Belgium-Brussels: IPA Support for the management of the EU funds 2016/S Service contract notice

Similar documents
ETF PUBLIC PROCUREMENT. Guidelines for ETF public procurement

Specifications to invitation to tender COMP/2012/06

Tender Specifications attached to the Invitation to tender

Having regard to the Treaty on the Functioning of the European Union, and in particular Article 291 thereof,

COMMISSION DECISION. of on technical provisions necessary for the operation of the transition facility in the Republic of Croatia

ERIC. Practical guidelines. Legal framework for a European Research Infrastructure Consortium. Research and Innovation

This document is meant purely as a documentation tool and the institutions do not assume any liability for its contents

3 rd Call for Project Proposals

EUROPEAN COMMISSION DIRECTORATE-GENERAL FOR EDUCATION AND CULTURE Directorate R Resources

Model Grant Agreement. Pilot Project on defence research

Guidelines on participation in EU External Assistance Programmes

GUIDELINES 1 FOR THE USE OF THE FRAMEWORK CONTRACT BENEFICIARIES 2013 (FWC BENEF 2013) D e s c r i p t i o n. C o n d i t i o n s o f u s e.

Proposal for a COUNCIL DECISION

Sectoral Operational Programme Competitiveness and Entrepreneurship. Improvement of entrepreneurship. Regional Operational Programme Macedonia-Thrace

Ref.n.: Call for EoI No. JER-009/8

South East Europe (SEE) SEE Control Guidelines

D-Frankfurt-on-Main: ECB - T147b supply of furniture for the new ECB premises 2012/S Contract notice T147b, final 17.4.

FAQ. Questions and answers relating to the 2014 call for proposals for NGO operating grants for funding in 2015 (Latest update September 2014)

European Commission Directorate General for Development and Cooperation - EuropeAid

Mono-Beneficiary Model Grant Agreement

OPEN CALL FOR EXPRESSION OF INTEREST TO SELECT FINANCIAL INTERMEDIARIES (Published on 4 August 2014) 1

Interreg Alpine Space programme

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

Specifications Invitation to tender No VT/2007/003

Education, Audiovisual and Culture Executive Agency GRANT AGREEMENT FOR AN ACTION WITH MULTIPLE BENEFICIARIES AGREEMENT NUMBER [ ]

2016 CALL FOR PROPOSALS FOR PROJECTS ON PREVENTION AND PREPAREDNESS IN CIVIL PROTECTION AND MARINE POLLUTION

GLOBAL TERMS OF REFERENCE FRAMEWORK CONTRACT SERVICES FOR THE IMPLEMENTATION OF EXTERNAL AID (SIEA) 2018 EUROPEAID/138778/DH/SER/MULTI CONTENTS

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

Partnership Agreement between the Lead Partner and the other project partners

Official Journal of the European Union. (Acts whose publication is not obligatory) COMMISSION

Projects in the field of Motorways of the Sea (MoS)

Guidelines on participation in EU External Assistance Programmes

STANDARD TENDER DOCUMENTS FOR PROCUREMENT OF WORKS (MINOR CONTRACTS)

SPECIFIC TERMS OF REFERENCE Country Programme Interim Evaluation (CPiE)

Greece The former Yugoslav Republic of Macedonia IPA Cross-Border Programme OVERALL CONTRACT. Document No. 12.1: OVERALL MA CONTRACT

Standard Request for Proposals Selection of Consultants

Official Journal of the European Union

15536/17 FP/aga 1 DGC 2B

ANNEX I TO THE INVITATION TO TENDER

Multi-country European Integration Facility

COMMISSION OF THE EUROPEAN COMMUNITIES DIRECTORATE-GENERAL INFORMATION SOCIETY AND MEDIA

HELLENIC REPUBLIC ASSET DEVELOPMENT FUND S.A.

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1 AGREEMENT NUMBER

Guide to Financial Issues relating to Indirect Actions of the Sixth Framework Programmes

1.2 Title: Project Preparation and Support Facility (PPF)

Specifications attached to the Invitation to Tender

Germany-Frankfurt-on-Main: ECB - Consultancy services for risk management PRO /S Contract notice. Services

GRANT DECISION APPROVING NATIONAL PROGRAMMES AND ASSOCIATED FUNDING. Decision Number SANTE/2018/ES/SI

EU For Serbia Financing for SMEs

PPP Regulation in Jordan

Official Journal of the European Union

COMMISSION DECISION. C(2007)6376 on 18/12/2007

FRAMEWORK PARTNERSHIP AGREEMENT

2 nd INDEPENDENT EXTERNAL EVALUATION of the EUROPEAN UNION AGENCY FOR FUNDAMENTAL RIGHTS (FRA)

Contract notice. Services

LAW ON AUDIT ON I. GENERAL PROVISIONS. Article 1

Guide to Financial Issues relating to ICT PSP Grant Agreements

Subject: Solicitation for a Basic Ordering Agreement (BOA) for the Travel Agency Services in Nairobi, Kenya

Proposal for a COUNCIL REGULATION

Open Call for Consulting Services Consultant for Mapping of funding opportunities for Roma integration measures, policies and programs

Multi-country European Integration Facility

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

Official Journal of the European Union

ENIAC JOINT UNDERTAKING GRANT AGREEMENT AGREEMENT NUMBER - [ ] PROJECT TITLE [ACRONYM]

How to get involved with EU External Aid Assistance Programmes. Simonas Vileikis, Rambøll Management

THE KENYATTA INTERNATIONAL CONVENTION CENTRE PO BOX NAIROBI BILLS OF QUANTITIES

MONTENEGRO. Support to the Tax Administration INSTRUMENT FOR PRE-ACCESSION ASSISTANCE (IPA II) Action summary

COMMISSION OF THE EUROPEAN COMMUNITIES COMMISSION DECISION

Challenges Of The Indirect Management Of Eu Funds In Albania

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

CONCORD, the European NGO Confederation for Relief and Development, is seeking a:

Our ref.: PROC/518/14/Supply of Spare Parts for IT Equipment and Ancillary Installation Services (EuropeAid/136579/ID/SUP/XK)

EUROPEAN COMMISSION DIRECTORATE-GENERAL REGIONAL AND URBAN POLICY

Administrative, Financial and Operational Aspects of Project Management

Marina ZANCHI DG Research Directorate N International scientific cooperation

IPA II Serbia ( )

Fact Sheet 14 - Partnership Agreement

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

GRANT AGREEMENT for a: Project with multiple beneficiaries under the ERASMUS+ Programme 1. AGREEMENT NUMBER [EPLUS LINK Generated No.

Official Journal of the European Union. (Non-legislative acts) REGULATIONS

D. TENDER FORM FOR A SUPPLY CONTRACT

Allocation Rules for Forward Capacity Allocation

DRAFT GUIDE FOR APPLICANTS GRANTS FOR ACTIONS CO-FINANCED WITH MEMBER STATE AUTHORITIES (JOINT ACTIONS)

Education, Audiovisual and Culture Executive Agency GRANT AGREEMENT FOR AN ACTION WITH MULTIPLE BENEFICIARIES

1.5 Contracting Authority (EC) European Commission, EC Delegation, on behalf of the beneficiary

12 April, Introduction

Guide for legal and financial viability checking

Reporting and Payments. Legal Basis

Guidance for Member States on the Drawing of Management Declaration and Annual Summary

KENYA ELECTRICITY GENERATING COMPANY LIMITED KGN-HYD

Terms of Reference for the Fund Operator The EEA and Norway Grants Global Fund for Regional Cooperation EEA and Norwegian Financial Mechanisms

SIMAP-ap3risk 09 Sep'05 18:41 - ID: CONTRACT NOTICE SECTION I: CONTRACTING AUTHORITY

Standard Summary Project Fiche IPA centralised programmes Project Fiche: 18

CERTIFICATES ISSUED BY EXTERNAL AUDITORS GUIDANCE NOTES FOR BENEFICIARIES AND AUDITORS

Financial Guidelines for Beneficiaries EDCTP Association October 2016

Call title: FP7-SCIENCE-IN-SOCIETY

Preparations for IPA II - EU State Enlargement. Iwona Lisztwan European Commission Directorate General Agriculture and Rural development

Multi-beneficiary Model Grant Agreement for Members

Partnership Agreements

Transcription:

1 / 6 This notice in website: udl?uri=:notice:246837-2016:text:en:html Belgium-Brussels: IPA Support for the management of the EU funds 2016/S 137-246837 Service contract notice Location the former Yugoslav Republic of Macedonia 1. Publication reference: EuropeAid/138014/DH/SER/MK. 2. Procedure: Restricted. 3. Programme title: IPA II, 2014 annual programme. 4. Financing: 22.02.01.01 sector 1: democracy and governance. 5. Contracting authority: European Union, represented by the European Commission on behalf of and for the account of the former Yugoslav Republic of Macedonia, Brussels, BELGIUM. Contract specification 6. Nature of contract: Fee-based. 7. Contract description: The project will support the national administration in the effective and efficient management and absorption of the EU funds. Its objective is to improve the strategic relevance, efficiency and effectiveness of the EU funds allocated to the country. The project will encompass the full cycle, including strategic planning, programming, implementation, monitoring and evaluation of the pre-accession assistance, strengthening both the operational framework and the institutional capacity to implement IPA II Regulation. Component I will focus on implementation of the sector approach across the 7 sectors defined with the country strategy paper and subject to EU assistance. The contractor will provide support for establishment/improvement of: (i) sector strategic planning; (ii) sectoral consultation mechanisms involving the relevant stakeholders; (iii) sector performance management system; (iv) sectoral strategic budgeting; (v) institutional capacities and core business processes within the administration. This component is expected to deliver a consistent multiannual reform planning framework for all 7 sectors, featuring well defined achievable sector priorities, backed up with a solid performance assessment framework. Component II will support the national administration in improving the programming and programme-level monitoring and evaluation of the EU financial aid in line with the principles and requirements of the sector approach. This component needs to achieve a direct link between the multiannual and annual planning and anchor the IPA programming into the sector strategic framework through linking objectives, indicators and targets as well as feeding the findings of the monitoring and evaluation into the programming process. It also needs to revise the monitoring and evaluation mechanism and procedures, in order to streamline the use of the established performance framework into the IPA funds management system. 8. Number and titles of lots: S137 1 / 6

2 / 6 1 lot only. 9. Maximum budget: 2 750 000 EUR. 10. Scope for additional services: The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to the estimated amount of approximately 50 % of the contract value. Any extension of the contract would be subject to satisfactory performance by the contractor. Conditions of participation 11. Eligibility: Participation is open to all natural persons who are nationals of, and legal persons (participating either individually or in a grouping consortium of tenderers) which are effectively established in, a Member State of the European Union or in an eligible country or territory as defined under the Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action (CIR) for the applicable instrument under which the contract is financed (see also heading 29 below). Participation is also open to international organisations. 12. Candidature: All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply. A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority. The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded. 13. Number of applications: No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as a leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded. 14. Shortlist alliances prohibited: Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see Practical Guide PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question. 15. Grounds for exclusion: As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG. 16. Subcontracting: Subcontracting is allowed. 17. Number of candidates to be shortlisted: S137 2 / 6

3 / 6 On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender. Provisional timetable 18. Provisional date of invitation to tender: August/September 2016. 19. Provisional commencement date of the contract: November/December 2016. 20. Initial period of implementation of tasks: 36 months. Selection and award criteria 21. Selection criteria: The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors: 1) Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed: (a) the average annual turnover of the candidate for the last 3 financial years (2013, 2014 and 2015) must be at least 1 000 000 EUR; (b) current ratio (current assets/current liabilities) in the last year for which the accounts have been closed must be at least 1. In the case of a consortium this criterion must be fulfilled by each member. 2) Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline: (a) the candidate shall have at least 5 employees currently working in the fields related to this contract (as per paragraph 3(a) below). 3) Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 5 years from the submission deadline: (a) The candidate has provided services, preferably in a EU Member State or a candidate or a potential candidate state, under at least 3 contracts in the following fields of expertise (note that each of the 3 fields of expertise are further divided into several subfields): i. promotion of sector approach including: (1) assessment of sector status, institutional capacity and development dynamics; and/or (2) development and implementation of sector strategies; and/or (3) supporting the effective and transparent sector coordination and reporting; ii. programming of EU funds with an emphasis on support to the national IPA coordinator in implementing their role and functions, including but not limited to: (1) identification and development of actions to be supported with EU funds; (2) consistency check and/or assessment of maturity, feasibility and potential sustainability of specific actions; (3) coordination among programming actors; iii. establishment of performance assessment frameworks at the level of sectors and programmes with an emphasis on: (1) formulation of success indicators and measurement systems; and/or (2) developing the instrumentarium for performance assessment; (3) conducting monitoring and evaluation at sector and programme level. 1 contract may cover 1 or more of the above-listed subfields of expertise but all subfields of expertise must be covered. S137 3 / 6

4 / 6 A contract, which covers more than 1 field, will still be considered as 1 contract. (b) The cumulative value of services provided by the candidate under the contracts, compliant with paragraph 3(a) above shall amount to at least 3 000 000 EUR. (c) The services compliant with 3(a) above are/were implemented at any moment during the reference period (5 years before the submission deadline). This means that the contract the candidate refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Candidates/tenderers are allowed to refer either to contracts completed within the reference period (although started earlier) or to contracts not yet completed. In the first case the contract will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of final payment). In the case of contracts still ongoing only the portion satisfactorily completed during the reference period although started earlier will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to contracts completed) also detailing its value. If a candidate/tenderer has implemented the contract in a consortium, the percentage that the candidate/tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used. Previous experience which caused breach of contract and termination by a contracting authority shall not be used as reference. An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing a commitment on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility notably that of nationality and must fulfil the same relevant selection criteria as the economic operator. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the works or services for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the tenderer relies, become jointly and severally liable for the performance of the contract. If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are: comparative criterion i): the highest value of the contracts compliant with the criteria listed under criteria 3(a), comparative criterion ii): the highest number of contracts, compliant with the criteria listed under criteria 3(a). Comparative criteria are applied in sequence: comparative criterion i) is applied first and criterion ii) is applied in the case where 2 or more candidates meet criterion i) at the same extent (same value of contracts). 22. Award criteria: Best price-quality ratio. Application 23. Deadline for receipt of applications: 22.8.2016 (16:00), CET. Any application received by the contracting authority after this deadline will not be considered. 24. Application format and details to be provided: Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address: S137 4 / 6

5 / 6 http://ec.europa.eu/europeaid/prag/annexes.do?chaptertitlecode=b The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address: http://ec.europa.eu/europeaid/prag/annexes.do?chaptertitlecode=a Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration. 25. How applications may be submitted: Applications must be submitted in English exclusively to the contracting authority in a sealed envelope: either by recorded delivery (official postal service) to: Finance, Contracts and Audits Section, Delegation of the European Union to the former Yugoslav Republic of Macedonia, Sv. Kiril i Metodij 52b, 1000 Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA. In this case, the delivery record is proof of compliance with the time limit for receipt, or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to: Finance, Contracts and Audits Section, Delegation of the European Union to the former Yugoslav Republic of Macedonia, Sv. Kiril i Metodij 52b, 1000 Skopje, THE FORMER YUGOSLAV REPUBLIC OF MACEDONIA. In this case, the acknowledgment of receipt is proof of compliance with the time limit for receipt. Opening hours of the Delegation of the European Union to the former Yugoslav Republic of Macedonia: Monday Thursday: 8:30 17:30. Friday: 8:30 14:00. The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority. Applications submitted by any other means will not be considered. By submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application. 26. Alteration or withdrawal of applications: Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline. Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked Alteration or Withdrawal as appropriate. 27. Operational language: All written communication for this tender procedure and contract must be in English. 28. Date of publication of prior information notice: 22.4.2016. Official Journal of the European Union: 2016/S 079-139457. 29. Legal basis: Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action. Regulation (EU) No 231/2014 of the European Parliament and of the Council of 11.3.2014 establishing an Instrument for Pre-Accession Assistance (IPA II). S137 5 / 6

6 / 6 Commission Implementing Regulation (EU) No 447/2014 of 2.5.2014 on the specific rules for implementing Regulation (EU) No 231/2014 of the European Parliament and of the Council establishing an Instrument for Pre- Accession Assistance (IPA II). 30. Additional information: The contracting authority reserves the right to request references from the beneficiaries or candidates of the completed contracts listed in the candidate's application form. The candidate should be ready to present such references and further information related to the contracts listed by the candidate, upon request from the contracting authority. Clarification requests of general interest can be submitted. However, the contracting authority will not give any response which could be considered as a prior opinion on the assessment of the application. S137 6 / 6