Supervision services for the rehabilitation of railway line between Durres and Rrogozhine

The works comprise the reconstruction and electrification of about 34km of single-track railway line from Durres to Rrogozhine, over the period 2026 - 2029. The Procuring Entity seeks a suitably qualified and capable firm or JV /consortium to provide, over the same period, the provision of supervision and works contracts …

CPV: 71520000 Celtniecības uzraudzības pakalpojumi
Izpildes vieta:
Supervision services for the rehabilitation of railway line between Durres and Rrogozhine
Piešķīrēja iestāde:
Hekurudha Shqiptare / Albanian Railways
Piešķīruma numurs:
EIB-GtP/MOB/20170608-04

1. Buyer

1.1 Buyer

Official name : Hekurudha Shqiptare / Albanian Railways
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Supervision services for the rehabilitation of railway line between Durres and Rrogozhine
Description : The works comprise the reconstruction and electrification of about 34km of single-track railway line from Durres to Rrogozhine, over the period 2026 - 2029. The Procuring Entity seeks a suitably qualified and capable firm or JV /consortium to provide, over the same period, the provision of supervision and works contracts administration services, acting as the Engineer, according to FIDIC General Conditions of Contract and in accordance with the provisions of the contracts between Procuring Entity and the future work contractor/s.
Procedure identifier : b8051cf4-103f-48bf-aa6c-df2439ef8f26
Internal identifier : EIB-GtP/MOB/20170608-04
Type of procedure : Restricted
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 ): 71520000 Construction supervision services

2.1.2 Place of performance

Country : Albania
Anywhere in the given country
Additional information : The main site will be Durres and at the works on the line to Rrogozhine. The Services will be provided to the Promoter of the project (HSH), and are expected to entail some full-time input/presence as well as some part time inputs.

2.1.3 Value

Estimated value excluding VAT : 2 400 000 Euro

2.1.4 General information

Additional information : The applicable law is that of the Republic of Albania. A Consultant will be selected in accordance with the EIB Guide to Procurement. The Services are expected to be financed through an approved grant from the Western Balkans Investment Framework, and from an EIB loan if necessary. A Restricted Procurement procedure with an international call for expression of interest will be followed. The Procuring Entity, Hekurudha Shqiptare / Albanian Railways (HSH), now invites eligible consultants to indicate their interest in providing the Services. Firms originating from all countries of the world are eligible to tender for works, goods and services contracts. Interested consultants must provide information indicating that they are qualified to perform the Service. Consultants shall contact the Procuring Entity to obtain a copy of the template that must be used to submit any Expression of Interest. Only applications using the correct template will be accepted. Applications shall be submitted in hard copy in English version, plus one electronic copy in readable PDF format on CD or USB, all in a single envelope with text on the outside of the envelope as follows “EOI for project supervision services, for the rehabilitation of railway line between Durres and Rrogozhine. Not to be opened until [time & date of submission].” Candidates are allowed to ask clarifications up 15 days prior the deadline for submission by sending an email to the relevant address above. The Procuring Entity intends to shortlist up to six eligible firms to whom a subsequent Request for Proposals (RFP), both technical and financial, shall be sent. In the event that more than six firms fulfil all the qualifying criteria below, the Procuring Entity shall use the criteria identified below to rank the applicants and the top six shall be invited to submit proposals. Contrary to clause 5.1.9, the minimum expected number of candidates is three. Corporate services are required. Consultants may associate with other firms to enhance their qualifications, but should indicate clearly whether the association is in the form of a joint venture and/or a sub-consultancy. In the case of a joint venture, all the partners in the joint venture shall be jointly and severally liable for the entire contract, if selected. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. In the event that a natural or legal entity submits or forms part of more than one application, all applications in which that entity has participated will be excluded. Subsequently, following a standstill period of 10 days, the Procuring Entity will send Requests for Proposals (RFP) to the shortlisted selected applicants (maximum 6). Proposals shall be evaluated in two stages on basis of the Most Economically Advantageous Offer. The Procuring Entity reserves its right to seek clarifications and verify submitted references and use the information so obtained for evaluation purposes. All costs related to participation in this procurement procedure shall be borne by applicants. Pursuant to its Sanctions Policy, the EIB shall not provide finance, directly or indirectly, to or for the benefit of an individual or entity that is subject to financial sanctions imposed by the US, UK or EU, either autonomously or pursuant to the financial sanctions decided by the United Nations Security Council on the basis of article 41 of the UN Charter. The attention of candidates is drawn to the EIB Anti-Fraud Policy, EIB Exclusion Policy and EIB's definition of prohibited conduct. Candidates should alert the Procuring Entity, with a copy to the European Investment Bank to procurementcomplaints@eib.org , in case they should consider that certain clauses or provisions of this notice might limit international competition or introduce an unfair advantage to some candidates. Furthermore, any party having or having had an interest in obtaining a particular contract and who has been or risks being harmed by an alleged infringement of the Guide to Procurement may submit a complaint to the Bank’s Procurement Complaints Committee (PCC) as per Annex 8 of the EIB’s Guide to Procurement. Complaints are to be submitted by mail or electronic mail to procurementcomplaints@eib.org .
Legal basis :
Other
This contract will be financed by European Investment Bank (EIB) and is subject to the EIB's Guide to Procurement. -

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 as 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 : Supervision services for the rehabilitation of railway line between Durres and Rrogozhine
Description : The works comprise the reconstruction and electrification of about 34km of single-track railway line from Durres to Rrogozhine, over the period 2026 - 2029. The Procuring Entity seeks a suitably qualified and capable firm or JV /consortium to provide, over the same period, the provision of supervision and works contracts administration services, acting as the Engineer, according to FIDIC General Conditions of Contract and in accordance with the provisions of the contracts between Procuring Entity and the future work contractor/s.
Internal identifier : EIB-GtP/MOB/20170608-04

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 71520000 Construction supervision services
Options :
Description of the options : No options or variants allowed.

5.1.2 Place of performance

Country : Albania
Anywhere in the given country
Additional information : The main site will be Durres and at the works on the line to Rrogozhine. The Services will be provided to the Promoter of the project (HSH), and are expected to entail some full-time input/presence as well as some part time inputs.

5.1.3 Estimated duration

Duration : 42 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 : Objective criteria for choosing the limited number of candidates: In the event that more than six firms fulfil all the qualifying criteria below, the following criteria shall be used to rank the applicants and the top six shall be invited to submit proposals. (i) The number of similar contracts in a field related to these Services brought as reference below; (ii) In a second step, as necessary, the value of similar contracts in a field related to these Services brought as reference below.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Average yearly manpower
Description : The Candidates shall provide a trade licence or professional registers in their Country of Establishment. The Candidates shall meet the following criteria: • The minimum total permanent staff number, employed by the candidate in the field of railways (design, supervision, other support services) must be at least 30 (thirty) for the last three (3) years preceding the submission deadline. In case of a JV, the minimum permanent staff of the lead partner, in the field related to this contract, must be at least ten (10) for last three (3) years. The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Criterion : Average yearly turnover
Description : The Candidates must meet the following criteria: a) The average annual turnover must be at least 1,500,000.00 (one million five hundred thousand) EUR for the last 3 financial years (2022, 2023, and 2024). b) Positive financial results in the last three years (2022, 2023 and 2024), which shall be assessed as follows: (i) net worth shall be positive in each year; and (ii) liquidity ratio shall be more than 1 (one) in each Year. The above selection criteria will be applied to all candidates. In the case of applications submitted by a joint venture (JV), the JV shall collectively meet criterion (a), while the lead partner shall meet not less than 60 per cent of criterion (a). All JV partners shall meet criterion (b). The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation.
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 : Candidates must meet the following criteria: i. The candidate has successfully and substantially* completed, but not necessarily commenced, during the last five years up to the deadline for the receipt of applications indicated below, at least two (2) similar contracts in a field related to supervision or implementation support services for linear transport infrastructure construction or rehabilitation works (with works implementation based on FIDIC Conditions of Contract or other equivalent international conditions of contract), of a minimum value of EUR 2.0 million each, and shall demonstrate that it had a minimum participation of 50% in each of the contracts brought as reference; ii. Of the contracts brought as reference above, at least one shall be in a field related to supervision or implementation support services for railway construction or rehabilitation works (with works implementation based on FIDIC Conditions of Contract or other equivalent international conditions of contract). The experience and financial record of any proposed sub-consultancy shall not be included in the evaluation. The candidates are required to submit documents demonstrating substantial completion of contracts. Applicants are encouraged to include all prior experience meeting the criteria above, up to a maximum of 15 references. * “Substantially completed” refers to the payment of 80% or above of the value of the contract, provided also that the value so paid is at least EUR2.0 million.
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 : 6
Maximum number of candidates to be invited for the second stage of the procedure : 6
The procedure will take place in successive stages. At each stage, some participants may be eliminated

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 the procedure :
Estimated date of dispatch of the invitations to submit tenders : 30/07/2025
Terms of submission :
Electronic submission : Not allowed
Justification for why electronic submission is not possible : Buyer would need specialised office equipment
Description : Tenders to be submitted to the Promoter's address.
Languages in which tenders or requests to participate may be submitted : English
Electronic catalogue : Allowed
Variants : Not allowed
Deadline for receipt of requests to participate : 30/06/2025 10:00 +02:00
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 : The works comprise the reconstruction and electrification of about 34km of single-track railway line from Durres to Rrogozhine, over the period 2026 - 2029. The works are expected to be implemented through two or more competitively selected works contracts, using FIDIC general conditions of contract. The selected Consultant shall be required to perform the Services in accordance with an Environmental and Social Covenant to be signed and submitted as part of their technical proposal and appended into the resulting contract. Payment for the Services shall be on time based/reimbursable basis.
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 : Ministry of Infrastructure and Energy -
Organisation providing additional information about the procurement procedure : Hekurudha Shqiptare / Albanian Railways -
Organisation providing offline access to the procurement documents : Hekurudha Shqiptare / Albanian Railways -
Organisation providing more information on the review procedures : Ministry of Infrastructure and Energy -
Organisation receiving requests to participate : Hekurudha Shqiptare / Albanian Railways -
Organisation processing tenders : Hekurudha Shqiptare / Albanian Railways -

8. Organisations

8.1 ORG-0001

Official name : Hekurudha Shqiptare / Albanian Railways
Registration number : 000000000
Postal address : Rruga Egnatia, Lagjja Nr.3
Town : Durres
Postcode : 2001
Country subdivision (NUTS) : Durrës ( AL012 )
Country : Albania
Telephone : +355 52 222037
Internet address : www.hekurudha.al
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 : Ministry of Infrastructure and Energy
Registration number : 0000000
Postal address : “Dëshmorët e Kombit" Boulevard
Town : Tirana
Postcode : 1001
Country subdivision (NUTS) : Tiranë ( AL022 )
Country : Albania
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 : 0a09116e-b911-4981-af6c-a818a094c4a3 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 25/04/2025 12:13 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00270652-2025
OJ S issue number : 82/2025
Publication date : 28/04/2025