Heavy Maintenance (Upgrading) of the State Road IB 33, Section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404, L=35.057 km

Execution of works of heavy maintenance (upgrading) of the state road IB 33, on section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404 in the length of 35.057 km Execution of works of heavy maintenance (upgrading) of the state road IB 33, on section: Pozarevac (Orljevo) - Ljesnica, …

CPV: 45233100 Construction work for highways, roads
spriocdháta:
DFómh. 28, 2025, 10 r.n.
cineál spriocdháta:
tairisceana
áit fhorghníomhaithe:
Heavy Maintenance (Upgrading) of the State Road IB 33, Section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404, L=35.057 km
clárlann:
Public Enterprise “Roads of Serbia”
uimhir dámhachtana:
EIB-GtP/RRSP/RRW-IB33PLJ/2023-06

1. Buyer

1.1 Buyer

Official name : Public Enterprise “Roads of Serbia”
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Heavy Maintenance (Upgrading) of the State Road IB 33, Section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404, L=35.057 km
Description : Execution of works of heavy maintenance (upgrading) of the state road IB 33, on section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404 in the length of 35.057 km
Procedure identifier : aa6794f3-457e-4748-8ea4-51a74e6cf50b
Internal identifier : EIB-GtP/RRSP/RRW-IB33PLJ/2023-06
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233100 Construction work for highways, roads

2.1.2 Place of performance

Country : Serbia
Anywhere in the given country
Additional information : State Road IB 33, Section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404

2.1.3 Value

Estimated value excluding VAT : 2 471 000 000 Serbian dinar

2.1.4 General information

Additional information : The Republic of Serbia has received financing from the European Investment Bank (EIB) toward the cost of the Road Rehabilitation Project, and intends to apply part of the proceeds toward payments under the contract for Heavy Maintenance (Upgrading) of the State Road IB 33, Section: Požarevac (Orljevo) - Lješnica, from km 19+893 to km 55+404, L=35.057 km, Contract ID No. RRSP/RRW-IB33PLJ/2023-06. The General Conditions of Contract shall be the “Conditions of Contract for Construction for building and engineering works designed by the employer”, 1st edition 1999, prepared by the Fédération Internationale des Ingénieurs-Conseils (FIDIC). This contract will be jointly financed by the European Investment Bank and Republic of Serbia. Tendering process will be governed by the EIB’s rules and procedures. The Public Enterprise “Roads of Serbia” (hereinafter referred to the Employer) invites sealed tenders from eligible and qualified tenderers for heavy maintenance (upgrading) works consisting of the following: - Preliminary works which include marking the axis of the road before the start of work, removal of shrubs, trees, branches and stumps, demolition of existing elements such as concrete curbs, sidewalks, asphalt pavement and gutters, cutting of asphalt layer, scraping of asphalt pavement, manual excavation of investigation trenches (underground installations), formation of construction site, temporary facilities, guard service, construction site board and fence etc.; - Substructure works which include excavation, subsoil treatment, construction of embankment, shoulders and berms, topsoiling etc.; - Improvement of drainage system works include works on installation of precast concrete elements such as concrete and segment channels, excavation of trenches for drainage pipes, filling drainage trenches with filter material, demolition and removal of existing culverts, procurement and installation of new reinforced concrete pipes for longitudinal culverts, construction of culvert wing walls, production of reinforced concrete trapezoidal canals, construction of culvert collection manholes, procurement and installation of: canals made of fiber-reinforced concrete, drains, PVC pipes, cleaning of existing canals, manholes, drains and culverts etc. - Superstructure works which include pavement construction on access roads; works on improvement of pavement (construction of unbound, bituminous bearing course and construction of wearing asphalt concrete course), as well as placement of concrete curbs and construction of gutters; - Works on structures (bridges, culverts and retaining walls) which include preparatory works, earthworks, concrete works, metal works and special works. Works on retaining walls include removal of the object or individual parts of the object, repair of existing walls and construction of new walls; - Roadside arrangement and placement of traffic signalization and road furniture; - Works on electrical installations (installation of public lighting). The Works will be performed under traffic with a strong emphasis on maintaining safe conditions for both the flow of traffic and the works in progress. The Tenderer should meet the following qualification criteria and capabilities: Financial requirements - Submission of audited balance sheets or if not required by the law of the Tenderer’s country, other financial statements acceptable to the Employer, for the last 5 (five) years to demonstrate the current soundness of the Tenderers financial position and its prospective long term profitability. In the case of JV, each partner must meet the requirement. - Minimum average annual construction turnover of 3,000,000,000 (three billion) RSD equivalent, calculated as total certified payments received for contracts in progress or completed, within the last 5 (five) years. In the case of JV, all partners combined must meet the requirement, the lead partner must meet 50% (fifty percent) of the requirement and each other partner must meet 25% (twenty-five percent) of the requirement. - The Tenderer must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet the following cash-flow requirement: min. 500,000,000 (five hundred million) RSD equivalent. In the case of JV, all partners combined must meet requirement, the lead partner must meet 50% (fifty percent) of the requirement and each other partner must meet 25% (twenty-five percent) of the requirement. Experience requirements - General experience – Experience under contracts in the role of contractor or management contractor for the last 5 (five) years prior to the tender submission deadline, and with activity in at least 9 (nine) months in each year. In the case of JV, each partner must meet the requirement. - Specific experience: • Participation as contractor or management contractor in at least 2 (two) contracts, within last 5 (five) years, each with a value of at least 1,500,000,000 (one billion five hundred million) RSD equivalent that have been successfully and substantially completed and that are similar to the proposed Works. In the case of JV, all partners combined must meet the requirement, the lead partner must demonstrate at least 1 contract out of 2. • For the above or other contracts, a minimum experience in the following key activities: production and laying of asphalt mixtures (asphalt concrete and bituminous base) not less than 40,000 tones/year in the last 3 (three) years calculated as average during the specified period. In the case of JV, all partners combined must meet the requirement. Above and all other qualification requirements related to the eligibility, litigation history, and technical capabilities are specified in the Section III Evaluation and Qualification Criteria of the Tender Documents. Tendering will be conducted through the International Procurement Open Procedures specified in accordance with the “Guide to Procurement for projects financed by the EIB’’ issued on July 05, 2024 and available at the following link: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib. Tendering is open to all eligible tenderers as defined in the Guide. In addition, please refer to paragraph 1.5 setting forth the Bank’s policy on conflict of interest. All tenders must be accompanied by a Tender-Securing Declaration.
Legal basis :
Other

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Conflict of interest due to its participation in the procurement procedure : Exclusion grounds ap per section 1.5 of the EIB GtP
Fraud : EIB Anti-Fraud Policy and EIB Exclusion Policy and EIB’s definition of prohibited conduct as per the Covenant of Integrity

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Heavy Maintenance (Upgrading) of the State Road IB 33, Section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404, L=35.057 km
Description : Execution of works of heavy maintenance (upgrading) of the state road IB 33, on section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404 in the length of 35.057 km
Internal identifier : EIB-GtP/RRSP/RRW-IB33PLJ/2023-06

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45233100 Construction work for highways, roads
Options :
Description of the options : No options and variants allowed

5.1.2 Place of performance

Country : Serbia
Anywhere in the given country
Additional information : State Road IB 33, Section: Pozarevac (Orljevo) - Ljesnica, from km 19+893 to km 55+404

5.1.3 Estimated duration

Duration : 20 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 not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no
Additional information : DVD with complete set of tender documents in English language may be obtained by interested tenderers upon submission of the Application of intent to obtain the tender documents by e-mail to the following e-address: rrsp.investicije@putevi-srbije.rs If requested, the DVD with tender documents will be promptly dispatched by courier, but no liability can be accepted for loss or late delivery. All tenders must be accompanied by a Tender-Securing Declaration.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Selection criteria as stated in the procurement documents
Criterion : Relevant educational and professional qualifications
Description : Selection criteria as stated in the procurement documents

5.1.10 Award criteria

Criterion :
Type : Price

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Information about restricted documents is available at : http://no _address.com

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Buyer would need specialised office equipment
Description : http://no _address.com
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of tenders : 28/10/2025 10:00 +02:00
Deadline until which the tender must remain valid : 3 Month
Information about public opening :
Opening date : 28/10/2025 10:00 +02:00
Place : Public Enterprise “Roads of Serbia” Ground Floor, Big Conference Room Bulevar kralja Aleksandra 282 11050 Belgrade Republic of Serbia
Additional information : Tenders will be publicly opened by the Tender Evaluation Committee in the presence of the tenderers’ designated representatives and anyone who choose to attend at the above address. Tenders’ representatives who choose to attend the tender opening shall submit to the Committee, prior to the commencement of the session, power of attorney to act as the Tenderers’ representatives of the Tenderer.
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
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 : Republic Commission for Protection of Rights in Public Procurement Procedures
Organisation providing additional information about the procurement procedure : Public Enterprise “Roads of Serbia”
Organisation providing offline access to the procurement documents : Public Enterprise “Roads of Serbia”
Organisation providing more information on the review procedures : Republic Commission for Protection of Rights in Public Procurement Procedures
Organisation receiving requests to participate : Public Enterprise “Roads of Serbia”
Organisation processing tenders : Public Enterprise “Roads of Serbia”

8. Organisations

8.1 ORG-0001

Official name : Public Enterprise “Roads of Serbia”
Registration number : 000000000000
Postal address : Bul. kralja Aleksandra 282
Town : Belgrade
Postcode : 11050
Country subdivision (NUTS) : Београдска област ( RS110 )
Country : Serbia
Contact point : Aleksandar Kostadinovic
Telephone : +381113206801
Fax : +381113398443
Roles of this organisation :
Buyer
Organisation providing additional information about the procurement procedure
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Organisation processing tenders

8.1 ORG-0002

Official name : Republic Commission for Protection of Rights in Public Procurement Procedures
Registration number : 0000000000000
Postal address : Nemanjina 22-26
Town : Belgrade
Postcode : 11000
Country subdivision (NUTS) : Београдска област ( RS110 )
Country : Serbia
Roles of this organisation :
Review organisation
Organisation providing more information on the review procedures

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 : 0e3b304c-f456-4b7f-ab1a-a0dd3448a27d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/09/2025 12:03 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00607333-2025
OJ S issue number : 178/2025
Publication date : 17/09/2025