Rehabilitation of the Railway Permanent Way, Lutovo to Bioce

The design and modernization works of about 20 km of rail permanent way between Lutovo and Bioce stations in Montenegro. The design and modernization works of about 20 km of rail permanent way between Lutovo and Bioce stations in Montenegro.

CPV: 45234100 Anläggningsarbeten för järnvägar
Sista ansökningsdag:
18 augusti 2025 12:00
Typ av tidsfrist:
Inlämnande av anbud
Plats för avrättning:
Rehabilitation of the Railway Permanent Way, Lutovo to Bioce
Plats för tilldelning:
Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG)
Tilldelningsnummer:
EIB-GtP/WB03-W-ICB-A3

1. Buyer

1.1 Buyer

Official name : Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG)
Legal type of the buyer : Body governed by public law
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Rehabilitation of the Railway Permanent Way, Lutovo to Bioce
Description : The design and modernization works of about 20 km of rail permanent way between Lutovo and Bioce stations in Montenegro.
Procedure identifier : 0f9e1cd4-cb32-4aae-8e71-09174da727fd
Internal identifier : EIB-GtP/WB03-W-ICB-A3
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 : Works
Main classification ( cpv ): 45234100 Railway construction works

2.1.2 Place of performance

Country : Montenegro
Anywhere in the given country
Additional information : Railway and stations between Lutovo station at km 369+983.98 and Bioce Station at km 389+940.80 along the Montenegro - Serbia R4 Rail Interconnection in Montenegro.

2.1.3 Value

Estimated value excluding VAT : 15 000 000 Euro

2.1.4 General information

Additional information : The applicable law is the law of Montenegro. A Contractor will be selected in accordance with the EIB Guide to Procurement. Procedure: Single-stage, single-envelope. The works are expected to be financed through a Loan from the European Investment Bank (EIB) and Grant from the Western Balkans Investment Framework. Firms originating from all countries of the world are eligible to tender. However, Tenderers shall not be in conflict of interest or have been declared ineligible by the Bank. The Bank shall not provide or otherwise make funds available, directly or indirectly, to or for the benefit of an individual or entity that is (i) is a designated target of, or otherwise subject to financial enacted, administered, implemented, imposed or enforced by the EU, UN, US and/or UK (‘’Sanctions’’) and (ii) in connection with the tendering process, or in the execution or supply of any works, goods or services for the Contract, has acted or will act in contravention of relevant Sanctions and/or in any manner that would result in a breach by the EIB of any Sanctions. In the Tender Process, Tenderers shall submit a tender providing information essential to evaluate the tenderer’s qualification, subject to the terms and conditions of the Tender document (TD). The TD is available from the Procuring Entity as described above. Only tenders submitted in the correct format shall be accepted; any other tenders shall be rejected. The TD will be issued only to Tenderers who directly contact the Procuring Entity through the address above. All clarifications and any amendments or addenda will be communicated in writing with all Tenderers who have properly obtained the Tender Document. The Procuring Entity shall award the Contract to the Tenderer whose tender has been determined to be the lowest price of the compliant and technically responsive tenders, providing also the Tenderer meets the qualifying criteria set down in the TD. The EIB Anti-Fraud Policy and EIB Exclusion Policy apply. Tenderers must complete and sign a Covenant of Integrity as part of their tender. Failure to submit a properly completed and signed covenant may lead to rejection of the tender and other remedy under applicable EIB policies.
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 : Rehabilitation of the Railway Permanent Way, Lutovo to Bioce
Description : The design and modernization works of about 20 km of rail permanent way between Lutovo and Bioce stations in Montenegro.
Internal identifier : EIB-GtP/WB03-W-ICB-A3

5.1.1 Purpose

Main nature of the contract : Works
Main classification ( cpv ): 45234100 Railway construction works
Options :
Description of the options : No options or variants allowed.

5.1.2 Place of performance

Country : Montenegro
Anywhere in the given country
Additional information : Railway and stations between Lutovo station at km 369+983.98 and Bioce Station at km 389+940.80 along the Montenegro - Serbia R4 Rail Interconnection in Montenegro.

5.1.3 Estimated duration

Duration : 36 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project fully or partially financed with EU Funds.
Information about European Union funds
Identifier of EU funds : Western Balkans Investment Framework
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a relevant professional register
Description : Suitability to pursue the professional activity: Tenderers shall demonstrate possession of a trade licence or professional registration in their Country of Establishment.
Criterion : Average yearly turnover
Description : Tenderers shall demonstrate: • Minimum average annual turnover of EUR 17.0 million, calculated as total certified payments received for contracts in progress or completed, within the last three (3) financial years; • 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 of not less than EUR 4.0 million, thereby to meet the cash-flow requirement for four (4) months. Note: The full qualification criteria are available in the Tender Dossier and those shall prevail.
Criterion : Relevant educational and professional qualifications
Description : Tenderers shall demonstrate: • Experience under construction contracts in the role of contractor or management contractor for the last five (5) years prior to the tender submission deadline, and with activity in at least nine (9) months in each year; • Participation as contractor, management contractor or sub-contractor in at least two (2) contracts within the last seven (7) years, that have been successfully and substantially completed and that are similar to the proposed Works. The similarity shall be demonstrated by each contract meeting the following sub-criteria: - value of at least 13.6 million EURO (net of VAT); and - concern the construction or rehabilitation of at least 20 km of rail permanent way. • Participation as contractor, management contractor or sub-contractor in at least one (1) contract within the last seven (7) years that has been successfully and substantially completed, being valued at 13.6 million EURO (net of VAT) or more, and concern works undertaken on a railway line whilst under commercial operation; • Participation as designer (contractor, management contractor, sub-contractor or consultant) in at least one (1) contract within the last seven (7) years that has been successfully and substantially completed (acceptance certificate issued), being valued at 0.75 million EURO (net of VAT) or more, and concern the design of rail permanent way. The experience of a designated subcontractor can be used to fulfil this criterion. The same references may be used to demonstrate compliance with these requirements. Separate references may also be used to cover these requirements. Note: The full qualification criteria are available in the Tender Dossier and those shall prevail.

5.1.11 Procurement documents

Access to certain procurement documents is restricted
Justification for restricting access to certain procurement documents : Buyer would need specialised office equipment
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 : 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 tenders : 18/08/2025 12:00 +02:00
Deadline until which the tender must remain valid : 4 Month
Information about public opening :
Opening date : 18/08/2025 12:30 +02:00
Place : Street Address: Trg golootočkih žrtava 13; Floor/Room number: Project Implementation Unit – first floor; City: Podgorica; Postal Code: 81000; Country: Montenegro.
Additional information : ZICG 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 Tenderers. The provisions for seeking a debriefing or submitting a complaint are set down in the tender dossier. Tenderers 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 bidders. 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 .
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 selected Contractor shall be required to perform the Works in accordance with the laws and regulations of Montenegro and Conditions of the Contract, using FIDIC 1999 Yellow Book for the GCC. Licenses from relevant Montenegrin Authorities are not required at the time of bid submission, but are required for the performance of the contract in accordance with the terms of the TD. The selected Contractor shall comply with conditions stated in the Environmental and Social Covenant Letter included in the procurement documents. Joint Venture members will have joint and several liability towards the Employer concerning participation in the tender procedure and any contract awarded as a result of it.
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 : Administrative body of Montenegro -
Organisation providing additional information about the procurement procedure : Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG) -
Organisation providing offline access to the procurement documents : Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG) -
Organisation providing more information on the review procedures : Administrative body of Montenegro -
Organisation receiving requests to participate : Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG) -
Organisation processing tenders : Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG) -

8. Organisations

8.1 ORG-0001

Official name : Railway Infrastructure of Montenegro JSC - Podgorica (RIoM) / Željeznička Infrastruktura Crne Gore AD - Podgorica (ŽICG)
Registration number : 000000000
Postal address : Trg golootočkih žrtava 13
Town : Podgorica
Postcode : 8100
Country subdivision (NUTS) : Црна Гора ( ME000 )
Country : Montenegro
Contact point : Mr. Dragan Radević
Telephone : +382 20 441-167
Fax : +382 20 441-160
Internet address : http://www.zicg.me/
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 : Administrative body of Montenegro
Registration number : 00000000
Postal address : Bulevar Svetog Petra Cetinjskog 130
Town : Podgorica
Postcode : 81000
Country subdivision (NUTS) : Црна Гора ( ME000 )
Country : Montenegro
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 : 9f1f3574-ac29-409d-bcd7-11ebb85e3ecd - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 26/05/2025 08:24 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00340177-2025
OJ S issue number : 101/2025
Publication date : 27/05/2025