15.01.2015 Views

Tender documentation for awarding a public procurement contract ...

Tender documentation for awarding a public procurement contract ...

Tender documentation for awarding a public procurement contract ...

SHOW MORE
SHOW LESS

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

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!