Mon - Fri : 08:00 - 16:00
info@pbs.ba
+387 33 278 520

PUBLIC INVITATION FOR SUBMISSION OF BIDS

FOR THE PROVISION OF SERVICES OF PHYSICAL AND TECHNICAL PROTECTION OF PEOPLE AND PROPERTY, INSURANCE AND TRANSPORT OF MONEY

PUBLIC INVITATION FOR SUBMISSION OF BIDS

1. DESCRIPTION OF THE SUBJECT OF PUBLIC PROCUREMENT

1.1. The subject matter of the procurement shall include the provision of security services as follows:
 LOT 1 – physical protection of people and property
 LOT 2- technical protection of people and property
 LOT 3 – protection, transfer, transport and insurance services
 LOT 4- workplace attendance records and
access control to premises

The selected bidder is obliged to comply with security and confidentiality measures, which implies the obligation of the provider to keep all information it learns during the realization of the contract secret, i.e. not to disclose it in whole or in certain parts to third parties, duplicate, use or distribute for other purposes, except for the purpose of realization of services that are the subject of this public call.

1.2. The service will be performed successively at the client's time of work, according to the actual needs of the client.
1.3. The offer price includes all costs and discounts on the total price of the offer.
Unit rates are fixed and unchangeable, all the time during the term of the contract.
Payment for services will be made according to the services actually performed
1.4. The place of service is: Sarajevo (3 objects + 7 ATM), Goražde( 1 building +3 ATM), Mostar (2 objects +3 ATM), Jablanica (1 building + 1ATM), Bugojno (1 building + 1 ATM), Donji Vakuf ( 1 facility + 1 ATM), Jajce (1 object + 1 ATM), Zenica ( 1 object + 1 ATM), Maglaj( 1 object + 1 ATM), Usora ( 1 object + 1 ATM), Tešanj ( 1 object + 1 ATM), Brčko ( 1 object + 1 ATM), Gornji Rahić ( 1 object + 1 ATM), Visoko (1 object + 1 ATM) and Gornji Vakuf ( 1 ATM)
1.5. The selected bidder is obliged to carry out the subject matter of the procurement in accordance with the deadline, in accordance with the required quality, in accordance with the conditions and at unit prices stated in the bidder, as well as other conditions stated in this Invitation.
1.6. The contract is concluded for successive performance of services for a period of 2 years.

 

RIGHT TO PARTICIPATE

 

The right to participate is granted to all domestic corporate entities that meet the requirements as follows:

a) that they are registered for performing activities that are the subject of public procurement in the territory of all cantons and Brcko District of BiH where the locations of the Bank's facilities are located;
b) possess a license for the work of the competent cantonal ministry of interior and police of the Brčko District of BiH to perform tasks of physical and technical protection of people and property, according to the headquarters of the agency and branch in the area of all cantons and Brčko District of BiH where the locations of the Bank's facilities are located;
c) to possess special consent of the Federal Ministry of the Interior to perform the tasks of physical and technical protection in legal entities in whose capital structure the Federation has a share and which carry out monitoring, insurance of transport and transfer of money, securities and valuables, as well as legal entities in whose capital structure the Federation has an ownership stake, in accordance with Article 26 of the Treaty on the Functioning of the European Union. Law on Agencies and Internal Services for the Protection of People and Property ("Official Gazette of the FBiH" No. 78/08 and 67/13);

 

CONDITIONS FOR QUALIFICATION OF BIDDERS

 

The bid will be rejected if the bidder is:
a) in criminal proceedings convicted by a final verdict for the criminal offenses of organized crime, corruption, fraud or money laundering, in accordance with the applicable regulations in Bosnia and Herzegovina;
b) under bankruptcy or is the subject of bankruptcy proceedings
c) has not fulfilled obligations related to the payment of pension and disability insurance and health insurance, in accordance with the applicable regulations in Bosnia and Herzegovina
d) failed to comply with the obligations related to the payment of direct and indirect taxes in accordance with the applicable regulations in Bosnia and Herzegovina
e) if it is found that the bidder was guilty of serious professional misconduct committed during the period of three years before the start of the procurement procedure, which the contracting authority can prove in any way, in particular, significant and/or recurring deficiencies in the performance of the essential requirements of the contract that led to its early termination, damages or other similar consequences; due to the intention or negligence of the economic entity, a certain weight;
f) do not provide a guarantee for the coverage of liability insurance to third parties, liability for damage due to death, injury to the body and health, as well as damage or destruction of the property of a third party, which arose from the activity of the insured on the amount of insurance and aggregate
g) does not provide proof that the bidder's main account has not been shut down in the last 7 years

For the purpose of fulfilling the above conditions for qualification, bidders should submit a Statement certified by the competent authority (administrative body or notary) that they are not subject to the cases defined by points a) to e) of tender documentation as well as a Statement certified by the competent authority (administrative authority or notary) that it has a guarantee for coverage of liability insurance to third parties, liability for damage due to death, injury to the body and health, as well as damage or destruction of property of a third party, which arose from the activity of the insured person on the amount of insurance and aggregate and proof that the main account of the bidder has not been defunct in the last 7 years.

The bidder whose bid is selected as the most favorable is obliged to submit the following documents within 7 days from the date of receipt of the selection notice to confirm the authenticity of the given:

1. Certificate of the competent court proving that the criminal proceedings did not pronounce a final verdict convicting him of the criminal offense of participation in a criminal organization, corruption, fraud or money laundering; If the offer is submitted by a natural person as an entrepreneur, he is obliged to submit a certificate that is in the name of the owner – entrepreneur; (It is necessary to submit the Certificate of the Court of BiH and the Certificate/Certificate of the Court according to the seat of the legal entity)
2. Certificate of the competent court or administrative body with which the bidder is registered, confirming that it is not under bankruptcy, nor is it the subject of bankruptcy proceedings, that it is not subject to liquidation proceedings, i.e. that it is not in the process of suspension of business activity; If the offer is submitted by a natural person as an entrepreneur, he is obliged to submit only a certificate from the competent authority of the right that he is not in the process of suspension of business activity;
3. Certificate issued by the competent institutions confirming that the bidder has settled due obligations relating to contributions for pension-disability and health insurance;
4. Certificate issued by the competent institutions confirming that the bidder has settled due obligations in connection with the payment of direct and indirect taxes;
5. Guarantee for coverage of liability insurance to third parties, liability for damage due to death, injury to the body and health, as well as damage or destruction of third party property, which arose from the activity of the insured person on the amount of insurance and aggregate in the form of a valid Liability Insurance Policy up to BAM 1,000,000.00;
6. Proof that the main account of the bidder with the commercial bank has not been closed for the period of the last 7 years;

Documents or certificates referred to in points 1-6 shall not be older than 3 months from the moment (date) of submission of the bid, and shall be submitted by the selected bidder within 7 (seven) days from the date of receipt of the notification of the selection of the most favorable bidder. The evidence required must be originals or certified copies, submitted in a sealed envelope to the Protocol of the Client with the attached content of the submitted documentation.

If the selected bidder does not submit all the requested originals or certified copies of documents within the specified period and / or does not prove that he meets the conditions of the public invitation, the contract will not be concluded with the said bidder.

 

Bidders must demonstrate technical and professional competence by meeting the minimum requirements, which can be confirmed by evidence:

a) successful experience in the realization of at least one contract for services of physical or physical and technical protection of people and property of a minimum value of 800,000.00 KM, and money transport services of a minimum value of 40,000.00 KM annually in the previous three years,
b) the bidder should have at his disposal at least one person in the work engagement among the management staff, who holds a certificate from the Federal Ministry of the Interior as a responsible person for protection, with whom the Bank will coordinate activities, which are the subject of procurement;
c) the bidder should have at his disposal a minimum of 100 (hundred) security guards certified for physical protection, and a minimum of 5 (five) security guards professionally trained and equipped for technical protection;
d) the bidder should have at his disposal a minimum of 1 (one) armored vehicle for the transport of money; the bidder should have at his disposal a minimum of 2 (two) vehicles for the transport of money up to 200,000.00 KM.
e) the bidder must have at least 2 suitcases/crates with electrochemical protection for the transport of money
f) the bidder should have experience in providing services with banks, the character and complexity of which are similar to those which are the subject of a public invitation;
g) the provider must have the appropriate certificate 9001:2015;
h) the bidder must possess the appropriate certificate 27001:2013;

 

CONTENT OF THE OFFER

The bidder must submit:
– name and exact address of the bidder;
– the original offer with the stated price and method of payment;
– proof of registration in an appropriate professional or other register or to provide a special statement or certificate from the competent authority proving their right to pursue a professional activity, which is related to the subject matter of the procurement. It must be seen from the document that the bidder has been registered for the activity of the procurement subject for a minimum of 5 (five) years;
– approval by the competent Cantonal Ministry of Interior and the Police of the Brcko District of BiH to perform physical and technical protection of people and property, according to the headquarters of the agency and the approval of the competent cantonal ministries of interior and police of the Brčko District of BiH to perform physical and technical protection of people and property in the territory of all cantons and brčko district of BiH where the locations of the Bank's facilities are located;
– Consent of the Federal Ministry of the Interior to perform physical and technical protection activities in legal entities that carry out monitoring, insurance of transport and transfer of money, securities and valuables;
– a statement of price immutability during the duration of the contractual relationship;
– a statement of confidentiality;
– statements specified in the chapter Conditions for qualification of bidders;
– a list of performed contracts on services provided that have been the subject of procurement in the last 2 (two) years.

In addition to the list of completed contracts, the bidder is obliged to submit an individual certificate (for a contract worth at least 800,000.00 KM per year for the provision of physical or physical and technical protection services, and a minimum of one certificate worth at least 40,000.00 KM for money transport services) issued by the final contracting entities, which must contain the name and seat of the contracting parties or business entities, the subject of the contract, the value of the contract, the time and place of performance of the contract and the indications of the duly executed contract. In the event that such confirmation cannot be obtained for objective reasons from a contracting party other than a contracting authority, the bidder's statement of the duly executed contract shall apply, upon presentation of evidence of attempts made to secure such a certificate; If necessary, the Contracting Authority may request from the counterparty to verify the veracity of the allegations;

– the bidder's statement that he has at his disposal one person in a work engagement among the management staff, who holds the certificate of the Federal Ministry of the Interior. In the Statement, state the name and surname of the managerial person who holds the certificate of the Federal Ministry of the Interior;
– a statement certified by the bidder that the bidder meets the other requirements of technical and professional competence shall be stated in the public invitation;
– list/list of key personnel submitted on the memorandum of the bidder from which it will be evident that the bidder has the required staff: a minimum of 100 (one hundred) security guards certified for physical protection, and a minimum of 5 (five) security guards for technical protection: -names and surnames of each security guard, and certificates for the same;
– a list of equipment and devices on the bidder's memorandum from which it will be visible that the bidder has at least one armored vehicle for the transport of money, a minimum of 2 (two) vehicles for the transport of money up to 200,000.00 KM and a minimum of 2 suitcases / crates with electrochemical protection for the transport of money. Attach to the list of equipment and devices:

1. A special permit for a minimum of one armored vehicle for the transport of money issued by the Federal Ministry of the Interior, and a permit of a minimum of 2 (two) vehicles for the transport of money up to 200,000.00 KM, in accordance with the Regulation on the manner and procedure of implementing measures of protection and carrying out transport and transfer of cash, securities and valuables, as well as a copy of traffic permits for each said vehicle.
– Certified copy of certificate 9001:2015
– Certified copy of certificate 27001:2013
– Reference list
It must be evident from the tender that the provider can provide an efficient and reliable service of high quality in accordance with the client's requirements.
The bidder is obliged to notify the Client in writing without delay of any change regarding the fulfillment of the conditions from this procedure.
The evidence to be submitted must be originals or certified copies.

 

CRITERIA FOR CHOOSING THE MOST FAVORABLE OFFER

The selection process for the best bidder will take into account the following criteria
– fulfillment of the conditions defined by the public invitation,
–price
– payment method and terms

 

SUBMISSION AND OPENING OF BIDS

 

Sealed bids with the indicated full address of the bidder should be submitted with the indication "DO NOT OPEN – BID by tender for bid collection-security" by mail or directly to the Bank for protocol.

 

The deadline for submitting bids is until 31.01.2022. at 16:00.

 

The address for submission of bids is:
Privredna Banka Sarajevo d.d. Sarajevo, Obala Kulina bana 18.

 

The opening of bids is not public.

 

OFFER COSTS

The contracting authority does not bear any costs of participation of the bidder in the tender procedure and reserves the right to accept the bid in full, reject the offer, request additional information from the bidder, cancel the tender without explanation to the bidders and bearno responsibility for this.

Contact: phone 033/278 559, e-mail pravni@pbs.ba