Overview
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-accession Assistance (IPA III). The contract covers supply of 10 opacimeters, 19 EOBD readers, 10 portable dosimeters, 10 pyrometers/laser thermometers and 2 portable weighing platforms, all new CE marked models with a minimum two year commercial warranty and training materials in Macedonian and Albanian. Tenders must be submitted electronically via the EU Funding & Tenders Portal eSubmission by 17 April 2026 at 14:00 Europe/Skopje and will be awarded to the lowest technically and administratively compliant offer. Participation is open to economic operators established in EU Member States or IPA III eligible countries subject to the financial, professional and technical capacity criteria set out in the tender dossier.
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 it funds
Scope
Procurement of specialised electronic measurement devices and associated training to equip the State Transport Inspectorate in North Macedonia for roadside inspections of heavy goods vehicles, buses and other road transport operators. Equipment required includes opacimeters, EOBD readers, dosimeters, pyrometers/laser thermometers and portable weighing platforms, plus training and documentation for inspectors.
Key procurement details:Procedure type: Open procedure; Place of delivery: Skopje, North Macedonia; Maximum contract duration: 8 months. Deadlines: tender submission 17/04/2026 14:00 (Europe/Skopje); public opening 20/04/2026 10:00 (Europe/Skopje). Award method: lowest price. Contract financed under the Instrument for Pre-accession Assistance (IPA). 1
- 1What is procured: 10 opacimeters, 19 EOBD readers, 10 dosimeters, 10 pyrometers/laser thermometers, 2 portable scales and training
- 2Who may tender: natural or legal persons established in EU Member States or eligible IPA countries; consortia allowed
- 3Selection minima: average annual turnover >= €150,000 and relevant past supplies >= €40,000
| CPV | 38424000 - Measuring and control equipment |
|---|---|
| Place of performance | North Macedonia (State Transport Inspectorate, Skopje) |
| Delivery terms | DDP Skopje (Incoterms 2020) |
| Award criterion | Lowest compliant price |
| Warranty | Minimum 2 years commercial warranty specified in tender documents |
Apply electronically via the EU Funding & Tenders Portal using the eSubmission system before the stated deadline. Tender dossier, technical specifications, financial offer template and declaration on honour are available in the procurement documents.
Footnotes
- 1Full tender dossier, templates and submission are on the EU Funding & Tenders Portal Tender page.
Find a Consultant to Support You
Breakdown
Call for tenders to procure and deliver electronic measurement devices, associated software, and training to strengthen roadside inspections by the State Transport Inspectorate in North Macedonia. The procurement is financed under the EU Instrument for Pre-accession Assistance (IPA III) and run by the European Commission (Delegation of the EU to the Republic of North Macedonia). Award criterion is lowest price for compliant offers.
Key Facts and Timeline
| Procedure type | Open procedure (supplies), unit-price contract |
|---|---|
| Award criterion | Lowest compliant price |
| CPV | 38424000 - Measuring and control equipment |
| Programme | Instrument for Pre-accession Assistance (IPA III) |
| Place of delivery/performance | Skopje, Republic of North Macedonia (State Transport Inspectorate, Blvd: "Kuzman Josifovski-Pitu" nr. 21, 1000 Skopje) |
| Incoterms | DDP Skopje (Incoterms 2020) |
| Delivery deadline | Within 6 months of the delivery order |
| Total implementation period | 8 months (includes delivery, installation/start-up where applicable, testing/acceptance, and training) |
| Contract duration (maximum in notice) | 8 months |
| Submission method | Electronic via EU Funding & Tenders Portal (eSubmission) |
| Deadline for receipt of tenders | 17/04/2026 14:00, Europe/Skopje |
| Public opening of tenders | 20/04/2026 10:00, Europe/Skopje (upon request, max two representatives per tender) |
| Last date contracting authority is bound to reply to questions | 27/03/2026 23:59, Europe/Skopje |
| Language of procedure | English |
| Lead contracting authority | European Union, represented by the European Commission on behalf of and for the account of the Republic of North Macedonia |
| Jurisdiction for disputes | Courts of Brussels, Belgium |
| TED reference | 53/2026 182455-2026 |
| Portal opportunity page | EU Funding & Tenders Portal |
Portal listing and documents:EU Funding & Tenders Portal opportunity page.
Scope of Supply and Services
The contractor must supply, deliver DDP Skopje, install/start up where applicable, and provide training for the following equipment. All items must be new, current production models from established manufacturers, compliant with CE marking where applicable, and accompanied by commercial warranties. Installation, configuration, start-up, and acceptance testing are included. EU visibility and labelling rules apply on all supplied items.
- Opacimeters (vehicle emission analysers) with commercial warranty and training: 10 units
- EOBD readers with commercial warranty, software licence and training: 19 units
- Portable dosimeters (radiation level meters) with commercial warranty and training: 10 units
- Pyrometers/Laser thermometers with commercial warranty and training: 10 units
- Portable vehicle weighing scales (weighting platforms) with commercial warranty and training: 2 sets
General requirements for all supplies:All supplies must be delivered complete with necessary accessories/parts for full operation; CE marked as applicable; end-of-life items are not acceptable; safe packing/transport and external labelling; acceptance testing on-site after delivery/installation; English documentation; commercial warranty certificates from manufacturer; operation and maintenance manuals; software licensed to the Beneficiary; visibility labelling per EU rules.
Item-specific minimum technical specifications (extracts):1) Opacimeter (vehicle emission analyser): Designed for roadside, on-site testing of diesel engines; internal battery or battery pack powered; wireless design suitable for all-weather operation; docking station for charging smoke head internal battery; automatic calibration without external standard filters. 2) EOBD reader: Must diagnose safety systems and environmental protection electronics, including SCR-AdBlue, for trucks, trailers, semi-trailers, and buses; brand coverage to include at least DAF, FORD, HYUNDAI, ISUZU, IVECO, KAMAZ, MAN, MAZ, MERCEDES-BENZ, RENAULT, SAIC-IVECO, SCANIA, URO, VOLKSWAGEN, VOLVO; recognize and interpret a wide range of error codes/defects; software to include electrical diagrams, mechanical data, and customizable diagnostic report generation; license non-exclusive, territorially unlimited, perpetual usage rights incl. installation, patching, updating; kit to include all required connection cables including multi-pin cables for direct connections. 3) Portable dosimeter: Indicators for gamma and X-rays, with sensor showing absorbed dose 10–1,000 mSv; accuracy/uncertainty ±20%; resistant to water and mechanical damage. 4) Pyrometer/laser thermometer: For detecting brake system temperature anomalies; non-contact measurement from −25 °C to +500 °C. 5) Portable vehicle weighing scales: Certified for static or dynamic weighing per North Macedonian legal metrology; minimum measurement range 0–€15 Tper axle with accuracy ≤100 kg; each platform ≥0–€10 Tper wheel or twin wheels, accuracy ≤50 kg; able to weigh vehicles with at least 12 axles; robust and resistant to moisture, dust, dirt, fuel, oil; operational temperature −10 °C to +40 °C. Both static or dynamic technologies accepted.
Training requirements:Comprehensive program for at least 21 inspectors, 2 inspector-trainers, and relevant representatives; practical training at the State Transport Inspectorate premises after handover/demonstration; all training materials in Macedonian and Albanian; dedicated modules for each equipment type and associated software; minimum duration 4 days; participants receive certificates upon successful completion. Training plan and schedule to be submitted no later than 14 days before training for approval.
Contractual, Financial, and Legal Provisions
- Contract type: Unit-price supply contract
- Price basis/currency: Offers in EUR; VAT and taxes not eligible under IPA III; amounts quoted excluding taxes; VAT shown separately if applicable; EU is tax exempt
- Variations: Quantities per item may vary by up to ±100%; total contract value may not vary by more than ±10% of original financial offer; unit prices apply
- Performance guarantee: 10% of total contract price (released within 60 days after final acceptance, subject to conditions)
- Pre-financing and payments: 40% pre-financing upon contract signature (pre-financing guarantee may be waived based on risk assessment and thresholds); 60% balance after provisional acceptance and submission of required documents; payments in EUR
- Insurance: Contractor to ensure adequate insurances (transport and liability) as specified; evidence due at first invoice; DDP implies maximum seller obligations and transport risk coverage to point of unloading
- Origin: All supplies may originate in any country
- Delivery and acceptance: DDP Skopje; delivery not to start before the delivery order; inspection/testing at delivery locations; provisional acceptance after successful delivery/installation, demonstration of trouble-free operation, and completion of training
- Warranty: At least 2 years manufacturer’s commercial warranty for equipment; maximum repair time 10 working days; if exceeded, supplier to provide replacement with equal or higher technical parameters; warranty obligations minimum 1 year after provisional acceptance per special conditions
- After-sales support: Not part of the contract, but manufacturer’s statement required confirming availability of after-sales support and spare parts for at least 5 years after provisional acceptance
- EU visibility: Mandatory stickers/labels on packaging and equipment; follow the EU Communication and Visibility Manual for External Actions
- Dispute resolution: Exclusive jurisdiction of Brussels courts (Belgium)
Eligibility and Selection Criteria
Participation eligibility (nationality rules):Open to natural persons who are nationals of, and legal persons effectively established in, an EU Member State or in an eligible country or territory as defined under Article 11 of Regulation (EU) 2021/1529 (IPA III). All supplies under the contract may originate in any country. The tender dossier’s exclusion rules and EU restrictive measures apply.
Economic and financial capacity:Average annual turnover for the last 3 closed financial years: at least €150,000. Current ratio (current assets/current liabilities) for the last closed year: at least 1. For consortia, each member must meet the current ratio.
Professional capacity:On average over the current year and previous two years, at least 2 personnel directly employed or legally contracted in areas of specialist knowledge related to the contract. No professional conflicting interests that could affect contract performance.
Technical capacity:At least one supply contract completed at any time during the last 4 years before the submission deadline, with a completed supplies value of at least €40,000, in the domain of roadside and/or vehicle inspections. For partially completed projects within the reference period, only the portion completed during the period is considered and must be evidenced (e.g., proof of payment, approvals). If done in a consortium, the tenderer’s share must be clearly evidenced.
Consortia and capacity-providing entities:Consortia are allowed; all members are jointly and severally liable. Capacity may be relied upon from other entities, which must meet the same eligibility rules and will be jointly and severally liable for economic/financial criteria. Subcontracting is allowed.
Offer Content and Submission
- 1Technical offer (Annex II+III: Technical Specifications + Technical Offer): Detailed description of supplies matching each specification line; identify brand/model/manufacturer per item; provide brochures/data sheets; describe training approach and materials in Macedonian and Albanian; installation/start-up plan; warranty organization and conditions; EU visibility compliance; acceptance testing approach.
- 2Financial offer (Annex IV: Budget breakdown – Model financial offer): Provide unit costs DDP Skopje and totals for each item line; separate lump sum line for training; all amounts excluding taxes, indicate VAT separately if applicable. Ensure the portal’s “Total amount excl. taxes” matches the uploaded financial offer.
- 3Declarations and forms: Tender form for a supply contract; Declaration on honour on exclusion and selection criteria (for the sole tenderer, each consortium member, identified subcontractors, and capacity-providing entities); document evidencing duly authorised signatory (statutes, power of attorney, etc.).
- 4Other documents: Warranty conditions description; statement of origin; any other documents requested by the tender dossier.
- 5Submission channel: Exclusively via EU Funding & Tenders Portal eSubmission. A valid 9‑digit PIC is required for the tenderer and each consortium member. All communications with Validation Services occur via the Portal.
- 6Tender validity: 90 days from the submission deadline (extendable on request).
- 7Opening session attendance: Request by email to the Delegation at least two working days before the opening; max two representatives per tender; minutes available on request.
Evaluation and Award
- Administrative compliance check
- Technical compliance check against specifications and selection criteria (yes/no)
- Financial evaluation including arithmetical corrections; lowest compliant price wins
- No variants allowed
- Clarifications may be requested in writing without changing price/substance
- Documentary evidence on exclusion and selection may be requested at any time; the successful tenderer must provide it at short notice
Procurement Documents (selection)
- Letter of Invitation
- Additional information about the Contract Notice (eligibility and selection criteria, financing, language, implementation period)
- Instructions to Tenderers (A1 - ITT)
- Annex II+III: Technical Specifications + Technical Offer template (detailed line-by-line compliance table)
- Annex IV: Budget breakdown (Model financial offer)
- Declaration on Honour on exclusion and selection criteria
- Draft Contract: Main Conditions, Special Conditions, General Conditions
- Annex V: Model Performance Guarantee
Templates: Structure and Guidance
Technical Offer (Annex II+III) – structure:- Table with columns: 1) Item number, 2) Specifications required (pre-filled), 3) Specifications offered (to be completed with concrete technical parameters; “yes/compliant” alone is insufficient), 4) Notes/remarks/references to documentation, 5) Evaluation committee notes. - Provide precise model references and highlight them in attached brochures. - Include training methodology, schedule overview, materials language plan (MK/AL), and acceptance testing approach.
Financial Offer (Annex IV) – model budget breakdown:- Columns: Item number; Quantity; Specifications offered (incl. brand/model); Unit costs with delivery DDP Skopje (EUR); Total (EUR). - Separate line for Training (lump sum). - Totals excluding taxes; VAT stated separately if applicable. - Publication reference and Tenderer name to be included.
Declaration on Honour (exclusion and selection):Comprehensive self-declaration covering exclusion grounds, professional conflicting interests, selection criteria confirmation, and established debts to the Union. Must be submitted individually by the sole tenderer, each consortium member, identified subcontractors, and capacity providers. Evidence may be requested; documents must be recent (issued within 1 year) and valid at the time of request.
Submission pack checklist (portal mapping):- Technical Tender: upload Technical Offer and supporting technical documentation. - Financial Tender: upload Financial Offer. - Parties/Identification tenderer/Attachments: Other documents (authorised signatory proof, warranty organization, statements of origin, etc.). - Declaration on Honour: upload for each involved entity in the dedicated section. - Ensure consistency of totals between the portal form and uploaded financial offer (the uploaded financial offer prevails in case of discrepancy).
Compliance, Tax and Customs, and Visibility
- Taxes/duties: Under IPA III framework, taxes, customs, import duties, or equivalent charges are not eligible. Contractor must register the project in national systems (e.g., Central Donor Assistance Database, MFA protocol register, Public Revenue Office) to obtain exemptions/refunds as applicable. Guidance link provided in the dossier.
- EU values, ethics, and conduct: Strict compliance with EU core values, environmental legislation, ILO core labour standards, and zero tolerance for sexual exploitation, abuse, and harassment; anti-corruption and anti-bribery provisions apply.
- EU visibility: All equipment and packaging must carry EU visibility labels/stickers and follow the Communication and Visibility Manual for EU External Actions. Costs are borne by the contractor.
Categorization and Structured Information
Eligible Applicant Types:Economic operators established in an EU Member State or an eligible country/territory under IPA III, including SMEs, large enterprises, manufacturers, authorized distributors/resellers of measuring and diagnostic equipment, system integrators for vehicle inspection technologies, and consortia of such entities. Research bodies or nonprofits could participate if they qualify as economic operators meeting the selection criteria. Subcontractors and capacity-providing entities are allowed under the same eligibility and selection rules.
Funding Type:Procurement of supplies (service elements include installation/start-up, acceptance testing, and training). The financial mechanism is a supply contract paid by the EU (IPA III), not a grant.
Consortium Requirement:Single tenderer or consortium permitted. No obligation to form a consortium. All consortium members are jointly and severally liable.
Beneficiary Scope (Geographic Eligibility):Nationals/legal persons established in EU Member States or in eligible countries/territories as defined in Article 11 of Regulation (EU) 2021/1529 (IPA III). Supplies may originate in any country. Place of delivery and performance is North Macedonia.
Target Sector:Transport and road safety enforcement; environment/emissions compliance; industrial measurement and control; diagnostics and metrology; public sector inspection services. Related themes: vehicle emissions, OBD diagnostics, axle load control, radiation safety for cargo, temperature monitoring for brake systems and temperature-sensitive cargo.
Mentioned Countries:Republic of North Macedonia; Belgium. EU region is referenced through the European Commission and eligibility framework.
Project Stage:Delivery and implementation. This is not research or development funding; it covers procurement, delivery, installation/start-up where required, training, and acceptance.
Funding Amount:Estimated total value is not disclosed in the portal extract. Contract value will be determined by the lowest compliant price. Selection thresholds indicate minimum bidder turnover of €150,000 and a single contract award.
Application Type:Open call for tenders; one-stage submission via eSubmission on the EU Funding & Tenders Portal.
Nature of Support:Money. The winning tenderer receives payments under the supply contract (pre-financing and balance upon acceptance), subject to guarantees and contractual terms.
Application Stages:1 stage (single submission), followed by administrative, technical, and financial evaluations; award to lowest compliant price.
Success Rates:Not specified. No historical success rate is provided in the dossier.
Co-funding Requirement:No co-funding by the contractor. This is a procurement contract; however, the contractor must provide a 10% performance guarantee and, where required, a pre-financing guarantee. Taxes and duties are ineligible under IPA III, with national registration procedures for exemptions/refunds.
Where and How to Engage
- Full tender dossier and electronic submission: EU Funding & Tenders Portal
- Additional information about the Contract Notice (eligibility and selection details): document in the dossier
- Instructions to Tenderers, Technical Specifications, Financial Offer template, Declarations, and Draft Contract: available under Documents in the opportunity page
- EU Visibility guidance: Communicating and raising EU visibility – guidance for external actions
Comprehensive Summary
This EU-funded procurement seeks a qualified economic operator to supply, deliver, and commission a packaged set of electronic measurement and diagnostic equipment to enhance roadside enforcement capabilities of the State Transport Inspectorate in North Macedonia. The lot comprises 10 opacimeters for diesel emissions, 19 EOBD diagnostic readers with perpetual and territorially unlimited software licences and complete cabling sets, 10 portable radiation dosimeters, 10 pyrometers/laser thermometers for brake and temperature anomaly detection, and 2 certified portable weighing platform sets suitable for static or dynamic axle load checks, including 12+ axle vehicles. The supplier must deliver DDP Skopje within 6 months of the delivery order and complete all implementation tasks, including acceptance testing and an in-depth, certificate-bearing training programme in Macedonian and Albanian (minimum 4 days) for at least 21 inspectors and 2 trainers, within an overall 8-month implementation period.
The award criterion is the lowest price among technically compliant bids. Participation is open to EU and IPA III-eligible operators; all goods may originate in any country. Bidders must demonstrate adequate financial standing (average annual turnover of at least €150,000 and a current ratio of at least 1), professional capacity (minimum two relevant personnel over the last three years), and relevant technical experience (at least one supply contract of €40,000 in roadside/vehicle inspection completed within the past four years). The contract requires a 10% performance guarantee, and envisages 40% pre-financing (subject to guarantee rules) with the remaining 60% payable upon provisional acceptance. Taxes and import duties are ineligible under IPA III; the contractor must complete national donor-project registrations to secure exemptions/refunds. The contractor must comply with strict EU values, ethics, anti-corruption, and visibility obligations, and provide manufacturer warranty coverage (at least two years; repair within 10 working days or provide equivalent/higher-spec replacement) and statements ensuring spare parts/after-sales availability for at least five years post-acceptance.
Operationally, the bid must include precise model-level technical offers mapped line-by-line to the specification template, with catalogues clearly highlighting offered configurations, and a financial offer in the provided budget template quoting DDP Skopje unit and total prices per item plus a lump-sum for training. Electronic submission via the EU Funding & Tenders Portal is mandatory by 17 April 2026 at 14:00 (Europe/Skopje). Offers will pass administrative and technical compliance checks before financial evaluation; no variants are allowed. This contract will equip inspectors to detect emissions violations, overweight vehicles, diagnostic faults affecting safety and environmental performance, radiation risks, and temperature anomalies affecting brake systems or temperature-sensitive cargo, thereby improving road safety and regulatory compliance across the transport sector.
Short Summary
Impact Equip the State Transport Inspectorate with modern electronic measurement and diagnostic tools and associated training to strengthen roadside inspections, improve road safety, and ensure regulatory compliance in North Macedonia. | Impact | Equip the State Transport Inspectorate with modern electronic measurement and diagnostic tools and associated training to strengthen roadside inspections, improve road safety, and ensure regulatory compliance in North Macedonia. |
Applicant An economic operator able to supply, DDP-deliver, install and commission measurement equipment, provide multilingual (Macedonian/Albanian) training and two-year commercial warranty/after‑sales support while meeting financial and technical selection minima. | Applicant | An economic operator able to supply, DDP-deliver, install and commission measurement equipment, provide multilingual (Macedonian/Albanian) training and two-year commercial warranty/after‑sales support while meeting financial and technical selection minima. |
Developments Procurement, delivery and commissioning of electronic measurement and diagnostic devices (opacimeters, EOBD readers, portable dosimeters, pyrometers, portable weighing platforms) plus training and documentation for roadside inspection use. | Developments | Procurement, delivery and commissioning of electronic measurement and diagnostic devices (opacimeters, EOBD readers, portable dosimeters, pyrometers, portable weighing platforms) plus training and documentation for roadside inspection use. |
Applicant Type Profit SMEs/startups, large corporations, NGOs/non-profits, government organizations and research organisations that qualify as economic operators and meet the tender's financial, professional and technical criteria. | Applicant Type | Profit SMEs/startups, large corporations, NGOs/non-profits, government organizations and research organisations that qualify as economic operators and meet the tender's financial, professional and technical criteria. |
Consortium Consortia are permitted but not required; if formed all members are jointly and severally liable for contract performance. | Consortium | Consortia are permitted but not required; if formed all members are jointly and severally liable for contract performance. |
Funding Amount No total contract value is disclosed; award is by lowest compliant price (contract price fixed in EUR); bidders should expect to provide a 10% performance guarantee and may receive 40% pre-financing with the balance on provisional acceptance. | Funding Amount | No total contract value is disclosed; award is by lowest compliant price (contract price fixed in EUR); bidders should expect to provide a 10% performance guarantee and may receive 40% pre-financing with the balance on provisional acceptance. |
Countries Place of delivery/performance:North Macedonia (State Transport Inspectorate, Skopje); applicants must be nationals of or effectively established in EU Member States or IPA III‑eligible countries; disputes fall under Brussels, Belgium jurisdiction. | Countries | Place of delivery/performance:North Macedonia (State Transport Inspectorate, Skopje); applicants must be nationals of or effectively established in EU Member States or IPA III‑eligible countries; disputes fall under Brussels, Belgium jurisdiction. |
Industry Transport and road-safety enforcement (measuring and control equipment) under the EU Instrument for Pre-accession Assistance (IPA III). | Industry | Transport and road-safety enforcement (measuring and control equipment) under the EU Instrument for Pre-accession Assistance (IPA III). |
Additional Web Data
Funding Opportunity Overview
This is an open tender for the supply, delivery, and training of specialized electronic measurement devices to the State Transport Inspectorate of North Macedonia. The equipment will enhance roadside inspection capabilities for heavy goods vehicles, buses, and other road transport, enabling enforcement of regulations related to emissions, weight limits, vehicle diagnostics, radiation levels, and temperature-sensitive cargo. Funded through the EU's Instrument for Pre-accession Assistance (IPA III), this contract directly supports improved road safety and transport compliance in North Macedonia.
Contracting Authority:European Union, represented by the European Commission, acting on behalf of and for the account of the Government of North Macedonia, through the Delegation of the European Union to North Macedonia.
Publication and Tender Reference:Procedure identifier: EC-ENEST/SKP/2026/EA-LOP/0013. TED reference: 53/2026 182455-2026. Published 17 March 2026. Sourced from the EU Funding & Tenders Portal.
Key Deadlines and Timeline
| Event | Date | Time (Europe/Skopje) |
|---|---|---|
| Tender Publication | 17 March 2026 | N/A |
| Deadline for Clarification Questions | 27 March 2026 | 23:59 |
| Last Date for Issuing Clarifications | 8 days before submission deadline | N/A |
| Tender Submission Deadline | 17 April 2026 | 14:00 |
| Public Opening Session | 20 April 2026 | 10:00 |
| Award Notification | May 2026 | TBD |
| Contract Signature | May 2026 | TBD |
| Maximum Implementation Period | 8 months from delivery order | N/A |
Submission Method and Portal:All tenders must be submitted exclusively via the EU Funding & Tenders Portal (eSubmission) at [[ec.europa.eu. Tenders submitted by any other means (email, postal mail, etc.) will be rejected. Electronic submission constitutes proof of compliance with the submission deadline via official timestamp.
Scope of Supply
The tender covers supply and delivery of five categories of specialized measurement devices and associated commercial warranty and training services, totaling the following quantities:
| Item Description | Quantity | Key Specifications |
|---|---|---|
| Opacimeter (Vehicle Emission Analyser) | 10 units | Roadside inspection, diesel engines, battery-powered, wireless, automatic calibration, docking station |
| EOBD Readers | 19 units | Diagnostics for trucks/buses, supports 14+ vehicle brands, error code recognition, customizable reports, non-exclusive software license |
| Portable Dosimeter (Radiation Meters) | 10 units | Gamma and X-ray detection, 10-1,000 mSv range, plus/minus 20 percent accuracy, water and shock resistant |
| Pyrometer/Laser Thermometer | 10 units | Non-contact temperature measurement from minus 25 to plus 500 degrees Celsius, brake diagnostics |
| Portable Scales (Weighting Platforms) | 2 units | Static or dynamic weighing, 0-15 tons per axle accuracy, 0-10 tons per platform, capacity for 12+ axles, resistant to moisture and temperature extremes |
All supplies must be new, currently advertised production models bearing manufacturer brand names and CE marks per EU standards. End-of-Life (EOL) products will not be accepted. Delivery location is State Transport Inspectorate premises, Boulevard Kuzman Josifovski-Pitu, number 21, Skopje, North Macedonia, on DDP (Delivered Duty Paid) basis, Incoterms 2020.
Training and Support Services
The contractor must provide comprehensive training to at least 21 inspectors, 2 inspector trainers, and relevant contracting authority representatives. Training must be delivered at the State Transport Inspectorate premises after equipment handover and demonstration. Minimum duration is 4 days with dedicated modules for each equipment type. All training materials must be provided in Macedonian and Albanian languages. Upon successful completion, participants receive certificates documenting acquired skills and knowledge. The contractor must also designate contact personnel capable of supporting the beneficiary with operation and maintenance information.
Warranty and After-Sales Support
| Requirement | Specification |
|---|---|
| Commercial Warranty Duration | Minimum 2 years from provisional acceptance |
| Maximum Repair Time | 10 working days |
| Replacement Guarantee | If repair exceeds timeframe, replacement equipment with equal or higher technical parameters must be provided |
| Warranty Notification Response | Maximum 48 hours for problem notifications via telephone, fax, or email |
| Warranty Certificate | Manufacturer-issued, detailing covered items, conditions, and servicing company contact information |
| After-Sales Support | Not included in contract; contractor must provide manufacturer's statement confirming spare parts and support availability for minimum 5 years post-acceptance |
Eligibility Criteria
Participation is open to all natural and legal persons who are nationals of or effectively established in an EU Member State or an eligible country or territory as defined under Article 11 of the IPA III Regulation (EU) No 2021/1529. Participation can be individual or via consortium (joint venture). All consortium members are jointly and severally liable. Subcontracting is permitted, subject to contracting authority approval. Eligible persons must not be subject to EU restrictive measures, bankruptcy, fiscal or social security breaches, grave professional misconduct, fraud, or other exclusion situations as detailed in the Declaration on Honour requirements.
Selection and Qualification Criteria
Applicants must demonstrate capacity across three dimensions, with evaluation based on the past three years preceding submission (or the last three years for which accounts are available). Failure to meet any criterion will result in tender rejection 1.
Economic and Financial Capacity:Average annual turnover for the last three financial years must not be less than €150,000. The current ratio (current assets divided by current liabilities) for the most recent closed accounting year must be at least 1.0. For consortia, the current ratio criterion must be fulfilled by each individual member.
Professional Capacity:The candidate must employ or have under permanent or non-permanent legal contract, on average during the current year and the previous two years, at least two personnel directly engaged in specialist knowledge areas relevant to this contract. The candidate must not be subject to professional conflicting interests that could negatively affect contract performance, as assessed via submitted declarations and supporting documentation.
Technical Capacity:The candidate must have completed at least one supply contract of value not less than €40,000 at any moment during the four years preceding submission. The supplies must be in the domain of roadside and/or vehicle inspections. For contracts implemented in consortia, documentary evidence must clearly identify the part successfully completed by the candidate (via consortium agreements, bank transfers, etc.), supported by approval certificates or payment proof from the contracting authority.
Tender Content and Submission Requirements
All tenders must include three mandatory components submitted via eSubmission:
- 1Technical Offer: Detailed description of supplies conforming to technical specifications (Annex II and III), including relevant documentation such as brochures and technical data sheets. Must clearly identify brand, model, and manufacturer of each item. Must include detailed technical proposal for training. Documentation must highlight the exact models and included options for evaluator comparison.
- 2Financial Offer: Budget breakdown on DDP basis (Incoterms 2020) for all supplies including training, presented using the provided template (Annex IV). All amounts quoted excluding taxes; VAT stated separately if applicable. Tenderer responsible for ensuring eSubmission total field matches uploaded financial offer; any discrepancy resolved in favor of the uploaded document. Field Total taxes amount must show €0 (zero) as contracting authority is tax-exempt.
- 3Documentation: Completed tender form and Declaration on Honour (covering exclusion and selection criteria), with copy of signed original submitted in eSubmission (original retained by tenderer, may be requested later). Written statement confirming warranty conditions per Article 32 general conditions. Description of commercial warranty organization per special conditions. Official document proving signatory authorization (statutes, power of attorney, notary statement, etc.).
Tenderers must also provide statements of country of origin for all goods and certify compliance with origin requirements. All communications and documents must be in English. Supporting documents in other EU official languages should be translated to English to facilitate evaluation. Failure to submit required information will constitute grounds for tender rejection.
Financial Terms and Payment Schedule
| Payment Milestone | Percentage | Timing | Conditions |
|---|---|---|---|
| Pre-financing | 40 percent of total contract price | Within 30 days of contract signature | Upon presentation of performance guarantee and pre-financing guarantee (waiver possible if contract below €60,000 or following risk assessment) |
| Balance Payment | 60 percent of total contract price | Within 60 days of invoice registration and provisional acceptance request | Upon invoice submission and application for provisional acceptance certificate |
| Partial Delivery | As applicable | Following partial provisional acceptance | Payment calculated on value of actually accepted supplies; security released proportionally |
Currency and Fixed Pricing:All payments made in EUR. Contract price is fixed with no price revision clause. Any price adjustments result only from administrative orders for changes in quantities (up to plus/minus 100 percent variation, provided total value does not exceed plus/minus 10 percent of original offer).
Guarantees and Insurance Requirements
Performance Guarantee:Amount set at 10 percent of total contract price, including any addenda. Must be provided with countersigned contract return within 30 days of notification. Acceptable formats include bank guarantee, banker's draft, certified cheque, insurance/bonding company bond, irrevocable letter of credit, or cash deposit. Issued by internationally recognized financial institutions approved by contracting authority. Released within 60 days of final acceptance certificate issuance, except proportions relating to after-sales service 1.
Insurance:The contractor must obtain comprehensive insurance covering itself, personnel, subcontractors, and other liable persons with internationally recognized insurance companies. Coverage must be provided and documented at least two weeks before equipment delivery. Insurance must cover transportation (loading, storage, unloading, stowage, protection, theft, damage, loss, wetting) and all liability risks. Updated certificates must be submitted with first invoice for payment. Insurers must commit to notifying the contracting authority of any reduction or cancellation of coverage at least 30 days in advance.
Evaluation and Award Process
The evaluation proceeds in sequential stages, with rejection at any stage ending further consideration of the tender.
- 1Administrative Conformity: Verification that tender meets essential dossier requirements without substantial departures or restrictions affecting scope, quality, execution, or competition fairness.
- 2Technical Evaluation: Assessment of technical compliance; verification that minimum qualifications are met; quality evaluation of training and warranty services using yes/no criteria specified in technical specifications.
- 3Clarification Requests: Evaluation committee may request written clarification of tender content including price breakdowns, within reasonable timeframe. Responses permitted for arithmetical error corrections only; no substantive changes allowed.
- 4Arithmetical Error Correction: Discrepancies between written and figures amounts resolved in favor of written amounts. Discrepancies between unit price and quantity-derived totals resolved in favor of unit price. Corrected amounts binding on tenderer; rejection if not accepted.
- 5Financial Evaluation: Lowest compliant tender wins. Award criterion is price alone. Where specified in technical specifications, evaluation may include life-cycle costs such as maintenance and operating costs; full cost basis then applies.
Award Decision:The contract is awarded to the lowest technically and administratively compliant tender. Before final award, the successful tenderer must provide documentary evidence of compliance with exclusion and selection criteria (financial statements, tax compliance certificates, professional references, technical capacity documentation). All tenderers are notified simultaneously of the award decision. Unsuccessful tenderer guarantees are released upon contract signature.
Contract Implementation and Delivery
| Aspect | Requirement or Specification |
|---|---|
| Implementation Period | Maximum 8 months from issuance of delivery order |
| Time Limit for Delivery | 6 months from delivery order |
| Delivery Location | State Transport Inspectorate premises, Blvd Kuzman Josifovski-Pitu 21, Skopje, DDP (Delivered Duty Paid) |
| Delivery Documentation | Each delivery accompanied by detailed packing list, relevant invoice, and commercial warranty document |
| Packaging and Marking | Adequate to prevent damage during transit; each packaged item must bear non-removable EU logo sticker identifying programme (IPA 2022), contract reference, publication reference (EC-ENEST/SKP/2026/EA-LOP/0013), item number, delivery location |
| Installation and Configuration | Contractor responsible for installation, configuration, and start-up at beneficiary premises per contracting authority directions |
| Acceptance Testing | Conducted after delivery and installation using pre-defined test scenarios approved by contracting authority; contractor prepares testing protocols |
| Provisional Acceptance | Issued after delivery, installation, satisfactory operation demonstration, and completion of beneficiary personnel training per technical specifications |
| Liquidated Damages | For late delivery: 5 per 1,000 of undelivered supplies value, maximum 15 percent of total contract price per day of delay |
All supplies must be delivered ready for immediate use with all relevant consumables and software licenses. Operation and maintenance manuals must be provided in English, Macedonian, and Albanian languages. The contractor bears responsibility for goods until final acceptance; subsequent to provisional acceptance, the Partner Country (North Macedonia) assumes full liability and ownership.
Tax, Customs, and Project Registration
Under the IPA III Framework Agreement between the European Commission and the Government of North Macedonia, taxes, customs, import duties, and equivalent charges are not eligible under this programme. The contractor is encouraged to register the project within the Central Donor Assistance Database (CDAD) of the Government Secretariat for European Affairs and in the Central Register at the Protocol Department of the Ministry of Foreign Affairs, as well as with the Public Revenue Office. Project registration is the contractor's sole responsibility and is necessary for tax and customs exemption as well as VAT reimbursement. Registration details are available at [[mep.gov.mk. Within one week of contract signature, the contractor must contact the contracting authority to receive information on customs procedures, tax exemptions, and special consumption tax.
Governance and Dispute Resolution
Dispute Settlement:Parties shall first attempt amicable settlement through direct negotiation. If unsuccessful, either party may request conciliation by a third party (European Commission may intervene as conciliator if not party to contract). If conciliation fails, disputes are referred to the exclusive jurisdiction of the courts of Brussels, Belgium.
Applicable Law:The contract is governed by EU law, specifically the Instrument for Pre-accession Assistance Regulation (EU) 2021/1529, and supplemented where necessary by Belgian law (as the contracting authority is the European Commission).
Compliance, Ethics, and Code of Conduct
The contractor and its personnel must comply with fundamental EU values including respect for human dignity, freedom, democracy, equality, rule of law, and human rights including minority rights. Zero tolerance applies for sexual exploitation, abuse, harassment, physical abuse, threats, and intimidation. The contractor must comply with all applicable anti-bribery and anti-corruption laws and regulations. Unusual commercial expenses (commissions not mentioned in contract, unpaid-for services, payments to tax havens, unidentified payees, front companies) will result in contract rejection or termination. The contractor must respect environmental legislation and internationally agreed core labour standards per ILO conventions (freedom of association, elimination of forced/compulsory labour, abolition of child labour). Failure to comply with code of conduct constitutes breach of contract and may result in suspension, termination, and/or administrative sanctions including future exclusion from EU-financed procedures.
Data Protection and Confidentiality
Personal data submitted in conjunction with this tender will be processed solely for contract management and monitoring purposes by the data controller (head of contracts and finance unit R4 of DG Enlargement and Eastern Neighbourhood) in accordance with Regulation (EU) 2018/1725. Data subjects have rights to access, rectify, and erase personal data, and to restrict processing or object, or request data portability. Detailed information is available in the privacy statement at [[wikis.ec.europa.eu. The contractor must treat all contract-related information in strictest confidence and not divulge to unauthorized third parties without prior written contracting authority consent (exception: use of contract reference for marketing or tendering purposes does not require approval unless contract declared confidential). Confidentiality obligations continue after contract completion.
Visibility and Communication Requirements
The contractor must ensure high visibility of EU financing through appropriate measures including labeling of all delivered equipment per the Commission's Communication and Visibility Manual for EU External Actions (available at [[international-partnerships.ec.europa.eu). All visibility costs including labels and stickers must be borne by the contractor within the contract amount. Each packaged item must display a non-removable EU logo sticker identifying the programme, contract number, publication reference, item number, and delivery location per packing list.
Key Risks and Important Notes for Applicants
- Late Submission Rejection: Tenders received after the 17 April 2026 14:00 deadline will be automatically rejected. The eSubmission timestamp is the only acceptable proof of timely submission.
- No Tender Guarantee Required: Unlike some EU tenders, this procedure does not require a tender guarantee, reducing applicant risk.
- Lowest Price Award: Contract awarded solely on price to compliant tender; quality factors beyond technical specifications compliance do not influence award, making price competitiveness critical.
- Three-Year Financial History: Financial statements must cover the last three closed financial years; applicants should verify account availability before submission deadline.
- Consortium Joint Liability: All consortium members are jointly and severally liable for full contract performance and any recoverable amounts; member changes require contracting authority written consent.
- Exclusion Criteria Declarations: Tenderers must provide honest declarations on exclusion situations; false declarations result in immediate rejection, financial penalties, and potential future exclusion from EU-financed procedures.
- Clarification Deadlines: Requests for clarification must be submitted by 27 March 2026 23:59; responses issued no later than 8 days before submission deadline (9 April 2026).
- Insurance Before Delivery: Insurance documentation must be provided at least two weeks before equipment delivery; absence of evidence of adequate insurance provides grounds for contract rejection or termination.
- Training Language Requirements: Training materials must be provided in both Macedonian and Albanian; failure to meet this requirement will be grounds for non-compliance.
- Tax/Customs Registration Responsibility: Project registration in North Macedonia systems is the contractor's obligation for tax exemption and VAT reimbursement; lack of registration may result in denial of tax relief.
- Performance Guarantee Timing: Performance guarantee must accompany countersigned contract within 30 days; failure to provide results in automatic acceptance cancellation.
Contact Information
Questions regarding the tender must be submitted through the EU Funding & Tenders Portal Q&A section before 27 March 2026 23:59 Europe/Skopje time. For tender opening attendance, representatives should request attendance by email to DELEGATION-NORTH-MACEDONIA-TENDERS@eeas.europa.eu no later than two working days before the 20 April 2026 opening session (maximum two representatives per tender). For contract implementation correspondence, submissions should be directed to:
Delegation of the European Union to the Republic of North Macedonia, Head of Cooperation, Sv. Kiril I Metodij €52B, 1000 Skopje, Tel: (+389 2) 3248500, Fax: (+389 2) 3248501, Email: delegation-north-macedonia-oscad@eeas.europa.eu
How to Access Tender Documents
All procurement documents are available on the EU Funding & Tenders Portal at the tender detail page for procedure EC-ENEST/SKP/2026/EA-LOP/0013. Documents include the invitation letter, additional information notice, administrative and technical specifications, technical offer forms, financial offer forms, declarations of honour, contract main and special conditions, general conditions, performance guarantee template, and other annexes. All documents are available in English only; no translations are provided.
Footnotes
- 1Documentary evidence of eligibility, non-exclusion, and capacity must be dated no more than one year before the tender submission deadline (dated on or after 17 April 2025). The contracting authority may waive this requirement if evidence has already been submitted in another procurement procedure within one year, provided the situation has not changed. Evidence must be provided by email when specifically requested by the contracting authority, typically to the presumed successful tenderer within a short deadline after tender evaluation.
Update Log
No updates recorded yet.
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.
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...
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...
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...
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...
Purchase of Two Portable Gamma Ray Imaging Spectrometers
This is an open procedure tender (EC-ENER/LUX/2026/OP/0002, TED reference 36/2026 123034-2026) by the European Commission DG ENER to procure two portable 3D position sensitive gamma ray imaging spectrometers for Euratom inspections, esti...
Stationary document readers with warranty, training, and maintenance support
FRONTEX/2026/OP/0016 is an open tender to establish a single framework contract for the supply of stationary document readers, including warranty, maintenance and train‑the‑trainer and beneficiary training, for Frontex, EU Member States...
Procurement of equipment for the Establishment of the Regional Waste Management System for the city of Novi Sad and municipalities of Bačka Palanka, Bački Petrovac, Beočin, Žabalj, Srbobran, Temerin and Vrbas
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 Sys...
Quality Assurance to Monitoring & Evaluation Systems for the EU External Action
The European Commission DG INTPA has launched a restricted tender EC-INTPA/2026/EA-RP/0043 to procure external quality assurance services for monitoring and evaluation systems across DG INTPA, DG ENEST, MENA and FPI with an estimated val...
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...
Formations dans le secteur de la prévention et protection au travail
The Office for Infrastructure and Logistics in Brussels (OIB) has published ex ante publicity (EC-OIB/2026/MVP/0017-EXA) seeking a team of trainers to deliver staff training in occupational health and safety, prevention and protection at...
Learning by doing – Science and IT equipment for the Turkish Cypriot schools
Open public tender EC-REGIO/2026/EA-OP/0024 (TED ref. 57/2026 199079-2026) issued by the European Commission DG REGIO to procure IT, AV and science laboratory equipment for schools in the northern part of Cyprus under the EU Aid Programm...
Provision of portable devices to measure sulphur content in marine fuels to SAFEMED beneficiaries
EMSA tender EMSA/2026/OP/0014 seeks a supplier under a Framework Supply Contract to provide portable EDXRF sulphur analysers and associated services including delivery, calibration, training, warranty and insurance to SAFEMED beneficiary...