Invitation to open procedure for public procurement 54/15

Izgradnja DV 110 kV Virpazar–Ulcinj (Izrada Glavnog projekta sa detaljima za izvođenje, elaborata eksproprijacije, isporuka opreme, montaža, izvođenje radova i izrada pristupnih puteva, sve po sistemu „ključ u ruke“) . 

 

 

Invitation to Tender in an Open Procedure for Public Procurement

     

Orderer's details

Client:

Montenegrin Electricity Transmission System AD

Person to contact for information: Igor Radusinović

Address:

18 St. Peter of Cetinje Boulevard

Postcode: 81000

Headquarters:

Podgorica

PIB (Registration number):  02751372

Telephone: +382 (20) 407 698

Fax: +382 (20) 244-492

Electronic mail (e-mail):

igor.radusinovic@cges.me

Website: www.cges.me

II Type of procedure

– open procedure.

 

III Subject of the public procurement

a)      Type of public procurement item

¨ Works

b)     Description of the public procurement item

Izgradnja DV 110 kV Virpazar–Ulcinj (Izrada Glavnog projekta sa detaljima za izvođenje, elaborata eksproprijacije, isporuka opreme, montaža, izvođenje radova i izrada pristupnih puteva, sve po sistemu „ključ u ruke“) .

c)      CPV – Common Procurement Vocabulary

Electrical power line construction works

IV Conclusion of the framework agreement

Will be concluded oframework agreement:

¨ no

V Method for determining the subject matter and estimated value of the public procurement:

¨ Estimated value of the procurement without Concluding the framework agreement

The subject of the public procurement is being procured:

¨ as a whole, estimated values including VAT 6.783.000,00 €.

VI Possibility of submitting alternative bids

¨ no

VII Conditions for participation in the public procurement procedure

a) Mandatory requirements

Only a tenderer who:

1) is entered in the register with the authority competent for the registration of business entities;

2) has duly fulfilled all its tax and social security contributions obligations in accordance with the law, or the regulations of the state in which it is established;

3) prove that he or his legal representative has not been convicted by a final judgment for any of the criminal offences of organised crime involving corruption, money laundering and fraud;

4) has a permit, licence, approval or other authorisation to carry out the activity that is the subject of the public procurement, if this is required by a special law.

The conditions of paragraph 1 of this point do not apply to natural persons: artists, scientists and cultural creators.

Proof of compliance with mandatory requirements

Compliance with the mandatory requirements is demonstrated by providing:

1) proof of registration with the competent authority for the registration of business entities, with details of the bidder's authorised representatives;

2) a certificate issued by the tax authority confirming that all tax and contribution obligations have been duly declared, calculated and paid up to 90 days prior to the date of the public tender opening, in accordance with the regulations of Montenegro, or the regulations of the country in which the tenderer is headquartered;

3) a certificate from the competent authority issued on the basis of the criminal record, which must not be older than six months as of the date of the public opening of bids;

4) proof of possession of a valid permit, licence, approval, or other act issued by the competent authority, namely:

A business entity, legal entity, or entrepreneur, in accordance with the opinion of the Engineering Chamber of Montenegro no. 01-4413/8 dated 10.11.2015, should possess licenses for:

 

 

The contracting authority contacted the Ministry of Economy, which stated in document no. 07-2409/2 dated 04.11.2015 that bidders in this public procurement procedure are required to provide: A license for the preparation of geological exploration projects, performing one or more types of geological exploration and preparation of studies on the results of geological exploration for engineering-geological and geotechnical investigations, issued by the Ministry of Economy in accordance with the Law on Geological Explorations.

b) Optional conditions

b1) economic-financial capability

Proof of compliance with the economic and financial capacity requirements is provided by submitting:

¨ reports on the accounting and financial position – profit and loss account and balance sheet with a report from an authorised auditor in accordance with the law governing accounting and auditing, for the last two years at most, or for the period since registration;

¨ a relevant bank statement, certificate or declaration of the bidder's financial capacity;

¨ proof of insurance for damage from relevant professional risk.

b2) Professional and technical competence and staffing capacity

¨

Fulfilling the conditions of professional, technical and personnel qualifications in the public procurement procedure works is proven by submitting one or more of the following documents, namely:

¨ Lists of works carried out in the last five years, with the deadlines for their completion, including their value, duration and location.

¨ appropriate documents issued by competent state authorities or competent local government authorities:

Use permit or appropriate document confirming that the constructed facility is ready for use in accordance with the national legislation of the bidder's country

¨ statements regarding the educational and professional qualifications of the bidder, the qualifications of management personnel and, in particular, the qualifications of the personnel responsible for carrying out the specific works;

¨ statements regarding the engaged technical staff and other experts, particularly for quality control, and the manner of their engagement;

¨ statements on the average annual number of employees and the number of managerial staff over the last three years;

¨ statements on the technical equipment available to the tenderer for the execution of the specific works;

¨ statements of intent and subject matter of the subcontracting, or engagement of subcontractors, including a list of subcontractors with detailed information (name, address, percentage of participation, etc.).

¨

If the subject matter also includes the procurement of goods and services necessary for the performance of the works, the client may also stipulate the conditions for the procurement of those goods and services.

Fulfilling the conditions of professional, technical and personnel qualifications in the public procurement procedure goods is proven by providing the following evidence:

1) description of goods that are the subject of delivery, the authenticity of which the bidder is obliged to confirm if required by the contracting authority;

-             Silhouette of pole and Safety clearance diagram

-             Drawing of insulators and insulator strings

-             Drawing of suspension set for suspension fittings for OPGW

-             Drawing of tension set for suspension fittings for OPGW

-             Drawings of dampers vibration for conductor and for OPGW

For disconnectors:

– circuit diagrams

– measurement sketch

– instructions for installation and maintenance in operation

– order numbers of assemblies and equipment elements       

– list of mandatory and recommended spare parts for maintenance

2)  other certificates, certificates (confirmations) issued by conformity assessment bodies or authorities whose competence is recognized, and which confirm the suitability of goods by clearly established reference to appropriate specifications or standards;

Evidence for procurement of goods from the following technical tables:

1.             POLE STRUCTURE

Project based on standard

EN10025/27

ISO 9001

-          Type test  - One suspension and one tension pole of maximum height should be tested in an accredited laboratory in accordance with IEC 60652.

2.      CONDUCTOR AlFe 240/40 mm2

Standards

 

 

JUS N.C1.351

IEC 60104,

IEC 60105

IEC 60889,

IEC 60383

-          Type test

3.      INSULATORS U120BS

Standards

IEC 60120

IEC 60305

IEC 60372

IEC 60383

IEC 60437

IEC 60672

IEC 61211

IEC 60575

JUS N.F1.011

-          Type test for insulators

-          Report from type testing

3.2. SUSPENSION FITTINGS

Standards:

For material and construction

IEC 60120

IEC 60372

EN ISO 1461

JUS F.N2.010

For factory tests

IEC 60383

IEC 61284

JUS F.N2.010

3.3 SUSPENSION FITTINGS FOR OPGW

Standards:

IEC 61284

IEC 61232

EN ISO 1461

JUS N.F2.010

3.5. VIBRATION DAMPERS

Standards

IEC 61897

EN ISO 1461

JUS N.F2.010

4. OPGW CABLE

 Standards

a.       For optical fibers

IEC 60793

b.      For OPGW

IEC 60794-4-1,

IEEE 1138

c.       For wrapping wires

IEC 60104 A,

IEC 61232

4.3.OPTICAL SPLICE BOXES

Standards

ITU-TT G.652D & G.655C,

IEC 60793 – 1 and 2,

IEC 60794 – 1 and 2,

IEC 529

4.4.UNDERGROUND OPTICAL CABLE

 Standards

IEC 60 794-1

EC 60794-1-E3

IEC 60794-1-E4

5.      CIRCUIT BREAKERS 110kV

Standards

IEC 60056

IEC 62771

IEC 60267

IEC 60427

ISO 9001

6.1.DISCONNECTORS 110 kV 

– standard

IEC 60265,
IEC 60273,
IEC 60694,
IEC 60815,
IEC 62271-102

ISO 9001

-      report on type tests conducted in accredited laboratories proving the characteristics of disconnectors (the laboratory must possess certificates proving that it is authorized to conduct type tests of high-voltage equipment)

6.2.DISCONNECTORS 110 kV

 standards that the offered disconnector must meet

IEC 60265,
IEC 60273,
IEC 60694,
IEC 60815,
IEC 62271-102

ISO 9001

-      report on type tests conducted in accredited laboratories proving the characteristics of disconnectors (the laboratory must possess certificates proving that it is authorized to conduct type tests of high-voltage equipment)

7.CURRENT TRANSFORMERS

Standards

IEC 60044-1
IEC 60044

ISO 9001

– Type test report

8.VOLTAGE TRANSFORMERS

Standards

IEC 60044-1
IEC 60044

ISO 9001

– Type test report

9.SURGE ARRESTERS

Standards

IEC 60099-4

ISO 9001

– Type test report

10. PROTECTION AND CONTROL

Standard

ISO 9001

11.LV power cables and control cables    

Standards

IEC 60502

ISO 9001

 

8. Validity of the offer

The validity period of the tender is 90 days from the date of the public opening of tenders.

   IX Offer Guarantee

¨ to

The bidder is required to provide an unconditional and callable tender bond in the amount of 2% of the estimated the value of the public procurement, as a guarantee of the bidder's commitment to their bid during the validity period of the offer and  5 on the day after the offer expires.

X  Place and time of performance of the contract

a) The contract completion date is 1278 days from the date of the contract.

b) Place of contract execution is TS 110/35kV Virpazar, TS 110/35kV Ulcinj and route OHL 110 kV Virpazar–Ulcinj.

XI Language of the offer:

¨ The Montenegrin language and the other language which is in official use in Montenegro, in accordance with the Constitution and the law.

12. Criteria for the selection of the most favourable offer:

¨ lowest offered pricenbsp;                        &number of points      100   

XIII Time and place for submission of tenders and public opening of tenders

Offers are submitted on weekdays from 11:00 to 14:00 hours, until 10.02.2016  until 11:30 hour

Offers may be submitted:

¨ by direct delivery to the client's archives at 18 Bulevar Svetog Petra Cetinjskog, Podgorica

¨ by recommended delivery with return address at 18 Bulevar Svetog Petra Cetinjskog, Podgorica.

Public opening of bids, which may be attended by authorized representatives of bidders with attached power of attorney signed by an authorized person, will be held on 10.02.2016 at 12:00 hours, in the premises of the Montenegrin Transmission System at the address 18 St. Petar Cetinjski Boulevard, Podgorica.

Article 14 Deadline for making a decision on the selection of the most favourable offer

The decision on the selection of the most favourable offer will be made within 90 days from the date of the public opening of bids.

XV Other data and conditions relevant to the conduct of the public procurement procedure

Payment terms and method

Deadline payment is: advance payment in the amount of 20% of the contract price within 30 days from signing the Contract and submitting the advance guarantee and advance invoice, and the remainder within 30 days  upon certified  by the Contracting Authority interim and final statements

Payment method is: to the bidder's bank account

¨  Financial Security for Public Procurement Contracts

The bidder whose bid is selected as the most advantageous is obliged to provide the procuring authority with:

¨ a guarantee for the advance payment in the amount of the agreed advance, with a validity period 30 days longer than the total duration of the contract.

¨ performance guarantee in the amount of 5% of the contract value with a duration of at least 60 (sixty) days longer than the expiration of the deadline for completion of works

¨ guarantee for remedying defects during the warranty period  in the amount of 5% of the contract value  with a validity period of 30 days longer than the warranty period  or tatement signed by an authorized person giving consent for the Contracting Authority to retain a deposit of 5% of the contract price with a term of 30 days longer than the warranty period

The bidder may conduct a site visit for works execution (construction site location) during the period from publication of the public invitation until 25.01.2016, on the Contracting Authority's working days between 09:00 and 14:00h. The Bidder is obliged to contact the Contracting Authority in writing at least five days before the site visit with a list of persons who will participate in the visit with personal data from identification documents and a proposed visit date, and the visit date will be agreed with the contact person for the visit. After the visit, a record will be prepared and signed by representatives of the Contracting Authority and the Bidder

Contact persons for the visit:

Minić Bogdan, tel. 067 288 134

Drašković Predrag, tel. 067 505 266.

Non-working days at the Contracting Authority are: 01-11.01.2016.