Invitation to Tender in the open procedure for public procurement 24/16

Facility Protection Plan Service 

Invitation to Tender in an Open Procedure for Public Procurement

     

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:

sasa.ivanovic@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

Facility Protection Plan Service

c)      CPV – Common Procurement Vocabulary

79710000-4 Security services

IV Conclusion of the framework agreement

A framework agreement will be concluded:

¨ no

V Method for determining the subject matter 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;

VI Possibility of submitting alternative bids

¨ no

VII Conditions for participation in the public procurement procedure

a) Mandatory requirements

U may participate in the public procurement procedure only the 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 up to 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:

Naručilac se obratio Ministarstvu unutrašnjih poslova, Direktoratu za bezbjednosno zaštitne poslove i nadzor, koji se aktom broj 011/16-54225/1 od 13.08.2016. godine izjasnio da je Zakonom o zaštiti lica i imovine („Službeni list Crne Gore” broj 01/14) u članu 16 stav 1 i 2 propisano da: Zaštita obavezno štićenih objekata vrši se na osnovu plana zaštite, koji, na osnovu ugovora iz člana 10 ovog zakona, izrađuje privredno društvo, drugo pravno lice i preduzetnik koji obavljaju djelatnost zaštite. Plan zaštite izrađuje lice koje ima visoku školsku spremu i najmanje pet godina radnog iskustva na poslovima zaštite.

b) Optional conditions

b1) Financial capacity

Proof of compliance with the economic and financial capacity requirements is provided by submitting:

No need to provide

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:

x 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;

x 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;

x statements on the engaged technical staff and other experts, the manner of their engagement, and the provision of appropriate working conditions;

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

x  a declaration regarding the technical equipment, qualifications and capacities available to the tenderer for the performance of the specific services;

x  evidence of an established quality management system:

ISO 9001:2008 certification in the field of protection of persons and property (QMS).

x  proof of an established system of workplace safety:

Certificate of the Occupational Health and Safety Management System OHSAS 18001:2007 for the protection of persons and property.

x 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 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 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  Place and time of performance of the contract

a) The contract period is 90 (ninety) days from the date of conclusion of the contract.

b) Place of performance: Pljevlja, Bijelo Polje-Ribarevine, Berane, Mojkovac, Bar, Ulcinj, Herceg Novi, Tivat, Budva, Nikšić, Cetinje, Danilovgrad, Podgorica and Virpazar.

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:

¨ lowest offered pricenbsp;                        &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 19 October 2016 to 11:30 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  19 October 2016 at 12:00, at the premises of the Montenegrin Electricity Transmission System at the address 18 St. Petar Cetinjski Boulevard, Podgorica.

The deadline for submitting bids has been shortened from 37 to 23 days due to the urgency of the public procurement in question, given that CGES AD Podgorica does not have protection plans for the objects under mandatory protection, in accordance with Article 16 of the Law on the Protection of Persons and Property ("Official Gazette of Montenegro" no. 01/14, 06/14).

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 days from the date of the public opening of bids.

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

Payment terms and method

Payment is due within 30 days of the service being performed..

The method of payment is by bank transfer.

¨  Financial Security for Public Procurement Contracts

 

The bidder whose bid is selected as the most advantageous is required to provide the client with a bond for the proper execution of the contract, in the amount of 5% of the contract value, with a validity period 30 days longer than the contractual term.