Supervision of Works on Construction of Sewerage Network Phase II in the Municipality of Nikšić

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 of a wastewater network for …

CPV: 71310000 Savjetodavne tehničke usluge i savjetodavne usluge u građevinarstvu
mjesto izvršenja:
Supervision of Works on Construction of Sewerage Network Phase II in the Municipality of Nikšić
registar:
Municipality of Nikšić
nagradni broj:
02-031-1514

1. Buyer

1.1 Buyer

Official name : Municipality of Nikšić
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 Sewerage Network Phase II in the Municipality of Nikšić
Description : 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 of a wastewater network for four settlements located at the North of the City centre (Dragova Luka, Ćemenca, Oštrovac and Rubeža) for collection and transportation of the wastewater to WWTP, construction of the new pumping station Ćemenca and rehabilitation of existing pumping station Duklo. Tender procedures will be carried out in line with EIB Guide to Procurement (2024) which can be reached with the link: https://www.eib.org/en/publications/20240132-guide-to-procurement-for-projects-financed-by-the-eib
Procedure identifier : 5ced28f1-93b0-4a30-b2df-a734a77814d7
Internal identifier : 02-031-1514
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 of a wastewater network for four settlements located at the North of the City centre (Dragova Luka, Ćemenca, Oštrovac and Rubeža) for collection and transportation of the wastewater to WWTP, construction of the new pumping station Ćemenca and rehabilitation of existing pumping station Duklo. Tender procedures will be carried out in line with EIB Guide to Procurement (2024) which can be reached with the link: https://www.eib.org/attachments/lucalli/20240132_guide_to_procurement_for_projects_financed_by_the_eib_en.pdf

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services

2.1.2 Place of performance

Town : Nikšić
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Additional information : The services shall be provided in Montenegro, Municipality of Nikšić.

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 on Construction of Sewerage Network Phase II in the Municipality of Nikšić
Description : *Short description: Scope of procurement is provision of supervision of works on sewerage network. Indicative scope of Works, which will be implemented in accordance to the FIDIC Conditions of Contract (Red Book – ed 1999), include: • Construction of a wastewater network for four settlements located at the North of the City centre (Dragova Luka, Ćemenca, Oštrovac and Rubeža) for collection and transportation of the wastewater to WWTP. The total length of the network is app 41 km and consists of the PE pipes of following diameters and concrete manholes: • DN 300 mm, L=1,960 m - The main collector crosses the Bistrica River via an existing bridge. • DN 250 mm, L=3,750 m • DN 200 mm, L=30,510 m • House connections, DN 200 mm, L=5,000 m • Manholes, total 3,600 pcs • Construction of a new sewerage pumping station called "Cemenca" (Q=50 l/s; H=9 m, P=5 kW), and a pressure line diameter of DN200 mm with a length of 165 m. • Rehabilitation of the existing pumping station "Duklo (Q=72 l/s; P=30 kW). As major part of the rehabilitation efforts, the existing manual screen will be replaced with an automated one. 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.
Internal identifier : 02-031-1514

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71310000 Consultative engineering and construction services

5.1.2 Place of performance

Town : Nikšić
Country subdivision (NUTS) : Extra-Regio NUTS 3 ( MEZZZ )
Country : Montenegro
Additional information : The services shall be provided in Montenegro, Municipality of Nikšić.

5.1.3 Estimated duration

Duration : 39 Month

5.1.6 General information

The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
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 number of the contracts carried out by the candidate (as the lead or with a minimum share of 50% in the consortium/joint venture) fulfilling technical capacity criterion 2. the cumulative value of the contracts carried out by the candidate (as the lead or with a minimum share of 50% in the consortium/joint venture) fulfilling technical capacity criterion. 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 application can be submitted by legal person whatever the form of participation (as an individual legal entity or as leader or member of a consortium submitting an application). In the event that legal person submits more than one application, all applications 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 application 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.
Criterion : Other economic or financial requirements
Description : The following selection criteria will be applied to all candidates: 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 RtP is one that meets the requirements in the Contract Notice and the RtP 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 Employer’s rights and interests; or (b) if rectified, would unfairly affect the competitive position of other candidates presenting substantially responsive RtP. 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. a) the average annual turnover of the candidate for the last three years for which accounts have been closed must exceed 700,000 EUR (seven hundred thousand); and b) Current ratio (current assets/current liabilities) in the last three years 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 application form or in the tender submission 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 June 10th 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 applications, which can be found at the following address: http://ec.europa.eu/budget/graphs/inforeuro.html
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 request to participate form. a) 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 sewerage networks and water supply in accordance with the laws of the country in which the candidate is established (a copy must be included in the application); b) The candidate has at least 10 staff currently working for the candidate in fields related to this contract (wastewater, water supply, environment); c) The candidate has at least 5 permanent staff currently working for the candidate in fields related to this contract (wastewater, water supply, environment). 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 preceding the submission deadline. With reference to chapter 6 of the request to participate form, the Candidate has provided services under at least three contracts including (Note: the same reference contracts can be used for more criteria if they fulfil the requirements: 1. At least two contracts for Supervision on Construction of Works concerning sewerage networks and/or water supply networks, each with a minimum value of 300,000 EURO (proportion carried out by the candidate), exclusively for supervision services; 2. Supervision of Construction Works for total 20 km of sewerage and/or water supply networks, in maximum three contracts; and 3. Supervision of construction/rehabilitation works of minimum one pumping station for water/wastewater/stormwater with a minimum capacity of 20 l/sec in a single contract; and 4. Two contracts governed by FIDIC Conditions of Contract (minimum one of the contracts shall be in accordance with FIDIC Conditions of Contract for Construction (Red Book) or MDB harmonized version of the Red Book (Pink Book)). Contract Conditions not equal but similar to the once published by FIDIC will not be accepted. The contract 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 delivered if the selection criteria relating to the pertinence of the experience have been used.
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
The procedure will take place in successive stages. At each stage, some participants may be eliminated

5.1.10 Award criteria

Description of the method to be used if weighting cannot be expressed by criteria : 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
Justification for not indicating the weighting of the award criteria :

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Languages in which the procurement documents are officially available : English
Deadline for requesting additional information : 10/06/2025
Information about restricted documents is available at : www.niksic.me

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Not allowed
Description : Access to the procurement documents is restricted. Further information can be obtained at (URL): www.niksic.me. A complete set of procurement documents in English may be obtained by interested candidates on the submission of a written application to the e-mails below, please note that both email addresses must be used.  ana.dragicevic@niksic.me nikola.vukmirovic@procon.me Interested eligible candidates may obtain further information from the Municipality of Nikšić. The candidates shall send all written correspondence to the both e-mail addresses above. _______________ Tenders must be submitted to: Municipality of Nikšić -- Njegoševa 18, 81400 Nikšić -- Montenegro _______________ Clarifications may be sought from the Contracting Authority at the following email addresses: ana.dragicevic@niksic.me and nikola.vukmirovic@procon.me (both addresses must be used) at the latest 21 days prior to the deadline for submission of the request to participates. The Contracting Authority shall forward a copy of its response to all prospective candidates who have obtained the request to participate directly from the Contracting Authority, including a description of the inquiry but without identifying its source not later than 8 calendar days prior to the submission deadline. Similar this will be applied in case of any amendment to the Pre-Qualification Documents. Estimated date of dispatch of invitations to tender or to participate to *selected candidates*: 30/09/2025
Languages in which tenders or requests to participate may be submitted : English
Deadline for receipt of expressions of interest : 01/07/2025 10:00 +02:00
Deadline for receipt of requests to participate : 01/07/2025 10:00 +02:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No

5.1.16 Further information, mediation and review

Review organisation : Municipality of Nikšić -
Organisation providing additional information about the procurement procedure : PROCON – LLC “Project – Consulting” -
Organisation providing offline access to the procurement documents : Municipality of Nikšić -
Organisation receiving requests to participate : Municipality of Nikšić -

8. Organisations

8.1 ORG-0001

Official name : Municipality of Nikšić
Registration number : Local Authority
Postal address : Njegoševa 18
Town : Nikšić
Postcode : 81400
Country : Montenegro
Internet address : www.niksic.me
Roles of this organisation :
Buyer
Organisation providing offline access to the procurement documents
Organisation receiving requests to participate
Review organisation

8.1 ORG-0002

Official name : PROCON – LLC “Project – Consulting”
Registration number : Consulting firm
Postal address : Moskovska 65, I floor
Town : Podgorica
Postcode : 81000
Country : Montenegro
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 : 790bb93b-4943-42d0-9fcc-d3cebfdae087 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 16/05/2025 11:38 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00323617-2025
OJ S issue number : 96/2025
Publication date : 20/05/2025