Consulting Services for Road Infrastructure Supervision and Safety in North Macedonia
Request for Expressions of Interest Consulting Services Implementing Agency: Ministry of Transport Country: Republic of North Macedonia Project: Local Roads Connectivity Project - P170267 Assignment Title: Consulting Services for Supervision of the civil works for improvement of the local road infrastructure in selecte…
Source ID: WB-OP00426711
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
Request for Expressions of Interest Consulting Services Implementing Agency: Ministry of Transport Country: Republic of North Macedonia Project: Local Roads Connectivity Project - P170267 Assignment Title: Consulting Services for Supervision of the civil works for improvement of the local road infrastructure in selected municipalities (under civil works for Tender 10 and 11 and implementation of the road safety audit (RSA) measures and community driven infrastructure projects Loan No.: 9034-MK and 9210-MK REoI Reference No.: LRCP-9034-9210-MK-ReOI-CS-QBS-A.2.1.9.2(S) Estimated cost: EUR 900K Issued on: February 9, 202 5 The Republic of North Macedonia has received a financing from the World Bank - International Bank for Reconstruction and Development in the form of a loan toward the cost of the Local Roads Connectivity Project and intends to apply part of the proceeds for consulting services. The consulting services (“the Services”) include Consulting Services for Supervision of the civil works for improvement of the local road infrastructure in selected municipalities, including and not limited to provision of expertise for effective works contract management and administration, environmental and social safeguard monitoring, and mitigation of the observed negative impacts throughout the duration of the assignment to secure smooth and timely implementation of the works. The main objective of the consulting services is to assist the Project Implementation Unit (PIU) within the MoT in successful supervision of the works under cumulative length of app. 60-70 km located in 80 municipalities and the City of Skopje, provision of expertise and effective contract management, environmental and social safeguard monitoring, and mitigation of the observed negative impacts. The applicable Laws of the Republic of North Macedonia and the WB policies shall be in force for this and all other contracts under the Project. Accordingly, within provision of the Services in question, besides the specifications provided in the works contracts, the Consultant shall use national laws, rulebooks, and standards, as well as the best experiences from the worldwide practices. Knowledge of national legislation, technical regulations and standards represents a precondition for successful implementation of the Services. Consultant is separately obliged to use the legislation of the Republic of North Macedonia in respect to safety and protection at work. The Services are expected to start in June 2025, and shall cover a period until the end of the LRCP Project (September30, 2026). The Terms of References in English language may be obtained by interested eligible consulting firms (“Consultants”) from the website of the national electronic system for procurement: “ЕСЈН-Заеми/Донации/Грантови-Огласи од меѓународни институции” (https://www.e-nabavki.gov.mk) and from the website of the Ministry of Transport and Communications: http://mtc.gov.mk/javniOglasi. The Ministry of Transport now invites eligible consulting firms (“Consultants”) to indicate their interest in providing the Services. Interested Consultants should provide information demonstrating that they have the required qualifications and relevant experience to perform the Services. The shortlisting criteria are: The Consultant shall be a firm or a group of firms with the following qualifications,
- Possession of License (Authorization) A for supervision of works in accordance with the Construction Law of the Republic of North Macedonia. In a case of Joint Venture this qualification criterion must be met by all partners of the Joint Venture. (License A is required as some road sections are expected to be placed in Cultural Heritage zones, e.g. in the Cities of Krushevo, Ohrid, Bitola).
- Proven experience and verifiable track record working as a supervisor of infrastructure projects in the past 10 (ten) years out of which seven (7) years in supervision of road infrastructure projects in the Republic of North Macedonia or/and in the region;
- Proven expertise in supervision of projects of similar nature, at least three (3) similar project references within the last 10 (ten) years;
- Knowledge of applicative national legislation, administrative system, government organization, etc., is mandatory.
The credibility of mentioned experience shall be presented in a list of at least three (3) similar project references within last 10 (ten) years with description of services provided (including information on contract value, contracting entity/client, project location/country, duration, assignment budget, percentage carried out by consultant in case of association of firms or subcontracting and main activities) and accompanied by certificates of orderly fulfilment of the contracts verified by other party from such contracts. Note to Consultant: To facilitate the evaluation process, during the preparation of the EOI the Consultants should clearly indicate for each criteria list of projects, accompanied by certificates of orderly fulfilment of the contracts verified by other party from such contracts. Hence, first should be indicate the criterion, and below the criterion it should be indicated the list of conducted contracts, under the list, the consultant should indicate the certificates/proofs for fulfilment of those contracts. If it is not clearly stated for which contract the certificate is issued, the Consultant should write the number and title of the contract on the certificate/proof. The Consultant firm, or the JV, must have its own accredited laboratory or must have signed an agreement or intention for agreement for collaboration with an accredited laboratory for testing the materials that shall be used during the construction to confirm that they fulfil the requested characteristics. The Consultant is obliged to check whether there is a conflict of interest related to the accredited laboratory which must not be the same as that of the selected contractors for the construction works. The Qualifications and Experience of Key Experts are not included in the shortlisting criteria. Key Experts will not be evaluated at the shortlisting stage. Consultants are required to confirm the availability of qualified key experts according to the positions and respective qualifications for each as listed in the TOR. The attention of interested Consultants is drawn to Section III, paragraphs, 3.14, 3.16, and 3.17 of the World Bank’s “Procurement Regulations for IPF Borrowers” dated July 2016, revised November 2017, and August 2018 (“Procurement Regulations”), setting forth the World Bank’s policy on conflict of interest. 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. A Consultant will be selected in accordance with the Consultant’s Quality-based Selection (QBS) method set out in the Procurement Regulations, throughout Open International Competitive Procurement. The eligible consulting firms (“Consultants”) can obtained further information from the Project Implementation Unit (PIU) at the Ministry of Transport and Communication, Attn: Ms. Vlasta Ruzinovska, Ms. Natasha Stojanovska and/or Mr. Slavko Micevski, e-mail: vlasta.ruzinovska@piu.mtc.gov.mk; natasha.stojanovska@piu.mtc.gov.mk; and slavko.micevski@piu.mtc.gov.mk; during office hours from 09:30 to 15:30. The eligible consulting firms (“Consultants”) must submit their Expression of Interest only by e-mail to the all below-listed e-mail addresses (as readable PDF files in the English language), on or before March 24, 2025, 15:30 p.m. Receipt of each Expression of Interest will be immediately confirmed. Ministry for Transport Project Implementation Unit Attn: Ms. Vlasta Ruzinovska, Ms. Natasha Stojanovska and/or Mr. Slavko Micevski – procurement Specialists Street “Crvena Skopska Opstina”, Nr. 4, 1000 Skopje, Republic of North Macedonia Tel: + 389 (0)2 3145 531; + 389 (0)75 494977 Web site addresses: http://mtc.gov.mk/javniOglasi; https://www.e-nabavki.gov.mk. E-mail addresses (obligatory): vlasta.ruzinovska@piu.mtc.gov.mk; natasha.stojanovska@piu.mtc.gov.mk; slavko.micevski@piu.mtc.gov.mk; maja.lazarevska@piu.mtc.gov.mk; procurement.piu.mtc@gmail.com. Agency: Ministry of Transport and Communications Procurement method: Consultant Qualification Selection Notice type: Request for Expression of Interest Status: Published Value: 333000.0 USD
Buyer & contacts
Documents
Tags & Signals
Similar tenders
Government Procurement Tender Announcement from Panama
A public procurement tender has been announced by a government department in Panama. The tender is currently active and open for participation. The purchasing unit responsible for this procurement process is the Department of Purchases.
Specialized Professional Services for Internal Control Office Audits and Financial Reporting
The National Pedagogical University requires specialized professional services to support its Internal Control Office. The services include conducting audits, monitoring activities, and preparing legal accounting and financial reports to fulfill the office's mission. These activities will help implement the office's action plan and ensure compliance with institutional requirements.
Central Administrative and Accounting Office Personnel Services
This is a draft tender notice for personnel services from the Central Administrative and Accounting Office. The procurement is currently in preliminary status and subject to further development. No specific contract details or requirements are available at this stage.
Keep reading for free. Pay only when you need workspace actions.
This record stays public. Upgrade only when you want alerts, exports, OCR packs, and autopilot workflows inside the private workspace.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.