Back to tenders & grants page
SUPERVISION SERVICES FOR RAILWAY LEVEL CROSSINGS
Receive Tenders like this by email

SUPERVISION SERVICES FOR RAILWAY LEVEL CROSSINGS

SUPERVISION SERVICES FOR RAILWAY LEVEL CROSSINGS has been closed on 19 May 2021. It no longer accepts any bids. For further information, you can contact the World Bank

Bellow, you can find more information about this project: 

Location: Serbia

General information

Donor:

World Bank

Industry:

Transport & Logistics

Business Services

Status:

Closed

Timeline

Published:

27 Apr 2021

Deadline:

19 May 2021

Value:

Not available

Contacts

Name:

{"Biljana Vuksanovic"}

Phone:

{"+381 11 361 63 64"}

Description

https://devbusiness.un.org/content/supervision-services-railway-level-crossings
REQUEST FOR EXPRESSIONS OF INTEREST CONSULTING SERVICES – FIRMS SELECTION Republic of Serbia The Western Balkans Trade and Transport Facilitation Project (WBTTF) Project ID No. P162043 Assignment Title: SUPERVISION SERVICES FOR RAILWAY LEVEL CROSSINGS Reference No. SER-WBTTF-QCBS-CS-20-14 The Republic of Serbia (RoS) has received financing in the amount of EUR 35 million loan from the International Bank for Reconstruction and Development (IBRD) toward the cost of the Western Balkans Trade and Transport Facilitation Project (WBTTF), and it intends to apply part of the proceeds to payments for consulting services to be procured under this project. Scope of Work The Consultant shall carry out the specific tasks and activities as listed below and develop a well-functioning co-operation mechanism with the Project Implementation Unit (PIU) and Infrastruktura eleznica Srbije (Serbian Railway Infrastructure – IZS) on the basis of the following principles: Consultation and consent- the responsibilities for the general implementation of the Project are delegated to the PIU. Ministry of Construction, Transport, and Infrastructure (MCTI) is the Client for all present and future contracts for works and/or services and for this Contract, as well. The PIU/MCTI and the IZS, shall be involved in the decision making processes regarding the Contract implementation and shall be kept informed in all stages related to works contract(s) monitoring and implementation. IZS and several municipalities are among the final beneficiaries of the works contract(s) and they should be satisfied with all results and outputs. The cooperation with the final beneficiaries will be sustained and managed by the PIU; Know-how transfer- although the Contract does not contain a formal training activity, on the job training and instruction/mentoring in supervision will be provided to IZS to strengthen ownership and capacities; The involvement of the IZS’s personnel in the head office on the day-to-day activities together with the Consultant’s staff is crucial; Efficiency- the cooperation with the IZS and PIU/MCTI shall be designed to avoid any delay or discontinuity in the decision making process or any dilution of the Consultant’s responsibility. The Consultant is required to provide professional inputs, advice, and support during preparation and implementation of the specific Railway Level Crossings (the list of 58 RLCs is attached in Appendix 1 of the Terms of References) in RoS through the provision of appropriate suggestions, comments for designs and cost estimates. The Consultant will also be required to undertake a coordination role, where applicable, and to supervise the construction of the aforementioned works, purchase and installation of the equipment and to facilitate commissioning and taking-over procedure. Services under this contract will be implemented in the territory of RoS. The Link for access to the map and geographical location of the RLCs is provided in the Terms of References. All 58 RLCs, subject of this Contract, are divided into two groups. Procurement of design services, purchase, and installation of equipment and construction works will be done in lots respecting this grouping. The Consultant is expected to perform the following activities as part of the consultancy service:    Activity 1: Preparatory works (site-visit; Inception phase) Activity 2: Supervision of design preparation  Activity 3: Supervision of works (construction and installation) Sub-activity 1. Pre-construction activities Sub- activity 2. Construction activities Sub- activity 3. Activities during installation Sub- activity 4. Post-construction activities Activity 4: Final works Contract duration: 48 months starting from the commencement date. The detailed Terms of Reference for the above referenced consulting services is posted on the website of the Ministry of Construction, Transportation, and Infrastructure (MCTI) https://www.mgsi.gov.rs/en/dokuments/request-expression-interest-consult... The Central Fiduciary Unit (CFU) of the Ministry of Finance now invites eligible Consultants to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The assignment will require a qualified consulting company or Joint Venture that can demonstrate extensive experience in Supervision services for the contracts based on FIDIC Yellow Book. The following shortlisting criteria will be applied to all consulting firms that have submitted EoI: The Consulting firm must be a legal entity; The number of the permanent staff of the consultant (individual company or joint venture overall) currently working in the field related to this contract, must be at least 6 for each of the last three years (2018, 2019, and 2020); The consultant (individual company or joint venture altogether) has implemented and successfully completed, during the last five years (from January 2016 up to the deadline for the receipt of applications indicated below), at least one (1) contract in a field related to these Services, i.e. supervision of RLCs' and equipment installation or works for safety improvement of RLCs, and shall demonstrate that it had a participation of minimum 60% in each of the contracts brought as a reference; Experience in the Western Balkans region will be an advantage. As proof, the Consultant firm shall prepare a table listing the following information: name of the relevant assignments, name of a firm that conducted the assignment, short scope of work, year of contract’s implementation, country/region, contact reference (name, e-mail, phone number). Key Experts' CV are not required and will not be evaluated at the shortlisting stage. MCTI, as the Client, intends to shortlist up to eight eligible firms to whom a subsequent Request for Proposals (RFP), both technical and financial, shall be sent. In the event that more than eight firms fulfill all the qualifying criteria above, the MCTI shall use the following criteria to rank the firms and the top eight shall be invited to submit proposals: (i) the number of contracts in a field related to these Services brought as a reference in para (iii) above, and in case of equality on this criterion, then the value of the eligible part (the value of the activities carried out by the firm) of the projects found eligible in para (iii). Consultants may associate with other firms to enhance their qualifications but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture (JV), all the partners in the JV shall be jointly and severally liable for the entire contract, if selected. Furthermore, EoIs submitted by JVs will be evaluated based on the composition of the JV submitted, whereas the experience of other firms not included in the JV will not be considered in the evaluation. A Consultant will be selected in accordance with the Quality and Cost-Based Selection as set out in the World Bank’s Procurement Regulations for IPF Borrowers – Procurement in Investment Project Financing Goods, Works, Non-Consulting and Consulting Services (July 2016, revised November 2017) (“the Regulations”). The attention of interested Consultants is drawn to paragraphs 3.14, 3.16 and 3.17 of the Regulations, setting forth the World Bank’s policy on conflict of interest.  Further information can be obtained at the address below during office hours 09:00 to 15:00 hours. Expressions of interest in English language must be delivered in a written form to the email below, by  May 19, 2021, 12:00 hours, noon, local time. Contact: E–mail: Address: To: [email protected] Ms. Zorica Petrovic Procurement Specialist Ministry of Finance Central Fiduciary Unit 3-5 Sremska St 11000 Belgrade, Serbia Tel/Fax: (+381 11) 2021530        Cc: [email protected] [email protected]   Western Balkans Trade and Transport Facilitation Serbia Not cancelled QCBS- Quality And Cost-Based Selection Request for Expression of Interest Consulting Services- Firm Wednesday, May 19, 2021- 12:00 WB-P725565-04/21 IBRD89300 SER-WBTTF-QCBS-CS-20-14 P162043 Trade General- Rural and Urban Development Railways Tuesday, April 27, 2021 OP00126926 English Tuesday, April 27, 2021- 11:09 MCTI Biljana Vuksanovic Sremska 3-5 VII sprat, kanc. 710 Belgrade +381 11 361 63 64 [email protected] Trade, Public Administration- Transportation, Railways, Ports/Waterways, Rural and Inter-Urban Roads World Bank Sunday, April 25, 2021- 20:00 IBRD/IDA Loans (PE) Central Fiduciary Unit USD 600000.00 SUPERVISION SERVICES FOR RAILWAY LEVEL CROSSINGS State Secretary MCTI, WBTTF Project Coordinator proc_voc_id: 81101511 proc_voc_title: Railway engineering seg_id: 81000000 seg_title: Engineering and Research and Technology Based Services family_id: 81100000 family_title: Professional engineering services class_id: 81101500 class_title: Civil engineering cmdty_id: 81101511 cmdty_title: Railway engineering

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more