
- Vlada Crne Gore
Ministarstvo saobraćaja Request for Expressions of Interest
Request for Expressions of Interest
Request for Expressions of Interest
Consulting Services for Tender preparation, Technical Control of Designs and Supervision of railway level crossings improvements and construction of underpasses, access road and pedestrian underpass
Consulting Services: QCBS
Loan No. 94710-0 ME
Reference No. MNE-WBTTFP-94710-QCBS-25-2.1.4
The Government of Montenegro has received financing in the total amount of USD 15,000,000.00 (equivalent) from the World Bank, toward the costs of the “Western Balkans Trade and Transport Facilitation Phase 2” (TTFP). In addition, the project has been approved for funding from the SSTP grants that will support Montenegro's efforts to improve the safety and conditions of the railway network in Montenegro by financing the improvement to the level crossings safety level. Ministry of Transport (MoT) is the umbrella ministry under which the transport sector falls and will serve as the lead implementing body for the project and intends to apply part of the proceeds of this loan towards payment for Consulting services under the Contract Ref. No: MNE-WBTTFP-94710- QCBS-25-2.1.4
The Project consists of the 4 components. In addition to MoT, there are several other beneficiaries of the Project:
- Ministry of Maritime Affairs
- the Customs Administration (CA);
- the border police under the Ministry of Interior;
- the Railway Infrastructure of Montenegro (RIoM);
- the Port Authority of Bar, along with the Port of Bar.
The purpose and role of the Consulting firm (“the Consultant”) is to prepare tender documentation for a Design-and-Build contract, carry out Technical Control (design review) of Designs and provide supervision of railway level crossings improvements and construction of underpasses, access road and pedestrian underpass. The Consultant will support and work in close collaboration with MoT, PIU and RIoM, coordinating with other stakeholders to ensure timely delivery, proactive risk management, and quality control across all phases. All documents and services shall comply with Montenegro’s legal framework, applicable EU railway and safety standards, the World Bank Procurement Regulations and ESF (including the ESMF, RPF, SEP and LMP) and the FIDIC Conditions of Contract for Plant and Design&Build for Building and Engineering Works Designed by the Contractor, First Edition 1999 (Yellow Book) contracting approach. Interested consulting firms (legal entities) are invited to express their interest by submitting information demonstrating their qualifications and relevant experience to perform the Services.
The shortlisting criteria are:
General Qualification and Competences of the consultant (firm)
Capacity, competences and organizational structure, of the Consultant firm (Company):
----------------------------------------------------------------------------------(Max 40 points on this criteria).
Qualification of the consultant (firm) relevant to the assignment:
The selected Consulting company/Legal entity to execute this assignment should have:
i)
The Consulting company shall be a legal entity;
ii)
The Consultant (individual company or joint venture as a whole) has implemented and successfully completed:
- at least one (1) contract in a field related to these Services, i.e. supervision of RLCs' and equipment installation or works for safety improvement of RLCs,
- at least one (1) contract in a field related to these Services, i.e. supervision of civil works during the execution of works in order to increase safety improvements along the existing railway line;
- at least two (2) Contracts for design and/or design technical control for the construction/reconstruction/rehabilitation of the railway line which included RLCs equipment installation, as well shall be considered acceptable for the Technical Control criteria.
*In addition to the Consultants proven expertise in the areas of safety improvement of RLCs; Technical Control in the railway sector; Supervisor experience in the Western Balkans region and experience with procurement methods and contract packaging for selecting the Design–Build Contractor, preferably in accordance with the World Bank Procurement Regulations, will be considered as an asset.
Interested Consultant should submit a reference list of assignments from the similar projects implemented (from January 2019 up to date). Reference should contain: investor data and valid contacts to whom service was performed, project description, year of contract implementation (project realization dates) country/region and contract value. In the case that interested Consultant was a member of the JV or Consortium, Consultant should clearly demonstrate the role and their participation share of such contracts (presented as reference and preferably accompanied with statement from the client about successfully conducted project/assignment/contract).
----------------------------------------------------------------------------------------------------(Max 60 points on this criteria).
*CVs or biodata for Key Expert’s- (staff) are not required and will not be evaluated at the shortlisting stage.
Consultants may associate to enhance their qualifications. The associations should clearly indicate the form of the association (Joint-venture, Consortium, sub-consultancy; member in charge; other member/s and or sub- consultants). Joint ventures should submit letter/confirmation, indicating their intent to form a joint venture if awarded the contract and shall provide the above-mentioned information for each member of the joint venture. *Consultant may only submit one expression of interest. If a consultant submits or participates in more than one expression of interest, such expression will be disqualified. However, sub-consultants, including individual experts, may participate in more than one expression of interest only in the capacity of sub-consultants. Consultant firm may submit also other documents considered important, and which are not mentioned above to present, e.g. JV/Consortium arrangements or to justify general qualifications and qualifications relevant to the assignment.
*The duration of the assignment is estimated to be 10 months starting from the commencement date for the Technical Control completion and in total 22 months starting from the commencement date for the Services.
A Consultant firm will be selected in accordance with the Quality Cost Based Selection (QCBS) method set out in the World Bank’s “Procurement Regulations for IPF Borrowers” Issued in September 2023 (Fifth edition) . The attention of interested Consultants is drawn to Section III, paragraphs, 11.1; 3.21 - 3.24; 3.13; 3.14; 3.16; 3.17 setting forth the World Bank’s policy on Conflict of interest.
The detailed Terms of Reference (TOR) for the assignment or available further information can be obtained upon request at the e-mail address given below.
Expressions of interest must be delivered only by e-mail to the address below and in subject must clearly indicate project name, subject number: (Consulting Services for Tender preparation, Technical Control of Designs and Supervision of railway level crossings improvements and construction of underpasses, access road and pedestrian underpass)/ MNE-WBTTFP-94710- QCBS-25-2.1.4
The deadline for submission of EoI-s: October 10, 2025. 12:00h
E-mail: zoran.mijovic@mif.gov.me
Ministry of Finance /Technical Service Unit
Attention: Mr. Zoran Mijović,
Senior Procurement officer
Address: Studentska 2 A Floor I
City:81000Podgorica
Country: Montenegro
Telephone: + 382 20 201 695
Dokumenta

