Invitation to Tender No. 26/15

Business Process Mapping Consultancy Service

 

    Invitation For public competition in an open public procurement procedure

     

Orderer's details

Client:

Montenegrin Electricity Transmission System AD

Person for providing information: Rajka Kecojevic

Address:

18 St. Peter of Cetinje Boulevard

Postcode: 81000

Headquarters:

Podgorica

PIB (Registration number): 02751372

Telephone: +382 (20) 407 654

Fax: +382 (20) 244-492

Electronic mail (e-mail):

rajka.kecojevic@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

Business Process Mapping Consultancy Service

c)      CPV – Common Procurement Vocabulary

79411100-9 Business development consultancy 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: €170,000.00

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;

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;

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;

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

¨  evidence of an established quality management system:

o   ISO 9001

¨  evidence of an established information security management system (if the subject of the service is in the field of information technology):

o   ISO 27001

8. Validity of the offer

The validity period of the offer is 90 (ninety) days from the date of the public opening of bids.

  IX Offer Guarantee

¨ to

The bidder is obliged to provide an unconditional, first-demand tender bond in the amount of 1% 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 (five) days after its expiry.

X  Date and place of executiontermination of the contract

a) The contract completion period is a maximum of 120 days from the date of contract conclusion.

b) The place of performance of the contract is The CGES administrative building in Podgorica.

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

Offers are submitted on weekdays. from 11:00 to 14:00, up to and including the day 18 September 2015 to 11:00 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.

The public opening of tenders, which may be attended by authorised representatives of the tenderers with an attached power of attorney signed by an authorised person, will be held on  18 September 2015 at 11:30 a.m., at the premises of the Montenegrin Electricity 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 terms are: Payment shall be made within 30 days of the invoice date for the services provided for the delivery of the BPM tool Licence, and within 30 days of the invoice date for the Consultancy services for the BP Governance analysis.

The method of payment is by payment into the supplier's current 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 performance bond in the amount of 5% of the contract value with a validity period of 90 (ninety) days longer than the agreed service delivery period.

The client did not provide for the possibility of subcontracting.