Tender documentation for awarding a public procurement contract ...
Tender documentation for awarding a public procurement contract ...
Tender documentation for awarding a public procurement contract ...
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
Re<strong>public</strong> of Macedonia<br />
MINISTRY OF TRANSPORT AND COMMUNICATIONS<br />
No: 23/2011<br />
TENDER DOCUMENTATION<br />
FOR AWARDING A PUBLIC PROCUREMENT CONTRACT FOR<br />
15 NEW MANUFACTURED LOW-FLOOR DOUBLE-DECKER BUSES OF OPEN TYPE<br />
INTENDED FOR SIGHTSEEING<br />
Skopje, Re<strong>public</strong> of Macedonia<br />
April, 2011
Invitation <strong>for</strong> submission of bid<br />
- CONTENT OF THE TENDER DOCUMENTATION -<br />
PART I. INSTRUCTIONS TO ECONOMIC OPERATORS<br />
1. GENERAL INFORMATION<br />
1.1. Contracting Authority<br />
1.2. Subject of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong><br />
1.3. Manner of communication<br />
1.4. Manner of obtaining the tender <strong>documentation</strong> of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> - Electronic Auction<br />
1.5. Detailed in<strong>for</strong>mation about using of the electronic devices<br />
1.6. Detailed in<strong>for</strong>mation about the electronic auction<br />
1.7. Language in which the tender <strong>documentation</strong> is available<br />
1.8. Corruptive and fraudulent behavior<br />
1.9. Source of funds<br />
1.10. Definitions<br />
2. INSTRUCTIONS REGARDING THE LEGAL DEADLINES AND NECESSARY REQUIREMENTS FOR<br />
PARTICIPATION IN THE CONTRACT AWARD PROCEDURE<br />
2.1. Deadlines<br />
2.2. Compulsory guarantee period<br />
2.3. Eligibility<br />
2.4. Criteria <strong>for</strong> establishment of the capacity of economic operators<br />
2.5. Proof of the capacity of the economic operators<br />
3. MINIMAL CRITERIA FOR ESTABLISHMENT OF THE CAPACITY OF ECONOMIC OPERATORS<br />
4. QUALITY SYSTEMS’ STANDARDS<br />
5. CRITERIA FOR AWARDING THE CONTRACT<br />
6. INSTRUCTIONS FOR ELABORATION AND SUBMISSION OF THE FINANCIAL BID<br />
6.1. Price of the bid<br />
6.2. Currency in the bid and payment<br />
6.3. Guarantee <strong>for</strong> the bid<br />
7. DEVELOPMENT AND SUBMISSION OF THE BIDS<br />
7.1. Manner of elaboration of the bids<br />
7.2. Format and signing of the bids<br />
7.3. Submission of the bids<br />
7.4. Costs <strong>for</strong> submission of the bid<br />
7.5. Elements of the bid<br />
7.6. Confidential in<strong>for</strong>mation<br />
7.7. Clarification of the tender <strong>documentation</strong><br />
7.8. Modifications of the tender <strong>documentation</strong><br />
7.9. Language of the bid<br />
7.10. Validity period of the bid<br />
7.11. Single bid principle<br />
7.12. Modification, replacement or withdrawal of bids
8. OPENING AND EVALUATION OF THE BIDS<br />
8.1. Opening of the bids<br />
8.2. Confidentiality of the evaluation process<br />
8.3. Clarifying of the bids<br />
8.4. Changes in the bid<br />
9. AWARDING OF THE PUBLIC PROCUREMENT CONTRACT<br />
9.1. Selection of the best bid<br />
9.2. Unusually low price<br />
9.3. Notification <strong>for</strong> selection or rejection<br />
9.4. Signing of the <strong>contract</strong><br />
9.5. Guarantee <strong>for</strong> quality realization of the <strong>contract</strong><br />
9.6. Advance payment and guarantee <strong>for</strong> the advance payment<br />
9.7. Guarantee that the deficiencies shall be removed in the guarantee period<br />
10. INSTRUCTION FOR LEGAL PROTECTION<br />
11. CANCELLATION PROCEDURE<br />
12. INFORMATION ON THE RELEVANT INSTITUTIONS FROM WHICH THE ECONOMIC OPERATORS<br />
COULD OBTAIN DATA ON THE CURRENT PROVISIONS IN THE AREA OF TAXES AND OTHER PUBLIC<br />
TAXES, WORKING RELATIONS AND SAFETY AT WORK<br />
13. INFORMATION ABOUT THE COMPULSORY PROVISIONS FROM THE PUBLIC PROCUREMENT<br />
CONTRACT<br />
PART II. TECHNICAL SPECIFICATIONS<br />
PART III: CONTRACT TEMPLATE<br />
PART IV: FORMS<br />
1. Form of the bid (Form No.1)<br />
2. Form of the guarantee <strong>for</strong> the bid (Form No. 2)<br />
3. Form of the quality realization of the <strong>contract</strong> (Form No. 3)<br />
4. Form of the guarantee <strong>for</strong> the removal of the deficiencies in the guarantee period (Form No. 4)<br />
5. Form <strong>for</strong> the acceptance statement whereby the economic operator accepts the conditions from the<br />
announcement (Form no. 5)<br />
6. Statement that there is no valid court verdict <strong>for</strong> participating in a criminal organization, corruptive or<br />
fraud activities or money laundry in the last 5 years (Form No. 6)<br />
7. General in<strong>for</strong>mation (Form No. 7)<br />
8. Statement <strong>for</strong> provision of servicing of the subject vehicles and spare parts in the guarantee period, as<br />
well as after the expiry of the guarantee period. (Form No. 8)<br />
9. List of Confidential in<strong>for</strong>mations (Form No. 9)
Re<strong>public</strong> of Macedonia<br />
MINISTRY OF TRANSPORT AND COMMUNICATIONS<br />
Invitation <strong>for</strong> submission of bid<br />
To Whom It May Concern:<br />
The Ministry of Transport and Communications, "Crvena Skopska Opstina" Str. No. 4, 1000 Skopje, contact tel.:<br />
3 145 517/579, Fax: 3 226 392, E-mail: elena.atanasovska@mtv.gov.mk hereby announces the need of<br />
procuring:<br />
15 NEW MANUFACTURED LOW-FLOOR DOUBLE-DECKER BUSES OF OPEN TYPE<br />
INTENDED FOR SIGHTSEEING<br />
For this purpose, the Contracting authority shall implement a <strong>public</strong> service <strong>contract</strong> award procedure<br />
through an open procedure, which shall end with implementation of electronic auction, as a last phase of the<br />
<strong>public</strong> procedure, by using electronic devices through the Electronic system of <strong>public</strong> <strong>procurement</strong> (ESPP) that<br />
is available on the following web address: https:/www.e-nabavki.gov.mk in accordance with the Articles 21 and<br />
22 of the Law on Public Procurement (“Official Journal of the Re<strong>public</strong> of Macedonia” no. 136/07, 130/08 and<br />
97/10), and <strong>for</strong> which it announced in advert no.23/2011.<br />
Your bid <strong>for</strong> the abovementioned subject of <strong>procurement</strong> may be submitted not later than 26.05.2011, at<br />
12:00pm (local time) only through ESPP (https:/www.e-nabavki.gov.mk), following the instructions given in<br />
“The Manual <strong>for</strong> using of the ESPP”, announced on the same web address in the part “Economic Operators”,<br />
and it is enclosed to this <strong>Tender</strong> <strong>documentation</strong>.<br />
The offer sent trough ESPP shall be electronically signed by the economic operator by using the<br />
digital certificate 1 . The accompanying <strong>documentation</strong> shall be submitted in original <strong>for</strong>m or in scanned electronic<br />
<strong>for</strong>m. Economic operators may to submit required <strong>documentation</strong> <strong>for</strong> determination of capability in hard copy,<br />
be<strong>for</strong>e the deadline <strong>for</strong> submitting the bids, if the same are not available in electronic <strong>for</strong>m, on the manner<br />
described in sub-point 7.3.<br />
Please find enclosed the tender <strong>documentation</strong> containing all the in<strong>for</strong>mation necessary <strong>for</strong> the<br />
elaboration of the offer.<br />
The tender <strong>documentation</strong> consists of the following parts: instructions <strong>for</strong> the economic operators,<br />
minimal criteria <strong>for</strong> determination of economic operator’s capability, compulsory provisions that the <strong>public</strong><br />
<strong>procurement</strong> <strong>contract</strong> shall contain, i.e. a model of <strong>contract</strong>, Project programme with technical specifications<br />
and a <strong>for</strong>m <strong>for</strong> the offer.<br />
1 Electronic device in which the electronic signature appears and which replace the manual signature.
The opening of bids will be <strong>public</strong> and will be held on 26.05.2011 at 12:00 p.m. (local time) at the<br />
Ministry of transport and communications, address: Crvena Skopska Opstina street No.4, Skopje,<br />
Re<strong>public</strong> of Macedonia.<br />
Thank you in advance <strong>for</strong> your kind cooperation.<br />
In Skopje,<br />
PRESIDENT OF THE COMMISSION<br />
04.04.2011 ______________________
PART I. INSTRUCTIONS TO ECONOMIC OPERATORS<br />
1. GENERAL INFORMATION<br />
The present tender <strong>documentation</strong> has been drafted in accordance with the following acts:<br />
1. Law on Public Procurement (Official Gazette of the Re<strong>public</strong> of Macedonia No. 136/2007,<br />
130/2008 and 97/2010);<br />
2. Rulebook on the procedure <strong>for</strong> opening of bids and the register maintenance <strong>for</strong>m <strong>for</strong> opening of<br />
bids (Official Gazette of the Re<strong>public</strong> of Macedonia No. 154/2007)<br />
3. Rulebook on the <strong>for</strong>m and content of announcements and notifications in <strong>public</strong> <strong>procurement</strong><br />
<strong>contract</strong> award (Official Gazette of the Re<strong>public</strong> of Macedonia Nos. 154/2007 and 36/2008)<br />
4. Rulebook on the content of tender <strong>documentation</strong> (Official Gazette of the Re<strong>public</strong> of Macedonia<br />
No. 19/2008) and<br />
5. Methodology <strong>for</strong> expression of criteria <strong>for</strong> <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award in points (Official<br />
Gazette of the Re<strong>public</strong> of Macedonia No. 35/2008).<br />
The Contracting Authority shall consider that the economic operators have carefully read and are familiar with<br />
the legal regulations <strong>for</strong> implementation of <strong>public</strong> <strong>procurement</strong> procedures.<br />
1.1. Contracting Authority<br />
The Contracting Authority is the Ministry of Transport and Communications, "Crvena Skopska Opstina" Str. No.<br />
4, 1000 Skopje, Contact tel.: +389 (0) 2 3 145 516/579, e-mail: elena.atanasovska@mtv.gov.mk, contact<br />
person: Mrs. Elena Angelovska Atanasovska.<br />
1.2. Subject of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong><br />
Subject of the <strong>contract</strong> is Procurement of 15 new manufactured low-floor double decker- buses of open<br />
type intended <strong>for</strong> sightseeing.<br />
The subject of the <strong>contract</strong> is not divisible.<br />
Detailed description of the subject of <strong>procurement</strong> and the requested quantities is provided in Part II. –<br />
TECHNICAL SPECIFICATIONS, as integral part of the tender <strong>documentation</strong>.<br />
The economic operator should submit technical drawings <strong>for</strong> the offered buses.<br />
1.3. Manner of communication<br />
All requests, in<strong>for</strong>mation, notification and other documents shall be sent in electronic <strong>for</strong>m through ESPP<br />
(https://www.e-nabavki.gov.mk). Every document shall be registered in the moment of sending, i.e. receipt.<br />
The offer and the accompanying <strong>documentation</strong> shall be sent in electronic <strong>for</strong>m through ESPP, except the<br />
bank guarantee <strong>for</strong> participation in procedure, which compulsory shall be submitted in original at least<br />
until the day and the time determined as a deadline <strong>for</strong> submitting the bids.<br />
1.4. Type of procedure <strong>for</strong> <strong>awarding</strong> a <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>-Electronic auction<br />
The <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> shall be assigned by using the <strong>public</strong> procedure, which shall finish with<br />
electronic auction as a last phase of the procedure.<br />
This procedure shall be implemented by using electronic devices through Electronic system <strong>for</strong> <strong>public</strong><br />
<strong>procurement</strong>s (https://www.e-nabavki.gov.mk).
1.5. Detailed in<strong>for</strong>mation about the usage of the electronic devices:<br />
In order to participate in the procedure, you should register in ESPP and possess digital certificate. The<br />
registration in ESPP is free of charge. The economic operator shall be registered in ESPP by completing a<br />
registration <strong>for</strong>m, which is the integral part of ESPP 2 . After the registration, ESPP automatically processes the<br />
data obtained from the registration <strong>for</strong>ms, generates a code, and send that code to registered economic<br />
operator’s electronic mail. More details about the manner of registration and usage of the system, you will find<br />
in the Manual <strong>for</strong> usage of ESPP intended to economic operators, which can be overtaken from the ESPP front<br />
page, in the part “Economic operators”.<br />
This procedure shall finish by implementation of the ELECTRONIC AUCTION.<br />
1.6. Detailed in<strong>for</strong>mation about the electronic auction:<br />
The <strong>contract</strong>ing authority shall use an electronic auction as a last phase of the opened <strong>public</strong> procedure. Subject<br />
of the auction is the total price of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> subject, i.e. the lowest price of the acceptable<br />
bids submitted in the initial phase of the procedure. The invitations <strong>for</strong> participation in the auction shall be<br />
submitted electronically through ESPP, after the initial bids total evaluation, to all economic operators which<br />
submitted acceptable bids in the first phase of the procedure.<br />
The invitation <strong>for</strong> participation in the auction shall consists of the following in<strong>for</strong>mation: initial price of the auction,<br />
i.e. the lowest price of the initially submitted bids; the date and the time of the opening and closing the auction;<br />
the interval in which the negative bidding shall be per<strong>for</strong>med (minimal and maximal difference in the offered<br />
prices); as well as the current rank of the economic operator made according to the initially submitted price.<br />
1.7. Language in which the tender <strong>documentation</strong> is available<br />
The tender <strong>documentation</strong> is available in Macedonian and English language.<br />
The valid language <strong>for</strong> interpretation of the announcement and the tender <strong>documentation</strong> shall be Macedonian.<br />
1.8. Corruptive and fraudulent behavior<br />
The Contracting Authority and the economic operators shall respect and observe the legal regulations governing<br />
this matter as well as the highest standards of ethical behavior during the implementation of the <strong>public</strong><br />
<strong>procurement</strong> procedure and the realization of the <strong>contract</strong>.<br />
In order to prevent conflict of interests in the procedure <strong>for</strong> <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award, the relevant<br />
provisions from the Law on Prevention of Conflicts of Interest shall be applied.<br />
1.9. Source of funds<br />
The Contracting authority shall finance the project <strong>for</strong> Procurement of 15 new manufactured low-floor, double<br />
decker- buses of open type intended <strong>for</strong> sightseeing from the <strong>for</strong>eseen funds within the Budget if the Ministry of<br />
Transport and Communications of the Re<strong>public</strong> of Macedonia, subject to this <strong>Tender</strong> Documentation.<br />
The funds of the Contracting authority shall not be used <strong>for</strong> realizing payments to certain entities or <strong>for</strong> import of<br />
goods, since such payments are <strong>for</strong>bidden with a Decision adopted by the UN Security Council and pursue to<br />
Chapter 7 of the UN Charter.<br />
1.10. Definitions<br />
- “Procedure <strong>for</strong> <strong>awarding</strong> a <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>”- is a procedure conducted by one or more<br />
<strong>contract</strong>ing authorities, whose goal is buying or acquiring goods, services or works.”<br />
- “Open procedure”- is a procedure in which each economic operator is entitled to submit an offer.<br />
- “Economic operator” shall mean every natural or legal entity or a group of such entities offering goods,<br />
services or works on the market.<br />
2 Link, “To register” in the part “Electronic operators” on the ESPP front page
- “Group of economic operators”- is each merge of economic operators in order to submit an offer jointly,<br />
without being legally connected.<br />
- “Economic operator” shall mean an economic operator which submitted a bid.<br />
- “Bid” shall mean a proposal elaborated by the economic operator on the basis of the tender <strong>documentation</strong><br />
and shall represent a basis <strong>for</strong> <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award.<br />
- “<strong>Tender</strong> <strong>documentation</strong>”- is a set of documents, in<strong>for</strong>mation and conditions that constitute the basis <strong>for</strong> the<br />
preparation, submission and evaluation of the bid<br />
- “Evaluation of the bid” shall mean the assessment of submitted bids in the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong><br />
award procedure.<br />
- “Eligible bid” shall mean an bid submitted within the established deadline and <strong>for</strong> which it has been<br />
established that it fulfills all the necessary requirements in the tender <strong>documentation</strong> and technical specifications<br />
and is in compliance with all the criteria, conditions and eventual requests <strong>for</strong> proof of the capacity of economic<br />
operators.<br />
2. INSTRUCTIONS REGARDING THE LEGAL DEADLINES AND NECESSARY CONDITIONS FOR<br />
PARTICIPATION IN THE CONTRACT AWARD PROCEDURE<br />
2.1. DEADLINES<br />
2.1.1. Deadline <strong>for</strong> submission of bids:<br />
The deadline <strong>for</strong> submission of the bids is 26.05.2011 till 12 00 pm (local time).<br />
The bids shall be submitted through ESPP available on the following web address: https://www.enabavki.gov.mk<br />
The bid submitted after the expiration of the deadline <strong>for</strong> submission of the bids, shall not be accepted in ESPP,<br />
i.e. it will be automatically rejected, and the <strong>contract</strong>ing authority and the economic operator will be in<strong>for</strong>med<br />
about this. This offer will not be accepted in opening the bids.<br />
2.1.2. Deadline, manner and conditions <strong>for</strong> payment:<br />
The economic operator is consent with the following manner of payment:<br />
The Contracting Authority shall realize the payment regarding the 15 new manufactured low-floor double<br />
decker- buses intended <strong>for</strong> sightseeing in the year 2013 but not earlier than March.<br />
The <strong>procurement</strong> shall be considered completed after signing the Protocol <strong>for</strong> delivery of all buses, the receipt of<br />
the last invoice and submission of the guarantee <strong>for</strong> the guarantee period <strong>for</strong> the last bus delivery.<br />
2.1.3 Place, deadline and manner of delivery of the subject of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>:<br />
The place of delivery of the subject <strong>contract</strong> of <strong>public</strong> <strong>procurement</strong> is CIP Skopje at a location that shall be<br />
further on determined.<br />
Economic operator is obliged, by the end of 2012, but not be<strong>for</strong>e July, to deliver all 15 new<br />
manufactured low-floor, double decker- buses of open type intended <strong>for</strong> sightseeing.<br />
Economic operator is obliged to provide dynamics <strong>for</strong> the delivery of the subject of <strong>public</strong> <strong>procurement</strong> that will<br />
meet the minimum deadlines specified by the <strong>contract</strong>ing authority.<br />
The economic operator may give dynamic which is shorter than the established deadline by the <strong>contract</strong>ing<br />
authority.<br />
Delivery will be conducted according to the temporal dynamics submitted in the offer.
For any delay in the above proposed dynamic, the economic operator agrees to pay penalties totaling 0.1% of<br />
the value of non-delivered buses, <strong>for</strong> each day of delay.<br />
Penalties will be calculated up to 30 days from the expiry date <strong>for</strong> delivery.<br />
After the expiry of this period, the <strong>contract</strong>ing authority shall activate the bank guarantee.<br />
The economic operator is obliged with the shipment to submit evidence <strong>for</strong> the provided service center in the<br />
country of the <strong>contract</strong>ing authority and spare parts <strong>for</strong> servicing buses.<br />
2.2. COMPULSORY GUARANTEE PERIOD<br />
2.2.1 General guarantee (guarantee of quality functioning of power system, management system, braking,<br />
cooling the engine, automatic transmission and changing gears, lighting and signaling, power supply with fuel,<br />
<strong>for</strong> diagnostics, air conditioning) - at least 24 months<br />
2.2.2 Guarantee <strong>for</strong> parts of the chassis and bodywork - at least 5 years<br />
NOTE: The offer of an economic operator that shall not adhere to minimum requirements and conditions<br />
stipulated in the tender <strong>documentation</strong> will be assessed as unacceptable and the economic operator will<br />
not be invited to the electronic auction.<br />
2.3. ELIGIBILITY<br />
All economic operators are entitled to participate independently or as members of a group of economic<br />
operators in the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award procedure.<br />
Economic operators may associate and create a group of economic operators in order to submit a joint<br />
application <strong>for</strong> participation or a group bid without being legally bound.<br />
After the selection of the best bid, the <strong>contract</strong>ing authority may ask from the economic operators to associate in<br />
a relevant legal <strong>for</strong>m in order to execute the <strong>contract</strong>.<br />
If, during the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award procedure, the economic operator hires sub-<strong>contract</strong>ors, in that<br />
case the economic operator shall state the part of the <strong>contract</strong> which shall be delivered by sub-<strong>contract</strong>ors in the<br />
bid.<br />
The economic operator shall be accountable to the Contracting Authority <strong>for</strong> execution of the <strong>public</strong> <strong>procurement</strong><br />
<strong>contract</strong>, regardless of the number of sub-<strong>contract</strong>ors.<br />
The economic operator may participate with only one bid within the same <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award<br />
procedure.<br />
All bids shall be rejected if the economic operator:<br />
- Participates with more than one independent bid and/or as member of a group bid or<br />
- Participates as sub-<strong>contract</strong>or in another independent and/or member of a group bid.<br />
Economic operators may participate as sub-<strong>contract</strong>ors in more than one bid.<br />
2.4. CRITERIA FOR ESTABLISHMENT OF THE CAPACITY OF ECONOMIC OPERATORS<br />
In order to participate in the <strong>contract</strong> award procedure, economic operators must comply with the following<br />
criteria <strong>for</strong> establishment of their capacity:<br />
2.4.1. Personal status<br />
Criteria <strong>for</strong> establishment of the personal status of economic operators are:<br />
- In the last 5 years, an effective court decision <strong>for</strong> participation in a criminal organization, act of<br />
corruption, fraud or money laundering has not been stated against the economic operator<br />
- The economic operator is not subject to bankruptcy procedure;<br />
- The economic operator is not subject to liquidation procedure;<br />
- The economic operator has paid all taxes, contributions and other <strong>public</strong> fees;
- The economic operator is not sentenced with a minor penalty <strong>for</strong> imposed ban on participation in <strong>public</strong><br />
announcement procedures, the award of <strong>contract</strong>s <strong>for</strong> <strong>public</strong> <strong>procurement</strong> and <strong>public</strong> private partnership<br />
<strong>contract</strong>s;<br />
- The economic operator is not sentenced with a minor penalty <strong>for</strong> imposed temporary or permanent<br />
prohibition of certain activity and<br />
- No sanction <strong>for</strong> misdemeanor with an effective court decision has been stated against the economic<br />
operator, resulting in prohibition <strong>for</strong> per<strong>for</strong>ming professional activity or duty, i.e. temporary prohibition <strong>for</strong><br />
per<strong>for</strong>ming professional activity.<br />
The economic operator shall provide correct data and shall submit the in<strong>for</strong>mation required by the Contracting<br />
Authority.<br />
2.4.2. Ability to pursue professional activity<br />
The criterion <strong>for</strong> establishment of the economic operator’s ability to pursue professional activity is:<br />
- The economic operator should be registered as physical or legal entity <strong>for</strong> the per<strong>for</strong>mance of an<br />
activity related to the subject of <strong>procurement</strong> or to belong to a relevant professional association in accordance<br />
with the country in which it has been established.<br />
2.4.3. Economic and financial status<br />
Criteria <strong>for</strong> establishment of the economic and financial status of economic operators are:<br />
- Balance Sheet of the economic operator in the last financial year<br />
- Extract from the overall turnover of the company in the last financial year<br />
2.4.4. Technical or professional capacity<br />
Criteria <strong>for</strong> establishment of the technical or professional capacity of economic operators are:<br />
- List of main deliveries of the economic operator made in the last three years, with values, dates, buyers,<br />
by providing certificate <strong>for</strong> realized deliveries issued by the receiver or if such certificates cannot be<br />
provided, <strong>for</strong> reasons outside the control of the economic operator, only a Statement of his own <strong>for</strong> the<br />
realized deliveries<br />
- Description of the technical equipment which the economic operator has at disposal <strong>for</strong> the delivery of<br />
the service and measures <strong>for</strong> quality maintenance, and<br />
- Elements of the <strong>contract</strong> which the economic operator intends to be realized by sub-<strong>contract</strong>ors.<br />
2.5. PROOF OF THE CAPACITY OF ECONOMIC OPERATORS<br />
In order to prove their capacity, economic operators shall provide and submit along with the bid, the<br />
following documents:<br />
2.5.1. For personal status:<br />
- Statement by the economic operator that in the last 5 years, an effective court decision <strong>for</strong> participation<br />
in a criminal organization, act of corruption, fraud or money laundering has not been stated against it;<br />
- Certificate that it is not subject to bankruptcy procedure issued by a competent authority in the country<br />
where the economic operator has been registered;<br />
- Certificate that it is not subject to liquidation procedure issued by a competent authority in the country<br />
where the economic operator has been registered;<br />
- Certificate <strong>for</strong> paid taxes, contributions and other <strong>public</strong> fees issued by a competent authority in the<br />
country where the economic operator has been established;<br />
- Certificate from the Register of penalties <strong>for</strong> criminal acts of legal persons that has not been imposed<br />
with a minor penalty ban on participation in procedures <strong>for</strong> <strong>public</strong> announcement, the award of <strong>contract</strong>s<br />
<strong>for</strong> <strong>public</strong> <strong>procurement</strong> and <strong>public</strong> private partnership <strong>contract</strong>s<br />
- Certificate from the Register of penalties <strong>for</strong> criminal acts of legal persons that have been imposed with<br />
minor penalty <strong>for</strong> temporary or permanent prohibition of activity
- Certificate that no sanction <strong>for</strong> misdemeanor with an effective court decision has been stated against<br />
the economic operator, resulting in prohibition <strong>for</strong> per<strong>for</strong>ming professional activity or duty, i.e. temporary<br />
prohibition <strong>for</strong> per<strong>for</strong>ming professional activity issued by a competent authority in the country where the<br />
economic operator has been established.<br />
The documents proving the personal status shall not be older than 6 (six) months, and shall be submitted as<br />
originals or copies certified by the economic operator.<br />
In case the Contracting Authority has doubts regarding the documents <strong>for</strong> establishment of the personal status<br />
of the economic operator, it may ask <strong>for</strong> in<strong>for</strong>mation directly from the competent authorities having issued the<br />
documents <strong>for</strong> personal status.<br />
In case the country in which the economic operator has been established does not issue the documents stated<br />
in item 2.5.1 lines 2,3,4, 5, 6 and 7 the economic operator shall submit a Statement, certified by a competent<br />
authority, claiming that it is not subject to bankruptcy or liquidation procedure, that it has paid all taxes,<br />
contributions and other <strong>public</strong> fees towards the state, has not been imposed with minor penalty <strong>for</strong> prohibition in<br />
participation in <strong>public</strong> announcement procedures, <strong>awarding</strong> of <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>s and conclusion on<br />
<strong>contract</strong>s <strong>for</strong> <strong>public</strong>-private partnership, has not been imposed minor penalty <strong>for</strong> temporary or permanent ban on<br />
the activity and that it is not subject to a ban on per<strong>for</strong>ming professional activity or duty, and shall also submit<br />
other relevant <strong>documentation</strong> issued by a competent authority in the country where the economic operator has<br />
been established.<br />
The <strong>contract</strong>ing authority shall exclude from the further <strong>contract</strong> award procedure all economic operators under<br />
bankruptcy or liquidation procedure, economic operators which have not settled all taxes, contributions or other<br />
<strong>public</strong> fees, has not been imposed with minor penalty <strong>for</strong> prohibition in participation in <strong>public</strong> announcement<br />
procedures, <strong>awarding</strong> of <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>s and conclusion on <strong>contract</strong>s <strong>for</strong> <strong>public</strong>-private<br />
partnership, has not been imposed minor penalty <strong>for</strong>temporary or permanent ban on the activity are subject of a<br />
ban on per<strong>for</strong>ming professional activity or duty, i.e. a temporary ban on per<strong>for</strong>ming professional activity.<br />
The <strong>contract</strong>ing authority shall exclude from the <strong>contract</strong> award procedure all economic operators providing<br />
false in<strong>for</strong>mation or not providing the requested in<strong>for</strong>mation.<br />
2.5.2. For proving the ability to pursue professional activity:<br />
The economic operator shall submit a document <strong>for</strong> registered activity as proof that it has been registered as a<br />
physical or legal entity <strong>for</strong> the per<strong>for</strong>mance of an activity related to the subject of <strong>procurement</strong> or that it belongs<br />
to a relevant professional association in accordance with the country in which it has been established.<br />
2.5.3. For proving the economic and financial status:<br />
- Balance Sheets certified by competent authority, i.e. audited Balance Sheets or extracts from the<br />
Balance Sheets, where <strong>public</strong>ation of the Balance Sheet is required under the law of the country in<br />
which the economic operator is established in the last financial year and<br />
- Statements regarding the overall turnover of the company (in<strong>for</strong>mation from the Income Statement<br />
issued by a Competent Authority, i.e. audited Income Statement) <strong>for</strong> the last financial year<br />
2.5.4. For proving the technical or professional capacity:<br />
- List of main deliveries of the economic operator made in the last 3 (three) years, with values, dates,<br />
buyers, by providing certificate <strong>for</strong> realized deliveries issued by the receiver or if such certificates cannot<br />
be provided, <strong>for</strong> reasons outside the control of the economic operator, only a Statement of his own <strong>for</strong><br />
the realized deliveries<br />
- Description of the technical equipment which the economic operator has at disposal <strong>for</strong> the delivery of<br />
the service and measures <strong>for</strong> quality maintenance, and<br />
- Elements of the <strong>contract</strong> which the economic operator intends to be realized by sub-<strong>contract</strong>ors.
If the economic operator is not the producer of the subject of <strong>procurement</strong>, it is obliged to submit a document<br />
that the manufacturer of the subject of <strong>procurement</strong> confirms is ready to follow the economic operator in all the<br />
provisions of its offer in terms of quantity, quality and pace of delivery, and document that the economic operator<br />
is authorized by the manufacturer <strong>for</strong> the sale of the subject of <strong>procurement</strong>.<br />
2.5.5. Support by another entity<br />
The technical and professional capacity of economic operators may be supported by another entity, regardless<br />
of the legal relations between the economic operator and the entity.<br />
If the economic operator proves its technical or professional capacity by calling upon the support of another<br />
entity, in that case the economic operator shall prove this support by providing a valid proof that the<br />
abovementioned entity shall make available the relevant technical and professional resources to the economic<br />
operator. The entity providing financial support shall not be subject to an effective court decision <strong>for</strong> participation<br />
in a criminal organization, act of corruption, fraud or money laundering.<br />
In case economic operators submit a group bid, the economic and financial status, as well as the technical and<br />
professional capacity shall be proven by taking into consideration the resources of all members of the group. If<br />
the group of economic operators receives the support of a third entity/entities, the economic and financial status,<br />
as well as technical and professional capacity shall be established and proven in accordance with Articles 151,<br />
Paragraph 2 and 154 Paragraph 2 of the Law on Public Procurement.<br />
3. MINIMAL CRITERIA FOR ESTABLISHMENT OF THE CAPACITY OF ECONOMIC OPERATORS<br />
In order to participate in the procedure the economic operator shall have to comply with the following<br />
minimal criteria <strong>for</strong> establishment of the capacity of economic operators:<br />
3.1. Minimal criteria <strong>for</strong> establishment of the economic and financial status of economic operators:<br />
- Positive financial report<br />
3.2. Minimal criteria <strong>for</strong> establishment of the technical and professional capacity of economic operators:<br />
- Original or copy of the <strong>contract</strong> certified by the economic operator and statement of the buyer <strong>for</strong> confirmation<br />
of at least one realized purchase <strong>contract</strong> <strong>for</strong> same or similar goods (buses) in the last 3 years.<br />
4. STANDARDS FOR QUALITY SYSTEMS<br />
- In order to prove the established quality system, the economic operator with the bid (technical part) is required<br />
to submit a document issued by a verified institution <strong>for</strong> possessing a valid certificate <strong>for</strong> the introduced quality<br />
system - ISO 9001:2000.<br />
- If the economic operator is not the producer of the subject of <strong>procurement</strong>, it is obliged to submit the document<br />
<strong>for</strong> the implemented quality system - ISO 9001:2000 <strong>for</strong> the manufacturer.<br />
5. CRITERIA FOR AWARDING THE PUBLIC PROCUREMENT CONTRACT<br />
The criterion <strong>for</strong> <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award shall be:<br />
Lowest price…………………….100 points.<br />
The criterion <strong>for</strong> <strong>awarding</strong> of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> is the lowest price. The economic operator that will<br />
offer the lowest price during the electronic bidding, and the bid of which has been initially evaluated as<br />
acceptable, shall be selected as carrier of the <strong>procurement</strong>. In the procedure which ends with the<br />
implementation of the electronic bidding no scoring of the bids is done but only ranking of the economic<br />
operators in accordance with the prices offered.
6. INSTRUCTIONS FOR ELABORATION AND SUBMISSION OF THE FINANCIAL BID<br />
6.1. Price of the bid<br />
Economic operators are required to offer to provide single and total price CIP Skopje <strong>for</strong> subject of <strong>public</strong><br />
<strong>procurement</strong> <strong>contract</strong>, according to point 1.2.<br />
The price in the offer is expressed in Denars.<br />
Customs duties in the offer submitted by a <strong>for</strong>eign entity are specifically expressed.<br />
The price of the bid shall be stated in words and numbers.<br />
The price will be fixed and will apply until the full implementation of the agreement.<br />
The price should include all fees and discounts of the economic operator with the duties involved and to be<br />
expressed without value added tax, which is expressed differently.<br />
The economic operator necessarily presents the offered price in the ESPP via web <strong>for</strong>m "Submit bid /<br />
application <strong>for</strong> participation, panel “offer data " in the box <strong>for</strong> presenting the price.<br />
The <strong>for</strong>m of the electronic <strong>procurement</strong> system (ESPP) the price is expressed in numbers and in Denars.<br />
The price to be filled in in the electronic <strong>for</strong>m should be the total price of the subject of the <strong>public</strong> <strong>procurement</strong><br />
<strong>contract</strong> <strong>for</strong> which the bid is submitted (total bid price+ customs duty)<br />
Value added tax in the bid submitted by a domestic entity is specifically expressed.<br />
No alternative bids are allowed.<br />
In cases with an unusually low price of the bid in relation to the estimated value of the buses, the <strong>contract</strong>ing<br />
authority shall act in accordance with Article 163 and Article 164 of the Law on Public Procurement.<br />
6.2. Currency of the bid and manner of payment<br />
The currency in the bid shall be expressed in Denars.<br />
The calculation in Euros shall be done by using the average exchange rate of the National Bank of the Re<strong>public</strong><br />
of Macedonia on the day of the actual payment.<br />
6.3. Guarantee <strong>for</strong> the bid<br />
As part of the bid, the economic operator shall provide a Guarantee <strong>for</strong> the bid in the <strong>for</strong>m of a bank guarantee<br />
in the amount of 1% of the value of the bid*, issued by a first class bank with a good ranking and at least "B"<br />
credit rating, irrevocable, unconditionally payable, upon first written request, nontransferable, indivisible and<br />
issued <strong>for</strong> the benefit of the Contracting authority - User (Form No. 2).<br />
The <strong>contract</strong>ing authority may cash the guarantee in case the economic operator:<br />
- Withdraws its bid be<strong>for</strong>e the expiry of the validity period;<br />
- Does not accept the correction of arithmetic mistakes by the Committee;<br />
- Does not sign the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>; or<br />
- Does not provide a guarantee <strong>for</strong> quality per<strong>for</strong>mance/ realization of the <strong>contract</strong>.<br />
The validity of the guarantee shall not be less than 14 days as of the day of expiry of the validity period of the<br />
bid.<br />
In exceptional cases, the <strong>contract</strong>ing authority may ask from the economic operators an extension of the validity<br />
period of the guarantee.
The guarantee shall be returned to economic operators which have not been selected as most advantageous<br />
within its validity period.<br />
The guarantee shall be returned to the selected best economic operator after the signature of the <strong>public</strong><br />
<strong>procurement</strong> <strong>contract</strong> and the submission of a guarantee <strong>for</strong> quality per<strong>for</strong>mance of the <strong>contract</strong>.<br />
* Pursuant to Article 47 of the Law on Public Procurement, the guarantee of the offer in the <strong>for</strong>m of bank<br />
guarantee amounting to 1% of the total value of the offer, the economic operator must calculate within<br />
the total price of the offer including all costs and discounts and customs duties, value added tax (VAT)<br />
excluded.<br />
The bank guarantee <strong>for</strong> participation in the procedure is submitted in original and It should be submitted<br />
to the archives of the Ministry of Transport and Communications no later than the deadline established<br />
as final <strong>for</strong> opening of the bids.<br />
7. DEVELOPMENT AND SUBMISSION OF THE BIDS<br />
7.1. Manner of elaboration of the bids<br />
The bid must be prepared on the basis of the original tender <strong>documentation</strong>, in electronic <strong>for</strong>m, except those<br />
elements which, in accordance with the rules of the tender <strong>documentation</strong>, can be also submitted in paper<br />
originals.<br />
The economic operator shall use the electronic <strong>for</strong>ms provided in this tender <strong>documentation</strong>. In the development<br />
of these documents he must not deviate from the content of the <strong>for</strong>ms provided in the tender <strong>documentation</strong>.<br />
The bid shall be binding <strong>for</strong> the entire validity period established by the Contracting Authority.<br />
7.2. Format and signing of the bids<br />
The bid is submitted electronically through the ESPP and it should be electronically signed by using the digital<br />
certificate by the responsible person of the economic operator or person authorized by him. If the bid is signed<br />
by a person authorized by the responsible person, it is also necessary to provide an authorization <strong>for</strong> signing of<br />
the bid, signed by the responsible person.<br />
The bid is signed electronically by using the digital certificate which is issued by registered issuer of certificates<br />
in the Ministry of Finance of the Re<strong>public</strong> of Macedonia (presently these are only KIBS and the Macedonian<br />
Telecom Company).<br />
A <strong>for</strong>eign economic operator can electronically sign the bid by using qualified digital certificate which is issued<br />
by registered issuer of certificates in the European Union. In the case of use of qualified certificate issued by<br />
third-country issuer, the certificate can be accepted as valid only one of the following three conditions are met:<br />
‐ The issuer meets the requirements <strong>for</strong> qualified certificate prescribed by the Law on Data in Electronic<br />
Format and Electronic Signature (“Official Gazette of the Re<strong>public</strong> of Macedonia” No.34/01, 6/02 and<br />
98/08) and is voluntarily accredited in the European Union, or<br />
‐ Locally registered issuer guarantees <strong>for</strong> the <strong>for</strong>eign certificate like he is the one who issued the specific<br />
certificate, or<br />
‐ There is bilateral or multilateral agreement signed between the Re<strong>public</strong> of Macedonia and other<br />
country or international organization.
The Committee retains the right during the evaluation process, in the case of doubt in the validity of the<br />
certificate used or in the issuer of such certificate, to ask <strong>for</strong> additional in<strong>for</strong>mation or documents that will be<br />
used to prove the validity of the certificate.<br />
7.3. Submission of the bids<br />
Bids may only be submitted by economic operators who obtained the tender <strong>documentation</strong> from the ESPP. The<br />
Contracting Authority can also accept a bid by an economic operator who did not obtain the tender<br />
<strong>documentation</strong> through the ESPP but it is not obliged to submit the eventual changes and amendments in the<br />
tender <strong>documentation</strong> also to these economic operators.<br />
The economic operator submits his bid electronically through the ESPP.<br />
The bid submitted through the ESPP must be electronically signed by the economic operator by using digital<br />
certificate issued by registered issuer of certificates in the Re<strong>public</strong> of Macedonia or reputed and recognized<br />
international issuer.<br />
Clarification:<br />
The annex <strong>documentation</strong> (i.e. the <strong>documentation</strong> <strong>for</strong> proving the personal standing and capacity, capacity<br />
ability to per<strong>for</strong>m the professional activity, economic and financial capacity, technical capacity, minimum criteria,<br />
team members` CV, catalogues, etc.) is provided in original or in scanned electronic <strong>for</strong>mat.<br />
The economic operators are free to submit, in paper <strong>for</strong>m, the required annex <strong>documentation</strong> be<strong>for</strong>e the final<br />
deadline <strong>for</strong> electronic submission of the bids, if the required annex <strong>documentation</strong> is not available in electronic<br />
<strong>for</strong>mat, by providing it in sealed inner envelope which reads the full name and address of the economic<br />
operator. This sealed envelope is than put into larger, external envelope, and closed. This larger envelope<br />
reads:<br />
- the exact address of the Contracting Authority;<br />
- includes the reference number of the Announcement <strong>for</strong> Awarding of Public Procurement Contract<br />
and the date when the Announcement was published;<br />
- In the upper left corner it reads the following warning: “Do Not Open!” in order to avoid the eventual<br />
opening be<strong>for</strong>e the actual time and date of opening of the bid<br />
7.4. Costs <strong>for</strong> submission of the bid<br />
The economic operator shall bear all costs related to the preparation and submission of bids, and the<br />
<strong>contract</strong>ing authority shall not be responsible <strong>for</strong> such costs, regardless of the management and result of the<br />
tender procedure.<br />
Costs related to the preparation and submission of bids shall be born by the economic operator and shall not be<br />
recognized.<br />
The economic operator shall bear all risks related to the submission of bids, including Force Majeure.<br />
7.5. Elements of the bid<br />
The bid shall be composed of the following elements and in the following order:<br />
- Documents <strong>for</strong> establishment of the personal, economic and financial status of economic operators,<br />
capacity <strong>for</strong> per<strong>for</strong>ming professional activity and technical and professional capacity.<br />
- Dynamic plan <strong>for</strong> delivery of the buses<br />
- Form of bid (Form No. 1.)<br />
- Form of guarantee of the bid (<strong>for</strong>m no. 2)<br />
- Form quality realization of the <strong>contract</strong> (Form No. 3.)<br />
- Form of Guarantee <strong>for</strong> removal of deficiencies in the warranty period (Form No.4)<br />
- Form <strong>for</strong> the acceptance statement whereby the economic operator accepts the conditions from the<br />
announcement (Form no. 5)
- A statement that there is no valid court verdict on participation in criminal organization, corruption, fraud<br />
or money laundering in the past 5 years (Form No. 6)<br />
- General In<strong>for</strong>mation (Form No. 7)<br />
- Statement <strong>for</strong> the provision of servicing of vehicles and spare parts in the guarantee period, and after<br />
the guarantee period (Form number 8)<br />
- List of confidential in<strong>for</strong>mation (Form No. 9)<br />
- Initialed <strong>contract</strong> model<br />
7.6. Confidential in<strong>for</strong>mation<br />
Contracting authority shall protect the in<strong>for</strong>mation which the economic operator has marked as confidential,<br />
especially when it comes to business secrets or intellectual property rights, except in cases where the Law<br />
obliges the <strong>contract</strong>ing authority to submit this in<strong>for</strong>mation to the competent authorities (in case of complaints<br />
procedure, initiating an administrative dispute, etc.). For this purpose, the economic operator should make a list<br />
of confidential in<strong>for</strong>mation using the Form of a list of confidential in<strong>for</strong>mation, which is integral part of this tender<br />
<strong>documentation</strong>, and to submit it along with its bid.<br />
If the economic operator does not submit the list of confidential in<strong>for</strong>mation along with its bid, the <strong>contract</strong>ing<br />
authority will consider that the bid in question does not contain confidential in<strong>for</strong>mation.<br />
The price of the Bid is not considered confidential in<strong>for</strong>mation in any case.<br />
7.7. Clarification of the tender <strong>documentation</strong><br />
Economic operators may ask <strong>for</strong> clarification of the tender <strong>documentation</strong> by the Economic Operator only in<br />
electronic <strong>for</strong>mat, through the ESPP, by using the “Questions and Answers” module, no later than 6 days be<strong>for</strong>e<br />
the final deadline <strong>for</strong> submission of the bids.<br />
The Contracting Authority shall provide the clarification through the ESPP, in the “Questions and Answers”<br />
module, after which all economic operators who obtained the tender <strong>documentation</strong> will receive automatic<br />
electronic notification that answer was provided to question and they will be able to read the clarification, without<br />
disclosing the name of the economic operator who asked <strong>for</strong> the clarification.<br />
7.8. Modifications of the tender <strong>documentation</strong><br />
The Contracting Authority may introduce modifications or supplements to the tender <strong>documentation</strong>, not later<br />
than six days be<strong>for</strong>e the expiry of the deadline <strong>for</strong> submission of bids.<br />
The Contracting Authority may extend the deadline <strong>for</strong> submission of bids in accordance with the modifications<br />
and supplements to the tender <strong>documentation</strong>.<br />
The Contracting Authority shall send all modifications or supplements to the tender <strong>documentation</strong> to all<br />
economic operators having obtained the tender <strong>documentation</strong>, not later than six days be<strong>for</strong>e the expiry of the<br />
deadline <strong>for</strong> submission of bids and free of charge.<br />
In the case of extension of the final deadline, the Contracting Authority is obliged to sent electronic notification,<br />
through the ESPP, to all economic operators who obtained the tender <strong>documentation</strong> till the moment when the<br />
change was made, and publish the change in the ESPP.<br />
7.9. Language of the bid<br />
The bid, as well as the entire correspondence and documents related to the bid exchanged with the economic<br />
operators, shall be written in Macedonian language and Cyrillic alphabet. Supporting documents and<br />
standardized texts which are part of the bid may be submitted in a language different than Macedonian,<br />
provided that they are accompanied by a correct translation into Macedonian language.<br />
Foreign economic operators may submit the bid and complete <strong>documentation</strong> in English language with a<br />
mandatory translation into Macedonian by a certified court translator.<br />
The language of interpretation of the bid and other documents shall be Macedonian.
7.10. Validity period of the bid<br />
The validity period of the bid shall be 90 days as of the day of <strong>public</strong> opening during which the bid and all its<br />
elements shall be binding <strong>for</strong> the economic operator. Bids having a validity period shorter than the one<br />
established in this item of the tender <strong>documentation</strong> shall be rejected as ineligible.<br />
7.11. Single bid principle<br />
One legal or natural entity may submit only one bid, regardless of whether it is submitted individually or as a<br />
member of a group of economic operators. In the contrary, all bids in which the concerned legal or natural entity<br />
appears shall be rejected.<br />
7.12. Modification, replacement or withdrawal of the bids<br />
The economic operator can change, alter or withdraw his bid be<strong>for</strong>e the expiry of the final deadline <strong>for</strong><br />
submission of the bids.<br />
The economic operators can change, alter or withdraw their bids after the submission of the bid, under condition<br />
that such changes, amendments or withdrawals were received by the Contracting Authority be<strong>for</strong>e the final<br />
deadline <strong>for</strong> submission of the bids.<br />
The changes, amendments and withdrawals of the bids are done through the ESPP in the “Submit a Bid”<br />
module, by adding, deleting or withdrawing of the already submitted documents.<br />
The bid can not be changed, altered or withdrawn after the deadline <strong>for</strong> submission of the bids has expired.<br />
The withdrawal of the bid in the period between the final deadline <strong>for</strong> submission of the bids and expiry of the<br />
validity period of the bid will result in collection of the guarantee of the bid.<br />
8. OPENING AND EVALUATION OF THE BIDS<br />
8.1. Opening of the bids<br />
The opening of bids will be <strong>public</strong> and will be held on 26.05.2011 at 12:00 p.m. (local time) at the Ministry<br />
of transport and communications, address: Crvena Skopska Opstina street No.4, Skopje, Re<strong>public</strong> of<br />
Macedonia, within presence of authorized representatives of the bidders.<br />
The bids submitted are opened in accordance with the Law on Public Procurements, as follows: one by one, by<br />
reading the name of the economic operator whereas it is ascertained whether the bids were submitted in<br />
accordance with item 7.3 of the tender <strong>documentation</strong> and whether the bids are electronically signed. Then the<br />
bids are read in the same order as they were opened. Those economic operators that do not meet the<br />
requirements from the tender <strong>documentation</strong> will be excluded from the further procedure i.e. they will not be<br />
invited to the electronic bidding.<br />
The condition to use the electronic bidding is only if minimum two acceptable bids were received in the<br />
procedure.<br />
The <strong>public</strong> <strong>procurement</strong> Committee will start the <strong>public</strong> opening of the bids even if only one bid has been<br />
received. In that case no electronic bidding shall be used.<br />
During the opening and evaluation of the initially submitted bids minutes are made in accordance with the<br />
Regulation on the Procedure <strong>for</strong> Opening of the Bids and the Form <strong>for</strong> Making Minutes from the Opening<br />
(Official Gazette of the Re<strong>public</strong> of Macedonia No.154/07), as well as Report from the Implemented Procedure.<br />
Prior to the evaluation of bids, the Committee shall verify the completeness and validity of the <strong>documentation</strong> to<br />
determine the capacity of the economic operator.<br />
Unacceptable bids shall not be evaluated by the Committee.<br />
Evaluation of bids will be made in accordance with the criteria specified in the tender <strong>documentation</strong> published<br />
in the announcement <strong>for</strong> the award of <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>.
8.2. Confidentiality of the evaluation process<br />
At the evaluation process, the commission and the external professional are obliged to keep secret the content<br />
of the bids and any other in<strong>for</strong>mation submitted by the economic operators.<br />
8.3. Clarifying of the offers<br />
At the check of the completeness and the validity of the <strong>documentation</strong> <strong>for</strong> determining the capability of the<br />
economic operator and in the process of evaluation of the bid, the commission can ask the economic operators<br />
to clarify or supplement the documents, if these are not significant exceptions of the requested <strong>documentation</strong>.<br />
The <strong>contract</strong>ing authority shall not favor certain economic operator more than others by using the requested<br />
clarifications or additional documents.<br />
The request by the Contracting Authority <strong>for</strong> clarification and the actual response are in electronic <strong>for</strong>mat,<br />
through the ESPP, “Clarification/ supplementing of the submitted documents” module.<br />
Every clarification submitted by the economic operator regarding his bid, which is not feedback in reference to<br />
the initial request submitted by the Contracting Authority, shall not be considered.<br />
8.4. Changes in the bid<br />
No changes in the bid, except the correction of the arithmetical mistakes, can not be requested, sought or<br />
allowed by the Committee or by the economic operator.<br />
9. AWARDING OF THE PUBLIC PROCUREMENT CONTRACT<br />
9.1. Selection of the best bid<br />
The Contracting Authority, after the electronic bidding has been implemented, as a final phase in the open<br />
procedure, will award the <strong>contract</strong> to the economic operator who offered the lowest price during the negative<br />
bidding.<br />
If only one acceptable bid has been submitted in the first phase of the procedure i.e. no conditions <strong>for</strong> realization<br />
of the electronic bidding are met, the Contracting Authority can award the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> to the<br />
only economic operator who submitted acceptable bid.<br />
In the case there is no negative bidding during the auction i.e. reduction of the initial price, the Contracting<br />
Authority can award the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> to the economic operator who offered the lowest price in<br />
the initial phase of the procedure.<br />
9.2. Unusually low price<br />
If the price in the bid is unusually low and to a large extent does not comply to the estimated value of the<br />
<strong>procurement</strong>, the Contracting Authority will request from the economic operator explanation of the reasons <strong>for</strong><br />
such price in the bid. If the economic operator was unable to explain in electronic <strong>for</strong>mat, through the ESPP –<br />
the “Clarification/ Supplementing of the filed documents” what the reasons <strong>for</strong> such price are within 7 days from<br />
the day of submission of the request, or if the Committee does not accept his explanation, his bid will be<br />
rejected.<br />
9.3. Notification <strong>for</strong> selection or rejection<br />
The Contracting Authority shall notify the candidates – economic operators regarding the decision <strong>for</strong> <strong>public</strong><br />
<strong>procurement</strong> <strong>contract</strong> award or the eventual cancellation of the <strong>contract</strong> award procedure.<br />
After the expiry of the electronic bidding, there will automatic announcement in the <strong>public</strong> part of the ESPP (and<br />
sent automatically to all economic operators) a notification about the economic operator who submitted the<br />
minimum price during the negative bidding. The notification is <strong>for</strong> in<strong>for</strong>mation purposes and does not yield any<br />
legal effect. The outcome from the electronic bidding is the basis <strong>for</strong> adoption of the decision <strong>for</strong> selection of the<br />
best bid.
Be<strong>for</strong>e the expiry period of the bid validity, and not later than 3 days from the day of adoption of the decision <strong>for</strong><br />
selection of the best bid, the selected economic operator will be notified in electronic <strong>for</strong>mat, through the ESPP,<br />
that his bid was accepted. In the same time, all other economic operators will be also in<strong>for</strong>med about the results<br />
of the tender, about the decision which economic operator was the best economic operator and the reasons why<br />
their bid was not selected.<br />
9.4. Signing of the <strong>contract</strong><br />
The <strong>contract</strong>ing authority shall conclude the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> with the economic operator whose bid<br />
has been selected as most advantageous.<br />
In case the economic operator does not succeed in finding all the necessary in<strong>for</strong>mation that will influence the<br />
realization of the agreement, it shall not be freed from any liability or risk.<br />
It shall be considered that the economic operators have successfully examined the current conditions and<br />
obtained the necessary in<strong>for</strong>mation <strong>for</strong> fulfillment of all conditions required <strong>for</strong> delivery of the service.<br />
Economic operators shall abide by the legal regulations governing the import, customs and conditions<br />
<strong>for</strong> homologation.<br />
The economic operator whose bid has been selected as most advantageous shall be provided with a Service<br />
<strong>contract</strong> <strong>for</strong> signature. The economic operator shall sign and return the Service <strong>contract</strong> to the Contracting<br />
Authority within 5 days.<br />
If the selected best economic operator does not sign the <strong>contract</strong> within the period specified in Item 9.4 point 5<br />
of the tender <strong>documentation</strong>, the <strong>contract</strong>ing authority reserves the right to believe that the selected best<br />
economic operator waives the signing of the <strong>contract</strong> and to activate the guarantee of the bid.<br />
9.5. Guarantee <strong>for</strong> realization of the <strong>contract</strong><br />
The economic operator is obliged, if his bid has been selected as most advantageous bid, to provide a<br />
guarantee <strong>for</strong> the bid in the <strong>for</strong>m of a bank guarantee issued by a first class bank with a good ranking and at<br />
least "B" credit rating, irrevocable, unconditionally payable, upon first written request, untransferable, indivisible<br />
and issued <strong>for</strong> the benefit of the Contracting authority, <strong>for</strong> quality realization of the <strong>contract</strong> in the amount of 5 %<br />
of the value of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> and to submit to the Contracting Authority within a period of 5<br />
days from the date of signing the Contract <strong>for</strong> sale of buses. (Form No.3)<br />
The guarantee <strong>for</strong> quality per<strong>for</strong>mance of the <strong>contract</strong> shall be submitted with the <strong>contract</strong> in original.<br />
The validity period of the guarantee <strong>for</strong> quality per<strong>for</strong>mance of the <strong>contract</strong> shall be until the full realization of the<br />
<strong>contract</strong>.<br />
The guarantee <strong>for</strong> quality per<strong>for</strong>mance of the <strong>contract</strong> shall be returned to the <strong>contract</strong>or within 14 days as of the<br />
day of full realization of the <strong>contract</strong>.<br />
In case the deadline <strong>for</strong> realization of the <strong>contract</strong> has been extended or its value has been increased, the<br />
<strong>contract</strong>or shall respectively extend the validity and value of the guarantee.<br />
9.6. Advance payment and guarantee <strong>for</strong> advance payment<br />
Advance payment is not <strong>for</strong>eseen.<br />
9.7 Guarantee <strong>for</strong> removal of deficiencies in the warranty period<br />
The economic operator is obliged to name a guarantee to eliminate deficiencies in the guarantee period, within<br />
5 days from the date of the full delivery of all buses, and be<strong>for</strong>e the expiry of the Guarantee of quality realization<br />
of the Contract, to hand over to the <strong>contract</strong>ing authority a bank guarantee (original), from first class bank with a<br />
good classification with a minimum "B" credit rating, irrevocable, unconditional chargeable on first written call,<br />
nontransferable, indivisible and issued in favor of the Contracting authority <strong>for</strong> removal of deficiencies in the<br />
guarantee period in amount of the 5% of the total value of bid, subject to the <strong>procurement</strong>, of the validity period<br />
until the final expiry of the general guarantee referred to in bid (Form no. 4).
10. INSTRUCTION FOR LEGAL PROTECTION<br />
10.1 Every economic operator having a legal interest in obtaining the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> and which<br />
suffered or may suffer damages from potential breach of the provisions from the Law on Public Procurement,<br />
may ask <strong>for</strong> legal protection against the decisions, activities or failure to act by the <strong>contract</strong>ing authority in the<br />
<strong>public</strong> <strong>procurement</strong> <strong>contract</strong> award procedure, in accordance with the Law on Public Procurement.<br />
10.2 Appeal is filed within eight days from the day of:<br />
- Publishing of the Announcement <strong>for</strong> <strong>awarding</strong> of <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> regarding the data,<br />
actions or omissions to undertake actions in reference to the Announcement,<br />
- The receiving of the decision <strong>for</strong> selection of the best bid or decision <strong>for</strong> cancellation of the<br />
procedure, or<br />
- Leads <strong>for</strong> illegal actions during the procedure <strong>for</strong> <strong>awarding</strong> of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>, no<br />
later than one year from the day of finalization of the implemented procedure.<br />
10.3 The economic operators who missed the chance to file an appeal in reference to the provisions from item<br />
10.2, does not have a right to appeal in the later phase of the procedure <strong>for</strong> the same legal grounds.<br />
10.4 The appeal should include the following elements:<br />
- In<strong>for</strong>mation about the filer of the appeal (name, surname, name of the economic operator,<br />
residential address and registered address),<br />
- In<strong>for</strong>mation about the proxy or authorized representative,<br />
- Name and registered address of the Contracting Authority,<br />
- Number and date of the procedure <strong>for</strong> <strong>awarding</strong> of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> and in<strong>for</strong>mation<br />
about the Announcement <strong>for</strong> <strong>awarding</strong> of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>,<br />
- Number and date of the decision <strong>for</strong> selection of the best bid, cancellation of the procedure or any<br />
other decision made by the Contracting Authority,<br />
- in<strong>for</strong>mation about the actions or omissions to undertake acts by the Contracting Authority,<br />
- The appeal request and/ or request <strong>for</strong> compensation of the procedure costs, and<br />
10.5 The filer of the appeal is also obliged to enclose proof of payment of the procedure fee.<br />
10.6 The filer of the appeal who does not have registered address in the Re<strong>public</strong> of Macedonia is obliged to<br />
designate a representative who will receive all the correspondence.<br />
10.7 The appeal is submitted to the State Committee. The appeal is filed in person or by registered mail<br />
simultaneously to the Contracting Authority and to the State Committee. The day of filing of the appeal through<br />
registered mail is considered the day <strong>for</strong> filing. In the case of delivery in person, the Contracting Authority is<br />
obliged to issue receipt confirmation to the filer.<br />
10.8 For the procedure to the State Committee, the filer of the appeal, beside the administrative fee, also pays a<br />
procedural fee depending on the amount of the bid, as follows:<br />
- Up to 20.000 euros, in Denars equivalent, a fee of 100 euros, in Denars equivalent,<br />
- From 20.000 to 100.000 euros, in Denars equivalent, a fee of 200 euros, in Denars equivalent,<br />
- From 100.000 to 200.000 euros, in Denars equivalent, a fee of 300 euros, in Denars equivalent, or<br />
- Over 200.000 euros, in Denars equivalent, a fee of 400 euros, in Denars equivalent.<br />
10.9 In the case there is no bid, the amount of the procedural fee is calculated on the basis of the estimated<br />
value of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong>, whereas the State Committee notifies the filer of the appeal about the<br />
amount of the fee and the deadline within which it should provide proof <strong>for</strong> its payment.<br />
10.10 The procedural fee is considered as revenue in the Budget of the Re<strong>public</strong> of Macedonia.
11. CANCELATION PROCEDURE<br />
Contracting authority can cancel the procedure <strong>for</strong> <strong>awarding</strong> <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> if:<br />
- The number of candidates is less than the minimum number <strong>for</strong>eseen <strong>for</strong> the procedures <strong>for</strong> <strong>awarding</strong> <strong>public</strong><br />
<strong>procurement</strong> <strong>contract</strong> under this law,<br />
- There was not even one submitted offer or any reasonable offer at all<br />
- Acceptable bids are submitted which can not be compared because of different approaches to technical and<br />
financial bids,<br />
- un<strong>for</strong>eseen changes Incurred in the budget of the <strong>contract</strong>ing authority<br />
- Economic operators offered prices and conditions <strong>for</strong> the execution of <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> that is less<br />
favorable than the actual market prices<br />
- Estimated that the tender <strong>documentation</strong> contains huge errors or deficiencies,<br />
- Due to un<strong>for</strong>eseen and objective circumstances the needs of the <strong>contract</strong>ing authority have changed or<br />
- Contracting authority cannot select the best bid because of major violations of the Law in accordance with<br />
Article 210 of this Law<br />
12. INFORMATION ABOUT THE COMPETENT AUTHORITIES FROM WHICH THE ECONOMIC<br />
OPERATORS CAN OBTAIN DATA ON THE CURRENT REGULATION IN THE AREA OF TAXES AND<br />
OTHER PUBLIC TAXES, WORKING RELATIONS AND SAFETY AT WORK<br />
The interested economic operators can obtain data about the regulations in the area of:<br />
- Taxes and other <strong>public</strong> duties may receive from the Ministry of Finance at the following address:<br />
www.finance.gov.mk phone: + +389 (0) 2 3117288, fax: + +389 (0) 2 3117280;<br />
- Working relations and safety at work can be obtained from the Ministry of Labor and Social Policy on the<br />
following address: www.mtsp.gov.mk phone: + +389 (0) 2 3117288, fax: + +389 (0) 2 3117242;<br />
13. INFORMATION ABOUT THE COMPULSORY PROVISIONS FROM THE PUBLIC PROCUREMENT<br />
CONTRACT<br />
The Contract template is provided in Part III of the tender <strong>documentation</strong>.<br />
(The aim of the tender <strong>documentation</strong> is to provide the economic operators with the requirements, conditions,<br />
criteria and other necessary in<strong>for</strong>mation regarding the manner of implementation of the <strong>public</strong> <strong>procurement</strong><br />
<strong>contract</strong> award procedure and does not intend to replace the provisions of the Law on Public Procurement).<br />
If the <strong>contract</strong>ing authority in the future hands over the subject of <strong>procurement</strong> to a third party, the<br />
selected economic operator by signing a purchase Contract is considered consensual, all rights and<br />
obligations that the <strong>contract</strong>ing authority has acquired, except the payment of the subject of<br />
<strong>procurement</strong>, be transferred to third person.
PART II. TECHNICAL SPECIFICATIONS
II.TECHNICAL SPECIFICATIONS<br />
PART B2<br />
TECHNICAL SPECIFICATION – LIST OF REQUIREMENTS<br />
Supply of 15 panoramic double-decker buses (without roof on the second deck) with maximum length of 12 meters, two double doors and<br />
an engine that responds to the eco – standards, at least EURO 4<br />
Approval and alignment to the laws and recommendations<br />
THE BUSES MUST BE APPROVED IN THE REPUBLIC OF MACEDONIA ACCORDING TO THE TECHNICAL REQUIREMENTS THAT ARE IN FORCE ON THE DAY<br />
WHEN THE PUBLIC APPEAL FOR ASSIGNING A CONTRACT FOR PUBLIC SUPPLY WAS PUBLISHED<br />
Dangerous materials<br />
All the materials used <strong>for</strong> manufacturing of the mini-bus must not impose danger to the health of the passengers and the people engaged <strong>for</strong> their steering and handling,<br />
repairs and maintenance of the mini-bus. Those are the isolation material, colours, gaskets, fluids or friction materials. The materials that impose danger to the health or<br />
environment should be used at very low level, especially if the release of such materials is a problem (depositing – recycling). The materials that contain asbestos are not<br />
allowed. A list of dangerous materials that are recommended should be delivered, giving the following details: name of the material, supplier, in which places in the<br />
minibus it is integrated, the type of included danger to the health and the quantity of each material.<br />
The list will be given <strong>for</strong> approval to the <strong>contract</strong>ing body – the orderer together with the proposed design. Where plastic is used it should be given advantage to PE<br />
(polyethylene) in comparison to PVC.
DETAILED TECHNICAL DESCRIPTION OF THE PARAMETERS FOR A PANORAMIC DOUBLE DECKER<br />
Explanation: 1. the requirements that have a number in the first column (are numerated) should obligatory be in<br />
con<strong>for</strong>mity (the response should be YES). The non-con<strong>for</strong>mity will cause elimination of the economic<br />
operator<br />
1. the requirements that do not have a number in the first column (grey – not numerated), are in<strong>for</strong>mational<br />
and the non-con<strong>for</strong>mity does not cause elimination of the economic operator<br />
I. DIMENSIONS AND WEIGHTS<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 Length (external) from 10.500 to 12.000 mm<br />
2 Width (external) max 2.550 mm (excluding the external mirrors)<br />
3 Height max 4.200 mm<br />
4 Doors 2 double doors<br />
5 Minimum height in the isle on the lower deck 1.900 mm<br />
6 Engine capacity min. 210 kW ( EURO4)<br />
7 Seating capacity (without the driver) min. 63<br />
8 Number of axles 2 axles<br />
9 Maximum allowed weight of the vehicle 18 000 kg (maximum burden)<br />
10 Color of body red RAL 3002<br />
11 Approval of the buses in the Re<strong>public</strong> of Macedonia be<strong>for</strong>e the first delivery of the same<br />
II. ENGINE<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 emission of exhaustion gases at least EURO 4<br />
2 sound and thermal isolation of the engine<br />
3 power of the engine min. 105 kW<br />
4 vertical four-tact diesel engine<br />
type of engine (to be stated)<br />
volume of the engine (to be stated)<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)
III. ENGINE COOLING<br />
No.<br />
1 cooling with fluid that prevents freezing at -40 о С<br />
DESCRIPTION AND DETAILS<br />
2 cooling system – thermostatic with expansion container and indicator of the level of fluids<br />
the pipes in the cooling system must be manufactured of material that is erosion-proof (copper, brass,<br />
3<br />
plastics...)<br />
easy and immediate access to the cooling fluid expansion tank<br />
IV. VACUUM SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
dry type of filter with vacuum indicator and pre-expurgator<br />
V. FUEL SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 the gas tank and the fuel installation manufactured of material that is erosion proof<br />
2 capacity of the gas tank at least 270 liters with installed separation filter<br />
3 an entry <strong>for</strong> fast dismantling of the fuel tank<br />
VI. ENGINE OILING SYSTEM<br />
No.<br />
VII. GEAR<br />
No.<br />
DESCRIPTION AND DETAILS<br />
easy and immediate access to the meter and the oil pouring neck in the engine<br />
DESCRIPTION AND DETAILS<br />
1 automatic gear with an integrated retarder with at least <strong>for</strong> speeds <strong>for</strong> <strong>for</strong>ward and one rear gear<br />
2 speed limit of 85 km/h<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)
VIII. FRONT AXLE<br />
No.<br />
front axle (type and mark to be stated)<br />
IX. REAR AXLE<br />
No.<br />
X. RECLINING<br />
No.<br />
rear axle (type and mark to be stated)<br />
DESCRIPTION AND DETAILS<br />
DESCRIPTION AND DETAILS<br />
DESCRIPTION AND DETAILS<br />
1 air reclining with rubber balloons and valves <strong>for</strong> height control<br />
continuous driving height independent of the burden<br />
XI. STEERING SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 hydraulic steering system – steering wheel on the left side of the vehicle<br />
2 adaptable post of the steering wheel<br />
XII. BRAKING SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 pneumatic braking system<br />
non-asbestos brake plates, automatic setting of the amortization of the plates, indicator of the<br />
2<br />
amortization of the plates<br />
parking brake: acts aided with the springs on the engine axle, it is activated with the handgrip on the left<br />
3<br />
side console<br />
4 disk brakes on the two axles<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)
XIII. WHEELS AND TIRES<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 steel wheels size 22,5 х 8,25, tires tubeless 275/70 Р 22.5 “<br />
tires <strong>for</strong> city transport with en<strong>for</strong>ced sides, with endings <strong>for</strong> valves of the inner tire<br />
XIV. PNEUMATIC SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 air compressor with central grease, wet cold, mechanically driven<br />
2 the reservoirs <strong>for</strong> compressed air should be of material that is erosion proof with drainage valve<br />
3 pneumatic pipes of material that is entirely erosion proof<br />
4 air drier with an automatic separator of the condensate<br />
5 hidden switch <strong>for</strong> opening of the front door<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
XV. OILING SYSTEM OF THE BUS<br />
No.<br />
DESCRIPTION AND DETAILS<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
1 central oiling system<br />
XVI. ELECTRIC SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 automatic fuses, relays and main control unit<br />
2 starter with the minimum power of 4,5 kW/24V<br />
3 alternator/s with minimum power of 81V/110A<br />
4 2 (two) accumulators of 12 V, minimum 200 Ah, placed on sliding box erosion protected<br />
5 switcher <strong>for</strong> start / stop in the engine space<br />
switcher of the accumulator circle according to ECE R 107.02<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)
XVII. LIGHTS AND LAMPS<br />
No.<br />
1 front fog-lamps<br />
2 illumination of the engine space<br />
DESCRIPTION AND DETAILS<br />
turning on position lights when starting the engine and automatic turning off when stopping the engine<br />
XVIII. CARRIAGE, BODY AND COLOURING<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 protection of the chassis and the body against erosion at least 5 years<br />
2 assembly plugs <strong>for</strong> pulling <strong>for</strong>ward and backward with one pulling hook<br />
3 four lifting points beneath the chassis (2 front and 2 rear)<br />
4 external painting in red color RAL 3002, resistant to brush-washing and erosion-proof at least 2 years<br />
XIX. GLAZING AND MIRRORS<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 all the windows (on the lower deck) should be glued to the body<br />
2 front windbreaks (lower and upper deck) – double of laminated safety glass<br />
side windows on the left and right side of the lower deck with a possibility <strong>for</strong> partial opening – sliding or<br />
3<br />
with hinges (1/3 of the window should be opened)<br />
4 external, two hung and easily removable mirrors with heaters<br />
5 no side windows on the upper deck<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
XX. ENTERIER AND FLOORING<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 the ceiling and the sides on the first and second floor should be isolated of noise and heat<br />
the hand-holders should be protected with overlays; the borders should be with profiles in intense yellow<br />
2<br />
color<br />
3 space <strong>for</strong> a wheel chair opposite the second door and equipment <strong>for</strong> its attachment<br />
4 the floor manufactured of waterproof wooden overlays<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)
thermal and sound isolation on the floor; on the rear end, between the engine and the transport space<br />
5<br />
there should be a sound protection<br />
6 radio installation, radio appliance, CD MP3 player, at least 6 (six) speakers on the lower deck<br />
the edges on the floor of aluminium in intense yellow colour; the signs in the vehicle should be written<br />
7<br />
into Macedonian<br />
the ceiling overlay and the side overlays should be of a material that requires easy maintenance<br />
the side and ceiling overlays should be aligned to the colour and design of the overlays on the seats<br />
the height of the floor should not go beyond 350 mm, without stairs in the standing area<br />
the colour of the floor and ceiling overlays will be additionally defined<br />
XXI. PASSENGERS' SEATS<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 the shells manufactured of hard plastics, ergonomically designed<br />
2 low padded bottoms and stanchions<br />
3 the chairs on the upper deck must have safety belts with a retractor on two points<br />
the shells and the low padded bottoms and stanchions should be solar proof in view of the color<br />
4<br />
consistence<br />
5 Ashtrays in front of every seat on the upper deck<br />
6 Umbrellas – parasols positioned in front of every seat on the upper deck<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
XXII.INTERNAL MOVEMENT OF PASSENGERS<br />
No.<br />
1<br />
DESCRIPTION AND DETAILS<br />
Cameras on the lower and upper deck <strong>for</strong> monitoring of the passengers' condition with a recorder that<br />
has capacity of at least 24 effective hours (automatic overlapping after the use of the memory)<br />
Counter of passengers on the upper deck above the two stairs, with indicator of free seats<br />
Two stairs <strong>for</strong> connection with the upper deck positioned in accordance with the position of the doors<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)
XXIII. INTERNAL LIGHTING<br />
No.<br />
XXIV. DOORS<br />
No.<br />
DESCRIPTION AND DETAILS<br />
two-level neon (fluorescent) lighting attached in 2(two) rows<br />
DESCRIPTION AND DETAILS<br />
1 two (2) double doors positioned on right side of bus with minimum width of 1200 mm<br />
2 pneumatic opening towards inside<br />
3 side boards on the door stairs<br />
4 hand-holders on all the door wings, at least two on every wing<br />
5 all the doors on the minibus and the door in the engine space should have possibility <strong>for</strong> locking<br />
6 sound and signal system <strong>for</strong> door opening/closing<br />
automatically operated ramp <strong>for</strong> entry and exit of a wheel chair or a baby wheel chair according to ECE<br />
7<br />
P107.02 on the second door<br />
firm and safe closing and opening <strong>for</strong> max 3 seconds <strong>for</strong> each activity<br />
type of doors (to be stated)<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
XXV. DRIVER'S SEATING AND WORKING AREA<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 driver's seat placed in a partially closed driver's cabin with a door<br />
2 the cabin in height of the roof manufactured of rein<strong>for</strong>ced plastics in the rear and side part<br />
3 the cabin should be provided with a curtain <strong>for</strong> sun protection, one in front and one on the left side<br />
4 air reclining of the driver's seat with a safety belt on tri points and a head-back<br />
5 sliding window on the left side of the driver<br />
6 driver's seat ergonomically per<strong>for</strong>med and with possibility to be set in height and longitude<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)
XXVI. PANEL<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 digital tachograph <strong>for</strong> city driving – one day/two drivers (max. 125 km/h)<br />
2 Electronic RPM metar<br />
3 two pressure meters <strong>for</strong> front and rear braking circle<br />
4 pressure meters <strong>for</strong> the engine oil<br />
5 temperature meter <strong>for</strong> the cooling fluid<br />
6 sound signal <strong>for</strong> high temperature of the cooling fluid<br />
7 blinking warning system<br />
8 system of wipers, two speeds and simultaneous<br />
9 light indicator <strong>for</strong> the fall of the pressures in the engine oil<br />
10 light indicators <strong>for</strong> open/closed door<br />
11 signal system <strong>for</strong> fire in the engine space<br />
12 washing system <strong>for</strong> the windbreak on electric engine<br />
13 closet <strong>for</strong> the driver and equipment closet with possibility <strong>for</strong> locking<br />
14 plug-in <strong>for</strong> 24B in the driver's cabin<br />
15 clock<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
XXVII. HEATING AND VENTIALTION<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 efficient ventilation on the lower deck and the driver's space<br />
2 the driver's space and the passenger's space should be aerated separately<br />
3 efficient heating of the driver<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
XXVIII. GPS<br />
No.<br />
1<br />
DESCRIPTION AND DETAILS<br />
preparation of the electric installation <strong>for</strong> inserting GPS appliance <strong>for</strong> monitoring of the vehicle and<br />
automatic announcement of the stations<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)
XXIX. TICKET CHECK SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 preparation of electric installation <strong>for</strong> inserting of the appliance and Smart ticketing equipment<br />
XXX. PASSENGERS' INFORMATION SYSTEM<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 installation with a microphone and equipment <strong>for</strong> passengers' in<strong>for</strong>mation<br />
outlets <strong>for</strong> speakers on the side walls in the passengers' spaces <strong>for</strong> a two-channeled system, left and<br />
2<br />
right next to each row of seats on the upper and lower deck and speakers <strong>for</strong> each seat<br />
XXXI.PROTECTION EQUIPMENT ON THE UPPER DECK<br />
No.<br />
1<br />
DESCRIPTION AND DETAILS<br />
cover <strong>for</strong> sun/rain protection on the upper deck with electricity driven system <strong>for</strong> fast and simple setting<br />
and collection<br />
XXXII. SAFETY EQUIPMENT<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 fire – extinguishers – 2 pieces (1x3 and 1x6), easily accessible <strong>for</strong> the driver and well marked<br />
2 all the marks – tables in the driver's cabin must be into Macedonian language<br />
3 the contents and the arrangement of the tables are defined when signing the <strong>contract</strong><br />
4 the emergency exits are marked and equipped with hammers<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
tech. feature<br />
(brand)<br />
XXXIII. GUARANTEE<br />
No.<br />
DESCRIPTION AND DETAILS<br />
1 total guarantee period of the minibus, at least 24 months<br />
guarantee period of the aggregates (engine, gear, differential, wheel reducer, front axle, rear axle and the<br />
2<br />
steering box) at least 24 months<br />
3 guarantee period <strong>for</strong> anti-erosion protection at least 5 years<br />
4 period <strong>for</strong> supply with spare parts, at least 15 years<br />
in con<strong>for</strong>mity<br />
YES/NO<br />
tech. feature<br />
(brand)
ANNEX B2-1<br />
DOCUMENTATION AND SOFTWARE: IT IS DELIVERED WITH THE FIRST DELIVERY OF THE BUSES<br />
technical <strong>documentation</strong> <strong>for</strong> repair, maintenance of the vehicle and the aggregates, translated into Macedonian (6 sets <strong>for</strong> the whole serial of<br />
1<br />
minibuses)<br />
2 specification of the documents that will be delivered <strong>for</strong> each bus<br />
3 manual <strong>for</strong> the drivers translated into Macedonian (1 set per bus)<br />
4 catalogue of spare parts or program system <strong>for</strong> orders (x2)<br />
5 catalogue of spare parts and technical <strong>documentation</strong> <strong>for</strong> the engine (x3)<br />
6 catalogue of spare parts and technical <strong>documentation</strong> <strong>for</strong> the gear and the retarder (x3)<br />
7 catalogue of spare parts and technical <strong>documentation</strong> <strong>for</strong> the axles (x3)<br />
8 catalogue of spare parts and technical <strong>documentation</strong> <strong>for</strong> the air-conditioning (х3)<br />
9 scheme of electric installation (х4)<br />
10 scheme of air installation (х3)<br />
11 scheme of heating and airing<br />
12 directions and schemes <strong>for</strong> the necessary work <strong>for</strong> fuel use (x2)<br />
13 leaflet material with presentation of the minibus and photographs of the interior and the exterior<br />
The <strong>documentation</strong> is a comprising part of the buses.
ANNEX B2-2<br />
LISTS OF SPARE PARTS: IT IS DELIVERED WITH THE FIRST DELIVERY OF THE BUSES<br />
The economic operator will give a list with the spare parts and operating supplies <strong>for</strong> the <strong>for</strong>eseen regular maintenance of the<br />
buses that responds to the requirements <strong>for</strong> normal use of spare parts, enough <strong>for</strong> two years of normal use.<br />
For each part, its name, type, referent number at the manufacturer, the necessary quantity, the unit price and the overall<br />
value should be stated.<br />
List of parts and appliances prone to damages and accidents<br />
No. Name of the part/appliance Quantity Unit price<br />
1 front windbreak on the upper and lower floor<br />
2 corner front windows (if applied)<br />
3 set of mirrors<br />
4 glasses <strong>for</strong> the entry doors<br />
5 windows next to the driver<br />
6 all the components of the front bumper<br />
7 all the components of the rear bumper<br />
8 front lights<br />
9 single entry door<br />
10 rear half-door (engine-barrier)<br />
11 air-filter<br />
12 fuel-filter<br />
13 engine oil filter<br />
14 filters <strong>for</strong> other systems<br />
15 ABS sensors (if any)<br />
16 overlay on the brakes (set)<br />
17 measuring engine oil bar<br />
18 fuses (set)<br />
19 rear signalling (stop lamps, indicator of direction)<br />
20 wiper's set<br />
21 side glasses in all dimensions
The prices and the values referred to in annex B2-2 WILL NOT be added in the price of the offer and<br />
will not be used when assessing; they will only serve as necessary in<strong>for</strong>mation of the Contracting party –<br />
the Orderer
ANNEX B2-3<br />
INSPECTION OF THE VEHICLES:<br />
THE BUYER CAN, WITH PREVIOUS NOTICE, PERFORM INSPECTION OF THE VEHICLES AT ANY STAGE OF THEIR<br />
PREPARATION AND MANUFACTURING
PART III. CONTRACT TEMPLATE
PART III. CONTRACT TEMPLATE<br />
CONTRACT<br />
FOR PURCHASE AND SALES OF NEW MANUFACTURED BUSES<br />
Signed in Skopje, pursuant to the Decision <strong>for</strong> Awarding of Contract No.____/__, ___/__, in accordance with the<br />
Public Procurement <strong>for</strong> Awarding of Public Procurement Contract No. 23/2011, between:<br />
1. Ministry of Transport and Communications, Crvena Skopska Opshtina No.4, represented by the<br />
Minister, Mr. Mile Janakieski (hereinafter: the Buyer) from one side<br />
2.. ____________________________________________________, represented by ___________________________,<br />
(hereinafter: The Seller)<br />
I. SUBJECT OF THE CONTRACT<br />
Article 1<br />
Subject of the Contract is management of the relations between the Buyer and the Seller in regards with the<br />
purchase of 15 new manufactured low-floor double decker- buses of open type intended <strong>for</strong> sightseeing.<br />
(hereinafter: Buses).<br />
II. PRICE<br />
Article 2<br />
The total price of the Buses CIP Skopje is _______________________ (with words):<br />
___________________________________________ Denars (VAT excluded) or ___________ Denars (VAT<br />
included), (i.e. the single price is _________________ Denars, pursue to the Seller’s bid, which is constitute<br />
part of the Contract) .<br />
The price is fixed <strong>for</strong> the whole period of validity of the Contract.<br />
The Buyer shall pay the customs duties and the VAT at the import of the double-decker, low-floor buses of open<br />
type, intended <strong>for</strong> sightseeing.<br />
Should there be a change of course of the Denar against the Euro of more or less than 2%, calculated<br />
in terms of average exchange rate of NBRM on the date of conclusion of the Contract, the price expressed in<br />
Euro will increase or decrease by the percentage of the change that is over 2% regarding the remaining part of<br />
the unpaid amount of the <strong>contract</strong> price.<br />
III. MANNER OF PAYMENT<br />
Article 3<br />
The payment shall be realized as follows: (Pursue to item 2.1.2. Manner of payment of the <strong>Tender</strong><br />
Documentation).<br />
The <strong>procurement</strong> shall be considered completed after signing the Protocol <strong>for</strong> delivery of all minibuses,<br />
the receipt of the last invoice and submission of the guarantee <strong>for</strong> the guarantee period <strong>for</strong> the last minibus<br />
delivery.<br />
The payment of the amount from the paragraph 1 of this Article will be done on the Seller account No.<br />
_____ in ___________ Bank (please name both the bank and the account).
IV.<br />
SELLER OBLIGATIONS<br />
Article 4<br />
The Seller will sell to the Buyer 15 new manufactured low-floor double decker- buses of open type intended <strong>for</strong><br />
sightseeing, (brand ____and type___) in accordance with the bid, which is integral part of this Contract.<br />
Article 5<br />
The Seller is obliged to provide the Buyer with the Technical <strong>documentation</strong> about the buses <strong>for</strong><br />
everything that is included in the description as Annex B2 as integral part of the bid.<br />
The Seller obliges that he will provide <strong>for</strong> the Buses in this Contract a warranty service booklet that<br />
will fully comply to the Technical Specifications, Part B2 – Detailed technical description of the parameters,<br />
from the tender <strong>documentation</strong> of the bid. This warranty-service booklet is a document which includes the<br />
compulsory instructions and procedures to be followed when servicing the buses during the warranty period<br />
and in the post-warranty period.<br />
The warranty period starts to be valid the following day after the signing of the Minutes <strong>for</strong> Handing Over<br />
of a bus.<br />
These Minutes will particularly include: the date and hour of handing over, the location, the engine and<br />
chassis numbers and other necessary data which the parties deem should be included.<br />
For the duration of the warranty period, the Seller is obliged, on his account and within the deadlines set<br />
in this Contract, to remove the eventual problems/defects of the buses.<br />
Article 6<br />
The Seller is obliged that, during the validity of the warranty period, will remove the defects that will occur<br />
in the systems <strong>for</strong> steering, brakes, engine cooling, transmission systems and automatic shifting of the<br />
gears, lights and signalization, fuel supply, diagnostics, air conditioning – all on his account, within five<br />
business days, counted from the day when he received a written request, if the defect was not caused<br />
due to incorrect use and steering of the buses by the Buyer.<br />
In the case of disagreement on the guilt <strong>for</strong> occurrence of the defect, the <strong>contract</strong>ing persons will authorize an<br />
expert person who will ascertain the guilt <strong>for</strong> the occurrence of the defect within 24 hours.<br />
Article 7<br />
The Seller is obliged that <strong>for</strong> every day being late, counted from the expiry of the deadline from Article 6 of this<br />
Contract, will pay to the Buyer penalties in the amount of 300 euros (or equivalent in Denars) per day <strong>for</strong> each<br />
bus that is not functioning.<br />
Article 8<br />
The <strong>contract</strong>ing parties agree that the Seller will provide a proposal checklist of most commonly used<br />
spare parts, with prices, all in accordance with Annex B2-2 of the <strong>Tender</strong> <strong>documentation</strong>.<br />
Article 9<br />
The Seller is obliged to deliver the Documentation and the Spare Parts List to the Buyer– all in accordance<br />
with Annexes B2-1, B2-2 with the first shipment of buses, in accordance with the dynamics set in Article 11 of<br />
the Contract.<br />
Article 10<br />
The Seller is obliged that with the first delivery of the buses he will provide a service center in the<br />
country of the Contracting Authority and spare parts <strong>for</strong> servicing of the buses within the warranty<br />
period, and after the warranty period has expired.<br />
If the Bidder does not act in accordance with Paragraph 1 of this Article, the Buyer will activate the guarantee<br />
<strong>for</strong> quality delivery of the Contract.
V. DYNAMICS OF DELIVERY<br />
Article 11<br />
The Seller is obliged to deliver all 15 new manufactured low-floor double decker- buses of open type intended <strong>for</strong><br />
sightseeing by the end of the year 2012, but not be<strong>for</strong>e July.<br />
The Seller is obliged to follow the dynamics in the delivery of the buses, as it is stated in the bid, as<br />
follows:______<br />
For each delay of this dynamics, the remaining number of non-delivered buses shall be subject to penalties in<br />
amount of 0,1% of the value of the non-delivered buses, <strong>for</strong> each day of delay.<br />
The penalties should be counted 30 days after the expiry of the deadline <strong>for</strong> delivery, at latest.<br />
After the expiry of this deadline, the Buyer shall activate the bank guarantee.<br />
Article 12<br />
The <strong>for</strong>eseen deadlines can be extended in the following cases:<br />
- If the delay in the delivery was caused by the Buyer<br />
- Because of Force Majeure (disasters, accidents, blockades, strikes, t.e. circumstances whose appearance<br />
cannot be prevented, removed or avoided by the Contracted Parties)<br />
VI. OBLIGATIONS OF THE BUYER<br />
Article 13<br />
The Buyer is obliged that, during exploitation of the Buses in relation to servicing within the warranty period, he<br />
will fully comply to the instructions provided in the warranty-service booklet, with a due care of a good trader.<br />
The servicing will be per<strong>for</strong>med solely in the service center of the Seller.<br />
VII. RECEIVING OF THE BUSES<br />
Article 14<br />
The Seller obliges to hand over the Buses to the Buyer in accordance with the deadlines and dynamics set in<br />
Article 11 from the Contract, CIP location in Skopje which will be additionally determined, which would be<br />
referred to as quantitative acceptance of the Buses. Handover Minutes will be signed <strong>for</strong> each and every bus,<br />
including Protocol <strong>for</strong> Handing Over of the Buses which is signed after all Buses were delivered.<br />
Article 15<br />
The Contracting parties agree to consider the signing of the Protocol <strong>for</strong> handing Over of the Buses<br />
and obtaining of warranty <strong>for</strong> remedy of the defects within the warranty period as a fact which will<br />
mean final realization of the obligation to deliver and hand over all the buses.<br />
Article 16<br />
The <strong>contract</strong>ing parties agree that the risk from eventual mechanical damages of the Buses due to collision,<br />
vandalism, theft or similar will transfer to the Buyer after the Buses where handed over.
Article 17<br />
The Buses must fully comply to the requirements set in the Rulebook <strong>for</strong> Release on Market and Putting Into<br />
Use of Motor Vehicles, Coupled Vehicles, Equipment and Parts that could be integrated and / or used on them<br />
(Official Gazette of the Re<strong>public</strong> of Macedonia No. 134/2006; No.9/2007; No.156/2007 and 42/2008).<br />
The Seller is obliged to provide proof that the Buses comply to the conditions <strong>for</strong> standard homologation in<br />
accordance with the Regulation from Paragraph 1 of this Article and submit these to the Buyer 10 (ten) days<br />
be<strong>for</strong>e the actual first delivery of the Buses that are subject to this Contract.<br />
Article 18<br />
In case the Seller does not act in accordance with Article 17 of this Contract and the Buyer does not provide<br />
evidence that buses subject to this Agreement are eligible <strong>for</strong> typical Homologation pursue to the Rulebook on<br />
Regulations <strong>for</strong> the placing on the market and putting into operation of motor vehicles, trailers, and equipment<br />
(parts that can be embedded and / or to use them (Official Gazette of RM No. 134/2006, no. 9/2007, no.<br />
156/2007 and 42/2008) the <strong>contract</strong>ing parties agree that the Contract shall be considered terminated and the<br />
Seller shall compensate <strong>for</strong> damage that the Buyer suffered due to non-fulfilment of the <strong>contract</strong>.<br />
Article 19<br />
The Seller agrees that authorized representatives of the Buyer can per<strong>for</strong>m inspection of the buses, or their<br />
individual components in the process of production and/ or mounting, at their cost. In case that the inspection by<br />
the authorized representatives has identified any non-compliance with the technical specification from tender<br />
<strong>documentation</strong> of the bid of the Seller, the Buyer will explain immediately to the Seller, in writing, within three<br />
days about what was identified. The Seller is obliged, within three days after he received such notification, to<br />
in<strong>for</strong>m the Buyer about the measures he undertook the remedy the identified gaps or omissions.<br />
The compulsory inspection phases are set in the Annex B2-3 in Technical Specifications.<br />
The parties agree that the possible repeated inspection by the Buyer, regarding the previously identified<br />
gaps or omissions, will be per<strong>for</strong>med at the cost of the Seller.<br />
Article 20<br />
The <strong>contract</strong>ing parties have agreed that a systematic error is every error that happens on three or more<br />
buses on the same spot (part of joint) in the warranty period <strong>for</strong> the part or joint on which the defect has<br />
occurred.<br />
Article 21<br />
In a case of systematic error from Article 20 of this Contract, the Seller is obliged, on his account, to replace<br />
that part or the entire device with a brand new device on all buses. For such new devices the warranty will<br />
start to count, in full scope, from the moment of replacement.<br />
In the cases of Paragraph 1 of this Article, the Seller is obliged to remedy the systematic defect on all buses<br />
within 30 days, counted from the day he received a written request, if the authorized persons of the <strong>contract</strong>ing<br />
parties have ascertained that such defect has not occurred due to the Buyer’s fault.<br />
VIII. GUARANTEE PERIOD<br />
Article 22<br />
The Seller gives ________ (24) months of general guarantee of the delivered buses, which includes a<br />
guarantee of quality functioning of power system, management system, braking, cooling the engine, automatic<br />
transmission and changing gears, lighting and signalling, power supply with fuel, <strong>for</strong> diagnostics , airconditioning.<br />
Seller gives ________ (5) year warranty on parts of the chassis and body.
IX. GUARANTEES<br />
Article 23<br />
The Seller obliges that, in the name of guarantee <strong>for</strong> quality realization of the Contract, within 5 business days<br />
after the Contract was signed, will provide the Buyer with a bank guarantee (in original) from a first class bank<br />
with good classification and minimum B credit rating, irrevocable, unconditionally payable, on a first written<br />
request, non-transferable, indivisible and issued on behalf of the Contract Authority, <strong>for</strong> quality realization of the<br />
Contract at the amount of 5 % from the total value agreed in Article 2 of this Contract, with life until the final<br />
delivery of all buses.<br />
The Buyer will activate the guarantee from Paragraph 1 in the following cases if the Seller:<br />
- Does not deliver the buses according to the dynamics and quantity <strong>for</strong>eseen in Article 11 of this Contract:<br />
- Does not deliver all buses produced in Article 4 of this Contract in compliance with the technical<br />
specification;<br />
- Does not provide service center within a deadline and in a manner <strong>for</strong>eseen in Article 10 of this Contract;<br />
- Does not provide documents <strong>for</strong> standard homologation of the Buses from a relevant authority in the<br />
Re<strong>public</strong> of Macedonia;<br />
- Does not provide new guarantee in the case of changes or amendments to the Contract; and<br />
- In other cases related to quality realization of this Contract.<br />
The Guarantee <strong>for</strong> quality realization of the <strong>contract</strong> shall be subject to phased reduction each third month <strong>for</strong> an<br />
amount equal to the quantity of the buses delivered .<br />
The Guarantee <strong>for</strong> quality realization of the <strong>contract</strong> is valid until the signing of the Protocol <strong>for</strong> Handing<br />
Over of all buses subject to this Contract i.e. 30 days after the validity of this <strong>contract</strong> has expired.<br />
The Guarantee <strong>for</strong> quality realization of the <strong>contract</strong> shall be returned by the Contracting Authority within 14<br />
from the day of signing of the Protocol of Handing Over of all buses and after guarantee was received <strong>for</strong><br />
removal of the defects in the warranty period.<br />
Article 24<br />
The Seller obliges that, <strong>for</strong> the sake of warranty <strong>for</strong> removal of the defects/ problems in the warranty<br />
period, within 5 days from the day of each delivery of buses, will give to the Buyer a bank guarantee<br />
(in original), from a fist class bank with good classification and with minimum B credit rating,<br />
irrevocable, unconditionally payable, on a first written request, non-transferable, indivisible and<br />
issued on behalf of the Contract Authority <strong>for</strong> removal of the problems within the warranty period, in<br />
the amount of 5% of the total value of the subject of this <strong>procurement</strong>, with a validity deadline until<br />
the day provided in the Warranty <strong>for</strong> the warranty period of the general warranty.<br />
The Buyer will activate the guarantee from Paragraph 1 in a case when the Bidder, within the warranty period:<br />
- Does not remove the defects that will occur in the systems <strong>for</strong> steering, brakes, engine cooling, transmission<br />
systems and automatic shifting of the gears, lights and signalization, fuel supply, diagnostics, air conditioning<br />
i.e. systematic errors of the Buses within the deadlines set in this Contract;<br />
The Buyer obliges that, within 14 days after the expiry of the warranty period <strong>for</strong> the Buses in this Contract, will<br />
return to the Seller the guarantee from Paragraph 1 of this Article.<br />
X. FINAL PROVISIONS<br />
Article 25<br />
The <strong>contract</strong>ing parties agree that all gaps and omissions identified in the inspection phase from Article 19 of<br />
this Contract, and the non-compliance to the delivery dynamics from Article 11 of this Contract, shall be<br />
considered as essential ingredient of the Contract.
The breach of the essential ingredients of the Contract is the base <strong>for</strong> unilateral termination of this Contract<br />
and an obligation <strong>for</strong> the Seller to compensate the damage.<br />
The <strong>contract</strong>ing parties agree that, in the cases from Paragraph 1 of this Article, to try to resolve the dispute in<br />
amicable manner within a deadline not longer than 10 days. If the <strong>contract</strong>ing parties do not find amicable<br />
solution than the Contract is terminated.<br />
Article 26<br />
The <strong>contract</strong>ing parties agree, in a case of changes <strong>for</strong>eseen with Article 30 of this Contract, that the Seller will<br />
change his warranty accordingly within a reasonable deadline and provide a new warranty.<br />
Article 27<br />
If the Buyer concedes the subject of the <strong>procurement</strong> to a third party, the Seller, by signing the Purchase and<br />
Sales Contract, will be deemed that he agrees that all rights and liabilities of the Contracting Authority, except<br />
the payment <strong>for</strong> the subject of the <strong>procurement</strong>, will be transferred to the third party.<br />
Article 28<br />
The <strong>contract</strong>ing parties agree that the Buyer can present this Contract, along with the other <strong>documentation</strong> that is<br />
derived or will be developed in the course of realization the Contract, to the relevant state authorities, <strong>for</strong> the<br />
purpose of registration of the Buses from Article 2 of this Contract, in his name.<br />
Article 29<br />
For all issues that are not regulated with this Contract, the provisions from the Law on Obligations and the<br />
positive legislation in the Re<strong>public</strong> of Macedonia will apply.<br />
Article 30<br />
The <strong>contract</strong>ing parties agree that all changes or amendments <strong>for</strong> which there is need, to be made in writing<br />
during the course of realization of this Contract, as Annex to this Contract, under condition that the Seller<br />
provides a Letter of Consent from the Bank that issued him a guarantee, that he will make the relevant changes<br />
i.e. issue new guarantees.<br />
Article 31<br />
In a case of dispute, the <strong>contract</strong>ing parties agree that the dispute will be resolved at the relevant court in<br />
Skopje.<br />
The legislation of the Re<strong>public</strong> of Macedonia will be used in the resolution of the disputed issues.<br />
Article 33<br />
This Contract is made in 8 (eight) equal copies – 4 (four) in Macedonian and 4 (four) in English, 2 (two) of<br />
which in Macedonian and 2 (two) in English language <strong>for</strong> each <strong>contract</strong>ing party.<br />
In the interpretation of the provisions of this Contract, the Macedonian language text shall prevail.<br />
Signed and concluded<br />
In Skopje, on _________2009<br />
SELLER<br />
BUYER
PART IV. FORMS<br />
1. Form of the Bid (Form No. 1)<br />
2. Form of the guarantee <strong>for</strong> the bid (Form No. 2)<br />
3. Form of the guarantee <strong>for</strong> quality realization of the <strong>contract</strong> (Form No. 3)<br />
4. Form of the guarantee <strong>for</strong> removal of the defects within the warranty period (Form No. 4)<br />
5. Form <strong>for</strong> the acceptance statement whereby the economic operator accepts the conditions from<br />
the announcement (Form No. 5)<br />
6. Statement that there is no final conviction <strong>for</strong> participation in criminal organization, corruption,<br />
fraud or money laundering in the last 5 years (Form No. 6)<br />
7. General in<strong>for</strong>mations (Form No. 7)<br />
8. Statement <strong>for</strong> providing a service of vehicles and spare parts during the garantniod period, as<br />
well as the expiry of garantniod period (Form No. 8)<br />
9. List of confidential in<strong>for</strong>mations (Form No. 9)<br />
NOTE: THE FORMS NEED TO BE FILLED AND ELECTRONICALLY SIGNED BY THE AUTHORISED<br />
PERSON OF THE ECONOMIC OPERATOR
FORM OF THE BID*<br />
(Form No. 1)<br />
(Memorandum of the Bidder)<br />
Based on the announcement number 23/2011 issued by the Ministry of Transport and Communications of the<br />
Re<strong>public</strong> of Macedonia, the <strong>contract</strong> award <strong>for</strong> <strong>public</strong> <strong>procurement</strong> of 15 new manufactured low-floor double<br />
decker- buses of open type intended <strong>for</strong> sightseeing, by implementation of an open procedure, the<br />
electronic auction using the Electronic System <strong>for</strong> Public Procurement (ESPP), and the tender <strong>documentation</strong><br />
which we obtained through ESPP (https: / / www.e-nabavki.gov.mk ), we hereby submit the following:<br />
B I D<br />
2. GENERAL PART<br />
1. GENERAL PART<br />
Name of the Bidder: _______________________________________________________________________<br />
Contact data<br />
- Address: __________________________________________________________________________<br />
- Phone number: ____________________________________________________________________<br />
- Fax: _____________________________________________________________________________<br />
- Е-mail: ___________________________________________________________________________<br />
- Contact person: ____________________________________________________________________<br />
Authorized person: _________________________________________________________________________<br />
Tax number: ______________________________________________________________________________<br />
Country: __________________________________________________________________________________<br />
1.0 We agree to submit this bid <strong>for</strong> the subject of <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> in accordance with the prices and<br />
terms of delivery specified in the list of prices and terms of delivery.<br />
2.0 Our bid consists of the following parts:<br />
- Completed <strong>for</strong>m of the bid consisting of 1 General Part, List of prices and terms of delivery, given as<br />
Appendix A,<br />
- Completed <strong>for</strong>m of a list of confidential in<strong>for</strong>mation (if there are no confidential in<strong>for</strong>mation, the <strong>for</strong>m does<br />
not have to be submitted)<br />
- Documents proving the personal status, given in Appendix B<br />
- Document proving the competence to exercise the professional activity, given as a Appendix C,<br />
- Evidence of meeting the economic and financial capacity, given as Appendix D<br />
- Evidence of the fulfilment of technical or professional ability, given as Appendix E,<br />
- Guarantee of the bid, given as an Appendix F (previously submitted in the original)<br />
- Authorization <strong>for</strong> a representative of the group of economic operators, given the attached G (if it comes to<br />
the individual bidder, this indent should be crossed over)<br />
- Declaration of acceptance of the terms of the advertisement (Form no. 5)<br />
- General In<strong>for</strong>mation (Form No. 7)
- Statement <strong>for</strong> the provision of servicing of vehicles and spare parts in the guarantee period and after the<br />
guarantee period (Form number 8)<br />
- Technical drawings <strong>for</strong> the offered buses<br />
3.0 By submitting this offer, we fully accept the conditions provided in the advertisement and tender<br />
<strong>documentation</strong> and do not dispute your right to cancel the procedure <strong>for</strong> <strong>awarding</strong> <strong>public</strong> <strong>procurement</strong> <strong>contract</strong><br />
in accordance with Article 169 of the Law on Public Procurement.<br />
3 PRICE LIST AND DELIVERY DEADLINES<br />
1. PRICE<br />
1 2 3 4 5 6<br />
Description of the goods quant<br />
ity<br />
Single price Duty taxes Total price CIP<br />
location in Skopje<br />
(3*2+4)<br />
VAT<br />
new manufactured low-floor<br />
double decker- buses of open<br />
type intended <strong>for</strong> sightseeing<br />
15<br />
2.1. The total cost of our bid <strong>for</strong> 15 new manufactured low-floor double decker- buses of open type<br />
intended <strong>for</strong> sightseeing - with technical description and features provided in the tender <strong>documentation</strong> -<br />
technical specification which are an integral part of our bid, which calculates all necessary costs and customs<br />
duties CIP location in Skopje, which will further be determined, without VAT, is:<br />
_____________________________________________________________________________[with numbers]<br />
(_______________________________________________________________________Denars.) [with letters]<br />
The total amount of VAT is: _______________________________________________________[with numbers]<br />
(_______________________________________________________________________Denars.) [with letters]<br />
As enclose we submit the list with the delivery deadlines.<br />
3. Our offer is valid 90 days from the date of opening of tenders, during which time the offer is binding and can<br />
be accepted at any time be<strong>for</strong>e the expiry of that period.<br />
4. We hereby provide a guarantee of the bid in the <strong>for</strong>m of bank guarantee in accordance with item 6.3 of the<br />
tender <strong>documentation</strong>.<br />
5. Should our offer be accepted, undertake to provide guarantee <strong>for</strong> the quality per<strong>for</strong>mance of the <strong>contract</strong> in<br />
the amount of 5% of the value of our offer, under the conditions provided therein, within 5 working days from the<br />
date of signing of the Treaty.<br />
6. Should our offer be accepted, we undertake to provide guarantee <strong>for</strong> the removal of deficiencies in the<br />
guarantee period, under the conditions stipulated in the tender <strong>documentation</strong>.<br />
7. The bid shall also be accompanied by all required Statements <strong>for</strong>eseen in the tender <strong>documentation</strong>.<br />
Place and date<br />
___________________________<br />
Responsibleperson<br />
___________________________<br />
(name and surnmane)*
* This <strong>for</strong>m is not signed manually, but only by electronically by attachment of the valid digital<br />
certificate whose holder is the responsible person or person authorized by him.
FORM OF THE GUARANTEE FOR THE BID<br />
(Form No. 2)<br />
______________________<br />
(Bank name)<br />
______________________<br />
(Address)<br />
______________________<br />
(Tel. and fax)<br />
______________________<br />
(SWIFT)<br />
______________________<br />
(Internet )<br />
Date: ____<br />
To: Ministry of Transport and Communications<br />
SKOPJE<br />
GUARANTEE FOR THE BID IN REFERENCE TO THE COMPETITION NO. 23/2011<br />
Considering that (Name of the Economic<br />
operator)________________________________________________________ on the date __________ has<br />
submitted his bid <strong>for</strong> participation to a Competition No.23/2011 <strong>for</strong> <strong>procurement</strong> of 15 new manufactured lowfloor<br />
double decker- buses of open type intended <strong>for</strong> sightseeing.<br />
(hereinafter: the Bid), we hereby confirm that we, (Bank name)__________________________, with<br />
registered address on: ________________________________________, (hereinafter: the Bank) oblige to the<br />
Ministry of Transport and Communications (hereinafter: “The Contracting Authority”) <strong>for</strong> the amount of<br />
____________________ (in words): _________________________________), whereas the Bank and its<br />
successors, and institutions appointed by them fully commit to timely and entirely realize it on behalf of the<br />
Contract Authority.<br />
Official seal of the Bank _______ year.<br />
The conditions <strong>for</strong> activation of the bank guarantee are:<br />
- If the Economic operator withdraws his bid during the period of its validity (set in the Bid);<br />
- If the Economic operator does not accept the amount expressed in words, in the case of difference<br />
between the value expressed in figures and the value expressed in letter, which is ascertained by the<br />
Commission during evaluation of the Bid<br />
- If the Economic operator does not accept the correction of the arithmetical mistakes by the<br />
Commission; or<br />
- If the Economic operator who, during the period of validity of his bid, was notified by the Contracting<br />
Authority that his bid was accepted:<br />
• Due to any reasons misses or refuses to sign the Contract, if he is requested so; or<br />
• Misses or refuses to provide guarantee <strong>for</strong> quality delivery of the <strong>contract</strong>, in accordance with<br />
the tender <strong>documentation</strong>.<br />
If at least one of the above conditions is met, we accept to pay to the Contracting Authority the above said<br />
sum irrevocably, unconditionally and at the first written request, without the Contracting Authority to have the<br />
obligation to prove its claim, under condition if the Contracting Authority in such request stipulates that the<br />
amount he claims is based on some of the above said conditions, by stating the condition or conditions.
This guarantee is valid until the year of _______ and includes the 14 th day after the final deadline of the<br />
bid validity has expired. Any claim regarding this guarantee must be submitted to the Bank in the above<br />
mentioned deadline.<br />
This guarantee is issued in 2 (two) originals – one <strong>for</strong> the Contracting Authority and the other one <strong>for</strong> the<br />
Bank.<br />
Signature of the authorized person of the Bank and seal<br />
________________________________
FORM OF THE GUARANTEE FOR QUALITY REALIZATION OF THE CONTRACT<br />
(Form No. 3)<br />
______________________<br />
(Bank name)<br />
______________________<br />
(Address)<br />
______________________<br />
(Tel. and fax)<br />
______________________<br />
(SWIFT)<br />
______________________<br />
(Internet )<br />
Date: ____<br />
To: Ministry of Transport and Communications<br />
SKOPJE<br />
GUARANTEE FOR QUALITY REALIZATION OF THE CONTRACT<br />
IN REFERENCE TO THE COMPETITION NO. 23/2011<br />
Considering the fact that the (Seller name)____________________________________________________<br />
on the date __________ signed the Contract No.________ <strong>for</strong> <strong>procurement</strong> of 15 new manufactured low-floor<br />
double decker- buses of open type intended <strong>for</strong> sightseeing.<br />
(hereinafter: the Contract), we hereby confirm that we, (Bank name)__________________________, with<br />
registered address at: ________________________________________, (hereinafter: the Bank) oblige to the<br />
Ministry of Transport and Communications (hereinafter: the Buyer) <strong>for</strong> the amount of<br />
____________________ (in words): ___________________________________), whereas the Bank and its<br />
successors, and institutions appointed by them, fully commit to timely and entirely realize it on behalf of the<br />
Contract Authority.<br />
Official seal of the Bank in the year of _______.<br />
Conditions <strong>for</strong> activating of the Bank guarantee are:<br />
• If the Seller does not deliver the Buses in accordance with the dynamics and quantity <strong>for</strong>eseen<br />
in the Contract;<br />
• If the Seller does not deliver all the Buses <strong>for</strong>eseen in the Contract, according to the technical<br />
specification;<br />
• If the Seller does not provide service center within the deadline and in the manner <strong>for</strong>eseen in<br />
the Contract;<br />
• If the Seller does not provide documents <strong>for</strong> standard homologation of the Buses from the<br />
relevant authority in the Re<strong>public</strong> of Macedonia<br />
• If the Seller does not provide new guarantee in a case of changes or amendments of the<br />
Contract, and<br />
• In all other cases related to quality realization of this Contract<br />
If the above said condition is met, we accept to pay to the Buyer the above said sum irrevocably,<br />
unconditionally and at the first written request, indivisible and without the Buyer to have the obligation to prove<br />
his claim, under condition if the Buyer in such request stipulates that the amount he claims is based on the<br />
above said condition, by stating the condition.
This guarantee remains valid until the signing of the Protocol <strong>for</strong> handing Over of all 15 new manufactured lowfloor<br />
double decker- buses of open type intended <strong>for</strong> sightseeing.<br />
. Any claim regarding this guarantee must be submitted to the Bank no later than 30 (thirty) days after the<br />
validity of the Contract No. ____ has expired i.e. by the year of ______.<br />
This guarantee is issued in 2 (two) originals – one <strong>for</strong> the Buyer and the other one <strong>for</strong> the Bank.<br />
Signature of the authorized person of the Bank and seal<br />
________________________________
FORM OF THE GUARANTEE FOR REMOVAL OF THE DEFECTS WITHIN THE WARRANTY PERIOD<br />
(Form No 4)<br />
______________________<br />
(Bank name)<br />
______________________<br />
(Address)<br />
______________________<br />
(Tel. and fax)<br />
______________________<br />
(SWIFT)<br />
______________________<br />
(Internet )<br />
Date: ____<br />
To: Ministry of Transport and Communications<br />
SKOPJE<br />
GUARANTEE FOR REMOVAL OF THE DEFECTS WITHIN THE WARRANTY PERIOD IN REFERENCE TO<br />
THE CONTRACT NO. ____<br />
Considering the fact that the (Seller name)____________________________________________________<br />
on the date __________ signed the Contract No.________ <strong>for</strong> <strong>procurement</strong> of 15 new manufactured low-floor<br />
double decker- buses of open type intended <strong>for</strong> sightseeing.<br />
(hereinafter: the Contract), on the basis of which he obliged to give a guarantee <strong>for</strong> a warranty period, we<br />
hereby confirm that we, (Bank name)__________________________, with registered address at:<br />
________________________________________, (hereinafter: the Bank) oblige to the Ministry of Transport<br />
and Communications (hereinafter: the Buyer) <strong>for</strong> the amount of ____________________ (in words):<br />
___________________________________), whereas the Bank and its successors, and institutions appointed<br />
by them, fully commit to timely and entirely realize it on behalf of the Contract Authority.<br />
Official seal of the Bank in the year of _______.<br />
Conditions <strong>for</strong> activating of the Bank guarantee are:<br />
• If the Seller does not remove/ remedy the defects and systematic mistakes of the buses<br />
<strong>for</strong>eseen the Contract No.______. i.e. if he does not remedy the defects that would occur on<br />
the systems <strong>for</strong> steering, braking, ignition, transmission, automatic gear changing system, lights<br />
and signalization, fuel supply, <strong>for</strong> diagnostics, the air conditioning system i.e. the systematic<br />
defects of the Buses in the deadlines <strong>for</strong>eseen with this Contract.<br />
If the above said condition is met, we accept to pay to the Buyer the above said sum irrevocably,<br />
unconditionally and at the first written request, indivisible, without the Buyer to have the obligation to prove his<br />
claim, under condition if the Buyer in such request stipulates that the amount he claims is based on the above<br />
said condition, by stating the condition.<br />
This guarantee enters into <strong>for</strong>ce in the year of _________ (from the day of signing of the Minutes <strong>for</strong> Handing<br />
Over of the Buses No._____ dated ______ <strong>for</strong> ____ (number of) buses, in accordance with the Contract), and<br />
shall remain in <strong>for</strong>ce until the validity of the general warranty period has expired – the year of _____, in<br />
accordance with the bid. Any claim regarding this guarantee must be submitted to the Bank no later than 30<br />
(thirty) days after the warranty period has expired
This guarantee is issued in 2 (two) originals – one <strong>for</strong> the Buyer and the other one <strong>for</strong> the Bank.<br />
Signature of the authorized person of the Bank and seal<br />
_______________________________
FORM FOR THE ACCEPTANCE STATEMENT WHEREBY THE ECONOMIC OPERATOR ACCEPTS THE<br />
CONDITIONS FROM THE ANNOUNCEMENT<br />
(Form No 5)<br />
S T A T E M E N T<br />
We hereby declare that, by submitted the bid, we entirely accept the conditions stipulated in the<br />
Competition <strong>for</strong> <strong>awarding</strong> of the <strong>public</strong> <strong>procurement</strong> <strong>contract</strong> No. 23/2011, <strong>for</strong> <strong>procurement</strong> of 15 new<br />
manufactured low-floor double decker- buses of open type intended <strong>for</strong> sightseeing, published in the<br />
“Official Gazette of the Re<strong>public</strong> of Macedonia” No. ____/_____, and the Official Gazette of the European<br />
Union No. ___ the invitation <strong>for</strong> submission of the bid and all the conditions stipulated in the tender<br />
<strong>documentation</strong>, on the basis of which we submit our bid. We agree that these conditions entirely <strong>for</strong>m<br />
integral part of the Contract.<br />
We agree that the Contracting Authority can cancel the procedure <strong>for</strong> <strong>awarding</strong> of the <strong>public</strong><br />
<strong>procurement</strong> <strong>contract</strong>, in accordance with Article 169 from the Law on Public Procurements.<br />
Date and Place<br />
_______________<br />
Economic operator,<br />
_____________________<br />
(Name)<br />
_____________________<br />
Responsible person<br />
_____________________<br />
(Seal and signature)
STATEMENT THAT THERE IS NO FINAL CONVICTION FOR PARTICIPATION IN CRIMINAL<br />
ORGANIZATION, CORRUPTION, FRAUD OR MONEY LAUNDERING IN THE LAST 5 YEARS<br />
(Form No 6)<br />
In accordance with Article 147, Paragraph 2 from the Law on Public Procurements (Official Gazette of the<br />
Re<strong>public</strong> of Macedonia No.136/08) I hereby provide the following<br />
S T A T E M E N T<br />
I, __________________________________________ , Director/ Executive Director (responsible person) of<br />
the economic operator, hereby declare <strong>for</strong> myself and <strong>for</strong> the legal<br />
entity________________________________________________, that we were not subject to any legal verdict<br />
in <strong>for</strong>ce <strong>for</strong> involvement in a criminal organization, corruption, fraud or money laundering, in the last five years.<br />
Economic operator:<br />
Seal<br />
__________________________________<br />
(Name)<br />
__________________________________<br />
(Responsible person)<br />
In _________________________2009.<br />
Note: This Statement should be Notary certified.
GENERAL INFORMATIONS<br />
(Form No 7)<br />
General in<strong>for</strong>mations<br />
All individual economic operators as well as every partner from the group should fill in the in<strong>for</strong>mation in this<br />
<strong>for</strong>m.<br />
1. Economic operator name<br />
2. Registered address<br />
3. Tel Contact<br />
4 Internet address<br />
4. Fax Telex<br />
5. Headquarters Year of establishment
STATEMENT FOR PROVIDING A SERVICE OF VEHICLES AND SPARE PARTS DURING THE<br />
GARANTNIOD PERIOD, AS WELL AS THE EXPIRY OF GARANTNIOD PERIOD<br />
(Form No 8)<br />
S T A T E M E N T<br />
I, _____________________________________ , Director/ Executive Director (responsible person) of<br />
the economic operator, hereby declare ________________________________________________, that,<br />
within the deadline <strong>for</strong>eseen in the Contract, we shall provide a service <strong>for</strong> the vehicles as well as spare parts,<br />
both during the warranty period and after such period has expired.<br />
Economic operator:<br />
Seal<br />
__________________________________<br />
(Name)<br />
__________________________________<br />
(Responsible person)<br />
In _________________________2009.<br />
Note: This Statement should be Notary certified.
LIST OF CONFIDENTIAL INFORMATIONS<br />
(Form No 9)<br />
In<strong>for</strong>mation that is confidential<br />
The number<br />
of pages<br />
with that<br />
in<strong>for</strong>mation,<br />
Reasons <strong>for</strong> the confidentiality of<br />
this in<strong>for</strong>mation<br />
Period in which that<br />
in<strong>for</strong>mation will be<br />
confidential