Welcome to AFD/dgMarket


Search
Advanced Search

Supervision services on reconstruction of railway level crossings and replacement of light signals

Request For Expressions of Interest

General Information

Country:   Serbia
Publication Date:   Sep 5, 2024
Deadline (local time):   September 27, 2024 - 12:00
Agency:   Agence Française de Développement (AFD)
Buyer:   SERBIA - Ministry of Construction, Transport and Infrastructure
Original Language:   English

Contact information

Address:   Dejan Jeremić
Procurement Specialist
Balkanska 53
Beograd
Serbia
Telephone:   +381117652565
E-mail:   dejan.jeremic@mfin.gov.rs

Assignments

 

Original Text

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:
Supervision services on reconstruction of railway level crossings and replacement of light signals
Reference No. SER-SRSM-QCBS-CS-22-28-2
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 Supervision services on reconstruction of railway level crossings (RLC) and replacement of light signals.
The consulting services (“the Services”) include:
 Technical design review of the Preliminary Designs which will be prepared by the Contractor to be selected, and which should be all in accordance with the with applicable domestic legislation.
 Supervision services of supply and installation of RLC, auditing and giving recommendation on Performing Design (s), and Works Contract administration.
 Supervision services of Replacement of light signals on RLC and Works Contract administration
Railway level crossings are divided into two groups of tenders, namely:
• Group 1: Replacement of light signals on railway level crossings, consisting of 214 RLCs,
• Group 2: Reconstruction of railway level crossings, consisting of 11 RLCs.
The Consultant shall be contracted for the provision of services for:
1. Supervision of works on Replacement of light signals of Group 1. RLC are scattered throughout the territory of the Republic of Serbia. The Scope of work for the Consultant is to provide the stated services for supervision of signalling and safety works, installation of horizontal and vertical traffic signalization, with minor supporting civil works and all other eventual works necessary for successful completion of services), all in accordance with designs prepared by the Contractor. Technical design review of the Preliminary Design (type design) is not part of the scope for Group 1.
2. Technical design review and supervision of works on reconstruction of Group 2. RLC are scattered throughout the territory of the Republic of Serbia. The Scope of work for the Consultant is to provide the stated services for technical design review and supervision of works on supply and installation of RLC signalling and safety equipment and reconstruction of railway and road superstructure, drainage, pedestrian walkways and other related to modernisation of level crossing solutions (i.e. rubber panels, labyrinth gates, lighting, video surveillance etc.), all in accordance with designs prepared by the Contractor and reviewed by the Consultant. Works are divided into three major groups of works:
 Traffic works refer to the development of the traffic flow operation during the execution of works on the RLC and temporary regulation of the road traffic during the execution of works, installation of temporary and/or permanent vertical and horizontal road signs and railway signals, and all other traffic related equipment;
 Civil works refer to changes in structural RLC elements (widening of the roadway, extension of pedestrian paths in the crossing zone, correction of the road level), changes in the type of roadway structure in the RLC (i.e. rubber panels and other road works) with prior arrangement of the substructure and superstructure of rail track in RLC area, including eventual drainage works, installation of labyrinth gates, eventual concrete and foundation works and all other related civil engineering works;
 Electrical works include the installation of an automatic RLC safety device(s) that contain a block house, indoor and outdoor equipment, boom barriers, half-boom barriers, road crossing signals, on-off elements, lighting and the appropriate cable network for connection; provision of constant power supply of the RLC, and lighting of the RLC.
Contract duration is up to 26 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-railway-level-crossings-supervision
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:
As a precondition for being considered for shortlisting, a firm or joint venture submitting the EoI must be a legal entity.
In accordance with Serbian regulations for this scope of work, as a precondition for contract signing, the Consultant has to hold the following Republic of Serbia Company licenses as minimum (Decisions on fulfilment of requirements):
• For technical design review: P141G2, P131S1, P141S1, P141Е4 and
• for works supervision: P141G2 or I141G2, P141E4 or I141E3.
The access to such licenses is under the responsibility and risk of the awarded Consultant. The conditions for obtaining the required licenses are defined in the “Rulebook on the method, procedure and content of data for determining the fulfilment of the requirements 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 (Official Gazette of RoS No.41/22)”, which can be found on the following web link:
https://www.mgsi.gov.rs/lat/dokumenti/pravilnik-o-nacinu-postupku-i-sadrzini-podataka-za-utvrdivanje-ispunjenosti-uslova-za
As proof, the firm or JV shall submit the Decision on fulfilment of requirements for stated licences issued by the Ministry in charge. Alternatively, proof of intent to obtain the company licenses shall be accepted. The acceptable proof must be a declaration issued and signed by the company or joint venture stating that the Consultant is aware of the licensing requirements, and that the named company licenses shall be obtained and available at the time of contract signing.
Company or JV that doesn’t submit the company licenses or stated proof of intent for obtaining the named licenses shall not be shortlisted in the EOI stage.
The consulting firms/JV that will submit EoI shall possess the following experience and qualifications:
i) Experience in Railway Level Crossing designs
• Minimum three (3) fully completed contracts in designs of construction/reconstruction of level crossings on railway infrastructure. The reference designs must include the electrotechnical design for installing automatic safety equipment (boom barrier, signalisation, axle counters, interlocking, etc.) and a civil engineering design to install rubber panel systems (three references each). The reference designs must have been completed in the last seven (7) years.
The acceptable levels of designs are Preliminary and Design for a building permit, while concept/general/preliminary solutions (or equivalent) design references shall not be considered as relevant experience. The design references shall be accepted if in the scope of a larger project (i.e. reconstruction of a railway section) as long as it includes all stated projects.
ii) Experience in railway infrastructure works supervision:
• Minimum one (1) supervision of works contract on public/main railway infrastructure, including civil engineering works and signalling/interlocking electrotechnical works, where each works contract investment value is a minimum of ten million euros. The reference supervision contracts must have been completed in the last seven (7) years.
As proof of experience, the bidder shall prepare reference forms, naming ten (10) references maximum for each stated requirement, clearly stating the following:
- Reference #
- 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
Submitted expressions of interest should be no larger than 30 pages of text, including reference forms.
Shortlisting of firms will be based on the following of points:
1. Experience in railway-level crossing designs 40 points
2. Experience in railway infrastructure works supervision 60 points
Key Experts' CV are not required and will not be evaluated at the shortlisting stage.
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 September 27, 2024, 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


Please note that this notice is for your information only.
We try our best to have the most accurate and up-to-date information available on our web site, but we cannot guarantee that all of the information provided is error-free.
If you have any suggestions for updates/corrections for this notice, please let us know.