Western Balkans Trade and Transport Facilitation ( - Тендер #66867836) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: международный Организатор тендера: The World Bank Номер конкурса: 66867836 Дата публикации: 10-09-2025 Источник тендера: Тендеры всемирного банка |
||
P162043
Western Balkans Trade and Transport Facilitation
Western Balkans
OP00377581
Invitation for Bids
Published
SER-WBTTF-RFP-NCS-24-26
Request for Proposals
English
Oct 27, 2025 12:00
Sep 09, 2025
Central Fiduciary Unit
Nenad Vlaketic
Sremska 3-5 VII sprat, kanc. 710 Belgrade
Western Balkans
Western Balkans
381 11 3618637
Specific Procurement Notice
Request for Proposal
Information Systems
(Design, Supply and Installation)
(Without Prequalification)
Purchaser: Ministry of Construction, Transport and Infrastructure
Project: Western Balkans Trade and Transport Facilitation Project
Contract title: Design, Supply and Installation of an Integrated Traffic Management System on A1 Motorway of Republic of Serbia
Country: Republic of Serbia
Loan No. 89300-YF
RFP No: SER-WBTTF-RFP-NCS-24-26
Issued on: September 9, 2025
1. The Republic of Serbia (RoS) has received financing from the World Bank toward the cost of the Western Balkans Trade and Transport Facilitation Project (WBTTF), and intends to apply part of the proceeds toward payments under the Contract for Procurement of Design, Supply and Installation of an Integrated Traffic Management System on A1 Motorway of Republic of Serbia.
2. The Ministry of Construction, Transport and Infrastructure (MCTI) now invites sealed Proposals from eligible Proposers for design, supply and installation of an integrated traffic management system on A1 motorway of RoS that will manage and use data from different data sources as (i) new on-site (field) equipment that will be installed within the scope of this procurement and (ii) existing on-site (field equipment) that will be integrated within the scope of this procurement. The Supplier shall design, supply, install and provide technical support for an integrated traffic management system composed from different sub-systems:
i) Permanent on-site traffic detection units that will record in real-time the traffic flow levels, traffic composition (by class of vehicle), average traffic speeds as well as other traffic characteristics (34 traffic detection units).
ii) Large Variable Message Signs (VMS) that will provide real-time information regarding traffic and incident information to travelers (39 VMS units).
iii) Close Circuit Television Cameras (CCTV) with Pan-Tilt-Zoom functionalities (CCTV/PTZ) cameras that will enable visual surveillance of the traffic conditions, traffic incidents, and traffic events by the Traffic Management Control Centre (22 CCTV units).
iv) Central Traffic Management Platform (Platform) with user friendly graphical interface (GUI) and of modular structure that will enable the TMCC operator to manage and monitor remotely the traffic conditions and incidents/ events based on data collected by the on-site ITS equipment.
v) The integration of the on-site CCTVs that will be procured and installed in the context of this procurement with the existing CCTV software system managed by the Beneficiary (Public Enterprise “Roads of Serbia”). The existing CCTV software system shall be integrated and/or incorporated to the central Traffic Management Platform.
vi) The installation of field level local units (controllers) for managing of on-site ITS equipment and sensors.
vii) Formulation and development of traffic management scenarios upon the integrated traffic management system on pre-determined events and cases in order to support TMCC operator.
viii) The procurement of server equipment and rack for hosting the central Traffic Management Platform.
The project implementation area consists of 21 intersections upon A1 motorway (between Subotica and Preševo) where the ITS intervention works will be conducted. The Traffic Management Control Centre (TMCC) where this equipment will be hosted will be depicted by the Beneficiary to the Supplier. The current plan is that the central Traffic Management Platform be hosted in the Regional Centre of Niš.
The Supplier shall be responsible for technical support of the integrated traffic management system after the successful delivery of the system for a time period of six (6) months, during the warranty period. In addition, the Supplier after completion of works shall provide to the Beneficiary the as-built design.
Prior to the procurement and installation of the integrated traffic management system, aligned with this procurement, the Supplier shall conduct:
i) The preparation of conceptual design (IDR according to domestic legislation).
ii) The preparation of the preliminary design (IP according to domestic legislation).
iii) The preparation of the detailed design (PGD and PZI according to domestic legislation).
The project, i.e. design, installation and commissioning of the systems should be completed within seventy-eight (78) weeks from the commencement date.
3. The procurement process will be conducted through international competitive procurement using Request for Proposals (RFP) as specified in the World Bank’s “Procurement Regulations for IPF Borrowers” “Procurement Regulations for IPF Borrowers” (July 2016, revised November 2017) (“Procurement Regulations”), and is open to all eligible Proposers as defined in the Procurement Regulations.
4. Bids will be evaluated in accordance with the evaluation process set out in the bidding documents. The following weightings shall apply for Rated Criteria (including technical and non-price factors): 60% and for Bid cost: 40%.
5. Interested eligible Proposers may obtain further information from the Central Fiduciary Unit of the Ministry of Finance and inspect the bidding documents from 09:00 to 15:00 hours at the address given below.
6. The request for proposals document in English only may be purchased by interested eligible Proposers upon the submission of a written application to the address below and upon payment of a nonrefundable fee of EUR 50.00 or equivalent in Serbian Dinars (RSD) based on the selling exchange rate published by the National Bank of Serbia on the date of payment.
Payment instructions:
Domestic Bidders shall make payment to the Government Treasury Account no.:
840-745128843-36- Other budget revenues of the Republic, with reference to the model approval number 97 7460110520, with obligatory Purpose of payment: SER-WBTTF-RFP-NCS-24-26, payment code 253.
Foreign bidders shall make payment according to the following payment instructions:
FIELD 32A: VALUE DATE-EUR-AMOUNT
FIELD 50K: ORDERING CUSTOMER
FIELD 56A: DEUTDEFFXXX
(INTERMEDIARY) DEUTSCHE BANK AG., F/M
TAUNUSANLAGE 12
GERMANY
FIELD 57A:
(ACC.WITH BANK) NBSRRSBGXXX
NARODNA BANKA SRBIJE (NATIONAL BANK OF SERBIA-NBS)
BEOGRAD, KRALJA PETRA 12
SERBIA
FIELD 59: /RS35840000000000273086
(BENEFICIARY) REPUBLIC OF SERBIA-BUDGET
KRALJA MILANA BR.14
BEOGRAD
SERBIA
FIELD 70: DETAILS OF PAYMENT Ref: SER-WBTTF-RFP-NCS-24-26
Transfer costs are on bidder’s account. Kindly mark in instruction for payment.
The document will be sent by email.
7. A Pre-Proposal meeting shall take place at the following date, time and place:
Date: September 25, 2025
Time: 11:00 CET
Place: Public Enterprise “Roads of Serbia”, Bulevar Kralja Aleksandra 282, Belgrade, Republic of Serbia
8. A site visit conducted by the Purchaser shall be organized at the following date, time and place:
Date: September 22, 2025
Time: 9:00 CET
Duration: three (3) days, i.e. up to 24 September
Place: Public Enterprise “Roads of Serbia”, Bulevar Kralja Aleksandra 282, Belgrade, Republic of Serbia
9. Proposals must be delivered to the address below on or before October 27, 2025, 12:00 CET, noon-time. Electronic procurement will not be permitted. Late Proposals will be rejected. The outer Proposal envelopes marked “ORIGINAL PROPOSAL”, and the inner envelopes marked “TECHNICAL PART” will be publicly opened in the presence of the Proposers’ designated representatives and anyone who chooses to attend, at the address below on October 27, 2025, 12:15 p.m. CET. All envelopes marked “FINANCIAL PART” shall remain unopened and will be held in safe custody of the Purchaser until the second public Proposals opening.
10. All Proposals must be accompanied by a Proposal-Securing Declaration in the form and in compliance with the conditions indicated in the Bidding Documents.
11. Attention is drawn to the Procurement Regulations requiring the Borrower to disclose information on the successful Proposer’s beneficial ownership, as part of the Contract Award Notice, using the Beneficial Ownership Disclosure Form as included in the request for proposal document.
12. The address (es) referred to above is (are):
Office for inquiry and issuance of the bidding document:
To: dejan.jeremic@mfin.gov.rs
Cc: ljiljana.dzuver@mfin.gov.rs
Cc: ljiljana.stojic@mgsi.gov.rs
For Proposal submission and opening purposes only, the Purchaser’s address is:
Attention: Ms. Ljiljana Stojić, Head of PIU
Street Address: Omladinskih brigada 1
Floor/ Room number: V floor, Office No 555
City: Belgrade
ZIP/Postal Code: 11070
Country: Republic of Serbia