Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Fournitures - 379160-2021

Submission deadline has been amended by:  474859-2021
27/07/2021    S143

Montenegro-Podgorica: Marine equipment

2021/S 143-379160

Contract notice

Supplies

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
Postal address: Arsenija Boljevica 2A, III floor, City Mall
Town: Podgorica
NUTS code: ME Црна Гора / Crna Gora
Postal code: 81000
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=9067
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:

Supply of Equipment for Improving Safety of Maritime and Inland Navigation in Montenegro

Reference number: NEAR/TGD/2020/EA-OP/0070
II.1.2)Main CPV code
34930000 Marine equipment
II.1.3)Type of contract
Supplies
II.1.4)Short description:

The global objective of this contract is to support Montenegro’s Maritime Safety and Port Authority in improving safety and security standards concerning maritime and inland transport. A second phase of the existing VTMIS system will be further developed as to cover the gaps in the missing sensors (cameras) at several locations and to complement within the new equipment in Boka Bay (radars, cameras and radio links) and Lake Skadar (radar, cameras, VHF and radio links). The second goal is to modernise maritime lights equipment on Montenegro’s shores in main inland waterways and sea waterways (all accesses to Virpazar, Rijeka Crnojevica, River Bojana and Port of Kotor).

II.1.5)Estimated total value
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:

Supply of Equipment for Improving Safety of Maritime and Inland Navigation in Montenegro, Maintenance and Revitalisation of Existing and Installation of New Marine Lights

Lot No: 1
II.2.2)Additional CPV code(s)
34930000 Marine equipment
34932000 Radar sets
34933000 Navigation equipment
34990000 Control, safety, signalling and light equipment
34994000 Lighting for ship guidance and illumination
II.2.3)Place of performance
NUTS code: ME Црна Гора / Crna Gora
Main site or place of performance:

Europe apart from EU, Montenegro (Region IPA instrument).

II.2.4)Description of the procurement:

The actions foreseen under Lot 1 aim to modernize maritime lights equipment on Montenegro’s shores in main inland waterways and sea waterways. Lot 1 will focus on improving and replacing the existing system of maritime lights equipment, including electric power supply, all along the Montenegrin coast within the Adriatic Sea. It is also including specific actions based on the needs analysis in areas such as Skadar Lake where a plan for improving and ensuring navigability is required by law.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 175
This contract is subject to renewal: no
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:

Pre-accession countries/new member states.

II.2.14)Additional information

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

II.2)Description
II.2.1)Title:

Supply of Equipment for Improving Safety of Maritime and Inland Navigation in Montenegro, Supply of Equipment for Vessel Traffic Monitoring Information System (VTMIS)-phase II

Lot No: 2
II.2.2)Additional CPV code(s)
34930000 Marine equipment
34932000 Radar sets
34933000 Navigation equipment
34990000 Control, safety, signalling and light equipment
34994000 Lighting for ship guidance and illumination
II.2.3)Place of performance
NUTS code: ME Црна Гора / Crna Gora
Main site or place of performance:

Europe apart from EU, Montenegro (Region IPA instrument).

II.2.4)Description of the procurement:

As a second phase of the VTMIS programme, Lot 2 has been validated in order to cover the gaps in terms of missing sensors (cameras) at locations within the VTMIS equipment sets from Phase I (Mavrijan, Black Cape and Obosnik) and to complement within the new equipment in Boka Bay, Lake Skadar or River Bojana. By implementing VTMIS mitigation actions, security and safety levels for large ships accessing Montenegrin ports on the littoral and Lake of Skadar will be improved. VTMIS activities will help in decreasing risks of impact in case of ship catastrophes and facilitating higher control and monitored the growth of maritime traffic in Montenegrin ports. Monitoring and management of maritime navigation is implemented in order to increase the safety of maritime navigation and protection of the sea from pollution.

II.2.5)Award criteria
Criteria below
Price
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in days: 250
This contract is subject to renewal: no
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:

Pre-accession countries/new member states.

II.2.14)Additional information

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

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 ‘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 ‘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
Open 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 252-634453
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 04/10/2021
Local time: 15:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
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)
IV.2.7)Conditions for opening of tenders
Date: 11/10/2021
Local time: 09:00
Place:

Public Works Administrations, Address: Arsenija Boljevica 2A, III floor, City Mall, Podgorica, Montenegro.

Information about authorised persons and opening procedure:

For any additional information, please refer to the document ‘Additional information about the Contract Notice’.

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 ‘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: L-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:
22/07/2021