Invitation to Tender in the open procedure for public procurement 17/16

Replacement of phase conductors, part of the insulators and part of the suspension and connection equipment on the 110 kV Herceg Novi – Trebinje transmission line

 

 

 

   Invitation For public competition in an open public procurement procedure

     

Orderer's details

Client:

Montenegrin Electricity Transmission System AD

Information point:

Rajka Kecojević

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

¨ Works

b)     Description of the public procurement item

Replacement of phase conductors, part of the insulators and part of the suspension and connection equipment on the 110 kV Herceg Novi – Trebinje transmission line

c)      CPV – Common Procurement Vocabulary

Electrical power line construction works

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 €166,500.00;

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.

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 addressed the Engineering Chamber of Montenegro, which, by act number 01-2135/3 of 17.06.2016, stated that in the subject public procurement procedure, a company, a legal entity, or a sole trader, must possess a licence for: 

Conducting surveying works

Performing electrical installations for high-current systems

 and employed engineers licensed for:

Management of surveying works

Management of the installation of high-voltage electrical installations

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 works is proven by the submission of the following evidence, namely:

¨ Lists of works on overhead lines at 110 kV and above, carried out in the last three years, with the deadlines for their completion, including the value, duration and location of the works.

¨ 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:

• IEC standards:

            Insulators – IEC 60 383, IEC 60 305, IEC 60 120 and IEC 60 372;

            Phase conductors – IEC 61089, IEC 60889 and IEC 60888

            Hanging and coupling equipment – IEC 61 284

8. Validity of the offer

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

 IX Offer Guarantee

¨ to

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 (five) days after its expiry.

X  Date and place of executiontermination of the contract

a) The contract completion date is 30 days from the date of commencement.

b) The place of performance of the contract is is the 110 kV Herceg Novi – Trebinje transmission line.

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 08:00 to 14:00, up to and including the day 13 September 2016 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  13 September 2016 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

The payment deadline is: Payment of a 20% advance on the agreed value within 30 (thirty) days of the date of signing the contract, and the remaining balance within 30 (thirty) days. in accordance with the established temporary situations and the final situation.

The method of payment is by bank transfer to the supplier's account.

¨  Financial Security for Public Procurement Contracts

The supplier whose offer is selected as the most advantageous is obliged to provide the client with:

-           a performance bond in the amount of 5% of the contract value with an expiry date 30 (thirty) days longer than the agreed completion date.

-          A guarantee for the refund of the advance payment in the amount paid, with a validity period. thirty  Each day the work is delayed beyond the agreed completion date.

-          A guarantee for the remedy of defects during the warranty period, in the amount of 5% of the contract price, which shall last thirty days longer than the agreed guarantee period.