|
General Information
|
|
Country:
|
Serbia
|
|
City/Locality:
|
Belgrade
|
|
Notice/Contract Number:
|
SER-LIID-FA-QBS-CS-25-46 FA
|
|
Publication Date:
|
Dec 2, 2025
|
|
Deadline (local time):
|
December 17, 2025 - 12:00
|
|
Agency:
|
Agence Française de Développement (AFD)
|
|
Buyer:
|
SERBIA - Ministry of Construction, Transport and Infrastructure
|
|
Eligibility of Bidders:
|
To be shortlisted, a Consultant submitting the expression of interest (EoI) must meet the following requirements:
Criterion 1: General Experience
Proven general experience and verifiable track record in preparing project-technical documentation (IDP, PGD, PZI) for construction, reconstruction and rehabilitation of public
roads, streets, traffic spaces and public areas with greenery over the past fifteen (15) years.
Preference will be given to references from the Western Balkans region.
Scoring: The Consultant shall be awarded up to 30 points based on the quality, scale, and relevance of project references.
Criterion 2: Experience in Local Mobility Infrastructure
Proven specific expertise and verifiable track record in preparing project-technical documentation (IDP, PGD, PZI) for the construction, reconstruction, and rehabilitation of
local public roads, and pedestrian and bicycle paths over the past ten (10) years.
Preference will be given to projects that include measures to improve resilience to climate change and are implemented in the Western Balkans region.
Scoring: The Consultant shall be awarded up to 45 points based on the quality, scope, and relevance of project references.
Criterion 3: Experience with Road Safety Integration
Proven experience in preparing project-technical documentation (IDP, PGD, PZI) for public road projects that have been aligned with Road Safety Audit (RSA) recommendations.
Preference will be given to references from the Western Balkans region.
Scoring: The Consultant shall be awarded up to 25 points based on the demonstrated incorporation of RSA measures and relevance of the projects.
As a proof, the Consultant 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).
Projects may be used to demonstrate compliance with multiple criteria, provided the relevance is clearly explained.
Key Experts will not be evaluated at the shortlisting stage and their CVs should not be submitted as part of the EoI.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.
Ministry of Construction, Transport and Infrastructure (MCTI) as the Clientintends to shortlist up to eight eligible firms to whom a subsequent Request for Proposals (RFP), 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. Furthermore, EoI
of JVs will be evaluated solely based on experience and qualifications of JV members, whereas the experience and record of any proposed sub-consultancy shall not be considered in
the evaluation.
The Consultant will be selected in accordance with the Framework Agreement arrangements described in 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”) and to be specifically set out in the Request for
Proposals.
|
|
Original Language:
|
English
|
|
|
Contact information
|
|
Address:
|
Dejan Jeremić
Procurement Specialist
Balkanska 53
Beograd
Serbia
|
|
Telephone:
|
+381117652565
|
|
E-mail:
|
dejan.jeremic@mfin.gov.rs
|
|
|
|
Assignments
|
|
-
71241000 - Feasibility study, advisory
service, analysis
-
71242000 - Project and design
preparation, estimation of costs
-
71210000 - Advisory architectural services
|
|
Original Text
|
REQUEST FOR EXPRESSIONS OF INTEREST
(CONSULTING SERVICES - FRAMEWORK AGREEMENT – FIRMS SELECTION)
Republic of Serbia
Local Infrastructure and Institutional Development Project (LIID)
Project ID No. P174251
Assignment Title:
Consulting services for the preparation of technical documentation for LIID infrastructure investment projects
Reference No. SER-LIID-FA-QBS-CS-25-46
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.
The objective of the LIID Project is to improve the capacity of local self-governments (LSGs) to manage sustainable infrastructure and improve access to economic and
social opportunities in a climate-aware manner.
Scope of Work
The objective of the assignment is to prepare comprehensive technical documentation for local infrastructure investment projects in accordance with RS legislation, LIID
standards, sustainable urban mobility goals, and climate resilience requirements.
Specific objectives of the assignment include:
Preparation of high-quality project documentation that improves safety, accessibility, and functionality of public spaces.
Promotion of sustainable and green mobility, contributing to better quality of life in local communities.
Capacity building and support to LSGs in developing and monitoring technical designs.
Core design scope of the Services includes, as a minimum, the following:
Field surveys, geodetic data collection, and assessment of existing conditions
Analysis of accessibility, traffic conditions, utilities, and LSG requirements
Preparation of design documents in the following stages: IDR, IDP, PGD, PZI
Alignment with ESMP and SEP requirements
Preparation of technical specifications, BoQ, waste and safety plans
Cooperation with RSA auditors and incorporation of their recommendations
Coordination with local authorities for all required conditions and approvals
3D renderings and visualizations (minimum 5 per project)
Technical support during public consultations
Location-specific post-construction maintenance and use guidelines
Assistance in resolving contractor claims due to design issues
Additional tasks include:
Technical support during public consultations
Location-specific post-construction maintenance and use guidelines
Assistance in resolving contractor claims due to design issues
The Client intends to appoint a Consultant for the Assignment and sign a Framework Agreement by March 2026. The assignment will last three (3) years but not later than the
Project closing date, November 30, 2028.
The Terms of Reference for the primary procurement stage for the assignment 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 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.
To be shortlisted, a Consultant submitting the expression of interest (EoI) must meet the following requirements:
Criterion 1: General Experience
Proven general experience and verifiable track record in preparing project-technical documentation (IDP, PGD, PZI) for construction, reconstruction and rehabilitation of
public roads, streets, traffic spaces and public areas with greenery over the past fifteen (15) years.
Preference will be given to references from the Western Balkans region.
Scoring: The Consultant shall be awarded up to 30 points based on the quality, scale, and relevance of project references.
Criterion 2: Experience in Local Mobility Infrastructure
Proven specific expertise and verifiable track record in preparing project-technical documentation (IDP, PGD, PZI) for the construction, reconstruction, and rehabilitation
of local public roads, and pedestrian and bicycle paths over the past ten (10) years.
Preference will be given to projects that include measures to improve resilience to climate change and are implemented in the Western Balkans region.
Scoring: The Consultant shall be awarded up to 45 points based on the quality, scope, and relevance of project references.
Criterion 3: Experience with Road Safety Integration
Proven experience in preparing project-technical documentation (IDP, PGD, PZI) for public road projects that have been aligned with Road Safety Audit (RSA)
recommendations.
Preference will be given to references from the Western Balkans region.
Scoring: The Consultant shall be awarded up to 25 points based on the demonstrated incorporation of RSA measures and relevance of the projects.
As a proof, the Consultant 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).
Projects may be used to demonstrate compliance with multiple criteria, provided the relevance is clearly explained.
Key Experts will not be evaluated at the shortlisting stage and their CVs should not be submitted as part of the EoI.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.
Ministry of Construction, Transport and Infrastructure (MCTI) as the Clientintends to shortlist up to eight eligible firms to whom a subsequent Request for Proposals
(RFP), 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.
Furthermore, EoI of JVs will be evaluated solely based on experience and qualifications of JV members, whereas the experience and record of any proposed sub-consultancy
shall not be considered in the evaluation.
The Consultant will be selected in accordance with the Framework Agreement arrangements described in 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”) and to be specifically set out in
the Request for Proposals.
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 Monday to Friday, between 09:00 to 15:00 hours.
Expressions of interest in English language must be delivered in a written form to the email below, by December 17, 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 2652
Cc: ljiljana.dzuver@mfin.gov.rs
dragan.mirkovic@mgsi.gov.rs
gordana.suboticki@mgsi.gov.rs
|
More information: Click here
|
|
|
|