
Country : Belgium
Additional information :

5.1.3 Estimated duration

Duration : 36 Month

5.1.5 Value

Estimated value excluding VAT : 24 026 919 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 : European Instrument for Nuclear Safety (EINS) (2021/2027)
Information about European Union funds
EU funds programme : Neighbourhood, Development and International Cooperation Instrument (NDICI) (2021/2027)
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : The procurement is funded by the following EU programme: Nuclear Safety,Global Challenge.

5.1.9 Selection criteria

Sources of selection criteria : Procurement Document
Information about the second stage of a two-stage procedure :
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Quality
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80
Criterion :
Type : Price
Description : Please consult the procurement documents.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Deadline for receipt of requests to participate : 17/11/2025 12:00 +01:00
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 : yes
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 : Court of Justice of the European Union
Organisation providing more information on the review procedures : European Commission, INTPA - International Partnerships

8. Organisations

8.1 ORG-0001

Official name : European Commission, INTPA - International Partnerships
Registration number : COM
Department : INTPA.D - Sustainable Development Policy and Coordination,INTPA.D.4 - Quality and Results, Evaluation, Knowledge Management
Postal address : Rue de la Loi 41
Town : Brussels
Postcode : B-1049
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Court of Justice of the European Union
Registration number : CURIA
Postal address : Rue du Fort Niedergrünewald
Town : Luxembourg
Postcode : L-2925
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 4303-1
Internet address : http://curia.europa.eu
Roles of this organisation :
Review organisation

8.1 ORG-0003

Official name : European Commission
Registration number : EUCOM
Postal address : Mondrian (CDMA), Rue du Champ de Mars 21
Town : Brussels
Postcode : B-1050
Country subdivision (NUTS) : Arr. de Bruxelles-Capitale/Arr. Brussel-Hoofdstad ( BE100 )
Country : Belgium
Telephone : +32 2 299 11 11
Roles of this organisation :
TED eSender

Notice information

Notice identifier/version : fee1e38b-153b-476b-91ec-1c8b49c786dc - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/10/2025 10:41 +02:00
Languages in which this notice is officially available : English
Notice publication number : 00675330-2025
OJ S issue number : 197/2025
Publication date : 14/10/2025