TESIM - GUID Procurement - BSB Update June2021
TESIM - GUID Procurement - BSB Update June2021
DISCLAIMER
GO TO
KEY INFORMATION
SECTION
Conversion to Euro 2.1.2
Criteria for selection of providers 3.2
Definition of the different types of procedures 4.1
Thresholds for each type of procedure 4.2
Direct award (payment against invoice) < 2.500€ 4.3
Low-value contracts up to 20.000€ (single tender
4.4
procedure)
Simplified procedure 4.5
What is a service contract 5.1
What is a supply contract 5.2
What is a works contract 5.3
What if I get lost with the technical words Glossary
Adapted declaration of honour for bidders Annex 1
During the programming period 2007-2013 ENPI CBC projects were obliged by
the applicable EU Regulation to use the procedures of the “Practical Guide to
Contract procedures for EC external actions” (PRAG). This obligation has not
been included in the ENI CBC Implementing Rules (EC Regulation 897/2014),
hereinafter ENI CBC IR, which is applicable for the period 2014-2020.
The Black Sea Basin programme decided the use of Procurement and Grants
for European Union external actions – A Practical Guide (PRAG) supplementing
the ENI CBC IR. For the types of beneficiaries required to use PRAG, please
check the programme website: https://blacksea-cbc.net/news/archive-
news/procurement-rules-national-legislation-or-prag/.
The present guide aims to describe the main elements of the applicable rules
and procedures, as well as to offer tips and recommendations for awarding
contracts related to works, supplies and services. For full applicable rules and
procedures, please check PRAG provisions.
Please be reminded that PRAG is a supplement to the provisions set out in art.
52.2 to 56 of the ENI CBC IR, which are to be followed as well.
This guide also has in mind the perspective of the programme bodies, namely
Managing Authorities (MAs) and National Authorities (NAs), who have the
responsibility for preventing, detecting and correcting irregularities, including
fraud and corruption. A clear ground for the secondary procurement is a key
prevention measure.
The two perspectives of both project beneficiaries, MAs & NA are considered:
PRAG gives extensive information on the procedures identified in the ENI CBC
IR (competitive negotiated procedure - simplified procedure according to
PRAG 2020, restricted and open tenders), but little details on the most frequent
1.4. Terminology
For the purpose of improved understanding of the necessarily complex
framework, this guide includes a comprehensive glossary of the main
technical terms related to procurement.
A key issue: any grant beneficiary becomes the entity carrying out the
contracting of the part of the budget under its responsibility. The term used
in PRAG for the beneficiaries performing secondary procurement is
“contracting authority”. From now onwards in this guide, whenever this term
is used, it is meant in this sense.
Article Content
52.2 General principles
52.3 Rules of nationality and origin
53 Procedures and thresholds for service contracts
54 Procedures and thresholds for supply contracts
55 Procedures and thresholds for work contracts
56 Use of negotiated procedure
Regardless of threshold, the beneficiary must be able to justify why and how
either best value for money or lowest price criterion was applied. This is an
underlying principle behind all the requirements for each procedure chosen.
As the Programme does not mention an exchange rate for procurement, the
exchange rate may be the “monthly accounting rate of the Commission”,
which can be found in the Inforeuro website at the following URL
address:http://ec.europa.eu/budget/contracts_grants/info_contracts/infor
euro/index_en.cfm
Exchange rate fluctuations are expected during the project cycle, from the
development of the budget during the submission of the project proposal to
the beginning of the project implementation period (when the procurement
plan has to be prepared) and to the actual moment of the launching of the
procedures.
1 The ENI CBC IR mentions articles 106 and 107 of Regulation 966/2012, which has been substituted by
Regulation 2018/1046
Please remark that the rate used to check the compliance with the
thresholds for the type of procedure will NOT be the same one than the
reporting of the expenditure.
In accordance with the programmes rules, the exchange for reporting will
be “the monthly accounting exchange of the Commission of the month
during which the expenditure was submitted for examination” to the auditor
carrying out the Expenditure Verification Report.
Articles 53 to 55 of the ENI CBC IR define the type of procedure and thresholds
for services, supplies and works, as follows:
This guide does not focus on the restricted and open tender procedures, as
they would be exceptional, considering the size of the grants in the Black
Sea Basin programme.
This article provides a list of reasons for justified use of the negotiated
procedure, which needs to be complemented with the instructions and
thresholds stipulated in section 2.6.8. of PRAG 2020.
“Negotiated procedures” should not be confused with the “Competitive
negotiated procedure” mentioned in article 53 to 55.
2 The ENI CBC IR mention article 266 of the Delegated Regulation 1268/2012, which has been
substituted by article 178 of Regulation 2018/1046. This article refers to the above-mentioned points in
the annex of the Regulation.
In case there are any applicable internal rules of the organisation, these shall
be used as well, on the condition that they are not in conflict with the
programme rules.
Principle Description
The first two types are described in detail in the following section. The formal
eligibility requirements for participation have to be clearly detailed in the
tender dossier or the invitation to submit a tender.
They are thoroughly described in section 2.6.11. of PRAG 2020. Find the main
indications below, but consult PRAG for further details.
The contracting authority needs to check that the tenderer has sufficient
financial, economic, technical and professional capacity to implement the
tasks of the contract. The chosen criteria shall be proportionate and may not
go beyond the scope of the contract.
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 five years from submission
deadline.
Criteria for legal and natural persons:
The candidate has provided services under at least one other contract with a total budget of at
least EUR 100,000 (One Hundred Thousand) in technical assistance to […]
The goal of the procurement is not only efficiency, that is maximizing the
impact with the given funds, but also enhancing the project effectiveness, that
is contributing to the achievement of the project expected results.
EC gives a much higher importance to quality criteria than the price in the
case of service contracts.
For supplies and works, the lowest price is to be used. Nevertheless, also in the
case of supplies and works there may be exceptional circumstances where
best quality-price may be acceptable, such as, for supplies, post-sales service,
training to users.
Except for the contracts with a value equal or greater than the international
thresholds6, The contracting authority should decide on case-by-case basis
which of the above situations should be confirmed by documentary
evidence. For example, the evidence could be asked for larger tenders or in
cases where the exclusion criteria directly jeopardize the delivery of the
contract. Please bear in mind that obtaining of the documentary proof
means additional cost and effort for the tenderers. The documents could
possibly be asked only from successful tenderer before the signature of the
contract.
Tenderers included in the lists of EU restrictive measures (see Section 2.4. of the
PRAG) at the moment of the award decision cannot be awarded the
contract.
Where the award procedure proves to have been subject to substantial errors,
irregularities or fraud, the contracting authority must suspend the procedure
and may take whatever measures are necessary, including cancellation.
Consequently, any attempt by a tenderer to obtain confidential information,
enter into unlawful agreements with competitors whose aim or effect is to
impede, restrain or distort competition, or influence the evaluation committee
or the contracting authority during the process of examining, clarifying,
evaluating and comparing tenders and applications will lead to the rejection
of its tender. See further details on ethic clauses in point 2.5.6 of PRAG 2020.
6 services ≥EUR 300 000, supply ≥ EUR 300 000, works ≥ EUR 5 000 000
After the contract signature, the contractor who is guilty of grave professional
misconduct, has committed irregularities or has shown significant deficiencies
in complying with the main obligations in the performance of the contract or
has been circumventing fiscal, social or any other applicable legal
obligations, including through the creation of an entity for this purpose, may
be excluded from all contracts financed by the EU, after an adversarial
procedure in line with the applicable Financial Regulation. The duration of the
exclusion shall not exceed the duration set by final judgement or final
administrative decision or, in the absence thereof, three years.
3.8. Complaints
Where a tenderer believes that she/he has been adversely affected by an
error or irregularity allegedly committed as part of a procurement procedure,
or that the procedure was vitiated by any maladministration, she/he may file
a complaint to the contracting authority who will endeavour to investigate the
complaint and respond within a number of days specified in the tender dossier.
The complaint shall be substantiated and its sole subject shall not be to obtain
a second evaluation for no reason other than the complainant disagrees with
the final award decision.
No changes to the contract may alter the award conditions prevailing at the
time the contract was awarded.
Requests for contract modifications must be made (by one contracting party
to the other) well in advance to allow for the addendum to be signed by both
parties before the expiry of the execution period of the contract.
The contract modification may take place in some cases, such as:
• the value of the modification is limited to 10 % of the initial contract value
for service, and supply contracts, and 15 % of the initial contract value for
works contracts and
• the net cumulative value of several successive modifications does not
exceed the thresholds indicated above.
A possible way to facilitate the monitoring is the use of procurement plans. The
grant beneficiaries are encouraged after the communication of the award of
A procurement plan shall be provided in the first progress report of the project
and an update at each following report, according to the template provided
in the Project Implementation Manual.
In order to avoid any of the situations above, it is of the best interest of the
grant beneficiary:
• to establish transparent and secure relations with the providers/suppliers
by defining conditions and relations in written form, with clearly set
obligations for both parties involved in the matter;
• to prepare carefully all the procurement procedures before contracting,
so to ensure their correspondence with the project proposal and their full
compliance with the applicable rules;
• to carry out a thorough and documented follow-up of the performance
of the suppliers/providers and;
• to ensure that the final acceptance of services/supplies/goods is in line
with the specifications of the tender documentation.
The main procedures identified in the ENI CBC IR are thoroughly described in
PRAG. The current guide is focused on simplified procedure, single tender
procedure and payment against invoice without prior acceptance of a
tender, for which PRAG has fewer provisions, but have high chances to be
applied in the Black Sea Basin programme, considering the grant values.
Type of Definition
procedure
Open tender Procedure in which any natural or legal person or group may
procedure submit a tender in response to a procurement notice.
The procedure follows one step process where open
invitation for submission of tenders is published either at
international level or at the programme area. The prior
information notice and/or the contract notice are to be
published in all appropriate media.
The thresholds for lower amounts are as follows. Please consider that the
programme has decided to request use of PRAG for any contract not
exceeding 60.000€, as articles 53 to 55 of ENI CBC IR set certain procedures
only over 60.000€. The thresholds indicated below are compulsory.
Note that tenders must not be split artificially to circumvent the procurement
thresholds.
Read carefully its approach to understand EU’ perspective and use the tools
offered, especially the check-lists, such as the one on internal control or
accounting.
As a general rule, the payments should take the form of bank transfers or
checks, but petty cash expenses may be paid in cash. The toolkit includes
recommendations on the petty cash payments.
Where to find it? Find below the URL or google the name of the toolkit:
https://ec.europa.eu/international-partnerships/financial-management-
toolkit_en
Please note that the budgetary commitment against which the invoice is paid
has to be validated before the contracting authority enters into the
corresponding 'legal commitment'. In this context, such legal commitment
may take the form, inter alia, of an agreement, a pro-forma invoice, a written
acceptance of a quotation, a booking confirmation, an order form, etc.
The payment against invoice is clearly the simpler procedure of all the ones
described in this guide, but does it mean it is the less risky one?
The tender dossier shall include at least the invitation letter, contract notice
with the selection and award criteria, instructions to tenderers, the standard
draft contract and the relevant annexes and the terms of reference/technical
specifications. A negotiation report (annex A10b of PRAG 2020) must be
produced, explaining how participant(s) in the negotiations were chosen, how
they met the selection criteria, how the price was set, and the grounds for the
award decision.
In case of services (see section 3.3.3 of PRAG 2020), the specific annexes for
simplified tenders must be used (administrative compliance grid, contract,
contract notice, invitation letter, instructions to tenderers, terms of reference
and tender form) for this procedure. They can be adjusted to the procedure,
including deleting non-relevant sections, without this requiring derogation.
It can be expected that the ENI CBC projects will have a significant number of
procedures up to the threshold of 20.000€, so it is of utmost importance to set
clear rules and instructions.
The tenderers should be given sufficient time for submission of their offers. A
reasonable period would be for example 10 working days for supply and
services and 15 working days for works.
Be extremely careful with the choice of companies to invite and make sure to
explain how participant(s) in the negotiations were chosen. Please also check
tip no 14 below.
11 We provide a set of recommended documents, but remember to check the compulsory templates
according to PRAG
As explained in the section 4.3 above, the solidity of internal control is a key
factor for the proof of the respect of the principles.
Also, please note that, in accordance with the guidelines for determining
financial corrections to be made to expenditure financed by the Union for
non-compliance with the applicable rules on public procurement12, the
gravity of an irregularity is assessed taking into account in particular the
following factors: level of competition, transparency and equal treatment.
The evaluation (including the use of an evaluation committee) and the award
of the contract follow the rules of the open procedure.
Please remember that the contract notice is not published, but it is included in
the tender dossier as it contains important information for those service providers
that are invited to tender, notably the selection criteria. Regarding the template
for the Declaration on honour, it is recommended to use the one included in this
guide.
12 Commission Decision of 14.5.2019 laying down the guidelines for determining financial
corrections to be made to expenditure financed by the Union for non-compliance with the
applicable rules on public procurement, C(2019) 3452
The PRAG specific annexes for simplified tenders (b8) are to be used. For any
other document of the tender dossier, the regular service annexes must be
used.
The contracting authority has to evaluate all tenders according to the best
value for money award criterion, by establishing best quality-price ratio and
weighing technical quality against price on an 80/20 basis.
Although not expressly mentioned in PRAG for this procedure, the regular
supply annexes should be used.
The PRAG tender dossier for the simplified procedures is to be used (annex
DS1). Although not expressly mentioned in PRAG for this procedure, for any
other necessary template, the works annexes should be used.
The key criteria for the appointment of the members of the evaluation
committee are:
• Absence of conflict of interest
• Respect of confidentiality
• Capacity to give an informed opinion on the tender, that is,
o Technical skills on the subject of the contract
o Administrative skills on the knowledge of the procedural
requirements and applicable legal framework
• Command of the language in which the tenders are submitted
The composition of the evaluation committee must consist of: an odd number
of members (minimum 3), a non-voting secretary and a non-voting
Technical evaluation must take place BEFORE opening the financial offers.
Therefore, the financial offers have to be submitted in separate envelopes
and be kept SEALED until the assessment of the technical offers is finalized.
Check the relevant section in PRAG for further details on the evaluation
procedures for the different types of tenders (services, supplies and works).
• List and CV’s of experts must be • List and CV’s of experts and
included in the tender statements of availability and
• Statements of availability and exclusivity are required for the
exclusivity are compulsory for all tender where it is needed for the
experts particularities of the project
• If key experts are defined, they
are evaluated as part of the
strategy14.
Each beneficiary has to decide which type of contract best suits its needs
for each procurement.
• Global contracts are easier to monitor, as only the delivery of outputs is
relevant for payments and acceptance of the work. The absence of
requirement to identify experts makes it easier for the provider to change
them, if needed be. Consider them in cases of easy-to-check
deliverables and low amounts (i.e. single tender)
• Fee-based are needed when the quality of the performance of the
experts is essential for the achievements of the goals of the contract. It
requires more work in the monitoring and the payment process, but it
gives full control to the contracting authority on the team of the provider.
Consider it in complex and lengthy contracts with a mix of experts’ time
and incidental expenditure.
Make sure that the outputs (both for global price and fee-based) and the
amount of work devoted (for fee-based) respect an adequate quality-price
ratio, both when preparing the procedure and when accepting the final
delivery of the services. Inadequate proof of delivery of the services with
respect of the efficiency principle is one of the key risks for eligibility of
expenditure.
Challenges Recommendations
Poor quality of the terms of reference The ToR must include adequate level
(ToR) may lead to a higher risk of of details on the expected services.
failure in delivery and potential
disagreement between the
contracting authority and the service
provider in the final acceptance.
Supply contracts cover the purchase, leasing, rental or hire purchase (with or
without option to buy) of products. A contract for the supply of products and,
incidentally, for sitting and installation shall be considered a supply contract.
Challenges Recommendations
Works contracts cover either the execution, or both the execution and design,
of works or a work related to one of the following activities:
• Design of the executive architectural project
• Building site preparation,
• Building of complete constructions or parts thereof; civil engineering,
• Building installation,
• Building completion,
• Renting of construction and demolition equipment (normally forming a
part of the overall works contract)
• Works supervision.
Challenges Recommendations
15 A service provider (or related company) participating in the preparation of the tender dossier may
not be able to participate in it. Please see section 2.5.4.3. of PRAG 2020
Execution The period from contract signature until final payment for
period services, or until release of the performance guarantee after
final acceptance for supplies and works.
Financial offer The part of the tender which contains all financial elements
of a tender, such as the summary budget or the detailed
price breakdown.
Global price A contract under which the services provided are paid on
contract the basis of the delivery of the specified outputs.
Grant contract Contract between the MA and the Lead Beneficiary (also
called Lead Partner), stipulating the technical, legal and
financial conditions for the implementation of the project.
Most The tender proposal judged best in terms of the criteria laid
economically down for the contract in one of the following ways:
advantageous • Under the best price-quality ratio (e.g., quality criteria,
tender technical merit, aesthetic and functional characteristics,
after-sales service or technical assistance);
• Under the lowest price
Technical offer The part of the tender which contains all non-financial
elements of the tender dossier.
(only for natural persons) (only for legal persons) the following legal person:
himself or herself
(‘the person’)
The person is not required to submit the declaration on exclusion criteria if the
same declaration has already been submitted for the purposes of another
award procedure of the same contracting authority, provided the situation
has not changed, and that the time that has elapsed since the issuing date of
the declaration does not exceed one year.
In this case, the signatory declares that the person has already provided the
same declaration on exclusion criteria for a previous procedure and confirms
that there has been no change in its situation:
(ii) entering into agreement with other persons with the aim of
distorting competition;
16 "Passive corruption" shall mean the deliberate action of an official, who, directly or through an
intermediary, requests or receives advantages of any kind whatsoever, for himself or for a third party,
or accepts a promise of such an advantage, to act or refrain from acting in accordance with his duty
or in the exercise of his functions in breach of his official duties, which has, or would have, the effect
of harming the Union financial interests.
"Active corruption" shall mean the deliberate action of whosoever promises or gives, directly or
through an intermediary, an advantage of any kind whatsoever to an official, for himself or for a third
party, to act or refrain from acting in accordance with his duty or in the exercise of his functions in
breach of his official duties, which has, or would have, the effect of harming the Union financial
interests.
(h) (only for legal persons) it has been established by a final judgment
or final administrative decision that the person has been created with
the intent provided for in point (g).
(i) for the situations referred to in points (c) to (h) above the person is
subject to:
II – SITUATIONS
OF EXCLUSION CONCERNING NATURAL OR LEGAL PERSONS WITH POWER OF
REPRESENTATION, DECISION-MAKING OR CONTROL OVER THE LEGAL PERSON AND BENEFICIAL
OWNERS
(2) declares that a natural or legal person who is a member of the YES NO N/A
administrative, management or supervisory body of the above-
mentioned legal person, or who has powers of representation,
decision or control with regard to the above-mentioned legal
person (this covers e.g. company directors, members of
management or supervisory bodies, and cases where one natural
or legal person holds a majority of shares), or a beneficial owner of
the person (as referred to in point 6 of article 3 of Directive (EU) No
2015/849) is in one of the following situations:
(3) declares that a natural or legal person that assumes unlimited YES NO N/A
liability for the debts of the above-mentioned legal person is in one
of the following situations [If yes, please indicate in annex to this
declaration which situation and the name(s) of the concerned
person(s) with a brief explanation]:
V – REMEDIAL MEASURES
If the person declares one of the situations of exclusion listed above, it must
indicate measures it has taken to remedy the exclusion situation, thus
demonstrating its reliability. This may include e.g. technical, organisational and
personnel measures to prevent further occurrence, compensation of damage
or payment of fines or of any taxes or social security contributions. The relevant
documentary evidence which illustrates the remedial measures taken must be
provided in annex to this declaration. This does not apply for situations referred
in point (d) of this declaration.
VI – EVIDENCE UPON REQUEST
Upon request and within the time limit set by the Contracting Authority the
person must provide information on natural or legal persons that are members
of the administrative, management or supervisory body or that have powers
of representation, decision or control, including legal and natural persons
within the ownership and control structure and beneficial owners.
It must also provide the following evidence concerning the person itself and
the natural or legal persons on whose capacity the person intends to rely, or a
subcontractor and concerning the natural or legal persons which assume
unlimited liability for the debts of the person:
For situations described in (a), (c), (d), (f), (g) and (h), production of a
recent extract from the judicial record is required or, failing that, an
equivalent document recently issued by a judicial or administrative
authority in the country of establishment of the person showing that those
requirements are satisfied.
The person is not required to submit the evidence if it has already been
submitted for another award procedure of the same contracting authority. The
documents must have been issued no more than one year before the date of
their request by the contracting authority and must still be valid at that date.
The signatory declares that the person has already provided the documentary
evidence for a previous procedure and confirms that there has been no
change in its situation:
(1) declares that the above-mentioned person complies with the YES NO N/A
selection criteria applicable to it individually as provided in the
tender specifications:
The contracting authority must adapt the table above to the criteria indicated
in the tender documents (i.e. insert extra rows for each criterion or delete
irrelevant rows).
The signatory declares that the above-mentioned person is able to provide the
necessary supporting documents listed in the relevant sections of the tender
documents and which are not available electronically upon request and
without delay.
The person is not required to submit the evidence if it has already been
submitted for another procurement procedure of the same contracting
authority. The documents must have been issued no more than one year
before the date of their request by the contracting authority and must still be
valid at that date.
The signatory declares that the person has already provided the documentary
evidence for a previous procedure and confirms that there has been no
change in its situation: