AA-012434-001 - Ukraine Facility for Infrastructure Reconstruction (Ukraine FIRST) Infrastructure Project Facility

The overall objective of this technical assistance operation is to accelerate Ukraine’s economic recovery through the restoration of Ukrainian infrastructure. This will be achieved through the following specific objectives: - The reconstruction needs of Ukrainian infrastructure are addressed strategically and in a coordinated manner. - Infrastructure investments are adequately prepared. …

CPV: 71356200 Servicii de asistenţă tehnică
Locul de executare:
AA-012434-001 - Ukraine Facility for Infrastructure Reconstruction (Ukraine FIRST) Infrastructure Project Facility
Organismul de alocare:
European Investment Bank
Numărul de atribuire:
AA-012434-001

1. Buyer

1.1 Buyer

Official name : European Investment Bank
Legal type of the buyer : EU institution, body or agency
Activity of the contracting authority : Economic affairs

2. Procedure

2.1 Procedure

Title : AA-012434-001 - Ukraine Facility for Infrastructure Reconstruction (Ukraine FIRST) Infrastructure Project Facility
Description : The overall objective of this technical assistance operation is to accelerate Ukraine’s economic recovery through the restoration of Ukrainian infrastructure. This will be achieved through the following specific objectives: - The reconstruction needs of Ukrainian infrastructure are addressed strategically and in a coordinated manner. - Infrastructure investments are adequately prepared. - The new infrastructure is in line with EU guidelines and meets Ukraine’s accession needs. The technical assistance will provide support to prepare projects documentation needed to secure the necessary financing and start with the physical implementation. Specific deliverables will include pre-feasibility and feasibility studies, designs, environmental and social impact assessments, climate risks assessments, financing and tariff plans, tender dossiers, etc. Ukraine FIRST will offer technical assistance (TA) services for the preparation of priority public sector infrastructure projects. These may be identified by Ukraine through the SPP, as approved by the SIC and routed to Ukraine FIRST, though it may also work on other projects, depending on their maturity (e.g. early stage pre-SPP), relevance or other factors as defined by Ukraine FIRST stakeholders. The beneficiaries will be Ukrainian public authorities and project promoters of agreed priority investments. The main infrastructure sectors to be covered include: energy, transport, social housing, municipal infrastructure, environment/agriculture, digital connectivity, healthcare and education. Other sectors might need to be covered as the needs in Ukraine are rapidly evolving. The Service Provider will be expected to mobilise a Team of 2 Key experts combining experience in multisector projects development and management in the fields of infrastructure. In addition the service provider will identify dedicated projects teams for each of the sub-assignment allocated to the Ukraine FIRST. These non-key experts' teams will be composed of a mix of highly experienced national and international experts seconded by specialists and junior experts. Key and non-key experts will be based, most of the time in Ukraine.
Procedure identifier : 4e5769ee-0f8a-43b0-8e05-684abf092b60
Internal identifier : AA-012434-001
Type of procedure : Restricted
Main features of the procedure :

2.1.1 Purpose

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

2.1.2 Place of performance

Country : Ukraine
Anywhere in the given country
Additional information : See tender documentation for more information

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Euro

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.6 Grounds for exclusion

Participation in a criminal organisation : See tender documents for full set of exclusion criteria

5. Lot

5.1 Lot technical ID : LOT-0000

Title : AA-012434-001 - Ukraine Facility for Infrastructure Reconstruction (Ukraine FIRST) Infrastructure Project Facility
Description : The overall objective of this technical assistance operation is to accelerate Ukraine’s economic recovery through the restoration of Ukrainian infrastructure. This will be achieved through the following specific objectives: - The reconstruction needs of Ukrainian infrastructure are addressed strategically and in a coordinated manner. - Infrastructure investments are adequately prepared. - The new infrastructure is in line with EU guidelines and meets Ukraine’s accession needs. The technical assistance will provide support to prepare projects documentation needed to secure the necessary financing and start with the physical implementation. Specific deliverables will include pre-feasibility and feasibility studies, designs, environmental and social impact assessments, climate risks assessments, financing and tariff plans, tender dossiers, etc. Ukraine FIRST will offer technical assistance (TA) services for the preparation of priority public sector infrastructure projects. These may be identified by Ukraine through the SPP, as approved by the SIC and routed to Ukraine FIRST, though it may also work on other projects, depending on their maturity (e.g. early stage pre-SPP), relevance or other factors as defined by Ukraine FIRST stakeholders. The beneficiaries will be Ukrainian public authorities and project promoters of agreed priority investments. The main infrastructure sectors to be covered include: energy, transport, social housing, municipal infrastructure, environment/agriculture, digital connectivity, healthcare and education. Other sectors might need to be covered as the needs in Ukraine are rapidly evolving. The Service Provider will be expected to mobilise a Team of 2 Key experts combining experience in multisector projects development and management in the fields of infrastructure. In addition the service provider will identify dedicated projects teams for each of the sub-assignment allocated to the Ukraine FIRST. These non-key experts' teams will be composed of a mix of highly experienced national and international experts seconded by specialists and junior experts. Key and non-key experts will be based, most of the time in Ukraine.
Internal identifier : AA-012434-001

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 shall not exceed the initial maximum contract value 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 100% of the initial maximum contract value.

5.1.2 Place of performance

Country : Ukraine
Anywhere in the given country
Additional information : See tender documentation for more information

5.1.3 Estimated duration

Duration : 48 Month

5.1.5 Value

Estimated value excluding VAT : 15 000 000 Euro

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Criterion :
Type : Economic and financial standing
Use of this criterion : Used
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion :
Type : Suitability to pursue the professional activity
Use of this criterion : Not used
Criterion :
Type : Technical and professional ability
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

5.1.11 Procurement documents

Address of the procurement documents : https://s2c.mercell.com/today/141088

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : English
Variants : Not allowed
Tenderers may submit more than one tender : Not allowed
Deadline for receipt of expressions of interest : 02/06/2025 21:59 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : 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 docuemnts
Organisation providing additional information about the procurement procedure : European Investment Bank -
Organisation providing more information on the review procedures : 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 : http://www.eib.org
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing more information on the review procedures

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

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 : d50ca31c-794d-454e-a494-7f192a60803b - 01
Form type : Competition
Notice type : Prior information notice or a periodic indicative notice used as a call for competition – standard regime
Notice dispatch date : 17/03/2025 14:26 +00:00
Notice dispatch date (eSender) : 17/03/2025 14:27 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00179000-2025
OJ S issue number : 55/2025
Publication date : 19/03/2025