Serbia Railway Sector Modernization: Technical Assistance for Preparation Technical Specifications for Procurement of Heavy Duty Maintenance Machinery (Phase 2 of the Project)
Details
Associated tenders • 1
Status
Date
Description
Project ID: P170868
Project Title: Serbia Railway Sector Modernization
Borrower Bid Reference: SER-SRSM-CQ-CS-22-42
Published Date: 16-Jan-2023
Details:
REQUEST FOR EXPRESSIONS OF INTEREST
Republic of Serbia
The Serbia Railway Sector Modernization Project (SRSM)
Project ID No. P170868
Assignment Title:
Technical Advisory for the preparation of Implementation Plan and Technical Specifications for Procurement of Rail Heavy Duty Machinery
Reference No. SER-SRSM-CQ-CS-22-42
The International Bank for Reconstruction and Development (IBRD) launched the Multiphase Programmatic Approach (MPA) to support the Government of Serbia (GoS) in continuation of institutional, physical and operational modernization of the railway sector in an integrated manner through providing financial support to Serbia Railway Sector Modernization Project as part of the Multiphase Programmatic Approach to be implemented in three overlapping phases over the ten-year period.
While the implementation of Phase 1 of the MPA is undergoing, the preparation of Phase 2 of the MPA is underway, within which the purchase of rail heavy duty maintenance machinery is planned.
These Terms of Reference (ToR) relate to a consultancy firm for Technical Advisory on preparing an Implementation Plan and Technical Specification for the Procurement of Rail Heavy Duty Maintenance Machinery. MCTI, with the support of IZS, intends to engage a highly qualified consultant to provide services more closely described below.
The objectives of the Services are to develop an implementation plan with cost estimates and technical specifications for the rail heavy-duty maintenance machinery envisaged for procurement as part of the second phase of the SRSM Project.
In short, the scope of work of the Consultant is to perform the following activities as a part of the Services:
Activity 1: Inception which includes the following tasks:
- Kick-off meeting, coordination, and agreement on the assignment with the key stakeholders, including PIU, MCTI, IZS, World Bank and FDA,
- Organization of the assignment’s inception (logistics, content, etc.) so that subsequent activities can run smoothly.
- Preparation of the detailed work plan and expert mobilization according to the technical proposal;
- Obtaining and reviewing previous studies, maintenance programs and accompanying reports related to the conditions of the current conditions of the maintenance machinery and interviews with IZS employees involved in the maintenance process.
Activity 2: Preparation of Implementation Plan and Technical Specifications
Under Activity 2 the Consultant will include the preparation of an implementation plan as the basis for the development of bidding documents as well as bidding procedure, evaluation and contracting procedures and Technical Specifications and functional requirements for Heavy Duty Maintenance Machinery
- Sub-activity 2.1: preparation of Implementation Plan
- Sub–Activity 2.2: preparation of Technical specifications
The intended commencement date is March 2023, but the actual commencement date will be five days from the signature of the Contract. The period of implementation of the contract will be 6 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, Transportation and Infrastructure (MCTI)
https://mgsi.gov.rs/cir/dokumenti/serbia-railway-sector-modernization-project-srsm-preparation-technical-specifications
Consultant qualification requirements
The Consultant firm will be selected in accordance with the CQS (Consultant's Qualification Selection) method set out in the World Bank’s Procurement Regulations for IPF Borrowers (July 2016, revised November 2017, August 2018 and November 2020). The Consultant that obtains the highest score during evaluation of expressions of interest will be invited to submit technical and financial proposals.
The assignment will require a qualified consulting company or joint venture that can demonstrate extensive experience in technical assistance service for the contract.
In order to be selected, the Firm or joint venture submitting the EoI must meet the following requirements:
1. The Firm must be a legal entity and possess general experience with technical assistance in the transport sector covering the preparation of technical specifications and functional requirements for road, rail and other transport vehicles.
As proof, the Firm shall submit a maximum of 10 relevant references.
Evaluation criteria:
- Number of applicable reference contracts (10 maximum)
- Contract value
- Contract scope
- Role in the contracts
2. Specific experience in the railway sector with a minimum of two (2) successfully completed technical assistance contracts related to the preparation of technical specifications and functional requirements for the railway rolling stock in the last ten (10) years.
Evaluation criteria:
- Number of applicable reference contracts (10 maximum)
- Contract value
- Contract scope
- Role in the project
- Project references in the European area shall be considered advantageous
3. Availability of qualified experts within the company/joint venture per section 6.1. of the Terms of Reference supplied within this document
As proof of the availability of qualified experts, the bidder shall prepare an organization chart and list of qualified key experts conforming to requested conditions within the company who are relevant to the assignment.
Evaluation criteria:
- Availability of experts
Qualification notes:
As a proof, the Consultant 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 technical assistance (10 sentences each maximum)
- Country of assignment with the client name and address and client reference contact
- Contract value
- Role in the project
Submitted expressions of interest should be no larger than 30 pages of text, including reference forms.
Allocation of points:
- General Experience 30 points
- Specific Experience 50 points
- Availability of qualified experts 20 points
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. 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 (JV) 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, Expressions of interest of JVs will be evaluated based on the composition of JV submitted, whereas the experience of other firms not included in the JV will not be considered in the evaluation. The experience 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.
The attention of interested Consultants is drawn to paragraph 3.16 and 3.17 of the World Bank’s Procurement Regulations for IPF Borrowers – Procurement in Investment Project Financing Goods, World, 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.
Interested consultants may obtain further information from the CFU at the address below from 09:00 to 15:00 hours.
Expressions of interest in English language must be delivered to the e-mail address below by January 31, 2023, 12:00 Noon, local time.
When submitting Expressions of interest please indicate assignment and reference number for which you are applying.
Contact: | E–mail: | Address: |
To: | zorica.petrovic@mfin.gov.rs Ms. Zorica Petrovi Procurement Specialist | Ministry of Finance Central Fiduciary Unit 3-5 Sremska St 11000 Belgrade, Serbia Tel/Fax: (+381 11) 765 2587 |
Cc: | ljiljana.dzuver@mfin.gov.rs larisa.puzovic@mgsi.gov.rs |
Organization/Department: Central Fiduciary Unit
Name: Nenad Vlaketic
Address: Sremska 3-5 VII sprat, kanc. 710 Belgrade
City:
Province/State:
Postal Code:
Country: Serbia
Phone: 381 11 3618637
Email: nenad.vlaketic@mfin.gov.rs
Website: