General Information
Notice/Contract Number:
SER-LIID-QCBS-CS-24-36
Create/Change Date:
2025-09-23 00:00:00
Deadline:
2025-10-13 12:00:00
Original Language:
English
Procurement Method:
International procurement
Notice Type:
Request for Expressions of Interest
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.
CPVs
Categories
Contact Information
Title:
Procurement Specialist
Organization / Department:
Ministry of Finance of the Republic of Serbia, Central Fiduciary Unit
Address:
Balkanska 53
Beograd
Serbia
Original Text
You are viewing the notice for free because:
1 . The Notice belongs to a Buyer who paid for it.
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 updates,corrections,or complaints related to this notice,
please contact the responsible purchaser directly.
1
draft
aleksandar.radovanovic@mgsi.gov.rs
2025-09-23 09:37:37
2
published
aleksandar.radovanovic@mgsi.gov.rs
2025-09-23 09:41:01
Join Free
Free
Join dgMarket for free and get access to the global procurement notices*
Join now