Supervision of Works on Construction of the Wastewater Treatment Plant in the Municipality of Bijelo Polje

This contract works includes:  Component 1: • Section 1: Design and Construction of WWTP (SBR – intensive process with active sludge with Biological Nutrient Removal) - Investigation works (topographic survey and geotechnical investigations) and preparation of Detailed Design for WWTP capacity of 30,000 PE. • Section 2: Construction of …

CPV: 71311000 Beratung im Tief- und Hochbau
Frist:
31. Juli 2025 10:00
Art der Frist:
Angebotsabgabe
Ausführungsort:
Supervision of Works on Construction of the Wastewater Treatment Plant in the Municipality of Bijelo Polje
Vergabestelle:
Municipality of Bijelo Polje
Vergabenummer:
01-426/25-765

1. Buyer

1.1 Buyer

Official name : Municipality of Bijelo Polje
Legal type of the buyer : Local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Supervision of Works on Construction of the Wastewater Treatment Plant in the Municipality of Bijelo Polje
Description : This contract works includes:  Component 1: • Section 1: Design and Construction of WWTP (SBR – intensive process with active sludge with Biological Nutrient Removal) - Investigation works (topographic survey and geotechnical investigations) and preparation of Detailed Design for WWTP capacity of 30,000 PE. • Section 2: Construction of WWTP  Component 2: Design and Construction of Connection to the WSS - detailed design of the connecting water supply distribution pipeline. The pipeline will be of HDPE PE-100, PN10 (SDR17) of external diameter 160mm. Length of the pipeline is app. 975m.  Component 3: Design and Construction of Connection to Power Supply System - Detailed design for the works on connection of the new TS at the WWTP to the existing TS 35/10 kV in Nedakusi, Construction of the MV power cable total length of approximately 2.000m from the Transformer Station 35/10 kV called “Nedakusi” and new TS at the WWTP, Installation of new vacuum high voltage switch in free cell F13 inside the Transformer Station 35/10 kV Nedakusi. The supervision of Works shall be implemented in compliance with the requirements of the Montenegrin legislation and relevant EU and EIB requirements. The Consultant must particularly consider licensing and permits requirements in the Law on Construction of Structures in Montenegro in force.
Procedure identifier : 5616613f-c0d1-4cd7-8349-68340f666655
Internal identifier : 01-426/25-765
Type of procedure : Open
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure :

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 : Municipality of Bijelo Polje, located in the north-east of Montenegro.
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro

2.1.4 General information

Additional information : Sub-contracting: Sub-contracting is allowed.
Legal basis :
Other
Project 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 on Construction of the Wastewater Treatment Plant in the Municipality of Bijelo Polje
Description : The overall objective of the Bijelo Polje Wastewater Project, of which this Contract will be a part, is to contribute Montenegro for meeting environmental and climate acquis through institutional development and improvement of environmental infrastructure through sound and sustainable investments in water and wastewater management. Specific objective of this Service Contract is to ensure that high quality construction is achieved and to ensure that all work is carried out in full compliance with the engineering design, technical specifications, and other contract documents, through: • Design review and approval services in accordance with applicable construction legislation of Montenegro • Supervision of construction, testing and commissioning of a municipal wastewater treatment plant with effluent parameters compliant with the Urban Wastewater Treatment Directive 91/271/EEC and national legislation The total expected contract duration is 52 months, of which are estimated 1 month until commencement date of the Works Contract, 36 months of Works Contract supervision including Inception Period, design phase, construction phase and 12 months of Guarantee Verification Period, 12 months DNP of the Works Contract and 3 months contract(s) closure procedures. The provisional commencement date is October 2025 Financing of the Contract: Finance Contract “Montenegro Water and Sanitation” between Montenegro and the European Investment Bank (EIB).
Internal identifier : 01-426/25-765

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 : Bijelo Polje
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Additional information : Municipality of Bijelo Polje, located in the north-east of Montenegro.

5.1.3 Estimated duration

Duration : 52 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : All written communications for this tender procedure and contract must be in English. All costs related to participation in this procurement procedure shall be borne by candidates.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : References on specified services
Description : Professional capacity. The reference period which will be taken into account will be the last three years preceding the submission deadline. With reference to chapters 4 and 5 of the tender form: a. The tenderer (each sole tenderer 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 wastewater treatment plants in accordance with the laws of the country in which the tenderer is established (a copy must be included in the tender); b. The tenderer has at least 10 staff currently working for the tenderer in fields related to this contract (wastewater, environment); c. The tenderer has at least 5 permanent staff currently working for the tenderer in fields related to this contract (wastewater, environment).
Criterion : Other economic or financial requirements
Description : Economic and financial capacity (based on item 3 of the tender form). In case of tenderer 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. a. The average annual turnover of the tenderer for the last three years for which accounts have been closed must exceed 300,000 EUR; and b. 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 tenders in the tender form or in the tender submission form must be expressed in EUR. If applicable, where a tenderer refers to amounts originally expressed in a different currency, the conversion to EUR shall be made in accordance with the InforEuro exchange rate of June 2025, which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html
Criterion : References on specified services
Description : 3) Technical capacity (based on items 5 and 6 of the tender form for service contracts). The reference period which will be taken into account will be the last five years preceding the submission deadline. With reference to chapter 6 of the tender form, the Tenderer has provided services under at least one contracts including (Note: the same reference contracts can be used for more criteria if they fulfil the requirements): 1. Successfully completion at least 1 service contract including supervision of construction or rehabilitation of a wastewater treatment plant (excluding industrial plants) implemented at any moment between 31/07/2020 and the submission deadline (copies of contracts and certificates of provisional acceptance must be submitted as supporting documents). The contract should have included the supervision of works on the construction a WWTP with a minimum capacity of 30.000 PE. 2. Supervision as Engineer of 1 FIDIC Yellow Book contract related to wastewater, water supply or environment project in the 5 years prior to the submission deadline. The contract shall be successfully completed or ongoing (minimum level of completion of 60% calculated on the service contract value). The tenderer should have carried out the services requested at points 1. and 2. as Sole Consultant, Prime Consultant or member in a Association/Consortium/Joint-Venture. Tenderers 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 tenderer has implemented the project in a consortium, the percentage that the tenderer has successfully completed must be clear from the documentary evidence, together with a description of the nature of the services provided delivered if the selection criteria relating to the pertinence of the experience have been used. Key Experts: All experts who have a crucial role in implementing the contract are referred to as key experts. The key experts will spend no less than 90% of their allocated time in the Project site. No home-based work is possible unless prior approval from the CA and this will be assessed on a case-by-case basis. All experts must be independent and free from conflicts of interest in the responsibilities they take on. The profiles of the key experts for this contract are given below. The tenderer shall submit CVs and statements of exclusivity and availability for two key expert’s: Key Expert 1 (KE1): Team Leader (FIDIC Engineer) and Key Expert 2 (KE2): Deputy Team Leader/ Resident Engineer Required Qualifications and skills, general and specific professional experience for Key Expert 1 and Key Expert 2 are set in the procurement documents. Non-Key Experts Tenderers are free to include in their proposals other positions that they consider necessary for the assignment, but only the 2 (two) Key Experts identified above will be considered for evaluation. CVs for experts other than the key experts will not be examined prior to the signature of the contract. The profiles of the non-key experts for this contract are set in procurement documents.

5.1.10 Award criteria

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

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : English
Address of the procurement documents : www.bijelopolje.me

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Tools, devices, or file formats not generally available
Description : Access to the procurement documents is restricted. Further information can be obtained at (URL): www.bijelopolje.co.me; www.procon.me ; Tenders or requests to participate must be submitted to : Municipality of Bijelo Polje - Ulica Slobode bb, 8400 Bijelo Polje, Montengro - For the attention of: Fahrudin Begović . Additional information can be obtained at: menadzer@bijelopolje.co.me and azra.balota@procon.me
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Not allowed
Variants : Not allowed
Deadline for receipt of tenders : 31/07/2025 10:00 +02:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 31/07/2025 11:00 +02:00
Place : Tenders will be opened by the committee appointed for that purpose in public session in the presence of authorized tenderers representatives on the following address Municipality of Bijelo Polje, Ulica Slobode br. 5, 84000 Bijelo Polje, Montenegro
Additional information : Tenderers representatives must show the authorization letter for present at the opening session. At the tender opening session, the tenderers’ names, the tender prices, any discounts offered, written notifications of alteration and withdrawal, the presence of the tender guarantee and such other information the Contracting Authority may consider appropriate may be announced.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Conditions relating to the performance of the contract : National professional licencing: the awarded tenderers 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 of March 4, 2025), 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. 042/25 from 30.04.2025, with addenda, if any) on the Commencement Date at the latest. No national licences are required until then. In this respect, the awarded tenderer cannot rely on the capacities of any other entities including the sub-contractors.
Electronic invoicing : Not allowed
Electronic ordering will be used : no
Electronic payment will be used : no

5.1.15 Techniques

Framework agreement :
No framework agreement
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Municipality of Bijelo Polje -
Information about review deadlines : No deadline available for review.The procedure for review (Complaint Mechanism) will be in three steps; first step will be complaint to the Contracting Authority; second step will be complaint to Ministry of Ecology, Sustainable Development and Northern Region Development (MERS); third step will be complaint to the Administrative Court of Montenegro (please see “Review Body” below). Tenderers should alert the Contracting Authority in writing, with a copy to the European Investment Bank to procurementcomplaints@eib.org , in case they should consider that certain clauses or provisions in the tender documents might limit international competition or introduce an unfair advantage to some tenderer. First Instance review body: Municipality of Bijelo Polje - Ulica Slobode bb - 84000 Bijelo Polje, Montenegro. Second Instance review body: Ministry of Ecology, Sustainable Development and Northern Region Development - Eko Efikasna zgrada - 81000 Podgorica, Montengro; 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 : Municipality of Bijelo Polje -
Organisation receiving requests to participate : Municipality of Bijelo Polje -
Organisation processing tenders : Municipality of Bijelo Polje -

8. Organisations

8.1 ORG-0001

Official name : Municipality of Bijelo Polje
Registration number : Local Authority
Postal address : Ulica Slobode bb
Town : Bijelo Polje
Postcode : 8400
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Contact point : Fahrudin Begović
Telephone : +382
Internet address : www.bijelopolje.co.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 : Azra Balota
Telephone : +382
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 : be7c994e-9329-45d4-95d4-f9d995552faf - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 19/06/2025 14:04 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00405089-2025
OJ S issue number : 118/2025
Publication date : 24/06/2025