Skip to Main Navigation

Serbia Railway Sector Modernization

Overview

NOTICE AT-A-GLANCE

  • P170868

  • Serbia Railway Sector Modernization

  • Serbia

  • OP00343366

  • Request for Expression of Interest

  • Published

  • SER-SRSM-QCBS-CS-21-21-2

  • Quality And Cost-Based Selection

  • English

  • Mar 31, 2025 12:00

  • Mar 17, 2025

CONTACT INFORMATION

  • Central Fiduciary Unit

  • Nenad Vlaketic

  • Sremska 3-5 VII sprat, kanc. 710 Belgrade

  • Serbia

  • Serbia

  • 381 11 3618637

Details

EXTENSION OF DEADLINE FROM MARCH 19, 2025 TO MARCH 31, 2025

REQUEST FOR EXPRESSIONS OF INTEREST

CONSULTING SERVICES – FIRMS SELECTION

Republic of Serbia

The Serbia Railway Sector Modernization Project (SRSM)

Project ID No. P170868

Assignment Title:

Preparation of the Spatial Plan, Feasibility Study with Preliminary Design, Environmental Impact Assessment Study and Environmental and Social Impact Assessment Study for the Reconstruction and Modernization of the Pančevo Bridge – Pančevo Main – Vršac – Romanian border Railway Line

Reference No. SER-SRSM-QCBS-CS-21-21-2

The Republic of Serbia has received a Loan from the International Bank for Reconstruction and Development (IBRD) in the amount of EURO 51 million and from the Agence Francaise de Développement (AFD) in the amount of EURO 51 million, toward the cost of the Serbia Railway Sector Modernization Project, Phase 1 of the Multiphase Programmatic Approach (MPA) and intends to apply part of the proceeds to payments for consulting services for the Preparation of the Spatial Plan, Feasibility Study with Preliminary Design, Environmental Impact Assessment Study and Environmental and Social Impact Assessment Study for the Reconstruction and Modernization of the Pančevo Bridge – Pančevo Main – Vršac – Romanian border Railway Line.

The reconstruction and modernization of the Pančevo Bridge – Pančevo Main – Vršac – Romanian border railway line aims achieving the following objectives:

  • Increasing the safety and efficiency of railway traffic;
  • Increasing the running speed and at the same time reduce the train running time in passenger and freight services;
  • Raising the railway line capacity;
  • Implementing the Technical Specifications for Interoperability (TSIs) unless the technical and economic analysis shows that implementation of particular TSI is not feasible.

The consulting services (“the Services”) include the preparation of all necessary Planning Documentation for the full scope of modernization and electrification of the line Pančevo Bridge – Pančevo main – Vršac – Romanian border (the “Project”), which consist of the necessary Spatial Planning and Technical Documentation:

  • Feasibility study with Preliminary Design and the Environmental Impact Assessment Study;
  • Environmental and Social Impact Assessment Study. This Study should provide impact assessment not only on environment but also shall also cover the full spectrum of social impacts, including land acquisition and resettlement, in accordance with the WB ESF. As a result, the preliminary design measures to avoid and minimize impacts as much as possible should be introduced through multiple E&S instruments compliant to World Bank ESF and include a Draft Resettlement/ Livelihood Restoration Action Plan as per ESS5, and Environmental and Social Management Plan (ESMP);
  • Spatial plan of special purpose area for railway infrastructure corridor for part Ovča - Pančevo main – Vršac – Romanian border;
  • General plan of regulation with detailed use of land for Pancevo Bridge - Ovča and other necessary appropriate low-level plans in accordance with design solutions and existing effective plans documentation.

Expected duration of services is 18 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, Transport and Infrastructure (MoCTI):  

https://www.mgsi.gov.rs/cir/dokumenti/serbia-railway-sector-modernization-project-srsm-design-pancevo-main-vrsac-romanian-0

The Central Fiduciary Unit (CFU) of the Ministry of Finance now invites eligible consulting firms (“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 Consultants will be selected in accordance with QCBS (Quality and Cost-Based Selection) method set out in the World Bank’s Procurement Regulations for IPF Borrowers (July 2016, revised November 2017, August 2018 and November 2020).

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, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected.

To be shortlisted, the Firm or joint venture submitting the EoI must meet the following requirements:

The Consultant shall possess the following experience and qualifications:

  1. Experience in railway infrastructure designs:
  • Minimum one (1) successfully completed railway electrotechnical design contracts in the last ten (10) years for Construction/Reconstruction/Modernisation, of public railway infrastructure in minimum of 40km length. Successfully completed Projects in the Western Balkans Region shall be considered as an advantage.

Note: For submitted design contracts that included the design of electrotechnical infrastructure in accordance with the experience requirements and are currently operational, there must not have been any catastrophic failures of the infrastructure, regardless of the cause or responsibility, nor significant redesign during construction works. If any such issues have occurred for a particular infrastructure covered by the submitted design contracts, the consultant must disclose this information.

Submitted electrotechnical design contracts must be of a similar nature to the scope of this tender, covering designs for the railway line and including all of the following components:

- OCL (Overhead Contact Line) electrification;

- electronic interlocking;

- telecommunications;

  • Minimum two (2) successfully completed civil design contract in the last ten (10) years for Construction/Reconstruction/Modernisation, of public railway infrastructure in minimum of 60km length. Successfully completed Projects in Western Balkans Region shall be considered as an advantage.

Note: For submitted design contracts that included the design of civil infrastructure in accordance with the experience requirements and are currently operational, there must not have been any catastrophic failures of the infrastructure, regardless of the cause or responsibility, nor significant redesign during construction works. If any such issues have occurred for a particular infrastructure covered by the submitted design contracts, the consultant must disclose this information.

Submitted civil design contracts must be of a similar nature to the scope of this tender, covering designs for the railway line and including all of the following components:

- substructure;

- superstructure;

- culverts, bridges;

- geotehnics;

The acceptable levels of submitted design contracts are Preliminary Design and Design for Building Permit, while concept/general/preliminary solutions (or equivalent) design contracts shall not be considered as relevant experience.

As proof of experience, the Consultant shall prepare reference forms, naming not more than ten (10) design contracts for each stated requirement, clearly stating the following:

- Design contract #

- Operational status

- Start date and completion date (mm/yy)

- Brief description of the design (10 sentences each maximum)

- Country of assignment with client name and address, and client reference contact

- Contract value

- Role on project and number of Company experts engaged on Project

          2. Company Organization and capacity:

The Consultant shall prepare a document with an organization chart together with a description of company profile and expertise, in which it has to prove that it has human resources to successfully perform tasks from ToR. If the Consultant is JV, each member of the JV need to prepare such a document.

Key Expert’s CVs are not required and will not be evaluated at the shortlisting stage.

In accordance with Article 126 of the Law on Planning and Construction, the Consultant must hold the following Republic of Serbia company licenses to be eligible for this scope of work:

  • Company licenses for designing (P): P141G2, P142G1, P141S1, P141E1, P141E4, and P131G2.
  • Registration as a legal entity or entrepreneur authorized for the preparation of spatial and urban planning documents, as recognized by the ministry responsible for planning and construction.

These licenses are a prerequisite for contract signing and are defined by the Rulebook on the method, procedure, and content of data for determining the fulfilment of conditions for issuing licenses for the production of technical documentation and licenses for the construction of facilities for which a building permit is issued by the ministry or an autonomous province, as well as on the conditions for withdrawal of those licenses (Official Gazette of the Republic of Serbia No. 24/2015).

Submitted expressions of interest should be no larger than 30 pages of text, including forms for completed design contracts.

Shortlisting of firms will be based on the following of points:

  1. Experience in railway infrastructure designs        60 points
  2. Company Organization Chart and capacity         40 points

The attention of interested Consultants is drawn to paragraphs 3.14, 3.16 and 3.17 of 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, August 2018 and November 2020) (“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 March 31, 2025, 12:00 hours, noon, local time.

Contact:

E–mail:

Address:

To:

dejan.jeremic@mfin.gov.rs

Mr. Dejan Jeremić

Procurement Specialist

Ministry of Finance

Central Fiduciary Unit

Balkanska 53

11000 Belgrade, Serbia

Tel/Fax: (+381 11) 765 2565       

Cc:

ljiljana.dzuver@mfin.gov.rs

larisa.puzovic@mgsi.gov.rs