Invitation for Tenders Published

Podgorica, Montenegro, 08th of May, 2013

The Invitation for Tenders for project Coordinated Auction Office in South East Europe, LOT1 Auction Platform – software and hardware and LOT2: Office IT Equipment is published.

The Invitation for Tenders can be found on EBRD websitePTC SEE CAO web site and in the following text:

INVITATION FOR TENDERS

Montenegro

Coordinated Auction Office in South East Europe

INVITATION FOR TENDERS

LOT1: Auction Platform -software and hardware

LOT2: Office IT equipment

This Invitation for Tenders follows the General Procurement Notice for this project which was published on the EBRD website, Procurement Notices (www.ebrd.comon March 6, 2013.

Limited Liability Project Team Company in charge of establishing a Coordinated Auction Office in South East Europe hereinafter referred to as “the Purchaser”, intends to use part of the proceeds of a grant from the European Bank for Reconstruction and Development (the Bank) towards the cost of Coordinated Auction Office in South East Europe.

The Purchaser now invites sealed tenders from Suppliers for the following contracts to be funded from part of the proceeds of the loan:

LOT1:   Procurement of software and hardware solution for the Auction Platform. Auction software must support auction process, risk management, secondary market and accounting, invoicing and settlement. The Tenderer has to provide the best suitable hardware for the procured software.

LOT2:   Purchasing office IT equipment for future SEE CAO (workstations, printers). This equipment will be DDP (Delivered Duty Paid) in Podgorica, Montenegro.

Tenders are invited for one or more lots.  Each lot must be priced separately.  Tenders for more than one lot may offer discounts and such discounts will be considered in the comparison of tenders.

Tendering for contracts that are to be financed with the proceeds of a loan from the Bank is open to firms from any country.

The tenderer has the financial, technical and production capability and capacity necessary to perform the Contract as described in below under “For Lot 1”  and “For Lot 2”.

For lot 1:          

To be qualified for the award of a contract for Lot 1, tenderers must satisfy the following minimum criteria:

Eligibility:

  • The tenderer has to present with a “Letter of Authorization” that he is duly authorised by the goods’ manufacturer or producer to supply the goods in the Purchaser’s country.
  • The tenderer or its agent will be able to carry out the supplier’s obligation on maintenance during the warranty period of the manufacturer or producer and spare parts stocking obligations prescribed in these tender documents. The tenderer has to provide the necessary certificates, licenses or letter of authorization.

Historical Contract Non-Performance:

  • A consistent history of historical non-performance and/or litigation awards against the tenderer may result in rejection of the tender.
  • The tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five (5) years. A consistent history of awards against the applicant or any partner of a joint venture may result in failure of the application.
  • Non-performance of a contract did not occur within last five (5) years prior to the deadline for application submission, based on all information on fully settled disputes or litigation.
  • All pending litigation shall in total not represent more than fifty (50) percent (%) of the Tenderer’s net worth and shall be treated as resolved against the Tenderer.

Financial Situation:

  • Submission of audited balance sheets, or if not required by the law of the Tenderer’s country, other financial statements acceptable to the Purchaser, for the last five (5) years to demonstrate the current soundness of the Tenderer’s financial position and its prospective long term profitability.
  • Minimum average annual turnover of EUR 1.0 Million equivalent, calculated as total certified payments received for contracts in progress or completed, within the last five (5) years.
  • The Tenderer must demonstrate access to, or availability of, financial resources such as liquid assets, unencumbered real assets, lines of credit, and other financial means, other than any contractual advance payments to meet:

(i)     the following cash flow requirement: EUR 300,000, and

(ii)    the overall cash flow requirements for this contract and its current commitments.

Experience:

  • Experience as Supplier, in at least three (3) contracts within the last five (5) years, each with a value of at least EUR 250,000 that have been successfully and substantially completed and that are similar to the proposed Goods and Services. The similarity shall be based on the physical size, complexity, methods/technology or other characteristics as described in Section VI, Supply Requirements.
  • Experience as a Provider of software auctioning tool for electricity transmission capacity to at least two (2) either Transmission System Operators or Auction Office in past five (5) years.

For lot 2:          

To be qualified for the award of a contract for Lot 2, tenderers must satisfy the following minimum criteria:

Eligibility:

  • The tenderer has to present with a “Letter of Authorization” that he is duly authorised by the goods’ manufacturer or producer to supply the goods in the Purchaser’s country.
  • The tenderer or its agent will be able to carry out the supplier’s obligation on maintenance during the warranty period of the manufacturer or producer and spare parts stocking obligations prescribed in these tender documents. The tenderer has to provide the necessary certificates, licenses or letter of authorization.

Historical Contract Non-Performance:

  • A consistent history of historical non-performance and/or litigation awards against the tenderer may result in rejection of the tender.
  • The tenderer shall provide accurate information on any current or past litigation or arbitration resulting from contracts completed or under execution by him over the last five years. A consistent history of awards against the applicant or any partner of a joint venture may result in failure of the application.

Tender documents may be obtained from the office at the address below upon payment of a non-refundable fee of EUR 100.

INTERMEDIARY

(Field 54A or 56A)

Swift code:       LJBASI2X

Name:               Nova Ljubljanska Banka /Slovenia

Swift code:       MNBAMEPG

Name:               NLB Montenegrobanka AD

BENEFICIARY CUSTOMER

(Field 59)

IBAN code:       ME25530005010009839006

Name:               LLPTC in Charge of Establishing

PODGORICA

MONTENEGRO

REMITTANCE INFORMATION

(Field 70) Reference:

Upon receiving appropriate evidence of payment of the non-refundable fee, the documents will be promptly dispatched by courier, however, no liability can be accepted for loss or late delivery. If requested the documents can also be dispatched electronically after the presentation by the prospective tenderer of appropriate evidence of payment of the non-refundable fee. In the event of discrepancy between electronic and hard copies of the documents, the hard copy shall prevail.

All tenders for Lot 1 must be accompanied by a tender security of EUR 10,000.

Tender security for Lot 2 is not required.

Tenders must be delivered to the office at the address below on or before 24th of June, 2013, 10:00am at which time they will be opened in the presence of those tenderers representatives who choose to attend.

A register of potential tenderers who have purchased the tender documents may be inspected at the address below.

Prospective tenderers may obtain further information from, and also inspect and acquire the tender documents at, the following office:

Dijana Martinčić

Limited Liability Project Team Company in charge of establishing a Coordinated Auction Office in South East Europe

Moskovska 39, 81 000 Podgorica, Montenegro

Tel: +382 20 414 792

Fax: +382 20 414 768

E-mail: dijana.martincic@seecao.com

Date: 08th of May, 2013