Upgrade of the existing Alcatel-Lucent 1350 OMS platform for the management and monitoring of the CGES telecommunications system (Supply of equipment, software installation, design, technical support and Maintenance system)
Orderer's details
Client: | Contact person: |
Address: | Postcode: |
City: | Identification number: |
Telephone: | Fax: |
Electronic mail (e-mail): | 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
(Upgrade of the existing Alcatel-Lucent 1350 OMS platform for the management and monitoring of the CGES telecommunications system (Supply of equipment, software installation, design, technical support and Maintenance system) |
c) CPV – Common Procurement Vocabulary
(48820000-2 Server 32420000-3 Network equipment 30214000-2 Workstations 71320000-7 Technical design services Software configuration services 72253000-3 Helpdesk and support services 50324100-3 System maintenance services |
IV Conclusion of the framework agreement
A framework agreement will be concluded for the procurement subject as a whole.
The framework agreement is concluded for a period of: 3 years.
The public procurement contract based on the framework agreement is concluded for a period of 12 months.
A framework agreement will be concluded with the 3 highest-ranked bidders.
Immutable elements of the framework agreement:
1) subject of the procurement;
2) conditions for participation in the public procurement procedure;
3) the total estimated value of the public procurement;
4) the total estimated value of the procurement subject matter for the first year of application of the framework agreement;
5) the total offered price and the offered individual prices for the first year of application of the framework agreement;
Variable elements of the framework agreement: none
Method of concluding a public procurement contract:
- directly, based on the terms of the framework agreement and the tenders submitted before the conclusion of the framework agreement, without a repeated call for tenders.
V Method of determining the object and Estimated value of the public procurement:
Estimated value of the procurement item with by concluding the framework agreement
Total estimated value of the public procurement as a whole The total amount for the duration of the framework agreement, including VAT, is €240,000.00.
The estimated value of the subject matter of the public procurement for the first year of the framework agreement is €140,000.00, and for the following two years, €50,000.00 each.
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:
A company, a legal entity or a sole trader must hold licences for: -Installation of low-current electrical systems A company, a legal entity or a sole trader must employ engineers who hold licences for: Managing the installation of low-current electrical systems |
b) Optional conditions
b1) Financial capacity
Compliance with the economic and financial capacity requirements is not demonstrated.
b2) Professional and technical competence and staffing capacity
Compliance with the requirements for professional, technical and personnel qualifications in this public procurement procedure for services is demonstrated by submitting:
¨ 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 on 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 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.).
As the subject of the procurement includes the supply of goods, compliance with the requirements for professional, technical and personnel qualifications in this public procurement procedure is also demonstrated by submitting:
— other certificates (attestations) issued by conformity assessment bodies whose competence is recognised, which, by means of a clearly defined reference to the relevant specifications or standards, attest the suitability of goods, and:
for Level 2, MrEastern switch It should support the standards: IEEE 802.1D Spanning Tree Protocol, IEEE 802.1p CoS Prioritization, IEEE 802.1Q VLAN, IEEE 802.1s, IEEE 802.1w, IEEE 802.1x, IEEE 802.1AB (LLDP), IEEE 802.3ad, IEEE 802.3af, IEEE 802.3ah (100BASE-X single/multimode fibre only), IEEE 802.3x, IEEE 802.3 10BASE-T, IEEE 802.3u 100BASE-TX, IEEE 802.3ab 1000BASE-T, IEEE 802.3z 1000BASE-X , 100BASE-LX (SFP), 1000BASE-SX (SFP)
8. Validity of the offer
90 days from the date of the public opening of bids.
The bidder is obliged to provide an unconditional, first-demand tender bond in the amount of 2%. total the estimated value of the public procurement as a guarantee of adhering to the offer during the validity period of the offer and 5 on the day after the offer expires.
X Execution date and placetermination of the contract
a) The contract period is 12 months from the date of conclusion of each individual annual contract.
b) Place of performance:
Number | Location |
01 | NDC Podgorica |
02 | TS Podgorica 1 |
03 | TS Podgorica 2 |
04 | TS Podgorica 4 |
05 | CGES Podgorica Administration Building |
06 | The Serbian toothed whiting |
07 | TS Plevlja 1 |
08 | TS Plevlja 2 |
09 | HE Piva |
10 | Mojkovac Substation |
11 | TS Berane |
12 | HE Perućica |
13 | TS Nikšić |
14 | EPCG Nikšić |
15 | TS Herceg Novi |
16 | TS Kotor |
17 | Tivat Airport |
18 | TS Budva |
19 | TS Cetinje |
20 | TS Virpazar |
21 | Tennis Serves |
22 | Trebinje |
23 | TS Podgorica 3 |
24 | TS Ulcinj |
25 | TS Danilovgrad |
26 | TS Vilusi |
27 | TS Klićevo |
28 | TS Brezna |
29 | TS Krnovo |
30 | TS Lastva |
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.
English for the parts of the offer relating to Technical specificationsand quality, technical documentation
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 between 8 a.m. and 2 p.m., until 11:30 a.m. on 1 June 2017.
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 01.06. 2017. 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 1 June 2017 at 12:00 noon at the premises of Crnogorski elektroprenosni sistem AD Podgorica at 18 Bulevar Svetog Petra Cetinjskog, Podgorica.
In accordance with Article 90, paragraph 2 of the Public Procurement Law, the Client has decided to shorten the deadline for submitting bids to 22 days for the following reasons the connection of the 110/35 kV Brezna substation and the Krnovo wind farm, or alternatively the 110/35 kV Krnovo substation, to the Montenegrin electricity system, which makes it urgently necessary to upgrade the system. for the management and supervision of the telecommunications system CGES
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 30 days of the public opening of bids.
XV Other data and conditions relevant to the conduct of the public procurement procedure
Terms and conditions of payment: An advance of 20% of the annual contract price for the first year of the framework agreement, with the remainder in equal monthly instalments upon completion of the quantitative and qualitative receipt and release. System in operation and the submission of a proper invoice, within 30 days of the previous month, by Virmanski payment into the Account of the Executor. For annual contracts in in the second and third year of the framework agreement: in equal monthly instalments within 30 days of receipt of a proper invoice for the previous month, by Virmanski payment into the Account of the Executor.
Warranty period: minimum 24 months from today completion of the quantitative-qualitative intake and release system into operation Delivery and performance: at the Client's premises specified as the locations for performance of the contract.
¨ Financial Security for Public Procurement Contracts
The bidder whose bid is selected as the most advantageous is obliged to provide the first annual contract. the first year of the implementation of the framework deliver the agreement to the client:
a guarantee for the advance payment in the amount of the agreed advance, with a validity period 30 (thirty) days longer than the agreed term.
a performance bond in the amount of 5% of the contract value without the right of objection, which takes effect on the date of issue and by which it unconditionally and irrevocably guarantees the full and conscientious performance of its contractual obligations, with a validity period 30 (thirty) days longer than the agreed period
For the second and third annual contracts: a performance bond in the amount of 5% of the contract value without the right of objection, which shall take effect on the date of issue and by which it unconditionally and irrevocably guarantees the full and conscientious performance of its contractual obligations, with a validity period 30 (thirty) days longer than the agreed period.
Data confidentiality: No.