Procurement of equipment for the Establishment of the Regional Waste Management System for the city of Novi Sad and municipalities of Bačka Palanka, B...
Overview
Open tender (EC-ENEST/BEG/2026/EA-OP/0027) funded by the EU IPA III for supply, delivery, installation, commissioning, testing, training and warranty of waste management equipment and vehicles to establish a Regional Waste Management System for the City of Novi Sad and seven surrounding municipalities, structured in four independent lots covering landfill machinery, refuse collection vehicles, wheeled bins and composters, and underground/bell containers. Tenders must be submitted physically in English to the CFCU in Belgrade by 13 May 2026 at 12:00 Belgrade Time and will be awarded to the lowest compliant price; tender and performance guarantees and specified selection criteria (turnover, technical references, personnel) apply per lot. The contract is DDP to specified locations in Serbia, payments in EUR with 40% pre-financing, 10% performance guarantee and required insurance and warranty provisions, and full tender dossier is available from the CFCU and the EU Funding & Tenders Portal.
Partner Search
Find collaboration partners for this call
What You Offer
Describe your expertise here...
You Are Looking For
Describe what you seek here...
Highlights
What is funded
Scope
Supply, delivery, installation, commissioning, training, warranty and related services for equipment to establish a Regional Waste Management Centre serving the City of Novi Sad and the municipalities of Bačka Palanka, Bački Petrovac, Beočin, Žabalj, Srbobran, Temerin and Vrbas. The procurement is divided into four lots covering landfill mobile machinery, refuse collection vehicles, household/municipal bins and composters, and underground/bell containers.
Deadlines:Submission deadline 13/05/2026 12:00 Europe/Belgrade. Public opening 13/05/2026 14:00. Q&A cut-off 22/04/2026 23:59 1.
Who can apply:Open procedure. Natural persons and legal entities established in EU Member States or eligible IPA III countries, plus international and regional organisations; consortia permitted. Participation and selection rules follow IPA III/European Commission procurement requirements.
- 1Lead contracting authority: Ministry of Finance, Government of the Republic of Serbia, Department for Contracting and Financing of EU Funded Programmes (CFCU).
- 2Submission method: Non-electronic (physical submission to CFCU address — see procurement documents).
- 3Language of procedure: English.
Lots and key quantities
| Lot | Main supplies and approximate quantities |
|---|---|
| Lot 1 | Landfill mobile machinery: wheel loaders 2, backhoe loaders 2, forklifts 2, articulated dumper 1, landfill compactors 2, bulldozers 2, telehandlers 2 |
| Lot 2 | Refuse collection vehicles: rear loaders and other types — total vehicles listed (e.g. 22 m3 x 35, 16 m3 x 14, plus cranes and skip loaders) |
| Lot 3 | Wheeled bins, containers and home composters: thousands of units (examples: 120 L bins green 5,862; 120 L blue 54,633; 240 L blue 50,699; home composters 21,063; plus 1.1 m3 containers) |
| Lot 4 | Underground containers and fiberglass bell-type containers: 135 underground, 311 bell-type |
Contract conditions and scale
Contracts are unit-price supply contracts financed under IPA III (Pre-accession Assistance). Delivery and implementation periods vary by lot (Lot 1: delivery 720 days, implementation up to 900 days; Lots 2–4: delivery timelines and implementation up to 720 days). Award criterion: lowest price.
- 1Tender guarantees required per lot: Lot €1 50,000; Lot €2 230,000; Lot €3 105,000; Lot €4 13,000.
- 2Performance guarantee upon award: 10% of contract value.
- 3Financial selection thresholds (average turnover required, per lot examples): Lot €1 1,200,000; Lot €2 7,000,000; Lot €3 3,300,000; Lot €4 400,000.
Tenders must follow the dossier (instructions, technical specifications, tender form and annexes). Electronic submission is not accepted; physical copies plus specified guarantees and documents are mandatory.
Footnotes
- 1Procurement documents, invitation to tender and additional information published on the EU Funding & Tenders Portal and in the tender dossier available from the contracting authority; see the official notice for full details and submission address.
Find a Consultant to Support You
Breakdown
This is an EU-funded external action supply tender under IPA III for the procurement, delivery and commissioning of landfill equipment, refuse collection vehicles, wheeled waste bins and containers, underground and bell-type containers to serve the City of Novi Sad and the municipalities of Bačka Palanka, Bački Petrovac, Beočin, Žabalj, Srbobran, Temerin and Vrbas in the Republic of Serbia. The procurement is divided into four lots and will be awarded by open procedure to the lowest-priced compliant tenders. The contracting authority is the Ministry of Finance of the Republic of Serbia (Department for Contracting and Financing of EU Funded Programmes, CFCU). Official portal entry and documents are available on the EU Funding & Tenders Portal and via TED.
Primary sources:EU Funding & Tenders Portal call page EU Funding & Tenders Portal call page; TED notice 180551-2026 TED Notice; Additional Information A5f PDF; Invitation to Tender; Full Tender Dossier (Instructions to Tenderers, Special and General Conditions, Technical Specifications templates, Tender and Guarantee forms).
Key facts and dates
- Procedure identifier: EC-ENEST/BEG/2026/EA-OP/0027
- Type: Supply contract (open procedure), lowest price award
- Funding instrument: Instrument for Pre-accession Assistance (IPA III) 2021–2027
- Programme title: Annual Action Plan in favour of the Republic of Serbia for 2022
- TED publication date: 16/03/2026
- Deadline for receipt of tenders: 13/05/2026 12:00 Europe/Belgrade
- Public opening of tenders: 13/05/2026 14:00 Europe/Belgrade
- Clarification request deadline: 22/04/2026 (ITT indicates 10:00; portal indicates that the contracting authority is not bound to reply to questions submitted after 22/04/2026 23:59 Europe/Belgrade)
- Language of procedure: English
- Submission method: Non-electronic; physical submission only
Contracting authority:Ministry of Finance, Government of the Republic of Serbia, Department for Contracting and Financing of EU Funded Programmes (CFCU), Balkanska 53, 11000 Belgrade, Republic of Serbia.
Place of delivery/performance:Republic of Serbia; deliveries across the City of Novi Sad and the municipalities of Bačka Palanka, Bački Petrovac, Beočin, Žabalj, Srbobran, Temerin and Vrbas.
Scope and lots
Supplies are grouped in four lots. Each lot forms a separate contract. Tenderers may bid for one, several, or all lots, but must cover 100% of quantities within each lot. A single contract may be concluded if more than one lot is awarded to the same tenderer.
Lot 1: Supply of mobile waste-handling equipment and machines for landfill
- Nature: supplies; CPV main: 42418000 Lifting, handling, loading or unloading machinery; additional CPV: 42914000 Recycling equipment
- Contract duration: up to 900 days; time limit for delivery: 720 days; implementation period until provisional acceptance: 900 days
- Award: lowest price
- Indicative items and quantities:
- • Wheel loader: 2
- • Backhoe loader: 2
- • Forklift: 2
- • Articulated dumper truck: 1
- • Landfill compactor: 2
- • Bulldozer: 2
- • Telescopic manipulator (telehandler): 2
- Training: required
- Tender guarantee: €50,000
Lot 2: Supply of Refuse Collection Vehicles
- Nature: supplies; CPV main: 34144511 Refuse-collection vehicles; additional CPV: 42914000 Recycling equipment
- Contract duration: up to 720 days; time limit for delivery: 550 days; implementation period until provisional acceptance: 720 days
- Award: lowest price
- Indicative items and quantities:
- • Refuse Collection Vehicle with crane, €20 M³, rear loader: 8
- • Refuse Collection Vehicle with crane, €12 M³: 2
- • Refuse Collection Vehicle, €22 M³: 35
- • Refuse Collection Vehicle, €16 M³: 14
- • Skip loader truck: 2
- Training: required
- Tender guarantee: €230,000
Lot 3: Supply of wheeled waste bins, containers and home composters
- Nature: supplies; CPV main: 34928480 Waste and rubbish containers and bins; additional CPV: 42914000 Recycling equipment
- Contract duration: up to 720 days; time limit for delivery: 550 days; implementation period until provisional acceptance: 720 days
- Award: lowest price
- Indicative items and quantities:
- • 120 L plastic wheeled bin GREEN: 5,862
- • 120 L plastic wheeled bin BLUE: 54,633
- • 240 L plastic wheeled bin BLUE: 50,699
- • 120 L plastic wheeled bin BLACK: 84,269
- • Home composter min. 400 L DARK GREEN: 21,063
- • €1.1 M³ plastic wheeled container GREEN: 420
- • €1.1 M³ plastic wheeled container BLUE: 3,622
- • €1.1 M³ plastic wheeled container YELLOW: 1,172
- • €1.1 M³ plastic wheeled container BLACK: 1,868
- Tender guarantee: €105,000
Lot 4: Supply of underground containers and plastic bell containers
- Nature: supplies; CPV main: 44613800 Containers for waste material; additional CPV: 42914000 Recycling equipment
- Contract duration: up to 720 days; time limit for delivery: 550 days; implementation period until provisional acceptance: 720 days
- Award: lowest price
- Indicative items and quantities:
- • Underground container: 135
- • Fiberglass bell-type container: 311
- Tender guarantee: €13,000
Eligibility, legal basis and rules
- Legal basis: Regulation (EU) 2021/1529 establishing IPA III
- Participation: open to all natural persons who are nationals of, and legal persons effectively established in, EU Member States or in eligible countries/territories under Article 11 of Regulation (EU) 2021/1529; participation also open to international and regional organisations
- Origin of supplies: all supplies may originate in any country under IPA III 2021–2027
- Language of the procedure and contract: English
- Single tender per lot rule: one tender per tenderer per lot
- Consortia allowed: permanent or ad hoc; all members jointly and severally liable
- Capacity-providing entities: allowed, subject to eligibility and evidence; entities relied upon for economic and financial capacity are jointly and severally liable; technical/professional capacities can be relied upon only where those entities perform the related tasks
- Exclusion and ethical requirements: Declarations on Honour required for exclusion and selection; compliance with EU values, environmental legislation and ILO core labour standards; zero tolerance on sexual exploitation, abuse and harassment; anti-corruption provisions apply
Selection criteria by lot
Reference periods:Economic and financial capacity assessed over the last three closed financial years; professional capacity over the last three years preceding the submission deadline; technical capacity references over the last four years. Current ratio assessed for the last closed financial year. For multiple lots, cumulative turnover applies and technical capacity must be met separately per lot.
| Lot | Economic and financial capacity | Professional capacity | Technical capacity |
|---|---|---|---|
| Lot 1 | Average annual turnover ≥ €1,200,000 (last 3 closed FYs). Current ratio ≥ 1 for last closed FY; each consortium member must meet current ratio | Minimum average of 5 personnel over current and previous 2 years in relevant specialisations; no conflicting professional interests | At least 2 supply contracts completed at any time in last 4 years; each reference ≥ €1,200,000; in waste handling equipment |
| Lot 2 | Average annual turnover ≥ €7,000,000 (last 3 closed FYs). Current ratio ≥ 1; each consortium member must meet current ratio | Minimum average of 5 personnel over current and previous 2 years in relevant specialisations; no conflicting professional interests | At least 2 supply contracts completed at any time in last 4 years; each reference ≥ €3,000,000; in refuse collection vehicles |
| Lot 3 | Average annual turnover ≥ €3,300,000 (last 3 closed FYs). Current ratio ≥ 1; each consortium member must meet current ratio | Minimum average of 5 personnel over current and previous 2 years in relevant specialisations; no conflicting professional interests | At least 2 supply contracts completed at any time in last 4 years; each reference ≥ €1,500,000; in waste bins and containers |
| Lot 4 | Average annual turnover ≥ €400,000 (last 3 closed FYs). Current ratio ≥ 1; each consortium member must meet current ratio | Minimum average of 5 personnel over current and previous 2 years in relevant specialisations; no conflicting professional interests | At least 2 supply contracts completed at any time in last 4 years; each reference ≥ €330,000; in containers for waste material |
Partial or ongoing projects can be referenced if the portion completed within the reference period is evidenced by approvals, proofs of payment, or certificates, and the tenderer’s share is clear in case of consortia.
Submission, dossier and templates
- Submission method: Non-electronic only. By post/courier or hand delivery to CFCU, Balkanska 53, 11000 Belgrade, Serbia. Envelope labelling per ITT, including “Not to be opened before the tender opening session” and lot number(s), with separate sealed Technical and Financial offers inside a single sealed outer package.
- Copies: One original plus three signed copies; include an electronic version on CD/DVD or USB.
- Opening hours for delivery: ITT indicates 8:30–14:30; Additional Information indicates 08:00–14:30 CET.
- Tender validity: 90 days from submission deadline; potential extension by 40 days upon request.
- Award notification: by electronic means.
Content of tenders:Part 1 Technical offer: Detailed description fully compliant with Technical Specifications; include training proposal and pricing for training for Lots 1 and 2; use Annex II+III Technical Specifications + Contractor’s Technical Offer template. Part 2 Financial offer: DDP basis, excluding taxes and customs duties; VAT, if applicable, stated separately; use Annex IV Budget Breakdown. Part 3 Documentation: Original tender guarantee (per lot amount); completed and signed Tender Form for a Supply Contract and Declaration on Honour on exclusion and selection criteria (Annex A14a) for each entity; completed Identification Form (Annex V); evidence of signature authority; warranty conditions and commercial warranty organisation. Templates provided in the dossier include Tender Form, Tender Guarantee specimen, Identification Form, Administrative Compliance Grid, Evaluation Grid.
Tender guarantees by lot:Lot 1: €50,000; Lot 2: €230,000; Lot 3: €105,000; Lot 4: €13,000. Validity: 45 days beyond tender validity. Performance guarantee: 10% of total contract price upon award.
Contract and implementation conditions
- Incoterms: DDP to named places in Serbia as per Annex II+III delivery list.
- Payments and currency: EUR. By CFCU. 40% pre-financing against pre-financing guarantee; 60% balance after provisional acceptance. Final payment deadline: within 90 days after receipt of invoice and application for provisional acceptance.
- Insurance: Contractor to insure goods at 110% replacement value from ex-works through delivery, storage, local transport, installation and until Provisional Acceptance.
- Warranties: Minimum 365 days after Provisional Acceptance for all supplies; commercial warranties to remain valid for 24 months after Final Acceptance; contractor to support beneficiary with manufacturer warranties where longer.
- Training: Required for Lots 1 and 2 per Technical Specifications; include training plan and financials.
- Testing and acceptance: Inspection and testing at place of acceptance; Provisional/Final Acceptance Certificates per templates; no preliminary technical acceptance foreseen.
- Price revision: Not included; unit-price contracts; Lots 1 and 2 noted as hybrid in A5f, Lots 3 and 4 unit price.
- Variations: Quantities may vary by up to ±100% at contracting, with overall contract value variation capped at ±10% using tendered unit prices.
- Visibility: EU financing visibility requirements apply; specific labelling on packages and deliveries.
- Tax and customs exemptions: Full exemption under the EU–Serbia Framework Partnership Agreement (12 December 2022) for customs duties, import duties, VAT and related charges for EU-funded external actions.
Evaluation and award
- Administrative compliance check against dossier requirements.
- Technical evaluation on a compliant/non-compliant basis, including training components where applicable.
- Financial evaluation: lowest price among compliant bids; corrections for arithmetical errors per rules.
- Award criterion: Solely price (lowest compliant tender).
- Grounds for exclusion and ethical compliance checked; documentary evidence may be requested at any time.
Categorisation and structured information
Eligible Applicant Types:Economic operators able to supply and commission the required goods, including but not limited to SMEs, large enterprises, vehicle and machinery OEMs, authorised distributors, trading companies, and consortia of such entities. Natural persons and legal persons established in eligible countries may participate. International and regional organisations are eligible. Universities, research institutes, nonprofits, NGOs and public bodies may participate if they meet eligibility and selection criteria and can deliver the supplies.
Funding Type:Procurement of supplies funded by IPA III. Successful tenderers receive contract payments for goods and related services (delivery, installation, commissioning, training).
Consortium Requirement:Not required. Single tenderers or consortia are permitted. If in consortium, all members are jointly and severally liable. Capacity-providing entities may be used with required commitments.
Beneficiary Scope (Geographic Eligibility):Participation is open to nationals and legal persons established in EU Member States or in eligible countries and territories under Article 11 of Regulation (EU) 2021/1529 (IPA III). International and regional organisations may participate. Supplies may originate in any country. Place of performance is Serbia.
Target Sector:Environment, waste management, recycling and circular economy; municipal services; transport equipment; industrial machinery; urban sustainability and climate-related waste infrastructure.
Mentioned Countries:Republic of Serbia. The call references EU Member States and IPA III eligible countries as categories for eligibility.
Project Stage:Procurement and deployment stage. Delivery, installation, commissioning, testing, and operational training of commercial, market-ready equipment and vehicles.
Funding Amount:Estimated total value not stated in the notice. Tender guarantees per lot indicate substantial multi-lot budgets: Lot 1: €50,000 guarantee; Lot 2: €230,000; Lot 3: €105,000; Lot 4: €13,000. Contract values will be determined by lowest compliant prices per lot.
Application Type:Open call for tenders; single-stage submission; non-electronic delivery to the contracting authority address.
Nature of Support:Money. Payments under supply contracts in EUR, including pre-financing and balance after provisional acceptance, subject to guarantees.
Application Stages:1 stage: submission, opening, evaluation, and award. No prior request-to-participate stage.
Success Rates:Not published. No historical success probabilities provided.
Co-funding Requirement:No co-funding by tenderers; this is a supply procurement. Financial guarantees are required: tender guarantee per lot, performance guarantee of 10% upon award, and pre-financing guarantee if pre-financing is requested.
Administrative and technical requirements highlights
- All communications and documents in English.
- Financial data and offers expressed in EUR. Currency conversions, if any, must use InforEuro rate of May 2026 when referenced.
- Technical compliance with Annex II+III specifications is mandatory. No variants allowed.
- Training plans and pricing mandatory for Lots 1 and 2.
- DDP delivery terms. Labelling and EU visibility requirements on packages and documentation.
- Delivery documentation at each drop: operation and maintenance manuals, service manual with authorised service providers in Novi Sad, warranty certificates and commercial warranties, CE marking certificate, delivery notes and waybills; vehicle-specific homologation/attest to Serbian law compliance and crane certificates where relevant.
- Insurance at 110% replacement value covering the full logistics and installation chain until Provisional Acceptance.
- Warranty: minimum 12 months after Provisional Acceptance; commercial warranties to remain valid 24 months after Final Acceptance.
- Tax and customs: EU-financed external action exemptions apply in Serbia.
How to apply and where to find documents
- Download full tender dossier from the EU Funding & Tenders Portal call page.
- Prepare one original and three signed copies plus an electronic copy (CD/DVD/USB).
- Address and seal the submission per ITT instructions, indicating procedure reference and lot(s).
- Include tender guarantee(s) per lot, signed Tender Form with Declarations on Honour, Identification Form and supporting documents, technical offer (Annex II+III template) and financial offer (Annex IV template).
- Submit by 13/05/2026 12:00 Europe/Belgrade to CFCU, Balkanska 53, Belgrade. Optional attendance at opening at 14:00 requires prior email request to the contracting authority two working days in advance, max two representatives per tenderer.
- Submit clarification questions by 22/04/2026 indicating publication reference to cfcu.questions@mfin.gov.rs. Clarifications will be published to all on the CFCU website and the EU Funding & Tenders Portal at least 8 days before the deadline.
Templates and dossier structure (outline)
- A. Instructions to Tenderers: scope by lot, timetable, participation and eligibility, origin, lots, submission rules, content of tenders, taxes, clarifications, opening and evaluation, award, guarantees, ethics, cancellation, appeals, data protection, early detection and exclusion system.
- B. Draft Contract: Main Conditions per lot; Special Conditions per lot; General Conditions (Annex I); Technical Specifications and Contractor’s Technical Offer template (Annex II+III); Budget Breakdown model financial offer (Annex IV); Forms and Identification (Annex V); Provisional/Final Acceptance Certificate (Annex C11).
- D. Tender Forms: Tender Form for a Supply Contract (c4l_tenderform_en.docx) including sections for tenderer identity, contact, financial data, personnel, specialisations, experience, and declarations; Tender Guarantee specimen (c4n_tenderguarantee_en.docx).
- Further information: Administrative Compliance Grid; Evaluation Grid.
Summary and explanation
This tender finances the turnkey supply, delivery and commissioning of a complete regional municipal waste management equipment package for Novi Sad and seven surrounding municipalities in Serbia, under the EU’s IPA III funding. The four-lot structure covers heavy landfill machinery, a large fleet of refuse collection vehicles across multiple capacities and configurations, a very substantial distribution of wheeled bins and containers in several colours and volumes to support segregation, and the deployment of underground and bell-type containers across the serviced area. Contracts will be awarded by open procedure on the sole criterion of lowest compliant price. Participation is open to economic operators from EU Member States and from countries eligible under IPA III, as well as to international and regional organisations, with all supplies permitted to originate in any country. Technical and financial selection thresholds apply by lot, scaled to the complexity and value of the supplies, and tender and performance guarantees are required. Deliveries are on a DDP basis with comprehensive insurance, mandatory training for equipment and vehicle lots, and standardised warranty provisions. Tenders must be physically delivered in English to the Serbian CFCU by the deadline, using the provided dossier templates for the technical and financial offers and including the required declarations and guarantees. For suppliers and consortia active in waste management machinery, municipal vehicles and container systems, this opportunity offers multi-lot contract potential to equip a regional waste system with modern collection and handling infrastructure aligned with EU environmental and visibility standards.
Short Summary
Impact Equip and commission a Regional Waste Management System that enables primary waste separation and modern collection/handling across the Novi Sad region, improving municipal waste services and circular economy outcomes for ~500,000 inhabitants. | Impact | Equip and commission a Regional Waste Management System that enables primary waste separation and modern collection/handling across the Novi Sad region, improving municipal waste services and circular economy outcomes for ~500,000 inhabitants. |
Applicant Companies able to supply, deliver, install, test and commission heavy landfill machinery, refuse collection vehicles and large-scale bins/containers, provide operator training, warranties, DDP logistics and compliance with EU technical and visibility requirements. | Applicant | Companies able to supply, deliver, install, test and commission heavy landfill machinery, refuse collection vehicles and large-scale bins/containers, provide operator training, warranties, DDP logistics and compliance with EU technical and visibility requirements. |
Developments Procurement and deployment of landfill mobile machinery, refuse collection vehicles, thousands of wheeled bins and home composters, and underground/bell containers for the Novi Sad municipal region. | Developments | Procurement and deployment of landfill mobile machinery, refuse collection vehicles, thousands of wheeled bins and home composters, and underground/bell containers for the Novi Sad municipal region. |
Applicant Type Profit SMEs and large corporations (OEMs, authorized distributors and system integrators in waste-management equipment and municipal vehicles). | Applicant Type | Profit SMEs and large corporations (OEMs, authorized distributors and system integrators in waste-management equipment and municipal vehicles). |
Consortium Consortia and joint-ventures are permitted but not mandatory; single applicants may bid and all consortium members would be jointly and severally liable if used. | Consortium | Consortia and joint-ventures are permitted but not mandatory; single applicants may bid and all consortium members would be jointly and severally liable if used. |
Funding Amount Total estimated EU donation indicated:€2,632,160 (contracts awarded per-lot to lowest compliant tenders; individual contract values determined by submitted prices). | Funding Amount | Total estimated EU donation indicated:€2,632,160 (contracts awarded per-lot to lowest compliant tenders; individual contract values determined by submitted prices). |
Countries Place of performance:Republic of Serbia (Novi Sad and seven surrounding municipalities); applicants may be established in EU Member States or IPA III eligible countries and supplies may originate in any country. | Countries | Place of performance:Republic of Serbia (Novi Sad and seven surrounding municipalities); applicants may be established in EU Member States or IPA III eligible countries and supplies may originate in any country. |
Industry Environment — municipal waste management, recycling and circular economy (IPA III pre-accession assistance for Serbia). | Industry | Environment — municipal waste management, recycling and circular economy (IPA III pre-accession assistance for Serbia). |
Additional Web Data
Funding Opportunity Overview
This is an open tender procedure for the supply, delivery, installation, commissioning, testing, training, warranty and commercial warranty of waste management equipment and vehicles. The project establishes a Regional Waste Management System (RWMS) serving the City of Novi Sad and the municipalities of Backa Palanka, Backi Petrovac, Beocin, Zabalj, Srbobran, Temerin and Vrbas in Serbia. The procurement is divided into four lots covering landfill equipment, collection vehicles, and waste containers.
Financing Source:European Union Instrument for Pre-accession Assistance (IPA III) 2021-2027, financed under the Annual Action Plan in favour of the Republic of Serbia for 2022. Total estimated EU donation: €2,632,160.
Lead Contracting Authority:Ministry of Finance, Government of the Republic of Serbia, Department for Contracting and Financing of EU Funded Programmes (CFCU), Balkanska Street 53, Belgrade 11000, Republic of Serbia.
Beneficiary:Ministry of Environmental Protection, 1 Omladinskih brigada street, 11000 Belgrade, Serbia.
Critical Deadlines
| Milestone | Date and Time |
|---|---|
| Tender Publication Date | 16 March 2026 |
| Deadline for Requesting Clarifications | 22 April 2026 at 10:00 CET |
| Last Date for Clarifications from Authority | 8 days before tender submission deadline |
| Deadline for Tender Submission | 13 May 2026 at 12:00 Belgrade Time |
| Tender Opening Session | 13 May 2026 at 14:00 Belgrade Time |
| Expected Contract Award Notification | June 2026 |
| Expected Contract Signature | June 2026 |
Tenders must be submitted before 12:00 Belgrade Time on 13 May 2026. Late submissions will be rejected. The tender validity period is 90 days from the submission deadline. The contracting authority reserves the right to request an extension of up to 40 additional days before the validity period expires.
Procurement Lots and Contract Values
The tender is divided into four separate lots, each forming an independent contract. Tenderers may submit tenders for one lot, several lots, or all lots. If awarded more than one lot, a single contract may be concluded covering all awarded lots.
| Lot Number | Description | Items and Quantities | Contract Duration | Nature of Contract |
|---|---|---|---|---|
| Lot 1 | Supply of mobile waste-handling equipment and machines for landfill | Wheel loaders (2), Backhoe loaders (2), Forklifts (2), Articulated dumper truck (1), Landfill compactors (2), Bulldozers (2), Telehandlers (2) | 900 days from commencement | Hybrid (lump sum and unit price) |
| Lot 2 | Supply of Refuse Collection Vehicles | Rear loader 20 m3 (8 units), Crane vehicle 12 m3 (2 units), 22 m3 capacity vehicles (35 units), 16 m3 capacity vehicles (14 units), Skip loader trucks (2 units) | 720 days from commencement | Hybrid (lump sum and unit price) |
| Lot 3 | Supply of wheeled waste bins, containers and home composters | Green 120L bins (5,862 units), Blue 120L bins (54,633 units), Blue 240L bins (50,699 units), Black 120L bins (84,269 units), Home composters 400L (21,063 units), Various coloured 1.1 m3 containers (6,082 units total) | 720 days from commencement | Unit price |
| Lot 4 | Supply of underground containers and plastic bell containers | Underground containers (135 units), Fiberglass bell containers (311 units) | 720 days from commencement | Unit price |
Tender Guarantee Requirements:Lot 1: €50,000. Lot 2: €230,000. Lot 3: €105,000. Lot 4: €13,000. Tender guarantee must be valid for 45 days beyond the tender validity period.
Performance Guarantee:10 percent of the total contract price. Shall be released within 60 days of final acceptance certificate issuance, except for proportion assigned to after-sales service.
Eligibility Criteria
Participation is open to all natural persons and legal persons effectively established in a Member State of the European Union or in an eligible country or territory as defined under Article 11 of Regulation (EU) No 2021/1529 (IPA III). Participation is also open to international and regional organisations. All supplies and materials may originate in any country.
Eligible Participants
- Individual tenderers (natural or legal persons) effectively established in EU member states
- Individual tenderers effectively established in IPA III eligible countries or territories
- Consortiums or joint ventures of eligible entities (permanent or informal groupings)
- International and regional organisations
- Subcontractors on behalf of eligible tenderers
- Capacity-providing entities supporting eligible tenderers
All members of a consortium are jointly and severally liable to the contracting authority. Only one request to participate or tender may be submitted by each natural or legal person, regardless of form of participation. If multiple requests are submitted by the same person, all requests will be excluded. Tenderers must not be subject to any exclusion situations as defined in Regulation (EU) 2021/1529 and must provide declarations on honour confirming this status.
Selection Criteria by Lot
Selection criteria are assessed based on economic and financial capacity, professional capacity, and technical capacity. The reference period for financial and professional criteria is the last three years for which accounts have been closed before the tender submission deadline. Reference period for technical experience is the four years preceding the submission deadline 1.
Lot 1 Selection Criteria
Economic and Financial Capacity:Average annual turnover of the last three financial years must not be less than €1,200,000. Current ratio (current assets divided by current liabilities) in the last year must be at least 1. For consortiums, this criterion must be fulfilled by each member.
Professional Capacity:The tenderer must have, on average during the current year and previous two years, at least five personnel directly employed or legally contracted on permanent or non-permanent basis in areas of specialist knowledge related to this contract. The tenderer must not be subject to professional conflicting interests that may negatively affect contract performance.
Technical Capacity:The tenderer must have completed supplies under at least two contracts during the last four years before submission deadline. For each contract, the value of supplies completed must not be less than €1,200,000. The completed supplies must be in the domain of waste handling equipment.
Lot 2 Selection Criteria
Economic and Financial Capacity:Average annual turnover must not be less than €7,000,000. Current ratio must be at least 1.
Professional Capacity:At least five specialist personnel on average over three-year period. No professional conflicting interests.
Technical Capacity:At least two completed contracts during last four years. Each contract value must be at least €3,000,000. Completed supplies must be in refuse collection vehicles domain.
Lot 3 Selection Criteria
Economic and Financial Capacity:Average annual turnover must not be less than €3,300,000. Current ratio must be at least 1.
Professional Capacity:At least five specialist personnel on average over three-year period. No professional conflicting interests.
Technical Capacity:At least two completed contracts during last four years. Each contract value must be at least €1,500,000. Completed supplies must be in waste bins and containers domain.
Lot 4 Selection Criteria
Economic and Financial Capacity:Average annual turnover must not be less than €400,000. Current ratio must be at least 1.
Professional Capacity:At least five specialist personnel on average over three-year period. No professional conflicting interests.
Technical Capacity:At least two completed contracts during last four years. Each contract value must be at least €330,000. Completed supplies must be in containers for waste material domain.
For tenderers applying for multiple lots simultaneously, the average annual turnover must be at least equal to the cumulative amount required for each lot tendered. Professional capacity requirements apply at group level. Technical capacity must be separately fulfilled for each lot as specified above.
Submission Requirements and Procedures
Tenders must be submitted in non-electronic format. All tenders must include technical offer and financial offer in separate envelopes. Tenders must be sent to the contracting authority address or hand-delivered. Submission is by post, courier service, or hand-delivery to Balkanska Street 53, Belgrade 11000, Republic of Serbia. Opening hours: 08:30 to 14:30 Central European Time.
Required Submission Documentation
- One original copy marked 'original' and three copies marked 'copy', all signed identically and marked with procedure reference EC-ENEST/BEG/2026/EA-OP/0027
- Electronic version on CD/DVD or USB
- Sealed envelope(s) bearing address, procedure code, lot number(s), 'Not to be opened before tender opening session' marking, and tenderer name
- Technical offer with detailed description of supplies conforming to technical specifications
- Financial offer calculated on DDP basis including all costs
- Original signed tender guarantee
- Tender form for supply contract duly completed
- Annex 1: Declaration on honour on exclusion criteria and selection criteria with original signatures
- Completed identification form with supporting documents
- Warranty conditions description per Article 32 of general conditions
- Commercial warranty organisation description per special conditions
- Duly authorised signature proof (statutes, power of attorney, notary statement)
All written communications for tender procedure and contract must be in English. If supporting documents are not in English or another EU official language, translation to English is required. The tender dossier is available in electronic format from the contracting authority at no charge. Tenderers cannot request individual dossier copies by post or electronic means; they must obtain physical copies from the CFCU office.
Evaluation and Award
The evaluation procedure comprises administrative conformity check, technical evaluation, and financial evaluation. Tenders that do not comply substantially with tender dossier requirements will be rejected immediately. Technical admissibility and compliance with selection criteria are evaluated second. Only technically compliant tenders proceed to financial evaluation.
Award Criterion:The sole award criterion is price. The contract will be awarded to the lowest compliant tender. Tenderers may offer overall discounts in the event multiple lots are awarded, clearly indicating discounts per lot. The contracting authority may select the most favourable overall solution after considering any discounts offered.
The evaluation committee may request clarification from tenderers on any aspect of their tender including price breakdowns. No changes to price or substance of tender may be sought except to correct arithmetical errors. Errors are corrected as follows: discrepancy between figures and words resolved in favour of words; discrepancy between unit price and total amount resolved in favour of unit price. Corrected amounts are binding on tenderers.
Contract Terms and Conditions
Payment Terms:Payments in Euro. Pre-financing of 40 percent upon invoice and pre-financing guarantee submission. Balance of 60 percent payable within 90 days of receipt by contracting authority of invoice and provisional acceptance certificate application. No price revision clause applies to contract.
Place of Delivery:DDP (Delivered Duty Paid) to locations in Serbia as specified in Technical Specifications and Tender Dossier. Contractor must request permission from Project Manager 15 days prior to delivery.
Warranty:365 days after provisional acceptance certificate issuance. Commercial warranty must remain valid for two years (24 months) after final acceptance certificate date. Where manufacturer warranty exceeds contractual warranty, contractor must provide complete support to beneficiary in contacting manufacturer.
Insurance:Contractor must insure goods for replacement value of 110 percent during delivery and commissioning. Insurance covers shipping, handling, storage, local transport, installation, and covers losses from traffic accidents, transport damage, theft, improper handling, fire, water, lightning and professional malpractice from shipment until provisional acceptance certificate issuance.
Taxes and Customs:The European Commission and Republic of Serbia have agreed in Framework Partnership Agreement of 12 December 2022 to fully exonerate customs duties, import duties, taxes or fiscal charges in connection with import, value added tax, documentary stamp or registration duties or fiscal charges having equivalent effect.
Dispute Settlement:Any disputes arising from or relating to the contract shall be referred to exclusive jurisdiction of courts of Republic of Serbia in accordance with its national legislation.
Special Conditions and Requirements
- Visibility of EU financing required: contractor responsible for measures ensuring visibility of European Union financing, complying with Communication and Visibility Manual for EU External Actions
- All goods must comply fully with technical specifications in tender dossier and conform in all respects with drawings, quantities, models, samples and measurements
- No variant solutions permitted beyond the present tender
- Contractor must submit indicative programme of implementation of tasks within 30 days of contract signature by both parties
- All equipment must be supplied with technical documentation requested in Technical Specifications
- Contracting authority and beneficiary granted worldwide, royalty-free, perpetual, irrevocable licence to use all proposals, specifications, drawings, plans, diagrams, manuals and deliverables for future repairs, maintenance, support, extension and publication
- Pricing calculated on DDP basis includes full cost of delivery, packing, insurance, transportation, clearance formalities, storage, unpacking, putting into operation, testing, inspection, consumables, copyright, patent rights, licenses, warranty, training and manuals, all social charges and staff expenditure, excluding taxes and customs duties
- Contractor responsible for obtaining required permits and import licences at own cost and risk
- Subcontracting is allowed; tenderer and capacity-providing entities jointly liable for contract performance
- No after-sales service foreseen in contract
Key Contacts and Information Sources
Clarification Questions:Submit in writing to cfcu.questions@mfin.gov.rs up to 22 April 2026 at 10:00 CET, specifying publication reference, contract title and relevant lot(s). Clarifications will be published simultaneously to all tenderers on CFCU website and EU Funding & Tenders Portal at latest 8 days before tender submission deadline.
Tender Submission:Ministry of Finance, Department for Contracting and Financing of EU Funded Programmes (CFCU), Division for Tender Evaluation and Contracting, Balkanska 53, 11000 Belgrade, Republic of Serbia. For postal submissions, tenderers must inform contracting authority of submission by email to ec@mfin.gov.rs with copy of deposit slip.
Tender Dossier:Available at CFCU premises on electronic format (USB drive) free of charge. Any person representing prospective tenderer can obtain dossier without authorization or power of attorney requirement. Complete dossier includes: Instructions to Tenderers, Draft Contract with main and special conditions and annexes, Further Information (administrative compliance grid, evaluation grid), Tender Form and Declaration on Honour.
Procedural guidance available at ePRAG Practical Guide. All annexes and templates referenced in tender procedure available at EU Annexes.
Timeline and Project Context
This procurement is part of Technical Assistance for Establishing a Regional Waste Management System for Novi Sad and surrounding municipalities, implemented from April 2024 to April 2027. The project supports establishment of a modern waste management infrastructure serving a population of over 500,000 across the region. Implementation is guided by EU waste management directives and local environmental requirements.
The Regional Waste Management System will enable all households and businesses to carry out primary waste separation by providing separate collection mechanisms. The project represents significant investment in environmental protection and circular economy principles for the Novi Sad region.
Footnotes
- 1For projects partially implemented during reference period but not completed, only the part completed during reference period counts toward selection criteria. Documentary evidence required: approval of report, proof of payment, or certificate from awarding entity. For consortium implementations, the portion completed by each member must be clearly documented.
Update Log
Showing 1 update
Discover with AI
Let our intelligent agent help you find the perfect funding opportunities tailored to your needs.
EU Grant Database
Explore European funding opportunities in our comprehensive, up-to-date collection.
Stay Informed
Get notified when grants change, deadlines approach, or new opportunities match your interests.
Track Your Favorites
Follow grants you're interested in and keep them organized in one place. Get updates on changes and deadlines.
Construction of Rize Wastewater Collection System (Lot 2) - Completion Works
Open procedure under the EU IPA Environment and Climate Action Sector OP for Türkiye seeks a contractor to complete the Rize wastewater collection system including approximately 3.039 km of collector pipeline, a c.30 m river crossing, th...
Support implementation of the Smart Specialisation Strategy
Restricted EU tender EC-ENEST/SKP/2026/EA-RP/0012 under IPA III seeks service providers to support implementation of North Macedonia's Smart Specialisation Strategy, including S3 management and information systems, SME digital and green...
Capacity building of veterinary and plant health services in the Western Balkans
The European Commission (DG SANTE) has published a call for tenders to build capacity in veterinary and plant health services across Albania, Bosnia and Herzegovina, Kosovo, Montenegro, North Macedonia and Serbia. The procurement is spli...
Hydrogen Generation Demonstration Facility
Open tender EC-ENEST/BEG/2026/EA-OP/0022 for the supply, delivery, installation and commissioning of a hydrogen generation demonstration facility at the Vinča Institute of Nuclear Sciences in Belgrade, Serbia, financed under IPA III. The...
Consultancy services supporting women’s initiatives and gender equality in Western Balkan border police
The European Border and Coast Guard Agency (Frontex) has published an ExA notice (FRONTEX/2026/LVP/0028-EXA) for a planned negotiated procedure to procure consultancy services supporting women’s initiatives and gender equality in Western...
Supply of Electronic measurement devices for roadside inspection
Open tender EC-ENEST/SKP/2026/EA-LOP/0013 for the supply, delivery, installation and training of electronic measurement devices to the State Transport Inspectorate in Skopje, North Macedonia, funded under the EU Instrument for Pre-access...
Building maintenance of the premises of the European Union in Bratislava, Slovakia
The European Parliament Directorate-General for Infrastructure and Logistics has issued an open procurement (EP-INLO/LUX/2026/OP/0004) for maintenance services at the House of Europe in Bratislava, Slovakia, comprising two independent lo...
Provision of Engineering Data Management (EDM/PLM) Services
This is an open public procurement tender (Procedure ID F4E-AMF-1911) issued by Fusion for Energy for Engineering Data Management (EDM/PLM) services. The scope covers support and maintenance of the existing ENOVIA SMARTEAM environment an...
Supply of Reinforced Concrete Containers and Metallic Drums Fabrication Plants for radioactive waste management in Armenia
The European Commission, acting for the Republic of Armenia, has launched an open tender (EC-INTPA/2025/EA-OP/0109, TED ref. 188906-2026) to design, manufacture and supply technological equipment and auxiliary tools for two radioactive w...
Implementation of the new SoHO Regulation: training and networking of SoHO Competent Authorities’ staff for oversight
HaDEA has published tender HADEA/2026/OP/0001 for a framework service contract to design, develop and deliver blended e-learning and face-to-face training and networking for SoHO competent authority staff to support implementation of Reg...
Capacity-building for the Implementation of Interreg and Cohesion Policy (BiH-MNE)
The European Commission DG REGIO invites tenders (Procedure EC-REGIO/2026/OP/0021) for a service contract to provide capacity-building for Bosnia and Herzegovina and Montenegro on implementation of Interreg and EU cohesion policy, coveri...
CDT-NET-2026 - services d’entretien et de nettoyage des locaux du Centre (LOT 1) et services d'évacuation des déchets et destruction de documents à caractère confidentiel (LOT 2)
The Translation Centre for the Bodies of the European Union (CDT) has published open tender CDT/2026/OP/0004 (TED ref. 209983-2026) for two lots: Lot 1 building cleaning and maintenance services and Lot 2 waste evacuation and confidentia...