Invitation to open public procurement procedure 41/15

PROCUREMENT OF SCADA SYSTEM FOR NATIONAL DISPATCH CENTER (procurement and implementation of new SCADA/EMS system in the National Dispatch Center (NDC) and Reserve Dispatch Center (RDC)) includes procurement of goods and implementation of new SCADA/EMS system, consisting of design, integration and parameterization, testing, delivery, installation, commissioning, trial operation with availability testing and handover.

 

 

            Invitation For public competition in an open public procurement procedure

     

Orderer's details

Client:

Montenegrin Electricity Transmission System AD

Information point:

Saša Ivanović

Address:

18 St. Peter of Cetinje Boulevard

Postcode:

81000

Headquarters:

Podgorica

PIB (Registration number):

02751372

Telephone:

+382 (20) 414-700

Fax:

+382 (20) 244-492

E-mail address:

sasa.ivanovic@cges.me

Website:

www.cges.me

II Type of procedure

— open procedure.

III Subject of the public procurement

a)      Type of public procurement item 

 Robe

b) Description of public procurement subject PROCUREMENT OF SCADA SYSTEM FOR NATIONAL DISPATCH CENTER (procurement and implementation of new SCADA/EMS system in the National Dispatch Center (NDC) and Reserve Dispatch Center (RDC)) includes procurement of goods and implementation of new SCADA/EMS system, consisting of design, integration and parameterization, testing, delivery, installation, commissioning, trial operation with availability testing and handover.

To become more familiar with the subject of public procurement, potential bidders are recommended to visit the Contracting Authority's location. To arrange this visit, contact the information contact person. All costs of visiting the Contracting Authority's location are borne by the potential bidder.

c) CPV – Common procurement vocabulary 42961200-2 SCADA or equivalent system 

IV Conclusion of the framework agreement

A framework agreement will be concluded:

 ne

V Method of determining the object and Estimated value of the public procurement:

 Procijenjena vrijednost predmeta nabavke bez zaključivanja okvirnog sporazuma

Predmet javne nabavke se nabavlja:  kao cjelina, procijenjene vrijednosti sa uračunatim PDV-om 2.500.000,00 €;

I canćSubmission of alternative bids

 ne

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.

Proving fulfilment of mandatory conditions Fulfilment of mandatory conditions is proven by submitting:

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:

 In accordance with article 65 of the PPL, the Contracting Authority submitted request number 12554 dated 19.10.2015 to the Engineering Chamber of Montenegro, which stated in document number 01-4441/3 dated 28.10.2015 that a business entity, legal entity, or entrepreneur should possess licenses for:

 Izradu projekata elektroinstalacija slabe struje

 Izradu projekata elektroinstalacija jake struje

 Izvođenje elektroinstalacija slabe struje

 Izvođenje elektroinstalacija jake struje

The bidder, i.e. business entity, legal entity, or entrepreneur should have employed engineers who possess licenses for:

 Izradu projekata elektroinstalacija slabe struje

 Izradu projekata elektroinstalacija jake struje  Rukovođenje izvođenjem elektroinstalacija slabe struje

 Rukovođenje izvođenjem elektroinstalacija jake struje

b) Optional conditions

 

b1) Financial capacity

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

 izvještaja o računovodstvenom i finansijskom stanju – bilans uspjeha i bilans stanja sa izvještajem ovlašćenog revizora u skladu sa zakonom kojim se uređuje računovodstvo i revizija, najviše za posljednje dvije godine, odnosno za period od registracije;

 odgovarajućeg bankarskog izvoda, potvrde ili izjave o finansijskoj sposobnosti ponuđača;

b2) Professional and technical competence and staffing capacity

Fulfilment of professional-technical and personnel qualification conditions in the goods public procurement procedure is proven by submitting the following evidence:

 mjera za obezbjeđenje sistema upravljanja kvalitetom;

The bidder is required to provide ISO 9001:2008 Certificate

– The quality management system should encompass development, delivery and implementation processes of transmission power system management systems

 izjave o angažovanom tehničkom osoblju i drugim stručnjacima i načinu njihovog angažovanja i osiguranju odgovarajućih radnih uslova;

 opisa roba koje su predmet isporuke, a čiju je vjerodostojnost ponuđač obavezan potvrditi, ukoliko to naručilac zahtijeva;

Ponuđač je u obavezi da dostavi opis robe koja je predmet isporuke, pod imenom “Opis ponuđenog tehničkog rješenja SCADA/EMS sistema”, u kojem se detaljno opisuje ponuđeno tehničko rješenje ponuđača koje nedvosmisleno mora potvrditi ispunjenost zahtjeva iz Tehničkih specifikacija. Obavezuje se Ponuđač da prilikom popunjavanja priložene Tabele tehničkih zahtjeva upiše referencu na broj strane i broj paragrafa, pasusa ili sekcije iz dostavljenog “Opisa ponuđenog tehničkog rješenja SCADA/EMS sistema”, kako bi Naručilac utvrdio vjerodostojnost podataka o ispunjenosti postavljenih tehničkih zahtjeva.

  izjave o namjeri i predmetu podugovaranja sa spiskom podugovarača, odnosno podizvođača sa bližim podacima (naziv, adresa, procentualno učešće i sl.);

 

8. Validity of the offer

Bid validity period is 120 days from the date of public opening of bids.

 

IX Offer Guarantee

 da

The bidder is required to provide an unconditional and on first demand payable bid guarantee in the amount of 2% of the estimated value of public procurement, as a guarantee of remaining bound by the bid during the bid validity period and seven (7) days after the bid validity expires.

 

X  Date and place of executiontermination of the contract

a) Contract execution deadline is 730 calendar days from the date of contract conclusion.

b) Place of contract execution is National Dispatch Center – Podgorica and Reserve Dispatch Center - Podgorica.

 

XI Language of the offer:

 crnogorski jezik ili drugi jezik koji je u službenoj upotrebi u Crnoj Gori, u skladu sa Ustavom i zakonom Ponuđač je u obavezi da “Opis ponuđenog tehničkog rješenja SCADA/EMS sistema” dostavi na crnogorskom jeziku ili drugim jezicima koji su u službenoj upotrebi u Crnoj Gori, kao i na engleskom jeziku. Za postupak pregleda, ocjene i vrednovanja ponude relevantna je verzija na crnogorskom jeziku ili drugim jezicima koji su u službenoj upotrebi u Crnoj Gori. Naručilac je tendersku dokumentaciju pripremio na crnogorskom jeziku sa napomenom da su određeni termini i na engleskom jeziku zbog uobičajenog korišćenja u praksi.

 engleski jezik za djelove ponude koji se odnose isključivo na:

 Tehničku dokumentaciju (tehničke karakteristike ponuđene robe, sertifikati)

 Grafičke prikaze, dijagrame i tabele u “Opisu ponuđenog tehničkog rješenja SCADA/EMS sistema” uključujući i termine koji su u Tenderskoj dokumentaciji dati na engleskom jeziku

 

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

 najniža ponuđena cijena

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

Bids are submitted on working days from 08:00 to 14:00 hours, until 28.01.2016 until 11:30 hours.

Offers may be submitted:

 neposrednom predajom na arhivi naručioca na adresi ulica Bulevar Svetog Petra Cetinjskog 18, Podgorica.

 preporučenom pošiljkom sa povratnicom na adresi Bulevar Svetog Petra Cetinjskog 18, Podgorica, Crna Gora.

 

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 28.01.2016 at 12:00 hours, in the premises of Montenegrin Transmission System AD at the address Bulevar Svetog Petra Cetinjskog 18, Podgorica.

 

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

The decision on selection of the most favorable bid will be made within 120 days from the date of public opening of bids.

 

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

Tender documentation in word version can be downloaded from the official CGES website, direct link is www.cges.me/images/fajlovi/Tenderska_dokumentacija_41-15.docx

 

Payment terms and method

Payment deadline is: 30 days from the date of invoice submission

The payment method is:

a) Advance payment – thirty percent (30%) of the contract price will be paid in advance within thirty (30) days after signing the Contract and issuance of the Supplier's invoice.

b) Twenty percent (20%) of the contract price will be paid within thirty (30) days after successful FAT testing of the SCADA/EMS system, which is confirmed by "Certificate of successful FAT completion", issued by the Contracting Authority. The Supplier undertakes to issue an invoice for this part of the contract price immediately after issuance of the Certificate of successful FAT completion (FAT – Factory Acceptance Test – testing consists of testing at the Supplier's premises, which will be performed at the Supplier's premises before delivery, installation and implementation at the Contracting Authority). The Supplier will demonstrate at its location (in the presence of the Contracting Authority's representatives) the system operation which must be fully compliant with requirements from Tender documentation.

c) Forty percent (40%) of the contract price will be paid within thirty (30) days after successful SAT testing of the SCADA/EMS system (SAT – Site Acceptance Test – tests conducted by the Supplier for final verification of functionality, completeness and proper system operation), which is confirmed by "Certificate of successful SAT completion", issued by the Contracting Authority. The Supplier undertakes to issue an invoice for this part of the contract price immediately after issuance of the Certificate of successful SAT completion.

d) Ten percent (10%) of the contract price will be paid within thirty (30) days from proper handover of the SCADA/EMS system.

The Supplier undertakes to issue an invoice for this part of the contract price after signing the Handover Record. For proper handover, signing of the Record by the Contracting Authority is necessary.

 

 

 Sredstva finansijskog obezbjeđenja ugovora o javnoj nabavci

The bidder whose offer is selected as the most favorable is required to provide the Contracting Authority before concluding the public procurement contract:

 garanciju za avansno plaćanje u iznosu ugovorenog avansa, sa rokom važenja za vrijeme ukupnog trajanja ugovora.

 garanciju za dobro izvršenje ugovora u iznosu od 5% od vrijednosti ugovora sa rokom važenja 30 (trideset) dana dužim od ugovorenog roka.

 garanciju za otklanjanje nedostataka u garantnom roku u iznosu od 5% od vrijednosti ugovora sa rokom važenja 30 dana dužim od ugovorenog garantnog roka.