|
General Information
|
|
Country:
|
Serbia
|
|
City/Locality:
|
Belgrade
|
|
Notice/Contract Number:
|
SER-LIID-QCBS-CS-24-36
|
|
Publication Date:
|
Sep 23, 2025
|
|
Deadline (local time):
|
October 13, 2025 - 12:00
|
|
Agency:
|
Agence Française de Développement (AFD)
|
|
Buyer:
|
SERBIA - Ministry of Construction, Transport and Infrastructure
|
|
Eligibility of Bidders:
|
The assignment will require the engagement of a qualified Consultant (either a consulting company or a joint venture) with demonstrable and extensive experience in providing the
Services, as specified in the REoI.
The following shortlisting criteria will be applied to all consulting firms (individual company or joint venture overall) that have submitted EoI:
1. Criterion: General Firm Experience
Mandatory requirement: At least three (3) completed consulting assignments in municipal infrastructure, transport, or urban development in the last 10 years, each related to
projects with an investment value equal to or exceeding EUR 2 million.
Scoring:
The Consultant may be awarded up to 20 points based on the demonstrated extent of experience, its complexity, nature, investment value and number of assignments.
2. Criterion: Pre-Feasibility and Feasibility Studies with Cost-Benefit Analysis
Mandatory requirement: At least two (2) completed Pre-Feasibility Studies or Feasibility Studies with Cost-Benefit Analysis for infrastructure projects in the last 10 years, each
related to projects with an investment value equal to or exceeding EUR 2 million.
Scoring:
The Consultant may be awarded up to 30 points based on the demonstrated complexity, nature, investment value and number of developed Pre-Feasibility and Feasibility Studies with
Cost-Benefit Analysis.
3. Criterion: Preparation of Technical Documentation
Mandatory requirement:
The Consultant must demonstrate proven experience in preparing technical documentation for a minimum of four (4) projects at the level of General Project, Preliminary Design, and
Main Design/Design for Construction Permit, completed within the last ten (10) years. Each project must have an investment value equal to or exceeding EUR 2 million, be prepared
in accordance with applicable Serbian legislation, and be successfully processed through the Serbian permitting system.
Scoring:
The Consultant may be awarded up to 40 points based on the demonstrated complexity, nature, investment value and number of projects.
4. Criterion: Environmental and Social Standards
Mandatory requirement: At least two (2) assignments preparing environmental impact assessment and social documentation in the last 5 years, such as Environmental and Social Impact
Assessment, Environmental and Social Management Plan, Stakeholder Engagement Plan, Resettlement Action Plan, or Labor Management Procedures in line with standards of the World
Bank, the European Bank for Reconstruction and Development or other relevant International Finance Institutions.
Scoring:
The Consultant may be awarded up to 10 points based on the demonstrated complexity, nature, investment value and number of plans.
As a proof, the Consultant firm shall prepare a table listing following information: name of the relevant assignments, year of contract’s implementation, information on contract
value, percentage carried out by Consultant in case of association of firms and short description of main activities, contracting entity/client, country/region, contact reference
(name, e-mail, phone number).
The maximum score that can be awarded to the Consultant is 100 points based on the cumulative evaluation of all criteria.
Submitted expressions of interest should be no larger than 30 pages of text, including reference forms.
The experience and record of any proposed sub-consultancy shall not be included in the evaluation. Key Experts" CV are not required and will not be evaluated at the shortlisting
stage.
MCTI, as Contracting Authority, intends to shortlist five to eight eligible firms to whom a subsequent Request for Proposals (RFP), both technical and financial, shall be
sent.
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.
A Consultant will be selected in accordance with the Quality and Cost-Based Selection as set out in the Regulations.
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 (November 2020) (“the Regulations”) setting forth the World Bank’s policy on conflict of interest.
|
|
Original Language:
|
English
|
|
|
Contact information
|
|
Address:
|
Dejan Jeremić
Procurement Specialist
Ministry of Finance of the Republic of Serbia, Central Fiduciary Unit
Balkanska 53
Beograd
Serbia
|
|
Telephone:
|
+381117652565
|
|
E-mail:
|
dejan.jeremic@mfin.gov.rs
|
|
|
|
Assignments
|
|
-
71300000 - Engineering services
-
71200000 - Architectural
-
71400000 - Urban planning and
landscape architectural services
|
|
Original Text
|
REQUEST FOR EXPRESSIONS OF INTEREST
CONSULTING SERVICES – FIRMS SELECTION
Republic of Serbia
Local Infrastructure and Institutional Development Project (LIID)
Project ID No. P174251
Assignment Title:
TECHNICAL ASSISTANCE: IDENTIFICATION AND PREPARATION OF PROJECT PIPELINE AND PREPARATION OF TECHNICAL DOCUMENTATION AND PFS/FS FOR ELIGIBLE AND SELECTED PROJECTS IN PILOT
LSGS
Reference No. SER-LIID-QCBS-CS-24-36
The Republic of Serbia has received financing in the amount of US$ 300 million loan from the International Bank for Reconstruction and Development (IBRD) and Development
and the Agence Française de Développement (AFD) toward the cost of the Local Infrastructure and Institutional Development Project (LIID), and it intends to apply part of
the proceeds to payments for consulting services to be procured under this project.
Scope of Work
This Assignment will focus on support to Local Self-Governments (LSGs) to enhance the preparation of pipeline projects, strengthening institutions, and improving access to
financing. It will specifically support the implementation of LIID Subcomponent 2.1. Enhanced Participatory Planning and Preparation of Pipeline Projects; (ii)
Identification and Preparation of Pipeline Projects in Pilot LSGs.
Specifically, this Assignment will provide technical assistance in up to 15 selected Local Self-Governments (LSGs), in accordance with the official classification of local
self-government units as defined by the Law on Territorial Organization of the Republic of Serbia ("Official Gazette of RS", No. 129/2007 and subsequent amendments):
i. Task 1 - Identification, selection of the investments on urban development in line with the relevant urban and development planning documents at the national and local
levels of the Republic of Serbia and screening of environmental and social risks; and
ii. Task 2 – Prioritization and Development of relevant technical documentation, including pre-feasibility studies (PFSs), feasibility studies (FSs) with cost-benefit
analysis (CBA) to prepare or speed up implementation for investments that are assessed to be medium and low risk as per World Bank Environmental and Social framework
(ESF).
Expected outcomes of the assignment are:
i. Task 1 - Development of appraisal methodology and determination of the list of investment projects; and
ii. Task 2 - Development of technical documentation for short listed investment projects.
Estimated contract duration: 37 months.
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/cir/dokumenti/javni-konkursi .
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 Consultant (consulting company or a joint venture) that can demonstrate extensive experience in the above Services.
The following shortlisting criteria will be applied to all consulting firms (individual company or joint venture overall) that have submitted EoI:
1. Criterion: General Firm Experience
Mandatory requirement: At least three (3) completed consulting assignments in municipal infrastructure, transport, or urban development in the last 10 years, each related
to projects with an investment value equal to or exceeding EUR 2 million.
Scoring:
The Consultant may be awarded up to 20 points based on the demonstrated extent of experience, its complexity, nature, investment value and number of assignments.
2. Criterion: Pre-Feasibility and Feasibility Studies with Cost-Benefit Analysis
Mandatory requirement: At least two (2) completed Pre-Feasibility Studies or Feasibility Studies with Cost-Benefit Analysis for infrastructure projects in the last 10
years, each related to projects with an investment value equal to or exceeding EUR 2 million.
Scoring:
The Consultant may be awarded up to 30 points based on the demonstrated complexity, nature, investment value and number of developed Pre-Feasibility and Feasibility
Studies with Cost-Benefit Analysis.
3. Criterion: Preparation of Technical Documentation
Mandatory requirement:
The Consultant must demonstrate proven experience in preparing technical documentation for a minimum of four (4) projects at the level of General Project, Preliminary
Design, and Main Design/Design for Construction Permit, completed within the last ten (10) years. Each project must have an investment value equal to or exceeding EUR 2
million, be prepared in accordance with applicable Serbian legislation, and be successfully processed through the Serbian permitting system.
Scoring:
The Consultant may be awarded up to 40 points based on the demonstrated complexity, nature, investment value and number of projects.
4. Criterion: Environmental and Social Standards
Mandatory requirement: At least two (2) assignments preparing environmental impact assessment and social documentation in the last 5 years, such as Environmental and
Social Impact Assessment, Environmental and Social Management Plan, Stakeholder Engagement Plan, Resettlement Action Plan, or Labor Management Procedures in line with
standards of the World Bank, the European Bank for Reconstruction and Development or other relevant International Finance Institutions.
Scoring:
The Consultant may be awarded up to 10 points based on the demonstrated complexity, nature, investment value and number of plans.
As a proof, the Consultant firm shall prepare a table listing following information: name of the relevant assignments, year of contract’s implementation, information on
contract value, percentage carried out by Consultant in case of association of firms and short description of main activities, contracting entity/client, country/region,
contact reference (name, e-mail, phone number).
The maximum score that can be awarded to the Consultant is 100 points based on the cumulative evaluation of all criteria.
Submitted expressions of interest should be no larger than 30 pages of text, including reference forms.
The experience and record of any proposed sub-consultancy shall not be included in the evaluation. Key Experts" CV are not required and will not be evaluated at the
shortlisting stage.
MCTI, as Contracting Authority, intends to shortlist five to eight eligible firms to whom a subsequent Request for Proposals (RFP), both technical and financial, shall be
sent.
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.
A Consultant will be selected in accordance with the Quality and Cost-Based Selection as set out in the Regulations.
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 (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 October 13, 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
dragan.mirkovic@mgsi.gov.rs
gordana.suboticki@mgsi.gov.rs
aleksandar.radovanovic@mgsi.gov.rs
|
More information: Click here
|
|
|
|