Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro

Indicative scope of Works on the project “Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro” includes the following elements: • Construction of transmission and distribution mains of diameter DN32 to DN400, with approximate length of 92 km (to be implemented within …

CPV: 71311000 Beratung im Tief- und Hochbau
Ausführungsort:
Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro
Vergabestelle:
Old Royal Capital Cetinje
Vergabenummer:
01-426/25-1075/2

1. Buyer

1.1 Buyer

Official name : Old Royal Capital Cetinje

2. Procedure

2.1 Procedure

Title : Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro
Description : Indicative scope of Works on the project “Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro” includes the following elements: • Construction of transmission and distribution mains of diameter DN32 to DN400, with approximate length of 92 km (to be implemented within 5 phases), incl. including house connections and installation of flow meters • Construction of the new reservoir Sandin vrh 1 and booster station Sandin vrh 2 (6th phase) • Reconstruction of the existing water supply network • Reconstruction of the transmission main from BC Lašor to the reservoir Zagrablje • Reconstruction of the pumping station Višnjica and the breaking chamber Velja Gora Works will be implemented according to FIDIC Red Book (1999 ed). The supervision of Works shall be implemented in compliance with the requirements of the Montenegrin legislation and relevant EU requirements. The Consultant must particularly consider licensing and permits requirements in the Law on Construction of Structures in Montenegro in force.
Procedure identifier : 9d2b5c2b-03a8-4ac9-b33e-72119265ebfd
Type of procedure : Restricted
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Scope of procurement is provision of supervision of Works which will be executed under the FIDIC Conditions of Contract for Construction (Red Book) edition 1999 Fee based Contract for "Supervision Services for Construction Works". The scope of the Works to be supervised includes construction and reconstruction of a water supply network, construction of the new reservoir Sandin vrh 1 and booster station Sandin vrh 2, as well as reconstruction of the pumping station Višnjica and the breaking chamber Velja Gora. The contract shall be procured based on the templates of the PRAG PRAG (ePRAG EXACT External Wiki EN EC Public Wiki (europa.eu) and provision of the EIB Guide to Procurement (EIB GtP): https://www.eib.org/en/publications/20240132guidetoprocurementforprojectsfinancedbytheeib.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71311000 Civil engineering consultancy services

2.1.2 Place of performance

Town : Cetinje
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Additional information : The services shall be provided in Montenegro/ Old Royal Capital Cetinje.

2.1.4 General information

Legal basis :
Other
The contract is being financed by the European Investment Bank and it is subject to the EIB Guide to Procurement

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro
Description : Indicative scope of Works on the project “Supervision of Works for Improvement of the Water Supply System in the Old Royal Capital Cetinje, Montenegro” includes the following elements: • Construction of transmission and distribution mains of diameter DN32 to DN400, with approximate length of 92 km (to be implemented within 5 phases), incl. including house connections and installation of flow meters • Construction of the new reservoir Sandin vrh 1 and booster station Sandin vrh 2 (6th phase) • Reconstruction of the existing water supply network • Reconstruction of the transmission main from BC Lašor to the reservoir Zagrablje • Reconstruction of the pumping station Višnjica and the breaking chamber Velja Gora Works will be implemented according to FIDIC Red Book (1999 ed). The supervision of Works shall be implemented in compliance with the requirements of the Montenegrin legislation and relevant EU requirements. The Consultant must particularly consider licensing and permits requirements in the Law on Construction of Structures in Montenegro in force.
Internal identifier : 01-426/25-1075/2

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71311000 Civil engineering consultancy services

5.1.2 Place of performance

Town : Cetinje
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Additional information : The services shall be provided in Montenegro/ Old Royal Capital Cetinje.

5.1.3 Estimated duration

Duration : 52 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project fully or partially financed with EU Funds.
Additional information : The attention of interested parties is drawn to the aim of this notice: the compilation of a list of candidates who could be invited to respond to a specific invitation to tender. This procedure cannot, in itself, lead to the award of a contract. The short list shall comprise from maximum 8 candidates. If the number of eligible candidates meeting the selection criteria is less than the minimum of 3 the contracting authority may invite the candidates who satisfy the criteria to submit a tender. If more than 8 eligible candidates meet the below selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best applications for the tender procedure. The only additional comparative criteria that which will be taken into consideration during this re-examination, in the order in which they appear below, are: 1. the highest number of projects that meet criterion C.1 2. the highest cumulated value of the projects that meet criterion C.1. N.B.: additional comparative criterion No. 1 shall be applied to all the eligible candidates that meet the selection criteria. If, after applying additional comparative criterion No. 1, it is not possible to identify the 8 best candidates because two or more candidates are tied for the 8th position, additional comparative criterion defined in item No 2. above shall be applied only to these tied candidates. No more than one request to participate or tender can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as leader or partner of a consortium submitting a request to participate). In the event that a natural or legal person submits more than one request to participate, all requests to participate in which that person has participated will be excluded.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : An economic operator (i.e. candidate or tenderer) may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. If the economic operator relies on other entities, it must in that case prove to the contracting authority that it will have at its disposal the resources necessary for the performance of the contract by producing a commitment by those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality as the economic operator relying on them and must comply with the selection criteria for which the economic operator relies on them. Furthermore, the data for this third entity for the relevant selection criterion should be included in a separate document. Proof of the capacity will also have to be provided when requested by the contracting authority. With regard to technical and professional criteria, an economic operator may only rely on the capacities of other entities where the latter will perform the tasks for which these capacities are required. With regard to economic and financial criteria, the entities upon whose capacity the economic operator relies, become jointly and severally liable for the performance of the contract. The following selection criteria will be applied to candidates. In the case of request to participate submitted by a consortium, these selection criteria will be applied to the consortium as a whole if not specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are sub-contractors. The candidate shall not use previous experience which caused breach of contract and termination by a contracting authority as a reference for selection criteria. ------------------------------------------------------------------------------------------------------------- In the case of request to participate submitted by a joint venture, all the members must satisfy collectively the criteria for economic, financial and professional capacity, for which purpose the relevant figures for each of the partners shall be added to arrive at the consortium’s total capacity, and the lead partner shall meet not less than 50 percent of all the qualifying criteria for financial and technical capacity. A substantially responsive request to participate is one that meets the requirements in the Contract Notice and the request to participate form without a material deviation or reservation or omission. A material deviation, reservation, or omission is one that: (a) if accepted, would: (i) affect in any substantial way the fair, impartial and equal evaluation of the candidates; or (ii) limit in any substantial way, inconsistent with the Contract Notice, the Contracting Authority’s rights and interests; or (b) if rectified, would unfairly affect the competitive position of other candidates presenting substantially responsive request to participate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Other economic or financial requirements
Description : A. Economic and financial capacity (based on item 3 of the request to participate form). In case of candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last three years for which accounts have been closed. 1. The average annual turnover of the candidate for the last three years for which accounts have been closed must exceed 500,000 EUR; and 2. Current ratio (current assets/current liabilities) in the last year for which accounts have been closed must be at least 1; in case of a consortium this criterion must be fulfilled by each member. Financial data to be provided by the candidate in the request to participate form must be expressed in EUR. If applicable, where a candidate refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuro exchange rate of July 2025, which can either correspond to the month and year of the publication of the present contract notice or the month and year corresponding to the deadline for submitting requests to participate, which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Relevant educational and professional qualifications
Description : B. Professional capacity (based on items 4 and 5 of the request to participate form for service contracts). The reference period which will be taken into account will be the last three years preceding the submission deadline. 1. The candidate (each sole candidate or, in case of a consortium each member of the consortium) shall have professional licences, certificates, rights or equivalent for performance of the construction supervision services for the water supply infrastructure in accordance with the laws of the country in which the candidate is established (a copy must be included in the request to participate); 2. The candidate has at least 10 staff currently working for the candidate in fields related to this contract (water supply, environment); 3. The candidate has at least 5 permanent staff currently working for the candidate in fields related to this contract (water supply, environment).
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : References on specified services
Description : C. Technical capacity (based on items 5 and 6 of the request to participate form for service contracts). The reference period which will be taken into account will be the last five years from submission deadline. With reference to chapter 6 of the request to participate form, the Candidate has provided services under at least two contracts including (Note: the same reference contracts can be used for more criteria if they fulfil the requirements): 1. at least one of the two above requested contracts must include the supervision of works for water supply infrastructure or sewerage networks with a budget of at least 400,000 Euros exclusively for supervision services and implemented at any moment between 29/07/2020 and the submission deadline (copies of contracts and certificates of provisional acceptance must be submitted as supporting documents). The contract shall be successfully completed or ongoing (minimum level of completion of 60% calculated on the service contract value); 2. at least one of the two above requested contracts must have been implemented under FIDIC Book Conditions of Contract; 3. at least one of the two above requested contracts must include the construction supervision of a water supply network with at least 20 km; 4. at least one of the two above requested contracts must include construction or rehabilitation of water reservoir with a volume of minimum 200 m³; 5. at least one of the two above requested contracts must include construction or rehabilitation of a water supply pumping/booster station. The contracts the candidate refers to could have been started at any time during the indicated period, but it does not necessarily have to be completed during that period, nor implemented during the entire period. Candidates are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. Only the portion satisfactorily completed during the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (statement or certificate from the entity which awarded the contract, proof of payment) also detailing its value. If a candidate has implemented the project in a consortium, the percentage that the candidate has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided/supplies delivered if the selection criteria relating to the pertinence of the experience have been used.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 8
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Criterion :
Type : Price
Name :
Description : Price is not the only award criterion. All criteria are stated only in the procurement documents.
Description of the method to be used if weighting cannot be expressed by criteria :
Justification for not indicating the weighting of the award criteria :

5.1.12 Terms of procurement

Terms of the procedure :
Estimated date of dispatch of the invitations to submit tenders : 09/09/2025
Terms of submission :
Electronic submission : Not allowed
Description : Access to the procurement documents is restricted. A complete set of procurement documents in English may be obtained by interested candidates free of charge on the submission of a written application to the e-mails below: ** tatjana.stankovic@cetinje.me ** milica.boskovicvukicevic@procon.me Interested eligible candidates may obtain further information from the Old Royal Capital Cetinje. The candidates shall send all written correspondence to the both e-mail addresses above. Contract financing: WBIF investment grant “Improvement of water supply system in the Old Royal Capital Cetinje, Montenegro” and Finance Contract “Montenegro Water and Sanitation” between Montenegro and the European Investment Bank.
Languages in which tenders or requests to participate may be submitted : English
Variants : Not allowed
Deadline for receipt of expressions of interest : 29/07/2025 10:00 +02:00
Deadline for receipt of requests to participate : 29/07/2025 10:00 +02:00
Terms of contract :
Conditions relating to the performance of the contract : National professional licencing: the awarded candidate will have to be licenced for performance of the subject services according to the valid national legislation (“Law on construction of structures”, Official Gazette of Montenegro, No. 19/25, 28/25), with addenda, if any; and related secondary legislation: “Rulebook on the detailed manner and procedure of issuance and dormancy of licenses for the performance of activities in the field of construction of structures and the manner of keeping the registry of licenses”, Official Gazette of Montenegro no. 42/25, with addenda, if any, on the Commencement Date at the latest. No national licences are required until then. In this respect, the awarded candidate cannot rely on the capacities of any other entities including the sub-contractors

5.1.16 Further information, mediation and review

Review organisation : Old Royal Capital Cetinje -
Information about review deadlines : First Instance review body : Old Royal Capital Cetinje // Postal address: Bajova 2; 81250 Cetinje; Montenegro. Second instance review body: Ministry of Ecology, Sustainable Development and Northern Region Development // Postal address: Eko Efikasna zgrada; 81000 Podgorica; Montenegro. Third instance review body: Administrative Court of Montenegro // Podgorica; Montenegro.
Organisation providing additional information about the procurement procedure : PROCON – LLC “Project – Consulting” -
Organisation providing offline access to the procurement documents : Old Royal Capital Cetinje -
Organisation receiving requests to participate : Old Royal Capital Cetinje -
Organisation processing tenders : Old Royal Capital Cetinje -

8. Organisations

8.1 ORG-0001

Official name : Old Royal Capital Cetinje
Registration number : Local Authority
Postal address : Bajova 2
Town : Cetinje
Postcode : 81250
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Contact point : Mrs Tatjana Stankovic
Internet address : www.cetinje.me
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders
Review organisation

8.1 ORG-0002

Official name : PROCON – LLC “Project – Consulting”
Registration number : Consultancy Firm
Postal address : Moskovska 65, I floor
Town : Podgorica
Postcode : 81000
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Contact point : Milica Bošković Vukićević
Internet address : www.procon.me
Roles of this organisation :
Organisation providing additional information about the procurement procedure

8.1 ORG-0000

Official name : Publications Office of the European Union
Registration number : PUBL
Town : Luxembourg
Postcode : 2417
Country subdivision (NUTS) : Luxembourg ( LU000 )
Country : Luxembourg
Telephone : +352 29291
Internet address : https://op.europa.eu
Roles of this organisation :
TED eSender
Notice information
Notice identifier/version : 1cffac0a-de8a-4396-8e44-a2248a32af06 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 13/06/2025 12:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00391366-2025
OJ S issue number : 114/2025
Publication date : 17/06/2025