Physical security of business buildings, substations and associated facilities
I Customer Information
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: | Website: |
II Type of procedure
Open postdull
III Subject of the public procurement
a) Type of public procurement item
¨ Services
b) Description of the public procurement item
Physical security of business buildings, substations and associated facilities |
c) CPV – Common Procurement Vocabulary
79713000-5 Guarding and security 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: 48 months.
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 three highest-ranked bidders.
The public procurement contract based on the framework agreement is concluded for a period of 48 months.
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;
5) inthe purchase offer 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 on the basis of the terms of the framework agreement and the offer 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
The total estimated value of the subject of the public procurement for the duration of the framework agreement, including VAT, is €560,000.00.
Estimated value of the public procurement for the first year of the framework agreement: as a whole, estimated value including VAT €140,000.00;
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 contribution obligations in accordance with the law, or the regulations of the state in which it is headquartered;
3) proves 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 social security contributions 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 established;
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:
Naručilac se aktom broj 7494 od 01.07.2016. godine obratio Ministarstvu unutrašnjih poslova, Direktoratu za bezbjednosno zaštitne poslove i nadzor, koji se aktom broj 223/16-45151/2 od 11.07.2016. godine izjasnio da ,,…shodno odredbama član 9 Zakona o zaštiti lica i imovine («Sl. list CG« broj 01/14) djelatnost zaštite mogu da obavljaju privredno društvo, drugo pravno lice i preduzetnik koji su upisani u Centralni registar privrednih subjekata i imaju odobrenje za obavljanje djelatnosti u skladu sa zakonom. Ovo odobrenje izdaje Uprava policije na osnovu člana 20 Zakona. Odobrenje se izdaje najduže na period od pet godina. Naručilac može da predvidi da ponuđač mora da dokaže da ispunjava i fakultativne uslove koji se odnose na ekonomsko-finansijsku sposobnost i/ili stručno-tehničku i kadrovsku ospo-sobljenost, or that the bidder must state in the declaration of educational and professional qualifications, and in particular the qualifications of the personnel responsible for providing the specific services, that the individuals who will be performing the security duties hold a licence to carry out security work. The permit for carrying out security duties is issued by the Police Administration in accordance with Article 34 of the Law on the Protection of Persons and Property; it is issued for a period of five years and may be extended for a period of five years.
OrderThe medicine is Act No. 7493 of 1 July 2016 addressed to the Ministry of Labour and Social Welfare, which, by act no. 111-232/16-2 of 27.07.2016, stated that the employer is obliged to organise and carry out expert tasks of occupational health and safety and that, for the performance of these tasks, it may designate a qualified person, organise a specialist service for health and safety at work or engage a legal entity or entrepreneur authorised by a decision of the Ministry of Labour and Social Care to carry out specialist health and safety at work duties, in which case the mutual rights, the rights, obligations and responsibilities of the authorised legal entity or entrepreneur are further regulated by contract with the employer. From the above, it follows that in the subject public procurement procedure, bidders are obliged to submit a certificate of passing the examination for occupational safety and health matters if the bidder has appointed a competent person or a competent service and organises and carries out the specialist tasks of occupational safety and health themselves. or a decision from the Ministry of Labour and Social Welfare authorising the legal entity or self-employed person engaged by the tenderer to carry out specialist tasks in occupational health and safety, as well as the contract with them.
b) Optional conditions
b1) Financial capacity
Proof of compliance with the economic and financial capacity requirements is provided by submitting:
x 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, or for the period since registration;
x a relevant bank statement, certificate or declaration of the bidder's financial capacity;
x proof of insurance for damage from relevant professional risk.
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. |
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/sub-suppliers including their full details (name, address, percentage share, etc.).
8. Validity of the offer
The validity period of the tender is 90 days from the date of the public opening of tenders.
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 issuetermination of the contract
a) Contract completion date: 12 months from the date of contract conclusion.
b) Place of performance of the contractPodgorica, Kotor, Kličevo.
XI Language of the offer:
¨ The Montenegrin language and the other language 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
Bids are submitted on weekdays from 8 a.m. to 2 p.m., inclusive. by 11:30 a.m. on 18 November 2016.
Offers may be submitted:
— by direct delivery to the client's archives at 18 Bulevar Sv. Petra Cetinjskog, Podgorica
— by recommended delivery with a return address at 18 Bulevar Sv. 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 18 November 2016 at 12:00, at the premises of the Montenegrin 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
¨ Payment terms and method
Payment terms are: 30 days from the date of the monthly invoice.
The method of payment is by bank transfer, to the Contractor's 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 bond for the proper execution of the contract in an amount of 5% of the contract value with with a validity period 3 (three) days longer than the agreed completion date for the services.