Freight forwarding import and export services
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: | Website: |
II Type of procedure
— open procedure.
III Subject of the public procurement
a) Type of public procurement item
¨ Services
b) Description of the public procurement item
Freight forwarding import and export services The subject of the public procurement is the provision of a service. representation before customs authorities throughout Montenegro by a specialised legal entity for a period of one year. Freight forwarding import-export services include all necessary procedures and customs formalities: obtaining customs clearance and the official notification to the Client by the forwarder that the requested service has been completed, up to and including the delivery and storage of the goods at the Client's instruction within the territory of Podgorica. The freight forwarder is obliged to provide the possibility of using bank guarantees for the placing of goods into free circulation and bank guarantees for temporary admission and active processing. |
c) CPV – Common Procurement Vocabulary
63523000-1 Port and forwarding agency services |
IV Conclusion of the framework agreement
A framework agreement will be concluded:
¨ no
V Method of determining the object 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 value including VAT €20,000.00;
I canćSubmission of 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:
In accordance with Article 65 of the Public Procurement Law, the contracting authority referred the matter to the competent authority, the Customs Administration of Montenegro, which, by decision number: D-14030/2 of 9 November 2015, stated that the bidders in the subject public procurement procedure procurement, are required to submit:
- Approval to a company an authorisation issued by the Customs Administration for the performance of representation (freight forwarding) before customs authorities, as well as a licence issued by the Customs Administration for the performance of representation (freight forwarding) before customs authorities for at least one person employed by the bidder;
b) Optional conditions
b1) Financial capacity
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;
b2) Professional and technical competence and staffing capacity
Fulfilling the conditions of professional technical and personnel qualifications in the public procurement procedure service is proven by providing the following evidence:
¨ a list of the main services carried out in the last two years, with values, dates and recipients, along with certificates of services rendered issued by the client or, if the certificates cannot be provided for reasons not attributable to the bidder, a declaration by the bidder regarding the services performed, stating the reasons why they are unable to provide the certificates;
¨ statements regarding the educational and professional qualifications of the bidder, or the qualifications of management personnel and, in particular, the qualifications of personnel responsible for providing the specific services;
¨ statements on the engaged technical staff and other experts, the manner of their engagement, and the provision of appropriate working conditions;
¨ a declaration regarding the technical equipment, qualifications and capacities available to the tenderer for the performance of specific services,
¨ Statements of intent and subject matter of the subcontracting, with a list of subcontractors, or sub-suppliers, including their full details (name, address, percentage participation, etc.).
8. Validity of the offer
The validity period of the tender is 90 days from the date of the public opening of tenders.
The bidder is obliged to provide an unconditional, callable guarantee for the tender in the amount of 2% of the estimated value of the public procurement, as a guarantee of their commitment to the tender during its validity period and for 10 days after its expiry.
X Date and place of executiontermination of the contract
a) The contract completion period is 12 months from the date of signing the contract.
b) The place of performance of the contract is the facilities of Crnogorski elektroprenosni sistem AD.
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:
¨ most beautifulžand offerđThe price is for one person. number of points 100
XIII Time and place for submission of tenders and public opening of tenders
Bids are submitted on working days from 8 a.m. to 2 p.m., until 11:30 a.m. on 05.02.2016.
Offers may be submitted:
— by direct delivery to the client's archives at 18 Bulevar Svetog Petra Cetinjskog, Podgorica
— by recommended delivery with a return address at 18 Bulevar Svetog Petra Cetinjskog, Podgorica.
The public opening of bids, which may be attended by authorised representatives of the bidders with an attached power of attorney signed by an authorised person, will be held on 05.02.2016 at 12:00 hours, at 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 (ninety) days from the date of the public opening of bids.
XV Other data and conditions relevant to the conduct of the public procurement procedure
Deadline and method of paymentchange
Payment term for freight forwarding services: 30 days from the date of invoice receipt.
The period and conditions for deferred payment of customs duty, following the lodging of a tenderer's bank guarantee as a form of security for the payment of customs duty, is 30 days from the date of receipt. invoices, without additional costs and interest thereon.
The method of payment is by bank transfer, to the Contractor's account.
¨ Financial Security for Public Procurement Contracts
The bidder whose offer is selected as the most favorable is required to provide the contracting authority with a performance guarantee in the amount of 5% of the contract value before concluding the public procurement contract.