Services - 182399-2021

14/04/2021    S72

Montenegro-Podgorica: Software programming and consultancy services

2021/S 072-182399

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: Public Works Administration
Town: Podgorica
NUTS code: ME Црна Гора / Crna Gora
Country: Montenegro
E-mail: ujr@ujr.gov.me
Internet address(es):
Main address: www.ujr.gov.me
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=8290
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Establishment of a National Maritime Single Window in Montenegro

Reference number: NEAR/TGD/2020/EA-RP/0069
II.1.2)Main CPV code
72200000 Software programming and consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The objective of this contract is to design, implement and test the National Maritime Single Window (MSW) in Montenegro on reporting formalities for ships arriving in and/or departing from ports. The services required will encompass the following: analysis of workflows and procedures; development of a software; design of the IT infrastructure to support the software developed; implementation of a pilot phase with a limited number of end-user entities; deployment to the targeted number of end-users entities over the country. The contractor will also purchase (using incidental expenditure), deliver and install necessary hardware equipment, systems software, network equipment, data links and deliver integration services required for MSW development, including all necessary systems support during the development phase.

II.1.5)Estimated total value
Value excluding VAT: 750 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
72200000 Software programming and consultancy services
48700000 Software package utilities
48800000 Information systems and servers
II.2.3)Place of performance
NUTS code: ME Црна Гора / Crna Gora
Main site or place of performance:

Region IPA instrument (Europe apart from EU).

II.2.4)Description of the procurement:

Establishment of a National Maritime Single Window in Montenegro.

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 750 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

Please consult the procurement documents available at the address indicated in section I.3).

II.2.10)Information about variants
Variants will be accepted: no
II.2.11)Information about options
Options: no
II.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

PreAccession Countries/New Member States.

II.2.14)Additional information

Subsequent to the initial contract resulting from the current tender procedure, new services or works consisting in the repetition of similar services or works, up to the estimated amount of EUR 750 000, may be entrusted to the initial contractor by negotiated procedure without prior publication of a contract notice, provided the new services or works are in conformity with the same basic project.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:

Please consult the procurement documents available at the address indicated in section I.3).

III.1.2)Economic and financial standing
List and brief description of selection criteria:

The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f ‘Additional information about the Contract Notice’.

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f ‘Additional information about the Contract Notice’.

III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in section I.3).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2020/S 252-634455
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 25/05/2021
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 01/07/2021
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f ‘Additional information about the Contract Notice’.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in section I.3).

VI.5)Date of dispatch of this notice:
09/04/2021