83
CONTRACTING AUTHORITY: JKP «PARKING SERVIS» BEOGRAD Republic of Serbia – 11000 Belgrade, Kraljice Marije No. 7 TENDER DOCUMENTS WITH BID FORMS TENDER DOCUMENTS WITH BID FORMS FOR PUBLIC PROCUREMENT OF GOODS FOR PUBLIC PROCUREMENT OF SPARE PARTS AND COMPONENTS NEEDED FOR THE UPGRADE OF S&B SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL AND PARKING CHARGE COLLECTION ON JKP „PARKING SERVIS“ INSTALLATIONS OPEN PUBLIC PROCUREMENT PROCEDURE FOR THE CONTRACT AWARD PROCUREMENT NO 10-40-D-03/15 - Belgrade, November 2015 -

1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Embed Size (px)

Citation preview

Page 1: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

CONTRACTING AUTHORITY:

JKP «PARKING SERVIS» BEOGRADRepublic of Serbia – 11000 Belgrade, Kraljice Marije No. 7

TENDER DOCUMENTS WITH BID FORMSTENDER DOCUMENTS WITH BID FORMSFOR PUBLIC PROCUREMENT OF GOODS

FOR PUBLIC PROCUREMENT OFSPARE PARTS AND COMPONENTS NEEDED FOR THE

UPGRADE OF S&B SYSTEM FORVEHICLE ENTRY AND EXIT CONTROL AND

PARKING CHARGE COLLECTION ONJKP „PARKING SERVIS“ INSTALLATIONS

OPEN PUBLIC PROCUREMENT PROCEDUREFOR THE CONTRACT AWARD

PROCUREMENT NO 10-40-D-03/15

- Belgrade, November 2015 -

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lotsProcurement No 10-40-D-03/15

Page 2: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Pursuant to the Article 32, Article 61 Para 4 of the Public Procurement Law (“Official Gazette of the Republic of Serbia”, No. 124/12, 14/15 and 68/15) and Article 2 Para 1 of the Rulebook on the mandatory elements of tender documentation in process of public procurement and the manner of proving the fulfillment of conditions (“Official Gazette of the Republic of Serbia”, No.86/15), other laws and by-laws governing the area the subject of the public procurement and the Decisions on the initiation of the public procurement procedureNo 2-1765 of 04.11.2015, Tender Documents for the public procurement of the goods in the open public procurement procedure, prepared by the Public Procurement Committee for the subject public procurement, formed by the Decision 2-1766 of 04.11.2015., contains as follows:

I TENDER DOCUMENTS –TABLE OF CONTENT 1. General information on the public procurement2. Information on the public procurement subject3. Type, technical characteristics (specifications), quality, quantity and description of the

goods, works and/or services, control methods and quality assurance, time limits for execution and/or delivery of goods, any additional services and the like.

4. Conditions for participation in the public procurement procedure frtom the Articles 75 and 76 of the Public Procurement Law and the instructions on how to prove eligibility.

5. Instructions to Bidders for Bid Preparation

II BID EVALUATION CRITERIA

1. Bid evaluation criteria – lowest price offered.

III BID FORMS

1. Bid Form – Cover Page – Form No. 12. Bid Form – Basic information about the Bidder – Form No. 23. Bid Form – Basic information about subcontractor – Form No. 2а4. Bid Form – Basic information about the member of the joint bid – Form No. 2б5. Form – Authorizations – Form No. 36. Form – Bidder's Statements on the fulfillment of the mandatory requirements in

accordance with the Article 75 of the Public Procurement Law – Form No. 4 7. Form of Bidder's Statement in accordance with the Article 75 Para 2 of the Public

Procurement Law– Form No. 5 8. Bidder’s Statement on the fulfillment of the requirements regarding business capacities in

accordance with the Article 76 of the Public Procurement Law– Form No. 69. Form of List of References – Form No.6а10.Form of Bidder's Statement on Warranty period – Form No. 711.Form of Bidder's Statement on Bidding Option – Form No. 812.Form of Statement of the Member of Joint Bid/consortium that is submitting Bid – Form

No. 8а13.Form of Statement on the Bidder’s intent to provide Financial instruments as security for

covering contractual obligations – Form No. 914.Form of price structure with instruction for completing the form – Form No. 1015.Bid Form for the goods that are the subject of procurement – Form No. 1116.Form of Bid preparation costs – Form No. 1217.Form of Statement on an independent Bid– Form No. 1318.Model Contract – Form No. 14

TOTAL NUMBER OF PAGES 56 OF 56

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

2/56

Page 3: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

1. GENERAL INFORMATION ON PUBLIC PROCUREMENT

1.1. CONTRACTING AUTHORITY: Name: JKP "Parking Servis" Belgrade; Аddress: 11000 Belgrade, Kraljice Marije No.7; PAC: 135311; Contracting Authority Website: www.parking-servis.co.rs; Activity Code: 5221; Reg. No/BID: 07046383; TIN: СР 100214228; Current Account: 325-9500700036027-75 with OTP banka Srbija a.d. Novi Sad; Tel:011/222-8-048; Fax: 011/222-8-038.

1.2. TYPE OF PROCEDURE: Open procedure in accordance with the Article 32 of the Public Procurement Law (the Official Gazette of the Republic of Serbia No 124/12), and by-laws governing the area of the public procurement whereby all interested persons may submit Bids.

1.3. SUBJECT OF PUBLIC PROCUREMENT: The subject of Public Procurement No.: 10-40-D-03/15, are goods – spare parts and components for the upgrade of S&B system for vehicles entry and exit control and charge collection on JKP Parking Servis installations , for the enterprise requirements , that shall be delivered on one-off basis within the validity period of the contract that is going to be concluded with the selected Bidder in accordance with the terms and conditions, specifications and schedules of the Contracting Authority from the Tender Documents.

THE SUBJECT OF THE PUBLIC PROCUREMENT IS NOT SUBDIVIDED INTO SEPARATE LOTS.

1.4. THE OBJECTIVES OF THE PROCEDURE: The procedure is conducted for the conclusion of the contract on public procurement with the selected Bidder.

1.5. IT IS NOT RESERVED PUBLIC PROCUREMENT.

1.6. ELECTRONIC AUCTION SHALL NOT BE PERFORMED.

1.7. CONTACT: Zorica Danilović, tel. 011/222-8-048. Upon obtained Tender Documents, interested persons can require from the Contracting Authority, exclusively in writing, any additional information and/or clarification in connection with the Bid preparation but not later that (5) days before the expiration of the deadline for the Bid submission, to the e-mail address : zorica.danilovic @parking- servis.co.rs.

1.9. OTHER INFORMATION ON THE PUBLIC PROCUREMENT: Date of the announcement of Public Invitation for Bids and Tender Documents at: 1. the Public Procurement Portal, which can be downloaded by the Bidders from the following link : http://portal.ujn.gov.rs 2. Portal of City of Belgrade, 3. The Contracting Authority Website www.parking-servis.co.rs – 06.11.2015.

Date of the submission of text of Publici Invitation for Bids for announcement at the Portal of Official Journals of the Republic of Serbia and the legal regulations database www.slglasnik.com: 06.11.2015.

1.10. TIME LIMIT FOR THE BID SUBMISION /CLOSING DATE : The time limit for the Bid submission is, according to the Article 95 Para 1 Item 2 of the Public Procurement Law (the Official Gazette of the Republic of Serbia No 124/12) – 30 days from the day of the announcement of public Invitation for Bids until 11.00 hrs, on the last day of the period of time stated for the Bid submission, i.e. on 07.12.2015. at 11.00 hrs.

1.11. THE PUBLIC BID OPENING SESSION SHALL TAKE PLACE ON 07.12.2015. at 13.00 hrs, in the Contracting Authority premises – in Belgrade , 27 Kneza Višeslava Street, (premises of SRC „Pionirski grad“).

1.12. BID VALIDITY: In accordance with the Article 90 of the Public Procurement Law (The Official Gazette of the Republic of Serbia No 124/12), the Contracting Authority determined the Bid validity period that must not be shorter than 60 (sixty) days from the date of public Bid opening (excluding the day of Bid opening session)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

3/56

Page 4: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

2 . THE SUBJECT OF PUBLIC PROCUREMENT

DISCRIPTION OF THE SUBJECT OF PUBLIC PROCUREMENT: The Subject of the Public Procurement are goods.NAME AND MARK FROM THE COMMON PROCUREMENT VOCABULARY: 31700000 – - Electronic , electromechanical and electro-technical supplies

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

4/56

Page 5: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

3. TYPE , TECHNICAL CHARACTERISTICS (SPECIFICATIONS), QUALITY, QUANTITY AND DESCRIPTION OF THE GOODS, WORKS AND/OR SERVICES, CONTROL METHODS AND QUALITY ASSURANCE, TIME LIMITS FOR EXECUTION AND/OR DELIVERY OF GOODS, ANY ADDITIONAL SERVICES, AND THE LIKE .

Spare parts for the maintenance of the S&B System forvehicle entry and exit control and parking charge collection

on JKP Parking Service installations

Itm/No P/N D e s c r i p t i o n Qty

1 04 21250 COINDISTRIBUTOR MV20 (replacement New for Old) 22 04 26981 MKV20K-PKA (replacement New for Old) 203 04 22882 MKT (replacement New for Old) 10

4 03 35659 PCB.ASS.CONNECTION BOARD (replacement New for Old) 1

5 04 24995 COIN STORE RS/96 SA- 12 5,-din. (replacement New for Old) 3

6 04 34740 EMBEDED VI (replacement New for Old) 67 51 02863 CASSETE FOR F53 FUJITSU 18 04 23758 PCB.ASS.CONNECTION BOARD+POWER SUPPLY 29 04 24597 Rain protector 3010 51 02726 Detector (double detector) 24V VEKM2H 1011 04 36868 Barrier arm 3M flat black/yellow 712 04 27460 USB Box type II 513 04 38009 RETROFIT KIT 5,7 DISPLAY FOR PGL30 5

14 04 34466 RETROFIT KIT LCD 12" CPL FOR PKA LQ 121DG41 LVSD II PKA 3

15 04 30081 PCB.ASS.BARRIER DRIVE 1016 51 01445 DOUBLE LOOP DETECTOR (old type) 1017 50 57981 Master Unit 10 Lines 518 50 57803 SPEAKER INTERCOM 50 OHM / 1 W 2019 50 52209 PUSH BUTTON INTERCOM 2020 51 03094 KEYBOARD POS-PH CPL.     221 04 24700 POWER PACK SL20 III 422 04 23265 PCB.ASS.ZC-GVA CPL. 256K 223 04 27589 SERVICE KEYBOARD ST-PC 224 51 01755 CUSTOMER DISPLAY WITH 2*20 DIGITS 425 04 17730 PUSH BUTTON GREEN CPL 40

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

5/56

Page 6: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Components for the upgrade of system for vehicle entry and exit control and parking charge collection on JKP Paring Service installations

COMPONENTS FOR THE UPGRADE OF S&B SYSTEMAT THE LOCATION „DONJI GRAD“Itm/No D e s c r i p t i o n Qty

1. ZR – Cell Computer 1 pc

Manufacturer: Scheidt & Bachmann GmbHType: ZR 30 - EntervoMedia: Side stripeSoftware package: Premium

2. Cash Register POS 2 pcs

Manufacturer: Scheidt & Bachmann GmbHType: POS-RMedia: Side stripeSoftware package: EntervoStandard analog intercomValidation of side stripe cardsValidation of RF transponder cards

3. Entry Device 2 pcs

Manufacturer: Scheidt & Bachmann GmbHType: PGL 30/SMedia: Side stripeSoftware package: PremiumPainting:Housing = RAL 1003 (yellow)Operating element = RAL 7043 (grey)Additional Painting with P- effectDisplay VGA 5.1Standard analog intercomValidation of RF transponder cards

4. Barrier TYPE 1 2 pcs

Manufacturer: Scheidt & Bachmann GmbHType: AS 32Painting:Housing = RAL 1003 (yellow)Additional Painting with P- effectBarrier arm black/yellow (RAL 1003)Length: 2.95mType: StraightProfile: Flat

5. Barrier TYPE 3 2 pcs

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

6/56

Page 7: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Manufacturer: Scheidt & Bachmann GmbHType: AS 32Painting:Housing = RAL 1003 (yellow)Additional Painting with P- effectBarrier arm black/yellow (RAL 1003)Length: 2.95mType: StraightProfile: Flat

COMPONENTS FOR THE UPGRADE OF S&B SYSTEMAT THE LOCATION „OBILIĆEV VENAC“Itm/No D e s c r i p t i o n Qty

1. Entry Device 1 pc

Manufacturer: Scheidt & Bachmann GmbHType: PGL 30/SMedia: Side stripeSoftware package: PremiumPainting:Housing = RAL 1003 (yellow)Operating element = RAL 7043 (grey)Additional Painting with P- effectDisplay VGA 5.1Standard analog intercomValidation of RF transponder cards

2. Exit Device 1 pc

Manufacturer: Scheidt & Bachmann GmbHType: PL 30/SMedia: Side stripeSoftware package: PremiumPainting:Housing = RAL 1003 (yellow)Operating element = RAL 7043 (grey)Additional Painting with P- effectDisplay VGA 5.1Standard analog intercomValidation of RF transponder cards

3. Barrier TYPE 2 2 pcs

Manufacturer: Scheidt & Bachmann GmbHType: AS 32Painting:Housing = RAL 1003 (yellow)Additional Painting with P- effectBarrier arm black/yellow (RAL 1003)Length: 2.45mType: Folding armProfile: Flat

COMPONENTS FOR THE UPGRADE OF S&B SYSTEM

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

7/56

Page 8: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

-Warehouse „Вуков споменик“Itm/No D e s c r i p t i o n Qty

4. Barrier TYPE 1 2 pcs

Manufacturer: Scheidt & Bachmann GmbHType: AS 32Painting:Housing = RAL 1003 (yellow)Additional Painting with P- effectBarrier arm black/yellow (RAL 1003)Length: 2.95mType: StraightProfile: Flat

Exit Device for the Automation System of the Garage „ Pionirski park“

Itm/No D e s c r i p t i o n Qty

1. Exit Device 1 pc

Manufacturer: Scheidt & Bachmann GmbHType: PL 30/SMedia: Side stripeSoftware package: PremiumPainting:Housing = RAL 1003 (yellow)Operating element = RAL 7043 (grey)Painting with P- effectDisplay VGA 5.1Standard analog intercomValidation of RF transponder cards

BID PRICE, MODE OF PAYMENT AND BID VALIDITY: Bid price for the subject goods shall be quoted in Dinars (RSD) or euros (EUR) without VAT whereas the price quoted in euros (EUR) shall be, for the purpose of evaluation and ranking of Bids, converted into dinars at the mean exchange rate of the National Bank of Serbia applicable on the date of the Bid opening . The price shall not include related costs: costs of import clearance and other import charges, VAT, freight charges, insurance of goods in transit, etc., that shall be borne by the Contracting Party. Packing cost shall be borne by the Supplier . The Contracting Authority shall bear cost for the return of the old parts that are replaced on “new for old” basis.

The Contracting Authority has determined in accordance with the Article 4 of the Law on Deadlines for Fulfillment of Financial Obligations in Commercial Transactions (the Official Gazette of the Republic of Serbia No. 119/2012), the payment terms as follows: payment at unit prices specified in the Form of Price Structure and to the total cash amount offered in the Bid Form, which must not exceed the total value of funds allocated for the relevant procurement of goods. The Contracting Authority shall effect payments in dinars (RSD) and/or euros (EUR) subject to the currency of the Bid, as the following:

30% in advance of the total contracted value for all goods supplied as one-off delivery-that shall be paid immediately upon the presentation of the Advance Payment Guarantee; and

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

8/56

Page 9: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

remaining 70% -after completion of the relevant delivery, within 10 (ten) days after the signature of the Record on qualitative and quantitative acceptance of the Devices and the receipt of the invoice by the Supplier

Bidders shall make out separate invoices for the following items specified in the Form of Price Structure:

1. For spare parts;2. Components for upgrade of system for vehicle entry and exit control an

parking charge collection on JKP Parking Service installations; and3. Exit Device for the Automation System of the garage „Pionirski park“

Bid variants are not allowed. The mode of payment is the condition set out by the Contracting Authority in its Tender Documents that must be observed within the scope of the offer and as the future contractual obligation since it is an integral part of the Model Contract that is going to be concluded with selected Bidders upon the completion of the Public Procurement procedure.

In accordance with the Article 90 of the Public Procurement Law , the Bid validity as requested by the Contracting Authority shall not be shorter than 60 (sixty) days from the Bid opening date excluding the day of Bid opening session. Bids with shorter validity period than herein stated and/or the Bids without specified validity period, shall be rejected as non-responsive. In case of the expiration of the validity period, the Contracting Authority may solicit in writing the Bidder’s consent to an extension of the Bid validity period. The Bidder that has granted the request will not be permitted to modify its Bid. MANNER AND TIME OF DELIVERY: Date of delivery and/or performance of services shall be specified in the Bid Form as calendar days, The delivery of the goods shall be effected as one-off delivery and it shall include besides new parts also a part of the delivery on new-for-old basis as defined within the specifications of Tender Documents of the the Contracting Authority. The subject goods shall be delivered on EXW basis. Bidder shall hand over subject goods properly packed with lawful export and other documents to the carrier as provided by the Contracting Authority to transport the goods to the Contracting Authority warehouse at the address Mostarska petlja bb in Belgrade. The goods delivery time shall not be longer than 60 (sixty) days from the signature of the contract. The time of delivery is an essential contract element and the failure of the Bidder to observe specified time limit shall be the reason of unilateral termination of contract by the Contracting Authority and collection of instruments of security covering good performance as set out in the Tender Documents and model contracts.

QUALITATIVE AND QUANTITATIVE ACCEPTANCE OF THE GOODS, CONTROL METHOD , WARRANTY FOR THE DELIVERED GOODS AND CLAIMS:The Bidder selected under the subject Public Procurement undertakes to deliver the subject goods in full compliance with the requirements – technical characteristics (specifications) specified by the Contracting Authority in the Tender Documents, applicable standards intended for this kind of goods and to provide good quality goods, from the current production and in the original packaging material.Upon the arrival of the goods to the Contracting Authority facilities in Belgrade, the authorized person of the Contracting Authority shall established whether the goods supplied are in full compliance with the specifications and terms and conditions from the accepted offer/Bid whereof a Record on qualitative and quantitative acceptance shall be drawn and submitted to the selected Bidder for signature and verification. On the day when both parties set their respective signatures to the Record , shall be deemed as the date when the selected Bidder has fulfilled his contractual obligations in terms of delivery.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

9/56

Page 10: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

The Bidders shall grant warranty period – warranty for the quality of the subject goods, that shall be at least but not less than the warranty granted by the manufacturer. The Contracting Authority is requesting also warranty period for the goods delivered on “new for old” basis of 2 months, for new parts , 6 months and for the components for the upgrade of system, 12 months , All mentioned warranty periods shall commence on the date of the effected goods delivery i.e. qualitative and quantitative acceptance approved by the signature to the Record on qualitative and quantitative acceptance .

Within warranty period the Bidder is obliged to act according to the notice of complaint lodged by the Contracting Authority at its own expense and within 60 days and to replace the faulty goods with new ones, in which case the warranty period for replaced goods shall run anew from the date of the effected replacement . If , upon the receipt of the subject goods , the Contracting Authority established that they do not comply with the conditions and/or requirements as set by the Contracting Authority in the Tender Documents and the accepted Bid and/or the delivered goods are defective , the Contracting Authority shall draw up the Notice of Complaint requiring established deficiencies to be rectified and/or delivery of new goods in accordance with the contracted obligations

TIME LIMIT FOR CONCLUDING CONTRACT WITH THE SELECTED BIDDERS FOR GOODS: The Contracting Authority shall submit Contract on Public Procurement to Bidder who was awarded contract, within 8 (eight) from the day of expiry of time limit for filing requests for the protection of rights from the Article 149 of the Public Procurement Law or the request for the protection of rights has been rejected or withdrawn. If the Contracting Authority has failed to send signed contract to the selected Bidder within set time limit , the Bidder is not obliged to sign the contract and shall not be considered as waiver of Bidding and therefore the Bidder shall not sustain any consequences thereof unless the request for the rights protection has been duly and timely filed. In the case that only one Bid has been submitted, the Contracting Authority may conclude the contract before the expiry of the time period for the submission of the request for the rights protection in accordance with the Article 112 Para 2 Item 50. If the Bidder who was awarded contract refuses to sign public procurement contract, in that case the Contracting Authority shall award the contract to the next lowest evaluated Bidder.

FINANCIAL INSTRUMENTS AS SECURITY FOR FULFILLMENT OF CONTRACTUAL OBLIGATIONS: As regards submission of financial instruments as the security for fulfillment of the contractual obligations, the Bidders shall , during the stage of the Bid submission, sign and seal the Statement of the Bidders made under penalty of perjury, that is an integral part of the Tender Documents , whereby they undertake that after selection of Bid and contract award and on the day of contract conclusion, and not later than 10 (ten) after coming the Contract into forse, present:

– Advance Payment Guarantee - original bank guarantee for advance payment, irrevocable, unconditional, payable “at first demand" and waiving all right of objections and defense, for the amount of requested advance (30% of the total value of Contract – without VAT), without which the amount of advance shall not be paid, with validity which is not less than 30 (thirty) days beyond the time limit for the fulfillment of the contractual obligations i.e. beyond the date of the effected delivery of the relevant Goods.

– Performance Bond - original bank guarantee, irrevocable, unconditional, payable “at first demand" and waiving all right of objections , for the amount of 5% of the total value of Contract without VAT with the validity which is not less than 30 (thirty) days beyond the time limit for the fulfillment of the contractual obligations (i.e. from the date of effected

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

10/56

Page 11: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

delivery of the relevant Goods) The Contracting Authority is entitled to enforce said guarantee in the event that the Bidder selected as most favorable, does not fulfill in whole or in part its contractual obligations or does not perform in the manner and within the time limits as stipulated in the Contract, and/or in the case of termination.

In addition to the above mentioned obligations, the Bidders shall , during the stage of the Bid submission, sign and seal the Statements of the Bidder made under penalty of perjury, that is an integral part of the Tender Documents , whereby they undertake that after selection of Bid and contract award and on the day of the delivery of the relevant Goods, present :

c) Defect Liability/Maintenance Bond – original bank guarantee irrevocable, unconditional, payable “at first demand" and waiving all right of objections , for the amount of 5% of the total value of Contract without VAT with validity which is not less than 30 (thirty) days beyond the expiration of warranty period for the effected delivery ( reckoning the longest warranty period granted by the Bidder for the Goods being the subject of the delivery).

The above stated bank guarantees are the contractual obligations for the Bidder and therefore if they failed to present them as mentioned above it will be deemed that the successful Bidder failed to fulfilled its contractual obligations.The said guarantees shall be issued for the particular amount and shall include time limits and payment mode as specified above. The Contracting Authority are entitled to enforced the said bank guarantees in case that the suppliers fails to fulfill its contractual obligation in whole or in part and in case of the contract termination. As soon as the Bidder fulfills its contractual obligations ,the financial instrument for good performance shall be returned upon the written request. If the time limits for fulfillment of the contractual obligations are changed in the period of the contract validity, the Bidder shall provide the extension of the validity of the instruments of security.

NOTE: If the registered office of the Bidder is located in a state abroad , the Contracting Authority shall request the translation of the said financial instruments as the security for the fulfillment of the contractual obligations (i.e. bank guarantees) to Serbian certified by the authorized court translator.

CRITERION FOR BID EVALUATION: The Contracting Authority has opted for the criterion of lowest price in accordance with Art. 85, paragraph 1, item 2 of the Public Procurement LawSpare criterion – if upon the analysis and evaluation of the Bids, two or more acceptable Bids have been ranked as equal, based on the element of lowest price, the Contracting Authority will select among the two the Bid with shorter delivery time, and/or longer validity period.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

11/56

Page 12: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

4. REQUIREMENTS FOR THE PARTICIPATION IN PUBLIC PROCUREMENT PROCEDURE FROM ARTICLE 75 AND 76 OF THE PUBLIC PROCUREMENT LAW AND THE INSTRUCTIONS ON HOW TO PROVE ELIGIBILITY

The participation in the public procurement procedure is open to any interested person that meet mandatory requirements for eligibility to participate in the procedure from the Art. 75 of the Public Procurement Law (PPL) and additional requirements from Art, 76 of PPL , set forth by the Contracting Authority in its Tender Documents is accordance with The Public Procurement Law and other relevant by-laws from this area which are eliminatory i.e. failure to comply with them, makes the Bid unacceptable. Bidder shall prove his eligibility for participation in the procedure in the procedure pursuant to the Art. 77 of PPL in the manner as set forth by the Contracting Authority in this Instructions that are an integral part of the Tender Documents, by supplying relevant evidences and statements given in the forms prescribed by the Contracting Authority within the Tender Documents

IN ACCORDANCE WITH THE ARTICLE 75 OF THE PUBLIC PROCUREMENT LAW, THE BIIDER OF THE RELEVANT PROCEDURE OF PUBLIC PROCUREMEN , HAS TO PROVE ITS ELIGIBILITY FOR PARTICIPATION IN THE PROCEDURE IN THE MANNER AS SET OUT HEREUNDER:

1. Requirement: Bidder is registered with competent authorities i.e. the entry of relevant business is made in the relevant register:

Proof: Legal person: 1) An extract from the Register of the Business Registers Agency and/or from the extract from

the Register of the competent Commercial Court (Institution).Proof : Entrepreneur:1) An extract from the Register of the Business Registers Agency i.e. an extract from the

relevant register. * the Bidder is not required to present this evidence, if the registration data are publicly available on the website of the Agency and the Court. ** The Bidder shall submit the said evidence for its subcontractor / s (if more than one then for each one separately), and/or all members of the joint bid/consortium shall provide it separately as well. *** The said evidence shall be submitted in a simple photocopy, regardless of the date of issue. ____________________________________________________________________________2. Requirement: Bidder or its legal representative have not been convicted for any criminal act as members of an organized criminal group nor for commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe or criminal offence of fraud

Proof : Legal person: 1) Extract from the criminal records or certificate of the Basic Court (which includes

information from criminal records for crimes within the jurisdiction of the ordinary criminal department of the Higher Court) in the area of which is the registered office of local legal person and/or the seat of the representative offices or of a branch of a foreign legal entity, that acknowledges confirms that the legal person has not been convicted for crimes against the economy, crimes against environmental protection, the offense of receiving or giving bribes, the crime of fraud

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

12/56

Page 13: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Special Notes: 1) If the certificate of the Basic Court does not provide the information from the criminal records

for crimes within the jurisdiction of the ordinary criminal department of the Higher Court, then apart of the certificate of the Basic Court, it is required that a certificate of the Higher Court within the area of which the local legal person has its registered office; representative offices has its seat or a branch of a foreign legal entity have been registered, is presented which confirms that the Bidder (legal person) has not been convicted for crimes against the economy and offense of receiving bribes.

2) Extract from the criminal records or certificate of the Special department (organized crime) of the Higher Court in Belgrade, confirming that supplier (legal person) was not convicted of any of the criminal acts of organized crime;

3) Extract from the police record and/or certificate of the competent police department of the Ministry of Interior confirming that the Bidder's legal representative has not been convicted for commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe, criminal offence of fraud or some criminal acts of organized crime (the request may be submitted by place of birth or the place of residence of the legal representative). If the Bidder has more than one legal representative, it is required to submit evidence as the Contracting Authority has required for each .

Proof Entrepreneur of Physical Person:1) Extract from the criminal records and/or certificate of the competent police

department of the Ministry of Interior that confirms that it has not been convicted for criminal act as a member of a organized criminal group and/or commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe and/or criminal offence of fraud. The request may be submitted by place of birth or the place of residence of the Bidder.

* This evidence shall not be older than two months before the date of Bid opening..** The said evidence shall be provided by the Bidder for its sub-contractor/s i.e. each member of the joint bid/consortium are required to submit such a evidence. *** In case of legal person, this evidence is required both for Legal person and for its legal representative;**** If more than one legal representative has been registered with the Agency for Business Registers, the required evidence shall be provided for each legal representative separately.. ***** The said evidence shall be submitted in a simple photocopy.______________________________________________________________________

3. Requirement: Bidder has settled due tax liabilities , contributions and other public charges in accordance with applicable laws of the Republic of Serbia or a foreign country if it has registered office located in the territory of such country;

Proof: legal person, entrepreneur, natural person, whichever: 1) The Certificate of Tax Administration of the Ministry of Finance is required as the proof that the due tax liabilities and contributions have been settled 2) The certificate of the Public Revenue competent local government (city / municipality) that it has settled its obligations arising from the direct local revenue.

Note: If a Bidder is in the process of privatization , instead of the two above-mentioned evidence it must submit confirmation or approval of the Privatization Agency that the Bidder is in the process of privatization. * This evidence can not be more than two months old before the opening of bids. ** Bidder is required to submit such evidence also for its subcontractors / s, (if more than one then for each one separately), i.e. all members of the joint bid/consortium are required to provide

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

13/56

Page 14: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

such evidence, as well, . *** The said evidence is delivered in a simple photocopy.

_____________________________________________________________________________4.Requirement: The Bidder shall expressly indicate in preparation of its Bid it has observed any and all statutory obligations set forth in the applicable regulations governing safety at work, employment , conditions at work and environmental protection.

Proof: legal person, entrepreneur, natural person, whichever:

1) Completed, signed and sealed Bidder’s Statement made under penalty of perjury in accordance with the Article 75, Para 2, Itm. 2 of the Public Procurement Law that is an integral part of the Tender Documents. If the bid is submitter as a joint bid or consortium, the said Statement has to be signed and sealed by the authorized persons of each Bidder of such joint bid/consortium._____________________________________________________________________________THE CONTRACTING AUTHORITY HAS SET ADDITIONAL REQUIREMENTS FOR THE PARTICIPATION IN THE PUBLIC PROCUREMENT PROCEDURE IN ACCORDANCE WITH THE ARTICLE 76 AS FOLLOWS:

1 . Bidder satisfies the requirements on business capacities, if:

1.1 Bidder’s total revenue generated from sales and delivery of the goods being the subject of the public procurement , is minimum RSD 60,000,000.00 (without VAT) , equivalent to aggregate EURO amount of 500.000,00, over the period of 3 (three) years: 2012, 2013 and 2014.

Proof: The Statement on existing satisfactory financial capacities , required within Tender Documentation , completed, signed and sealed by the Bidder's responsible person, alongside with evidence confirming stated data such as: signed and sealed Form of List of References that contains information about previous Contracting entities and income earned from sales/deliveries of the goods being the subject of the present procurement

The Contracting Authority reserves the right to check given information. ____________________________________________________________________________

The Contracting Authority requires in accordance with Art. 13 of the Rulebook on mandatory elements of Tender Documents in public procurement procedures and the manner of proving the fulfillment of requirements (the Official Gayette of the Republic of Serbia No 29/2013), from Bidder to provide Financial instruments as security for fulfillment of obligations in the public procurement procedure and financial instruments as security for fulfillment of contractual obligations mentioned in the Tender document.

2. FINANCIAL INSTRUMENTS AS SECURITY FOR FULFILLMENT OF CONTRACTUAL OBLIGATIONS: As for submission of financial instruments as the security for fulfillment of the contractual obligations, the Bidders shall , during the stage of the Bid submission, sign and seal the Statements of the Bidder made under penalty of perjury, that is an integral part of the Tender Documents , whereby they undertake that after selection of Bid and contract award and on the day of contract conclusion, and not later than 10 (ten) after coming the Contract into force, present:

– Advance Payment Guarantee - original bank guarantee for advance payment, irrevocable, unconditional, payable “at first demand" and waiving all right of objections

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

14/56

Page 15: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

and defense, for the amount of requested advance (30% of the total value of Contract – without VAT), without which the amount of advance shall not be paid, with validity which is not less than 30 (thirty) days beyond the time limit for the fulfillment of the contractual obligations i.e. beyond the date of the effected delivery of the relevant Goods.

– Performance Bond - original bank guarantee, irrevocable, unconditional, payable “at first demand" and waiving all right of objections , for the amount of 5% of the total value of Contract without VAT with the validity which is not less than 30 (thirty) days beyond the time limit for the fulfillment of the contractual obligations (i.e. from the date of effected delivery of the relevant Goods) The Contracting Authority is entitled to enforce said guarantee in the event that the Bidder selected as most favorable, does not fulfill in whole or in part its contractual obligations or does not perform in the manner and within the time limits as stipulated in the Contract, and/or in the case of termination.

In addition to the above mentioned obligations, the Bidders shall , during the stage of the Bid submission, sign and seal the Statements of the Bidder made under penalty of perjury, that is an integral part of the Tender Documents , whereby they undertake that after selection of Bid and contract award and on the day of the delivery of the relevant Goods, present :

c) Defect Liability/Maintenance Bond – original bank guarantee irrevocable, unconditional, payable “at first demand" and waiving all right of objections , for the amount of 5% of the total value of Contract without VAT with validity which is not less than 30 (thirty) days beyond the expiration of warranty period for the effected delivery ( reckoning the longest warranty period granted by the Bidder for the Goods being the subject of the delivery).

The above stated bank guarantees are the contractual obligations for the Bidder and therefore if they failed to present them as mentioned above it will be deemed that the successful Bidder failed to fulfilled its contractual obligations.The said guarantees shall issued for the particular amount and shall include time limits and payment mode as specified above. The Contracting Authority are entitled to enforced the said bank guarantees in case that the suppliers fails to fulfill its contractual obligation in whole or in part and in case of the contract termination. As soon as the Bidder fulfills its contractual ,the financial instrument for good performance shall be returned upon the written request. If the time limits for fulfillment of the contractual obligations are changed in the period of the contract validity, the Bidder shall provide the extension of the validity of the instruments of security.

NOTE: If the registered office of the Bidder is located in a state abroad , the Contracting Authority shall request the translation of the said financial instruments as the security for the fulfillment of the contractual obligations (i.e. bank guarantees) to Serbian certified by the authorized court translator. ________________________________________________________________________IN RESPECT OF ADDITIONAL CONDITIONS REFERRED IN THE TENDER DOCUMENTS THE CONTRACTING AUTHORITY RESERVES THE RIGHT TO VERIFY THE INFORMATION GIVEN IN THE STATEMENTR ALOGSIDE WITH THE EVIDENCE PRESENTED..

The Bidder may submit its Bid for the subject public procurement independently and/or entrust a partial execution of the procurement to a subcontractor in which case it has to identify the percentage of the total value of the procurement that shall be entrusted to the subcontractor (which cannot be higher than 50%) and which part of the procurement subject shall be

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

15/56

Page 16: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

executed through the subcontractor, and Bid may be submitted by a group of bidders submitting a joint bid.

If the Bidder submits Bid independently, it cannot be a member of a joint bid or a subcontractor at the same time.

If Bidder entrusts the partial execution to a subcontractor, Bidder must indicate in its Bid that the partial execution of procurement shall be entrusted to a subcontractor, and in particular the percentage of the total value of procurement entrusted to the subcontractor that must not be higher than 50% and which part of the procurement subject shall be executed through the subcontractor; the name of such subcontractor. If the Contracting Authority and Bidder conclude the contract, the said subcontractor shall be included in the contract.

Bidder shall be fully liable to the Contracting Authority for the execution of procurement contracts, regardless of the number of its subcontractor. The bidder shall provide the Contracting Authority, upon the latter’s request, access to the subcontractor for the purpose of establishing the compliance with the requirements. If Bidder submits Bid with subcontractor in accordance with the Article 80 of the Public Procurement Law, Bidder shall provide proof on fulfillment of mandatory requirements from the Article 75 Para 1 Itm. from 1) through 3) of the Public Procurement Law. As regards additional requirements, the subcontractor shall fulfill the additional requirement as required by the Contracting Authority subject to the part of the procurement that was entrusted to it for execution thereof. The requirement regarding provision of the financial instruments as security shall be fulfilled only by the Bidder who is fully responsible to the Contracting Authority for the execution of the obligations related to the public procurement procedure, i.e. for the fulfillment of the contractual obligations regardless of number of subcontractors employed.

Bidder is not allowed to engage any person as subcontractor that has not been identified in its offer, otherwise the Contracting Authority shall enforce the instrument of security and terminate the contract unless the termination of the contract shall cause the Contracting Autority substantial damage. In such case the Contracting Authority shall be forced to inform the organization responsible for the protection of competition. If the sub-contractors has become permanently insolvent , the Bidder may employ a person as its subcontractor not mentioned in its offer, if such person satisfies all requirements set out for the subcontractors, and if it get prior consent of the Contracting Authority thereof. The Bidder is obliged to complete, sign and verify for its subcontractor the forms from the Tender Documents as follows: Form Basic information on Bidder, Form of the requirements for the participation in the public procurement procedure from Article 75 and 76 of the Public Procurement Law and the instruction or to prove eligibility thereto and all other Statement in the same way and in the same form as required from Bidder but subject to the part of the procurement in which it participate together with the subcontractor.

If the Bid is submitted with the group of Bidders (joint bid), each Bidder from the group of Bidders has to fulfill mandatory requirements from the Article 75 Para 1 Itm. from 1 through 3) of this Law that is proved by presentation evidences from the Article 77 of PPL and Tender Documents. As regards additional requirements prescribed by the Contracting Authority, the members of the group of Bidders shall fulfill them jointly in accordance with the Article 81 Para 1 of PPL. The requirement for the submission of financial instrument as security shall be fulfilled by the member of the joint bid that was named in the agreement on joint venture/joint bid that is an integral part of the joint bid because the liability toward the Contracting Authority of the Bidders that submit joint bid is unlimited joint and several. The Form of the agreement on joint venture does not constitute an integral part of the Tender Documents but the Bidders have to compose it by themselves in accordance with the Article 81 Para 3 of the PPL and attach it to their Joint Bid. The said Agreement is binding upon the Bidders from the group of Bidder both

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

16/56

Page 17: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

between them and toward the Contracting Authority that to execute jointly the procurement contract and which mandatory comprises: 1) information about the member of the group who will be the contractor i.e. the one who submits Bid and who will represent the group of the Bidders before the Contracting Authority and 2) description of assignment of each member of the group related to the performance of the contract.

In case of the joint bid, it shall be necessary that the group of Bidders authorized one member of the group among themselves who shall in the name and on behalf of other members of the group appear before the Contracting Authority and and who has all powers to sign the offer, the required forms and attachments in the Tender Documents. The authorization is given on the prescribed form of the Contracting Authority that is an integral part of the Tender Documents and the responsible persons of each member of the group shall set their hands thereon. If the group of Bidders is selected as a Bidder, the public procurement contract that is to be concluded thereupon shall name all members of the said group.

EVALUATION OF COMPLIANCE WITH CONDITIONS FOR PARTICIPATION IN THE PROCEDURE

The proof of compliance with mandatory and other requirements requested from the Contracting Authority in the Tender Documents in accordance with the PPL, by-laws and other applicable regulations governing this area, must be attached to and submitted with the Bid.

The evaluation of the compliance with the requirements for the participation in the subject public procurement procedure (mandatory and additional), the Contracting Authority shall carry out on the basis of the submitted evidences in the form of various statements and other requested documents by the Contracting Authority in the Tender Documents.

The requested proofs shall be submitted regardless of the date of their issuance save the evidences proving the compliance with the mandatory requirements for the participation in the procedure, as they are specified in the Itm. 2 ( proof that the Bidder and its legal representative have not been convicted for some criminal acts of organized criminal group, commercial criminal offence, criminal offence against environment, criminal offence of receiving or offering bribe, criminal offence of fraud that shall not be older that two months before the bid opening session); Itm.3. mandatory requirements for participation (that the Bidder has settled due tax liabilities , contributions and other public charges in accordance with the applicable laws of the Republic of Serbia or a foreign country if it has registered office located in the territory of such country ), that shall not be older that two months before the bid opening session.

The Bidder entered in the register of bidders is not obliged that at submission of its bid prove compliance with the mandatory requirements from Itm. from 1 through 3 in accordance with Article 79, Para 4, of the Public Procurement Law. In order to record incoming documents during the opening of bids, Bidders may submit together with their Bids a copy of the Decision on registration of Bidders in the Register of Bidders or to note in their Bids that they have been entered in the Registration of Bidders. The Contracting Authority shall, at professional evaluation of Bids check the Registry of Bidders at the Agency for Business Registers. The Contracting Authority may not reject as inadmissible the offer because it does not contain evidence prescribed by this law or the Tender Documents, if the Bidder have stated in its offer website at which the requested data are publicly available .

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

17/56

Page 18: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

If the evidence on fulfillment of requirements is an electronic document, the bidder shall submit a copy of electronic document in writing, in accordance with the Law governing electronic document, unless it submits an electronic bid when the evidence should be submitted in the original electronic form.

If the Bidder has its registered office located in some other foreign country, the Contracting Authority may verify if the documents by which the Bidder proofs its eligibility issued by the competent authorities of the Bidder’s country. If the Bidder could not provide requested documents within the period stipulated for the bid submission because they could not be issued by the time of Bid submission under regulations of the country in which the Bidder has its seat and if it attached with its Bid a proper proof thereof, the Contracting Authority shall allow such Bidder to subsequently submit the requested documents within a reasonable time. If the state in which the Bidder has its registered office does not issue evidences from the Article 77 of this Law, the Bidder may furnished with its Bid its written statement instead, in accordance with the Article 79 of the PPL, stating that it satisfies all requirements from the Article 75 of the Public Procurement Law verified by the competent authority of the said state (judicial or administrative authority and/or a notary or others competent authority of that State).

The bidder, a candidate, or the supplier is obliged to promptly notify the Contracting Authority in writing of any change in relation to the fulfillment of requirements from the public procurement procedure, that may occur by the time at which the decision has to be made or contract signed, during the period of the list of candidates validity, during the term of the contract on public procurement , and to document it in a prescribed manner. All documents which are used to prove Bidder's compliance with mandatory requirements for participation in the procedure, shall be submitted as uncertified photocopies.

The Contracting Authority may require from the Bidder whose Bid on the basis of report of the Public Procurement Committee has been evaluated as the best, before making the Decision on contract award, to present the original or certified copies of all or some of the evidences on fulfillment of requirements for participation in the procedure from Article 75 and 76 of PPL (copies certified in the municipality or the court). If the bidder fails to submit the original of, or certified copies of the requested evidences in the appropriate period of five days, the Contracting Authority will reject its bid as unacceptable..

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

18/56

Page 19: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

5. INSTRUCTIONS FOR BID PREPARATION

The Instructions for the Bidders how to prepare their Bids, comprises the information of the Contracting Authority regarding Bid content and the terms and conditions under which the public procurement procedure is conducted A Bidder must fulfill all requirement to participate in the procedure as prescribed by the Public Procurement Law (the Official Gazette of the Republic of Serbia No,. 124/12), both mandatory and additional ones, while the offer in its entirety (for both lots) shall be prepared in accordance with the requirement as set out by the Contracting Authority in the Tender Documents, an integral part of which are these Instructions.

The Bid shall be made up, and complete documentation and all related correspondence exchange between the Bidder and the Contracting Authority shall be submitted in the Serbian language in accordance with the Article 17 of the Public Procurement Law save prospectuses and/or technical documentation that may be in Serbia or English. All document translated ino Serbian must be certified by the sworn court translator

The Bid shall be made up on the BID FORM from the Tender Documents or in the pattern of the Contracting Authority Bid Form, according to the specified elements, all forms have to be completed (unless the Contracting Authority requires otherwise), sealed and signed by the Bidder's responsible person at the place provided for the signatures and seal with all obligatory and requested documents submitted Late bids, shall be marked as such by the Contracting Authority and returned unopened to the Bidder. The Contracting Authority shall for the Bids that are not closed in a way that on its opening it can be with certainty established that it has been opened for the first time, and the Bids that are not marked in accordance with the Invitation for Bids and the instructions of the Tender Documents, make a note in the minutes of the public opening of bids.

The Bid i.e. Bid Forms and other Forms as well provided by the Tender Documents must be complete, clear and unambiguous, completed legible and readable with printed letters by ballpoint pen, signed by the Bidder's authorized person and sealed. Each correction, bleaching or bolding, should be stamped and signed (or initialed) by an authorized person. Bid Forms must be furnished with all requested evidences, which are considered an integral part of the offer. Bid Forms with evidences and annexes filled and submitted by the Bidder with its Bid, are provided as the part of the Tender Documents entitled - BID FORMS. Bidder who wishes to submit additional clarifications, statements or evidences for which special forms are not provided in the Tender Documents , can do it on its letterhead. If the Bidder/s that have its/ their registered offices in the territory of a foreign state, tenders and documents in English (???).

If the Tender Documents are to be signed by the person that is not authorized for representation according to Register of business entities, it shall be necessary to fill out the Signature Authorization Form, which shall be an integral part of the Tender Documents. If the Bidder submits joint bid , the group of Bidders can named one member among themselves that shall complete and stamped forms provided in the Tender Documents whereby they have to present authorization granted to such Bidder that is an integral part of the Tender Documents.

The Bid validity can not be shorter than 60 (sixty) days from the date of bid opening session. In case of the Bid validity period expiration, the Contracting Authority shall require from the Bidder in writing to extend the Bid validity period. The Bidder who has granted such request , is not allowed to make any changes to the Bid.

Bids with variant shall not be taken into consideration.The Bidders shall submit their Bids in closed envelope or parcel, closed in a way that at opening it can be determined with certainty that it has been opened for the first time otherwise the Contracting Authority shall not be responsible for the Bid that has not be closed and submitted in the stipulated manner. The front of the envelope shall be marked : „ Bid for the Public Procurement of Goods- spare parts and eland components for the upgrade of S&B

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

19/56

Page 20: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

system for vehicle entry and exit control and parking charge collection on JKP “Parking Servis” installations procurement number 10-40-D-03/15 – DO NOT OPEN”

It is desirable that all documents in the bid are submitted in the order from the tender documentation, and to be bound into one unit in a way that subsequently insertion , removal and/ or replacement of individual sheets, i.e. annexes, cannot be done without apparently damaging the pages or seal. The Bid shall not contain any word inserted between the lines, deleted/erased, or overwritten, except when necessary to correct the errors and when such corrections are certified by signature of authorized person and Bidder’s official seal. Bidders can submit their bids directly (in person), at the company registration office or by registered mail solely to the following address: 11000 Belgrade, Kneza Višeslava Street no. 27, (premises of SRC "„Pionirski grad“). The full Bidder’s name, its exact address, contact person and phone shall be written on the back of the sealed envelope or parcel. In case the Bid is submitted by a group of Bidders (group) ,it must be indicated on the back of the envelope (or parcel) that the sender is a group of Bidders and alongside with their names and addresses, phone numbers of contact persons of all members of the joint bid.

The Bid shall be considered as timely received if submitted in accordance with the Article 95 of the PPL within 30 (thirty) days after the announcement of the Public Invitation for Bids (date of announcement 06.11.2015), on the Public Procurement Portal not later than by 11.00 hrs on the last day on which the bid submission deadline expires i.e. on – 07.12.2015. If the last day i.e. the deadline of the Bid submission period, falls into a working day or on weekends, Bids can be delivered the next working day by 11.00 hours. Upon the receipt of a bid, the Contracting Authority shall mark the date and hour of the receipt on the envelope of parcel in which is the Bid and enter Bid number and date in its recor in order of Bids’ arrival. If the Bid has been delivered directly the Contracting Authority shall issue to the Bidder a certificate of receipt indicating date and time of the Bid receipt. The Bidder shall submit their Bids until the last day of the Bid submission period regardless of the mode of delivery. Any Bid that the Contracting Authority has not received within the period set for the Bid submission i.e. that was received after the expiry of day or hour until which the Bids could be submitted, shall be considered untimely and therefore no considerataion and shall be returned to the Bidder unopened.

The Bid must contain all satisfied requirements and proofs as defined by the Public Procurement Law and Tender Documents. Bids are submitted in the original, sealed and signed by the authorized person of the Bidder, who is authorized to sign the Bid on behalf of the Bidder or group of Bidders (on the prescribed Forms from the Tender Documents). The Bid shall be made up in one copy on the Forms that are an integral part of the Tender Documents. Should the Bidder make a mistake in completing its Bid, any and all corrections shall be initialed and sealed. By signing the Bid, the Bidder declares that it has fully understood and accepts the terms and conditions of the Tender Documents. The Bid Forms have to be completed legibly and readably, by writing device or by hand in block letters, but not in pencil. Bid Form shall be filled in legibly, in block letters, and the Bidder's authorized person signs and seals them.

Bid shall contain: Bid Form – Cover page; Bid Form – Basic information about Bidder; Bid Form – Basic information about subcontractor; Bid Form – Basic information about the member of the joint bid; Form –of Authorization; Form of Bidder's Statements on the fulfillment of the mandatory requirements in accordance with the Article 75 of the Public Procurement Law ; Form of Bidder’s Statement in accordance with the Article 75 Para 2 of the Public Procurement Law; Bidder’s Statement on the fulfillment of the requirements regarding business capacities in accordance with the Article 76 of the Public Procurement Law ; Form of List of References; Form of Bidder’s Statement on Warranty period; Form of Bidder’s Statement on Bidding option; Form of Statement of the Member of Joint Bid/consortium that is submitting Bid; Form of Statement with Financial instrument as security mandatory in the public procurement procedure;

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

20/56

Page 21: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form of Statement on the Bidder’s intent to provide Financial instruments as security for covering contractual obligations; Form of price structure with instruction for completing the form; Bid Form for the goods that are the subject of procurement; Form of Bid preparation costs; Form of Statement on an independent Bid; Each Form bears Signature of authorized person and Seal.

Bid Form should comprise: Name of Bidder/subcontractor, one or more contractor of the joint bid, i.e. each Bidder from the group of Bidders, one or more (indicating names or abbreviated names), registered office address, registration number and tax identification number, contact person, code and name of core the prevailing activities, phone number, fax number, e-mail address, current account number, name of the person authorized to sign contract, identification of Bid (record entry number kept by the Bidder) date of Bid drawing-up.

Specified Bid Forms contains besides general information , the following: Total price offered for spare parts that shall be delivered in one-time delivery without VAT. Total price offered for the component for the upgrade of S&B system at the location Donji grad without PDV, Total price offered for the component for the upgrade of S&B system at the location Obilićev venac without PDV, Total price offered for the component for the upgrade of S&B system at the location Warehouse Vukov spomenik without PDV, goods delivery time, , payment terms in accordance with the Contracting Authority requirements, Warranty in accordance with the Contracting Authority requirements, Bid validity, place of delivery- (according to the Contracting Authority requirements), Presentation mode, Delivery place and date and signature of the Bidder’s authorized person.

The Bidder shall in the Bid Form indicate: goods delivery time . Delivery date and. execution of operations shall be written in the Bid Form frame in calendar days. The delivery of the subject goods shall be effected as one-time delivery and include in one part with the delivery of new parts ,the goods delivered on principle “new for old” that was defined within the specification of the Contracting Authority Tender Documents. The delivery of the subject goods shall be on EXW basis. The Bidder is obliged to hand over the subject goods with legal export and other documentation, properly packed , to the carrier that is provided by the Contracting Authority to transport goods to the Contracting Authority warehouse at the address Mostarska petlja bb in Belgrade. The delivery period of the subject goods shall not be longer than 60 days from the contract conclusion. The time of delivery of subject goods is an essential contract element and the failure of observing specified of the said time limit shall be the reason of unilateral termination of contract by the Contracting Authority and collection of instruments of security for good performance as set out in the Tender Documents and Model contracts

The Bidder shall grant warranty period - guarantee for good quality of subject goods-that shall be not less that the warranty granted by the manufacturer. The Contracting Authority also demands warranty period for the delivered subject goods on the principle “new for old” in the period of 2 months and for new spare parts, in the period of 6 months and for components for the upgrade of system, 12 months. All mentioned warranty periods shall commence to run on the date of the effected delivery of goods i.e. qualitative and quantitative acceptance that shall be approved by the signature to the Record of the qualitative and quantitative acceptance.

Within warranty period the Bidder is obliged to act according to the notice of complaint lodged by the Contracting Authority at its own expense and within 60 days and to replace the faulty goods with new ones, in which case the warranty period for replaced goods shall run anew from the date of the effected replacement . If , upon the receipt of the subject goods , the Contracting Authority established that they do not comply with the conditions and/or requirements as set by the Contracting Authority in the Tender Documents and the accepted Bid and/or the delivered goods are defective , the Contracting Authority shall draw up the Notice of Complaint requiring established deficiencies to be rectified and/or delivery of new goods in accordance with the contracted obligations.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

21/56

Page 22: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

The price structure form, in accordance with Art. 12 of the Rulebook on Mandatory Elements of Tender Documents in Public Procurement Procedures and Method of Proving Fulfilment of Requirements («Off. Gazette of the RS» no. 29/2013), contains: information about the Contracting Authority and the Bidder: business name, registered office, address, TIN, Company ID, current account, telephone and fax number; serial no., item no., name of the spare part, quantity, unit price VAT exclusive, total value VAT exclusive, VAT amount, total value VAT inclusive, payment method, current account number and name of the bank where the payment shall be effected, date, place, and signature of bidder's authorized person.

Pursuant to Article 87, paragraph 6 of the PPL, within time limit for submission of bids, bidder may amend, supplement, or cancel its bid. An amendment, supplement or cancellation is valid if the Contracting Authority receives such bid amendment, supplement or cancellation notice before expiry of the time limit for bid submission. The bidder shall clearly indicate which part of the bid is amended and/or which documents are subsequently submitted by it. Any amendment, supplement or cancellation of the bid shall be made only in writing, in a closed envelope marked: «Amendments / supplements / or cancellation of the bid for public procurement, procurement number 10-40-D-03/15 – DO NOT OPEN». Upon expiry of the bid submission deadline, the bid cannot be amended, supplemented or cancelled. If any bidder withdraws its bid after the expiry of the bid submission deadline, such a bid will not be taken into consideration, and the Contracting Authority in this case will be entitled to use financial security means by which the bidders secure fulfilment of their obligations in the public procurement procedure.

Bidder that submitted independent bid may not participate at the same time in joint bid, or act as subcontractor, nor can the same person participate in several joint bids.

If bidder intends to entrust partial execution of public procurement to subcontractor, it shall state in the bid whether the execution of public procurement will be partially entrusted to subcontractor, and in particular shall state: percentage of total procurement value to be entrusted to subcontractor, which cannot be greater than 50%, and share of the procurement concerned it intends to deliver through the subcontractor, subcontractor’s name, and if the contracting authority and the bidder conclude the contract, the subcontractor will be named in the contract. Bidder shall be fully responsible to contracting authority for execution of the agreed upon procurement, irrespective of number of subcontractors. At contracting authority's request, bidder shall provide access to subcontractor in order to determine fulfilment of requirements. If bidder submits bid with subcontractor, in accordance with Article 80 of the Public Procurement Law, bidder shall supply evidence on its subcontractor's fulfilment of mandatory requirements under Article 75, paragraph 1, items 1) through 3) of the Public Procurement Law. Regarding additional requirements, subcontractor has to fulfil such requested additional requirements as defined by contracting authority depending on segment of procurement entrusted to it to execute such procurement segment. It is sufficient that requirements regarding delivery of the requested financial security means should be fulfilled by bidder, since bidder shall be fully responsible to contracting authority for execution of obligations under public procurement procedure, i.e., for performance of contractual obligations, irrespective of number of subcontractors hired. Bidder cannot hire as subcontractor any person not named in the bid, otherwise contracting authority will use the financial security means and terminate the contract, unless where termination could cause significant damage to contracting authority. In this case, contracting authority shall notify thereof the organization authorized for the protection of competition. Bidder may hire as subcontractor a person not named in the bid, where subcontractor after submission of the bid sustained an enduring insolvency, provided that such person fulfils all requirements set for subcontractor and provided that it obtains prior consent from contracting authority. Bidder shall make photocopies, fill out, sign and seal for subcontractor the forms within the tender documents which are related to its participation together with subcontractor, in the same manner and in the same form as required from the bidder, subject to the procurement segment where it participates together with the subcontractor. Bidder shall state subcontractor's name, and if the public procurement contract is concluded, the respective subcontractor will be named in the contract.

If bid is submitted by a group of bidders (joint bid), each bidder from the group of bidders must fulfil mandatory requirements under Article 75, paragraph 1, items 1) through 3) of this Law, which is proved by supplying evidence under Article 77 of the PPL and tender documents. Regarding additional requirements, specified by the Contracting Authority in accordance with the PPL, they have to bi fulfilled jointly by bidders submitting joint bid, in accordance with Art. 81, paragraph 2. Bidders submitting joint bid have unlimited joint and several liability towards the Contracting Authority. Requirements regarding delivery of the requested financial security means, depending on the Lot the bid refers to, shall be fulfilled by the member of the bidders submitting the joint bid who is stated in the agreement on joint participation, which is an integral part of any joint bid. The form of the aforesaid agreement is not an integral part of the

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

22/56

Page 23: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

tender documents, and therefore must be prepared by bidders alone in accordance with Art. 81, Paragraph 4 of the PPL and enclosed within the joint bid. By this agreement, bidders from the group, submitting joint bid, undertake between themselves and toward contracting authority, to execute public procurement, which must contain information on: 1) leading member of the group, or one who will submit the bid and represent the group of bidders before contracting authority and 2) liabilities of each bidder from the group of bidders for implementing contract. If joint bid is submitted, the group of bidders should authorize one member of the group who will on behalf and for the account of others represent the group of bidders before contracting authority, and who will have all powers to sign the bid, required forms and enclosures of the tender documents. Authorizations are issued on a prescribed form of contracting authority, which is an integral part of the tender documentation, and which will be signed by responsible persons of each member of the group. If group of bidders is selected in the capacity of the bidder, in the contract for public procurement to be concluded will be named all the members of joint bid.

Mandatory requirements for taking part in the public procurement procedure concerned shall be proved by bidder with requested documents which are issued by competent authorities, and by filling out requested Statements in accordance with the Public Procurement Law, submitting along with the bid the aforesaid documents as evidence, as and if required by the Contracting Authority. Where bidder has registered office in another state, contracting authority may verify whether documents by which bidder proves fulfilment of requested requirements were issued by competent authorities of that state. Where bidder could not obtain requested documents within the deadline for submission of bids because, according to the regulations of its state of registration, the documents could not have been issued before the moment of bid submission, and if bidder provides appropriate evidence thereon together with the bid, contracting authority shall allow the bidder to deliver the required documents later, within the subsequently set deadline. Where state of bidder’s registration does not issue evidence under Article 77 of this Law, instead of evidence, bidder shall submit its written statement, in accordance with Art. 79 of the LLP, that it fulfils all the requirements under Art. 75 of the Public Procurement Law, certified by the competent authorities of that state (court or administrative body, notary public, or another competent body of that state). All the above mentioned documents must be translated into Serbian and certified by a certified court translator.

Additional requirements for taking part in public procurement procedure, related to capacities requested by the Contracting Authority in accordance with Art. 76 of the PPL, shall be proved by bidder by filling out Statement forms, which are an integral part of the tender documents. Bidder, whether taking part together with a subcontractor, or as a bidder within a group of bidders, submitting joint bid – leading member of the joint bid, shall fill out for itself (and also for the subcontractor, or each member of the joint bid) and deliver filled out, signed, and sealed tender documents form, as well as other forms and statements, in the same way and in the same form as requested for the bidder, or leading member of the group of bidders, depending on procurement segment in which it takes part together with the subcontractor / member of the joint bid, unless the same refer ONLY to the subcontractor or joint bid member.

The Contracting Authority shall evaluate only acceptable and adequate bids submitted in a timely manner, in which bidders fulfilled requested requirements set out in the invitation to bid and the tender documentation, and provided they submitted full set of requested documentation. Inadequate and unacceptable bids will be rejected in accordance with Article 107 of the Public Procurement Law.

Public bid opening procedure shall take place on the last day of the bid submission deadline, namely on 07.12.2015, beginning at 13.00 h, in the presence of authorized representatives of bidders. Representatives of bidders must have AUTHORIZATION for taking part in the public bid opening procedure, and shall deliver it, before commencement of the public bid opening procedure, to the Public Procurement Commission. Authorization shall be made in writing and officially recorded with the bidder, sealed and signed by the bidder's authorized person. If representatives of bidders fail to submit the aforesaid authorization, it shall be deemed that they have the general public status, like all other interested persons attending the bid opening procedure.

Costs of preparation and submission of bid are borne only by bidder, who cannot claim cost compensation from contracting authority. Bidder may, because completing this form is not mandatory, submit within bid a filled out Form with total amount and bid preparation cost structure. If public procurement procedure is suspended for the reasons attributable to the contracting authority, the contracting authority shall compensate costs of provision of financial security means to the bidder, provided that the bidder has requested compensation of such costs in its bid.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

23/56

Page 24: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Along with its bid, bidder shall submit a statement on independent bid, which is an integral part of the tender documentation, acknowledging under penalty of perjury that it submitted the bid independently, without any arrangement with other bidders or interested persons.

As to the currency, the price offered for the goods concerned is stated in dinars (RSD) VAT exclusive, or Euros (EUR), whereby the prices stated in Euros (EUR) will be converted into dinar equivalent at the middle exchange rate applied by the NBS on the date of bid opening, for the purpose of assessment and ranking of bids, and the same does not include incremental costs: costs of import customs duties and other import duties, VAT, consignment transport, transport insurance, and so forth, which are borne by the Contracting Authority. Packing costs are borne by Supplier.

As a criterion for bid evaluation, pursuant to Article 85, paragraph 1, item 2, the contracting authority has determined the criterion of THE LOWEST PRICE OFFERED.

Within the aforesaid criterion will be assigned weighted points to the total price offered – bid value, stated in dinars (within the lot VAT exclusive), which includes all incremental costs related to implementation of procurement for which is submitted the bid VAT exclusive. Prices in the bid must be stated in dinars VAT exclusive, and shall be binding upon the bidder during the period of duration and execution of the contract. If in the bid is stated abnormally low price, the Contracting Authority will act in accordance with Article 92 of the Public Procurement Law, i.e., it shall demand explanation of all constituent elements of the bid it considers relevant. The contracting authority, subject to the bidder's consent, may correct computing errors noticed in the course of examining the bid after the bid opening procedure is completed, in accordance with Art. 93 of the Public Procurement Law.

Reserve criterion: if after analysis and assessment of the bids, two or more acceptable bids rank equally, based on the element of the lowest price offered, the Contracting Party will among them select the bid of the bidder who offers shorter delivery term, i.e. the bid with a longer period of validity. The bidders shall insert the total price offered in the Bid Form, Price Structure Form and Contract Template.

As to the payment conditions, the Contracting Authority, in accordance with Art. 4 of the Law on Deadlines for Settlement of Financial Liabilities in Commercial Transactions („Off. Gazette of the RS“ no. 119/2012), has determined the payment conditions in the following way: payment at unit prices stated in the Price Structure Form, up to the total offered amount under the Bid Form, which cannot exceed the total amount of money envisaged for purchase of goods. The Contracting Party will effect payment in dinars (RSD) or Euros (EUR), depending on the currency stated in the bid, in the following way: 30% advance payment of the total agreed upon value for all the goods delivered on a one-time basis

– which will be paid immediately after delivery of bank advance payment guarantee;remaining 70% - after the completion of delivery, within 10 days as of the date of signing the Protocol of Delivery and Acceptance by Quantity and Quality, and receipt of invoice of the Supplier. Variant bids are not acceptable. The payment method is a condition set by the Contracting Authority in the tender documentation, and it shall be observed within the bid, and also as a future contractual obligation, because it is an integral part of the Contract Template to be concluded with selected bidder after the public procurement procedure is ended. The bidders are obliged to make out separate invoices for the following items of the Price Structure Form: for spare parts; for elements for the upgrade of the system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ installations, and also for the exit device at the garage “Pionirski park”.

In accordance with Art. 13 of the Rulebook on Mandatory Elements of Tender Documents in Public Procurement Procedures and Method of Proving Fulfilment of Requirements „Off. Gazette of the RS“ no. 29/2013), the Contracting Authority requires from the bidders to fulfil their contractual obligations by providing financial security means, as precisely defined in Part 3 of the tender documents: „Type, Technical Characteristics (Specifications), Quality...., Part 4 of the tender documents: Requirements for Participation in Public Procurement Procedures under 75 of the Public Procurement Law and the Instruction on How to Prove the Fulfilment of Such Requirements, and the contract template within the tender documents.

Information for a good reason marked by bidder as confidential will be used only for invitation purposes and will not be available to any person beyond the circle of persons involved in the public procurement procedure. Such information will not be announced during the bid opening procedure, in the course of the procedure, or later. Bidder may mark as confidential the documents which contain personal information not contained in any public register or which are not otherwise available, as well as business information which are under regulations or internal by-laws of bidder marked as confidential. The Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL» in capital letters in the top right corner. The Contracting Authority is not responsible for confidentiality of information not marked in the above mentioned way. If as confidential is marked any information not conforming to the

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

24/56

Page 25: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

above mentioned requirements, the Contracting Authority will invite bidder to remove the confidentiality mark. To do so, the bidder's representative will write down above the confidentiality mark "RECALL", insert the date, time and his signature. If the bidder within the term set by the Contracting Authority fails to recall the confidentiality of the document, the Contracting Authority will treat such bid as a bid without confidential information. Proofs of fulfilment of mandatory requirements, price and other information from the bid which are relevant to application of elements of criteria and bid ranking will not be regarded as confidential. The Contracting Authority will refuse to disclose information that would constitute violation of confidentiality of information received in bid.

Any additional information or explanations related to the preparation of bid may be requested by interested persons only in writing, at the latest 5 (five) days before the expiry od the bid submission deadline. The entire communication in the public procurement procedure shall be in the way as determined in Article 20 of the PPL. The Contracting Authority will within 3 (three) days as of the date of receipt of the request in writing reply to any interested person by publishing the information or explanation on the Public Procurement Portal, which can be downloaded by the bidders from the following link: http://portal.ujn.gov.rs and on the website of the Contracting Authority: www.parking-servis.co.rs. Interested persons may forward questions, or additional explanations only in writing, namely: by registered mail, to the address of the Contracting Authority: JKP „Parking servis" Belgrade, 11000 Belgrade, Kneza Višeslava 27, CLERK'S OFFICE of the enterprise, or hand over directly (in person) to the aforesaid address, forward on fax number: 011/222-80-28 with note: Additional Explanations in Public Procurement Procedure of Goods, Procurement no. 10-40-D-03/15, or by e-mail to the indicated address [email protected] . Any request for additional explanations, as well as any request related to the deadline, set out in the Public Procurement Law, will be regarded as delivered in a timely manner, only if sent by bidder in writing in the above mentioned way, every working day within working hours of the Contracting Authority, i.e., from 7:30 tо 15.30 h. All requests for additional explanations which are sent in writing by fax, e-mail, and received after 15:30, on working days, will be regarded as received by the Contracting Authority on the first next working day, when the Contracting Authority will, pursuant to Art. 20 of the PPL issue acknowledgment of receipt of the document. This in particular applies to any document sent by e-mail. Any explanation which will be sent by the Contracting Authority in writing to e-mail address of the bidders who picked up the tender documents will be considered as official written reply in accordance with Article 63, Paragraph 3 of the Public Procurement Law.

At any time, before the bid submission deadline, the Contracting Authority may - either upon its own initiative, or as a reply to the question of an interested person - amend or supplement the tender documents. Amendments or supplements so made will be published on the Portal of the Public Procurement Office and on the website of the Contracting Authority. The Contracting Authority shall, in case of occurrence of conditions referred to in Article 63, paragraph 5 of the Public Procurement Law, amendment or supplements of the tender documents 8 (eight) or less days before expiry of the bid submission deadline, extend the time limit for bid submission and publish a notice on extension of the bid submission deadline on the Portal of the Public Procurement Administration and on the Contracting Authority's website.

The Contracting Authority may require from the bidders additional explanations which will help it in reviewing, evaluation and comparison of the bids, and may also perform control (insight) at the bidder’s or his subcontractor’s office. The Contracting Authority cannot require, allow or offer any change in the bid elements which are relevant to the application of criteria for contract awarding, i.e., a change by which any offer which is inadequate or unacceptable would become adequate or acceptable, unless otherwise results from the nature of the public procurement procedure. The Contracting Authority may, upon consent of the bidder, correct computing errors noticed when considering the bid after the bid opening procedure is completed. In case of difference between unit and total prices, the unit price shall apply. If the bidder fails to agree to the correction of computing errors, the Contracting Authority will reject its offer as unacceptable.

After expert evaluation of the bids, only the bids submitted in a timely manner and fully meeting the requirements set out in the tender documents, i.e., the bids which are adequate and acceptable, will be evaluated. Inadequate bids will not be further considered and will be rejected. Timely bid is a bid received by contracting authority within deadline specified in the invitation to bid. Adequate bid is a bid which is timely and determined to fully comply with all technical specifications, in accordance with minimum requirements of the Contracting Authority. Acceptable bid is a bid which is timely, one that contracting authority did not reject due to essential deficiencies, which is adequate, one that does not restrict or condition either the rights of the contracting authority or the obligations of bidder, and which

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

25/56

Page 26: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

does not exceed the amount of estimated value of the public procurement. The Contracting Authority will reject any bid: 1) if not submitted in a timely manner, 2) if it has essential deficiencies, 3) if it is inadequate, 4) if it restricts the rights of the Contracting Authority, 5) if it conditions the rights of the Contracting Authority, 6) if it restricts obligations of the bidder, and 7) if it exceeds the estimated value of the public procurement.

ЕSSENTIAL DEFICIENCIES IN BID ARE: 1) if bidder fails to prove it fulfils mandatory requirements for participation, 2) if bidder fails to prove it fulfils additional requirements for participation (prescribed by the tender documents), 3) if bidder fails to provide the requested financial security means (in case when it is requested as mandatory content of the bid), 4) if offered period of validity of the bid is shorter than the stipulated one, 5) if bid contains other deficiencies due to which it is not possible to determine the actual content of the bid, or to compare it with other bids.

The Contracting Authority may reject any bid if it possesses evidence referred to in Article 82, paragraph 3 of the PPL, which refers to procedure executed or contract awarded by another contracting authority, where it refers to the same type of public procurement subject, for the period of past three years before the invitation to bid was announced. The Contracting Authority will reject any bid if it possesses evidence that, over the previous three years, in a public procurement procedure, the bidder: 1. acted contrary to prohibition under Art. 23 and 25 of the PPL, 2. violated competition, 3. supplied false data in bid, or unjustifiably refused to sign a public procurement contract after it had been awarded to it, 4. refused to supply evidence and security means to which it has previously committed in its bid. The Contracting Authority may reject a bid where it possesses evidence that the bidder did not fulfil its obligations under the previously awarded public procurement contracts that related to the same subject of procurement, over a period of previous three years before announcement of the invitation to bid in the public procurement procedure. As evidence may serve any document under Art. 82, paragraph 3, items 1. through 8. of the Public Procurement Law.

When preparing their bids, the bidders shall explicitly state that they have observed obligations arising out of applicable regulations on occupational safety, employment and work conditions, environmental protection, and the bidder shall guarantee that it is a holder of intellectual property rights – the Statement within the tender documents, signed by the bidder's authorized person and sealed. Fee for patent use and liability for violation of protected intellectual property rights of third parties shall be borne by the bidder.

Decision on contract awarding will be made within a period not longer than 25 days as of the day of public bid opening procedure and it will be in a timely manner published on the Public Procurement Portal and on its website within the term prescribed by the Law of 3 (three) days as of the date when the Decision has been passed. In accordance with Article 109, paragraph 2 of the PPL, the Contracting Authority may cancel public procurement procedure for objective and verifiable reasons which could not have been foreseen at the time of initiating the procedure and shall explain in writing its decision to cancel the public procurement procedure stating the reasons for giving up and for making impossible the completion of the initiated procedure, or due to which the needs of the Contracting Authority for the relevant procurement ceased, for which reasons it will not be repeated during the same budget year or within the next six months.

Pursuant to Art. 110 of the PPL, bidder, candidate, and/or applicant shall have the right to insight into the documents of the implemented public procurement procedure after the decision is made to recognize qualification, to conclude framework agreement, or to award contract, and/or to cancel the procedure, whereof can be submitted a written request to the contracting authority. The Contracting Authority shall enable person that submitted such written request to have insight into, and copy documents from the procedure, at the expense of the applicant, within two days from the day of reception of written request, under confidentiality obligation in accordance with Article 14 of this Law.

Request for the protection of rights is submitted to the Contracting Authority, directly or by mail to the address of the Contracting Authority: 11000 Belgrade, Kneza Višeslava 27, (premises of the SRC „Pionirski grad“), CLARK'S OFFICE of the enterprise, and the copy is simultaneously filed with the Republic Commission. Request for the protection of rights can be filed during the entire public procurement procedure against any action of the Contracting Authority, unless otherwise specified by the Law, and can be filed by a bidder, applicant, candidate and/or interested person who has an interest for contract and/or framework agreement awarding in the specific public procurement procedure and who suffered or could have suffered damage due to contracting authority's actions contrary to the provisions of the PPL. The Contracting Authority shall inform all participants in public procurement procedure of the filed request for the protection of right, namely, post notice on the filed request at the Public Procurement Portal, no later than two days from the day of receiving request for the protection of rights. The request for

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

26/56

Page 27: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

protection of the rights will stay further activities of the Contracting Authority in the public procurement procedure till the decision on the filed request for the protection of rights is passed, except for in case of negotiated procedure under Article 36, paragraph 1, item 3), or if decided otherwise by the Republic Commission upon proposal of the Contracting Authority.

Request for the protection of right challenging the type of procedure, contents of the invitation to bid or tender documents, shall be considered timely filed if received by the Contracting Authority at the latest 7 (seven) days before the expiry of time limit for the submission of bids, regardless of the manner of delivery. If request for the protection of rights is filed in the course of the seventh day, however before the bid submission deadline, whereby the bid submission day is not included in the term of 7 (seven) days, in order to be filed in a timely manner, the request must be received by the Contracting Authority by the end of the working hours, i.e., at the latest by 15:30 h, regardless of the manner of delivery (this in particular applies to electronic communication means with the Contracting Authority). If the Contracting Authority receives the request after the working hours, i.e., after the expiry of the working hours, namely after 15:30, the same shall be considered received by the Contracting Authority on the first next working day and in that case the Contracting Authority will, pursuant to Art. 20 of the PPL, issue acknowledgment of receipt of the document.

After the Decision on Contract Awarding or Decision on Cancellation of the Public Procurement Procedure, the term for filing the Request for Protection of the Rights is 10 (ten) days as of the day of receipt of the Decision. If the Request for the Protection of Rights is filed in the course of the tenth day, however before the expiry of the deadline, it must be received by the contracting authority by the end of the working hours, i.e., at the latest by 15:30 h, regardless of the manner of delivery (this in particular applies to electronic communication means with the Contracting Authority). If the Contracting Authority receives the request after the working hours, i.e., after the expiry of the working hours, namely after 15:30, the same shall be considered received by the Contracting Authority on the first next working day and in that case the Contracting Authority will, pursuant to Art. 20 of the PPL, issue acknowledgment of receipt of the document.

Applicant filing the request for the protection of rights shall pay a fee to a specified account of the Budget of the Republic of Serbia in the amount of 120,000.00 dinars, if the request for the protection of rights is filed before the bid opening procedure, and if the assessed value does not exceed 120,000,000 dinars; 250,000 dinars if the request for the protection of rights is filed before the bid opening procedure and if the assessed value exceeds 120,000,000 dinars; 120,000 dinars if the request for the protection of rights is filed after the bid opening procedure and if the estimated value does not exceed 120,000,000 dinars; 120,000 dinars if the request for the protection of rights is filed after the bid opening procedure and if the total sum of assessed values of all disputed lots does not exceed 120,000,000 dinars, where the procurement is formed by lots; 0.1% of the assessed value of the public procurement, i.e., of the price offered by the bidder to whom the contract is awarded, if the request for the protection of rights is filed after the bid opening procedure and if such value exceeds 120,000,000 dinars; 0.1% of the total sum of assessed values of all disputed lots within the public procurement, i.e. of the price offered by the bidders to whom the contracts are awarded, if the request for the protection of rights is filed after the bid opening procedure, and if such value exceeds 120,000,000 dinars.Payment of the above mentioned amounts, as applicable, has to be effected into the account number 840-30678845-06, reference number – number or mark of the public procurement 1040D0315, beneficiary „Budget of the Republic of Serbia“, purpose of the payment „RPR fee; name of the contracting authority; number or mark of the public procurement – 1040D0315 for which the bid is submitted. More detailed instruction on the payment of fee can be found by clicking on the following link - http://www.kjn.gov.rs/ci/uputstvo-o-uplati-republicke-administrativne-takse.html.

Responsible person of the Contracting Authority, in accordance with Art. 150, paragraph 2 of the PPL, may make Decision that Request for the Protection of Rights does not stay further activities of the contracting authority pursuant to Art. 150, paragraph 1 of the same Law.

No contract for public procurement can be concluded before the expiry of the term for filing Request for the Protection of Rights under Article 149 of the Public Procurement Law, except for in cases prescribed by Article 112 of the Public Procurement Law. The Contracting Authority may conclude the contract for the public procurement concerned after decision on contract awarding is made, within the term envisaged in the Public Procurement Law, only if no request for the protection of rights was filed, or if request for the protection of rights was rejected. In accordance with Art. 112 of the PPL, the Contracting Authority may conclude public procurement contract even before the expiry of time limit for filing request for the protection of rights: 1) based on a framework agreement; 2) in case of applying negotiated procedure under Article 36, paragraph 1, item 3) of this Law; 3) in case of applying dynamic procurement

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

27/56

Page 28: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

system; 4) in case of low-value public procurement procedure under Article 39, paragraph 6 of this Law; 5) where only one bid was submitted, except in negotiated procedure without invitation to bid. The Contracting Authority shall deliver the public procurement contract to the bidder, to whom the contract is awarded, within eight days as of the day of expiry of the time limit for filing request for the protection of rights. An integral part of the tender documents is the Contract Template, which has to be completed by the bidder (bidder's responsible person), (except for fields where it is explicitly stated „do not fill out“), signed and sealed (at the place envisaged for affixing the seal), whereby it confirms that it accepts all the contract template elements and agrees that in the contract should be inserted also other elements from the tender documents and the accepted bid. The Contracting Authority will in a timely manner inform the selected bidder about occurrence of legal conditions for signing the contract (immediately upon occurrence of such conditions i.e., upon expiry of the time limit for filing request for the protection of rights) and invite the bidder to execute the contract, i.e., make available the public procurement contract to the bidder. If the bidder, to whom the contract is awarded, refuses to conclude the public procurement contract, the Contracting Authority may enter into the contract with the first next most favourable bidder. If in this case, due to the methodology of awarding weighted points it is necessary to establish the first next most favourable bidder, the Contracting Authority will make expert re-evaluation of the bids and make decision on the contract awarding.

This Instruction is made on the basis of Article 61 of the PUBLIC PROCUREMENT LAW (Off. Gazette no. 124/12) and the Rulebook on Mandatory Elements of Tender Documents in Public Procurement Procedures and Method for Proving Fulfilment of Requirements („Off. Gazette of the RS“, no. 29/13) and is an integral part of the tender documents.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

28/56

Page 29: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

II. BID EVALUATION CRITERION

In accordance with Art. 85, paragraph 1, item 2 of the LLP, regarding bid evaluation criteria, the Contracting Authority has selected the CRITERION OF LOWEST PRICE OFFERED, so the most favourable bid is the one with the lowest offered total price for goods being the subject of procurement, VAT excluded. The price does not include incremental costs: costs of import customs duties and other import duties, VAT, consignment transport, transport insurance, and so forth, which shall be borne by the Contracting Authority. Packing costs are borne by the Supplier.

The price offered for the goods concerned is stated in dinars (RSD) or Euros (EUR) VAT exclusive, whereby the prices stated in Euros (EUR), for the purpose of assessment and ranking the bids, will be converted into dinar equivalent at the middle exchange rate applied by the NBS on the day of bid opening.

The Contracting Authority will evaluate only the bids in which the bidders met the requested mandatory requirements, additional requirements, and requirements with respect to technical specification, as set by the Contracting Authority in the invitation to bid in the tender documents – namely, adequate and acceptable bids. Any bid for which the Contracting Authority has established that it is unacceptable will not be evaluated, and the bidder cannot subsequently either supplement or amend it in order to make it correct.

The price is exclusive of VAT, which shall be charged to the Contracting Authority, however the price offered includes also all incremental costs related to the procurement implementation. The bidder may grand discount to the price offered, provided that any discount shall be included in the price.

If an abnormally low price is stated in the bid, the Contracting Authority will proceed in accordance with Article 92 of the Public Procurement Law, i.e. it will require explanation of all of its components it considers relevant.

The Contracting Authority may, upon consent of the bidder, correct computing errors noticed in the course of examining the bid after the bid opening procedure is completed, in accordance with Art. 93 of the Public Procurement Law.

Reserve criterion - if after analysis and assessment of the bids, two or more acceptable bids are ranked equally, based on the element of the lowest price offered, the Contracting Party will among them select the bid of the bidder who offers shorter delivery term, i.e. the bid with a longer period of validity.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

29/56

Page 30: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

CONTRACTING AUTHORITY:

JKP "PARKING SERVIS" BELGRADERepublic of Serbia – 11000 Belgrade, Kraljice Marije 7

III. BID FORMS WITHIN THE TENDER DOCUMENTS FOR PUBLIC PROCUREMENT OF GOODS

– PUBLIC PROCUREMENT OF SPARE PARTS AND COMPONENTS NEEDED FOR THE UPGRADE OF S&B

SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL, AND PARKING CHARGE COLLECTION ON ЈKP „PARKING SERVIS“

INSTALLATIONS –

OPEN PUBLIC PROCUREMENT PROCEDURE FOR THE CONTRACT AWARD

PROCUREMENT NUMBER 10-40-D-03/15

- Belgrade, November 2015 –

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

30/56

Page 31: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 1CONTRACTING AUTORITY:

JKP "PARKING SERVICE" BELGRADERepublic of Serbia – 11000 Belgrade, Kraljice Marije 7

BIDDER:

___________________________________________________________________________________(insert the bidder’s full name and registered address)

(insert the method of participation: independently / with a subcontractor / joint bid)

B I DFOR PUBLIC PROCUREMENT OF GOODS

– PUBLIC PROCUREMENT OF SPARE PARTS AND COMPONENTS NEEDED FOR THE UPGRADE OF S&B

SYSTEM FOR VEHICLE ENTRY AND EXIT CONTROL, AND PARKING CHARGE COLLECTION ON ЈKP „PARKING SERVIS“

INSTALLATIONS –

PROCUREMENT NUMBER 10-40-D-03/15

In ________________, on __________.

L.S.

BIDDER (LEADING MEMBER OF THE JOINT BID):

_________________________________ (authorized person’s signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

31/56

Page 32: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 2

BASIC INFORMATION ABOUT THE BIDDER

Bidder's name______________________________________________________________________

Organization form and ownership form __________________________________________________

Bidder's registered address _____________________________________________________________ (place, street and number, and municipality)

Mailing address (if different from the Bidder's registered address) ______________________________________________________________________________

(place, street and number, and municipality)Contact person ___________________________________________________

Code and name of the main business activity ____________________________________________

Telephone numbers ______________________________________________________

Fax number and e-mail ___________________________________________________

Company ID number _______________________________________________________

TIN _______________________________________________________

Current account number _____________________________________ with __________________ (account number and the name of the bank)

Person authorized to sign the contract (surname, name and title) ________________________________________________________________________________

Responsible person (surname, name and title) ________________________________________________________________________________

The Bidder is entered in the Register of Bidders maintained by the Business Registers Agency

Yes No (circle)

Proof __________________________________________________________________________________(insert the proof of fulfilment of the requirements, which is available on the website)

available on the website _____________________________________________________ (insert the address of the website where available)

Date __________ L.S. BIDDER

________________________________ (authorized person's signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

32/56

Page 33: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 2а

BASIC INFORMATION ABOUT THE SUBCONTRACTOR

Subcontractor's name_________________________________________________________________

Organization form and ownership form _____________________________________________

Bidder's registered address _____________________________________________________________ (place, street and number, municipality)

Mailing address (if different from the bidder's registered address) __________________________________________________________________________

(place, street and number, municipality)Contact person ___________________________________________________

Code and name of the main business activity ____________________________________________

Telephone number ______________________________________________________

Fax number and е-mail __________________________________________________________

Company ID number _______________________________________________________

TIN _______________________________________________________

Current account number ______________________________________ held with ________________ (account number and the name of the bank)

Person authorized to sign the contract (surname, name and title) __________________________________________________________________________

Responsible person (surname, name and title) __________________________________________________________________________

The bidder is entered in the Register of Bidders maintained by the Business Registers Agency Yes No (circle)

Proof __________________________________________________________________________________(insert the proof of fulfilment of the requirements available on the website)

available on the web site _____________________________________________________ (insert the address of the website, where available)

Date __________ L.S. SUBCONTRACTOR

________________________________ (authorized person’s signature)

Note: This form shall be filled out in case of engagement of a subcontractor, and if the bidder engages several subcontractors, the form shall be copied. Otherwise, the form shall be submitted unfilled and unsigned.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

33/56

Page 34: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 2b

BASIC INFORMATION OF THE MEMBER OF THE JOINT BID

Member's name____________________________________________________________________

Organization from and ownership form _____________________________________________

Bidder's registered address _____________________________________________________________ (place, street and number, municipality)

Mailing address (if different from the bidder's registered address) __________________________________________________________________________

(place, street and number, municipality)Contact person ___________________________________________________

Code and name of the main business activity ____________________________________________

Telephone numbers ______________________________________________________

Fax number and e-mail __________________________________________________________

Company ID number _______________________________________________________

TIN _______________________________________________________

Current account number __________________________________ held with __________________ (account number and the name of the bank)

Person authorized to sign the contract (surname, name and title) __________________________________________________________________________

Responsible person (surname, name and title) __________________________________________________________________________The bidder is entered in the Register of Bidders maintained by the Business Registers Agency

Yes No (circle)Proof _________________________________________________________________________________

(insert the proof of fulfilment of the requirements, which is available on the website)

available on the website _____________________________________________________ (insert the address of the website, where available)

Date __________ MEMBER OF THE JOINT BID L.S.

______________________________________ (authorized person’s signature)

Note: This bid shall be filled out in case of engagement of a subcontractor, and if the bidder engages several subcontractors, the form shall be copied. Otherwise, the form shall be submitted unfilled and unsigned.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

34/56

Page 35: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 3

A U T H O R I Z A T I O N PUBLIC PROCUREMENT NUMBER 10-40-D-03/15

This written document proves that the below mentioned, undersigned person is authorized to sign the bid for the public procurement of goods – public procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on ЈKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, and also to sign any accompanying document in the capacity of the bidder's responsible person.

NAME AND SURNAME ___________________________________________________________________

POSITION IN THE COMPANY ____________________________________________________________________

PERSONAL ID NUMBER OF THE RESPONSIBLE PERSON OF THE BIDDER/LEADING MEMBER OF THE JOINT BID ____________________________________________________________________

PERSONAL HANDWRITTEN SIGNATURE IS AS FOLLOWS ___________________________________________________________________

Date__________________________.

L.S.

SIGNATURE ___________________________________

(to be signed by the person who is the official signatory on behalf of the company)

Note: This form shall be filled out and signed only if the bid and other enclosed forms from the tender documentation are signed by a person who is not the official signatory of the company – representative entered in the Register of the BRA.

Otherwise, the form shall be submitted unfilled and unsigned.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

35/56

Page 36: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 4STATEMENT

ON FULFILMENT OF MANDATORY REQUIREMENTS UNDER ART. 75 OF THE PPL IN THE PUBLIC PROCUREMENT PROCEDURE

PROCUREMENT NO. 10-40-D-03/15

In accordance with Art. 77 of the PPL („Off. Gazette of the RS“ no. 124/2012, 14/15 and 68/15), under

penalty of perjury, as a representative of the bidder, I hereby make the following

S T A T E M E N TBidder ________________________________________________________________

from ____________________________________________________________________

Address: _________________________________________________________________

Company ID number: __________________________________:

fulfils mandatory conditions under Art. 75 of the PPL in the procedure of public procurement of goods –

procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and

exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be

delivered on a one-time basis, procurement number 10-40-D-03/15, namely that:

1. the bidder is registered at a competent body, i.e. entered in the appropriate register.2. that either bidder or the bidder's legal representative has not been convicted for any criminal offence as a member of an organized criminal group, that has not been convicted for any criminal offence against economy, criminal offence against environmental protection, criminal offence of receiving or giving a bribe, criminal offence of fraud.3. the bidder has settled taxes, contributions and other public duties due in accordance with regulations of the Republic of Serbia or a foreign country provided that the bidder's registered address is in its territory

Date __________L.S.

_________________________ (authorized person’s signature)

Note: The requested legal requirement is fulfilled by filling out, signing and sealing this form, along with

submission of the proofs required under Part 4 of the Tender Documents titled: Requirements for taking part in the public procurement procedure under Art. 75 and 76 of the Public Procurement Law and the instruction on how to prove the fulfilment of such requirements.

If the bidder is a legal entity or an entrepreneur, by the aforesaid Form the bidder states that he fulfils the conditions referred to in items no. 1, 2 and 3.

If the bidder is a physical person, by the aforesaid Form the bidder states that he fulfils the requirements referred to in items no. 2 and 3.

If the bidder takes part along with a subcontractor, or as a group of bidders, this form shall be copied for such subcontractors, i.e. members of the joint bid.

The Client reserves the right to verify the proofs enclosed. If the bidder’s registered office is located in some other state, and the bidder was not able to obtain the required documents within the deadline envisaged for bid submission, due to the fact that it was not possible for such documents to be issued by the time of bid submission according to the regulations of the state where the bidder’s registered office is located, and if the bidder encloses the appropriate proof thereof, the Contracting Authority will allow the bidder to provide subsequently the requested documents within an appropriate term. If the proofs referred to in Article 77 of this law are not issued in the state where the bidder’s registered office is located, the bidder may, instead of the proof, enclose his written statement, pursuant to Art. 79 of the PPL, that he meets all the requirements under Art. 75 of the Public Procurement Law, certified by the competent authority of that country (court or administrative body, notary public or other competent body of that state). All the above mentioned documents must be translated into Serbian and certified by a certified court translator.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

36/56

Page 37: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 5

BIDDER'S STATEMENT IN ACCORDANCE WITH ART. 75 PARAGRAPH 2 OF THE PPL

PUBLIC PROCUREMENT NO. 10-40-D-03/15

In accordance with Article 75 paragraph 2 of the Public Procurement Law („Off. Gazette of the RS“ no. 124/2012), our company, in the open procedure for public procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system, for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15,

____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________(insert the name and the registered address)

hereby confirms, under penalty of perjury, that during the preparation of our bid we observed the obligations arising out of the applicable regulations governing the occupational safety, employment and work conditions, environmental protection, and that at the time of bid submission no measure prohibiting the performance of business activities has been pronounced against us.

Note: The bidders fulfil the requested legal requirement by filling out, signing and sealing this form.

The form shall be copied in case of submission of the joint bid by a group of bidders. If the bid is submitted by the group of bidders, the Statement must be signed by the authorized person of each bidder from the group of bidders with a seal affixed hereto.

Date ____________

L.S.

_________________________________ (authorized person's signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

37/56

Page 38: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 6

BIDDER'S STATEMENT ON FULFILLMENT OF THE REQUIREMENTS REGARDING BUSINESS CAPACITY REQUIRED BY THE CONTRACTING

AUTHORITY IN ACCORDANCE WITH ART. 76 OF THE PPLPUBLIC PROCUREMENT NUMBER 10-40-D-03/15

In accordance with Article 76 of the Public Procurement Law („Off. Gazette of the RS“ no. 124/2012), our company, in the open procedure of public procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, ____________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________________(insert the name and registered address) hereby under penalty of perjury confirms that we have fulfilled the requirement regarding BUSINESS CAPACITIES, as requested by the Contracting Authority, for taking part in the public procurement concerned, namely:

1. That over the previous 3 (three) financial years (2012, 2013 and 2014), we hade the income from sale / delivery of the goods (being the subject of the public procurement), of minimum ___________________________ din/EUR (fill out), which is more than the minimum of 60,000,000.00 dinars collectively (VAT exclusive) as requested by the Contracting Authority, i.e. 500,000.00 EUR.

For the requirement under item 1. the bidder has to: fill out, sign and seal this Statement, along with which as a mandatory proof it has to enclose a filled out, signed and sealed Reference List Form with information about previous clients and income from sale / delivery of the goods being the subject of the procurement on the form provided by the Contacting Authority in the tender documents.

The Contracting Authority reserves the right to verify the above mentioned information.

Date __________ BIDDERL.S. (LEADING MEMBER OF THE JOINT BID)

___________________________ (authorized person's signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

38/56

Page 39: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 6а

REFERENCE LIST FORMPUBLIC PROCUREMENT NUMBER 10-40-D-03/15

Under penalty of perjury, and in the capacity of the bidder, _________________________________________________________________________________________________________________________________________________________________________________________________________________________________(insert the name and registered address),

we hereby confirm that from the sale / delivery of the goods (being the subject of the public procurement), over the previous 3 (three) financial years – 2012, 2013 and 2014 we had the income in the amount of _____________________________________ din/EUR (fill out) collectively for the aforesaid period (VAT exclusive), which is more than the minimum of 60,000,000.00 dinars, i.e. 500,000.00 EUR as requested by the Contracting Authority.

Description of the goods

Name of the Contracting Authority Date of sale /

delivery

Value of the goods, VAT exclusive

No.

1.

2.

3.

4.

5.

6.

7.

8.

9.

10.

The bidders shall fill out the necessary fields stating the information in order of sequence in this form.

Under penalty of perjury, we declare that the information stated in the reference list is true.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

39/56

Page 40: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

The certificates should contain the information clearly evidencing the allegations from the Reference List.

On the basis of the Public Procurement Law, the Contracting Authority reserves the right of subsequent verification of all the allegations stated within the proofs submitted by the bidder.

Note: In case of large amount of information, the bidder can make copies of the reference list form enclosed.

Date __________ BIDDERL.S. (LEADING MEMBER OF THE JOINT BID) ______________________________

(authorized person's signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

40/56

Page 41: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 7

S T A T E M E N T ON THE WARRANTY PERIOD

PUBLIC PROCUREMENT NUMBER 10-40-D-03/15

We hereby confirm under penalty of perjury that, in case that we are awarded the contract for this public procurement no. 10-40-D-03/15, procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on ЈKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15 implemented in the open public procurement procedure for the needs of the company, with respect of the goods we are offering, we shall provide a warranty period, the duration of which will be in accordance with the requirements of the Contracting Authority under subsection 3 of the tender documents.

The warranty period will run from the date of delivery of the goods, i.e. delivery and acceptance thereof by quality and quantity, which will be acknowledged by signing the Protocol of Delivery and Acceptance by Quality and Quantity.

With this statement, we confirm that the delivered goods in all respects are in conformity and in accordance with the requirements of the Contracting Authority referred to in Part 3 of the Tender Documents.

Within the warranty period, the selected bidder shall at his own cost and expense act under the Contracting Authority's complaint within 60 days and replace the goods claimed with new ones, at his own cost and expense only, in which case the warranty period for the goods replaced will run again from the date of replacement of such goods.

If it is established by the Contracting Authority, after accpetance of the goods concerned, that they are not conforming to the conditions and requirements of the Contracting Authority set out in the tender documentaiton and the bid accepted, or that the goods delivered have certain defects, the Contracting Authority will prepare a Protocol of Claim including the request for rectifying the defects established or delivery of new goods, in all respects in accordance with the agreed upon obligations.

Date __________ BIDDERL.S. (LEADING MEMBER OF THE JOINT BID)

___________________________

(authorized person's signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

41/56

Page 42: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 8

S T A T E M E N TOF THE BIDDER ON THE METHOD OF PARTICIPATION IN THE PUBLIC

PROCUREMENT PROCEDURE NO. 10-40-D-03/15

In accordance with Article 80 and 81 of the Public Procurement Law („Off. Gazette of the RS“ no. 124/2012), we hereby irrevocably state that in the open procedure for public procurement of goods – procurement of spare parts and components for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, we participate (insert how):

________________________________________________________________________________________________________________________________________________________

(independently/with a subcontractor/within a group of bidders – insert the name and the registered address of the subcontractors, i.e., of all the members from the group of bidders

submitting joint bid)

If bid is submitted by a group of bidders – joint bid, all the forms and enclosures to the bid from the tender documents shall be signed by the leading member of the group authorized by other members of the joint bid. The authorization is made on the form presented in the Form 8А.

The bidder who has submitted the bid under the public procurement concerned independently, cannot simultaneously take part in the public procurement procedure as a subcontractor, or a member of the group of bidders submitting joint bid.

Integral part of the joint bid is agreement whereby the bidders from the group are committed between themselves and towards the Contracting Authority to implement the public procurement.

The form of the above mentioned agreement is not an integral part of the tender documents, instead the bidders have to prepare it themselves in accordance with Art. 81, paragraph 4 of the PPL. If the group of bidders is selected as the bidder, in the public procurement contract to be concluded shall be named all the members of the joint bid.

Date __________ BIDDER L.S. (LEADING MEMBER OF THE JOINT BID)

___________________________ (authorized person’s signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

42/56

Page 43: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 8а

STATEMENT OF THE MEMBERS OF THE GROUP OF BIDDERS SUBMITTING JOINT BID IN THE PUBLIC PROCUREMENT PROCEDURE NO. 10-40-D-03/15

We hereby declare that in the open public procurement procedure – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, we submit the joint bid as a group of bidders undertaking to jointly perform the procurement and be held jointly liable. For the leading member of the group submitting the joint bid we have appointed:_______________________________________________________________________________________________________________________________________________________________________

(name, registered address, TIN, company ID, representative) _________________________________________________________

(SIGNATURE OF THE AUTHORIZED LEADING MEMBER OF THE GROUP SUBMITTING THE JOINT BID)

The leading member of the group is authorized on our behalf and for our account to sign the bid with the requested price and pre-set elements, as well as other enclosures and forms within the tender documents of the public procurement concerned. Relationships between all the members of the group submitting the joint bid in the performance of the public procurement concerned we shall regulate by a separate document (agreement on joint participation) which is an integral part of our bid. The agreement on joint participation will be prepared by the members of the group of bidders in accordance with Art. 81, paragraph 4 of the Public Procurement Law.

By our signatures hereto, the authorized leading member of the joint bid acknowledges that he accepts the powers granted by the members of the group of bidders submitting the joint bid.

No.NAME AND REGISTERED

ADDRESS OF THE MEMBER OF THE GROUP OF BIDDERS

NAME AND SURNAME OF THE RESPONSIBLE PERSON OF THE MEMBER OF THE GROUP OF BIDDERS

SIGNATURE OF THE RESPONSIBLE PERSON AND SEAL OF THE MEMBER OF THE GROUP OF BIDDERS

1.

2.

3.

Date __________ L.S. (LEADING MEMBER OF THE JOINT BID)

_________________________________

(authorized person’s signature)

Note : The form can be copied subject to the number of members of the joint bid, i.e., the group of bidders, and the form is submitted only if case of submission of joint bid, i.e. if the bidder takes part independently, do not fill out this form.

Form no. 9

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

43/56

Page 44: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

S T A T E M E N T ON INTENTION OF THE BIDDERS TO PROVIDE SECURITY MEANS FOR

CONTRACTUAL OBLIGATIONS IN THE PUBLIC PROCUREMENT PROCEDURE NO. 10-40-D-03/15

Under penalty of perjury, we hereby DECLARE that our company, after selection of our bid as the most favourable one, in the capacity of the selected bidder (insert the name and registered address)__________________________________________________________________________________________________________________________________________________________for the public procurement of goods in the open procedure of public procurement of goods – procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, for which we submit the bid as financial security means for contractual obligations, after selection, i.e., after contract awarding under the procurement concerned, on the day of conclusion of the contract, however at the latest within 10 days as of the date of coming into force of the Contract, will provide:

а) for advance payment – original bank advance payment guarantee, irrevocable, unconditional, payable upon first call and without protest, in the amount of the advance payment requested (30% advance payment of the total contract value, VAT exclusive), without which the advance amount will not be paid out and the validity of which is at least 30 days longer than the term for fulfilment of contractual obligations, i.e. than the term for performance of delivery of the goods concerned;b) performance bond – original bank guarantee, irrevocable, unconditional, payable upon first call and without protest, in the amount of 5% of the total contract value, VAT exclusive, and the validity of which is at least 30 days longer than the term for fulfilment of contractual obligations (i.e. than the term for performance of delivery of the goods concerned).

We are committed also by this statement that after selection, i.e., after contract awarding under the procurement concerned, on the day of delivery of the goods concerned, we shall provide:

c) for rectifying defects during the warranty period – original bank guarantee, irrevocable, unconditional, payable upon first call and without protest in the amount of 5% of the total contract value, VAT exclusive and the validity of which is at least 30 days longer that the term of expiry of the warranty period for the delivery performed (taking into account the longest warranty period granted by the bidder for the goods being the subject of delivery).

By this statement, we confirm that we are aware that the aforesaid bank guarantees constitute a contractual obligation, and, if not provided in the above mentioned way, it shall be regarded that we have failed to perform our contractual obligations as the selected bidder. We are aware that the Contracting Authority is entitled to use the performance bond if the selected bidder fully or in part fails to perform its contractual obligations or fails to perform them in the way and within the time limits as agreed upon, and also in case of contract termination.

In the bank guarantee shall be indicated the number and the name of the public procurement – public procurement of goods, spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, in open procedure, for the needs of JKP „Parking servis“ Belgrade.

Note: if the bidder’s registered address is located in some other state, the Contracting Authority requires that the above mentioned financial security means (bank guarantees), must be translated into Serbian language and certified by a certified court translator.

Date _________________ BIDDER (LEADING MEMBER OF JOINT BID)

L.S. ________________________ (authorized person’s signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

44/56

Page 45: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 10

PRICE STRUCTURE FORMPROCUREMENT NUMBER 10-40-D-03/15

Contracting Authority: JKP «PARKING SERVIS» Belgrade, Kraljice Marije 7

Bidder: _______________________________________________________________________ _____________________________________________________________________________

(business name, registered address, TIN, Company ID, current account, telephone, fax)

1. SPARE PARTS

No. Item no. Spare part description Quan.

Unit price VAT exclusive

Total value (quantity x unit price) VAT exclusive

1 04 21250 COINDISTRIBUTOR MV20 (replacement of old with new) 22 04 26981 MKV20K-PKA (replacement of old with new) 203 04 22882 MKT (replacement of old with new) 10

4 03 35659 PCB.ASS.CONNECTION BOARD (replacement of old with new) 1

5 04 24995 COIN STORE RS/96 SA- 12 5,-din. (replacement of old with new) 3

6 04 34740 EMBEDED VI (replacement of old with new) 67 51 02863 CASSETE FOR F53 FUJITSU 18 04 23758 PCB.ASS.CONNECTION BOARD+POWER SUPPLY 29 04 24597 Rain protector 3010 51 02726 Detector (double detector) 24V VEKM2H 1011 04 36868 Barrier arm 3M flat black/yellow 712 04 27460 USB Box type II 513 04 38009 RETROFIT KIT 5,7 DISPLAY FOR PGL30 5

14 04 34466 RETROFIT KIT LCD 12" CPL FOR PKA LQ 121DG41 LVSD II PKA 3

15 04 30081 PCB.ASS.BARRIER DRIVE 1016 51 01445 DOUBLE LOOP DETECTOR (old type) 1017 50 57981 Master Unit 10 Lines 518 50 57803 SPEAKER INTERCOM 50 OHM / 1 W 2019 50 52209 PUSH BUTTON INTERCOM 2020 51 03094 KEYBOARD POS-PH CPL. 221 04 24700 POWER PACK SL20 III 422 04 23265 PCB.ASS.ZC-GVA CPL. 256K 223 04 27589 SERVICEKEYBOARD ST-PC 224 51 01755 CUSTOMER DISPLAY WITH 2*20 DIGITS 425 04 17730 PUSH BUTTON GREEN CPL 40

2. Components needed for the upgrade of system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ installations

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

45/56

Page 46: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

No. Component description Quan.

Unit price VAT exclusive

Total value (quantity x unit price) VAT exclusive

COMPONENTS NEEDED FOR THE UPGRADE OF S&B SYSTEM IN THE LOCATION DONJI GRAD26 ZR – Cell computer 127 Cash register POS 228 Entry device 229 Barrier TYPE 1 230 Barrier TYPE 3 2COMPONENTS NEEDED FOR THE UPGRADE OF S&B SYSTEM IN THE LOCATION OBILIĆEV VENAC31 Entry device 132 Exit device 133 Barrier TYPE 2 2COMPONENTS NEEDED FOR THE UPGRADE OF S&B SYSTEM – Magacin Vukov spomenik34 Barrier TYPE 1 2

3. Exit device at the garage „Pionirski park“

No. Item description Quant.

Unit price VAT exclusive

Total value (quantity x unit price) VAT exclusive

35 Exit device 1Total (1-35)

VAT amount ____________________ (if the Bidder is not a VAT payer, do not fill out)

Total VAT inclusive _____________________ (if the Bidder is not a VAT payer, do not fill out)The price does not include incremenal costs: costs of import customs duties and other import duties, VAT, consignment transport, transport insurance, and so forth, which are borne by the Contracting Authority. Packing costs shall be borne by Supplier.Payment shall be effected in dinars (RSD) or Euros (EUR) as follows: 30% advance payment of the total agreed upon value of all the goods which are delivered on a one-

time basis – which will be paid immediately after providing advance payment bank guarantee; remaining 70% - after delivery, within 10 days as of the date of signing the Protocol of Delivery and

Acceptance by Quantity and Quality and receipt of invoice of the Supplier.The payment shall be effected into the current account no. __________________________ held with the bank ________________________________Note: The bidders are obliged to make out separate invoices for the following items in the Price Structure Form:

a. for spare parts; b. for components needed for the upgrade of system for vehicle entry and exit control,

and parking charge collection on JKP „Parking service“ installations;c. for exit device at the garage „Pionirski park“.

Date _________________ BIDDER (LEADING MEMBER OF JOINT BID)

L.S. ________________________ (authorized person’s signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

46/56

Page 47: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

iNSTRUCTION FOR FILLING OUT THE PRICE STRUCTURE FORM PROCUREMENT NO. 10-40-D-03/15

On the basis of Article 2, paragraph 1, item 9 of the Rulebook on Mandatory Elements of Tender Documents in Open Public Procurement Procedure („Off. Gazette of the RS“ no. 29/013), we hereby provide the following

I N S T R U C T I O N

1. This instruction prescribes the contents of price structure form as a document within the open public procedure, where the Contracting Authority is JKP «Parking servis» Belgrade, as well as the instruction for filling out the same.

2. The price structure form contains:a. Information about the Contracting Authority and the Bidder: business name, registered

office, address, TIN, company ID, current account, telephone, fax;b. Serial number, spare part description, quantity, estimated quantities, unit price VAT

exclusive, total price VAT exclusive, total amount payable for all the items collectively VAT inclusive and VAT exclusive (if the bidder is a VAT payer);

c. Payment method;d. Current account number and name of the bank where the payment is to be effectede. Date, place and signature of the bidder’s authorized person.

3. The price structure form shall be prepared on the form which makes an integral part of the tender documents, and which is made in accordance with this instruction.

4. The price structure form is filled out in Serbian.

5. Prices in the price structure form are indicated in the currency in which the bid price is stated.

6. The price structure form is delivered as an integral part of the bid, together with the bid.

7. The price structure form may be filled out manually – legibly, in capital letters (however, not using graphite pencil), on the typewriting machine, computer, or the like.

8. This instruction is an integral part of the tender documents and is obligatorily delivered to the bidders along with other tender documents.

9. The price structure form must be prepared in accordance with provisions of Article 2 of the Rulebook on Mandatory Elements of Tender Documents in Public Procurement Procedures («Official Gazette of the Republic of Serbia», no. 29/013).

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

47/56

Page 48: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 11

BID FORM FOR PROCUREMENT OF GOODSPROCUREMENT NUMBER 10-40-D-03/15

BIDDER’S NAME, (or abbreviated name):SUBCONTRACTOR’S NAME, (or abbreviated name):NAME OF THE LEADING MEMBER OF THE JOINT BID (or abbreviated name):NAME OF THE MEMBER OF THE JOINT BID (or abbreviated name):NAME OF THE MEMBER OF THE JOINT BID (or abbreviated name):NAME OF THE MEMBER OF THE JOINT BID (or abbreviated name):REGISTERED ADDRESS – STREET, NUMBER:

COMPANY ID NUMBER:

TIN:

CONTACT PERSON:CODE AND NAME OF THE MAIN BUSINESS ACTIVITYTEL. NO. / FAX NO.

Е-MAIL ADDRESS

CURRENT ACCOUNT NO. NAME OF THE PERSON AUTHORIZED TO SIGN THE CONTRACTMARK INDICATING THE BID IS CONCERNED (Re. no. of the bid with the bidder)DATE OF PREPARATION OF THE BID

1. The total bid price VAT exclusive for spare parts which will be delivered on a one-time basis _____________________________

The bid price applies to the price of all the spare parts, including also costs for consignment packing, and is provided on delivery term ЕXW and represents the sum of prices stated in the Price Structure Form. Other incremental costs which include transport costs, consignment insurance, customs duties, import duties, VAT etc. shall be borne by the Contracting Authority.

2. Total price VAT exclusive for components needed for the upgrade of S&B system in Donji Grad location _____________________________

3. Total price VAT exclusive for components needed for the upgrade of S&B system in Obilićev Venac location _____________________________

4. Total price VAT exclusive for components needed for the upgrade of S&B system in Magacin Vukov Spomenik location _____________________________

5. Deadline for delivery of goods is _____________ from the day of conclusion of the

contract (observing the requirement of the Contracting Authority, max. 60 days from the day of conclusion of the contract)

Payment terms:

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

48/56

Page 49: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

30% advance payment of the total agreed upon value for all the goods delivered on a one-time basis – which will be paid immediately after delivery of the advance payment bank guarantee;

remaining 70% - after delivery is performed, within 10 days as of the day of signing the Protocol of Delivery and Acceptance by Quantity and Quality and receipt of invoice of Supplier.

6. Warranty period: in accordance with requirements of the Contracting Authority under Part 3 of the tender documents

7. Bid validity term _____________________ days (cannot be shorter than 60 days from the day of bid opening)

8. Delivery – take-over point - Bidder’s factory (ЕXW delivery term)

7. Method of participation a) Independentlyb) With a subcontractor _________________________________________(insert the subcontractor’s name)

Note: Bidders are obliged to make out separate invoices for the following items in the Price Structure Form:

a. For spare parts; b. For components needed for the upgrade of system for vehicle entry and exit

control, and parking charge collection on JKP „Parking servis“ installations;c. For exit devise at the garage „Pionirski park“.

1. Percentage of the total value of procurement which is subcontracted_________________, i.e., the segment which refers to ______________________________________________________

2. Percentage of the total value of procurement which is subcontracted_________________, i.e. the segment which refers to _____________________________________________________

3. Percentage of the total value of procurement which is subcontracted_________________, i.e. the segment which refers to _____________________________________________________

C) As a joint bid:

1.__________________________________________________________________________ (insert the names and registered addresses of all the members of the joint bid)2.__________________________________________________________________________ (insert the name and registered addresses of all the members of the joint bid)3.__________________________________________________________________________ (insert the name and registered addresses of all the members of the joint bid)

In ________________, on __________ L.S. BIDDER

(LEADING MEMBER OF THE JOINT BID): _________________________________

(authorized person’s signature)

Form no. 12

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

49/56

Page 50: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

FORM – BID PREPARATION COSTSFOR PUBLIC PROCUREMENT NO. 10-40-D-03/15

In accordance with Article 61 and Article 88 paragraph of the Public Procurement Law („Official Gazette of the RS“, no.124/12), and pursuant to Article 15 of the Rulebook on Mandatory Elements of Tender Documents in Public Procurement Procedures and Method of Proving Fulfilment of Requirements (”Official Gazette of the RS” no. 86/15), in the capacity of the bidder, along with the bid, we enclose__________________________________________________________________________________________________________________________________________________________(insert the name and address)

BID PREPARATION COST STRUCTURE

For the public procurement in the open procedure of public procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-Д-03/15, for which we submit the bid, namely:

No. TYPE OF COSTSAmount VAT exclusive

VAT Amount VAT inclusive

1.

2.3.

4.

5.

TOTAL AMOUNT OF BID PREPARATION COSTSCosts of preparation and submission of the bid are borne solely by the bidder, and the bidder cannot claim cost compensation from the Contracting Authority

In case of cancellation of the public procurement procedure for the reasons attributable to the Contracting Authority, the Contracting Authority shall compensate to the bidder the costs for preparation of samples or models, provided that they are made in accordance with technical specifications of the Contracting Authority, and costs of provision of security means, provided that the bidder has requested compensation of such costs in its bid. If the bidder fails to fill out the bid preparation cost form, the Contracting Authority is not obliged to compensate costs to it.

NOTE: Bid preparation cost form is not a mandatory content of the bid and the bidders are not obliged to fill it out and deliver.

Date________________ L.S. BIDDER (LEADING MEMBER OF THE JOINT BID)

________________________ (authorized person’s signature)

Form no. 13

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

50/56

Page 51: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

STATEMENT ON INDEPENDENT BID FOR PUBLIC PROCUREMENT PUBLIC PROCUREMENT NO. 10-40-D-03/15

We hereby state, under penalty of perjury, that our company _______________________________________________________________________________________________________________________________________________________________________________________________________________________________________ (insert the name and registered address),

in the capacity of the bidder, for the public procurement of goods – procurement of spare parts and components needed for the upgrade of S&B system for vehicle entry and exit control, and parking charge collection on JKP „Parking servis“ Belgrade installations, which will be delivered on a one-time basis, procurement number 10-40-D-03/15, implemented in an open procedure, for which we submit the bid, we have submitted the bid independently, without any agreement with other bidders or interested persons.

Note:If there is a well-grounded doubt that the statement on independent bid is not true, the Contracting Party will without delay inform the organization in charge of competition protection. The organization in charge of competition protection may pronounce to the bidder, i.e. the interested person, the measure of prohibition to take part in the public procurement procedure, if it establishes that the bidder, i.e., the interested party, has violated competition in the public procurement procedure in the context of the law governing the competition protection. The measure of prohibition of participation in the public procurement procedure may last up to two years. Competition violation is a negative reference, within the meaning of Article 82, paragraph 1, item 2 of the Law.

Note: In case of submission of a joint bid, this form shall be copied, namely, if the bid is submitted by a group of bidders. If the bid is submitted by a group of bidders, the Statement must be signed by authorized person of each bidder from the group of bidders with seal affixed hereto.

Date __________ L.S. ______________________________________

(authorized person’s signature)

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

51/56

Page 52: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Form no. 14

MODEL CONTRACT for procurement of goods - spare parts and components needed for

the upgrade of S&B for vehicle entry and exit control and parking charge collection on JKP “Parking servis” Belgrade installations

In the Model Contract below, the Bidder shall fill in all blank spaces except those designated as “not to be filled in by the bidder”

Signed by and between:

1. Public Utility Company for public garages and car parks “Parking servis”, seated in Belgrade, 7, Kraljice Marije St., represented by the Managing Director, Andrija Čupković, Traffic Management Specialist (hereinafter: the Contracting Authority) Reg. no. 07046383TIN 100214228Bank account– 325-9500700036027-75 with OTP banka Srbija a.d. Novi Sad

and

2. _____________________________________________, seated in ________________ , house no. ______, ____________________ St., represented by the Managing Director _____________________________ (hereinafter: the Supplier) Reg. no. ______________TIN _______________Bank account _______________ with __________________ JSC _________________

if the bidder takes part in the bidding process with a subcontractor / as a group of bidders3. _____________________________________________, seated in ________________ , house no. ______, ____________________ St., represented by the Managing Director _____________________________ (hereinafter: the Supplier) Reg. no. ______________TIN _______________Bank account _______________ with __________________ JSC _________________

(to be filled in by the Bidder)

The Contracting Parties have agreed as follows:

- the Contracting Authority, pursuant to Art. 32, Public Procurement Law (“Off. Gazette RS”, No. 124/2012) and by the Decision made by the Managing Director, No.2-1765 dated 04.11.2015. initiated and implemented an open procedure for public procurement of (goods) - spare parts and components for needed for the upgrade of S&B for vehicle entry and exit control and parking charge collection on installations of the Contracting Authority, procurement no. 10-40-D-03/15, by announcing the invitation to bid and posting the bidding documentation on the Public Procurement Portal and its website on 06.11.2015;

- as proposed by the Public Procurement Committee in the afore-mentioned procedure, to

select the lowest bid from the Report no. _________ dated ________2015, the Decision on contract award no. _________ dated __________ was made to accept the Bid no.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

52/56

Page 53: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

_________ dated ______2015, by the Bidder– _______________, seated in ___________, house no. ____, __________ St. (not to be filled in by the Bidder).

Article 1The subject matter of the Contract is procurement of spare parts, components for the

upgrade of S&B for vehicle entry and exit control and parking charge collection, and an exit reader for the automated system, to be mounted on the Contracting Authority’s installations (hereinafter: the Goods), fully in line with requirements, specifications and technical performances set forth in the Bidding Documentation and the accepted bid given by the Supplier, no. ______ dated _____, which make integral parts of this Contract (the Contracting Authority’s reference no. of the bid - not to be filled in by the Bidder)

Article 2For the Goods to be supplied hereunder, the Contracting Authority shall make payment to

the Supplier based on unit prices, as specified in the Supplier’s bid no. ____ dated ______2015, (the Contracting Authority’s reference no. of the bid - not to be filled in by the Bidder) , totaling to RSD/EUR _____________ (the Bidder shall circle the currency of the bid).

The price referred to in para. 1 above is given excluding the value added tax in the amount of 20%, which is to be borne by the Contracting Authority.

The price referred to in para. 1 above does not include pertinent expenses: custom charges and other import fees, transport of the shipment, transport insurance, etc. all to be borne by the Contracting Authority.

The packaging costs shall be borne by the Supplier, whereas the Contracting Authority shall bear the costs of shipment of old parts for those parts that are to be procured based on “the old for the new” principle.

Article 3The Contracting Parties agree that the payment under this Contract shall be made in the

following way: advance payment - 30 % of the total Contract Price as specified in Art. 2, para. 1 above,

which is RSD/EUR___________ (the Bidder shall circle the currency of the bid), before VAT, which is the amount to be paid immediately after submission of the advance payment guarantee;

the remaining amount of the total Contract Price as specified in Art. 2, para. 1 above, which is RSD/EUR___________ (the Bidder shall circle the currency of the bid), after signing the Minutes referred to in Art. 8 below, within 10 days from the date of acceptance by the Contracting Authority of the invoices submitted by the Supplier, to the Supplier’s bank account no. _________________ with ___________________banka a.d. Beograd.

The Supplier shall submit the invoices referred to in it. 2, para. 1 above, separately for:- spare parts; - components needed for the upgrade of the system for vehicle entry and exit control and parking charge collection on JKP “Parking servis” installations;- for the exit reader for the automated system in the underground garage “Pionirski park”.

Article 4The Supplier shall furnish the Contracting Authority with irrevocable, unconditional

guarantees, payable “on first demand and without objections”, to be issued by its commercial bank, as follows:- advance payment guarantee, in the amount of the requested advance payment (advance payment in the amount of 30% of the total contract price, before VAT), without which guarantee

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

53/56

Page 54: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

the advance payment will not be made, and with the validity at least 30 days longer than the date of completion of contractual obligations, i.e. the date of completed delivery of the goods under the Contract, to be submitted immediately after conclusion of this Contract, and within 10 (ten) days after its conclusion, at the latest;- performance guarantee, in the amount of 5% of the total contract price of the goods (excl. VAT) to be valid for at least 30 (thirty) days after the date of completion (i.e. the date of completed delivery of the goods under the Contract), to be submitted immediately after conclusion of this Contract, and within 10 (ten) days after its conclusion, at the latest;- defects liability guarantee in the amount of 5% of the total contract price (excl. VAT), with the validity at least 30 (thirty) days longer than the warranty/defects liability period (taking into account the longest warranty/defects liability period given by the Bidder for the Goods delivered), to be submitted on the date of delivery of the Goods under the Contract. Otherwise, the Contracting Authority shall be entitled to reject the acceptance of the Goods delivered, which is to be considered as failure by the Supplier to meet his contractual obligation fully, in which case the Bidder shall compensate the Contracting Authority for the actual damage in the full amount.

Submission of the bank guarantees listed in the preceding paragraph is the Supplier’s contractual obligations, and any failure to submit any of those guarantees shall be deeded as default by the Supplier, entailing the Contracting Authority’s entitlement to termination of the Contract and to reimbursement for the damage suffered due to such default, in line with the general rules on indemnification.

Article 5The Supplier shall deliver the Goods referred to in Art. 1 above within _________ days

from the effective date of the Contract. The Goods shall be delivered on a one-time basis, which implies delivery of new parts and

delivery of parts on “the old for the new” principle.The Supplier shall hand over the Goods with proper export and other documents, packaged

adequately, to the carrier provided by the Contracting Authority, for the transport of the Goods to the Contracting Authority’s warehouse, Mostarska petlja bb (no house number) in Belgrade.

Article 6If the agreed time for completion of obligations assumed hereunder is exceeded, the

Contracting Authority is entitled to charge the Supplier the liquidated damages in the amount of 0.2% of the contract price for each day of delay, but not more than 5% in total.

In addition to the amount of liquidated damages from the preceding paragraph, the Supplier shall reimburse the Contracting Authority for the difference up to the amount of the actual damage suffered.

The Contracting Authority shall reserve the right to terminate the Contract at any time if the Supplier exceeds the agreed deadlines even in the case when the amount of liquidated damages has not exceeded 5% of the total contract price.

Article 7The Supplier undertakes to deliver to the Contracting Authority the Goods of the first class

quality, new, from current production, by the original manufacturer, in original packaging, in compliance with technical standards and regulations applicable to this type of goods, otherwise the Supplier shall reimburse the Contracting Authority for the damage fully in line with current regulations on indemnification.

Article 8After delivery of the Goods to the Contracting Authority’s warehouse, Mostarska petlja bb

in Belgrade, the Contracting Authority’s authorized personnel shall determine whether the Goods have been delivered fully in line with the specification and conditions from the accepted bid,

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

54/56

Page 55: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

which is to be entered into the Minutes on qualitative and quantitative acceptance to be submitted to the Supplier for signing and stamping.

The date when the Minutes have been signed by both Parties shall be considered as the date when the Supplier completed his contractual obligations regarding the delivery.

Article 9The Supplier shall give a warranty for the delivered goods, as follows:- for the goods supplied on “the old for the new” basis - for the duration of 2 months, - for new spare parts - for the duration of 6 months, and - for components needed for the upgrade of the system - for the duration of 12 months.The warranty periods shall start running from the date of delivery of the Goods according

to Art. 8 above. Article 10

After the delivery and the Minutes signing, as referred to in Art. 8 above, if the Contracting Authority determines that the Goods are not in compliance with the Contracting Authority’s requirements set out in the bidding documentation and conditions from the accepted bid given by the Supplier, i.e. if the Goods have visible defects, the Contracting Authority shall draft the Minutes on a complaint with the request for elimination of defects identified or delivery of new goods, upon which request the Supplier shall act within 60 days, at his expense only, and in this case the warranty/defects liability period shall run from the date of replacement of the Goods.

Article 11Within the warranty/defects liability period, the Supplier shall act upon all complaints by

the Contracting Authority and replace the Goods from the complaint with new ones, in which case the warranty/defects liability period for the replaced goods shall restart from the date of replacement.

The time for replacement of goods under complaint with new ones shall not exceed 60 days from the date of submitted complaint.

The Supplier shall be fully responsible for any hidden material defects on the Goods referred to in Art. 1 above, and for any defects the Supplier was aware of, but failed to notify the Contracting Authority of them.

Article 12The Contract shall come to full force and effect on the date when signed by both

Contracting Parties.

Article 13The Contract shall be terminated in the following cases: – by mutual agreement between the Parties;– one-sided termination by the Contracting Authority, if the Supplier fails to perform under

the Contract fully or partially, or if the Supplier performs his contractual obligations under the Contract with delay and contrary to provisions of the Contract,

– in the case referred to in Art. 4, para. 2 above, in which case the Contract shall be terminated without a notice, i.e. by expiry of the time for submission of bank guarantees,

– by completion of contractual obligations, and – in other cases as defined in the Law and this Contract.

In any case of termination of the Contract as listed in the preceding paragraph, except for the cases specified in para. 1, items 1 and 3, the termination notice shall be 15 (fifteen) days from the date of receipt of the Contract termination notification, both Contracting Parties shall meet their contractual obligations until the expiry of the termination period.

In all cases of one-sided termination of this Contract by the Contracting Authority, the Supplier shall reimburse the Contracting Authority for the entire material damage according to the general rules for liability for damage.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

55/56

Page 56: 1. - Parking servisparking-servis.co.rs/.../11/TDWBF-10-40-D-0315-.docx  · Web viewThe Contracting Authority will treat as confidential any document with written word «CONFIDENTIAL»

Article 14For any issue not regulated in this Contract, provisions of the Law on Contractual

Obligations and other applicable regulations from this field shall apply.

Article 15In case of any dispute, the competent court is the Commercial Court in Belgrade.

Article 16This Contract is made in 6 (six) identical copies, 3 (three) for each Party.

On behalf of THE SUPPLIER On behalf of THE CONTRACTING AUTHORITY

____________________ Andrija Čupković, Traffic Mgmt Spec.

NOTA BENE:

The Bidder (the Bidder’s authorized person in charge) shall fill in, sign (except in places designated as not to be filled in by the Bidder) and stamp the supplied model contract, in places appropriate for signature and stamping, by which the Bidder acknowledges and accepts all elements of the model contract and agrees that other elements from the bidding documentation and the accepted bid are entered into the Contract.

Tender Documents with Bid Forms for Public Procurement of Goods subdivided into two separate lots Procurement No 10-40-D-03/15

56/56