INVITATION TO TENDER 25/15

Property Insurance CGES AD Podgorica 

 

   Invitation For public competition in an open public procurement procedure

     

Orderer's details

Client:

Montenegrin Electricity Transmission System AD

Information point:

Nela Asanović, Specialist in Science

Address:

18 St. Petar Cetinjski Boulevard

Postcode:

81000

Headquarters:

Podgorica

PIB (Registration number): 

02751372

Telephone:

414-701

Fax:

two hundred and forty-four to four hundred and ninety-two

E-mail address:

nela.asanovic@cges.me

Website:

www.cges.me

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

The subject of the public procurement is a service – Property insurance for CGES AD Podgorica (for a period of 12 months), in accordance with the specification given in the tender documentation.

c)      CPV – Common Procurement Vocabulary

66515200-5  Property insurance services

IV Conclusion of the framework agreement Not provided for.

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

¨ Estimated value of the procurement

The subject of the public procurement is procured as a whole. Estimated value €280,000.00.

                                                                         

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:

The Client approached the competent authority, the Insurance Supervision Agency, which, by act no. 03-606/2-15 of 08.07.2015, the competent authority, the Insurance Supervision Agency, stated by act no. 03-606/2-15 of 08.07.2015 that insurance companies holding a licence issued by the Insurance Supervision Agency to conduct non-life insurance business may participate as bidders in this public procurement procedure.

b) Optional conditions

beautiful) 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 one or more of the following proofs:

- 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 from the bidder on the average annual number of employees and the number of persons performing managerial functions over the last three years;

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

The bidder is obliged to provide an unconditional, first-demand tender guarantee in the amount of 2% of the estimated value of the public procurement, as a guarantee of their commitment to the tender during the validity period of the tender and for 5 days after its expiry.

X  Date and place of executiontermination of the contract

a) The contract completion date is: 12 months from the date of contract conclusion.

b) The place of performance of the contract is: CGES AD Objects, Montenegro    

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:

¨ economically most favourable offer, will followćand sub-criteria:

¨ the lowest price offered                                                           number of points       60    

¨ quality                                                                                     number of points       40    

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

Offers are submitted on weekdays from 8 a.m. to 2 p.m. as of 27.08.2015. 12:00 noon

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 27.08.2015 at 12:30, at the premises of the Montenegrin Transmission System AD Podgorica, at 18 Bulevar Svetog Petra Cetinjskog, 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 60 days of the public opening of bids.

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

Predmet javne nabavke je oslobođen plaćanja PDV-a. Shodno članu 27 stav 1 tačka 1 Zakona o porezu na dodatu vrijednost (Sl.list RCG br. 65/01,12/02,38/02,72/02, 21/03,76/05, i 04/06 i Sl.list CG br.16/07) usluge osiguranja i reosiguranja oslobođene su plaćanja poreza na dodatu vrijednost.

Deadline and method of paymentchange

-     Payment term: Insurance premium to be paid in instalments by the 30th of each month for the preceding month, upon receipt of invoice.  

-     The method of payment is by bank transfer in 12 equal monthly instalments.

The deadline for payment of a compensation claim shall not be longer than 14 (fourteen) days from the date receipt of the whole damage settlement documentation

¨  Financial Security for Public Procurement Contracts

 

The bidder whose bid is selected as the most advantageous is required to provide the procuring authority with a bond for the proper performance of the contract in the amount of 5% of the contract value before the conclusion of the public procurement contract.